Loading...
HomeMy WebLinkAboutValley Coast Construction Inc; 2009-01-12; PWS09-08RECDOC # 2009-0634507 \ \ RECORDED REQUESTED BY ClTY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: OFFIT'1.4L FIECDFiDS '5P.i.l DIEIiIl C'I-:IIJNT'.I' REC'ORC:IER'C; OFFICE [J,~',/ID L BLITLEF;, IrilCIiIT'.i HECOHDEF; FEE!:; U ClCl PAGES: 1 City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, ~alifornia-92008 Space above this line for Recorder's use. PARCEL NO: NIA 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 July 17, 2009. 6. The name of the contractor for such work or improvement is Valley Coast Construction, 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: Leo Carrillo Ranch Event Area Expansion, Project No. 45031. 8. The street address of said property is in the City of Carlsbad. ClTY OF CARLSBAD - C'W ~4. Robert T. ~ohnsdd, Jr. i L V 1 City Engineer VERIFICATION OF ClTY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Ca lsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on , ,OhW , 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 on -lorn , 2009, at Carlsbad, California. c CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL, TECHNICAL PROVISIONS AND SPECIFICATIONS C FOR LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 BID NO. PWS09-08REC c Revised 05/01/08 Contract No. 45031 Page 1 of 102 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 14 Bidder's Bond to Accompany Proposal 15 Guide for Completing the "Designation Of Subcontractors" Form 17 Designation of Subcontractor and Amount of Subcontractor's Bid Items 19 Bidder's Statement of Technical Ability and Experience 20 Bidder's Certificate of Insurance for General Liability, Employers' Liability, and Automotive Liability and Workers' Compensation 21 Bidder's Statement of Re Debarment 22 Bidder's Disclosure of Discipline Record 23 Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 25 Contract Public Works 26 Labor and Materials Bond 32 Faithful Performance/Warranty Bond 34 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 36 Revised 05/01/08 Contract No. 45031 Page 2 of 102 Pages GENERAL PROVISIONS Section 1 Terms, Definitions, Abbreviations and Symbols 1-1 Terms ............................................................................................................... 39 1-2 Definitions ........................................................................................................ 39 1-3 Abbreviations ................................................................................................... 44 1-4 Units of Measure .............................................................................................. 46 1-5 Symbols ........................................................................................................... 47 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract .................................................................... 48 2-2 Assignment ...................................................................................................... 48 2-3 Subcontracts .................................................................................................... 48 2-4 Contract Bonds ................................................................................................ 49 2-5 Plans and Specifications ................................................................................. 50 2-6 Work to be Done .............................................................................................. 53 2-7 Subsurface Data .............................................................................................. 53 2-9 Surveying ......................................................................................................... 53 2-10 Authority of Board and Engineer ..................................................................... 54 2-11 Inspection ......................................................................................................... 55 Section 3 Changes in Work 3-1 Changes Requested by the Contractor ........................................................... 55 3-2 Changes Initiated by the Agency ..................................................................... 55 3-3 Extra Work ....................................................................................................... 56 3-4 Changed Conditions ........................................................................................ 58 3-5 Disputed Work ................................................................................................. 60 Section 4 Control of Materials 4-1 Materials and Workmanship ............................................................................ 62 4-2 Materials Transportation, Handling and Storage ............................................. 67 Section 5 Utilities 5-1 Location ........................................................................................................... 67 5-2 Protection ......................................................................................................... 68 5-3 Removal ........................................................................................................... 68 5-4 Relocation ........................................................................................................ 68 5-5 Delays .............................................................................................................. 69 5-6 Cooperation .......................................................................................... . .......... 70 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work ..................................... 70 6-2 Prosecution of Work ........................................................................................ 74 6-3 Suspension of Work ........................................................................................ 75 6-4 Default by Contractor ....................................................................................... 75 6-5 Termination of Contract ................................................................................... 76 6-6 Delays and Extensions of Time ....................................................................... 76 6-7 Time of Completion ......................................................................................... 77 6-8 Completion, Acceptance, and Warranty .......................................................... 78 6-9 Liquidated Damages ........................................................................................ 78 6-10 Use of Improvement During Construction ....................................................... 79 Revised 05/01/08 Contract No. 45031 Page 3 of 102 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 79 7-2 Labor 79 7-3 Liability Insurance 80 7-4 Workers' Compensation Insurance 80 7-5 Permits 80 7-6 The Contractor's Representative 80 7-7 Cooperation and Collateral Work 81 7-8 Project Site Maintenance 81 7-9 Protection and Restoration of Existing Improvements 83 7-10 Public Convenience and Safety 84 7-11 Patent Fees or Royalties 85 7-12 Advertising 85 7-13 Laws to be Observed 85 7-14 Antitrust Claims 85 Section 8 Facilities for Agency Personnel 8-1 General 85 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 85 9-2 Lump Sum Work 85 9-3 Payment 85 TECHNICAL SPECIFICATIONS SUPPLEMENTAL PROVISIONS TO PART 2, AND 3 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-1 Rock Products 90 200-2 Untreated Base Materials 92 Section 201 Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete 92 201-3 Expansion Joint Filler and Joint Sealants 92 Section 204 Lumber and Treatment with Preservatives 204-1 Lumber and Plywood 93 Section 207 Pipe 207-25 Underground Utility Marking Tape 93 Section 213 Engineering Fabrics 213-2 Geotextiles 95 213-3 Erosion Control Specialties 95 PART 3 Construction Methods Section 300 Earthwork 300-1 300-2 300-3 300-9 300-13 O Clearing and Grubbing 95 Unclassified Excavation 96 Structure Excavation and Backfill 97 Geotextiles for Erosion Control and Water Pollution Control 98 Storm Water Pollution Prevention Plan 99 Revised 05/01/08 Contract No. 45031 Page 4 of 102 Pages Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation Section 303 Concrete and Masonry Construction. 303-1 Concrete Structures 303-2 Air-Placed Concrete Section 306 Underground Conduit Construction 306-5 Abandonment of Conduits and Structures. 102 102 102 102 TECHNICAL SPECIFICATIONS DIVISION 02 - SITE WORK 02050 Demolition 02110 Site Clearing 02200 Earthwork 02233 Grader Crushed Aggregate Base Course for Pavements 02315 Filling and Backfilling 02631 Landscape Drainage System 02751 Portland Cement Concrete Paving, Flagstone and Base 02810 Landscape Irrigation 02900 Landscape Planting 02951 Landscape Maintenance DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03310 Cast-ln-Place Concrete DIVISION 04 - MASONRY 04065 Mortar and Grout 04810 Reinforced Unit Masonry System 0Revised 05/01/08 Contract No. 45031 Page 5 of 102 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON DECEMBER 2, 2008, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: All labor materials, equipment and other associated items for the expansion of an event area, including but not limited to the following: clearing and grubbing, installation of flagstone patio and seat walls, site lighting, stabilized decomposed granite pathways, service road improvements to serve the new facility, removal of artificial turf, installation of new irrigation, retrofitting and repairs of existing irrigation, installation of sod and minimal landscape planting areas. Work under this contract shall also include minimal site grading and drainage improvements. LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 BID NO. PWS09-08REC INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering_Department. The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Sections 2 & 3, 2006 Edition, and any and all supplements thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provisions (Part 1) to the SSPWC do not apply. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to Revised 05/01/08 Contract No. 45031 Page 6 of 102 Pages utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS 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 Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate for the Barn Stabilization Construction is $210.000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered npnresponsive 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: Classification A C27 Description General Engineering State of California Licensed Landscape Contractor ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $ 50.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Revised 05/01/08 Contract No. 45031 Page 7 of 102 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit, via fax, to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGES The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 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. PRE BID MEETING A pre-bid meeting and tour of the project site will be held at 10:00 AM on Thursday. November 6 at the project site, Leo Carrillo Ranch Historic Park, 6200 Flying LC Lane, Carlsbad, CA, 92009. The meeting and tour of the project will begin at the west end of the main parking lot. Because of the nature of this site and the project, attendance at the pre-bid meeting and walk-thru is mandatory. COMPUTATION OF BIDS All bids are to be computed on the basis of a lump sum bid, as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verily the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Revised 05/01/08 Contract No. 45031 Page 8 of 102 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2008-278, adopted on the 7™ day of October, 2008. OCTOBER 23, 2008 Date Deputy^City Clerk Am¥ Revised 05/01/08 Contract No. 45031 Page 9 of 102 Pages I I I CITY OF CARLSBAD LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 CONTRACTOR'S PROPOSAL OPENED, WITNESSED AND REC City Council City of Carlsbad 1200 Carlsbad Village Drive I Carlsbad, California 92008 I 'DATE The undersigned declares he/she has carefully examined the location of the work, read the I Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract = Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 1 45031 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Description "BASE BID"- Lump sum bid for the entire scope of work as defined in the contract documents for the entire Event Area Expansion. Total amount of bid in words for "BASE BID"- Lump sum bid for the entire scope of work as Defined in the cpntract documents. rvv;>vJ[>gc/ Sv'v-frA SW^t- r~^\o^c^£,^J -Vo^.— W-"v<AJK<'J Tty/i5V7-r^ 5'V Total amount of bid in numbers for "BASE BID" - Lump sum bid for the entire scope of work as defined in the contract documents. $ "BID DEDUCT ALTERNATE" Total Amount of bid in words for the "BID DEDUCT ALTERNATE"- Replace existing artificial turf with sod turf as outlined in the plans and specifications. This deduct alternate includes deletion of all labor, materials and equipment required to remove and replace existing artificial turf area with sod turf, including all demolition, topsoil placement and preparation, irrigation modifications and repairs, maintenance and care, and any other associated items as defined in the contract documents. ,. i 0£)/ v> J Avv^<. \.^^J^tcJ •*- ^>-V g?tc?{UvrS >f~ //op Total amount of bid in numbers for "BID DEDUCT ALTERNATE" $ Revised 05/01/08 Contract No. 45031 Page 10 of 102 Pages The basis of award will be on the lowest responsive lump sum bid submitted for the W- "BASE BID" for the project. The City reserves the right to reduce the scope of the project M by accepting the BID DEDUCT ALTERNATE, after award of the contract. M Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). { . <r^ has/have been received and is/are included in this proposal. I I I I 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 Califo/nia, validly licensed which _, and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. I ww h/uon iw<?^ wi cav/ii ill ti i w wwf^Mwivy wi w wwi in «wiwi vviu in i u iw Wk«lw wi wuui wj i under license number /^ / 8O&8 __, classification A expires on OL//3o/<2OO *} , and that this statement is true and c * I I I I I I I, I" I Accompanying this proposal is (X (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. Revised 05/01/08 Contract No. 45031 Page 11 of 102 Pages Check a License or Home Improvement Salesperson (HIS) Registration - Contractors State ... Page 1 of 2 Department of Consumer Affairs - v •GOV Contractors State License Board Contractor's License Detail - License # 618068 JH> DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. ••» CSLB complaint disclosure is restricted by law (B&P7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. ••» Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. » Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. ••» Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: 618068 Extract Date: 12/02/2008 VALLEY COAST CONSTRUCTION INC dba VALLEY COAST CONSTRUCTION 3388 CHANNEL WAY SAN DIEGO, CA 92110 Business Phone Number: (619) 225-9090 Corporation 04/17/1991 04/30/2009 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION C27 LANDSCAPING A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number CD6723 in the amount of $12,500 with the bonding company CONTRACTORS BONDING AND INSURANCE COMPANY. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) DAVID MARK KOEBERLE certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/09/2000 http://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 12/02/2008 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors State ... Page 2 of 2 BQI's Bonding History This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY Workers' Compensation: Miscellaneous Information: Policy Number: WC4368510700 Effective Date: 03/01/2008 Expire Date: 03/01/2009 Workers' Compensation History DATE DESCRIPTION 05/09/2006 CLASS C53 REMOVED Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use | Privacy Policy Copyright © 2008 State of California http://www2.cslb.ca.gov/OnlineServices/CheckLicense/LicenseDetail.asp 12/02/2008 I I I I I I I I I I I I 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 City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted (Street and Number) (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business. City and State (4) Zip Code (5) E-Mail (Street and Number) Telephone No. Revised 05/01/08 Contract No. 45031 Page 12 of 102 Pages I I I I I I I I I ( I I I I I IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (2) (Signature) /-ire.fr (Title) (3) Incorporated under the laws of the State of. (4) Place of Business 2>2>%% City and State (5) Zip Code (6) E-Mail Impress Corporate Seal here i/ U/ (Street arterNumber) Telephone No. 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: /(L.6.Q r /(L f. O Revised 05/01/08 Contract No. 45031 Page 13 of 102 Pages ACKNOWLEDGMENT State of California County of On before me, (here insert name and title of the officer) personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person^) whose name(s^J is/are subscribed to the within instrument and acknowledged to me that he/sbe/toey executed the same in his/hsf/thstf authorized capacity(i©st, and that by his/J3er/tR«irsignature(8fon the instrument the person(sf, or the entity upon behalf of which the person^ acted, executed the instrument. WITNESS my hand and official seal. Signature M ARISELA OROZCO I COMM. #1663128 z Notary Public • California g San Diego County - My Comm. Expires May 2,2010 f (Seal) BID SECURITY FORM (Check to Accompany Bid) LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 (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.) /J •^ Revised 05/01/08 Contract No. 45031 Page 14 of 102 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 KNOW ALL PERSONS BY THESE PRESENTS: That we, Valley Coast Construction, Inc. , as Principal, and Contractors Bonding and Insurance Company as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) of the total bid -• for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. Revised 05/01/08 Contract No. 45031 Page 15 of 102 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this PRINCIP, Valley Co; (sign here) cIBA)I day of 20O£_. (print name here) (Title and Organization of Signatory) «*:„ N_here) (print namfeKiere) JU0L (title and organization df'signatory) Executed by SURETY this day of _ November 25th SURETY: Contractors Bonding and Insurance Company (name of Surety) 111 Pacifica. Suite 350. Irvine. CA 92618 (address of Surety) 949-341-91.10 , 20 08 (signature of Attopffey-in-Fact) Bacon, Attornev-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Depi||t/City Attorney T Revised 05/01/08 Contract No. 45031 Page 16 of 102 Pages ACKNOWLEDGMENT State of California County o V/a£C/<9gOn £C< before me, (here insert name and title of the officer) J-. * / jrt personally appeared 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 bie/bef/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. Signa,u^m^UL%^ flUB „' t VJSCfy San Diego County ° lmm ^jJjesMayiu (Seal) ACKNOWLEDGMENT State of California County of San Diego On November 25. 2008 before me, Maria Hallmark, Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal.MARIA HALLMARK F COMM #1810525 oNOTARY PUBLIC-CALIFORNIA »SAN DIEGO COUNTY <JMy Commission Expires AUGUST 22.2012 (Seal) BONDS^B Mfdue LIMITED POWER OF ATTORNEY INSURANCE Not Valid for Bonds Executed On or After:MARCH 31ST, 2009 Power of Attorney Number:147736 READ CAREFULLY - to be used only with the bond specified herein Only an unaltered original of this Power of Attorney document is valid. A valid original of this document is printed on gray security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company") The original document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The \\atermaik appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document is valid only if the bond is executed on or before the date indicated above. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: DAIJE HARSHAW, TARA BACON, GEOFFREY SHELTON, BRADLEY R. ORR and JOHN C. STARICH its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company; (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company. - CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. Bond Number BID Signed and sealed this 25TH day of NOVEMBER 2008 R. Kirk Eland, Secretary CBIC • 1213 Valley Street • P.O. Box 9271 • Seattle, WA 98109-0271 (206) 622-7053 • (800) 765-CBIC (Toll Free) • (800) 950-1558 (FAX) PoaLPOA (IX-IJS006H07 Certificate of Appointment and Resolution of the Board of Directors k The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorney(s)-in-Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RESOLVED, that the CEO. President. ('!•'(). any Vice President, Secretary or any Assistant Secretary, and any other employee as may be specifically authon/ed by a particular board resolution (hereafter "Authorized Officer or Employee") may appoint attorneys-in-fact or agents u ith authority as delined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds: and any Authorized Officer or Employee may remove any such attorney-in-fact 01 agent and revoke any power of attorney previously granted to such person. RESOLVED EURTHER, that any bond, undertaking, recogm/ance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authori/ed Officer or Employee and attested and sealed (if a seal be required); or (ii) when signed by the Authori/ed Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authon/ed attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in- fact or agents pursuant to and within the limits of the authority evidenced by the po\\er of'attorney issued by the Company to such person or persons. RESOLVED EURTHER. that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorncys-in-fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to. so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007. Don Sirkin. President Attest: R. Kirk Hland, Secretary State of Washington County of King On June 13, 2007 before me, Brenda J. Scott Notary Public, personally appeared Don Sirkin and R. Kirk Eland personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument. WITNESS my hand and official seal. Signature fyljW-fy M MJW (seal) Brenda J. Scott. Notary Public ^I^X xT^*L(C /* *J X'iV.O*. «"v .• <?A Company Profile Page 1 of 2 Company Profile CONTRACTORS BONDING AND INSURANCE COMPANY PO BOX 9271 SEATTLE, WA 98109-0271 800-765-2242 Former Names for Company „.. CONTRACTORS BONDING AND INSURANCE COMPANY DBA CBIC _„ .. _ ,OldName: BONDING AND INSURANCE COMPANY Effect.ve Date: 12-31-1992 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 37206 NAIC Group #: OjQOQ California Company ID #: 3000-7 Date authorized in California: May 31, 1985 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 glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://interactive.web. insurance. ca.gov/webuser/idb_co_prof_utl.get_co_prof?p_EID=6735 12/02/2008 Company Profile Page 2 of 2 Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - June 27, 2008 09:13 AM Copyright © California Department of Insurance tfeftW http://interactive.web.insurance.ca.gov/webuser/idb_cojprof_utl.get_co_prof?p_EID-6735 12/02/2008 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in 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. m¥ Revised 05/01/08 Contract No. 45031 Page 17 of 102 Pages /*"**" Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. 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. Am^ Revised 05/01/08 Contract No. 45031 Page 18 of 102 Pages *DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 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, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS I Portion of Work ^LtJUL &t*H/wa &JL4£n*-s Subcontractor Name and Location of Business <O/v3<^ (IfTyUal^hlL^H 3710 LzKa^(2i/# UM^ Ste/GO fte^&Oy .(Ltf <?±&0AT- e, w^^ 97Y7 \JL*JL ^J- /uMfazCctsL (LA qi&VO Subcontractor's License No. and Classification* f^~ <X_ nzkovs G-/S) Amount of Work by Subcontractor in Dollars* J/bOO.*0 $3, 70De I I I. 1I I Page.pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 05/01/08 Contract No. 45031 Page 19 of 102 Pages I I I I I I ^ BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 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 200 8 Revised 05/01/08 Contract No. 45031 Page 20 of 102 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: D Comprehensive General Liability D Automobile Liability D Workers Compensation D Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance'with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 05/01/08 Contract No. 45031 Page 21 of 102 Pages ACORD CERTIFICATE OF LIABILITY INSURANCE VA££&iMS PRODUCER Wateridge Insurance Services 10717 Sorrento Valley Rd. Sw-* Diego CA 92121 ^ne: 858-452-2200 Fax:858-452-6004 INSURED Vallev Coast Construction 3388 Channel WaySan Diego CA 92110 DATE (MM/DD/YYYY) 12/19/08 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Peerless Insurance Company INSURER B: INSURER C: INSURER D: INSURER E: NAIC# 24198 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A A \- A B RDUt NSRC X X TYPE OF INSURANCE GENERAL LIABILITY y^ X X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X [ OCCUR XCU Included Broad Form PD GEN'L AGGREGATE LIMIT APPLIES PER: | POLICY [X~l JECT I (LOG AUTOMOBILE LIABILITY X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X | OCCUR j | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER Equipment Floater POLICY NUMBER CBP8392746 BA8392846 CU8393146 CBP8392746 POLICY EFFECTIVE DATE (MM/DD/YY) 03/01/08 03/01/08 03/01/08 03/01/08 POLICY EXPIRATIONDATE (MM/DD/YY) 03/01/09 03/01/09 03/01/09 03/01/09 LIMITS EACH OCCURRENCE UAMAlib I U KtN 1 tU PREMISES (Ea occurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHFR THAN EA ACC AUTO ONLY: AGG EACH OCCURRENCE AGGREGATE WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT EL DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT $1,000,000 $50,000 $5,000 $1,000,000 $2,000,000 $2,000,000 $1,000,000 $ $ $ $ $ $ $1,000,000 $1,000,000 $ $ $ $ $ $ Rent/Leas $200,000 Ded $500 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS *EXCEPT 10 DAYS NOTICE OF CANCELLATION FOR NON-PAYMENT. CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE NAMED ADDITIONAL INSURED-PRIMARY WITH RESPECTS TO GENERAL LIABILITY & W/RESPECTS TO AUTO LIABILITY. RE: LEO CARRILLO RANCH EVENT AREA EXPANSION, BID#PWS09-08REC, PROJECT#45031 . CERTIFICATE HOLDER CANCELLATION CITYCAR /*""* CITY OF CARLSBAD W, ATTN: KEVIN DAVIS PUBLIC WORKS PURCHASING DEPT. 1635 FARADAY AVE . CARLSBAD CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE --T"* ^ "" ^ACORD 25 (2001/08) -I-.T,,-- - ©ACORD CORPORATION 1988 Policy Number: CBP8392746 Coverage Is Provided In PEERLESS INSURANCE COMPANY - A STOCK COMPANY Named Insured: -K&LLEY COAST CONSTRUCTION, INC. Agent: WATERIDGE INSURANCE SERVICES Agent Code: 4292657 Agent Phone: (858)-452-2200 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization^): Location(s) Of Covered Operations "ANY PERSON OR ORGANIZATION FOR WHOM A CERTIFICATE OF INSURANCE IS ON FILE WITH THE COMPANY" Information required to complete this Schedule, if not shown above, will be shown In the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CO 20 10 07 04 ©ISO Properties, Inc., 2004 Page 1 of 1 Policy Number: CBP8392746 Coverage Is Provided In PEERLESS INSURANCE COMPANY -A STOCK COMPANY Named Insured: ^MLLEY COAST CONSTRUCTION, INC. "W" Agent: WATERIDGE INSURANCE SERVICES Agent Code: 4292657 Agent Phone:(858)-452-2200 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section II - Who Is An Insured Is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): "ANY PERSON OR ORGANIZATION FOR WHOM A CERTIFICATE OF INSURANCE IS ON FILE WITH THE COMPANY" Location And Description Of Completed Operations: "ANY JOB PERFORMED WITHIN THE POLICY TERM FOR THE ABOVE NAMED" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. © ISO Properties, Inc., 2004 CG 20 37 (07/04) PRIMARY INSURANCE ENDORSEMENT Policy No. CBP8392746 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. This endorsement modifies the following policy coverage forms: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM Endorsement No. (If issued after the effective date): Endorsement Effective: 03/01/2008 (At 12:01 A.M. Standard Time) Named Insured: VALLEY COAST CONSTRUCTION, INC. The insurance provided by this policy for the benefit of the Additional Insured shown in the Schedule shall be primary insurance as specifically described in: COMMERCIAL GENERAL LIABILITY COVERAGE FORM CG 0001 Section IV Commercial General Liability Conditions, 4. Other Insurance a. Primary Insurance SCHEDULE Name of Person or Organization: "ANY PERSON OR ORGANIZATION FOR WHOM A CERTIFICATE OF INSURANCE IS ON FILE WITH THE COMPANY" GE CG 827A (11-97) ACQRPM CERTIFICATE OF LIABILITY INSURANCE wzz/loos PRODUCER (559)650-3555 FAX (559)650-3558 Landscape Contractors (Lic#0755906) Insurance Services, Inc. 1*JL835 N. Fine Avenue •esno, CA 93727 INSURED Valley Coast Construction, Inc. 3388 Channel Way San Diego, CA 92110 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 INSURERA: Northern Insurance Co of NY INSURER B: .• ~ INSURERC: INSURER D: INSURER E: NAIC# 19372 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRITR •-'«Vl; --" A (VDD'L NSRf TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ~~[ CLAIMS MADE | [ OCCUR GEN'L AGGREGATE LIMIT APPLIES PER:->oucYnjpERc°f ruoc AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY | OCCUR | | CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER WC 43685107 00 POLICY EFFECTIVEDATE (MM/DD/YY> 03/01/2008 POLICY EXPIRATIONDATE IMM/DD/YYI 03/01/2009 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPRFMISFS lt=a nrr. irenre) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGQ EACH OCCURRENCE AGGREGATE V WC STATU- OTH-A TORY LIMITS ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1,000,000 $ 1,000,000 $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS*E: Bid #PWS09-08REC Project #45031: Leo Carrillo Ranch Event Area Expansion tote a 10-day notice of cancellation will be given for non-payment of premiums or non-reporting af payroll CERTIFICATE HOLDER CANCELLATION ^ City of Carlsbad ENgineering Department ****' Attn: Patrick Vaughan 5950 El Camino Real Carlsbad, CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE v A f ' Debbie Cerkueira/NANETT ^^ (M^^ ACORD 25 (2001/08)©ACORD CORPORATION 1988 BIDDER'S STATEMENT RE DEBARMENT I 1 1 1 1 1 1 r i i i i i i i i LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 1 ) Have you or any of your subcontractors ever been debarred as an irresponsible another jurisdiction in the State of California? bidder by 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: (name of Contractor) ^ — ) Bv: ^-^j> ^— S- — " ~~~— - <^ (sign here) ^ (print name/title) Paqe / of If paaes of this Re Debarment form mW Revised 05/0 1/08 Contract No. 45031 Page 22 of 102 P BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ^^ (To Accompany Proposal) LEO CARRILLO RANCH EVENT AREA EXPANSION ^ CONTRACT NO. 45031 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, ^B California 9589R I I I r i i i i i i \r %» I I California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page I of <^~ pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 45031 Page 23 of 102 Pages *T BIDDER'S DISCLOSURE OF DISCIPLINE RECORD — (CONTINUED) • (To Accompany Proposal) m LEO CARRILLO RANCH EVENT AREA EXPANSION I CONTRACT NO. 45031 1 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. i i I i i I (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: (name of Contractor) By: (sign here) (print name/title) Page <^ of *2- pages of this Disclosure of Discipline form Revised 05/01/08 Contract No. 45031 Page 24 of 102 Pages _ • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 State of California ) ) ss. County of _, being first duly sworn, deposes (Name of Bidder) iTUand says that he onfes- 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 £- day of £jJZJl&*nJ) o* ?n n V Signature of Bidder Subscribed and sworn to before me on the ^ day of ^Jj^&4^>-^^ 20 Q57. (NOTARY SEAL)--......., AEL°COMMl663128 Signature of otary Notary Public • California 5 San Diego County •* . Expires May2. JOIO [ Contract No. 45031 Page 25 of 102 Pages Citv of Carlsbad Public Works - Contract Administration November 18, 2008 ADDENDUM NO. 1 RE: LEO CARRILLO RANCH EVENT AREA EXPANSION, BID NO. PWS09-08REC Please include this addendum in the Request for Bid you have for the above project: This addendum—receipt acknowledged—must be attached to your bid when it is submitted. VIS Sr. Contract Administrator ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 -Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 - FAX (760) 602-8562 ADDENDUM NO. 1 LEO CARRILLO RANCH EVENT AREA EXPANSION AS PART OF CONTRACT NO. 45031 BID NO. PWS09-08REC City of Carlsbad Carlsbad, California NOVEMBER 12, 2008 City of Carlsbad Recreation - Park Development 799 Pine Ave., Suite 200 Carlsbad, CA 92008 Liz Ketabian, Park Planner NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. All trades affected shall be fully advised of these changes, deletions, or additions. This Addendum consists of (2) pages and (1) attached item (Information to Bidders) ITEM NO. ONE: CUT OFF DATE FOR QUESTIONS PERTAINING TO THE PROJECT Please see the attached INFORMATION TO BIDDERS sheet regarding the deadline for submitting questions for the project. ITEM NO. 2 : LIGHT POLES- Sheet 3 of Plans, Lighting Legend indicates symbol/abbreviation "ep" for end post and Construction Plan on Sheet 3 indicates "eb" as location for end post, "eb" on the Construction Plans shall be synonymous with "ep" in the Lighting legend. ITEM NO. 3: CLARIFICATIONS: CLARIFICATION NO. 1- LIGHT POLES- Two light poles are indicated on Sheet 3 of Plans. One light pole (materials only) is to be supplied by the City and the other is to be furnished and supplied by the contractor. Both are to be installed by the contractor. CLARIFICATION NO. 2- DISPOSAL OF EXCAVATED CLEAN SOIL MATERIALS- Clean soil materials excavated for the construction of the service drive improvements and the flagstone patio construction may be spread out on site in the meadow area as directed by the Owner and in a manner so as not to change or impede existing drainage patterns of the meadow area. All other non clean or unsuitable materials shall be hauled and disposed of off site in accordance with the specifications. CLARIFICATION NO. 3- ARTIFICIAL TURF- Contractor shall coordinate w/ City Parks Staff for the removal of the artificial turf which is to removed and stored by the Parks staff. A 3-day notification shall be given to the Owner for this item of work to allow for scheduling of this item with the City Parks staff. INFORMATION TO BIDDERS Questions on the bid documents during the bid period shall be submitted in writing, via facsimile, solely to: Liz Ketabian, Park Planner Fax No. 760-434-5088 Questions shall be definite and certain and shall reference applicable drawing sheets, notes, details, or specification sections and/or page number. The cut off date to submit questions regarding this project is 4:00 PM, November 20, 2008. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project 5 days prior to bid opening. For additional information concerning questions on the bid documents, refer to Notice Inviting Bids, page 6. of Carlsbad Public Works - Contract Administration November 25, 2008 ADDENDUM NO. 2 RE: LEO CARRILLO RANCH EVENT AREA EXPANSION BID NO. PWS09-08REC, CONTRACT NO. 45031 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Sr. Contract Administrator Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 "'Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 6O2-8562 ADDENDUM NO. 2 LEO CARRILLO RANCH EVENT AREA EXPANSION AS PART OF CONTRACT NO. 45031 BID NO. PWS09-08REC City of Carlsbad Carlsbad, California NOVEMBER 24, 2008 City of Carlsbad Recreation - Park Development 799 Pine Ave, Suite 200 Carlsbad, CA 92008 Liz Ketabian, Park Planner NOTICE: This Addendum forms a part of the Contract Documents for the above identified project and modifies portions of the original Contract Specifications. Documents not specifically mentioned in this Addendum remain in full force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject bidder to disqualification. All trades affected shall be fully advised of these changes, deletions, or additions. This Addendum consists of one page with (1) item and a five (5) page attachment. ITEM LIGHT POLES- Two light poles are indicated on Sheet 3 of Plans. One light pole (materials only) is to be supplied by the City and the other is to be furnished and supplied by the contractor. Both are to be installed by the contractor. Sheet 4 of the plans indicates a detail for the Ranch Pole Light. Supplier for the fixture and the pole shall match existing light pole and fixture supplied by the City. Matching materials for new light pole shall be provided by: One Source Distributors _ 3951 Oceanic Drive Oceanside, CA 92056 Phone 760-966-4500 Fax: 760-966-4599 www. 1 sourcedist.com See also the "as built" information attached (5 pages) herein. ONESOURCE DISJUIBUTOliS ELECTRICAL/ELECTRONIC/AUTOMATION FIXTURE SUBMITTALS JOB: CARRILLO RANCH DATE: 05/22/02 TYPE MANUFACTUR DESCRIPTION/CATALOG NUMBER A/(POLE) A (FIXTURE)\L^_ 1 B v B (XFMR C D D (XFMR) E F F1 G H - en — JH BAXTER JH BAXTER — -OBT ' — LIGHTING SPJ LIGHTING STERNEfcv SPJ LIGHTING SPJ LIGHTING GARDO LIGHTING LIGHTOLIER LIGHTOLIER / LIGHTS OJ/ AMERICA HUB^ELL LIGHTING 12P MOD CROSS ARM W/45 DEGREE SUPPORT^ CLASSIC K HPS50 120 /^ SPJ11-16-CN. MTP600 PL6-1 75MH-RM-120-SW-PD-EC-B2/ Lu-02 / MTP300X.X DSP5-U-T9W-50HPS-1 20-BRP-CH 6pfWH213N1 "\ /LWB-220WB 120 VOLTS \, 9001 ^^^^-^ NVG-15GG [CATALOG NUMBER 12P MOD CROSS ARM W/45 DEGREE SUPPORT «-l/2" 1-1/2'T I 1" 1-1/2- t/2" *f- TYPE A UlZ £oc 0 0 Section A-A SPECIFICATIONS 1.0 General: Timber Wood Lighting Standards shall be of materials, sizes, styles, patterns and fabrication at specified herein and as shown on J.H Baxter detail drawings. 2.0 Lumber: Coast region Douglas fir only. Li laminating grade for strength and appear- ance is used for manufacturing. Construction grade on all exposed wide faces. Grades are described in current WCUB Grading Rules. 3.0 Laminating Requirements: Light Standards shall be laminated with adhesives meeting or exceeding the exterior durabifty performance requirements of most recent revision of U.S. Commercial Standard ANSI/AITC A190.1-1983. 4.0 Surface Finish, Appearance t Tolerance: Open defects such as knot holes exceeding 1/2* in diameter or wane exceedkig 1/4* x iS'snaH be filed wihwoodfiler. Sidee shall be surfaced four faces with edges eased to 3/8" radius. Tolerances shall be from +0 to -1/8* for width and thickness and ±1/4' in length. 5.0 Preservative Treatment: Standards wH be treated with 6% pentachtarophenol borne in light hydrocarbon solvent In conformance with AWPA Standards to a minimum net retention of .60 pounds per cubic foot of penta. AS standards win be incised on all four sides to 3/4' in depth from butt to 12 Inches above indicated ground mark. 6.0 Trademark: Each standard shall be branded to indfcate Manufacturer-Month-Year at 18* above Intended ground One. 7.0 Wrapping: Lighting standards wil be kidMdualy wrapped. 8.0 Embedment; As required by local codes and sollcondHlons. Designed by others. Refer to form no. SL-1281 for recommendations. 9.0 Top Protection: Metal cap must be Installed unless fixture is top mounted. Ce. ld«nt Mark Qtnd. Lln« Mark fUe«w«y Ent P *MS*ct.A-A L A r 12 P s11t ,1 s?p» t « •; • Pol* Details @QyC tP § 12 p STRAIGHT CONFIGURATION Thrat^Bf Veftwrf PECIFYING NORAL—CLASSIC Optics 1R=Top Reflector RR= Ring Reflector Mountings A= 17-11/16- -12-1/2 23-3/4' F= 12-3/6 e R1R= 26-7/8"27-1/2" R1S= 8-5/16' 6-5/16" 9-1/8" El= 6-5/16" Ul= f E2= 03 I •iO O E3= O 9-13/16' Accessories LB=LadderBar C^»ECIFYING MORAL —CLASSIC CATALOG NUMBER CLASSIC K HPS50 120 TYPE A This chart shows how to specify Noral Luminaires. The Classic The Classic Model is the primary design of The Classic Family of luminaires characterized by distinctive variety against a backdrop steeped in tradition. Material = A (Aluminum) The material used in all Noral luminaires is 99% pure, recycled aluminum. Silicone is added to the aluminum to enhance the strength of the casting. The integrity of the alloy is carefully monitored to assure its quality. Lamp Type: LAMPS BY OTHERS INC: One 200 watt (A-19, Medium base) PLC: One 26 watt (G24q-3,4-pin) A or F mount only, wall box required. HID: One SZTwatt MV, MH, or HPS ^f"» (ED-1X, Medium Base) A, F, El, E2 only (Wall box required for A and F Mount) Voltage: INC 120V PLC: 120V or 277V (HPF, electronic -5° starting temp.) HID: 120V, 208V, 240V, 277V (HPF, Core and coil -20° starting temp. Some restrictions may apply) El E2 E3 F K Ul R1R members of the Traditional Family, The < a variety of mountings. Straight Arm with luminaire above Lampost with single luminaire, adjustable height Lampost with twin luminaires, adjustable height Lampost with three luminaires, adjustable height/ Straight arm with luminaire below Ceiling mounted luminaire complete withj Additional chain available. Universal 3" post mount for Pedestal with Juarebase post. Lens: Lenses are opalescent polycarbonate. They are made in one piece giving them a good seal and making them simple to maintain. PO = Opalescent PT = Tinted Finish: Polyester powder coating and curing is used to obtain a fine finish and effective protection against the elements. Over the years, they'll remain as beautiful as they are when new. Standard Colors: BLK = Textured Black WHT = Textured White PAT = Patina Green Accessories: LB = Ladder Bar TYPE MODEL* INCANDESCENT Models 10 'A" PLC and HID Models 11Vi NOTE: NORAL RESERVES THE RIGHT TO CHANGE NRTbC ANY SPECIFICATION WTTHOUT NOTICE. Any dimension on this sheet is to be assumed as a reference dimension: 'Used for Information purposes only. It does not govern manufacturing or Inspection requirements.1 (ANSI Yf 4.5-1973) 5/95 Shown: Natural Copper / Frost Acrylic Model: SPJ11-11A-CN 12V SPJ11-11B-CN 120V Shown: Polished Copper / Louvre Model: SPJ11-12A-CN 12V SPJ11-12B-CN 120V 3V2" 83/4" Shown: Raw Copper / Frost Acrylic Model: SPJ11-13A-CN 12V SPJ11-13B-CN 120V 83/4" Shown: Polished Copper / Louvre Model: SPJ11-14A-CN 12V SPJ11-14B-CN 120V SPJ11-13C-CN Fluorescent SPJ11-14C-CN Fluoresi 41/2" Lamp: 18W Included Socket: Single Contact Bayonet 3V2" 2V2 Job Name: CARRILLO RANCH Cat.#:SPJll-16CN Fixture type: B 4V2" Lamp: 15WT-6 Include* Socket: Candelabra Ba: Lamp: 25WT-10 Includi Socket: Medium Base Not Shown: Fluorescer PL7,PL9or PL13 Shown: Polished Copper Model: SPJ11-15-CN Mounting: Surface Mount Socket: All Weather Ceramic EJectrlcal: 12V iamp: 20W Bi-Pin Included COPY Shown: Natural Copper /White SwIrX Shown: Raw Copper Model: SP/1 1-1 6-CN Mounting: Surface Mount Socket: Wedge Base Electrical: 12V Lamp: 12W Included l: SPJ11-17-CN Mounting: Surface Mou Socket: Wedge Base Electrical: 12V Lamp: 12W Included CONTRACT PUBLIC WORKS This agreement is made this /&. day of L^tfAsAjLLtiLM-^ , 20. by and between the City of Carlsbad, California, a municipal corporation,(jjhereinafter called "City"), and Valley Coast Construction Inc. whose principal place of business is 3388 Channel Way San Diego CA 92110 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for construction for an event patio expansion at a historic park. Work shall include but not be limited to the following items, demolition and clearing, removal of artificial turf, irrigation system repairs and expansion, sod turf placement, flagstone patio and seat walls, stabilized decomposed granite paths, site lighting and landscape plantings for: LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 05/01/08 Contract No. 45031 Page 26 of 102 Pages •;*"""" 5. Independent Investigation. Contractor has made an independent investigation of the ^•w" jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 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. *X»r' Revised 05/01/08 Contract No. 45031 Page 27 of 102 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation 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. Revised 05/01/08 Contract No. 45031 Page 28 of 102 Pages 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. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), and (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. Revised 05/01/08 Contract No. 45031 Page 29 of 102 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the prope/venue and jurisdiction for resolution of any disputes between the parties arising out of thiSyagreemeny^San Diego County, California. I have read and understand all provisions of Section 11 above. A *— init fy~"- init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1 720 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. Revised 05/01/08 Contract No. 45031 Page 30 of 102 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTO (print narne-and title) (sign here) (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy~C1tyAttoTney Revised 05/01/08 Contract No. 45031 Page 31 of 102 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ' Date personally appeared before me, ^ tfod&lti , Here Insert Name and Tifle of the Officer Name(s) of Sigrter(s) MARISELAOROZCO I COMM. #1663128 y. Notary Public - California § San Diego County -* My Comm. Expires May 2,2010 f who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officiaL^e Place Notary Seal Above Signature^ OPTIONAL iblic 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 Naj Capacity(ies) Signer's Name: (^X D Individual "X $ Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact RIGHT THUMBPRINT OF SIGNER D Trustee D Guardian or Conservator D Other: Signer Is Representing: Top of. thumb here ^.;-,s^:' .-^ Signer's Name^ D Individual S'Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of-thumb here Hi ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder:CallToll-Free 1-800-876-6827 Bond No. CE1227 Premium: Included In Performance Bond LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008- 336, adopted December 16, 2008, has awarded to VALLEY COAST CONSTRUCTION INC. (hereinafter designated as the "Principal"), a Contract for: LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 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, VALLEY COAST CONSTRUCTION INC., as Principal, (hereinafter designated as the "Contractor"), and One Hundred Sixty-Four Thousand Four Hundred Ti»enty-Six and No/iooths Dollars as Surety, are held firmly bound unto the City of Carlsbad in the sum of one hundred sixty four thousand four hundred twenty six Dollars ($164,426.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Am¥ Revised 05/01/08 Contract No. 45031 Page 32 of 102 Pages of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of ks&JJSijrtt)JlJL. , CONTRACTOR^? Val 1 eyJuoast Construct! on, I nc. Executed by SURETY this 19th day Of December 20 °8 SURETY: Contractors Bonding and Insurance Company (name of Surety) 111 Pacifica, Suite 350 Irvine. CA 92618 (address of Surety) 949-kA1-9110 (print name here) (title andtJrganjjation of signatory) (telephone number of Surety) (sign here) (print name here) (signature of Attorney-in-Fact) Tara Bacon, Attorney-in-fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization ofsignatory) (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 05/01/08 Contract No. 45031 Page 33 of 102 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Date personally appeared before me, } Here InSSrt Name'and Titlaof the Name(s) of SigneifSf MARISELA OROZCO i COMM. #1663128 z Notary Public • California g San Diego County •» My Comm. Expiresjte^2,j who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official se< Place Notary Seal Above Signature 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: Signer(s) Other Than Capacity(ies) ClaL Number of Pages:. Signer's Name: D Individual [X Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ Signer Is Representing: _ RIGHT THUMBPRINT OF SIGNER Top qf Ihymb here Signer's Name.; D Individual CXCorporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top_<}iJl5umb here ©2007 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder:Call Toll-Free 1 -800-876-6827 ACKNOWLEDGMENT State of California County of San Diego On December 19. 2008 before me, Minna Huovila. Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal Signature .„.,.. MINNA HUOVILA / My Commission Expires - (Seal) BONDS LIMITED POWER OF ATTORNEY INSURANCE Not Valid for Bonds Executed On or After: MARCH SIST, 2009 Power of Attorney Number: Only an unaltered original of this Power of Attorney document is valid. A valid original of this document is printed on gray security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company"). The original document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document is valid only if the bond is executed on or before the date indicated above. KHOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: DALE HARSHAW, TARA BACON, GEOFFREY SHELTON, BRADLEY R, ORR and JOHH c. STARICH its true and lawful Attorney{s)-in~Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company .————-• — •-— — •"'- — "• — — -"——— — ——-- — — — ——-* ——••*- — ^***—-*~>- — — **-**—*-«*-**'^*"'****'*4'**™**-»**'** •" — — *•**'***'**•"**•• CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. Bond Number CE1227 Signed and sealed this 19th . day of December 2008 R. Kirk Eland, Secretary CBIC • 1213 Valley Street * P.O. Box 9271 • Seattle, WA 98109-0271 (206)622-7053 • (800) 765-CBIC (Toll Free) • (800)950-1558 (FAX) PoaLPOA 08-US0061307 Certificate of Appointment and Resolution of the Board of Directors The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorncy(s)-in-Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RESOLVED, that the C HO. President. CH), any Vice President. Secretary or any Assistant Secretary, and any other employee as may be specifically authon/ed hy a particular board resolution (hereafter "Authorized Officer or Employee") may appoint attorney s-in-fact or agents w ith authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf oi the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations ofall kinds; and any Authorized Officer or Employee may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authon/ed Officer or Employee and attested and sealed (if a seal be required): or (ii) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in- tact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authori/cd Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorncys-in-fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to. so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain HI full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007. VTYon Sirkin. President Attest: R. Kirk Eland, Secretary State of Washington County of King On June 13, 2007 before me, Brenda J. Scott Notary Public, personally appeared Don Sirkin and R. Kirk Eland personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument. WITNESS my hand and official seal. J|(i^>.?..*-SpX **J Signature *ffiWWLlf MJW (seal) '•'Brenda J. Scott, Notary Public Bond No. CE1227 Premium: $2,268.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2008- 336, adopted December 16, 2008, has awarded to VALLEY COAST CONSTRUCTION INC. (hereinafter designated as the "Principal"), a Contract for: LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 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, VALLEY COAST CONSTRUCTION INC., as Principal, (hereinafter designated as the "Contractor"), and One Hundred Sixty-Four Thousand Four Hundred Twenty-Six and No/iooths Dollars as Surety, are held firmly bound unto the City of Carlsbad in the sum of one hundred sixty four thousand four hundred twenty six Dollars ($164,426.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Am& Revised 05/01/08 Contract No. 45031 Page 34 of 102 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of CWe/^jUl 20 CONTRACTOR: Valley Coast>Cbnstruction, Inc. ame'of Contractor) By: (print name here) Executed by SURETY this 19th day of December f 2Q08 SURETY: Contractors Bonding and Insurance Company (name of Surety) 111 Pacifica, Suite 350 Irvine, CA 92618 (address of Surety) 949-341-9110 lephone number^ Surety) By: (Title and Organization of Signatory)(signature of Attorney-in-Fact) (sign here) int name here) (Title afid Organfzation of signatory) Tara Bacon, Attorney-in-fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By:M>J Deputy City Attorney Revised 05/01/08 Contract No. 45031 Page 35 of 102 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Date personally appeared Name(s) of Sign^rjz) KARISELAOROZCO" COMM. #1663128 z Notary Public - California g Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL Signattn*"of Nofery Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:. Document Date: _. Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name:_ D Individual ^ Sf Corporate Officer — Title(s):, D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder:Call Toll-Free 1 -800-876-6827 ACKNOWLEDGMENT State of California County of San Diego On December 19. 2008 before me, Minna Huovila, Notary Public, personally appeared Tara Bacon, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature MINNA HUOVILA 5 COMM. #1778964 o NOTARY PUBLIC-CALIFORNIA » SAN DiEGO COUNTY 2 My Commission Expires • DECEMBER 6, 2011 g (Seal) BONDS ^H tfdue LIMITED POWER OF ATTORNEY INSURANCE Not Valid for Bonds Executed On or After:MARCH 31ST, 2009 Power of Attorney Number:147740 READ CAREFULLY- to be used only with the bond specified herein Only an unaltered original of this Power of Attorney document is valid. A valid original of this document is printed on gray security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company"). The original document contains a watermark with the letters "ebie" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document is valid only if the bond is executed on or before the date indicated above. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: DALE HARSHAW, TARA BACON, GEOFFREY SHELTON, BRADLEY R. ORR and JOHN C, STARICH its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company .— — — — — — •- — — -•— — •- ——— — .*•••»••••-- — -•». — .»• — .-«.•- — »•.•..•.•« — •»(- — 4* — -»*.^.^.^.*.-.-.«. ——— ——•- — -. >_..-._ — «._ CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, furthermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. Bond Number CE1227 ;, . •• ,, Signed and sealed this_' tl' \' ••'. f!> \ 19th day of. December 2008 CBIC • 1213 Valley Street • P.O. Box 9271 (206) 622-7053 • (800) 765-CBIC (Toll Free) R. Kirk Eland, Secretary Seattle, WA 98 109-0271 • (800) 950-1558 (FAX) PouLPOA.OX-USOOC.1307 Certificate of Appointment and Resolution of the Board of Directors ' • . The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attomcy(s)-in-Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RhSOLVhD, that the CEO, President, CK). any Vice President. Secretary or any Assistant Secretary, and any other employee as may be specifically authori/ed b\ a particular hoard resolution (hereafter "Authorized Officer or Employee") may appoint attorne\ s-in-fact or agents \\ ith authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds: and any Authorized Officer or Employee may remove any such attomey-in-tact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be required I; or (ii) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a dulv authorized attorney-in-fact or agent; or (iii) when duly executed and scaled (if a seal be required) by one or more attorneys-in- facl or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued b\ the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature anil seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attomeys-in-fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to. so called "fax or facsimile powers of attorney", where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond ( for example, a fax power of attorney may be attached to the final bond for a project for \\hicli the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. oV«r IN WITNESS WHEREOF. Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007. • Don Sirkin. President Attest:R. Kirk Eland, Secretary State of Washington County of King On June 13, 2007 before me, Brenda J. Scott Notary Public, personally appeared Don Sirkin and R. Kirk Eland personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument. WITNESS my hand and official seal. Signature (seal) Brenda J. Sam. Notary Public OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised 05/01/08 Contract No. 45031 Page 36 of 102 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature. Address 1635 Faraday Avenue. Carlsbad, CA 92008 For Contractor: Title Name Signature Address _ For Escrow Agent: Title Name Signature Address 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 05/01/08 Contract No. 45031 Page 37 of 102 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City:Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 For Contractor:Title Name Signature. Address For Escrow Agent:Title Name Signature Address Revised 05/01/08 Contract No. 45031 Page 38 of 102 Pages GENERAL PROVISIONS FOR LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Revised 5/1/08 Contract No.39611 Page 39 of 102 Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bulletins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - the City of Carlsbad, California. Agreement - See Contract. Assessment Act Contract - A Contract financed by special assessments authorized under a State Act or procedural ordinance of a City or County. Base - A layer of specified material of planned thickness placed immediately below the pavement or surfacing. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representa- tive. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including documentation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the general conditions, permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. ,„,*oRevised 5/1/08 Contract No.39611 Page 40 of 102 Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contractor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let. Days - Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier - Street light assembly complete, including foundation, standard, luminaire arm, luminaire, etc. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer - A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. oRevised 5/1/08 Contract No.39611 Page 41 of 102 Notice of Award - The written notice by the Agency to the successful Bidder stating that upon /^% compliance by it with the required conditions, the Agency will execute the Contract. --' Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. NPS- National Park Service 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. SHPO- State Historic Preservation Office Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Engineer, which show the location, character, dimensions, or details of the Work. /^S Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Proposal - See Bid. Reference Specifications - Those bulletins, standards, rules, methods of analysis or test, codes, and specifications of other agencies, engineering societies, or industrial associations referred to in the Contract Documents. These refer to the latest edition, including amendments in effect and published at the time of advertising the project or issuing the permit, unless specifically referred to by edition, volume, or date. Roadway - The portion of a street reserved for vehicular use. Service Connection - Service connections are all or any portion of the conduit, cable, or duct, including meter, between a utility distribution line and an individual consumer. Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial waste. Specifications - Standard Specifications, Reference Specifications, Special Provisions, and '****t| specifications in Supplemental Agreements between the Contractor and the Board. -"" Revised 5/1/08 ' Contract No.39611 Page 42 of 102 Special Provisions - Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast arms, etc. Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. Standard Specifications - The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State - State of California. Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm water. Street-Any road, highway, parkway, freeway, alley, walk, or way. Subbase - A layer of specified material of planned thickness between a base and the subgrade. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base, subbase, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne - Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. oRevised 5/1/08 Contract No.39611 Page 43 of 102 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage Abbreviation Word or Words ABAN Abandon ABAND Abandoned ABS Acrylonitrile - butadiene - styrene AC Asphalt Concrete AGP Asbestos cement pipe ACWS Asphalt concrete wearing surface ALT Alternate ARTS Apartment and Apartments AMER STD American Standard AWG American Wire Gage (nonferrous wire) BC Beginning of curve BCR Beginning of curb return BDRY Boundary BF Bottom of footing BLDG Building and Buildings BM Bench mark BVC Beginning of vertical curve B/W Back of wall C/C Center to center CAB Crushed aggregate base CAL/OSHA California Occupational Safety and Health Administration CalTrans California Department of Transportation CAP Corrugated aluminum pipe CB Catch Basin Cb Curb CBP Catch Basin Connection Pipe CBR California Bearing Ratio CCR California Code of Regulations CCTV Closed Circuit TV CES Carlsbad Engineering Standards CF Curb face CF Cubic foot C&G Curb and gutter CFR Code of Federal Regulations CFS Cubic Feet per Second CIP Cast iron pipe CIPP Cast-in place, pipe CL Clearance, center line CLF Chain link fence CMB Crushed miscellaneous base CMC Cement mortar-coated CML Cement mortar-lined CMWD Carlsbad Municipal Water District CO Cleanout (Sewer) COL Column COMM Commercial CONG Concrete CONN Connection CONST Construct, Construction COORD Coordinate CSP Corrugated steel pipe CSSD Carlsbad Supplemental Standard Drawings CTB Cement treated base CV Check valve CY Cubic yard D Load of pipe dB Decibels DBL Double DF Douglas fir DIA Diameter DIP Ductile iron pipe DL Dead load DR Dimension Ratio DT Drain Tile DWG Drawing DWY Driveway DWY APPR Driveway approach E Electric EA Each EC End of curve ECR End of curb return EF Each face EG Edge of gutter EGL Energy grade line El Elevation ELC Electrolier lighting conduit ELT Extra long ton ENGR Engineer, Engineering EP Edge of pavement ESMT .' Easement ETB Emulsion-treated base EVC End of vertical curb EWA Encina Wastewater Authority EXC Excavation EXP JT Expansion joint EXST Existing F Fahrenheit F&C Frame and cover F&l Furnish and install FAB Fabricate FAS Flashing arrow sign FD Floor drain FDN Foundation o Revised 5/1/08 Contract No.39611 Page 44 of 102 FED SPEC Federal Specification FG Finished grade FH Fire hydrant FL Flow line FS Finished surface FT-LB Foot-pound FTG Footing FW Face of wall G Gas GA Gauge GAL Gallon and Gallons GALV Galvanized GAR Garage and Garages GIP Galvanized iron pipe GL Ground line or grade line GM Gas meter GNV Ground Not Visible GP Guy pole GPM gallons per minute GR Grade GRTG Grating GSP Galvanized steel pipe H High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic IE Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint L Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LWD Leucadia Wastewater District MAINT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL . Mean Sea Level (Reg. Standard Drawing M-12) MTBM Microtunneling Boring Machine MULT Multiple MUTCD.... Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMWD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT R/W Private right-of-way Q Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant R Radius R&O Rock and oil R/W Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RGB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer S Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SDRSD San Diego Regional Standard Drawings SE Sand EquivalentoRevised 5/1/08 Contract No.39611 Page 45 of 102 SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction STHWY State highway STA Station STD Standard SIR Straight SIR GR Straight grade STRUC Structural/Structure SW Sidewalk SWD Sidewalk drain SY Square yard T Telephone TAN Tangent TC Top of curb TEL Telephone TF Top of footing TOPO Topography 1-3.3 Institutions. TR Tract TRANS Transition TS Traffic signal or transition structure TSC Traffic signal conduit TSS Traffic signal standard TW Top of wall TYP Typical UE Underground Electric USA Underground Service Alert VAR Varies, Variable VB Valve box VC Vertical curve VCP Vitrified clay pipe VERT Vertical VOL Volume VWD Vallecitos Water District W Water, Wider or Width, as applicable WATCH Work Area Traffic Control Handbook Wl Wrought iron WM Water meter WPJ Weakened plane joint XCONN Cross connection XSEC Cross section Abbreviation Word or Words AASHTO American Association of State Highway and Transportation Officials AISC American Institute of Steel Construction ANSI American National Standards Institute API American Petroleum Institute AREA American Railway Engineering Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWS American Welding Society AWWA American Water Works Association FHWA Federal Highway Administration GRI Geosynthetic Research Institute NEMA National Electrical Manufacturers Association NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce) UL Underwriters' Laboratories Inc. USGS United States Geological Survey 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test requirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may not be exactly equivalent. Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. Revised 5/1/08 Contract No.39611 Page 46 of 102 /**""• 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (urn) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter(m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft) 0.0929 square meter (nr) 1 square yard (yd ) 0.8361 square meter (mz) 1 cubic foot (ft3),. 0.0283 cubic meter (m,) 1 cubic yard (yd ) 0.7646 cubic meter (m) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilpgram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal' second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm /s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (Ibf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo(k) 10' centi(c) 10, milli(m) 10"3 micro (n) 10" nano(n) 10" pico(p) 10"12 1-5 SYMBOLS A Delta, the central angle or angle between tangents Z Angle % Percent Feet or minutes Inches or seconds1 Number / per or (between words) Degree PL Property line CL Centerline SL Survey line or station line Revised 5/1/08 Contract No.39611 Page 47 of 102 SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construe- tion of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as otherwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by procedures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. A•^ Revised 5/1/08 Contract No.39611 Page 48 of 102 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcontracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. 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. Revised 5/1/08 Contract No.39611 Page 49 of 102 All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the ****•>. business of insurance in California and whose assets exceed their liabilities in an amount equal ^*- to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiving notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. ^^^ 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Engineer shall have access at all times. The specifications for the work include the project technical specifications, Carlsbad Engineering Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2006 Edition (Part 2 & 3), and any and all supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set of drawings designated as Leo Carrillo Ranch Event Area Expansion, City Project No. 45031. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Engineering Standards, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District, hereinafter designated as CES. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the ^^ Specifications, shall be as though shown on or specified in both. ""HKHi-J-'l^ Am¥ Revised 5/1 /08 Contract No.39611 Page 50 of 102 The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Carlsbad General Provisions. 3) Technical Specifications 4) Plans 5) City of Carlsbad Engineering Standards, 2006 Edition 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans 8) Standard Specifications for Public Works Construction 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2- 5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Documents, unless such deviations were specifically called to the attention of the Engineer in the letter of transmittal. The Contractor shall be responsible for the correctness of the submittals. The Contractor shall allow a minimum of 20 working days for review of submittals unless otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of transmittal. Revised 5/1/08 Contract No.39611 Page 51 of 102 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-C1 would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. Six copies and one reproducible shall be submitted. If no revisions are required, three of the copies will be returned to the Contractor. If revisions are required, the Engineer will return one copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return two of the copies to the Contractor and retain the remaining copies and the reproducible. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the A•^ Revised 5/1/08 Contract No.39611 Page 52 of 102 Engineer. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1) List of Subcontractors 2) List of Materials 3) Certifications 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) Concrete mix designs 7) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation sys- tems,and may also be required for any product, manufactured item, or system. 2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all materials, equipment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. All soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are available for inspection at the office of the Engineer. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. 2-9 SURVEYING. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations Am¥ Revised 5/1/08 Contract No.39611 Page 53 of 102 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. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the quality and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the finished work. Grades for underground conduits will be set at the surface of the ground. The Contractor shall transfer them to the bottom of the trench. 2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Engineer or an authorized representative. The decision of the Engineer is final and binding on all questions relating to: quantities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless otherwise ordered by the Board. 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. m¥ Revised 5/1/08 Contract No.39611 Page 54 of 102 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer. The Contractor shall notify the Engineer before noon of the working day before inspection is required. Work shall be done only in the presence of the Engineer, unless otherwise authorized. Any work done without proper inspection will be subject to rejection. The Engineer and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. A*¥ Revised 5/1/08 Contract No.39611 Page 55 of 102 3-2.2 Payment. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement can not be reached, the Engineer may direct the Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Engineer so stating its elimination. If material conforming to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Engineer, and if the order for that material can not be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is returnable, the material shall be returned and payment will be made to the Contractor for the actual cost of charges made by the supplier for returning the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer determines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. m¥ Revised 5/1/08 Contract No.39611 Page 56 of 102 The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, services, material, and equipment. These items must be different in their nature from those required for the Work, and be of a type not ordinarily available from the Contractor or Subcontractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be submitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: Revised 5/1/08 Contract No.39611 Page 57 of 102 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures ..15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Engineer on forms approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other services and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1 . Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1 . Subsurface or latent physical conditions differing materially from those represented in the contract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accor- dance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect Am¥ Revised 5/1/08 Contract No. 3961 1 Page 58 of 102 performance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. m¥ Revised 5/1/08 Contract No.39611 Page 59 of 102 It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (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 Revised 5/1/08 Contract No.39611 Page 60 of 102 or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the 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 Revised 5/1/08 Contract No.39611 Page 61 of 102 (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 of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Engineer's approval. Revised 5/1/08 Contract No.39611 Page 62 of 102 Materials and work quality not conforming to the requirements of the Specifications shall be considered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Engineer. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Engineer may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifications. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facilities and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Contract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical materials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed electrical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory Revised 5/1/08 Contract No.39611 Page 63 of 102 (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Engineer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. A•^ Revised 5/1/08 Contract No.39611 Page 64 of 102 4-1.5 Certification. The Engineer may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Engineer shall determine whether the material offered is equivalent to that specified. Adequate time shall be allowed for the Engineer to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equipment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its intended function. Test methods shall be subject to the approval of the Engineer. Test results shall be reported promptly to the Engineer, who will evaluate the results and determine if the substitute item is equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Engineer. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportioning materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior to operation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the Revised 5/1 /08 Contract No.39611 Page 65 of 102 scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative investigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolution process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Contractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may provide engineering recommendations as necessary. Unless otherwise agreed, the committee will have 30 calendar days from its formation to complete their review and submit their findings. The final resolution of the committee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: A•^ Revised 5/1/08 Contract No.39611 Page 66 of 102 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an acceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written notification and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless otherwise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes for the con- tradiction, the assignable party, the Agency or the Contractor, shall bear all costs associ- ated with the investigation. Should assignable causes for the contradiction extended to both parties, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assign- able cause, the investigation will assign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investigative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. Am& Revised 5/1/08 Contract No.39611 Page 67 of 102 As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 3. Provide other acceptable means to prevent embedment in or bonding to the concrete. Where concrete is used for backfill or for structures which would result in embedment, or partial embedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Engineer and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area /-^ affected by the Work will complete their necessary installations, relocations, repairs, or " Revised 5/1/08 Contract No.39611 Page 68 of 102 replacements before commencement of work by the Contractor. When the Plans or Specifications indicate that a utility installation is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition, and supplements thereto -Utilities which are relocated in order to avoid interference shall be protected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Engineer may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for its convenience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate service connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Engineer, the Contractor shall arrange for the relocation of service connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such service connections will be paid for in accordance with provisions of Section 3-3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering service connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. /J mW Revised 5/1/08 Contract No.39611 Page 69 of 102 The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 14 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule •^ Revised 5/1/08 Contract No.39611 Page 70 of 102 shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. 6-1.2.1 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. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. 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 25 and 100 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 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. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. Revised 5/1/08 Contract No.39611 Page 71 of 102 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will not receive payment for the schedule. 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. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. 6-1.3 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 Am¥ Revised 5/1/08 Contract No.39611 Page 72 of 102 the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. 6-1.3.3 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. 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. 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. 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. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work. 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. 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. 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 Revised 5/1/08 Contract No.39611 Page 73 of 102 project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1 , including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1 . 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. 6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore park and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all excavations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. Revised 5/1/08 Contract No. 3961 1 Page 74 of 102 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: foundation walls, footings, structural bracing for walls, concrete flooring, roofing and restorations of wood cupola, exterior stairs, and entry doors. All work shall be done in accordance with The Secretary of the Interior's Standards for the Treatment of Historic Properties. Work under this contract shall also include minimal site grading and drainage improvements. 6-2.3 Project Meetings. The Engineer will establish the time and location of bi weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Agency without liability for damage, when in the Agency's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Agency's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above Revised 5/1/08 Contract No.39611 Page 75 of 102 reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and its Surety and may be deducted from any money due or becoming due from the Agency. If the sums due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Work make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifications. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. If delays beyond the Contractor's control are caused by events other than those mentioned above, the Engineer may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. Revised 5/1/08 Contract No.3961 1 Page 76 of 102 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages incurred due to delays for which the Agency is responsible. Such actual costs will be determined by the Engineer. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Engineer. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Contract for such portion. Unless otherwise specified, the time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 50_working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work Revised 5/1/08 Contract No.39611 Page 77 of 102 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. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Otherwise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Agency. Upon such certification by the Engineer the Agency may accept the completed Work. Upon the Agency's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Engineer, after notice to do so from the Engineer, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perform this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time allowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of $1,500 per day. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $900 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. m¥ Revised 5/1/08 Contract No.39611 Page 78 of 102 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negligence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into service and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applicable provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Agency has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Contractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. Revised 5/1/08 Contract No.39611 Page 79 of 102 7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the ^ Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Engineer the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' com- pensation or to undertake self-insurance in accordance with the provi- sions of that code, and I will comply with such provisions before com- mencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. ^^ All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and other permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all permits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. Resource agency permits are not a requirement of work for this project. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. -•«% An alternative representative may be designated as well. The representative or alternate shall be •^ Revised 5/1/08 Contract No.39611 Page 80 of 102 present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others, the Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self- loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. *¥ Revised 5/1/08 Contract No.39611 Page 81 of 102 Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and form lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not'draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. m¥ Revised 5/1/08 Contract No.39611 Page 82 of 102 The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. 7-8.6 To obtain coverage under general permit of Order Number 99-08-DWQ the landowner, which is typically the City, must file a Notice of Intent (NOI) with the SWRCB. A model Storm Water Pollution Prevention Plan (SWPPP) will not be a requirement for this project, however, BMP's for water pollution prevention will be required and a copy of these can be obtained from the Project Manager for use in implementing BMP's for the project. iAII costs for preparing and implementing the Storm Water Pollution Prevention BMP's shall be included as part of the contract price bid. 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags,, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the park site which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a portion of a sprinkler system within the site must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to owner to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the park which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. Revised 5/1 /08 Contract No.39611 Page 83 of 102 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Park Access. Park will remain open to the public during the construction for this project. Arrangements must be made with the Inspector for access to begin work before park opens to public in the morning. All equipment and tools shall not be a nuisance or hazard to the general public and the area shall receive temporary fencing to protect the project site from other ongoing park operations. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the California Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Engineer if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. Section 7-10.4.4 is not applicable to this contract. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administering and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Engineer. The CSEP shall address all potential physical and environmental hazards and contain procedures for safe entry into confined spaces, including, but not limited to the following: 1. Training of personnel 2. Controlled access to the space 3. Ventilation of the space 4. Special hazards consideration 5. Personal protective equipment The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Section 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required confined spaces until the pre-entry procedures demonstrate otherwise. The Contractor shall implement a permit space program prior to performing any work in a permit- required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. m4* Revised 5/1/08 Contract No.39611 Page 84 of 102 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and National laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Facilities for Agency personnel does not apply to this contract. SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. Am¥ Revised 5/1/08 Contract No.39611 Page 85 of 102 9-1.1 General. Unless otherwise specified, quantities of work shall be determined from measurements or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless otherwise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the intervening horizontal or vertical dimension. The planimeter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections involved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales or, when approved by the Engineer, on a completely automated weighing and recording system. The Contractor shall furnish the Engineer with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Engineer, the Contractor shall submit to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for determining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material.o Revised 5/1/08 Contract No.39611 Page 86 of 102 Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6- 10. Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on, completed work and change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) Revised 5/1/08 Contract No.39611 Page 87 of 102 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. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the remainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining progress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a •^ Revised 5/1/08 Contract No.39611 Page 88 of 102 reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. Revised 5/1/08 Contract No.39611 Page 89 of 102 SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2.2(6). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(8). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL o Sieve Sizes 50-mm (2") 37.5-mm(11/2") 19-mm(3/4") 12.5-mm (V) 9.5-mm (%") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-|jm (no. 200) Percen Type A — — 100 95-100 70-100 0-55 0-10 0-3 tage Passing TypeB 100 95-100 50-100 — 15-55 0-25 0-5 0-3 TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL Sieve Sizes 25-mm(1") 19-mm (3/4") 9.5-mm (3/8") 4.75-mm (No. 4) 2.36-mm (No. 8) 600-pm (No. 30) 300-um (No. 50) 75-|jm (no. 200) Percentage Passing 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Revised 5/1/08 Contract No.39611 Page 90 of 102 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval. AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1" — 100 3/4" 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the •^ Revised 5/1/08 Contract No.39611 Page 91 of 102 requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE Delete this section & replace with the following CSI Section found in Part 4: Section 03300 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a Yz" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. V Revised 5/1/08 Contract No.39611 Page 92 of 102 Acceptable Products: "Sonneborn NPII"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD This Section does not apply to work to be performed or carried out with this contract. SECTION 206 - MISCELLANEOUS METAL ITEMS This Section does not apply to work to be performed or carried out with this contract. 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 D67 1-81 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 >50jlynes/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) Revised 5/1/08 Contract No.39611 Page 93 of 102 TABLE 207-25.1(8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) o Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (1/4 Ton) Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N Am¥ Revised 5/1/08 Contract No.3961 1 Page 94 of 10 Application of Geotextile Plant Protection Covering Erosion Control Fence with and 3 m (10') Post Spacing Erosion Control Fence with Fencing 14AWG- 1.8 m(6') 150 Post mm X 150mm(6"x6")Wire Spacing and No Wire Type Designation 90N 90WS 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. 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 aggregate base, concrete, fencing, existing gate, 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. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be included in the contract lump sum price bid. 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. Revised 5/1/08 Contract No.39611 Page 95 of 102 300-2 UNCLASSIFIED EXCAVATION. ~^ 300-2.1 General, add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. 300-2.2.1 General, add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable s^r fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.5 Slopes, add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 Payment, add the following: Payment for work performed under sections 300-2.2.1, 300-2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable, shall be made for the actual labor, materials and equipment used to accomplish the work as per section 3-3 EXTRA WORK of the specifications. 300-2.9 Payment substitute the following. Only the quantity of unclassified excavation measured shall be paid for. No excavated material which is re-excavated will be paid for. For progress payments, the quantity of unclassified excavation shall be estimated by the Engineer. "*""s The Engineer's calculations shall be considered the definitive determinant for quantities for final Revised 5/1/08 Contract No.39611 Page 96 of 102 payment. All topographic surveying and calculations necessary to quantify payment quantities for Unclassified Excavation shall be performed by the Engineer. 300-2.9 Payment, substitute the following: Payment for all unclassified excavation will be made at the Contract Lump Sum price bid for unclassified excavation and shall include compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transitions will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling of selected material will be paid for at the Contract Lump Sum price for unclassified excavation. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Lump Sump Price for unclassified excavation and no additional compensation will be allowed therefore. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall 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 300-3.6 Payment, add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill, and no additional compensation will be made therefore. 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. Am¥ Revised 5/1/08 Contract No.39611 Page 97 of 102 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2006 as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003on 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: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution Revised 5/1/08 Contract No.39611 Page 98 of 102 control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefore. 300-13 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-13.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP,". The SWPPP shall conform to the requirements of the "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 BMP measures 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. 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: Am& Revised 5/1/08 Contract No.39611 Page 99 of 102 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: 300-13-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. 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. Add the following section: Revised 5/1/08 Contract No.39611 Page 100 of 102 300-13.1.4 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 5/1/08 Contract No.3961 1 Page 101 of 102 SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. ther 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. SECTION 303 - CONCRETE & MASONRY CONSTRUCTION This Section has been replaced with CSI Formatted Sections 03300, Part 4 of the Contract Specifications. SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 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 property compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid and no additional payment will be made. SECTION 310-PAINTING This Section does not pertain to the scope of work for this project. •^ Revised 5/1/08 Contract No.39611 Page 102 of 102 TECHNICAL SPECIFICATIONS LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02050 ^"% DEMOLITION PART 1 - GENERAL 1.1 SUMMARY This Section includes requirements for demolition and removal including, clearing and grubbing, and removal of all other existing improvements within the limits of work as indicated on the drawings. This Section also includes the installation of temporary construction fencing. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A10.6, 1983 Demolition Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. /*% 3. State of California Department of Transportation (Caltrans) Standard Specifications, Latest Edition. B. Standard Drawings 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 3. State of California Department of Transportation (Caltrans) Standard Plans, Latest Edition. 4. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. 1.3 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be ^^ retained and determine the requirements for protection. ^^ LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and power lines, which may create a safety hazard. 1.4 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. B. Prior to commencing the work, the Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of exposed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with requirements of the City and the California State Water Resources Control Board. Construction water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto adjacent properties. California Storm Water Best Management Practices shall be implemented. A SWWP plan will not be required for this project, however Best Management Practices shall be followed to prevent excess stormwater discharge from leaving the construction zone. D. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface prior to acceptance. Provide appropriate erosion control and sediment control measures to prevent water-borne soil from leaving the site. A Storm Water Pollution Prevention Plan is not included with these plans; however, the contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the work site. The contractor shall be responsible to clean up any soil deposited in the project site, public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain and to LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION prevent sediment from entering the public or private storm drain system during construction. 1.5 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. Section 02110, "Site Clearing" 1.6 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. PART 2 - PRODUCTS 2.1 TEMPORARY CONSTRUCTION FENCING A. Temporary construction fencing shall consist of chain link fencing. Fence height shall be 6', with appropriate access gates, which shall be lockable and secured when construction is not in progress. A duplicate key for access shall be provided to the Project Inspector for emergency access and use only. See plans for fencing locations. PART 3 - EXECUTION 3.1 GENERAL A. Perform all demolition and removals as described in this Section. B. Protect all facilities to remain. C. Comply with Federal, State, and local hauling and disposal regulations. D. Coordinate demolition and removal operations with the requirements of Section 02110, "Site Clearing". E. Coordinate demolition and removal operations for on-site work with demolition and removal required for construction of improvements. Comply with all traffic control requirements required by the Owner and the City of Carlsbad for construction traffic. Park will remain open to the public during construction operations for the project. Coordinate w/ Park staff regarding ingress, egress and access during all construction operations. F. Prevent the spread of dust and debris, and avoid the creation of a nuisance or hazard in the surrounding area. G. Provide weather protection during the construction period to prevent erosion of the site or deposition of sediment onto adjacent property. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION H. Noise shall be kept at a reasonable level (in the opinion of Owner) as related to specific items of equipment used, and their hours of use. This does not preclude the use of mechanical equipment, i.e., jackhammers, etc. I. Provide temporary construction fencing, in accordance with Section 2.01 above. Exact location of temporary construction fencing shall be approved by the Owner prior too installation. 3.2 SPECIFIC REQUIREMENTS A. Demolish and remove existing improvements, including but not limited to the following: 1. Site improvements, including decomposed granite surfacing, artificial turf, ice plant and tree stumps and other items as indicated on demolition plans. 2. Cut and cap existing buried piping where indicated to be abandoned in place. Cap shall be the same size and made of the same material as the pipe being abandoned. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02110 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY This Section covers the requirements for site clearing, including clearing and grubbing, removal of existing ice plant and tree stumps and other items as specified below in preparation for earthwork operations for patio construction. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A10.6, 1983 Demolition Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. B. Standard Drawings 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 3. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. 1.3 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Contact Parks Staff for locating on site underground utilities, irrigation and electrical to assist in on site locations for these underground utilities. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines which may create a safety hazard. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1.4 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the drawings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot- holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. 1.5 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. Section 02010, "Demolition and Removal" 1.6 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 - PRODUCTS Not applicable to this section. PART 3 - EXECUTION 3.1 GENERAL A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the drawings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. B. The Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot- LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provided direction. C. Perform all clearing and grubbing as defined in Section 300-1.1, 300-1.2, 300-1.3 Items A, B and C, of the Standard Specifications, and as described in this Section. D. Coordinate clearing and grubbing with the requirements of Section 0201 0, "Demolition and Removal", and Section 02200, "Earthwork for Structures and Pavement". E. The Contractor shall protect existing facilities and landscape outside the limits of work and shall exercise care to avoid damage to existing facilities to remain. G. The Contractor shall take all means to avoid the spread of dust to adjacent property or the public right-of-way. The Contractor shall be responsible for street sweeping and cleaning of the public right-of-way and adjacent property. H. Provide weather protection during the construction period to prevent erosion or sedimentation onto the public right-of-way or adjacent property. I. Disconnection and protection of utilities: Preserve in operating condition all active utilities traversing the site and servicing adjacent structures. Protect all property including, but not necessarily limited to mains, manholes, catch basins, valve boxes, poles, guys, and other appurtenances. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02200 EARTHWORK PART 1 - GENERAL 1.1 SUMMARY A. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02110, "Site Clearing & Demolition" 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Comply with the applicable reference specifications as specified in the GENERAL PROVISIONS. B. Comply with the current provisions of the following Codes and Standards: 1. Commercial Standards: ASTM C136 ASTM D 422 ASTM D 1556 ASTM D 1557 ASTM D 2166 ASTM D 2419 ASTM D 2487 Test Method for Sieve Analysis of Fine and Coarse Aggregates. Test Method for Particle-Size Analysis of Soils. Test Method for Density of Soil in Place by the Sand Cone Method. Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop. Test Method for Unconfined Compressive Strength of Soils. Test Method for Sand Equivalent Value of Soils and Fine Aggregate. Classification of Soils for Engineering Purposes. ASTM D 2922 Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). LEO CARRILLO RANCH EVENT AREA EXPANSION CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS ASTM D 3017 Test Methods for Moisture Content of Soil & Rock in Place by Nuclear Methods (Shallow Depth). UBC No. 29-2 Test Method for Expansion Index of Soils. 2. Standard Specifications: SSPWC Section 211 Soil and Aggregate Tests SSPWC Section 300 Earthwork SSPWC Section 306-1 Open Trench Operations 3. Uniform Building Code 4. California Labor Code 1.4 CONTRACTOR SUBMITTALS A. Submittals, including samples of materials, shall be in accordance with the GENERAL PROVISIONS. 1.5 QUALITY ASSURANCE A. General: All soils testing will be done by a testing laboratory of the ENGINEER'S choice at the AGENCY'S expense except as specified in Paragraph 1.5C below. B. Where soil material is required to be compacted to a percentage of maximum dry density, the maximum dry density at optimum moisture content will be determined in accordance with the latest version of ASTM D 1557. In-place field density tests will be performed in accordance with ASTM D 1556, (sand cone) and/or ASTM D 2922 and ASTM D 3017 (nuclear gauge). The number and location of field density tests will be determined by the ENGINEER. At least one sand-cone test (ASTM D 1556) will be taken for every [four] nuclear tests (ASTM D 2922 and 3017). C. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to ensure compliance. Subsequent testing to show compliance shall be by a testing laboratory selected by the ENGINEER and shall be at the CONTRACTOR'S expense. All imported fill material not specified in the contract shall be tested at the CONTRACTOR'S expense and approved by the ENGINEER. D. Where imported fill material is required to possess certain gradation, strength, and settlement properties, the grain size distribution of soils will be determined using ASTM D 422, the gradation of concrete aggregate and base materials will be determined using ASTM C 136, the sand equivalent of soils will be determined using ASTM D 2419, the consolidation of soils will be determined using ASTM D 2435, the unconfined compressive strength of soils will be determined using ASTM D 2166, and the expansion index of soils will be determined using UBC No. 29-2. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION PART 2 - PRODUCTS 2.1 SUITABLE FILL AND BACKFILL MATERIAL REQUIREMENT A. General: Fill, and backfill materials shall be suitable selected or processed clean, fine earth, rock, or sand, and free from grass, roots, brush, or other vegetation; contamination; or deleterious material. The following types of suitable materials are designated and defined as follows: 1. Crushed Aggregate Base (CAB) shall conform to the requirements of SSPWC Section 200-2.2. 2. Drainrock shall be crushed rock or gravel, durable and free from slaking or decomposition under the action of alternate wetting or drying. The material shall be uniformly graded and shall meet the following gradation requirements: Sieve Size Percentage Passing 1-inch 100 3/4-inch 90 -100 3/8-inch 40- 100 No. 4 25-40 No. 8 18- 33 No. 30 5 -15 No. 50 0-7 No. 200 0-3 3. Pervious Backfill material shall conform to the requirements of SSPWC Section 300D3.5.2 and the requirements in the recommendations stated in the recommendations of the Geotechnical Report. 4. Type A Bedding material shall conform to the requirements for 3/4-inch Crushed Rock, 1/2-inch Crushed Rock, No. 3 Concrete Aggregate, No. 4 Concrete Aggregate, or Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes larger than 24 inches in diameter. Type A Bedding material shall conform to the requirements for Type B Bedding material or the requirements for Portland Cement Concrete Sand in SSPWC Section 200-1 for pipes 24 inches or smaller in diameter. 5. Type B Bedding material shall conform to the requirements for 1/2-inch Crushed Rock or No. 4 Concrete Aggregate in SSPWC Section 200-1. 6. Concrete Pipe Bedding material shall conform to the requirements of SSPWC Section 201-1. 7. Sand-Cement Slurry material shall conform to the requirements of SSPWC Section 201-1 for Trench Backfill Slurry. 2.2 USE OF FILL, BACKFILL, AND EMBANKMENT MATERIAL TYPES A. The CONTRACTOR shall use the types of materials as designated herein for all required fill, backfill, and embankment construction hereunder. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. Where these Specifications conflict with the requirements of any local agency having jurisdiction, or with the requirements of a material manufacturer, the ENGINEER shall be immediately notified. In case of conflict therewith, the CONTRACTOR shall use the most stringent requirement, as determined by the ENGINEER. 1. Aggregate base materials under pavements shall be Crushed Aggregate Base (CAB) material constructed to the thickness shown or specified. 2. Backfill around or behind structures shall consist of Structure Backfill as defined herein unless indicated otherwise in the Contract Documents. 3. Backfill used to replace pipeline trench over-excavation shall consist of Type B Bedding material as defined herein. PART 3 - EXECUTION 3.1 CLEARING, GRUBBING, AND STRIPPING A. Notification of ENGINEER; The CONTRACTOR shall notify the ENGINEER at least 2 working days in advance of completion of any excavation and shall allow the ENGINEER a review period of at least one day before covered with backfill or with any construction materials. 3.2 PIPELINE AND UTILITY TRENCH EXCAVATION A. General: Unless otherwise shown or ordered, excavation for pipelines and utilities shall be open-cut trenches conforming to SSPWC Section 306-1.1. Trench widths shall be kept as narrow as is practical for the method of pipe zone densification selected by the CONTRACTOR, but shall have a minimum width at the bottom of the trench equal to the outside diameter of the pipe plus 18 inches. B. Trench Bottom: Except when pipe bedding is required, the bottom of the trench shall be excavated uniformly to the grade of the bottom of the pipe. The trench bottom shall be given a final trim, using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the ground along the extreme bottom of the pipe. Rounding out the trench to form a cradle for the pipe will not be allowed. C. Trench Over-Excavation: Where the Drawings indicate that trenches shall be over excavated, they shall be excavated to the depth shown, and then backfilled to the grade of the bottom of the pipe. D. Obtain ENGINEER'S approval before beginning excavation. Complete clearing and grubbing prior to the start of trenching. Do not permit excavated materials to cover brush or trees prior to disposal. 3.3 OVER-EXCAVATION NOT ORDERED, SPECIFIED, OR SHOWN A. Any over-excavation carried below the grade ordered, specified, or shown, shall be backfilled to the required grade with the specified material and compaction. Such work shall be performed by the CONTRACTOR at its own expense. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.4 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, trees shall be protected from injury during construction operations. No tree roots over 2 inches in diameter shall be cut without express permission of the ENGINEER. Trees shall be supported during excavation by any means previously reviewed by the ENGINEER. 3.9 PROTECTION OF SUBGRADE A. After preparing the subgrade as specified, all traffic on the subgrade shall be avoided. Should it be necessary to haul over the prepared subgrade, the CONTRACTOR shall drag and roll the traveled way as frequently as may be necessary to remove ruts, cuts, and breaks in the surface. All cuts, ruts, and breaks in the surface of the subgrade that are not removed by the above operations shall be raked and hand tamped. All equipment used for transporting materials over the prepared subgrade shall be equipped with pneumatic tires. B. Continued use of sections of prepared subgrade for hauling, so as to cut up or deform it from the true cross-section, will not be permitted. The CONTRACTOR shall protect the prepared subgrade from all traffic. C. The CONTRACTOR will be required to plank the subgrade before hauling materials or equipment over it. D. The subgrade shall be maintained in the finished condition until the first succeeding course or steel or concrete is placed. E. The ENGINEER has the right to test the reworked subgrade and approve or disapprove the subgrade depending on its condition. 3.10 BACKFILL - GENERAL A. Backfill shall not be dropped directly upon any structure or pipe. Backfill shall not be placed around or upon any structure until the concrete has attained specified strength to withstand the loads imposed. Backfill around water retaining structures shall not be placed until the structures have been tested, and the structures shall be full of water while backfill is being placed. B. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall be placed after all water is removed from the excavation. 3.11 PLACING AND SPREADING OF BACKFILL MATERIALS A. Backfill materials shall be placed and spread evenly in layers. When compaction is achieved using mechanical equipment, the layers shall be evenly spread in loose lifts not exceeding 8 inches in thickness so that when compacted each layer shall not exceed 6 inches in thickness. B. During spreading, each layer shall be thoroughly mixed as necessary to promote uniformity of material in each layer. Pipe zone backfill materials shall be manually spread LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION around the pipe so that when compacted, the pipe zone backfill will provide uniform ^"^ bearing and side support. C. Where the backfill material moisture content is below the optimum moisture content, water shall be added before or during spreading until the proper moisture content is achieved. D. Where the backfill material moisture content is too high to permit the specified degree of compaction, the material shall be dried until the moisture content is satisfactory, at or slightly above optimum moisture content. 3.12 COMPACTION OF FILL, BACKFILL, AND EMBANKMENT MATERIALS A. Each layer or fill shall be mechanically compacted using proper compaction equipment (not rubber tire or wheel rolling) to the specified percentage of maximum dry density. Equipment that is consistently capable of achieving the required degree of compaction shall be used and each layer shall be compacted over its entire area while the material is at the required moisture content. B. Flooding, ponding, or jetting shall not be used to densify and fill materials. C. Equipment weighing more than 10,000 pounds shall not be used closer to walls than a horizontal distance equal to the depth of the fill at that time, but not less than 5 feet. Hand operated power compaction equipment shall be used where use of heavier equipment is impractical or restricted due to weight limitations. /•"%, D. Compaction Requirements: The following compaction test requirements shall be in accordance with ASTM D 1557. Where agency or utility company requirements govern, the highest compaction standards shall apply. Location or U,. of FH, Pipe zone backfill portion above bedding for flexible pipe 90 Pipe zone backfill bedding and over-excavated zones under go bedding/pipe for flexible pipe. Pipe zone backfill portion above bedding for rigid pipe 90 Pipe zone backfill bedding and over-excavated zones under qo bedding/pipe for rigid pipe Final backfill, beneath paved areas or structures 90 Final backfill, not beneath paved areas or structures 90 Trench zone backfill 90 Embankments, beneath paved areas or structures 90 Topsoil 85 Aggregate base 95 E. Trench Backfill Requirements: The pipe has been structurally designed based upon the trench configuration specified herein. F. The CONTRACTOR shall maintain the indicated trench cross section up to a horizontal plane lying 6 inches above the top of the pipe. G. If, at any location under said horizontal plane, the CONTRACTOR slopes the trench walls or exceeds the maximum trench widths indicated in the Contract Documents, the LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION pipe zone backfill shall be "improved" or the pipe class increased as specified herein, at no additional cost to the AGENCY. "Improved" backfill shall mean sand-cement backfill containing at least 188 pounds of cement per cubic yard or equal materials acceptable to the ENGINEER. H. If the allowable vertical deflection specified for flexible pipe is exceeded, the CONTRACTOR shall expose and re-round or replace the pipe, repair all damaged lining and coating, and reinstall the pipe zone material and trench backfill as specified at no additional expense to the AGENCY. 3.13 PIPE AND UTILITY TRENCH BACKFILL A. Pipe Zone Backfill: The pipe zone is defined as that portion of the vertical trench cross- section lying between a plane 6 inches below the bottom surface of the pipe, i.e., the trench subgrade, and a plane at a point 6 inches above the top surface of the pipe. The bedding for flexible pipe is defined as that portion of pipe zone backfill material between the trench subgrade and the bottom of the pipe. The bedding for rigid pipe is defined as that portion of the pipe zone backfill material between the trench subgrade and a level line which varies from the bottom of the pipe to the spring line as shown. B. Bedding shall be provided for all sewers, drainage pipelines, and other gravity flow pipelines. Unless otherwise specified or shown, for other pipelines the bedding may be omitted if all the following conditions exist. 1. The pipe bears on firm, undisturbed native soil which contains only particles that will pass a one-inch sieve. 2. The trench excavation is not through rock or stones. 3. The trench subgrade soils are classified as suitable fill and backfill materials, 4. The trench subgrade soils have, as a maximum, a moisture content that allows compaction. C. Where bedding is required, after compacting the bedding the CONTRACTOR shall perform a final trim using a string line for establishing grade, such that each pipe section when first laid will be continually in contact with the bedding along the extreme bottom of the pipe. D. The pipe zone shall be backfilled with the specified backfill material. The CONTRACTOR shall exercise care to prevent damage to the pipeline coating, cathodic bonds, or the pipe itself during the installation and backfill operations. E. Trench Zone Backfill: After the pipe zone backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the trench zone may proceed. The trench zone is defined as that portion of the vertical trench cross-section lying between a plane 6 inches above the top surface of the pipe and a plane at a point 18 inches below the finished surface grade, or if the trench is under pavement, 18 inches below the roadway subgrade. If concrete or sand-cement slurry backfill are used, the pipe shall be filled with water to prevent flotation. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02233 ^~* GRADED CRUSHED AGGREGATE BASE COURSE FOR PAVEMENTS PART 1 - GENERAL 1.1 SUMMARY The work includes placement of aggregate base course for pavements, concrete curb and gutter, and as indicated on the drawings. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. Standard Specifications 1. American National Standards Institute (ANSI), ANSI A10.6, 1983 Demolition Operations-Safety Requirements. 2. Standard Specifications for Public Works Construction (Latest Edition) (Greenbook or Standard Specifications), including the Latest Regional and Latest County of San Diego Supplemental Amendments. 3. State of California Department of Transportation (Caltrans) Standard Specifications, 1992 Edition. ^% B. Standard Drawings 1. San Diego Regional Standard Drawings, as last amended, shall apply to the work to the extent referenced on the drawings. 2. City of Carlsbad Standard Drawings. 3. State of California Department of Transportation (Caltrans) Standard Plans, July 1992 Edition. 4. Standard Plans for Public Works Construction, as last amended, prepared by Southern California Chapter of the American Public Works Association. C. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C136 Sieve Analysis of Fine and Course Aggregates ASTM D1556 Density of Soil in Place by the Sand-Cone Method ASTM D1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54 kg) Rammer and 18-inch (457 mm) Drop ASTM D2172 Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ""^ 1.3 SITE INSPECTION AND LOCATION OF EXISTING ON-SITE UTILITIES: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Prior to all work of this Section, carefully inspect the entire site and all existing items to be demolished and removed or to be left intact, and determine an orderly sequence for the performance of this work. Exact locations and alignment of existing buried utility lines are not known. Locate all existing utility lines and determine the requirements for disconnection and capping. Locate all active utilities traversing the area of work to be retained and determine the requirements for protection. B. Locate all overhead utilities and powerlines and determine height restrictions. Do not operate equipment in the vicinity of overhead utilities and powerlines, which may create a safety hazard. 1.4 SUBMITTALS Certificates of Compliance for Class 2 Aggregate Base Course. 1.5 QUALITY ASSURANCE Materials and workmanship specified herein with the referenced CalTrans Standard Specifications shall be in accordance with the referenced articles, sections and paragraphs of the standard except that contractual and payment provisions do not apply. 1 .6 RELATED WORK IN OTHER SECTIONS The following work specified in other sections applies to the work of this Section, including but not limited to: A. Section 02010, "Demolition and Removal". B. Section 021 1 0, "Site Clearing". C. Section 02200, "Earthwork for Structures and Pavements". D. Section 02514, "Portland Cement Concrete Paving". 1.7 PROTECTION A. The contractor shall notify DIG ALERT at 1-800-227-2600 at least two days prior to starting work and shall coordinate all work with utility company representatives. The existence and locations of existing underground facilities shown on the drawings were obtained from a search of available records. The contractor shall take precautionary measures to protect any existing facility shown on the drawings, and any other which is not of record or not shown on the drawings. The Contractor shall determine the exact location of all existing utilities before commencing the work, and shall be fully responsible for any and all damages which might be occasioned by the Contractor's failure to exactly locate and preserve any and all underground utilities. B. Prior to commencing the work, the Contractor shall pothole all existing utilities at all crossing points and points of connection. The Contractor shall record exact horizontal and vertical locations of all pot-holed underground facilities. Notify the Owner of any conflicts or differences from positions indicated on the drawings. If potholes do not reveal the location of certain existing utilities, or if potholes reveal locations of existing LEO CARRILLO RANCH , CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION utilities other than expected, the Contractor shall notify the Owner in writing, and shall not proceed further until the Owner provides direction. C. Dewatering: Provide for the disposal of surface and subsurface water, which may accumulate in open excavations, unfinished fills, or other low areas. Remove water by trenching where approved, pumping, or other methods to prevent softening of exposed surfaces. Contractor is responsible for obtaining and paying for any permits for dewatering through all jurisdictional agencies, including the local Regional Water Quality Control Board. Surface dewatering plan shall include the rerouting of any storm water runoff or natural drainage, if necessary, and shall comply with requirements of the City and the California State Water Resources Control Board. Construction water from dewatering or any other construction source shall not be allowed to discharge untreated to the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds, other surface waters, flood control facilities, or onto adjacent properties. California Storm Water Best Management Practices and the guidance provisions set forth in the Storm Water Pollution Prevention Plan shall be complied with for all phases of the work. D. Protection and Restoration of Surface: Protect newly graded areas from traffic, erosion, and settlements. Repair and reestablish damaged or eroded slopes, elevations or grades and restore surface construction prior to acceptance. Provide appropriate erosion control and sediment control measures to prevent water-borne soil from leaving the site. The contractor shall be responsible to use the most appropriate Best Management Practices as necessary to ensure pollution and/or illegal discharges of storm water and non-storm water do not occur from the site. The contractor shall be responsible to clean up any soil deposited in the public right-of-way, public or private storm drain systems, creeks/streams/lakes/ponds and other surface waters, flood control facilities, or on adjacent properties. The contractor shall be responsible to protect storm drain catch basins and to prevent sediment from entering the public or private storm drain system during construction. 1.8 SAFETY DURING CONSTRUCTION The Contractor shall assume sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. This requirement shall be made to apply continuously and not be limited to normal working hours. Refer to General Provisions for additional requirements. PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregates Base Course 1. Aggregate Base Course Materials shall comply with Section 26 of SS-2, Class 2, for 3/4" maximum size gradation of the CalTrans Standard Specifications. 2. Herbicide: Herbicide shall be barrier 50W-PBI Gordon, DuPont "Oust", or approved alternate. As with all chemicals, the contractors shall be responsible for following appropriate materials handling and good housekeeping measures when storing and applying the materials. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION PART 3 - EXECUTION 3.1 PREPARATION Subgrade: Requirements for subgrade are specified in Section 02200, "Earthwork for Structures and Pavements". Prior to construction of base course, clean previously constructed subgrade of foreign substances. Apply herbicide to subgrade in accordance with manufacturer's recommendations. 3.2 INSTALLATION A. Aggregate Base Course (Class 2) Installation: Place aggregate base in accordance with requirements of Section 26 of the CalTrans Standard Specifications. Grade and compact in layers to at least 95 percent of maximum density (ASTM D-1557). Maintain base course in proper condition until asphaltic concrete is in place, including drainage, rolling, shaping, and watering. Maintain sufficient moisture at the surface to prevent a dusty condition by light sprinkling with water. Recondition, reshape, and recompact areas of completed base course damaged in accordance with the specified requirements. B. Aggregate Base Course thickness shall be as indicated on the drawings. C. Pavement structural sections shall be confirmed by R-Value test results performed on the Sub grade soil at the completion of grading by the Geotechnical Engineer. 3.3 FIELD QUALITY CONTROL Soil testing during construction shall be performed by a Geotechnical Testing Laboratory engaged and paid for by the Owner. All material testing shall be performed by the Geotechnical Engineer. The following tests shall be performed: A. Base Course Finish Surface: Surface tolerance shall conform to Section 26 of the CalTrans Standard Specifications. When base course is constructed in more than one layer, specified smoothness requirements apply only to top surface. B. Gradation: Perform base course gradation test in accordance with ASTM C 136. Make one test for each 3,000 tons of material. C. Base Course Density: Perform in place density tests in accordance with ASTM D1557. Make one maximum density test for each gradation. Make one set of two tests each for in place density for each 2,000 square yards of surface area, or as determined by the Geotechnical Engineer. In place density of aggregate base course shall be at least 95 percent of the laboratory maximum density. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02315 FILLING AND BACKFILLING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Fill at paving surfaces, landscaped areas, and shelter paving surfaces. B. Consolidation and compaction. 1.2 RELATED SECTIONS A. Section 02235 Site Clearing, Demolition, and Renovation. B. Section 02200 - Grading and Excavation. 1.3 REFERENCES ASTM C136 Method for Sieve Analysis of Fine and Course Aggregates. ASTM D 1196-64(77) Standard Method for Static Plate Load Test. ASTM D1556-90 Test Method for Density of Soil in Place by the Sand - Cone Method. ASTM D1557-91 Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3). ASTM D2922-91 Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D3017-96 Moisture Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) Green Book Standard Specifications for Public Works Construction, latest edition, as adopted by jurisdictional authority, including amendments. 1.4 PUBLIC AGENCY STANDARDS A. Perform all earthwork and related structures and devices indicated as public agency standards in accordance with the standard plans and specifications of that agency. B. Secure and pay for all necessary permits for work performed under conditions which exist in 1.4.2 above. The Owner will pay for associated inspection fees. C. Upon completion of the work, provide the Owner with written certification of acceptance of work by the governing agency having jurisdiction. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION o /*"* 1.5 SUBMITTALS W A. Material Certification: Prior to delivery of import soil materials to site, provide written certification in acceptable form to Project Engineer that all soil materials comply with, or exceeds, specified requirements. 1.6 QUALITY ASSURANCE: A. Contractor Qualifications B. Installing Company & Forman: Company specializing in grading work, with minimum 5 years documented experience in projects of similar scale and scope. PART 2 - PRODUCTS 2.1 FILL MATERIAL A. On-Site Fill Materials: 1. On site, granular, low-expansive soil or soil-rock fill material free of vegetation, organic material, debris and other deleterious material, and complying with the following criteria. 2. Grading 3. Soil Fill: a. Provide fill soil containing no rocks or hard lumps larger than 12 inches in maximum dimension and as specified. b. Provide soil fill with minimum 60 percent by weight material smaller than 3/4 inch. c. Provide soil fill with no more than 30 percent passing the #200 sieve. d. At all fills placed under structures, limit maximum dimension of rock to 3 inch in any dimension within 12 inches of finished grade. e. At all fills placed under structures, limit maximum dimension of rock to 6 inch in any dimension within a zone of 12 inches to 3 feet below finished grade. f. At all fills placed under structures, limit maximum dimension of rock to 12 inches in any dimension greater than 3 feet below finished grade. g. At all fills placed under structures, rock exceeding 12 inches in maximum dimension in any dimension is not permitted. h. Limit maximum dimension of rock to 1 inch in any dimension at all fills ***** located in landscaped areas within 12 inches of finished grade. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 4. Import Soils a. Comply with criteria specified in 2.1.1 above, and the following additional requirements. b. Expansion Index: Classified as "Low", with a maximum value of 50 per UBC Table 18-1-B. c. Sulphate Content: Limit to maximum 1,000 PPM and as approved by Geotechnical Engineer. d. Electrical Resistivity: Minimum value in excess of 2,000 ohm cm when saturated with distilled water, in accordance with California Test Method 643 or soil resistivity box procedure per ASTM G 57. e. Agricultural Suitability: Obtain approval of Architect of all fill materials used in landscaped areas prior to placing, including providing soil test/analysis results. f. Use of clay or adobe soil is not acceptable. 5. Concrete: Lean concrete, with a compressive strength of 1000 psi. 2.2 DESIGN CRITERIA A. General 1. All improvements shall be constructed per the referenced standards, the contract documents, and as specified in this section. 2. Where criteria shown on drawings or specified in this specification exceed that of the referenced standards, the more stringent criteria shall apply. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 2. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. a. Verify fill materials to be reused are acceptable. 3. In the event of discrepancy, immediately notify the Architect. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 4. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. B. Preparation 1. Provide all staking and field engineering required to implement the work as shown on the drawings. 2. Protect all stakes and benchmarks. Replace all stakes and benchmarks damaged during the course of construction at no cost to Owner. 3.2 PREPARATION A. Verify existing subgrade complies with requirements specified in Section 02311 for subsequent fill placement. B. When the existing soils in excavated areas do not provide sufficient bearing capacity or are otherwise unacceptable, remove such soils as necessary to expose soils with adequate capacity and characteristics, as recommended by the Geotechnical Engineer. 3.3 FILL PLACEMENT A. Place fill with specified materials at locations as scheduled below. 1. Provide all cribbing, shoring, and sheathing required to perform work. Comply with all applicable regulations for design, installation, maintenance and removal of such construction products, including obtaining any required permits. B. Use equipment and procedures outlined in Green Book Section 300-4. 1. Place and compact materials in continuous layers not exceeding 6 inches compacted depth using methods which do not disturb or damage foundations, perimeter drainage and waterproofing systems, or utilities in trenches. 2. Rock encountered may be broken into material complying with fill characteristics, at Contractors option. Otherwise remove all rock exceeding specified fill dimensions from site. 3. Compact all fill material as scheduled in this Section per ASTM D 1557-91. C. Select Soil Fills: Provide low expansive soil fill as specified 1. Provide select soil fills within upper 2 feet of soils beneath exterior Portland cement concrete flatwork. D. Where occurs, place fill concurrently on both sides of foundation elements in maximum 6 inch compacted layers. Compact to a minimum of 90 percent of maximum density per ASTM D 1557-91 with mechanical tampers per Article 3.3.4 above. E. Compaction by flooding or jetting is prohibited, unless prior approval for specific application is provided by Geotechnical Engineer. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION F. Maintain moisture content of fill materials to at least optimum moisture content and as required to attain required compaction density. G. Slope grade as shown on drawings. H. Make grade changes gradual, blending slope into level areas. After completion of grading operation, proof roll earthwork areas. Repair low or spongy spots developed during rolling operation. I. Extend compacted fill to design surfaces of slopes and compact surface. J. Remove all excess soils and dispose off site in a legal manner. K. Provide all fill material required to achieve grades, slopes and contours as shown on drawings at no additional expense to Owner. L. Provide dust control per requirements of Section 02310. Conform to Storm Water Pollution Protection Plan procedures and methods as shown on current SWPPP. Update plan as required. See Section 01500. 3.4 TOLERANCES A. Final elevations shall comply with grades as shown on drawings. _ measured to a tolerance of plus or minus 0.1 feet. C. Tolerance does not permit violation of grade relationships and slopes required by code or jurisdictional authority. Adjust grades as required to comply with such requirements. 3.5 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of conducted by the Owners Geotechnical Engineer, unless otherwise specified. B. Perform earthwork under the continuous observation of the Owner's Geotechnical Engineer. Earthwork fill operations shall comply with the requirements of Chapter 18 and 33, Uniform Building Code. C. Tests and analysis of fill material will be performed in accordance with ASTM D1557. 1. The Geotechnical Engineer will submit reports to the Building Department, and Engineer, comparing results of testing with the requirements of this section and documenting location and scope of tested materials. D. If compaction tests indicate Work does not meet specified requirements, remove Work replace and retest at no cost to Owner. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.7 SCHEDULE A. All structural fills, building structures, and footings. 1. Place approved fill material, placed to depth as necessary to achieve required subgrade elevations. 2. Compact to a minimum of 90 percent relative compaction. B. Site Contouring, landscaping areas and playground/athletic areas: 1. Place fill materials as required to achieve site grades and profiles as shown on drawings and as required for drainage. C. Paving Areas. 1. Place approved fill material, placed to depth as necessary to achieve required subgrade elevations. 2. Compact to minimum 90 percent relative compaction below a depth of 12 inches from finished pavement subgrade and 95 percent to within 12 inches from finished pavement subgrade. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02631 ^. LANDSCAPE DRAINAGE SYSTEM — PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The General Conditions, and Special Conditions are a part of this section and the Contract for this work and apply to this section as fully as if repeated herein. B. The term 'Owner' shall mean City of Carlsbad. 1.2 SUBMITTALS A. Contractor shall submit a complete list of all drainage materials to be used a minimum of three (3) weeks prior to delivery. PART 2 - PRODUCTS 2.1 MATERIALS A. Solid Drain Pipe - Smoothwall: Pipe shall be manufactured from high density polyethylene resin conforming to ASTM 0-3350. B. Drain Pipe Fittings: Fittings shall be styrene conforming to ASTM D-2852, compatible "^ with pipe used. ^>- C. Preformed Drain Pipe: Pipe shall be high density polyethylene resin conforming to ASTM D-3350 or a highly chemical resistant, rigid, unplasticized PVC resin conforming to ASTM D 175-85 and D-2241. Pipe shall be shop perforated and shall have a filter mat cover of non-woven needle punctured, polyethylene equivalent. D. Pipe Bedding: Bedding material shall be compacted, coarse clean sand, 3/16-inch maximum gradation for solid pipe. Perforated pipe bedding shall be graded to size pea gravel (1/4"-1/2"). E. Atrium Drain (In Landscape Planter): Atrium drain shall be in a 6 inch round plastic atrium grate with low profile adapter color black. Atrium grate and adapter shall be equivalent to National Diversified Sales (800) 233-2509. F. Tree Drain Inlet: Tree drain inlet shall be 3" diameter plastic atrium grate; color black. Inlets shall be equivalent to National Diversified Sales (800) 233-2509. G. Waterproofing: Elastodeck B.T. Waterproofing by 'White Cap', #113-BT5. PART 3 - EXECUTION 3.1 INSTALLATION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Bedding: Solid and perforated pipe shall be laid on 4" minimum bedding material with finished bottoms, without blocks. Cover solid pipe with bedding material to 4" over top of pipe. Cover perforated pipe with 4" minimum pea gravel over top of pipe. B. Pipe: Install pipe to line and grade indicated on the drawings, in accordance with manufacturer's published directions. C. Trenching: Comply with irrigation specifications. D. Drain Inlets and Grates: Install parallel to walks and walls, and in accordance with the manufacturer's published directions. Invert Elevations shall be accurate within 1/10 of a foot. Rim elevations shall be at finish grade. E. Backfill: Comply with irrigation specifications. F. A liquid applied, single-component, moisture-cured polyurethane system. (Apply when cold in accordance with manufacturer's published directions.) 3.2 TESTING A. Test all lines to insure positive drainage flow and to determine any leakage in lines. B. Clean out and re-test all lines, which have restricted flow of any kind. C. Repair all damaged, restricted flow, and leaking lines and connections. 3.3 RECORD DRAWINGS A. Record all work on Record Drawings prior to backfilling lines and improvements, showing piping locations and invert elevations. 3.4 PROTECTION A. Protect all inlets from entrance of foreign material and debris. B. Protect all inlets and grates from traffic and damage. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02751 PORTLAND CEMENT CONCRETE PAVING, FLAGSTONE & BASE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Concrete paving. 1.2 RELATED SECTIONS A. Section 02235 - Site Clearing, Demolition. B. Section 02200 Earthwork C. Section 03310 - Cast-in-Place Concrete. 1.3 REFERENCES A. Organization and Trade Standards 1. Standard Specifications for Public Works Construction, latest edition, as adopted by local jurisdictional authority, including amendments. 2. Local jurisdictional and agency engineering and public works regulations and standards. 3. Regional Standard Drawings, current edition, with all local agency amendments. 1.4 SUBMITTALS A. Mix Design/Materials List: 1. Submit concrete mix design prepared by a certified batch plant or laboratory, selected by Contractor and acceptable to Owner, for review and approval. 2. Accompanying mix design, submit materials certificates signed by material producer and Contractor, certifying that each material item complies with, or exceeds, specified requirements. B. Mock-up 1. Prior to installing any concrete paving, construct, at an approved location on-site, an individual mock-up showing each concrete paving finish specified and shown on drawings. Mock-up shall include sealant joint preparation. Each finish shall be 4' x 4' minimum. Obtain Owner's approval of mock-up. 2. All concrete paving shall match approved mock-up. 1.5 PUBLIC AGENCY STANDARDS LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION "*****" A. Perform all paving and related structures and devices indicated as public agency v«*^' standards in accordance with the standard plans and specifications of that agency. B. Secure and pay for all necessary permits for work performed under conditions which exist in 1.5.1 above. The Owner will pay for associated inspection fees. C. Upon completion of the work, provide the Owner with written certification of acceptance of work by the governing agency having jurisdiction. PART 2 - PRODUCTS 2.1 DESIGN CRITERIA A. General 1. All improvements shall be constructed per the referenced standards, the contract documents, and as specified in this section. 2. Where criteria shown on drawings or specified in this specification exceed that of the referenced standards, the more stringent criteria shall apply. 2.2 CAST-IN-PLACE CONCRETE A. General 1. All concrete shall be transit mixed, complying with ATSM C94. 2. All concrete shall be supplied from a single source, using a single cement supplier. 3. All cement shall be portland cement, Type II, low alkali per ASTM C150, and produced within the United States. B. Product Characteristics: Paving/flatwork/ramps/stairs: 1. Compressive Strength: 3250 psi. Strength selected for durability. Concrete is non-structural, and does not require special inspection. 2. Combined Aggregate Grading: a. Class C per Standard Specification Section 201-1.3.2. b. Aggregate shall be non-reactive per ASTM C 289, and shall comply with ASTM C33, Table 3, Class 4M. 3. Cement Content: 560 pounds per cubic yard concrete 4. Slump: 4 inch maximum 5. Finish: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION a. Paving Type CP-1: Broom finish per paragraph 3.2.3.5 of this Section. b. Paving Type CP-2: Broom finish per paragraph 3.2.3.5 of this Section. 6. Water-Cement Ratio: 0.55 maximum. a. Class C per Standard Specification Section 201-1.3.2. 7. Cement Content: 520 pounds per cubic yard concrete 8. Slump: 4 inch maximum 9. Finish: Per Section 303-5.5.2 of "Standard Specifications," and with flatwork finishes as defined in this Section and per Drawings. C. Product Characteristics: Picnic Pad and sidewalks. 1. Compressive Strength: 3,250 psi. 2. Combined Aggregate Grading: Class C per Standard Specification Section 201 1.3. 3. Cement Content: 560 pounds per cubic yard concrete. 4. Slump: 4-inch maximum. 5. Color and Finish: a. Sidewalks shall be per San Diego Regional Standards with broom finish. 2.3 PAVING BASE A. Where shown on drawings, provide crushed aggregate base per Section 200-2.2.1 of the "Standard Specification". 2.4 REINFORCING STEEL A. Deformed bar: Comply with Section 03200 and per Drawings. B. Where deformed bar reinforcing not shown, provide welded wire fabric, flat sheet stock, 12x12-W2.8x2.8 or approved equivalent, per ASTM A-185, at all concrete paving conditions. C. Provide polyethelene closed end sleeve or approved alternate at expansion joint dowels. 2.5 EXPANSION JOINT MATERIAL A. Expansion Joint Material: W. R. Meadows or equal, Sealtight Fiber filler, full depth of slab, matching profile, 1/2 inch thickness or as shown on drawings. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. Expansion Joint Material - Radius Conditions: W. R. Meadows or equal, Sealtight Ceramar flexible foam resilient filler, full depth of slab, 3/8 inch thickness or as shown on drawings. C. Joint Cap: W. R. Meadows or equal, SealTight Snap Cap, size required for expansion material. 2.6 WEAKENED PLANE JOINTS AND SCORELINES A. Saw- cut, Sof-Cut, or tooled joint technique, with maximum tooled radius edge of 1/8". B. No "zip-strip joint" products and technique permitted. 2.7 CURING AND SEALING COMPOUNDS A. Curing Compound B. Cure and Sealing Compound 1. Provide Burke Spartan-Cote WB, complying with ASTM C309, Type 1-A and B, at natural color exterior concrete paving designated as CS-1. 2.8 SEALANTS A. Provide sealants complying with Section 07900, at locations specified or as shown on drawings. 2.9 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Owner. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 2. Verify that concrete pavement may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. 3. In the event of discrepancy, immediately notify the Owner. 4. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.2 CONCRETE PAVING INSTALLATION A. Preparation 1. Verify sub-grade, base material, conduit, and all other embedded items are properly located in relation to concrete paving. Secure all embedded items against displacement during pour. 2. Verify all grades for pitch and fall prior to pouring pavements. 3. Notify inspector 48 hours prior to placing concrete. Obtain inspectors approval of subgrade, forming and embedded items prior to placing. B. Forming 1. Install forms in accordance with specified tolerances. 2. Stake rigidly in place at maximum intervals of 4 feet on center. Secure so as to prevent displacement during pouring and finishing process. 3. Install stretched wires or other device to provide form displacement indication. 4. Thoroughly clean forms, removing debris, coatings and foreign matter. Coat forms with approved bond breaker, suitable for use on integral colored concrete without staining or discoloration. Place sand bed over existing paving receiving new concrete paving. C. Placement 1. Prepare subgrade as specified. a. Scarify subgrade to a depth of 12 inches. b. Water, mix and aerate as necessary to moisture condition within range of 1 percent below to 3 percent above optimum moisture content. c. Compact upper 12 inches to a minimum relative compaction of 95 percent based on ASTM D 1557-91. d. Dampen sub-grade 24 hours prior to placing concrete. e. Dampen forms as required to tighten joints and cracks in forming material. 2. Install concrete paving per Section 303-5 of the "Standard Specifications", as specified, and as shown on drawings. a. Install natural color concrete for both picnic pads and concrete sidewalks. 3. Provide reinforcing in accordance with Section 03200 and 03310. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION a. Install deformed bar reinforcing on approved concrete or plastic supports. Install in accordance with Section 03200. b. Extend reinforcing bar at expansion joints on each side of joint. Sleeve one side. c. Where deformed bar reinforcing not shown, provide wire mesh reinforcing on approved concrete or plastic supports. Use of "Hook and Pull" method of reinforcing placement not acceptable. Lap all mesh minimum 12" at edges. 3.3 JOINT TREATMENT A. Provide expansion joints at locations shown on drawings, and as follows: 1. Tool all edges adjacent to expansion material with maximum 1/8 inch radius tool. 2. Provide construction joints only at expansion joints. B. Provide control (weakened plane) joints at locations shown on drawings, and as follows: 1. At pavement pads for picnic shelters , as shown on plans and as necessary to limit area to a maximum of 100 square feet. 2. At pavement areas at all re-entrant corners and at changes in direction. 3. Provide control (weakened plane) joints by saw cutting method, hand held jointing tools, or by use of SOF-CUT equipment. Use of zip-strip not acceptable. 4. Provide maximum 1/8 inch edge radius at all joints. Where saw-cut joint technique selected, grind cut edge to create 1/8 inch beveled edge. 5. Extend control joints a minimum of 1-1/4 inch below surface, or 1/4 the thickness of the curb or pavement, whichever is greatest. Provide hand-cutters, tooled joints or other approved tools for conditions where equipment cannot continue cutting to outside edge. 6. Schedule cutting control joints as necessary to avoid raveling edge, but as necessary to avoid shrinkage cracking of pavement. 3.4 FIELD QUALITY CONTROL A. Flood Test 1. Provide flood test of paving as directed by Owner. 2. Where ponding occurs, or where drainage rate is less than that established by original design, replace all defective concrete. Remove concrete to the nearest joint line. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. Tolerances 1. Level: 3/16 inch plus or minus, at any point, measured along a 10 foot straight edge. 2. Adjacent surfaces: 1/8 inch maximum difference at any point between adjacent concrete pours or between paving and adjacent paving materials. 3. Joint Alignment: 1/16 inch deviation from adjacent joint. 4. Line: 1/4 inch, plus or minus, deviation from a straight line in any 10 foot length, non-cumulative. 5. Final elevations shall comply with grades as shown on drawings, to a tolerance of plus or minus 0.25 inch. 6. Tolerances do not permit violation of dimensions or grade and slopes relationships required by code or jurisdictional authority. Adjust work as required to comply with such requirements. C. Appearance: Remove and replace concrete not matching approved mock-up, concrete not complying with specified tolerances, and concrete with the following defects. 1 . Inconsistent texture. 2. Irregular or misaligned direction of texture. 3. Concrete with spalled or raveled control or expansion joints. 4. Concrete exhibiting splotching or discoloration in surface including discoloration due to "carbonation". 5. Concrete exhibiting cracking, including shrinkage cracking, where cracks are located between joint pattern. D. Use of patching mortar for repair of edge defects is subject to acceptance of final color and texture by Architect. Use of patching mortar not acceptable for repair of defective exposed aggregate finished concrete. END OF SECTION 3 LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02810 LANDSCAPE IRRIGATION PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, labor, services, transportation, and equipment required to complete the Irrigation Work indicated on the Drawings and specified herein, and be ready for operation satisfactory to the City. B. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. When an item is shown on the plans but not shown on the specifications or vice versa, it shall be deemed to be as shown on both. The Owner shall have final authority for clarification. C. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturer of articles used in this contract furnish directions covering points not shown in the drawings and specifications. 1.2 QUALITY ASSURANCE A. Irrigation Coverage: The Contractor is responsible for full and complete coverage of all irrigated areas; make all adjustments needed to achieve this at no additional cost to the City. The pattern of the system layout, spacing, discharge pressure, and the radius of the throw of the sprinkler heads shall be as designed and shall provide full coverage of landscaped areas. B. Applicable Standards: 1. ASTM - American Society for Testing and Materials. 2. ANSI - American National Standards Institute. 3. PVC - Polyvinyl Chloride. 4. NSF - National Science Foundation. C. All local, municipal, and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. All materials supplied for this project shall be new and free from any defects. All defective materials shall be replaced immediately at no additional cost to City. E. The Contractor shall secure the required licenses and permits including payments of charges and fees, give required notices to public authorities, verify permits secured or arrangements made by others affecting the work of this section. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION F. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall.be thoroughly familiar with the type of materials being installed and the manufacturer's recommended methods of installation, who can demonstrate and explain how the equipment works, and who shall direct all work performed under this section. G. Site Reviews: 1. Job Start Meeting: Before starting Irrigation Work, schedule a conference regarding requirements of the Work. Provide at least seven days notice to all parties for this conference. 2. Construction Reviews: Provide advance notification as noted for the following reviews: a. Pressure supply line installation and testing - 72 hours. b. System layout and materials review - 48 hours. c. Coverage Tests: Prior to landscape planting - 48 hours. d. Final review - 72 hours. 1.3 SUBMITTALS: Refer to Section 01330 for procedures. A. List of Materials: Submit for approval 3 copies of a complete typed list of materials with manufacturer name, the item model number, descriptive literature, and the pages in the submittal that contain the catalog cuts marked for each item. Submittals shall include, but are not limited to, the following: 1. Wire and connectors. 2. Valve box. 3. Remote control valves. 4. Pipe and fittings. 5. Sprinkler heads. 6. Quick coupling valves. 7. Backflow preventer. 8. Strainer. 9. Master valve. 10. Pipe solvent. 11. Controller. 12. Drip irrigation equipment. 13. Booster pump. 14. Gate valves. 15. Check valves. 16. Equipment enclosures. B. Controller Chart: N/A C. Operating and Maintenance Manuals: N/A in lieu of Operation and Maintenance Manuals Contractor shall prepare and submit as Built Plans indicating irrigation lines added to the existing irrigation system. Provide five copies of the expanded irrigation areas, 10 days prior to completion of Work, with sufficient detail to permit maintenance LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION personnel to understand, operate, and maintain the equipment. Each copy shall include the following information: 1. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representatives. 2. Operating and maintenance instructions for all equipment. 3. Spare parts lists and related manufacturer information for all equipment. D. Submittal Log: Prior to final review of the Work, submit a log with dates and approval or acceptance signatures for the following: 1. Job start meeting. 2. Plumbing permits. 3. List of materials. 4. Construction reviews. 5. Receipt of materials at site. 6. Record drawings. 7. Operation and maintenance manuals. 8. Training of Owner's personnel. 9. Manufacturers' warranties. 10. Written guarantee. E. Substitutions: 1. The City's authorized representative will allow no substitutions without prior written acceptance. 2. If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the irrigation drawings and specifications, he may do so by providing the following information to the City's authorized representative for approval after bid award. 3. Provide a written statement indicating the reason for making the substitution. 4. Provide catalog cut sheets, technical data, and performance information for each substitute item. 5. Provide in writing the difference in installed price if the item is accepted. F. Record Drawings: Submit dimensioned drawings showing location and depth of points of connection, pressure lines, control wires, gate valves, backflow prevention unit, master valve, isolation valves, automatic remote control valves (indicate station number and size), , quick coupling valves, remote control valves, sprinkler heads, stub up locations for planters, and related equipment as may be directed. 1.4 JOB CONDITIONS A. Examination of Drawings and Site: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Drawings: Drawings are diagrammatic. Avoid conflicts between the irrigation systems, planting, architectural features, and utilities. Install plumbing in planting areas wherever possible. Do not exceed irrigation head spacing as shown on the Drawings. Verify exact location with Owner's Representative. The approximate point of connection shall be as indicated on the Drawings. Provide minor changes due to actual site conditions. 2. Fittings: Drawings do not indicate all offsets, fittings, sleeves, etc., which may be required by structural and finished conditions. Furnish fittings required to meet these conditions. 3. Field Conditions: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect as soon as detected. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. The Contractor shall verify and be familiar with the locations, size and detail of points of connection provided as the source of water, electrical supply, and telephone line connection to the irrigation system. Provide written notification of field conditions such as obstructions, grade differences, or discrepancies in dimensions or in available water pressure at the point of connection (water pressure should be a minimum of 150% more than design pressure). Irrigation design is based on the available static water pressure shown on the drawings. Contractor shall verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the City's authorized representative prior to beginning construction. Start of Irrigation Work shall indicate acceptance of all field conditions encountered and acceptance of the responsibility for revisions necessary because of field conditions. 4. Grading: Verify that the grading has been completed before starting the Irrigation Work. 5. Utilities and Soils: Exercise extreme care in excavating and working near existing utilities. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewer septic tanks, and other utilities as are commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the Contractor shall promptly notify the City who will arrange for relocations. Repair any damage to utilities caused by Irrigation Work. Check existing utility drawings for locations and verify in the field. The Irrigation Contractor shall coordinate with the General Contractor for installation of required sleeving as shown on the plans. The Contractor will proceed in the same manner if a rock layer or any other such conditions are encountered. 1.5 GUARANTEE A. In addition to manufacturers' specific warranties, warrant the entire irrigation system for a period of one year from date of generally substantial completion. The entire sprinkler LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION system, including all work done under this contract, shall be unconditionally guaranteed against all defects and fault of material and workmanship, including settling of backfilled areas below grade, for a period of one (1) year following the filing of the Notice of Completion. B. Should any problem with the irrigation system be discovered within the guarantee period, that problem shall be corrected by the Contractor at no additional expense to City within ten (10) calendar days of receipt of written notice from City. When the nature of the repairs as determined by the City constitute an emergency (i.e. broken pressure line) the City may proceed to make repairs at the Contractor's expense. All damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the City by the Contractor, all at no additional cost to the City. C. At Contractor's expense, promptly repair all damage to paving, planting and other components that are due to settlement of improperly compacted trench soil. D. Guarantee shall be submitted on Contractor's own letterhead as follows: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from date of filing of the Notice of Completion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within 10 calendar days following written notification by the City. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: Event Patio PROJECT LOCATION: Leo Carrillo Ranch Historic Park CONTRACTOR NAME: ADDRESS: TELEPHONE: SIGNED: DATE: 1.6 INSPECTIONS A. The Contractor shall permit the City's authorized representative to visit and inspect at all times any part of the work and shall provide safe access for such visits. B. Where the specifications require work to be tested by the Contractor, it shall not be covered over until accepted by the City's authorized representative, and/or governing agencies. The Contractor shall be solely responsible for notifying the, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Should any work be covered without testing or acceptance, it shall be, if so ordered, uncovered at the Contractor's expense. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION C. Inspections will be required for the following at a minimum: 1. System layout 2. Pressure test of irrigation mainline (Four hours at 125 PSI or 120% of static water pressure, which ever is greater.) Mainline pressure loss during test shall not exceed 2 PSI. 3. Coverage test of irrigation system. Test shall be performed prior to any planting. 4. Final inspection prior to start of maintenance period 5. Final acceptance D. Site observations and testing will not commence without the field record drawings as prepared by the Irrigation Contractor. Record drawings must complete and up to date for each site visit. E. Work that fails testing and is not accepted will be retested. Hourly rates and expenses of the City's authorized representative, and governing agencies for reinspection or retesting will be paid by the Irrigation Contractor at no additional expense to City. 1.7 STORAGE AND HANDLING A. Use all means necessary to protect irrigation system materials before, during, and after installation and to protect the installation work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the acceptance of the City and at no additional cost to the City. B. Exercise care in handling, loading, unloading, and storing plastic pipe and fittings under cover until ready to install. Transport plastic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. 1.8 EQUIPMENT A. Supply as a part of this contract the following items: 1. Two (2) wrenches for disassembly and adjustment of each type of sprinkler head used in the irrigation system. 2. Three 30-inch sprinkler keys for manual operation of control valves. 3. Two quick coupler keys with a 1" bronze hose bib, bent nose type with hand wheel and two coupler lid keys. 4. One valve box cover key or wrench. 5. Six extra sprinkler heads of each size and type. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. The above equipment shall be turned over to City's authorized representative at the final inspection. 1.9 COMPLETION A. At the time of the pre-maintenance period inspection, City's authorized representative, and governing agencies will inspect the work, and if not accepted, will prepare a list of items to be completed by the Contractor. At the time of the post-maintenance period or final inspection the work will be re-inspected and final acceptance will be in writing by the City's authorized representative, and governing agencies. B. The City's authorized representative shall have final authority on all portions of the work. C. After the system has been completed, the Contractor shall instruct City's authorized representative in the operation and maintenance of the irrigation system and shall furnish a complete set of operating and maintenance instructions. D. Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to the City's satisfaction by the Contractor without any additional expense to the City. Repairs shall include the complete restoration of all damage to planting, paving or other improvements of any kind as a result of the work. PART 2 - PRODUCTS 2.1 SUMMARY A. Use only new materials of the manufacturer, size and type shown on the drawings and specifications. Materials or equipment installed or furnished that do not meet the City's, or governing agencies standards will be rejected and shall be removed from the site at no expense to the City. 2.2 METAL PIPE AND FITTINGS A. Pipe: ANSI, Schedule 40 galvanized mild steel screwed pipe. B. Fittings: ANSI, Schedule 40 screwed beaded malleable iron or flanged cast iron, 125 pound class. C. Unions 2" and Smaller: Ground joint pattern. D. Brass Pipe and Fittings: Brass pipe of 85% red brass, ANSI Schedule 40 screwed pipe; fittings of medium brass, screwed 125 pound class. 2.3 COPPER PIPE A. Pressure supply line between the water meter and the backflow prevention device shall be type K copper. Copper pipe and fittings shall be Type "K" sweat soldered. Piping to containers and terrace planters shall be copper pipe, type "K". B. Copper pipe in building walls for terrace planters shall be installed in accordance with the codes listed in Section 01060, Regulation Requirements. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2.4 PLASTIC PIPE AND FITTINGS A. Polyvinyl Chloride (PVC) Pipe: Pressure supply lines 1 1/2 inches in diameter and smaller downstream of the backflow prevention unit shall be Schedule 40 solvent weld PVC. The PVC pipe shall conform to ASTM D1785 solvent weld type, virgin PVC compound, 2000 psi hydrostatic design stress rate, Schedule 40, marked with manufacturer's name, size, class rating, material designation, date extruded, and NFS seal of approval. J-M, Vinyltech, H & W, Pacific Western, Extrusion Technologies, or equal. To be used exclusively for exterior applications; no PVC pipe shall be used in fire rated structures. B Pressure supply lines 2 inches in diameter and up to 3 inches in diameter downstream of backflow prevention unit shall be Class 315 solvent weld PVC. Piping shall conform to ASTMD2241. C. Non-pressure lines 3/4 inch in diameter and larger downstream of the remote control valve shall be Class 200 solvent weld PVC conforming to ASTM D2672. D. Reclaimed water PVC pipe to be color-coded purple in color marked on two sides with reclaimed water warning statements "Caution-Reclaimed Water". Reclaimed water piping must be accepted by the local reclaimed water governing agencies. E. Pipe shall be marked continuously with manufacturer's name, nominal pipe size, schedule or class, PVC type and grade, National Sanitation Foundation approval, Commercial Standards designation, and date of extrusion. F. All plastic pipe shall be extruded of an improved PVC virgin pipe compound in accordance with ASTM D2241 or ASTM D1785. G. All solvent weld PVC fittings shall be standard weight Schedule 40 and shall be injection molded of an improved virgin PVC fitting compound. Slip PVC fittings shall be the "deep socket" bracketed type. Threaded plastic fittings shall be injection molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2466. H. Threaded Nipples and Risers: Schedule 80 PVC, with molded threads and shall conform to ASTM D1785. I. Risers: Schedule 80, threaded, with #5 deformed rebars. 2.5 SOLVENT CEMENTS, PRIMERS AND THREAD LUBRICANT A. All solvent cementing of plastic pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid, consistency, not gel-like or ropy. Solvent cements and primers shall comply with ASTM D2564. Socket joints shall be made per recommended procedures for joining PVC plastic pipe and fittings with PVC solvent cement by the pipe and fitting manufacturer and procedures outlined per ASTM D2564 and ASTM D2855. T. Christy Enterprises, IPS Weld-On, or equal. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. When connection is plastic to metal, female adapters shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be non-lead base Teflon paste, tape, or equal. 2.6 BELL AND GASKET FITTINGS A. Fittings for bell and gasket pressure supply lines shall be ductile iron deep bell type. Fittings shall be manufactured of ductile iron, Grade 65-45-12 in accordance with ASTM A-536. Fitting gaskets shall be in accordance with ASTM F-477. All ductile iron fittings shall be manufactured with exterior lugs. Ductile iron fittings shall be as manufactured by Leemco, Inc., Corona, California. B. All tee fittings used to connect remote control valve assemblies and quick coupler assemblies to the mainline shall be ductile iron deep bell type. The outlet side of the tee or ell to the valve assembly shall be sized per the diameter of the largest valve in the assembly or a minimum of 2 inches. Ductile iron deep bell type reducers when used with bolt on links are allowable in lieu of reducing tee or ells. The PVC pipe to the valve assembly shall be secured to the ductile iron fitting using a joint restraint. C. All ductile iron fittings and all bell and gasket joints within fifty (50) feet of a directional change in the mainline shall be equipped with mechanical joint restraints. The joint restraint shall be capable of securing the PVC pipe directly to the lugs on the ductile iron fittings without the use of bolts, links and adapters. The joint restraint shall be capable of securing PVC pipe to PVC pipe and PVC pipe to ring joint isolation valves without the use of threaded linkages. Joint restraints shall be as manufactured by Leemco, Inc., Corona, California. 2.7 SPLICE CONNECTORS A. Remote control wires: all control wires shall be solid copper, 600.volt, type UF, polyethylene insulation of 45 ML, conforming to the following wire colors and installation requirements: 1. Common Wires: White (#12 AWG). 2. Control Wires: Different color per each station (different color than any other wire) (#12 AWG). 3. Spare Wires: Two (2) red #12 AWG wires from furthest valve or manifold to controller, minimum (see also plans). B. All wire runs under paving or through hardscape structures shall be made in PVC SCH 40 electrical conduit, a minimum of 2 times the diameter of the wire bundle, and shall sweep up into pull boxes (where greater than 200 ft distance under paving occurs). Pull box spacing shall not exceed 200 ft intervals. 2.8 VALVES A. Quick Coupling Valves: Two-piece type brass body, designed for maximum working pressure of 150 psi operable with quick coupler. Valves shall have 1" female threads opening at base. Valves to be operated only with a coupler key, designed for that LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION purpose. Coupler key is inserted into valve and a positive, watertight connection shall x*"**s be made between the coupler key and valve. Provide 1" swivel ell quill assembly as approved. See plans for manufacturer size and model. B. Automatic Remote Control Valves: Electrically controlled, 200 psi rated globe style valve, normally closed, glass-filled nylon body and bonnet with 24 VAC 50/60 cycle solenoid power requirement at 0.41 amp each. See plans for manufacturer, size, and model. C. Master Valve: Cast iron and bronze solenoid control valve with water-tight coil assembly. Flow stem for flow rate and closing speed adjustment. Normally open type. See plans for manufacturer and model. D. Ball Valves: Ball Valves shall be True Union 2000 Standard Ball valves (Gray). See Cut sheet at end of this specification section for ordering requirements and accessories and repair kits. Provide 1 repair kit to Owner Representative at end of irrigation work. E. Bronze "Y" type strainer with cleanout valve and monel mesh strainer; size per main line. See plans for manufacturer and model. F. Butterfly Valves: 1. Butterfly valves shall be of the manufacturer, size, and type indicated on the drawings. valves shall have ductile iron porcelain enamel coated disc. 3. All Butterfly valves shall have a minimum working pressure of not less than 150 psi and shall conform to AWWA standards. 2.9 BACKFLOW PREVENTION UNITS A. The backflow prevention unit shall be of the manufacturer, size, and type indicated on the drawings. B. The backflow prevention unit shall be installed in accordance with the requirements set forth by local codes. C. The backflow enclosure shall be of the manufacturer, size, and type indicated on the drawings. 2.10 IRRIGATION HEADS AND DRIP EMITTERS A. Sprinkler Heads: All sprinkler heads shall be of the manufacturer size, type, and deliver the same rate of precipitation with the diameter, or radius, of throw, pressure, and discharge as shown on the Drawings and specified. 1. Heads shall have screw adjustments.3 LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2. Riser units shall be fabricated in accordance with the details shown on the Drawings. 3. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. 4. All sprinkler heads of the same type shall be of same manufacturer. 5. When noted, body shall be equipped with a built-in check valve. 6. Irrigation heads and drip emitters shall be used as indicated on the drawings. 7. Irrigation heads shall have purple reclaimed water warning cover. B. Drip Irrigation Equipment 1. Drip tubing equipment such as flush valves and wye strainers shall be of the manufacturer, size, and type indicated on the drawings. C. Miscellaneous Equipment 1. Equipment such as flow meters, rain sensors, and master valves shall be of the manufacturer, size and type indicated on the drawings. 2.11 VALVE BOXES A. Valve boxes shall be fabricated from a durable, weather-resistant plastic material resistant to sunlight and chemical action of soils. Plastic rectangular purple No. 3 irrigation control box with locking lid, by Brooks Products, or equal. B. The cover and box shall be capable of sustaining a load of 1,500 pounds. C. Valve box extensions shall be by the same manufacturer as the valve box. D. PVC, 6" diameter communication cable pull box. E. Automatic control valve and ball valve boxes shall be 16"x11"x12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number, or "BV" "heat branded" onto the cover in 2 inch high letters / numbers. F. Quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with "QCV" "heat branded" onto the cover in 2 inch high letters. G. Valve box cover shall be purple pantone No. 522 in color and permanently marked on valve box cover plate with the words 'Warning-Reclaimed Water-Do Not Drink". 2.12 DRIP IRRIGATION EQUIPMENT: A. Bubblers: Molded UV stabilized ABS resin 4 outlet self-cleaning flow control device operating within a pressure range of 10 to 100 psi; Pepco Quadra Bubbler #9633, or equal. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. Laser Drilled Tubing: Union Carbide #7510 linear low density polyethylene resin tubing with 0.169" O.D. drilled every 12" at an angle of 10 degrees. C. Drip System Filter: Pepco PKPC-64 150 mesh screen, or equal (no known equal). D. Drip System Pressure Regulator: Pepco PR-30, or equal (no known equal). 2.13 FLOW SENSOR WIRES AND COMMUNICATION WIRES A. Flow sensor wires shall be as recommended by the flow sensor manufacturer. B. Communication wires for controllers and weather sensor shall be as recommended by the manufacturer. C. All wire runs shall be made in PVC SCH 40 electrical conduit, a minimum of 2 times the diameter of the wire bundle, and shall sweep up into pull boxes (where greater than 200 ft distance under paving occurs). Pull box spacing shall not exceed 200 ft intervals. Utilize joint trenching with other utilities where controller communication wiring is to connect between controllers. D. Electrical: 1. All electrical equipment shall be NEMA Type 3, waterproofed for exterior installations. ^^ W 2. All electrical work shall conform to local codes and ordinances. 2.14 FLOW SENSOR ASSEMBLY A. Flow sensor assembly shall be as specified in the irrigation legend. 2.15 WARNING LABELS AND TAGS A. Use T. Christy's riser markers, with "RECLAIMED WATER - DO NOT DRINK" in English and Spanish, for all reclaimed water sprinkler risers installed. B. Use T. Christy's I.D. Tags with 'WARNING - RECLAIMED WATER DO NOT DRINK" in English and Spanish for all reclaimed water remote control valves. 2.16 WARNING TAPES A. Warning tape for reclaimed water mainlines: 1. The plastic warning tape shall be prepared with silver printing on a purple field having the words, "CAUTION: RECLAIMED WATER LINE BELOW". The overall width shall be 3 inches. 2.17 CONCRETE FOOTINGS —o LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Concrete footings shall be 2,000 P.S.I, concrete at 28 days, 5 sack minimum mix, natural color. 2.18 EXTRA EQUIPMENT OPERATING AND MAINTENANCE TOOLS A. Contractor shall provide to the Owner: 1. Extra drip emitters, drip access boxes, sprinkler heads, shrub adapters, filter screens and nozzles in amounts equal to two (2) of each type used on the project. 2. Valve box keys: two (2). 2.19 OPERATING AND MAINTENANCE TOOLS A. Wrenches: Two, for disassembly and adjustments of each type of sprinkler head supplied. B. Couplers and Matching Hose Swivels with Globe Valves: Two each. C. Valve Box Keys: Two. PART 3 - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: 1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Contractor shall acquaint himself with all site conditions and proposed site conditions as indicated on the plans and specifications. 2. Verify that irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. 3. All scaled dimensions on drawings are approximate. Before proceeding with any work, Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform Owner of discrepancies between drawings and specifications and actual conditions. No work shall be conducted where discrepancies occur, until approval has been given by the Owner. 4. Plan locations of point of connection, pull boxes, existing equipment, sprinkler heads, backflow prevention devices, valves, controller and pipe lines are diagrammatic and indicate the spacing and relative locations of all installations. Locations shall be changed and adjusted as necessary and as directed to meet existing conditions and obtain complete water coverage. Final locations shall be determined by final site conditions and plantings. Install and extend system as LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION shown on the drawings, and as necessary to carry out the intent of the drawings '*"**'- and specifications. 5. Point of connection shall be approximately as shown on drawings. Connect new underground piping and valves and provide all flanges, adapters or other necessary fittings for connection. 6. Before starting work, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths with respect to finish grade. 7. Final grades shall be accepted by the Engineer before work on this section will be allowed to begin. B. Field Measurements: 1. Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other work. 2. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions prior to proceeding with work under this section. 3. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities, which are caused by his operations or neglect. /^% C. Diagrammatic Intent: 1. The drawings are essentially diagrammatic. The size and location of equipment and fixtures are drawn to scale where possible. Provide offsets in piping and changes in equipment locations as necessary to conform with structures and to avoid obstructions or conflicts with other work at no additional expense to City. D. Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads, valves, backflow preventer, and automatic controller. 2. Layout irrigation system and make minor adjustments required due to differences between site and drawings. Where piping is shown on drawings under paved areas, but running parallel and adjacent to planted areas, install the piping in the planted areas. E. Water Supply: 1. Connections to, or the installation of, the water supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to City. _<*"•% F. Electrical Service: -—*' LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Connections to the electrical supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to City. 2. Contractor shall make electrical connections to the irrigation controller. Electrical power source to controller locations shall be provided by others. 3.2 POLYVINYL CHLORIDE PIPE INSTALLATION A. Storage of Materials: 1. Because of the nature of plastic pipe and fittings, exercise caution in handling, loading and storing, to avoid damage. 2. The pipe and fittings shall be stored under cover until using, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. 3. All pipe that has been dented or damaged shall be discarded unless such dent or damaged section is cut out and pipe rejoined with a coupling. B. Excavation and Backfilling of Trenches: 1. Refer to Trenching and Reclaimed Water General Requirements where applicable. Install trench warning tape for all reclaimed water pressure mains. 2. Locate existing lines, valves and other underground utilities before digging trenches. Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient room for pipe fittings, testing and inspecting operations. Do not backfill until the pipe system has been subjected to a hydrostatic test as specified. Do not cover any installed control wiring until it has been tested for shorts and visually observed by the Landscape Architect. 3. Trenches for buried irrigation pressure lines shall be excavated wide enough to allow a minimum of six inches between parallel pipe lines and eight inches from lines of other trades. Lines shall not be installed parallel and directly over one another. Maintain three (3) inches vertical clearance between crossing irrigation lines; minimum transverse angle is 45 degrees. 4. Depth of Trench: Buried Polyvinyl Chloride Pressure Line, 18 inches min., 24 inches max. All Non-Pressure Piping, 12 inches min., 18 inches max. All Pressure Pipe Under Roads, 24 inches min., 36 inches max. 5. Trench depth for buried pipe shall be as specified above from the finish grade to the top of the pipe. The bottom of the trench shall be free of rocks, clods, and other sharp-edged objects over 1" diameter size. 6. Deposit topsoil on one side of trench and subsoil on the opposite side, then install irrigation lines and test each section. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 7. Backfill trenches, after approval of piping, with approved material, tamping around pipe and thoroughly compacting all trench fills until 90% relative compaction has been achieved. Backfill material shall be free from rocks and clods. C. Piping: 1. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. No hydraulic driving is permitted under asphalt pavement. 2. Cutting or breaking of existing pavement is not permitted. 3. Carefully inspect all pipe and fittings before installation, removing dirt, scale, burrs, and reaming. Install pipe with all markings up for visual inspection and verification. 4. Remove all dented and damaged pipe sections. 5. All lines shall have a minimum clearance of 6 inches from each other and 12 inches from lines of other trades. 6. Parallel lines shall not be installed directly over each other. 7. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods including wiping all excess solvent from each weld. Allow solvent welds at least 15 minutes setup time before moving or handling and 24 hours curing time before filling. 8. PVC pipe shall be installed in a manner, which will provide for expansion and contraction as recommended by the pipe manufacturer. 9. Centerload all plastic pipe prior to pressure testing. 10. All threaded plastic-to-plastic connections shall be assembled using Teflon tape or Teflon paste. 1 1 . For plastic-to-metal connections, work the metal connections first. Use a non- hardening pipe dope on all threaded plastic-to-metal connections, except where noted otherwise. All plastic-to-metal connections shall be made with plastic female adapters. D. Irrigation Piping and Fittings: 1 . Pipe shall be snaked from side-to-side to allow for expansion and contraction. Pipe shall rest on smooth ground without bumps, humps, etc. whether underground or above-grade. O LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2. Center load below-grade pipe at 10' intervals with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for site observation during testing. 3. Repair any leaks and replace all defective pipe or fittings until lines meet test requirements. Do not cover any below-grade lines until they have been checked and approved for tightness, quality of workmanship and materials. 4. Pipe ends and fittings shall be wiped with "MEK" primer, Weld-On "P-70" or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be bevelled to remove burrs and excess material before fitting and gluing together. 5. Plastic to brass joints shall be made with plastic female adapters, metal nipple hand tightened, plus one turn with a strap wrench. 6. Plastic to plastic joints shall be solvent-weld, assembled per pipe manufacturer's specifications and using solvent recommended by pipe manufacturer only. 7. All connections to polyvinyl chloride pipe mains shall be made horizontally. 8. No water shall be permitted in the pipe until a period of at least 24 hours has elapsed for solvent weld setting and curing. 3.3 BRASS PIPE INSTALLATION A. Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. Ream and remove rough edges of burrs so smooth and unobstructed flow is obtained. B. Carefully and smoothly place thread lubricant on male thread only. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 3.4 REMOTE CONTROL WIRING INSTALLATION A. Provide one control wire and one common ground wire to service each valve in system. Provide 4'-0" minimum expansion loop at each valve to permit removal and maintenance of valves. B. A continuous run of wire shall be used between a controller and each remote control valve. Under no circumstances shall splices be used without prior approval. C. Install control wires at least 18" below finish grade when not installed in same trench with buried pressure pipe. Bundle wire together with electrical tape 10 feet on center. Bundle shall be secured to the mainline with tape at intervals of 20 feet. All connections shall be of an approved type and shall occur in a valve box. Provide an 18-inch service loop at each connection. Install wires with a 2 foot coiled loop up into each remote control valve box along mainline route. D. Install control wires and irrigation pressure piping in common trenches wherever possible. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION E. All irrigation control wiring passing through structure, underneath paving, traveled ways or roadways shall be placed inside conduits. F. As a part of the work to allow for possible damage to any common or control wire, the Contractor shall run an extra control wire on each leg of mainline from the controller to the farthest RCV. Any other additional wires required to be pulled shall be as noted on plans. G. All wires in pull boxes shall be loose and shall not come within three inches (3") from lid. H. Wire Connections: Common, control and spare wires shall be installed with a 4'-0" coiled excess wire length at each end enclosure. Each wire splice shall be encased in the waterproof epoxy of waterproof connectors. Wire splices shall be made only in valve or pull boxes. I. Testing: All wiring shall be tested for continuity, open circuits and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be fifty (50) megaohms. Any wiring not meeting this requirement shall be replaced, at the Contractor's expense. The responsibility of testing lies with the Contractor to insure it is completed. J. Numbering and Tagging: Identify direct burial control wires at each automatic valve and at the terminal strips of the controller with corresponding valve station numbers shown on the drawings. Tag wires at the terminal strips with 3M Scotchcode SER Wire Markers or equal. Identify spare wires by capping ends with waterproof connectors as specified above and tagging with an I.D. tag marked "SP". 3.5 BACKFILLING A. Backfill material on all lines shall be the same as adjacent soil free of debris, litter, and rocks over 1/2 inch in diameter. B. Backfill shall be tamped in 4-inch layers under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades. C. Flooding in lieu of tamping is not allowed. D. Under no circumstances shall truck wheels be used to compact backfill. E. Provide sand backfill a minimum of 6 inches over and under all piping under paved areas. 3.6 AUTOMATIC SPRINKLER CONTROLLER ASSEMBLY INSTALLATION A. Contractor shall become familiar with existing controller and shall be coordinate w/ Parks Maintenance Department in adding additional irrigation improvements to accommodate the existing controller at the park. The Contractor shall be responsible for temporary and LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION "**** permanent power to the controller for operation and testing purposes. Controller shall 'W' be fully operable prior to planting operations. B. Connections to control wiring shall be made within wiring boxes. C. Electrical supply wiring shall be installed in a rigid PVC conduit from controller to electrical outlet or power pedestal. The Electrical Contractor shall be responsible for installing all wiring to the sub-panels, clocks, or elsewhere as required, in order to complete this installation. A disconnect switch shall be included as a part of this work. D. Seal open ends of all electrical conduit with waterproof sealant to keep out pests. E. The irrigation system shall be programmed to operate during the periods of minimal use of the design area. Program time on each station prior to testing/site observation by the Landscape Architect, County Health Dept., and Carlsbad Municipal Water District. 3.7 REMOTE CONTROL VALVE INSTALLATION A. Install remote control valves in locations approximately as shown on the drawings, with 4" distance from top of flow control stem to valve box lid. Install a union type connection, with one ball valve per remote control valve. Fit with valve box and locking cover as shown in the detailed drawings. Fit with reclaimed water use warning tag where reclaimed water is to be used with valve. B. Install one valve per valve box, maximum. Do not run other pipes through valve boxes. Valves shall be installed in planted areas, 12" from curbs or paved areas, wherever possible. Never place valves in traffic areas or in pavement. 3.8 VALVE BOX AND PULL BOX INSTALLATION A. Install valve boxes as shown in the detail drawings. Valve boxes shall be installed in shrub areas whenever possible. Install no more than one valve per box. B. Each valve box shall be installed on a foundation of 3/4 inch gravel backfill, 3 cubic feet minimum. Valve boxes shall be installed with their tops 1/2 inch above the surface of surrounding finish grade in lawn areas and 2 inches above finish grade in ground cover areas. C. Heat brand in 2" high lettering, the identification number of the valve and the controller clock on the cover of the remote control valve box. D. Pull boxes shall be labeled "PB" in like manner described for valves, "BV" for ball valve, etc., etc. 3.9 BACKFLOW PREVENTION UNITS A. Backflow Prevention Units shall be installed as indicated on the drawings. The backflow prevention unit shall be installed in accordance with the requirements set forth by local codes. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION B. The exact location of the backflow device shall be approved by the Landscape Architect or City's authorized representative before installation. C. The contractor shall be responsible for the testing and certification of the backflow device for proper operation. Testing and certification shall be performed by a state qualified backflow tester. 3.10 MISCELLANEOUS EQUIPMENT A. Install all assemblies specified herein according to the respective detail drawings or specifications, using best standard practices. B. Quick coupler valves shall be set approximately 12 inches from walks, curbs, header boards, or paved areas where applicable. C. Install devices such as rain sensors, freeze sensors, flush valves, air relief valves and master valves as indicated on the drawings and as recommended by the manufacturer. 3.11 FLUSHING A. Main Lines: Flush underground mains and lead-in connections to sprinkler system thoroughly before connecting to control valves. Flush mains using a flush out assembly at lowest elevation. B. Prior to installation of irrigation heads, the valves shall be opened and a full head of s^r water used to flush out the lines and risers. C. Lateral Pipes: After all sprinkler pipe lines and risers are in place and connected and prior to installation of sprinkler heads, flush all lines with a full head of water. Do not install heads until lines have been flushed and approved. D. Irrigation heads shall be installed after flushing the system has been completed. 3.12 MULTI-EXIT DRIP EMITTER AND DISTRIBUTION TUBING INSTALLATION A. Thoroughly flush out all lateral PVC lines prior to connecting drip emitters to risers. B. Install drip emitters onto risers. Connect distribution tubing to outlets and extend (15 ft max.) with bundles in relaxed manner, to plantings. Secure tubing with tubing stakes and equip each tube outlet with bug cap. Install per the drip emitter and typical layout details, and per manufacturer's recommendations. C. Drip tubing shall be installed as indicated on the drawings. Spacing of drip tubing shall not exceed maximum indicated on the drawings. For dripline tubing system, install PVC non-pressure lines connecting between each planter area, from the drip valve outward. Flush system, then install dripline on grade, using tubing stakes every five feet along tubing length. Flush system again. Install air/vacuum relief valves and flush valves. Test system. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.13 SPRINKLER HEAD INSTALLATION A. Install all sprinkler heads as shown in the details, and as shown in the manufacturer's instructions. Spacing of heads shall not exceed maximum indicated on the drawings. Riser nipples shall be the same size as the riser opening in the sprinkler body. B. Nozzle size of all heads shall be adjusted to suit any particular conditions of the area. This shall be done after the system has been thoroughly tested, immediately after written notification by the Landscape Architect and/or County Health Department. 3.14 Y-STRAINER ASSEMBLY INSTALLATION A. Install Y-strainer assembly immediately downstream backflow preventer on mainline, prior to any other valves. Coordinate exact location with Park and Recreation Representative for review and determination of placing assembly. 3.15 SCREEN FILTER ASSEMBLY INSTALLATION A. Install screen filter assembly as shown in the detail. Allow clearance around assembly inside box for maintenance of filter. 3.16 SHUT-OFF VALVE INSTALLATION A. Install all shut-off valves approximately where shown on drawings and as shown on the details. 3.17 QUICK COUPLING VALVE INSTALLATION A. Install quick coupling valves next to paving, as per plan, a maximum of 150 ft. apart on mainline, and as per the detail. 3.18 FLOW SENSOR INSTALLATION A. Install flow sensor immediately downstream V-strainer. Install one per automatic controller. Install flow sensor wires within electrical conduit. 3.19 SPRING CHECK VALVE INSTALLATION A. Install spring check valves on risers of sprinklers to prevent low head drainage. Install spring check valves on laterals where indicated. 3.20 SWING CHECK VALVE INSTALLATION A. Swing check valves shall be installed on laterals where shown, and as detailed. 3.21 CONCRETE FOOTING INSTALLATION A. Footings shall be placed on 90% minimum compacted or undisturbed subgrade. Construct to shapes specified and parallel to adjacent paved areas. Broom finish exposed surface. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.22 PRESSURE TESTS A. Do not allow or cause any of the work of this section to be covered up or enclosed until it has been observed, tested and accepted by the Landscape Architect, City, and governing agencies. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Test pressure supply lines under 150 psi hydrostatic pressure for a period of 4 hours. All laterals shall be tested under existing static pressure to ensure all fittings and connections are water tight. Cap all risers for testing. Do not backfill over any line more than necessary for testing until line has been inspected, tested, and approved. Center load only. Leave pipe connections uncovered. Install remote control valves, quick couplers, and other valve assemblies after testing has been approved. 3.23 COVERAGE TESTS A. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. When the sprinkler system is completed, and before any planting, the Contractor shall perform a coverage test of each system in its entirety to determine if the water coverage for the planted areas is complete and adequate in the presence of the Landscape Architect. Furnish all materials and perform all Work required to correct any inadequacies of coverage due to deviations from the Drawings or where the system has been willfully installed as shown on Drawings when it is obviously inappropriate or ineffective without bringing it to the attention of the Architect (or Owner's Representative). This test shall be performed prior to the planting of any lawns, hydroseed, or groundcover. 3.24 SYSTEM ADJUSTMENT A. Adjust valve flow controls for proper operation. Adjust sprinkler heads for alignment or change nozzles for coverage and minimum overthrow. Make adjustments prior to any planting. Entire irrigation system shall be under full automatic operation for 5 days prior to any planting. B. If it is determined by the Landscape Architect or City's authorized representative that additional adjustments or nozzle changes will be required to provide proper coverage, all necessary changes or adjustments shall be made prior to any planting. C. The entire system shall be operating properly before any planting operations commence. D. Automatic control valves are to be adjusted so that the irrigation heads and drip tubing operate at the pressure recommended by the manufacturer. 3.25 ACCEPTANCE A. The Work of this Section shall be accepted in writing when completed to the satisfaction of the Owner's Representative after the 90-day Maintenance Period. o LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Sprinkler Heads: Clean and adjust heads and repeat coverage test after planting to ensure full coverage at end of landscape maintenance period. Refer to Section 02900 - Landscaping. 2. Training: Make arrangements to train Owner's maintenance personnel in the proper operations of the irrigation system and equipment. Submit affidavit stating date and duration of training giving all names of those present. 3.26 IRRIGATION MAINTENANCE A. Maintenance period shall begin when all Work indicated on Drawings and specified has been completed, inspected and approved by Owner's Representative. Maintenance work shall be performed as specified herein after, and shall be continued for a minimum period of 90 calendar days. During the maintenance period the Contractor shall adjust and maintain the irrigation system in a fully operational condition providing complete irrigation coverage to all intended plantings. The Contractor shall not be released from the maintenance period obligation until all items found during inspections have been resolved to Owner's Representative's satisfaction in conformance with the Drawings and Specifications, and a written statement so stating has been issued. 1. Repair Materials: Have at the job site, at all times, a repair kit and spare parts for plastic pipe and irrigation heads. 2. Tools: Provide adequate garden hoses, sprinkler heads, hose bibb keys, and other equipment and materials as necessary for the execution of 3. Weekly Inspection: Once each week of operation, after turning on a valve, examine visually each sprinkler head in the section to make certain there is no blockage by dirt or rock particles. If damage occurs to any sprinkler head causing an unrepairable effect, the damaged part shall be immediately replaced with a new part of the same manufacture at no additional cost to Owner. 4. Repairs: If leakage occurs around junction of bonnet and body of sprinkler head, control valves, hose bibbs, or gate valves, correct by replacing the gasket between the two parts. If leakage occurs at the point where the valve stem emerges through the top of the bonnet, correct by tightening the packaging nut against the bonnet. Tighten only enough to cause the leak to stop. Replace packing if necessary. 5. Irrigation Timing, Tests, Schedules: a. Supervised watering of grounds shall follow a preplanned schedule, differing only as required by the season of the year. b. The criterion for developing a schedule for irrigation is the proper maintenance of soil moisture. Adjust and improve the schedule as necessary and as approved by Owner's Representative. c. Perform precipitation and soil moisture tests as approved by Owner's Representative. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.27 FINAL OBSERVATION AT END OF MAINTENANCE PERIOD PRIOR TO ACCEPTANCE OF IRRIGATION WORK A. Operate each system in its entirety for Owner's Representative at the time of final observation. Any items deemed not acceptable shall be reworked to the complete satisfaction of Owner's Representative. Show evidence to the Owner's Representative that Owner has received all accessories, charts, Record Drawings, and equipment as required before final observation occurs. Final inspection will not commence without record drawings as prepared by the Irrigation Contractor. 3.28 CLEAN UP A. Refer to Section 01770. Clean up as each portion of the Work of this Section progresses. Remove refuse and excess dirt from the site, broom clean walks and paving, and repair any damage to surrounding areas as approved. Any damage sustained on the work of others shall be repaired to original conditions. Upon completion of the Work, restore ground surfaces to required elevations and remove excess materials, debris, and equipment from the site. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02900 LANDSCAPING PLANTING PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, and equipment required to install all Landscape Work shown on the Drawings and specified herein. 1.2 QUALITY ASSURANCE A. Applicable Standards: 1. American Association of Nurserymen, Horticultural Standards. 2. American Joint Committee on Horticultural Nomenclature - Standardized Plant Names. Mount Pleasant Press, Harrisburg PA, current edition. 3. California Standard Grading Code of Nursery Stock. B. Inspection of Plant Materials: Provide notification within 10 days after the award of Contract if plant materials of specified type and size are not available. C. Site Reviews: Obtain approval at each of the reviews listed below before proceeding with the Work. Provide 48 hour advance notification of readiness for the following: 1. Delivery: Delivery of plant material; including trees, shrubs, sod, vines and groundcover. 2. Spotting: Spotting of all plant materials before excavation of planting holes. 3. Completion: Completion of Landscaping Work. 4. Final Review: Completion of Maintenance period. D. Plant Names: In all cases, botanical names shall take precedence over common names. 1.3 SUBMITTALS A. Prior to ordering 24" box trees, submit photographs of specimens for Landscape Architect's review B. Delivery: Submit delivery receipts stating source and quantity for each of the following types of material: 1. Top soil. 2. Bulk materials. 3. Fertilizers. 4. Sod. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 5. Trees, shrubs, and groundcovers. C. Contractor shall submit a complete list of soil amendments, fertilizers, and plant materials, specified with quantities and suppliers of each, a minimum of six (6) weeks prior to delivery to the site. D. Contractor shall submit signed copies of certificates, invoices and trip slips to the Owner for verification of quantities of all materials delivered to site for incorporation into work. E. Contractor shall submit one pint of bark mulch to the architect for approval. F. Contractor shall submit the nursery source for contract grown plant material upon award of the project. G. Upon completion of grading, Contractor shall obtain four (4) one quart soil samples from four (4) locations and at the depth designated by the Owner for horticultural soil testing by an independent soils laboratory. H. Agri-Service, phone: (760)727-5454 (or equal). The test report shall list the following information: 1. pH. 2. ECeXIO. 3. Sodium Absorption Rate. 4. Percolation Rate and soil texture. 5. Recommendation for soil conditioner, pH Adjuster, Fertilizers and quantities of each. 1. Check List: Prior to final review submit a log of all check list items showing dates and approval signatures for the job start meeting, soil sampling locations, site reviews, and acceptance of punch list corrections. J. Pest & Weed Control Applicators: Submit evidence of licensing by State of California as Pest Control Operator and Advisor. K. Soil Testing: 1. Contractor shall notify Owner's Representative at the appropriate time soil analyses are to be made and request a site plan showing sampling locations. 2. Contractor shall arrange and pay for a soils laboratory to make the necessary tests for a complete horticultural analysis with recommendations for amending the soil at the following times: 1) after construction but prior to planting; and 2) after planting. PART 2 - PRODUCTS 2. 1 PRODUCT DELIVERY, STORAGE AND HANDLING LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Delivery of Materials: Packaged Materials: Deliver packaged materials in unopened bags or containers, each bearing the name, guarantee, and trademark of the producer, and the composition, analysis and the weight of the material. B. Plant Protection: Plant nursery stock at once upon delivery. If this is not feasible, plants shall be heeled-in, e.g. all bundles open, the plants spread out into a spade depth trench, the roots fully covered with damp soil, and protected from the sun and wind. Protect plants from the drying action of sun and wind until planted. Protect container grown plants, which cannot be planted immediately upon delivery with soil, wood shavings, or other protective material. 2.2 JOB CONDITIONS A. Do not begin the Landscaping Work until site irrigation system has been reviewed, tested, and approved. B. Examination of Drawings and Site: 1. Drawings: Drawings are diagrammatic. Plant placement will be approved in field by Landscape Architect. 2. Field Conditions: Verify field conditions such as obstructions, grade differences, and discrepancies in dimensions. The start of Landscaping Work shall indicate acceptance of field conditions. Assume responsibility for any revisions necessary. C. Protection: 1. Existing Trees: Protect trees and roots from injury as specified in Section 02115 - Tree Protection and Trimming. 2. Utilities: Verify that all existing utilities have been located and protected before start of Landscape Work. 2.3 GUARANTEES AND REPLACEMENTS A. Shrubs, vines and groundcovers shall be guaranteed to remain healthy and vigorously growing for 90 days, from date of final acceptance of project. B. All grown plants shown on the drawings shall be guaranteed to remain healthy and vigorously growing until final acceptance of project. C. All plants found to be dead and all plants not in a vigorous condition noted within the Guarantee Period shall be replaced within fourteen (14) calendar days. D. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted and fertilized as originally specified. E. Submit replacement guarantee for upright growth and health of plant materials for following periods. Replacement shall be with plants of same type and size as those originally planted, maintained, and guaranteed for original period specified. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Trees: 12 months after final acceptance for plants 15 gallons and larger. 2. Shrubs and Groundcover: 6 months after final acceptance for plants up to 15 gallon size. 3. Vines: 6 months after final acceptance for plants up to 15 gallon size. 2.4 SITE OBSERVATION VISITS A. Site observation visits herein specified shall be made by the Owner or his representative. The Contractor shall request site observation two (2) days in advance of the time observation is required. B. Site observation will be required for the following parts of the work: 1. Incorporation of soil conditioner and fertilizer into the soil and upon completion of grading prior to planting. 2. Approval of plant materials with trees and shrubs spotted in place for planting, but before planting holes are excavated. 3. When planting, and all other indicated or specified work, except the Maintenance Period, has been completed. Acceptance and written approval shall establish beginning of the Maintenance Period. 4. Final site observation visit at the completion of the ninety (90) day Maintenance ^J Period. This site observation visit shall establish the beginning date for the guarantee period of plant material. C. The Contractor or his authorized representative shall be on the site at the time of each site observation visit by the Owner. 2.5 MAINTENANCE A. The Maintenance Period begins on the first day after all landscape and irrigation work on this project is complete, checked, accepted and written approval from the Owner is given to begin the Maintenance Period, and shall continue thereafter for no less than ninety (90) continuous calendar days. B. Acceptance: Upon completion of the final site observation visit and the work of this section, the Contractor will be notified in writing (1) whether the work is acceptable; (2) of any requirements necessary for completion and acceptance. C. The Contractor shall continuously maintain all involved areas of the Contract during the progress of the work and during the Maintenance Period until the Final Acceptance of the work. D. Regular planting maintenance operations shall begin immediately after each plant is planted. Plants shall be kept in a healthy, growing condition and in a visually pleasing appearance by watering, pruning, trimming, edging, fertilizing, restaking, pest and -^^ disease controlling, spraying, weeding, cleaning-up and any other necessary operation >^ LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION of maintenance. Landscape areas shall be kept free of weeds, noxious grass, and all other undesired vegetative growth and debris. All plants found to be dead or in an impaired condition shall be replaced immediately. E. No pruning of tree limbs shall be permitted without the consent of the Owner. F. The Contract completion date of the Contract Maintenance Period will be extended, when in the opinion of the Owner, improper maintenance and/or possible poor or unhealthy condition of planted material or unestablished non-covering lawns are evident at the termination of the scheduled Maintenance Period. The Contractor shall be responsible for additional maintenance of the work at no change in Contract price until all of the work is completed and acceptable. G. The Contractor shall be responsible for maintaining adequate protection of the areas. Damaged areas shall be repaired immediately at the Contractor's expense. H. Decomposed Granite (maintenance): 1. Remove debris, such as paper, grass clippings, leaves or other organic material by blowing or hand raking. 2. During maintenance period, a minor amount of loose aggregate may appear on the surface. If this material exceeds %", redistribute material over entire surface and water thoroughly to a depth of 1". Compact with power roller of no less than 1/2 ton. Owner should also note same treatment to apply after maintenance period for first year. 3. If cracking occurs, simply sweep fines into cracks, water thoroughly and hand tamp with 8" to 10" tamp plate. 2.6 GENERAL REQUIREMENTS A. The term "Planting Area" shall mean all areas to be planted with shrubs, groundcovers, and vines. B. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice. C. All rock and other growth or debris accumulated within the duration of the project shall be removed from the site. D. Upon completion of all soil preparation operations, two (2) soil samples shall be taken by the Contractor and analyzed as to their respective agronomicsuitabilities by a soil laboratory approved by the Owner. The results of these tests are to be reviewed by the Owner for any required modifications to specified soil preparation. E. Prior to excavation for planting or placing of plant materials, locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. In the event of a conflict between such lines and plant locations, immediately notify the Owner who shall arrange for the re-location of one or the other. The Contractor LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION assumes all responsibility for making any and all repairs for damages resulting from work as herein specified. F. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. G. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and immediately inform the Owner of any discrepancy between the drawings and/or specifications and actual conditions. H. Quantities for plant materials are shown for convenience only, and not guaranteed. Check and verify count and supply sufficient number to fulfill intent of drawings. Verify any clarifications with the Owner. I. Adequately stake, barricade, and protect all irrigation equipment, existing trees, manholes, utility lines, and other existing property during all phases of the soil amending planting and grading operations. 2.7 PLANT SELECTION A. Upon award of the project the Contractor shall inform the Owner of the nursery source of all plants. The Owner will check the plants at the nursery source for approval. If the plants are rejected, the Contractor shall be responsible for locating other sources of plants. The contract price for the project shall not change due to rejected plants. The Contractor shall make all necessary financial arrangements or purchase orders to reserve the plants specifically for this project. B. Shrub Samples: Typical samples, one (1) each of all varieties and sizes (15 gallon and under) shrubs of all plant materials shall be submitted for approval at the site after grading and prior to planting operations. Approved samples shall remain on the site and shall be maintained by the Contractor as standards of comparison for plant materials to be furnished. Samples may be incorporated into the work. 2.8 REJECTION AND SUBSTITUTION A. All plants not conforming to the requirements herein specified and on the drawings shall be considered defective, and such plants, whether in place or not, shall be marked as rejected and be immediately removed from the site of the work and replaced with acceptable plant materials. The plant materials shall meet all applicable inspections required by law. All plants shall be of the species, variety, size, age, flower color and condition as specified herein and/or as indicated on the drawings. Under no condition will there be any substitution of plant species, variety, or reduced sizes for those listed on the accompanying drawings, except with the express written consent of the Owner. 2.9 INVOICING OF PLANT MATERIALS AND SOIL PREPARATION CONFORMANCE TEST LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. A sample of the soil amendments shall be delivered to the Owner within thirty-five (35) days after submittal of soil report to the Owner for approval. B. Upon delivery of materials and/or completion of all soil conditioning and grading, but prior to initiating planting operations, the Landscape Architect with the heretofore specified signed copies of required certificates, trip slips, and invoices for soil preparation materials, shall compare the total quantities of each material furnished against the total area for each operation. If the minimum rates of application have not been met, the Owner will require at the Contractor's expense, the distribution of additional quantities of these materials to fulfill the minimum application requirements specified. C. After installation of plant materials, but prior to the premaintenance site observation visit, the Owner, with the heretofore specified signed copies of the required certifications, trip slips, and invoices for the plant materials and related items, shall compare the total area and/or the amounts specified. If the minimum amounts have not been furnished, the Owner will require at the contractors expense, the .installation of additional materials to fulfill the minimum requirements specified. 2.10 DECOMPOSED GRANITE REQUIREMENTS A. Tests: Perform gradation of decomposed granite material in accordance with ASTM C 136 - Method of Sieve Analysis for Fine and Course. B. Mock-Ups: Install 4 ft. wide x 10 ft. long mock-ups of decomposed granite paving with and without Stabilizer additive at locations specified by City representative or Landscape Architect. C. Environmental Conditions: Do not install decomposed granite paving while it is raining. For Stabilized Decomposed Granite, contractor must check forecast and proceed only if rain is not predicted for a minimum of 72 hours, and it has not rained for a minimum of 48 hours. D. Quality Assurance: Installer - Provide evidence to indicate successful experience in installing decomposed granite or crushed 3/8" or 1/4" aggregate paving containing Stabilizer binder additive. PART 3 - EXECUTION 3.1 SOIL AMENDMENT AND FERTILIZER A. Soil conditioner shall be commercially processed bark or wood product which has been well composted, consisting of a commercial blend of organic fractions supplying gradient degrees of breakdown and conforming to the following requirements: 1. Derived from bark of pine, white fir or redwood, or from cedar or redwood shavings. 2. Composted a minimum of 180 days and a maximum of 1 year. pH shall be 7.0 maximum and 5.5 minimum. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3. Salinity maximum 3.1 mmhos per centimeter at 25 degrees C as measured by saturation extract conductivity. 4. Impregnated with a minimum of 1% nitrogen, 0.04% phosphoric acid, 0.04% available potash, 0.02% calcium, 0.03% magnesium and 0.05% iron. Redwood particles to be 1/50" to 1/4" in size, organic matter 97%, moisture content 30%. 5. Ash content not to exceed 10%. B. Soil Conditioner shall be Organo life, A.J. - Ecohumus, Loamex or approved equal by Landscape Architect. Pre-plant Commercial Fertilizer (15-15-15) shall be uniform in composition, free flowing, suitable for application with approved equipment and delivered to the project site in unopened original container or package, each bearing the manufacturer's statement of guaranteed analysis, and shall contain the following minimum available percentage by weight of plant nutrients: Nitrogen 15% minimum Phosphoric Acid 15% minimum Potash 15% minimum Wil-Gro, Bandini, Gro Power, Kellogg or approved equal. C. Post-Plant Fertilizer (14-7-3). Federal Specifications L-F 241, shall be a long lasting, slow release, pelleted or chip type, uniform in composition, free flowing, with less than thirty percent (30%) passing through a twenty-eight (28) mesh Tyler screen, suitable for application with approved equipment, and containing the following minimum available percentages by weight of plant nutrients: Nitrogen 14.0% minimum Phosphoric Acid 7.0% minimum Potash 3.0% minimum Best, Bandini, Gro Power, Western Farm Services or approved equal. D. Soil Sulfur: Shall be 99% elemental sulfur, Wilgro Life, Union Chemical or approved equal. E. Wetting Agent: shall be "Naiad" turf and Ornamental Plantings Soil Penetrate or approved equal. F. Iron Sulfate: 20% Iron by volume. Warning: Fertilizers containing chelated iron will stain concrete surfaces. The Contractor shall take care not to stain concrete and shall be responsible for removing all iron stains from concrete at no additional cost to the Owner. G. Fertilizer Tablets: Shall be Agriform (20-10-5) chip tablets, 21 gram and 5 gram size, or approved equal. H. Gypsum - Commercially packaged, free flowing gypsum containing not less than 95% by volume of calcium sulfate as an active ingredient. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION '**"" I. Soil Moist - An acrylic co-polymers, Terra Sorb' or approved equal by landscape architect. J. Mulch: Clean shredded bark mulch, not to exceed !4" in its largest dimension. 3.2 BACKFILL MIX A. For trees, shrubs, and vines, thoroughly mix per cubic yard: 6 parts by volume of site topsoil, A parts by volume of nitrogen stabilized organic amendment and nitrolized fir bark, 4 pounds commercial fertilizer, and plant tablets per the manufacturer's recommendations. Blend ingredients at adjacent paved work area. 3.3 TREE TIES A. VIT Cinch Tie or equal. 3.4 TREE STAKES A. 2" square x 10' -0" or 2" diameter lodge pole pointed at one end and stained with green copper naphthenate, TT-W-572, type I, composition B. 3.5 TREE TRUNK PROTECTORS A. For Trees In Lawn Areas: "Trim Guard," by V.I.T. Products (619) 673-1797, or "Arbor- Gard," by Deep Root Corporation, (714) 632-7083. B. Protectors shall be plastic and of uniform color throughout the Project site. 3.6 VINE TIES A. Per detail. 3.7 WEED, FUNGUS AND PEST CONTROL A. Materials recommended by a licensed Pest Control Advisor. 3.8 PLANT MATERIALS A. Nomenclature: The scientific and common names of plants herein specified conform with the approved names given in "A Checklist of Woody Ornamental Plants of California", published by the University of California, College of Agriculture, Publication 4091 (1979). See list of plant material on drawings. B. Container stock (1 gallon, 5 gallon, and 15 gallon) shall have grown in containers for at least six months, but not over two years. No container plants that have cracked or broken balls of earth, when taken from the container, shall be planted, except upon special approval. No trees with damaged roots or broken balls shall be planted. C. Pruning shall not be done, prior to delivery, except by written approval by the Landscape Architect. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION D. Inspection of Plant Materials, required by City, County or Owner authorities, shall be a '"""'v responsibility of the Contractor, and where necessary the Contractor shall secure —* permits or certifications prior to delivery of plants to site. E. Plants shall be subject to approval or rejection, at the project site at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Rejected plants shall be removed from the project site immediately. F. Substitutions will not be permitted unless proof is submitted by the Contractor that any plant specified is not obtainable. A proposal for substitution will be submitted by the Contractor to the Owner for approval. G. Quantities shall be furnished as needed to complete work shown on drawings. H. The Owner reserves the right to check root condition of any species, particularly those grown from seed, and if found defective, to reject the plants represented by the defective sample. I. Identify plant species or varieties correctly on legible, weatherproof labels attached securely to the plant material. There shall be a minimum of one labeled plant for each 25 plants in a lot. J. Groundcover plants shall be healthy vigorous rooted cuttings grown in flats until transplanting. K. Lawn shall be as indicated on the drawings. >^/ 3.9 SOD A. Areas around the new picnic shelters that are disturbed shall be sodded with Marathon III by Southland Farms. 3.10 HERBICIDES A. Pre-emergence herbicide shall be Surflan, Trefan, Dymid or approved equal. 3.11 BARK MULCH (All areas with less than 2:1 slope) A. Bark mulch shall be fir or pine "walk-on" shredded bark, clean and free of debris. Submit 1/2 cu. ft. for review. 3.12 DECOMPOSED GRANITE SCREENINGS A. Crushed Stone Sieve Analysis Percentage of Weight Passing Square Mesh Sieve, AASHTO T11-82 and T27-82 o LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION Range of %Passing 3/8" 100 No. 4 95-100 No. 8 75-80 No. 16 65-55 No. 30 40-50 No. 50 25-35 No. 100 20-25 No. 200 5-15 Provided by KRC, Inc., ph. # 800-427-0572, or approved equal. B. Stabilizer Binder 1. Patented, non-toxic, organic binder that is colorless and odorless concentrated powder that naturally binds crushed Aggregate screenings (CAS) together to produce a natural firm surface. 2. Provided by Stabilizer Solutions, Inc., 800-336-2468, or approved equal. Local suppliers (via Stabilizer Solutions Inc.): KRC Inc. (800-427-0572), Gail Materials (800-442-ROCK). 3. Synthetic Fiber Reinforcement (optional) a. As provided by Stabilizer Solutions, Inc., 800-336-2468, or approved equal. 3.13 SILICA SAND #20 A. Silica Sand #20 shall conform to Section 19-3.025B, "Sand Bedding", of the Standard Specifications for Public Works Construction, and these Special Provisions. B. Contractor shall install Silica Sand #20 as per plans. C. All silica sand shall be 100 percent #20 silica for play areas and shall be free of deleterious organic material, loam, clay and debris, with a "mean effective size" between .55 and .65 and a "mean uniformity coefficient" between 1 .0 and 1 .54. D. The Contractor shall submit certification of the above requirement and a 0.5 cubic foot sample to the Engineer for approval prior to sand placement. 3.14 SITE CLEARANCE A. Clean up and completely remove weeds and grass including any roots and any accumulated debris and rubbish from the planting areas before commencing Landscape Work. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.15 TESTS A. Composite Soil Tests: Take samples at depths of 8" to 12" and at depths of 24" to 36". Obtain one agricultural suitability and fertility test by the University of California method. Contractor shall amend soil based on soil test results and recommendations. Copies of soil test results and analyses shall be sent to the Owner's Representative. B. Water Percolation Tests: Carry out 3 tests with widely separated holes 2' x 2' x 2' deep. Fill holes with water and allow to drain. Refill holes and measure drop in level over a period of 4 hours or more. Report test results. Drop of less than 1" per hour will require remedial measures. 3.16 SOIL CONDITIONING, FERTILIZING AND ROTOTILLING A. After the areas have been graded, the following rates of soil conditioning and amendment materials shall be evenly spread over all planting areas and shall be thoroughly scarified to an average depth of eight (8) inches by rototilling a minimum of two (2) alternating passes, followed by eight (8) inches of water leaching performed in four (4) applications of two (2) inches each. 4.3.1.1. Soil Conditioners cu. yd./1,000 sq. ft. 4.3.1.2. Soil Sulfur25 lbs./1,000 sq. ft. 4.3.1.3. GypsumlOO lbs./1,000 sq. ft. 4.3.1.4. Pre Plant FertilizerSO lbs./1,000 sq. ft. 4.3.1.5. Iron Sulfate40 lbs./1,000 sq. ft. 4.3.1.6. Naidl Quart per acre (prior to amending soil). 4.3.1.7. Soil Moistl lb./1,000 sq. ft. B. Planting backfill in shrub planting areas shall be a thoroughly blended mixture of excavated soil from the planting pits and soil amendments at the following mixture: Vines/Shrubs 4.3.2.1. Soil Conditioner 40% 4.3.2.2. On Site Soil 60% 4.3.2.3. Soil Sulfur 1 Ib./cu. yd. 4.3.2.4. Pre-Plant Fertilizer 3 Ibs./cu. yd. 4.3.2.5. Iron Sulfate 3 Ibs./cu. yd. 4.3.2.6. Gypsum 12 Ibs/cu. yd. 4.3.2.7. Naid 1 oz./cu. yd. 4.3.2.8. Soil Moist 1 Ib./cu. yd. C. Rate of application shown is for bidding purposes only. Soil test may reduce or increase total soil amendment yardage. Adjustment (plus or minus) may be necessary. The Contractor shall obtain six (6) soil tests of final grade at site as specified herein and submit results to City representative or landscape Architect for interpretation and recommendation. Contractor shall submit unit prices on above amendments for add/deduct options based on submitted soil test reports. D. The thoroughness and completeness of the rototilling and incorporation of the soil conditioners/amendments shall be acceptable to the Owner prior to commencement of planting operations. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.17 FINISH GRADING A. Finish grades shall be as existing at the site and as indicated on the as-built Civil drawings. B. Finish grades shall be measured as the final water compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the drawing. C. Finish grades shall be measured at the top surface of surface materials. D. Molding and rounding of the grades shall be provided at all changes in slope and as directed by the Owner or Landscape Architect. E. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling and all other operations shall be leveled and floated out before planting operations are initiated. F. The Contractor shall take every precaution to protect and avoid damage to existing and new sprinkler heads, irrigation lines, and other underground utilities during his grading and conditioning operations. G. Final finish grades shall insure positive drainage of the site with all surface drainage away from buildings, walls, and toward roadways, swales, drains and catch basins. H. Final grades shall be acceptable to the Owner or Landscape Architect before planting operations will be allowed to begin. I. Planting surfaces shall be graded with no less than one (1) percent surface slope for positive drainage. J. Weed Control: Apply pre-emergent or contact herbicides recommended by a licensed pest control advisor. Provide notification to Owner 48 hours in advance of intent to apply spray herbicides. Avoid frequent soil cultivation which could destroy shallow roots. Make final application at least 3 weeks before installation of plant materials or longer as recommended by manufacturer. K. Moisture Content: Do not work the soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form or clods will not break up readily. L. Contaminated Soil: Remove and dispose of soil which contains foreign materials or deleterious substances such as oil, plaster, concrete, gasoline, paint, solvents, etc. Replace affected soil with approved native or imported top soil. Contractor will be held responsible for damage to installed plants caused by such substances. M. Ripping: Loosen planting areas to a depth of 8" by ripping soil in two directions. Do not invade root zone of existing trees on site without approval. Do not rip slopes 2:1 and greater. N. Finish Grade: Grade planting areas to a smooth and even condition, without water pockets or irregularities. Water settle backfilled areas. Remove clods over 2" and rocks over 1" in diameter within 6" of surface. Fine grade so that after conditioning and LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION planting, finish grade is 1-1/2" (for groundcover areas) below the top of curbs and walks. Slope to drain away from building to adjacent roadways, drainage swales, or catch basins at 2%. 3.18 PLANTING A. Protection: Protect plant materials from sun, wind, and drying during transit, at the site before, during, and after planting. Water to full depth of backfill immediately after planting, including groundcover areas. B. Do not plant until irrigation system installation is complete, and until final grades are established and approved. C. Plant Locations: Plant locations shown on the Drawings are diagrammatic and subject to minor modification in the field as approved by the Owner's Representative and at no additional cost to the Owner. D. Pits: Dig with vertical sides. Size as indicated on the Drawings. E. Setting: Place plants in center of pits in vertical setting. Place so that crown will be at least 2" above finish grade for trees and shrubs after watering and settling and create a temporary water basin around pits. Keep groundcover 1/4" above grade and water with a fine spray. F. Backfill: For trees, shrubs, and vines, backfill with thoroughly mixed specified mixture and then water. Thoroughly water settle all backfilled areas. G. Fertilizer Tablets: Apply per manufacturer's written instructions. H. Staking: Double stake as noted and detailed on planting Drawings. Remove nursery stakes as soon as planting detail stakes and guys are installed. I. Mulching: For tree, shrub, and groundcover areas. Apply 3" settled thickness of mulch over planting beds within 4 days after planting. Rake to an even surface and water to full depth of mulch. J. Tree Trunk Protectors: For trees in lawn areas. Install per manufacturer's instructions. 3.19 PLANTING SHRUBS AND VINES A. In general, planting holes shall be two times the size of the rootball, but in no case too small to accommodate plants. B. Excavation shall include the stripping and stacking of all acceptable soil encountered within the areas to be excavated for plant pits and planting beds. Protect all areas that are to be trucked over and upon which soil is to be temporarily stacked pending its re- use for the fillings of holes, pits and beds. C. Excess soil, generated from the planting holes shall be spread evenly over the site by the Contractor. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION D. All used containers shall be removed to the storage area or from the site by the Contractor. E. The plants shall be planted at approved locations with the heretofore specified conditioner and soil planting backfill. F. The plants shall be placed in the planting pits on the soil which has been hand tamped and water settled to the root ball base levels prior to the placement of the plants. After setting the plants, the remaining backfill material shall be carefully tamped and settled around each root ball to fill all voids. G. Each shrub shall be placed in the center of the hole and shall be set plumb and held rigidly in position until the planting backfill has been tamped from around each root ball. H. All plants shall be set at such a level that after settling they bear the same relationship to the surrounding finish grade as they bore to the soil in the container. I. Planting tablets shall be placed in each shrub planting hole at the following rates. 4.6.9.1. 2-21 gram tablets per 15 gallon container. 4.6.9.2. 2-21 gram tablets per 5 gallon container. 4.6.9.3. 1-21 gram tablet per each 1 gallon container. J. No plant will be accepted if the root ball is broken or cracked, either before, during or after the process of installation. K. All plants shall be thoroughly watered into the full depth of each plant hole immediately after planting. L. The Contractor shall be responsible for all surface and subsurface drainage required which may affect his guarantee of the shrubs, and vines. M. Pruning after planting shall be required on all shrubs and vines when necessary to provide the specified or approved standard shapes, form and/or sizes characteristic to each plant. Pruning may include thinning, topping, and/or cutting and shall be under the direction of the Owner. Cuts over 3/4 inch in diameter shall be painted with an approved sealant. 3.20 PLANTING GROUNDCOVERS A. Groundcovers shall be planted in the areas indicated on the drawings. The groundcover plants shall be rooted cuttings grown in flats, and shall remain in those flats until transplanting. B. All groundcover plants shall be planted with soil around roots in staggered rows, evenly spaced at the intervals called out on the drawings. C. The groundcover plants shall be planted sufficiently deep to cover all roots and shall be fertilized with a 5 gram plant tablet and immediately sprinkled after planting until the entire area is soaked to the full depth of all holes. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.21 MULCH APPLICATION A. Apply 2" minimum depth of mulch to all shrub and groundcover areas. Provide a sample to owner for approval prior to ordering mulch materials. 3.22 HERBICIDE APPLICATION A. Apply approved herbicide to subgrade in all planting areas and decomposed granite areas as required by owner. B. Apply herbicides according to manufacturer's directions only, using all proper safety precautions. Do not apply herbicides during high winds or rainy weather. 3.23. GUYING MATERIALS A. Guy wires shall be of pliable, zinc-coated steel of No. 12 gauge. B. Anchors (deadman) for holding guy wires shall be 8" x 8" x 16" concrete blocks. Set 18" below finish grade. C. Pipe for covering wire, shall be 1/2" dia. by 5' long white PVC plastic pipes. 3.24 DECOMPOSED GRANITE A. Stake and measure areas according to the rate of Decomposed Granite (D.G.) and Stabilizer to be used. • B. Spread all decomposed granite mixes to desired depths and levels to grade over specified base material. (See plans for depth and locations of designated stabilized and D.G. areas). It is critical that stabilizer be thoroughly and uniformly premixed (at the supplier plant) throughout the total depth of the decomposed granite profile. Contractor to provide trip slips and invoices of materials provided to City representative. C. Optional - Bend 3-5 Ibs of Sportsgrid fibers per ton of decomposed granite screenings (verify with owner) for vehicular area only. Water heavily with a hose to achieve full depth moisture penetration of the mix. (Do not water with a water truck). Test for penetration by random core inspection. D. Roll and compact to 95% relative compaction with a two- to five-ton double drum roller. If the surface is flaky or sticks to the roller drum, add more water. If the roller creates a washboard effect or rills, extra setup time is necessary. Do not begin compaction for 6 hours after placement and up to 48 hours. Take care in compacting decomposed granite screenings when adjacent to planting and irrigation systems. E. Remove and replace decomposed granite paving that is damaged, defective, or does not meet minimum requirements of this section. F. Contractor to grade all decomposed granite areas as per Civil engineers drawings to shed water off the sides. G. Repairs: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Excavate damaged areas to the depth of Stabilized decomposed granite and square up side walls. 2. If area is dry, moisten damaged portion lightly. 3. Preblend the dry required amount of Stabilizer powder with the proper amount of decomposed granite in a cement mixer or pug mill. 4. Add water to the pre-blended decomposed granite/Stabilizer mix. Thoroughly moisten mix with 25-35 gallons per ton of pre-blended material, or to approximately 10% moisture content. 5. Apply moistened, pre-blended decomposed granite screenings to excavated area to finish grade. 6. Compact with an 8" to 10" hand tamp or 250 to 300 Ib. Roller (if the area is high . traffic area, i.e. Parking lot, use a larger roller 1/2 ton minimum. Keep traffic off areas for 12 to 48 hours after repair has been completed. 3.25 SILICA SAND #20 A. Install sand as per plans. B. The contractor price for silica sand #20 shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing silica sand #20 as shown on the plans, and as directed by the Engineer, including clean-up, repairs and guarantees. 3.26 EROSION CONTROL BLANKET A. Install per manufacturer's specifications. B. Optional 'Green Dot System' may be used if deemed necessary by city engineer. 3.27 POST FERTILIZATION A. Post Fertilization for all planting areas (14-7-3) shall occur 45 days after planting at a rate of 15 Ibs. per 1,000 sq. ft. and again at the end of the maintenance period. 3.28. CLEANUP A. Refer to Section 01770. B. Site: During the course of the Work, remove surplus materials from the site and leave premises in a neat and clean condition. Sweep walks and paving. C. Plants: After pre-maintenance observation remove nursery tags and labels from plant materials. 3.29. MAINTENANCE SEE ALSO SECTION 02951 LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Maintenance period shall begin when all Work indicated on Drawings and specified has been completed, inspected and approved by Owner's Representative. Maintenance work shall be performed as specified herein after, and shall be continued for a minimum period of 60 calendar days. Contractor shall not be released from the maintenance period obligation until all items found during inspections have been resolved to the Owner's Representative's satisfaction in conformance with the Drawings and Specifications, and a written statement so stating has been issued. B. Tree Pruning: 1. Prune trees selectively to provide the following characteristics: a. To allow development of permanent scaffold branches that are smaller in diameter than the trunk or branch to which they are attached, and which have a vertical spacing of 18" to 24", with radial orientation and do not overlap one another. b. Eliminate narrow V-shaped branch forks which lack strength. c. Thin out crowns to reduce toppling and wind damage. d. As necessary to maintain growth within space limitations. e. As necessary to maintain a natural appearance, and to balance the crown with roots. 2. Stripping of lower branches (raising up) of young trees will not be permitted. Retain lower branches in a "tipped back" or pinched condition, with as much foliage as possible to promote trunk growth (tapered trunk). Lower branches may be cut flush with the trunk only after the tree is able to stand erect without staking. 3. Perform primary pruning of deciduous trees during the dormant season. Prune damaged trees or those that constitute health or safety hazards promptly, without regard to season. 4. Make all pruning cuts of lateral branches or buds flush with trunk. "Stubbing" is not permitted. C. Plant Supports: Inspect stakes and guys to prevent girdling of trunks or branches. Make adjustments as necessary to prevent rubbing or injury to bark. Remove stakes and guys as soon as plants no longer require their support (approximately 2 growing seasons or one year). D. Weed Control: Maintain basins and areas between plants free of weed growth. Apply pre-emergent herbicides as recommended by a licensed pest control advisor. Avoid frequent soil cultivation that may damage shallow roots. E. Insect and Disease Control: Maintain effective controls using approved materials and application techniques in accordance with the manufacturer's recommendations. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION F. Pest Control: Provide all measures necessary to exterminate gophers and moles immediately when their presence is discovered. Repair and restore all surfaces to their original conditions. G. Fertilization: Provide application of 15-15-15 commercial fertilizer; apply at the rate of 10 Ibs. per 1,000 square feet at the following periods: 1. Fifty (50) calendar days following beginning date of maintenance period. H. Plant Replacement: Remove dead and dying plants and replace with healthy plants of equal size, condition, and variety indicated on the Contract Drawings. Prepare soils and plant in accordance with Contract Specifications. I. Miscellaneous: 1. All areas shall be kept continuously clear of mud, debris and puddles. 2. Hoses, maintenance equipment, and materials shall be neatly stored when not in use in an area authorized by the Owner's Representative. 3. Maintain a water basin around plants sized so that enough water can be applied to establish moisture through major root zone. When hand watering, use a water wand to break force of water. 4. Maintenance foreman on the job shall be a competent English speaking supervisor, experienced in landscape maintenance, and capable of discussing matters with the City Representative on the site. FINAL ACCEPTANCE After final inspection and acceptance of completed Work, Owner will assume maintenance of accepted Work. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 02951 LANDSCAPE MAINTENANCE PART 1 - GENERAL 1.1 SUMMARY A. Provide all labor, materials, equipment, tools, services and miscellaneous and incidental work to complete all landscape maintenance as indicated on the Drawings and as specified. B. Related Work Specified Elsewhere: 1. Irrigation - Section 02810. 2. Planting - Section 02900. 1.2 DESCRIPTION OF WORK A. Maintenance period shall be 60 calendar days beginning with acceptance of pre- maintenance review and upon approval by the Owner's representative. 1.3 QUALITY ASSURANCE A. Prior to start of maintenance period provide as-built record drawings of irrigation system. B. Make final review at completion of maintenance period to determine acceptability of work. C. Verify all turn-over items noted in other specification sections prior to a final review. 1.4 GUARANTEE A. Guarantee all plant material installed under contract against any and all poor, inadequate or inferior materials and/or workmanship, per FOR 1 YEAR. Replace any plant found to be dead, missing, or in poor condition due to faulty materials or workmanship, at no cost to the owner. B. Replace all material found to be dead, missing, or in poor condition during maintenance period immediately. The owner's representative shall be sole judge as to condition of material. Replace material within 15 days of written notification by owner's representative. PART 2 - PRODUCTS 2.1 MATERIALS A. All materials to conform to planting specifications in other sections or otherwise be acceptable to the Owner's representative. Provide monthly record of all herbicides, fertilizers, insecticides and disease control chemicals used to the owner's representative. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION PART 3 - EXECUTION 3.1 GENERAL A. Continuously maintain all areas involved in this contract during progress of work and during maintenance period until final acceptance of work by the Owner's representative. B. Unacceptable condition of any planting at termination of schedule maintenance period may cause postponement of final completion date of contract. Maintenance to be continued by Contractor until all work is acceptable. C. In order to carry out maintenance work, furnish sufficient labor and adequate equipment to perform work in timely fashion during plant maintenance period. D. Start of Maintenance Criteria: Maintenance period shall not start until all elements of construction, planting and irrigation for entire project are complete. Project will not be segmented into maintenance phases, unless specifically authorized in writing by the owner's representative. 3.2 MAINTENANCE A. Keep all areas free of debris and weeds. Keep planted areas weed-free. Pick up all litter in planted areas. Clean up run-off onto paved areas caused by erosion of soil in planted areas. All pick-up and cleaning operations shall be done weekly. B. Provide adequate protection of all areas. Repair damaged areas at Contractor's expense. All hazardous conditions shall be remedied immediately. C. Between 30th and 40th day of maintenance period, re-sod all spots or areas within lawn where normal turf growth is not evident as determined by Owner's representative. Re- sod as often as necessary to provide assured complete coverage of turf. 3.3 FERTILIZING A. Fertilize all planting areas with following: 1. At end of first 30 days and at 30 day intervals, apply 7 Ibs per 1,000 square feet of 16-7-12 (+ iron) fertilizer. 2. At end of maintenance period and at 30-day intervals should maintenance period be extended, apply 10 Ibs per 1,000 square feet of 16-7-12 (+ iron) fertilizer. 3.4 IRRIGATION SYSTEM A. Checking System: Check entire system weekly for proper operation. Flush out lateral lines after removing last two heads at each end of lateral. All heads are to be adjusted as necessary for unimpeded coverage. B. Programming: Set and prepare automatic controllers for seasonal water requirements. Give owner's representative two (2) keys to controllers and written instructions on how to operate and maintain the equipment. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION C. Repairs: Repair all damages to irrigation system at contractor's expense. Repairs to be made within one watering period. 3.5 FINAL ACCEPTANCE A. Upon completion of the maintenance period, a final inspection for acceptance will be performed by the owner's representative. B. If the maintenance period is satisfactorily completed ahead of other work included in the contract, the maintenance of planted areas shall be the responsibility of the contractor until all other work has been completed and accepted by the owner's representative. END OF SECTION o o LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. Formwork for cast-in-place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03310 - Cast-ln-Place Concrete: Supply of concrete accessories for placement by this Section. B. Section 04810 - Reinforced Unit Masonry System: Supply of masonry accessories for placement by this Section. C. Section 05500 - Metal Fabrications: Supply of metal fabrications for placement by this Section. 1.3 RELATED SECTIONS A. Section 02751 - Portland Cement Concrete Paving. B. Section 03200 - Concrete Reinforcement. C. Section 03310 - Cast-in-Place Concrete. 1.4 REFERENCES A. ACI 347R Guide to Formwork for Concrete. B. PS -1 - Construction and Industrial Plywood. 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to design and code requirements, with resultant concrete conforming to required shape, line and dimension. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347R. 1.7 REGULATORY REQUIREMENTS LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Conform to Uniform Building Code for design, fabrication, erection and removal of formwork, including Section 1906. 1.8 COORDINATION A. Coordinate this Section with other Sections of work which require attachment of components to formwork. B. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Architect before proceeding. 1.9 PRODUCT HANDLING A. On delivery to Project Site, place materials in area protected from weather. B. Store materials above ground on framework or blocking and cover with protective waterproof covering providing for adequate air circulation and ventilation. Handle materials to prevent damage. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Formwork Re-Use Criteria ^1. Provide all new materials, except for factory fabricated reusable joist forms. "W 2. Materials may be reused during the progress of the work, provided surface finish, formwork quality and structural capability are maintained. 3. Completely clean and recondition all reused formwork materials. Recoat for each reuse. B. Softwood Plywood - Vertical and horizontal surfaces. 1. Grade Certification: APA Grade stamped, complying with PS-1. 2. Type: APA Plyform, Exterior Type. 3. Class/Face Veneer: Class I or II, B-B Veneer. 4. Panel Finish: Where concrete will be exposed to view in final project, with painted and non-painted finish, provide HDO resin fiber overlay. C. Lumber: Provide Douglas Fir, standard or better grade, 2 inch nominal thickness, dressed S4S. 2.2 FORMWORK ACCESSORIES A. Form Ties: '""1 1. Concealed Condition: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION a. Burke Penta-Tie or equal. Snap-off type, fixed length, cone type, 1 inch back break dimension, free of defects that could leave holes larger than one inch in concrete surface; provide flush plugs for cone holes. b. Burke Taper ties or equal. 2. Exposed Condition: Snap-off type, fixed length, cone type, 1 inch back break dimension, free of defects that could leave holes larger than one inch in concrete surface; provide semi-recessed plugs for cone holes. 3. Exposed Condition at sandblasted finish: SuperTie fiberglass form tie system or equal, as manufactured by RJD Industries, Phone 714-582-0191. Provide rod color as elected by Architect to match concrete color, and all necessary accessories and installation devices. B. Form Release Agent: Cresset or equal, colorless, water based material which will not stain concrete, or absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. 1. Select type suitable and appropriate for achieving CCS 2 surface at exposed concrete applications. 2. Select type suitable and appropriate for achieving CCS 4 surface at concealed concrete applications. C. Corners: Chamfered, rigid plastic or wood strip type; 3/4 x 3/4 inch size; maximum possible lengths. D. Sleeves for pipe penetrations: Corrosion Resistant metal/Polyvinyl Chloride pipe, size as required for necessary clearances and installation of sealants. E. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. F. Form Stakes: Steel bar stock, pre-drilled for nails. G. Formwork Panel Edge: Provide foam edge stripping at exposed formwork panel edges to minimize mortar leakage. 2.3 TUBE FORM A. Provide Burke or equal prefabricated tube form. 1. Light pole and Art Pole bases: Seamless Series, wall type as required by application. 2.4 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Architect. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 2. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. 3. In the event of discrepancy, immediately notify the Architect. 4. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2 EARTH FORMS A. Earth forms may be used for footings and grade beams where soil is stable. Any exposed footings shall be formed. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. Increase width of earth formed members one inch each side. C. Construct wood edge forms, as specified below, to extend not less than 2 inches below soil level. Do not permit stakes to extend into or through footing zone. Form all concrete without penetrating footing concrete. D. Fill over-excavated footings and foundations with concrete at no additional contract cost. E. Excavate as necessary to accommodate installation and removal of formwork. F. Fill voids resulting from collapse or sloughing of foundation excavation and sidewalls with concrete at no additional contract cost. G. Prior to pouring footings or foundations, remove all debris, loose material, and water from excavation. 1. Where water has accumulated in excavation, obtain Architects and Geotechnical Engineers review of the suitability of sub-grade condition. 2. Repair sub-grade as required by Geotechnical Engineer at no additional contract cost. 3. Do not place concrete on mud or saturated soils. 3.3 ERECTION - FORMWORK LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 347R. B. Formwork bracing and supports: 1. Provide bracing to ensure stability of formwork. 2. Provide trussed supports when adequate foundations for shores and struts cannot be secured. 3. Shore or strengthen formwork subject to overstressing by construction loads. 4. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges, jacks or a combination of the two. 5. Do not permit form stakes to extend into or through footing zone. Form all concrete without penetrating footing concrete. 6. Provide top form at inclined surfaces where slope is too steep for concrete placement without sagging or sloughing. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Provide crush plates or other approved guards where stripping operation may damage concrete. Kerf wood inserts to permit easy removal. D. Chamfer exposed corners. Seal Joints between chamfer and form panel. Miter chamfer strips at changes in direction. E. Plywood Lay-out: 1. Place plywood panels with horizontal joints level, vertical joints plumb. a. Unless noted otherwise, place panel edge at center of surface and extend in equal dimension in each direction. b. Set form tie so that visible cones are placed in a uniform and aligned pattern. Maintain cones level and vertically aligned. 2. Keep form joints to a minimum. Use maximum size panels. 3. Back all joints by a stud or solid blocking, and provide shaped filler where necessary for smoothness. Provide foam form edge striping to prevent grout washout. 4. Reused panels shall be thoroughly cleaned, damaged edges or surfaces repaired, and both sides and edges coated with specified material. 5. Nail plywood along edges and to intermediate supports with common wire nails spaced as necessary to maintain alignment and prevent warping. F. Openings in structural members which are not indicated on Drawing are not permitted. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION G. Depressions and transitions: Review all drawings and identify all areas requiring depressions and transitions. Coordinate with work in other sections to verify required depth and profile prior to setting forms. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces wet prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. ^% D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 347R. 3.8 FIELD QUALITY CONTROL _ LEO CARR1LLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Erected formwork, shoring, and bracing will be inspected under the provision of Section 01450 to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Request inspection 48 hours prior to placing concrete. C. Unless otherwise specified, do not reuse wood formwork for concrete surfaces to be exposed to view. Do not patch formwork. D. Deformation of formwork under load causing finish surface to be out of line, level, or plumb will be cause for rejection of concrete and subsequent removal. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads, and in accordance with the following: B. Columns and Walls: Maintain forms for a minimum of 1 day. C. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. D. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. E. Plug exposed snap tie holes as specified in Section 03310. F. Plug taper tie holes with approved cement grout. G. Grout concealed form holes as specified in Section 03310. H. Remove and finish fiberglass form tie per manufacturer's recommendations. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast-in-place concrete. 1.2 RELATED SECTIONS A. Section 02751 - Portland Cement Concrete Paving. B. Section 03100 - Concrete Formwork. C. Section 03310 - Cast-in-Place Concrete. 1.3 REFERENCES A. ACI 318 - Building Code Requirements For Structural Concrete. B. ACI SP-66 - American Concrete Institute-Detailing Manual. C. ASTM A82 - Steel Wire, Plain, for Concrete Reinforcement. D. ASTM A185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement E. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. F. ASTM A706 - Low Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. G. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. H. CRSI - Placing Reinforcing Bars (5th ed.) I. AWS D1.4 Structural Welding Code - Reinforcing Steel. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Test Reports: Submit certified copies of mill test report of reinforcing steel analysis to testing laboratory, indicating products meet or exceed specified requirements. Include grades, physical and chemical properties. C. Where welding of reinforcing steel is required, submit mill reports indicating the chemical composition and the carbon equivalent (C.E.). D. Submit steel reinforcement shop drawings in accordance with ACI 315 for reinforcing work which deviates from structural drawings and specifications. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI, ACI SP-66, and ACI 318 and applicable section of Chapter 19, Uniform Building Code. 1.6 QUALIFICATIONS A. Manufacturer 1. Manufacturer shall have produced the specified products for a period of five (5) years prior to beginning work of this section, and shall have the capability to produce the specified products to the delivery and quantity criteria of the project. 2. Unless noted otherwise, reinforcing steel may be of domestic or imported origin, subject to compliance with specified criteria. B. Fabricator/Erector 1. For fabrication and installation of work, use only personnel who are thoroughly trained and experienced in the skills required, have installed similar applications of the specified products within one year prior to beginning work on this section, and who are completely familiar with the requirements of this work. 2. Fabricator shall be currently licensed and approved by jurisdictional authority as an approved fabricator of reinforcing steel. 1.7 COORDINATION A. Coordinate work under provisions of Section 01310. B. Coordinate with placement of formwork, formed openings and other Work. 1.8 PRODUCT HANDLING A. Deliver reinforcement to the Project Site bundled, tagged and marked. Indicate on tags, bar size, lengths, and other information corresponding to markings shown on placement diagrams. B. Store materials at the Project Site to prevent damage and accumulation of dirt and excessive rust. Store welding electrodes in accord with AWS D1.4. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: 1. Non-Welded Systems: ASTM A615, deformed billet steel bars, plain finish, a. Bar size #4 and larger: 60 ksi yield grade. 2. Bar size less than #4: 40 ksi yield grade. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3. Provide reinforcing steel complying with ASTM A 706, Grade 60, where shown. B. Welded Systems: ASTM A706, Grade 60. C. Deformed wire: ASTM A 496. 1. Welded Steel Wire Fabric: ASTM A185, Plain Type; flat sheets; plain finish. 2. Dowels: Same as 2.1.1. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder/barrier puncture. C. Electrodes for welding ASTM A 615 reinforcing steel: Conform to requirements of Specifications for Low Alloy Steel Covered Arc-Welding Electrodes, AWS A5.5, E90XX Series, low hydrogen, having a minimum yield point of 90,000 psi. D. Electrodes for welding ASTM A 706 reinforcing steel: Conform to requirements of Specifications for Low Alloy Steel Covered Arc-Welding Electrodes, AWS A5.5, E80XX ^^ Series, low hydrogen. s«y 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice, ACI SP-66, andACI318. B. Do NOT bend or straighten bars in manner that will weaken or injure bar. Do not re- bend bars. C. Do NOT use heat to bend bars. D. Remove and replace reinforcement with following fabrication defects. 1. Bar lengths, depths and bends exceeding specified fabrication tolerances. 2. Bends or kinks not shown on Drawings or final shop drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. E. Locate reinforcing splices as shown on Drawings. Obtain approval of Structural Engineer for splices not shown on drawings. 2.4 SOURCE QUALITY CONTROL AND TESTING A. Provide for testing under the provisions of Section 01450. """^ LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Reinforcing Bars: Sections 1903.5.2 and 1906.5.3, Chapter 19, Uniform Building Code. 2. Cost of testing for unidentified stock shall be reimbursed to the Owner by the Contractor. B. Provide mill test certificates indicating the following information: 1. Steel Source and Description 2. Ultimate tensile strength, Bend test, Elongation percentage and Yield point. 3. Heat number and Chemical analysis. C. Sample and test reinforcing for compliance with ASTM A 615 and ASTM A 706. 1. When materials are delivered with heat number and mill test, the Testing Laboratory shall make one series of tests (tensile and bend) for each 10.0 tons, or fraction, of each size and kind of reinforcing steel. 2. When materials cannot be identified, the Testing Laboratory shall make one series of tests (tensile and bend) for each 2.5 tons, or fraction, of each size and kind of reinforcing steel. 3. Payment for such testing will be borne by Contractor. 2.5 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Architect. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection B. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. C. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. D. In the event of discrepancy, immediately notify the Architect. E. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2 PLACEMENT LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Place all concrete reinforcing in accordance with CRSI Manual of Practice and Section **^ 1907, Chapter 19, Uniform Building Code. ***>' B. Before placing, clean reinforcing of loose scale, rust, oil, dirt, and any coating adversely affecting concrete bond. C. Place, support and secure reinforcement against displacement. Do not deviate from required position. D. Do not displace or damage vapor barrier. E. Accommodate placement of formed openings. F. Maintain concrete cover around reinforcing as indicated. G. Do NOT bend or straighten bars after placement. H. Interrupt reinforcement at control, contraction, and expansion joints. I. Place reinforcement to achieve slab and curb alignment as detailed. J. Provide dowel joints at interruptions of concrete. K. Comply with UBC Standard 19-2, Section 1903, Chapter 19, Uniform Building Code, and applicable AWS standards at all welding of reinforcing bars. ^% 3.3 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01430 and 01450. B. Notify Architect 48 hours minimum prior to placement of concrete. C. Inspections and tests of welds as required by AWS D1.4 will be made by the Testing Laboratory for reinforcing bar welds, including: 1. Certification of welders engaged in welding of reinforcing. 2. Inspection of reinforcing bar welds. 3. Perform 2 tensile tests of sample welds of the largest size bar for each type of welding. D. Deficient welds will require the Contractor to provide and pay for such additional tests and inspections as required. Repair or replace defective welds as acceptable. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 03310 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SECTION INCLUDES, but not limited to: A. All cast-in-place concrete. B. Slabs on grade. C. Site cast-in-place architectural features for the picnic trellis structure 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Section 03100 - Concrete Formwork: Placement of joint device anchors in formwork. 1.3 RELATED SECTIONS A. Section 02751 - Portland Cement Concrete Paving. B Section 03100-Concrete Formwork. C. Section 03200 - Concrete Reinforcement. 1.4 REFERENCES A. ACI 117 - Specification for Tolerances for Concrete Construction and Materials. B. ACI 301 - Specification for Structural Concrete. C. ACI 302.1R - Guide for Concrete Floor and Slab Construction. D. ACI 305R - Hot Weather Concreting, and ACI 306.1, Cold Weather Concreting. E. ACI 308 - Standard Practice for Curing Concrete. F. ACI 318 - Building Code Requirements for Structural Concrete. G. ASTM C 33 - Concrete Aggregates. H. ASTM C 94 - Ready-Mixed Concrete. I. ASTM C 150 - Portland Cement. J. ASTM C 309 - Liquid Membrane-Forming Compounds for Curing Concrete. K. ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1.5 SUBMITTALS A. Product Data: Provide data on admixtures, finishing and curing compounds, including product characteristics, compatibility and limitations. B. Manufacturer's Installation Instructions: Submit criteria for preparation and application. C. Mix designs: Prepare mix designs for Architect's review. Include the following information in mix design data: 1. Design a. Project name, address, site location, and location of mix design usage. b. Contractor, Sub-Contractor, Supplier and Plant Location. c. Mix Number. d. Specified compressive strength, maximum aggregate size, slump, and placement method. e. Application and location in structure. f. Signature and stamp of licensed civil or structural engineer responsible for mix design. 2. Materials a. Design Method. b. Water-Cement Ratio. c. Cement: Type, amount, and compliance with specified criteria statement. d. Aggregates: Source(s), gradations (individual and combined). e. Admixtures: Brand, classification, dosage, addition method. f. Water source g. Test Results, Batch Quantities, Yield (calculations). 3. Special Considerations a. Unit Weight. b. Other considerations relative to placement, curing, finishing and testing. D. Mock-Up: 1. Prepare on-site mock-up of cast-in-place concrete, located as directed by Owner to indicate quality of each specified finish. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2. Construct the mock-up as a minimum 4 foot x 4 foot component, placed on a movable skid panel. 3. Remove mock-up and dispose off -site. 1.6 QUALITY ASSURANCE A. Conform to Section 1905, and other applicable sections of Uniform Building Code.B. Acquire cement and aggregate from same source for all work. 1.7 PRODUCT HANDLING AND STORAGE A. Deliver, store, protect and handle products under provisions of Section 01600. B. Deliver materials in manufacturer's packaging including application instructions. 1.8 COORDINATION A. Coordinate work under provisions of Section 01310. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: Conform to Section 1903.2, Chapter 19, Uniform Building Code; and ASTM C150; normal - Type II, low alkali, grey color. B. Fine and Coarse Aggregates: Conform to Section 1906.3, Chapter 19, Uniform Building Code; ASTM C 33, and the following: 1. Coarse Aggregate: Clean, hard, fine-grained, sound, crushed rock or washed gravel; a. Slabs, Columns, Walls: Class Designation 5S per ASTM C 33, Table 3, with 1 inch grading. b. Foundations: Class Designation 3S per ASTM C 33, Table 3, with 1-1/2 inch grading. 2. Fine Aggregate: Washed natural or manufactured sand, hard, strong, durable particles: not more than 1 percent deleterious materials. 3. Aggregate shall be non-reactive per ASTM C 289. 4. Water: Clean, potable, and not detrimental to concrete. 5. Concrete slab-on-grade cushion: Clean washed concrete sand complying with ASTM C 33. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2.2 CONCRETE ACCESSORY PRODUCTS A. Membrane Curing Blankets 1. Provide Whitecap or equal 483-Curelap light colored plastic faced 10 oz. burlap curing blankets complying with ASTM C 171. B. Membrane Curing Compounds 1. At integral colored concrete applications, provide curing compounds as recommended by integral color admixture manufacturer. C. Vapor Retarder 1. Manufacturer: Stego Wrap or equal, 15 mil polyolefin film. 2. Perm Rating: Maximum 0.01 grains/square foot/hour per ASTM E-96. 3. Water vapor Transmission Rate: Maximum 0.006 grains/square foot/hour per ASTM E-96. 4. Puncture resistance: Minimum puncture resistance of 200 pounds/square foot perGRI/GSI 86. 5. Tensile Strength: Minimum tensile strength of 54 pounds MD/55 pounds CMD per ASTM D 1004. Values shall be based on ASTM E 154 Resistance to Decay test portion. 6. Low Temperature Brittleness: Pass per ASTM D 1790. D. Non Shrink Grout 1. Burke or equal, non shrink when tested in accordance with CRD-C-621-88 and ASTM C 827-87, providing minimum compressive strength of 2,500 psi at 24 hours and 8,000 psi at 28 days. E. Admixtures 1. Concrete admixtures shall be a subject to prior approval by the jurisdictional authority and Architect. Calcium Chloride or admixtures containing chloride shall not be used. Admixture(s) shall not adversely affect concrete strength or color of colored concrete, where occurs. F. Void Forming Insulation: Styrofoam or equal, High Load 60. G. Bonding Agent 1. Provide SikaDur 32 Hi-Mod bonding agent/adhesive conforming to manufacturers criteria. 2.3 JOINT FORMING MATERIALS LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Formed Construction Joints: Burke Keyed Kold or equal, galvanized steel, tongue and groove type. B. Isolation Joint at radiused conditions: W.R. Meadows or equal, Ceramar, 3/8 inch thick by full depth of slab. C. Isolation Joint at perimeter conditions: W.R. Meadows or equal, Sealtight Fiber, 3/8 inch thick by full depth of slab. D. Weakened plane/control joints: Provide Sof-Cut system or sawcutting at all slab areas. Use of cast-in-place concrete joints is not acceptable. 2.4 JOINT SEALANTS A. Provide sealants per Section 07900. 2.5 CONCRETE MIX A. Prepare concrete mix design in accordance with Section 01450 and Section 1905.2 through 1905.6, Chapter 19, Uniform Building Code. 1. Provide concrete mixes as necessary to attain strengths and characteristics as noted on the drawings and in the specifications, and in accordance with Method B or Method C. 2. In addition, provide concrete mixes for all slab-on-grade applications with maximum water-cement ratio of 0.50. B. Mix concrete in accordance with UBC Standard 19-3 and Section 1905.8, Chapter 19, UBC. 1. Deliver to Inspector on site, with each mixer load of concrete, certificate bearing signature of the Weighmaster and Testing Laboratory batch plant inspector stating quantities of each material contained in load and time mixer was loaded. 2. Delivery Requirements: a. Licensed Weighmaster shall positively identify materials as to quantity and certify each load by ticket. b. Ticket shall be transmitted to Project Inspector Special Inspector by truck driver. c. Project Inspector Special Inspector shall keep daily record of pours, identify each truck, its load and time of receipt. d. Concrete arriving at Work without Weighmaster ticket will be rejected. e. Weighmaster shall furnish affidavit to Architect, Testing Lab certifying concrete furnished conforms to proportions established by mix designs. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2.6 SOURCE QUALITY CONTROL AND TESTING A. Provide for testing under the provisions of Section 01450. 1. Cement: Section 1903.2, Chapter 19, Uniform Building Code 2. Aggregate: Section 1903.3, Chapter 19, Uniform Building Code 2.7 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Architect. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 2. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. 3. Verify all excavations have been inspected and approved by the Geotechnical Engineer. Verify all reinforcement and forms have been inspected and approved. 4. Verify concrete elevations, dimensions, and alignment with work specified in other sections. 5. Verify requirements for concrete cover over reinforcement. 6. Identify, verify, and coordinate placement of piping and conduit sleeves through concrete. 7. Identify, verify, and coordinate the location, dimension, and requirements of all depressions, recesses, block-outs and other provisions. 8. Verify anchors, seats, plates, reinforcement and other items embedded in concrete are accurately placed, positioned securely, and will permit proper concrete placement. B. Discrepancies 1. In the event of discrepancy, immediately notify the Architect. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. Before concrete is deposited upon or against concrete that has taken its initial set or has hardened, mechanically roughen hardened concrete to minimum 1/4 inch amplitude. Remove all encrustations from forms and reinforcements B. Vapor retarder and barrier installation 1. Proof roll subgrade. 2. Place 2 inch sand cushion over sub-grade. 3. Place vapor retarder/barrier over sand cushion, lapping edges 12 inches. Tape and seal edges and penetrations. Extend vapor retarder/barrier to footing face and turn down to bottom of footing. 4. Obtain inspectors approval of vapor retarder/barrier installation before placing sand cushion. 5. Place 2 inch sand cushion over vapor retarder/barrier. Proof roll prior to reinforcement placement. Verify - may want to delete to eliminate potential water trap. 6. Exercise care in placing reinforcing steel and concrete to avoid puncturing the sheeting. Do not drive stakes through the barrier. Use flat base screed supports. C. Construction, Weakened plane and Expansion/Control Joints: Prior to beginning work of this Section, meet and coordinate with installing contractor for tile specified in Section 09310. Locate all joints in slabs to align with joint pattern shown on architects drawings. Where no pattern is shown, coordinate location to align with tile joints. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304 and Section 1905.7, Chapter 19, Uniform Building Code. B. Ready mix Concrete shall be delivered in accordance with ASTM C94. Concrete shall be placed within 90 minutes after start of mixing. C. Conform to ACI 305R when concreting during hot weather or when weather conditions may cause rapid evaporation of moisture. Conform to ACI 306R-78 for concrete placement in cold weather conditions. D. Ensure reinforcement, inserts, embedded parts, formed joint fillers, and joint devices are not disturbed during concrete placement. E. Repair vapor retarder/barrier damaged during placement of concrete reinforcing. Repair with same material; lap over damaged areas minimum 6 inches and seal watertight. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION F. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. G. Place concrete continuously between predetermined expansion, control, and construction joints. Deposit in approximately horizontal layers, maximum twelve inches in thickness. Top surfaces of vertically formed lifts shall be generally level. 1. Place construction joints only at locations shown on drawings or as approved by Architect. 2. Install construction joints in accordance with Section 1906.4, Chapter 19, Uniform Building Code. 3. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation or loss of materials. H. Conveying and Placing 1. Convey concrete from the mixer to the place of final deposit by methods which will prevent the separation or loss of materials. 2. To maximum extent possible, deposit concrete in its final position to avoid segregation due to rehandling or flowing. Deposit no concrete that has partially hardened or been contaminated by foreign materials. Do not use retempered concrete or concrete which has been remixed after initial set be used. 3. In depositing concrete in columns, walls or thin sections of considerable height, use form openings, elephant trunks, tremies or other approved devices to permit the concrete placement in a manner to prevent segregation and accumulation of hardened concrete on the forms or metal reinforcements above the level of the concrete. Place devices so that the concrete will be dropped vertically. Do not exceed an unconfined vertical drop greater than 6 feet measured from the end of such devices to the placement surface. 4. Once concrete placement begins, maintain a continuous operation until the placing of the panel or section is completed. Maintain level top surfaces of vertically formed lifts. 5. Thoroughly consolidate concrete during placement. Work around reinforcement and embedded fixtures using mechanical vibrators. Transmit vibration directly to concrete and in no case through forms. Do not allow vibrators to contact forms or reinforcing. I. Pumped Concrete. 1. Do not use aluminum or aluminum lined pipe. Prevent concrete from contacting aluminum fittings. 2. Provide minimum 3 inch hose diameter for 1 inch aggregate concrete, with three workers at hose. Provide minimum 4 inch hose diameter for 1-1/2 inch LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION aggregate concrete, with four workers at hose. Provide mechanically supported and operated hose for hose exceeding 4 inch diameter. 3. Use only piston type reversible pumps. Provide standby pump of same capacity available onsite within one hours notice. 4. Do not add more water to the mix than the maximum allowed on the delivery ticket. 5. Thoroughly consolidate concrete during placement. Work around reinforcement and embedded fixtures using mechanical vibrators. Transmit vibration directly to concrete and in no case through forms. Do not allow vibrators to contact forms or reinforcing. J. Compaction and Screeding 1. Tamp freshly placed concrete with a heavy tamper until at least 3/8" of mortar is brought to the surface. Tamp concrete with a light tamper, screed with a heavy straightedge until all depressions and irregularities are worked out and the surface is true to finish grades or elevations. Remove excess water and debris worked to the surface. Screed slabs to specified tolerances and slope to drain as noted on the drawings. 3.4 CONCRETE FINISHING A. Slab Finish 1. General Finishing Criteria: Unless otherwise specified, comply with the following criteria: a. When concrete has hardened sufficiently, float to a compact and smooth surface. b. After floating, wait until concrete has reached the proper consistency before troweling. c. Trowel slab surface with not less than two troweling operations with steel hand trowel. d. Prior to and during final troweling, apply a fine mist of water frequently with an atomizing type fog sprayer. e. Final troweling shall produce hard, impervious, and nonslip surfaces, free from defects and blemishes. f. Sprinkling a mixture of dry cement and sand on concrete slab to absorb surface moisture will not be permitted. B. Unless otherwise specified in paragraph 3.4.3, comply with the following criteria: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Unless specified otherwise, provide smooth steel trowel finish at all slabs per ACI 302.1R Class 3, free of ridges and defects. Steel troweling shall consist of three separate operations. 2. Obtain Owners approval of finish prior to proceeding. 3. At all corridors, utility areas, and similar surfaces not receiving subsequent finish, provide medium swirl texture. 4. Slabs receiving clear or colored sealer: Provide steel trowel and medium broom finish. Broom finish shall be placed in a pattern as directed by the Architect. 5. Slabs receiving mortar beds, ceramic tile, waterproofing membranes or seamless flooring: Provide steel trowel and very light broom finish. C. All Other Surfaces 1. All column, wall, and beam surfaces shall be as-cast, subject to repair of surface deficiencies as specified. D. Surface Defects 1. Surface defects shall be as defined in ACI 309.2R. 2. Surface irregularities shall be as defined in ACI 347 for Class B surfaces. 3. All surface defects shall be repaired per approved methods and as specified. 4. All void defects, such as honeycombing, air holes, and form streaking, shall be repaired by removing all defective material to sound surfaces. Patch void created with approved portland cement based, polymer modified mortar. Match color and texture of adjacent surfaces. 5. All fins, grout lines, ridges and other form leakage defects shall be ground smooth per Architect's direction. 6. All concrete surfaces exceeding tolerances specified shall be brought within tolerance by grinding or filling. 7. Where, in the Architect's opinion, it is necessary to maintain satisfactory appearance, the entire surface of any one component or element shall be repaired by the "sack and patch" method or other approved method. 3.5 EXPANSION AND WEAKENED PLANE JOINT INSTALLATION A. Locate and form expansion control and contraction joints. Coordinate location with joint pattern shown for finish flooring. B. Place formed construction joints in floor slab. Set top screed to required elevations. Secure to resist movement of wet concrete. C. Install isolation joints between slab edges and vertical structural elements. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION D. Install sealants in accordance with Section 07900. E. Provide Sof-cut or equal weakened plane joints at locations shown on drawings. 3.6 CURING AND PROTECTION A. Cure all floor slabs and all formed surfaces in accordance with ACI 308. B. Inclement Weather Curing: 1. Hot Weather Curing: Conform with ACI 305, Chapter 4. In any case, concrete shall not be placed when the ambient temperature exceeds 90 degrees F. 2. Cold Weather Curing: Conform with ACI 306R. Provide heaters, blankets or other means as required to comply with referenced standards. C. Vertical and Other Formed Surface: 1. After the concrete has hardened and while the forms are still in place, form ties may be loosened and water applied to run down on the inside of the form if necessary to keep the concrete wet. 2. When forms are removed, the exposed concrete surfaces shall be wet with water immediately and kept moist until curing compound is applied. 3. Just prior to application of curing compound, the concrete shall be allowed to reach a uniformly damp appearance with no free water on the surface and then the application of curing compound should be begun at once. 4. Apply membrane curing compound in accordance with manufacturer's instructions. Provide minimum of two coats, with the second coat at right angles to the first. 3.7 FIELD QUALITY CONTROL A. Perform work of this section under the supervision of a capable concrete superintendent. B. Provide free access to Work and cooperate with appointed testing and inspection firm. C. Field inspection and testing per Section 1903 will be performed in accordance under provisions of Sections 01430 and 01450. 1. Inspector will reject concrete not conforming to this Section, including concrete which is not placed within 90 minutes after batching. 3.8 TOLERANCES A. All tolerances shall be as defined in ACI 117-90 and as specified. B. Classification shall be per General Building: Cast-in-Place, ACI 117, Section 4.0, unless noted otherwise. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.9 PATCHING A. Exposed formed concrete surfaces, both interior and exterior, including surfaces designated to receive painted finish, shall provide surfaces suitable for subsequent finishing, free from imperfect joints, fins, "honeycombing", air pockets or "bug" holes, or other such imperfections. B. Remove rough spots, stains and hardened mortar or grout from intended smooth surfaces by rubbing such surfaces lightly with fine Carborundum stone. Use liberal amount of water and rub sufficiently to remove defects without changing texture of concrete. C. If surfaces designated as smooth are not uniform in texture and finish, treat as follows: 1. Prepare patching mix and apply to test location as directed by Architect. 2. Obtain Architects approval of finish, color and texture of patching mix. 3. Repair remaining defects with approved mixture. 4. Texture surface to match approved finish. 5. Complete entire operation for any area the day it is started. 6. Do not use dry cement sacking. D. Filling Snap Tie Cone Holes: 1. Break off tie rods at bottom of cone holes. 2. Concealed Applications: Flush hole with water, and allow to dry. Coat entire inner surface of cone hole with liquid bonding agent, then grout holes solid with approved cement grout and grind smooth. 3. Flush hole with water, and allow to dry. Grout holes solid with approved cement grout and grind smooth. 4. Finish patches as specified in paragraph 3.9.3. E. Finishing Supertie system: 1. Break off Supertie rod and finish per manufacturers instructions. 3.10 DEFECTIVE CONCRETE A. Concrete will be considered defective if strength characteristics indicated by tests of molded cylinders and core tests fall below the minimum 28-day strengths specified or indicated. Replace or adequately strengthen such defective concrete in a manner acceptable to the Architect and Structural Engineer. B. Concrete will be considered defective if any one of the following conditions occurs: LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 1. Any concrete work not formed as indicated or is not in conformance with specified tolerances. 2. Any concrete with voids or honeycomb that has been cut, resurfaced or filled, unless under the direction of the Structural Engineer. 3. Any concrete with sawdust, shavings, wood, or embedded debris. 4. Any concrete placed more than 90 minutes after batching. 5. Replace, or repair such defective concrete to the satisfaction of the Architect at no extra cost to the Owner. 3.11 EQUIPMENT BASES A. Provide concrete bases and anchorage for mechanical, electrical, and other work as required and shown on the drawings and in accord with reviewed Shop Drawings of related trades. 3.12 MISCELLANEOUS CONCRETE WORK A. Provide areaways, cast-in-place valve boxes, pits, splash blocks, bases, and other miscellaneous concrete as shown and required to complete the Work. Conform to applicable requirements as specified in this section. 3.13 ADJUST AND CLEAN A. Protect exposed concrete finish such as bases, curbs, and similar work as necessary to prevent damage resulting from impact or from subsequent work or rubbish. B. Protect work of other Sections from damage by Work of this Section with heavy craft paper. 1. Maintain protection in effective condition for as long as the need for protection exists. 2. Control use of water within the building so that no damage to previously installed work or existing structure and finish is permitted to occur. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 04065 MORTAR AND GROUT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Mortar and grout for masonry. 1.2 RELATED WORK. A. Section 04810 - Reinforced Unit Masonry System. 1.3 REFERENCES A. ASTM C144 - Aggregate for Masonry Mortar. B. ASTM C1 50 - Portland Cement. C. ASTM C207 - Hydrated Lime for Masonry Purposes. D. ASTM C270 - Mortar for Unit Masonry. E. ASTM C404 - Aggregates for Masonry Grout. F. ASTM C476 - Grout for Masonry. G. IMIAC - International Masonry Industry All-Weather Council: Recommended Practices and Guide Specifications for Cold Weather Masonry Construction. 1 .4 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site under Greenbook provisions. B. Store and protect products under Greenbook provisions. C. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide data on admixtures, including product characteristics, compatibility and limitations. 1.6 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperatures to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry work. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION PART 2 - PRODUCTS 2.1 MATERIALS A. Portland Cement: ASTM C150 and Section 2102.2, Item 2.2, Chapter 21, Uniform Building Code; Type I or II, free alkali content 0.06 percent maximum, gray color. Use Type II where soil contact will occur. B. Mortar Aggregate: ASTM C144 and Section 2102.2, Item 1.1, Chapter 21, Uniform Building Code; with not less than 3 percent passing #100 sieve. C. Hydrated Lime: ASTM C207 and Section 2102.2, Item 3.2, Chapter 21, Uniform Building Code. D. Grout Aggregate: ASTM C404 and Section 2102.2, Item 1.2, Chapter 21, Uniform Building Code. 1. Coarse Aggregate: 100 percent passing 3/8 inch sieve and not more than 5 percent passing #8 sieve. 2. Fine Aggregate: Washed, natural sand; not more than 2 percent by weight deleterious substances; 5 percent minimum passing #100 sieve. E. Water: Clean and potable. F. Admixtures: 1. Grout Admixtures: Sika, Grout Aid Type II. 2. Mortar: No admixtures permitted, except colorant. G. Mortar Colorant: Approved for use in mix, 100 percent mineral oxide, two separate colors as selected by Architect from standard color range. Provide mortar colorant at applications where masonry is exposed to view in final construction. 2.2 MORTAR MIXES A. Mortar for Reinforced and Veneer Masonry: ASTM C270; Section 2102.2, Item 8, UBC; Section 2103.1 and Section 2103.3, Chapter 21, UBC. 1. Provide Type S, minimum compressive strength of 1800 psi at 28 days as indicated on the drawings. B. Proportions - Type S: 1. 1 Part Portland Cement. 2. Mortar Aggregate: Not less than 2-1/4 and not more than 3 times the sum of the separate volumes of cementitious materials. 3. Not less than 1/4 part nor more than 1/2 part lime. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 2.3 MORTAR MIXING A. Thoroughly mix mortar ingredients in quantities needed for immediate use in accordance with ASTM C270 and Section 2103.3.1, Uniform Building Code, and the following 1. Use mixer with capacity for batches using full sack volumes of cement. 2. Charge the mixer in the following sequence: a. 1/2 quantity of sand, water, and admixture and colorant. b. Full quantity of cement; Partial sack batches are prohibited. c. 1/2 quantity of sand, water, and admixture and colorant. d. Full quantity of lime. e. Additional water as required for workable mix. B. If water is lost by evaporation, retemper only within one hour of mixing or prior to cement reaching initial set, which ever occurs first. 2.4 GROUT MIXES oA. Engineered Masonry: Comply with ASTM C476 and Section 2103.4, Uniform Building Code. 1. Type: coarse grout for concrete masonry units, fine grout for clay/concrete unit veneer. 2. Slump: 7-8 inches slump at low lift grouting applications. 3. Strength: Minimum compressive strength as indicated on the Drawings. 2.5 GROUT MIXING A. Mix grout concrete in accordance with ASTM C94; and Section 2103.4 and 2102.2, Item 9, Chapter 21, Uniform Building Code. B. Add admixtures in accordance with manufacturer's instructions. Provide uniformity of mix. C. Do not use anti-freeze compounds to lower the freezing point of grout. 2.7 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Architect. 2.8 SOURCE QUALITY CONTROL LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Provide for testing under the provisions of Section 01450. B. Cement: Section 2102.2, Item 2, Uniform Building Code. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection 1. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. 2. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. 3. In the event of discrepancy, immediately notify the Architect. 4. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2 INSTALLATION A. Install mortar and grout to requirements of the specific masonry Sections. 3.3 FIELD QUALITY CONTROL A. Test mortar and grout in accordance with Section 01450, including Section 2105, Chapter 21, Part 2, Uniform Building Code. B. Testing of Mortar Mixes: 1. Mortar Test: For each type of mortar, provide mortar field tests per UBC Standard 21-16. 2. For the first three days of masonry work, prepare three test specimens for each masonry crew. 3. Following the first three days of masonry work, prepare one masonry sample per week for each masonry crew. Prepare additional specimens when changes in job conditions or materials occur. C. Testing of Grout Mixes: 1. Grout Test: For each grout strength, provide grout sample field tests per UBC Standard 21-18. 2. For the first three days of masonry work, prepare three test specimens for each masonry crew. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3. Following the first three days of masonry work, prepare one masonry sample per week for each masonry crew. Prepare additional specimens when changes in •***? job conditions or materials occur. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION SECTION 04810 REINFORCED UNIT MASONRY SYSTEM PART 1 - GENERAL 1.1 SECTION INCLUDES A. Masonry units. B. Hollow concrete masonry units at site and building applications. C. Reinforcement, anchorage, and accessories. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. N/A 1.3 RELATED SECTIONS A. Section 01450 - Testing Laboratory Services. B. Section 03200 - Concrete Reinforcement C. Section 04065 - Mortar and Grout. 1.4 REFERENCES A. UBC Standard 21-4 Hollow and Solid Load Bearing Concrete Masonry Units. B. ASTM C90 - Hollow Load Bearing Concrete Masonry Units. C. ASTM C 55 - Standard Specification for Concrete Brick. D. ASTM C 216 - Standard Specification for Facing Brick. 1.5 QUALIFICATIONS A. Installer: Company specializing in performing the work of this Section with minimum 5 years documented experience. 1.6 SUBMITTALS A. Submit under provisions of Section 01330. B. Samples: C. Submit samples indicating surface texture and color of block. D. Certification: Submit certification from block manufacturer confirming compliance with criteria established by referenced standard and this section. 1.7 DELIVERY, STORAGE, AND HANDLING LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Deliver products to site under Greenbook provisions. 1.8 SEQUENCING AND SCHEDULING A. Coordinate work under Greenbook provisions. 1.9 GUARANTEE A. Guarantee B. Provide, in Architect approved form, the Owner with a guarantee against the following specific defects or failures for a period of three (3) years after Notice of Substantial Completion: C. Expansion/contraction cracks. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis of Design: Characteristics of specific products, where named in this Section, are indicated to establish required level of quality, appearance, and performance. The Architect will consider comparable products by alternate manufacturers where listed, and requests for substitutions, under the provisions of Section 01610. 2.2 CONCRETE MASONRY UNITS: SLUMPSTONE A. Type: 1. Slumpstone: Hollow Load Bearing Slumped Units per UBC Standard 21-4 ASTM C 90 and Section 2102A.2, Item 5, Chapter 21 A, Part 2, Title 24, CCR. 2. Grade: Grade N, Type l-Moisture Controlled. B. Weight Classification: 1. All units: Normal Weight (125 maximum pcf). C. Size and style 1. Nominal 8 x 4 x 16 and 12 x 4 x 16, hollow load bearing units, one open end at vertical reinforcing, bond beam units at horizontal reinforcing. 2. Provide pilaster units as required for conditions shown on drawings. 3. Provide closed end units at all outside corners and ends. 4. Provide cap block and sill block profiles as shown on drawings. D. Finish: Manufacturers standard slumped finish. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION E. Color: Manufacturers standard beige. 2.3 ACCESSORIES, REINFORCEMENT AND ANCHORAGE A. Reinforcing Steel: ASTM A 615 or ASTM A 706, in accordance with Section 2102.2.1, Item 10, UBC, and as specified in Section 03200 of this Project Manual. B. Where required or shown on structural drawings, provide prefabricated horizontal joint reinforcement complying with Section 2106.5, UBC, hot dipped galvanized. C. Source quality control and testing D. Provide for testing under the provisions of Section 01450. 2.4 OTHER MATERIALS A. Provide all other materials, not specifically described but required for complete and proper installation of this work, as selected by the contractor and subject to the approval of the Architect. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Inspection B. Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. C. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. D. Verify that built-in items are in proper location, and ready for roughing into masonry work. E. In the event of discrepancy, immediately notify the Architect. F. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other Sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. C. Provide templates for setting anchor bolts, maintaining clearances and embedment in compliance with Section 2106.2.14.1, Uniform Building Code. 3.3 COURSING LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Lay masonry units in running bond. Course one unit and one mortar joint to equal 8 inches. D. Joint Tooling: 1. Tool exterior wall joints concave. 2. Tool exposed interior wall joints concave. 3. Tool joints tight and flush at locations where plaster, waterproofing or tile finish occurs. 4. Where furring or framing assemblies are installed over masonry, tool joints tight and flush. E. Surface preparation for waterproofing membranes: Provide smooth mortar parge coat at all block surfaces receiving below grade waterproofing systems, free of ridges, gaps, holes or other surface imperfections. F. Preparation for flashing assemblies: Where roof or other flashing assemblies butt against or slope against adjoining masonry wall surface, sawcut reglet joint as required to receive flashing termination and as directed by Architect. 3.4 REINFORCEMENT AND ANCHORAGES - REINFORCED UNIT MASONRY A. Install reinforcement at spacing indicated and to allow a minimum grout coverage of 1/2 inch or 1 bar diameter, whichever is greater. B. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of dimensioned position. C. Retain vertical reinforcement in position at top and bottom of cells and at intervals not exceeding 192 bar diameters. D. Splice reinforcing bars in accordance with Section 2107.2.2.6, Chapter 21, Uniform Building Code; and as shown on structural drawings. E. Embed anchors for attachment of metal fabrications. F. Placing and Bonding 1. Lay masonry in accordance with Section 2104.6, Chapter 21, Uniform Building Code. 2. Perform jobsite cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3. Lay hollow masonry units with full face shell bedding on bed joints and full head joints. Lay clay/concrete brick masonry units with full head and bed joints. 4. Buttering corners of joints or excessive furrowing of mortar joints are not permitted. 5. Lay masonry units with core cells grout space vertically aligned, clear of mortar, and unobstructed with a minimum cell dimension of 3 inches. G. Interlock intersections and external corners. 1. Where expansion or control joints are shown on structural drawings, provide Type 1 sealant and backer rod as specified in Section 07900 at both sides of joint. 2. Remove excess mortar as Work progresses. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made, remove mortar and replace. 3. Grout may be placed after mortar has achieved initial set. Permit mortar to cure 3 days before placing grout at high lift grouting operations. H. Grouting 1. Wet masonry unit surfaces in contact with grout just prior to grout placement. 2. Provide coarse grout at hollow unit masonry applications. 3. Grout hollow unit masonry using specified grouting techniques. 4. When grouting is stopped for more than one hour, terminate grout 1/2 inch below top of upper masonry unit to form a positive key for subsequent grout placement. I. Low Lift Grouting 1. Install masonry units to a maximum height of 24 inches. 2. Remove all overhanging mortar and mortar droppings. 3. Place first lift of grout and mechanically vibrate for grout consolidation. Place subsequent lifts in not more than 24 inch increments and mechanically vibrate for grout consolidation. J. High Lift Grouting: 1. Conform to requirements of Section 2104.6, UBC requirements. 2. Provide clean-out openings no less than 4 inches high at the bottom of each grout pour by cutting one face shell of masonry unit at each vertical reinforcing bar. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3. Clean out masonry cells, reinforcing and cavities with high pressure water stream. Completely drain cavity and cell bottom of water. 4. Obtain Architects review of cleaned cells and cavities. Provide Architect with 3 days advance notice. 5. After review, seal opening with masonry face shell. 6. Pump grout into cells. Maintain water content in grout as required to achieve required slump without aggregate segregation. 7. Place grout in maximum 4 foot lifts. Provide initial grout consolidation by mechanical vibration. 8. After the grout has become plastic, but before any setting has occurred, place next grout lift. In normal weather conditions, delay placing subsequent grout lifts for 30 minutes minimum, and 60 minutes maximum. Reconsolidate the preceding grout lift by mechanical vibration, and repeat procedure. 3.5 BUILT - IN WORK A. As work progresses, build in anchor bolts, plates, and other items furnished by other Sections. B. Build in items plumb and level. C. Do NOT build in pipes or ducts unless specifically detailed. D. Do NOT build in organic materials subject to deterioration. 3.6 TOLERANCES A. Maximum Variation from Unit to Adjacent Unit: 1/16 inch. B. Maximum Variation from Plane of Wall: 1/4 inch in 10 feet and 1/2 inch in 20 feet or more. C. Maximum Variation from Plumb: 1/4 inch per story non-cumulative. D. Maximum Variation from Level Coursing: 1/8 inch in 3 feet and 1/4 inch in 10 feet; 1/2 inch in 30 feet. E. Maximum Variation of Joint Thickness: 1/8 inch in 3 feet. 3.7 CUTTING AND FITTING A. Cut and fit for chases, pipes, conduit, sleeves, grounds, and other penetrations. Coordinate with other Sections of work to provide correct size, shape, and location. B. Obtain Architect approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION 3.8 CLEANING A. Clean work under provisions of Section 01770. B. Remove excess mortar and mortar smears. C. Replace defective mortar. Match adjacent work. D. Use non-metallic tools in cleaning operations. E. Do not use acid or acid base cleaning agents. 3.9 PROTECTION OF FINISHED WORK A. Protect finish installation under provisions of Section 01500. B. Without damaging completed work, provide protective boards at exposed external corners which may be damaged by construction activities. 3.10 FIELD QUALITY ASSURANCE A. Perform testing and inspection under the provisions of Section 01450. B. Masonry Inspection: Provide inspection per Section 1701.4, Item 7, Uniform Building Code. C. Masonry Testing: Provide testing per Section 2105.3, Chapter 21, Uniform Building Code. D. Masonry Prism Testing: For each different masonry compressive strength, provide testing per Section 2105.3.2, Chapter 21, Uniform Building Code. Prepare prisms as follows: E. A set of five masonry prisms shall be built and tested in accordance with U.B.C. Standard No. 21-17 prior to the start of construction. Materials used for the construction of the prisms shall be taken from those specified to be used in the project. Prisms shall be constructed under the observation of the special inspector or an approved agency and tested by an approved agency. F. A set of three prisms shall be built and tested during construction in accordance with U.B.C. Standard No. 21-17 for each 5,000 square feet of wall area, but not less than one set of three masonry prisms for the project. END OF SECTION LEO CARRILLO RANCH CONTRACT NO. 45031 TECHNICAL SPECIFICATIONS EVENT AREA EXPANSION