Loading...
HomeMy WebLinkAboutWestern Rim Constructors Inc; 2005-09-09; PWS05-23PKSRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 f DQC# 2008-0008583 JAN 08, 2008 2:51 PM OFFICIAL RE CO FIDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH.. COUNTY' RECORDER FEES' 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: 2230606100 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 November 2, 2007. 6. The name of the contractor for such work or improvement is Western Rim Constructors, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: PKS 04-03 Stagecoach Park Synthetic Turf Field. 8. The street address of said property is 3420 Camino de los Coches. CITY OF X Greg Clavier Public Works Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on ly^Aj/niJm f % 20 0 7 . 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 ^Ja^^wiatc/f . 20^7- at Carlsbad, California. ClAB 19,257 Reso 2007-318 Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR STAGECOACH PARK SYNTHETIC TURF FIELD PROJECT NO. PKS 04-03 CONTRACT NO. 39371 PWSO5-23 PKS 4-. tb Revised 10/08/03 Contract No. 39371 Paae 1 of 81 Panes TABLE OF CONTENTS rc Notice Inviting Bids ........................................................................................................................ Contractor‘s Proposal .................................................................................................................... Bid Security Form .......................................................................................................................... Bidder’s Bond To Accompany Proposal ....................................................................................... Guide For Completing The “Designation Of Subcontractors” Form ............................................. Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items ................................. Bidder’s Statement Of Financial Responsibility ............................................................................ Bidder’s Statement Of Technical Ability And Experience ............................................................. Liability And Workers’ Compensation ........................................................................................... Bidder’s Statement Of Re Debarment .......................................................................................... Bidder’s Disclosure Of Discipline Record ......................................................................... Bidder’s Certificate Of Insurance For General Liability, Employers’ Liability, Automotive Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. Contract Public Works .................................................................................................................. Labor And Materials Bond ............................................................................................................ Faithful PerformanceNVarranty Bond ........................................................................................... Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 1 9 13 14 16 18 19 20 21 22 23 25 26 32 34 36 @ Revised 10/08/03 Contract No . 39371 Page 2 of 81 Pages SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5- 1 - 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 8 8-2 Section 9 9-1 9-3 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... 39 Definitions ............................................................................................................. 40 Abbreviations ........................................................................................................ 41 Scope And Control Of The Work Subcontracts ......................................................................................................... 41 Contract Bonds ...................................................................................................... 42 Authority Of Board And Engineer ......................................................................... 47 Changes In Work Changes Initiated by the Agency .......................................................................... 48 Extra Work ............................................................................................................ 48 49 Disputed Work ...................................................................................................... 50 Control Of Materials Materials And Workmanship ................................................................................. 52 Materials Transportation, Handling and Storage .................................................. 53 Utilities Location ................................................................................................................. 53 Relocation ............................................................................................................. 53 Plans And Specifications ...................................................................................... 42 Surveying .............................................................................................................. 44 Changed Conditions ..................... : ....................................................................... Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................. Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Cooperation and Collateral Work ......................................................................... Project Site Maintenance .......................................................... :. .......................... Public Convenience And Safety ............ .............................................................. Laws To Be Observed .......................................................................................... Facilities For Agency Personnel Field Office Facilities ............................................................................................. Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ 54 54 55 55 55 56 56 56 56 56 57 57 59 60 60 60 a Revised 10/08/03 Contract No . 39371 Page 3 of 81 Pages Part 2 Section 201 201 -1 F Construction Materials Concrete. Mortar And Related Materials Portland Cement Concrete .................................................................................. 62 Section 206 206-6 Miscellaneous Metal Items Chain Link Fabric .................................................................................................. 63 Section 207 207-25 Pipe Underground Utility Marking Tape ........................................................................ 64 Section 21 2 212-1 1 212-2 21 2-3 Landscape And Irrigation Materials Irrigation System Materials .................................................................................... Electrical Materials ................................................................................................ Landscape Materials ............................................................................................. 65 66 68 Section 213 21 3-3 Engineering Fabrics Erosion Control Specialties ............................ .; ..................................................... 68 Construction Methods Part 3 Section 300 300-1 300-2 300-3 300-4 300-5 300-9 rc Earthwork Clearing And Grubbing ........................................................................................ Unclassified Excavation ........................................................................................ Structure Excavation And Backfill ......................................................................... Unclassified Fill ..................................................................................................... Borrow Excavation ................................................................................................ Geotextiles For Erosion Control And Water Pollution Control ............................. 69 69 71 71 72 73 Treated Soil. Subgrade Preparation And Placement Of Base Materials Subgrade Preparation ........................................................................................... Section 301 301 -1 74 Section 304 304-3 Metal Fabrication And Construction Chain Link Fence .................................................................................................. 74 Section 306 306-1 306-5 Underground Conduit Construction Open Trench Operations ...................................................................................... Abandonment Of Conduits And Structures .......................................................... 74 75 Section 308 308-2 308-4 308-5 308-6 308-7 308-8 Landscape And Irrigation Installation Earthwork And Topsoil Placement ........................................................................ Planting ................................................................................................................. Irrigation System Installation ................................................................................. Maintenance And Plant Establishment ................................................................. Guarantee ............................................................................................................. Measurement And Payment ................................................................................. 75 76 77 78 78 81 Section 31 3 31 3-2 Temporary Traffic Control Devices Temporary Traffic Signing ................................................................................... 81 a Revised 10/08/03 Contract No . 39371 Page 4 of 81 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO PM on May 12, 2005, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Install synthetic turf baseball fields at Stagecoach Park STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City ofcarisbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work include the Standard SDecifications for Public Works Construction, 2003 Edition, and the most recent supDlements thereto, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. - The City of Carlsbad encourages the participation of minority and womenowned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. *= Revised 10/08/03 Contract No. 39371 Page 5 of 81 Pages t The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: r 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this con tract. 10. Bidder' s Statement Re Debarment 1 1. Bidder's Disclosure Of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1,300,000. Except as provided herein, a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATIONS FOR CONTRACTORS ARE: "A General Engineering c If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $40.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or r informality in such bids. 4-f %# Revised 10/08/03 Contract No. 39371 Page6of 81 Pages ? .' I 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 he execution of the Contract. /-- The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meetinn and tour of the proiect site will be held at 1:00 PM, on April 27, 2005 at 3420 Camino de 10s Coches. Carlsbad. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. ,- All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Note that the Synthetic Turf is considered a specialty item and will not be considered in the contractual requirement for the Contractor to perform 50% of the total work. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five milion dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admtted 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. 4- %# Revised 10/08/03 Contract No. 39371 Page 7 of 81 Pages . '6 ' c 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. P--- Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A:V 2) Are admitted and authorized to transact the business of insurance in the State of Caliform 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, whetkr owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. _,.- The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfited. 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. 2005-092, adopted on the !jth day of April, 2005. ISABELLE PAULSEN, CMC Deputy Clerk DATED: April 8, 2005 e= k# Revised 10/08/03 Contract No. 39371 Page8of 81 Pages CITY OF CARLSBAD STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 CONTRACTOR’S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 39371 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: The Contractor shall indicate the method of subsurface construction he will provide for this project. Note that the indicated method shall be binding upon the Contractor. This information will be utilized by the City of Carlsbad to determine the capability and required experience of the Contractor to perform the type of construction indicated. The City of Carlsbad considers Method “A Engineered Gravel Base with Composite Sub-drain system and Method “B Polymer Stabilized Base with HDPE Surface Drain Mat as equals and shall award this contract based on total price regardless of the subsurface construction method chosen by the Contractor. @ Method “A Engineered Aggregate Base 0 Method “B Polymer Stabilized Base @ Revised 10/08/03 Contract No. 39371 Page 9 of 81 Pages OPENED, WITNESSED AND RJCORDED: Item SCHEDULE “A” SYNTHETIC TURF FIELD / Approximate Quantity I Price - Total - No. Description and Unit - A-1 Installation of Synthetic Turf Field at Dollars (Lump Sum) Total amount of bid in numbers for Schedule “A: $ I,4 5 2 1 7 37 , C3t9 Price@) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). \ I 2 proposal. hadhave been received and idare included in this 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 Stat of California, validly licensed under license numberlqk classification 6&!(:21 which expires on hGt_&?+ 31 .3(&’?and that this statLment is true and correct and has the legal effect of an a&avit. F 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 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 9 201 04. The Undersigned bidder hereby represents as fo/lows: 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. e Revised 10/08/03 Contract No. 39371 Page 10 of 81 Pages License Detail Page 1 of 2 Contractor License # 798623 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 05/13/2005 * * * Business Information * * * WESTERN RIM CONSTRUCTORS INC 912 S ANDREASEN DRIVE SUITE 108 ESCONDIDO, CA 92029 Business Phone Number: (760) 489-4328 I Entity: Corporation Issue Date: 08/22/2001 Expire Date: 08/31/2005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * I ?---- I---------------- 'Class I I Description ;A 'GENERAL ENGINEERING CONTRACTOR I * * * Bonding Information * * * http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 05/13/2005 License Detail Page 2 of 2 License Number Request CONTRACTORS BOND: This license filed Contractor's Bond number 024007717 in the amount of $10,000 with the bonding company LIBERTY MUTUAL INSURANCE COMPANY. Effective Date: 03/24/2004 Contractor Name Request Personnel Name Request Contractor's Bondina Historv BOND OF QUALIFYING fNDIVIDUAL(1): The Responsible Managing Officer (RMO) RAY CARL SAMUELSON certified that he/she owns IO percent or more of the voting stocWequity of the corporation. A bond of qualifying individual is not required. Effective Date: 08/22/2001 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 044-0021462 Effective Date: 10/01/2003 Expire Date: 10/01/2005 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Salesperson Request Salesperson Name Request 0 2005 State of California. Conditions of Use Privacy Policv 091 3/2005 Personnel List Page 1 of 1 License Number Request Contractor Name Request Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 798623 Personnel Name Request Click on the person's name to see a more detailed page of information on that person. RAY CARL SAMUELSON RMO/CEO/PRES 08/22/2001 THOMAS MILLER HAIGH OFFICER 0 8/2 212 0 0 1 More I A OFFICER 08/22/200 1 JENNIFER RAE SAMUELSON Salesperson Request Salesperson Name Request 0 2005 State of California. Conditions of Use Privacv Policy 05/13/2005 Accompanying this proposal is '% \d %nc\ Cashier's Check) for ten percent (1 0%) of the amount bid. -(Cash, Certified Check, Bond or The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor IL4 I (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted b/ /a (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 (Street and Number) (4) Zip Code Telephone No. (5) E-Mail @ Revised 10/08/03 Contract No. 39371 Page 11 of 81 Pages IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted \ Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business QYna q\2 3- RW f€cEPly, ’0 WQ4!3U\*/ \.sa - City and State r (5) Zip Code %L Telephone No.@ @)4dq-432k NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: @ Revised 10/08/03 Contract No. 39371 Page 12 of 81 Pages BID SECURITY FORM (Check to Accompany Bid) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 (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 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. dollars ($ !A ), *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 (1 0%) of the total amount of the bid.) Revised 10/08/03 Contract No. 39371 Page 13 of 81 Pages - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1 State of California LJ 3 County of r?n em - , before me, 54 cakve c ,Ww- hb l;c , I-**’* I a I Date Name and Title of Ofher (e g :“Jane Doe, Notary Public”) Name@) of Signer(s) personally appeared Place Notary Seal Above Mpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person@), or the entity upon behalf of which the person@) acted, executed the instrument. my hand and official seal. Signature of Notary Pu li v OF TIONA L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer’s Name: Individual 0 Corporate Officer -Title@): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: 1 Signer’s Name: U Individual , 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General I7 Attorney in Fact 0 Trustee 7 Guardian or Conservator 17 Other: v t Signer Is Representing: Signer Is Representing: /- 0 2004 National Notary Association a 9350 De Solo Ave.. P.O. Box 2402 * Chatsworth. CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 BIDDER'S BOND TO ACCOMPANY PROPOSAL STAGECOACH PARK SYNTHETIC TURF: FIELD CONTRACl NO. 39371 KNOW ALL PERSONS BY THESE PRESENTS: That we, WESTERN RIM CONSTRUCTORS, . INC. as Surety are held ahd firmly bound unto the Ciw of Carfsbad California in an amount as follows: (must be at least ten percent (10%) of We bid mount) -'F gTn payment, well and truly made, we bind ourselves, our heirs, executors and administrators- successors or assigns, jointly and severally, firmly by these presents. , as Principal, and LIBERTY MUTUAL INSURANCE 50MPANY TEN IJERCENT OI! GRJ3ATER far which THE CONDITION OF THE ,FOREGOING OBLJGATfON IS SUCH that if the proposal of the above-. . bounden Principal for: STAGECQACH PARK SYNTHETlC TURF FlELD CONTRACT NO. 39371 in the City of Carlsbad, is accepted by'the City Council, and if the Principal shall duty enter into and execute a Contract including required bonds and insurance policies w-~in twenty (20) days from the . date of award of Contract by the City Council of the City of Garisbad, being duly notkfied of said I - award, then this obligation shall become null and void; otherwise, it shall be and remain in fulrforce and effect, and the amount specified herein shall be forfeited to the said City. ... ... -.. ..(I ... . .. ... *.- t.. .. I . . .. ..I . .. .., .". ... ... ...a I.. ... ... 1.. ... .., 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. 7 Executed by PRINCIPAL this 11~~ .I day of MAY 120a- PRINCIPAL WESTERN RIM CONSTRUCTORS, INC . Executed by SURETY this llTH day of MAY ,20 05 . (sign here) SURETY: fiAyC. SAMUELSON (mint name here) PRESIDENT (Title and Organizatbn of Signatory) LIBERTY MUTUAL INSUWCE COMPANY (name of Surety) 505 SOUTH MAIN STREET, ORANGE, CA 92868 SUITE 830 (address of Surety) By:\1~- L&., (sign here) ' 714/542-9479 JENNIFER LORD (print name here) SECRETARY KAREN JEAN HALL, ATTORNEY-IN-FACT (title and organization of signatory} _I_-- (printed name of Attorney-in-Fact) (~ - (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCtPAL 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 C-ity Attorney .. By: Deputy City Attorney a Revised i0/08/03 Contract No. 39371 Page 15 of 81 Pages THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1635223 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY F ANOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint D. DAVIS, MATTHEW C. ...................................... ....................................... ............. .................................... , each individually if there be That this power is made and execute Auth ARTICLE Xlll - Execution Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1 St day of November -2004. PU LIBERTY MUTUAL INSURANCE COMPANY 22 f6 2s -E !s! BY s Garnet W. Elliott, Assistant Secretary f+, COMMONWEALTH OF PENNSYLVANIA ss v, COUNTY OF MONTGOMERY '-s On this 1 St day of November 1 s Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. , 2004 , before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowledged -5 that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above .- I - IN TESTIMONY Pennsylvania, on the day and year Ilo CERTIFICATE orney of which the foregoing or official who executed the I, the undersigned, Assi is a full, true and co said power of attorn in-fact as provided in Article XIII, Section 5 of the This certificate and the above power of attomey may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever uppearing upon a certified copy of any power of attomey issued by the company in connection with surety bonds, shall be valid and binding upon the ccmwany with the same force and effect as though manually affixed. ,day of TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate MAY , 2005 . i Liberty Mutual Surety Bond Number ---- NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (fomerly 'EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the 'Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE Of PREMIUM The premium attributabie to any bond coverage for 'acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES LMIC-6 5 3 9 11/15/04 Company Profile Page 1 of 2 L dmpany Profile LIBERTY MUTUAL INSURANCE COMPANY 175 BERKELEY ST BOSTON, MA 021 16 800-262-8238 Agent for Service of Process ERE KEPRIOS, C/O CT CORPORATION SYSTEM 8 18 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 900 17 Unable to Locate the-Agent for Service of Process? Reference Information License Status: UNLIMITEDNORMAL Property & Casualty MASSACHUSETTS Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE http://cdinswww.insurance.ca.gov/pls/~~cogrof/idb~co~rof~utl.get~c~ogro~p~EID=3 090 05/13/2005 Company Profile Page 2 of 2 ' 1. ... i -' MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer ~ http://cdinswww.insurance.ca.gov/pls/wu_coqrof/idb_coqrof_utl.get_coqrof?p~EID=3 090 05/13/2005 1- I BIDDER'S BOND TO ACCOMPANY PROPOSAL STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 KNOW ALL PERSONS BY THESE PRESENTS: That we, WESTERN RIM CONSTRUCTORS, INC. , as Principal, and LIBERTY MUTUAL INSURANCE SOMPANY as Surety are held ahd firmly bound unto the City of Carlsbad California in an amount as follows: for which [must be at least ten percent (10%) of We bid amount) -n payment, well and truly made, we bind ourselves, our heirs, executors and administrators successors or assigns, jointly and severally, firmly by these presents. TEN E~ERCENT oG GREATER THE CONDITION OF THE ,FOREGOING OBLIGA71ON IS SUCH that if the proposal of the above-, bounden Principal foc STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 in the City of Carlsbad, is accepted by'the City Council, and if the Principal shall duly ehter into and execute a Contract including required bonds and insuranw policies within twenty (20) days from the date of award of Contract by the City Council of the City of Garisbad, being duly nuti-fied of said award, then .this obligation shall become null and void; othherwise, it shall be and remain in fulrfarce and effect7 and the amount specified berein shall be forfeited to the said City. 2 ... ... .-. .. 1 ... . .. .*. 1.. .". ... .IS ... s., .Y. ... ,.. .>. .. . .I. ... rc 4.. ..I .., In the event Principal executed this bond as an individual, it is agreed that the dsalh of Principal shall not exonerate the Surety from its obligations under &is bond. I ~ Executed by PRjNCIPAL this 11~~ I day of MAY 12RQL. PRlNCl PAL: WESTERN RIM CONSTRUCTORS, INC . Executed by SURETY this llTH (narne of P ‘ncipal) bf MAY ,20 05 . BY’, /.;” 6- (sign here) SURETY: RAY CT SAMUELSON LIBERTY MUTUAL INSURUXE COMPANY r- {print name here) (name of Surety) 0; [address of Sur€?.ty) 50.5 SOUTH MAIN STREET, SUITE 830 PRESIDENT (Title and Organization of Signatory) I 714/542-9479 ~ JENNIFER LORD (print name here) SECWTARY ~N JEAN H.A-LL, ATTORNEY-IN-FI?CT (tide and orcjinizalion of signatory) _I---_ (printed name of Attorney-in-FacA) *- (Attach corporate resolution showing current power of atrorney.) I (Proper notarial acknowledgment of execution by PRlNClPAL and SURETY must be attached.) (President or vice-president: and secretary or assistant secretary must sign for wtporations. If only one .officer signs, the copmarion 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 C-Q Attorney By: a Revised 10/08/03 Contract No. 33371 Page 15 of 81 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 On 05/11/2005 before me, enTr DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE. NOTARY PUBLIC personally appeared KAREN JEAN HALL NAME(S) OF SIGNER(S) personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 WITNESS my hand and official seal SIGNATURE OF NOTARY - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) 0 PARTNER(S) LIMITED ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDlANlCONSERVATOR 0 OTHER: 0 GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) I OPTIONAL SECTION THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE DATE OF DOCUMENT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 I I CALIFORNIA I County of SAN DIEGO I On 05/11/2005 before me, DEBORAH D. DAVIS, NOTARY PUBLIC , DATE NAME, TITLE OF OFFICER ~ E.G., "JANE DOE, NOTARY PUBLIC personally appeared RAY C. SAMUELSON, JENNIFER LORD NAME@) OF SIGNER(S) 1 I I I I personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- I I I knowledged to me that he/she/they executed I the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL CORPORATE OFFICER(S) PRESIDENT, SECRETARY TITLE@) 0 PARTNER(S) 0 LIMITED 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR c] OTHER: 0 GENERAL SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES) SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT [ THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES SIGNER(S) 0THER THAN NAMED ABOVE DATE OF DOCUMENT Though the data requested here is not required by law, I it could prevent fraudulent reattachment of this form. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1635223 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY POWER OF ATTORNEY /-- BOSTON, MASSACHUSETTS KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, MAlTHEW C. GAYNOR, ALL OF THE CITY OF ESCONOIDO, OF CALIFORNIA ............. .................................... ......................................................... ............................. .................................... , each individually if there be more than one and lawful attorney-in-fact to dge and deliver, for and on its in the penal sum not exceeding Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 1 St day of November 2004. LIBERTY MUTUAL tNSURANCE COMPANY COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 1 st day of November , 2004 , before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and IN TESTIMONY W , Pennsylvania, on the day and year first above written. rate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. CERTIFICATE I, the undersigned, president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the coroany F with the same force and effect as though manually affixed. day of 219,'H IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this A MAY , 2005 . Liberty Mutual Surety Bond Number ---- NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk lnsurance Act of 2002 (referred to hereinafter as the "Ad"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mgiuuai Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF 3OND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties . ,- DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for 'acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES LMIC-653 9 1 l/15/04 Compapy Profile Page 1 of 2 dompany Profile LIBERTY MUTUAL INSURANCE COMPANY 175 BERKELEY ST BOSTON, MA 021 16 800-262-8238 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 900 17 Unable to Locate the Agent for Service of Process? Refer en ce 1:nforma tion NAIC #: 23043 NAIC Group #: all California Company ID #: 1022-3 Date authorized in California: Company Type: Property & Casualty State of Domicile: MASSACHUSETTS August 30, 1929 License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE http://cdinsw\w. insurance. ca. gov/pls/w-coqrof/idb-cojrof-utl .get--cogrof?p_EID=3 090 05/13/2005 Compwy Profile Page 2 of 2 MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in MY Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu - coqrof/idb~coqrof~ut1.get~coqrof?p~EID=3090 05/13/2005 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC ‘(“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, ‘Subcontractor” and “Work” and the definitions in section 1-2 of the Supplemental Provisions especiatly “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. Note that the Synthetic Turf is considered a specialty item. The Contractor shall list any Synthetic Turf sub-contractor on this form. ’ INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(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 Drovide complete and correct information mav result in reiection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materiats 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 proposes to perform no @ Revised 10/08/03 shall clearly apprise the City of the specific facts that show the Bidder less than fifty percent (50%) of the work with its own forces. Contract No. 39371 Page 16 of 81 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 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. v- 9 J 4 a -t"s Revised 10/08/03 Contract No. 39371 Page 17 of 81 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS A Subcontractor's License No.* 1 E,> I q 29 Page ___ of 1 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(Z)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." e= ts Revised 10/08/03 Contract No. 39371 Page 18 of 81 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Revised 10/08/03 Contract No. 39371 Page 19 of 81 Pages WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 . . WESTERN RIM CONSTRUCTORS. INC . (AN S CORPORATION) TABLE OF CONTENTS DECEMBER 31. 2004 AND 2003 Independent Accountant’s Review Report ........................................................................... 1 Balance Sheets ..................................................................................................................... 2 Statements of Income and Retained Earnings ..................................................................... 3 Statements of Cash Flows .................................................................................................... 4 Notes to Financial Statements .............................................................................................. 5 Schedule I - Cost of Revenue ............................................................................................. 13 Schedule I1 - General and Administrative ......................................................................... 14 Schedule I11 - Earnings From Contracts ............................................................................ 15 Schedule IV - Contracts in Process .................................................................................... 16 Schedule V - Contracts Completed .................................................................................... 17 Schedule VI - Accounts Receivable Aging Schedule ....................................................... 18 Schedule VI1 - Accounts Payable Aging Schedule ........................................................... 19 r- To the Stockholders Western Rim Constructors, Inc. Escondido, California Independent Accountant's Review Report We have reviewed the accompanying balance sheets of Western Rim Constructors, Inc. (an S Corporation), as of December 3 1, 2004 and 2003 and the related statements of income and retained earnings and cash flows for the years then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Western Rim Constructors, Inc. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. Our review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying Schedules I through VII is presented only for supplementary analysis purposes. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements, and we are not aware of any material modifications that should be made thereto. Fe6ruary 10,2005 \ 345 West Ninth Avenue, Suite 100 Escondido, CA 92025 (760) 737-0700 FAX (760) 741-2897 E-mail: lcovell@covellcpa.com Member 01 American Institute of Certilied Public Accountants and California Society of Certified Public Accountants ,- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) BALANCE SHEETS DECEMBER 31,2004 AND 2003 CURRENT ASSETS Cash Receivables Costs in excess of billings and estimated earnings Prepaid expenses TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT, NET TOTAL ASSETS 2004 2003 ASSETS $ 313,017 $ 422,066 3,665,379 2,156,018 190,919 402,706 52,769 40,309 4,222,084 3,021,099 678,030 296,564 LIABILITES AND STOCKHOLDERS' EQUITY TOTAL LIABILITIES $ 4.900.1 14 $ 3,317,663 CURRENT LIABILITIES Accounts payable Accrued liabilities Income taxes payable Billings in excess of costs and estimated earnings Current portion of long-term debt TOTAL CURRENT LIABILITIES - LONG-TERM LIABILITIES Shareholder loan Notes payable TOTAL LONG-TERM LIABILITIES STOCKHOLDERS' EQUITY Common stock Retained earnings TOTAL STOCKHOLDERS' EQUITY TOTAL LIABILITES AND STOCKHOLDERS' EQUITY $ 788,721 $ 1,219,318 464,689 269,119 5,486 1 1,900 1,296,103 572,687 203,300 87,911 2.758.299 2.160.935 - 100,000 283,6 19 87,434 283.6 19 187,434 3.041.91 8 2.348.369 10,000 10,000 1,848,196 959,294 1,858,196 969,294 $ 4.900.114 $ 3,317.663 See accountant's review report and notes to financial statements -- REVENUE COST OF REVENUE WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) STATEMENTS OF INCOME AND RETAINED EARNINGS FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003 GROSS PROFIT GENERAL AND ADMINISTRATIVE EXPENSES INCOME FROM OPERATIONS OTHER INCOME (EXPENSES) Interest income Interest expense Loss on disposal of assets TOTAL OTHER EXPENSE INCOME BEFORE TAXES - INCOME TAX PROVISION NET INCOME RETAINED EARNINGS, BEGINNING DISTRIBUTIONS RETAINED EARNINGS, ENDING 2004 2003 $ 17,463,629 $ 10,087,897 15,049,911 8,491,890 2,413,718 1,596,007 1,152,957 716,550 1,260,76 1 879,457 4,368 2,858 (1 1,297) (2,963) - (3,0681 (6,929) (3,173) 1,253,832 876,284 17,930 12,443 1,235,902 863,841 959,294 165,453 (347,000) (70,000) $ 1,848,196 $ 959,294 See accountant's review report and notes to financial statements -3- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) STATEMENTS OF CASH FLOWS FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003 CASH FLOWS FROM OPERATING ACTIVITES Net Income ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES Depreciation and amortization (Gain) loss on disposal of property (Increase) decrease in accounts receivable (Increase) decrease in prepaid expenses Increase (decrease) in accounts payable Increase (decrease) in accrued liabilities Increase (decrease) in billings in excess of costs (Increase) decrease in cost in excess of billings Increase (decrease) in income taxes payable TOTAL ADJUSTMENTS NET CASH PROVIDED BY OPERATING ACTIVITIES CASH FLOW FROM INVESTING ACTIVITIES Cash payments for the purchase of property Cash proceeds from the sale of property - NET CASH USED IN INVESTING ACTIVITIES .- CASH FLOW FROM FINANCING ACTIVITIES Payments on stockholder loans Principal payments on long-term debt Dividends paid NET CASH USED BY FINANCING ACTIVITIES NET INCREASE (DECREASE) IN CASH AND EQUIVALENTS CASH AND EQUIVALENTS, BEGINNING CASH AND EQUIVALENTS, ENDING SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION CASH PAID DURING THE YEAR FOR: Interest Income tax 2004 2003 $ 1,235,902 $ 863,84 1 128,403 57,698 - 3,068 (1,509,361) (1,244,048) (12,460) (16,177) (430,597) 699,14 1 195,570 210,739 723,416 339,620 21 1,787 (268,229) (6,414) 11,410 (699,65 6) (206,778) 536,246 657,063 (1 8,101) (56,411) - 6,000 (18,101) (50,411) (1 00,000) (75,000) (1 80,194) (62,367) (347,000) (70,000) (627,194) (207,3 67) (1 09,049) 399,285 422,066 22,78 1 $ 313,017 $ 422,066 $ 11.297 $ 2.963 $ 11,144 $ 1,300 See accountant's review report and notes to financial statements -4- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Business Activity The Company is engaged as a general contractor specializing in projects involving concrete, earthwork, landscape and irrigation work for public agencies and commercial clients. Projects are all in the Southern California region, and normally last 4-5 months. Revenue and Cost Recognition The Company recognizes revenues from fixed price and modified fixed price construction contracts on the percentage-of-completion method, measured by the percentage of cost incurred to date to estimated total cost for each contract. That method is used because the owner considers total cost to be the best available measure of progress on the contracts. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as equipment rental, insurance and repairs. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the year in which such losses are determined. Changes in job Performance, job conditions, and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the year in which the revisions are determined. The asset, "costs and estimated eamings in excess of billings" represents revenues recognized in excess of amounts billed on uncompleted contracts. The liability, "billings in excess of costs and estimated earnings", represents amounts billed on contracts in excess of revenues recognized. Contracts Receivable Contracts receivable from performing construction of industrial and commercial buildings are based on contracted prices. Normal contracts receivable are due 30 days after the issuance of the invoice. Contract retentions are due 30 days after completion of the project and acceptance by the owner. Receivables past due more than 180 days are considered delinquent. Delinquent receivables are Written off based on individual credit evaluation and specific circumstances of the customer. Cash and Equivalents The Company considers all short-term debt securities with a fixed maturity of year or less to be cash equivalents. -5- B. WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) Income Taxes The Company has elected to be taxed as an S Corporation. Accordingly, the Company’s stockholders report the Company’s taxable income personally, and the Company is not subject to federal income tax. The Company is liable, however, for a 1 1/2% California franchise tax. Advertising Advertising costs are charged to operations when incurred. Advertising expense charged to operations are $5,720 and $2,561 for the years ended December 31, 2004 and 2003, respectively. Contract Backlog of Work The Company’s backlog of work represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in process at December 31. The Company’s backlog totaled $ 10,394,375 and $ 7,937,833 at December 31, 2004 and 2003, respectively. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS - 2004 - 2003 Costs incurred on uncompleted contracts $ 9,536,691 $ 6,620,589 Estimated earnings 1,279,234 1,118,335 10,8 15,925 7,738,924 Less: billings to date 1 1,92 1,109 7,908,905 $ (1,105.184) $ ( 169.981) Included in the balance sheet under the following captions: Costs and estimated earnings in excess ofbillings $ 190,919 $ 402,706 Billings in excess of costs and estimated earnings (1,296,103) (572,687) $ (1,105.184) $ ( 169,98 1) -6- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL, STATEMENTS DECEMBER 31,2004 AND 2003 C. CONTRACT RECEIVABLES Contract receivables consist of the following at December 3 1 : - 2004 - 2003 Contracts-in-progress Completed contracts Retention Total contracts receivable $ 2,118,013 $ 1,297,354 77,185 10,000 1,470,18 1 848,664 $ 3,665,379 $2,156,018 No allowance for uncollectible accounts receivable has been reflected in the financial statements, as management believes all accounts to be collectible. D. PROPERTY AND EQUIPMENT The following is a summary of property and equipment at cost at December 3 1, 2003 - 2004 - Furniture and fixtures Equipment Construction equipment Autos and trucks Total property and equipment Less accumulated depreciation Property and equipment, net $ 52,268 $ 52,268 950 950 417,384 82,585 427,986 252,9 16 898,588 388,7 19 220,558 92,155 $ 678,030 $ 296.564 Depreciation expense for the years ended December 31, 2004 and 2003 is $128,403 and $57,698, respectively. Property and equipment are stated at cost and depreciation is provided by the modified accelerated cost recovery system (MACRS) method based on the estimated useful lives of the related assets as follows: Asset Machinery and Equipment Furniture and Fixtures Vehicles E. LINE OF CREDIT Life 5 Years 7 Years 5 Years The Company has a $200,000 unsecured line of credit with a bank, which expires September 5, 2005. At December 31, 2004 and 2003 the interest rate was 5.5% and 5%, respectively. There was $0 drawn on this line at December 31,2004 and 2003, respectively. -7- I- ? WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 F. LONG-TERM DEBT Long-term debt consists of the following at December 3 1 : Note payable to finance company in monthly installments of $1,143 including interest at 0%, maturing December, 2004. Secured by vehicle. $ $ 13,722 2003 - - 2004 Note payable to finance company in monthly installments of $841 including interest at 0%, maturing June 2005. Secured by vehicle. Note payable to finance company in monthly installments of $690 including interest at 0.9%, maturing June July 2005. Secured by vehicle. Note payable to finance company in monthly installments of $1252 including interest at O%, maturing in November 2006. Secured by vehicle. Notes payable to finance company in monthly installments of $782 including interest at 0%, maturing in January 2006. Secured by vehicle. Notes payable to finance company in monthly installments of $737 including interest at 0%, maturing in April 2006. Secured by vehicle. Notes payable to finance company in monthly installments of $842 including interest at 0%, maturing in July 2006. Secures by vehicle. Notes payable to finance company in monthly installments of $291 including interest at 6.25%, maturing in September 2008. Secured by vehicle. Notes payable to finance company in monthly installments of $1,063 including interest at 1.9%, maturing in February 2007. Secured by vehicle. Notes payable to finance company in monthly installments of $1,129 including interest at 0%, maturing in January 2007. Secured by vehicle. Notes payable to finance company in monthly installments of $2,643 including interest at O%, maturing in March 2007. Secured by vehicle. -8- 4,2 10 14,3 12 4,807 13,003 28,797 43,822 10,163 19,544 11,801 20,65 1 16,003 26,110 11,653 14,327 25,245 28,234 71,353 WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 F. LONG-TERM DEBT(CONT1NUED) Notes payable to finance company in monthly installments of $2,455 including interest at 6.0%, maturing in February 2009. Secured by vehicle. Notes payable to finance company in monthly installments of $2,621 including interest at 2.25%, maturing in June 2006. Secured by vehicle. Notes payable to finance company in monthly installments of $1,186 including interest at 1.9%, maturing in June 2007. Secured by vehicle. Notes payable to finance company in monthly installments of $1,062 including interest at 1.9% maturing in August 2007. Secured by vehicle. Notes payable to finance company in monthly installments of $883 including interest at 0%, maturing in November 2009. Secured by vehicle. Note payable to finance company in monthly installments of $821 including interest at 0%, maturing December, 2004. Secured by vehicle. Total long-term debt Less: Current Portion Non-current portion 108,385 46,346 34,718 33,097 52,107 - - 9,854 486,9 19 175,345 203,300 87,911 $283.619 $ 87.434 2004 2005 2006 2007 2008 and thereafter Total annual maturities Annual maturities of long-term debt outstanding at December 3 1, are as follows: G. COMPENSATED ABSENCES Years Ending December 3 1 $ 203,300 161,584 66,035 41,393 14,607 $ 486.919 The Company does not accrue for compensated absences, as the amount is considered immaterial. -9- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 H. COMMON STOCK The Company has 10,000 shares of $1 par value common stock authorized with 10,000 shares issued and outstanding. I. CONCENTRATIONS OF CREDIT RISK Financial instruments that potentially subject the Company to concentrations of credit risk consist principally of cash deposits in banks and other financial institutions, investment securities and accounts receivable. The Company maintains cash and cash equivalents and short and long-term investments with major banks. Accounts at banks are insured by the Federal Deposit Insurance Corporation (FDIC) up to $100,000 at each institution. At December 31, 2004 the Company did have cash balances with banks in excess of the FDIC coverage in the amount of $569,309. Concentrations of credit risk with respect to accounts receivable are limited because of the large number of customers, which make up the Company’s customer base, thus spreading the credit risk. The Company performs on-going credit evaluations of its customers’ financial condition and, if necessary, maintains allowances for potential losses. J. LEASING ARRANGEMENTS The Company leases vehicles and equipment under various operating lease agreements with unrelated parties. The leases have a combined annual payment of approximately $38,794. The leases expire through November 2005 and do not have renewal options. The Company also leases office space under an operating lease agreement with an unrelated party. The office space is a two year lease which began in April of 2003 and has annual rental payments of $4,05 1. The lease expires in March of 2004. The Company renewed the lease with annual rental payments of $4,2 13. The lease expires in March of 2005. The remaining lease commitments at December 3 1, are as follows: 2005 2006 2007 2008 2009 and thereafter $ 31,411 2,302 2,302 959 - $ 36,974 -10- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 K. CASH FLOW INFORMATION The company had non-cash financing transactions relating to the purchase of fixed assets of $ 491,768 and $ 145,022 at December 31,2004 and 2003, respectively. L. INCOMETAXES The provision for income taxes is comprised of the following: - 2004 Current State $ 17,930 Income tax provision $ 17.930 M. DEFERRED INCOME TAXES The Company adopted FASB Statement No. 109, Accounting for Income Taxes, which requires an asset and liability approach to financial accounting and reporting for income taxes. Deferred income tax assets and liabilities are computed annually for differences between the financial statement and tax bases of assets and liabilities that will result in taxable or deductible amounts in the fbture based on enacted tax laws and rates applicable to the periods in which the differences are expected to affect taxable income. Valuation allowances are established when necessary to reduce deferred tax assets to the amount expected to be realized. Income tax expense is the tax payable or refundable for the period plus or minus the change during the period in deferred tax assets and liabilities For the year ended December 3 1, 2004, management has elected to not recognize deferred taxes for state income due to their immaterial impact on the financial statements. N. MAJOR CUSTOMERS For the year ended December 31, 2004 there were sales to major customers that each exceeded 10% of total net sales. Sales to these customers and their accounts receivable balances at December 3 1,2004 were as follows: Accounts Customer A $2,456,111 $ 33,652 Customer B $2,222,442 $ 561,7687 Customer C $ 1,957,494 $ 621,983 Customer D $ 1,945,260 $ 361,080 Sales Receivable mle revenues from certain contracts represent more than 10% of total revenues, the non- repetitive nature of the Company's business preclude an economic dependence or an individual customer. -1 1- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS DECEMBER 31,2004 AND 2003 0. PENSION The Company adopted a 401(k) profit sharing plan. This plan is open to all office employees who have three months of service and are a minimum age of 21. The Company’s contribution is discretionary each year based on the Company’s net income and the participating employee’s gross salary. For the years ended December 31, 2004 and 2003 the company did not have any pension expense. The Company also has a prevailing wage contribution plan for all field employees. There are no minimum service requirements. The employees contribution to the plan is based on the employee’s position and experience. For the year ended December 3 1, 2004 and 2003 the pension expense were $0. -12- /- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) COST OF REVENUE FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003 SCHEDULE I COST OF REVENUE Labor Subcontractors Materials Other job costs Equipment TOTAL COST OF REVENUE 2004 2003 $ 5,501,912 $ 2,836,713 3,705,609 2,199,460 3,019,620 2,000,975 2,607,761 1,295,671 2 15,009 159,07 1 $ 15,049,911 $ 8,491,890 r- See accountant's review report and notes to financial statements -13- *- WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003 SCHEDULE I1 GENERAL AND ADMINISTRATIVE EXPENSES Employee benefits Salaries and wages Payroll tax expense Insurance workers' compensation Insurance Depreciation Gas and oil Repairs and maintenance Rent Office supplies and expenses Leased vehicles and equipment Utilities Legal and accounting Auto allowances Mileage Outside services Dues and subscriptions Bank charges Taxes and licenses Blueprints Advertising Estimating Medical expenseshafety Small tools Miscellaneous Bond expense Business promotion Indirect costs allocation TOTAL GENERAL AND ADMINISTRATIVE EXPENSES c 2004 2003 $ 1,130,088 $ 517,241 658,584 349,707 378,489 196,285 347,689 22 1,330 168,980 83,452 128,403 57,698 78,484 49,997 64,082 35,962 54,391 55,556 5 1,430 40,147 44,608 54,372 42,390 25,819 27,6 12 32,3 1 1 19,643 9,698 13,162 12,599 11,587 14,337 9,536 16,849 6,995 2,695 6,355 8,229 5,720 2,561 4,734 6,310 3,735 2,587 2,249 1,532 1,208 1,375 250 - 634 (2,114,097) (1,090,276) $ 1,152,957 $ 716,550 6,650 7,543 See accountant's review report and notes to financial statements -14- /-- Contracts in process Contracts completed Gross profit WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) EARNINGS FROM CONTRACTS FOR THE YEAR ENDED DECEMBER 31,2004 SCHEDULE I11 REVENUE COSTSOF GROSS EARNED REVENUE PROFIT $ 10,173,155 $ 9,016,311 $ 1,156,844 7,290,474 6,033,600 1,256.874 $ 17,463,629 $ 15,049,911 $ 2,413,718 - -- See accountant's review report and notes to financial statements. -15- c J 5 ,- m I- I I (AI I* (A I (A I (A I W 2 w- P 3 I (A 0 1 v 0 0 v N - E: h r-N OQ 2" v m 00 00. z r- 0 m PI r-* W m "" 2 W W 2 2- m cl 00 cp\ r- m 00- m m 00 m N 0- w N r- m W W ". I FA W vs 0 vi c e, * * c v) a - m 0 F 'LC 0 v) e, * 0 c .C 6 * WI 5z 2 3 E 8 5 8 5' a e, > ._ v) * 4+ 0 ro W e, m c WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) ACCOUNTS RECEIVABLE AGING SCHEDULE DECEMBER 31, 2004 SCHEDULE VI Over 90 Total Due Retention Current Overdue Over 30 Over 60 CUSTOMER Chula Vista Elementary City of La Mesa Clty of Oceanside City of Poway City of San Diego City of San Marcos Del Mar Union School District Douglas E. Barnhart, Inc. Escondido Union School District Grossmont-Cuyamaca Community Hemet Unified School DistTict I.E. Pacific, Inc. North San Diego County Transit Oceanside Unified School District Ramona Unified School District San Diego Unified School Temecula Valley Unified The Regents of the University Vista Unified School District Walklock, LLC/ Post LeMond Total I $ 57,153 15,975 13,256 14,182 30,991 86,322 194,526 1 15,082 63,181 12,238 51,311 66,53 I 36,937 146,138 245,909 19,100 218,135 48,963 33,652 $ -$ 10,156 s 57,753 26,131 13,256 14 1,822 45,641 692,833 361,080 180,190 74,656 20,287 132,565 88,508 36,937 179,933 621,983 20 1,000 56 1,768 160,47 1 33,652 34,913 $ 3,665,379 127,640 14,650 210,292 48,960 65,108 11,475 396,2 19 1 17,594 8,049 2,682 20,257 1,721 24,563 54,010 33,795 67,500 150,596 376,074 104,400 100,156 111,507 10,000 92,880 10,841 $ 114,452 24,072 $ 20,257 $ 45,949 $ 1,470,182 $ 1,194,825 $ 819,714 P- See accounant's review report and notes to financial statements. -18- c , WESTERN RIM CONSTRUCTORS, INC. (AN S CORPORATION) ACCOUNTS PAYABLE AGING SCHEDULE DECEMBER 31, 2004 SCHEDULE VI1 VENDOR ABC Consmction Company. hc. Acculine Survey, Inc. Ace Electric, Inc. All American Asphalt All Pro Concrete Pumping Anderson Piping Contractors Atlas Track & Tennis B&W Precast Construction, Inc. Bea-Con Equipment, Inc Bear River Rental, Inc. Brundage-Bone Concrete Pumping C.W. McGrath, Inc. C.W.P., Inc. California Sports & Recreation Cecilia's Safety Service, Inc. Chuck Green Associates. Inc. Claireniont Equipment Rentals Cleanline Concrete, Inc. CMC Fabricators, Inc. Contractors Termite Control CR&R, Inc. Crown Fence Co. Curtis Hole Drilling D.L. Weist Enterprises, Inc. Diego Bolt & Welding, Inc. Dimnann Mammy, Inc. Dixieline Lumber Duracold Evan's Tire Express Tire F.J.Willer! Contracting Co. Geogrid, Inc. Golden Office Trailers, Inc. Gorilla Equipment Rentals Ground Service Technology, Inc. Hawthome Rent-It Service Hub Consmction Supplies Imperial Irrigation Supply, Inc. In-line Custom Handrails Interstate Sbiping of CA. Inc. J & S Asphalt Paving, Sealing JM Justus Fence JD Paving, Inc. lessee Fence Koch-Armsbong General LC Paving & Sealing M.L. Construction Max Equipment Rental, LLC Merli Concrete Pumping Mission Gunite Mobile Mini, LLC Network Pavers Pollock Equipment, Inc. Portosan Company Quality Reinforcing, Inc. Regan Paving RW Little Co. Sealright Paving Sharp Equipment Shipley Rebar. Inc. Spanky's Portable Services, Inc. Spear & Associates, Inc. The SoCo Group. Inc. United Rentals Northwest, Inc. Urban Tree Care. Inc. Total Total Due Retention Current Overdue $ 225,619 $ 55,479 $ -$ 1,455 9,350 17.441 524 3.591 37.523 3.542 16.233 8.770 12.031 1,259 2.1 I9 23,303 209 15,788 3,492 2,650 2,355 765 527 273 17,007 480 2,646 32,070 85 5,l 16 104 336 12,045 253 I83 11.148 3,040 94 1 5 76 17,859 790 18,158 1,884 35,366 990 19,031 43,472 5,765 3,138 1,444 93 I 1,286 2,626 920 22 46,944 31,530 665 7,943 13,395 9.192 I49 7.1 17 21.160 147 22,000 (52) 1,230 9.350 17.44 I 3,591 37,523 2,119 2,355 765 273 2,646 3,207 4,174 2,718 10,480 790 12,805 1,883 10,663 19.03 1 13.196 4.055 93 1 2,626 23,989 11,815 6,2 15 9,192 324 3,492 (158) 3,913 8.770 492 11,135 85 336 8,430 728 1,024 3,95 1 12,320 2,880 21.160 $ 788,721 $ 270,866 S 7,247 $ 71,311 $ 170,141 $ -$ 6,991 3.839 767 209 4,654 2,650 17,007 28,863 7.871 I83 3,040 213 5,352 I 13,313 30,276 3,138 1,444 (62) (292) 920 22 11,375 22,956 1,075 147 225 524 3,542 16,233 1,200 23,303 527 480 5.1 16 104 (52) 253 576 7.379 11,390 990 1,710 616 4,389 665 1.885 I49 22,000 $ 264,928 $ 71,165 S 103,204 See accountant's review report and notes to fmancial statements. -19- h BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 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 hidher responsibility, experience and skill. An attachment can be used. em r,s Revised 10/08/03 Contract No. 39371 Page 20 of 81 Pages OSNIIAL INOINIIIINO CONTRC.CTOR REFERENCES c 1. DISTRICT: San Diego Unified School District PHONE NO. (858) 573-5846 ADDRESS: CONTACT: Doug Jacobson SCOPE: Landscaping ESTIMATE: $354,481.00 4860 Ruffner Street San Diego, CA. 921 1 I 2. DISTRICT: Oceanside Unified School District - Oceanside High School PHONE NO. (760) 757-2560 ADDRESS: 2 1 1 1 Mission Ave., Bldg E, Oceanside, CA 92054 CONTACT: John Crawley SCOPE: Structural Concrete Walls, Grading, Landscape and Irrigation, Site Flat Work ESTIMATE: $1,515,051 3. DISTRICT: Vista Unified School District- RVB & Vista HS Fields ADDRESS: 4680 North Avenue, Oceanside, CA. 92056 CONTACT: Karl Bradley SCOPE: Grading, Storm Drain, Concrete Base, Sub-grade for Artificial Turf ESTIMATE: $2,682,845 PHONE NO. (760) 726-2 170 a960 4. DISTRICT: City of San Diego - South Chollas Creek PHONE NO. (858) 495-4714 ADDRESS: CONTACT: Miguel Huerta SCOPE: Grading, Underground Utilities ESTIMATE: $488,784.00 1010 Second Avenue, Suite 500, San Diego, CA 92101 5. DISTRICT: City of Encinitas - Cottonwood Creek PHONE NO. (760) 385-9822 ADDRESS: CONTACT: Steve Dietmeyer SCOPE: Landscaping ESTIMATE: $5 15,3 10.00 505 S. Vulcan Avenue, Encinitas, CA 92024 912 S. Andreasen Dr. Ste. 108 Escondido, CA 92029 (760) 4894328 Fax (760) 4894304 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 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: Com p re hensive G en era1 Liability Automobile Liability Workers Compensation Employer's Liabi I ity 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. @ Revised 10/08/03 Contract No. 39371 Page21 of 81 Pages mQM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 08/0 1/200 5 INSURER D: INSURER E: PRODUCER (619) 584-6400 FAX (619) 584-6425 Westland Insurance Brokers 3838 Camino Del Rio North #315 P.O. Box 85481 ' REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CE f PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLU .ICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GLPS165906.011 06/10/2005 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. CLAIMS MADE OCCUR GENL AGGREGATE LIMIT APPLIES PER: San Diego, CA 92186-5481 INSURED Western Rim Constructors, Inc. 912 S. Andreasen Dr. Ste. 108 Escondido, CA 92029 AUTOMOBILE LIABILITY b x ANYAUTO INSURERS AFFORDING COVERAGE NAlC # NSURERA: Great American Assurance Co. 26344 INSURERB: American States Insurance Co. 19704 INSURERC: United Nat'l Insurance Co. 13064 ALL OWNED AUTOS SCHEDULEDAUTOS I- CITY OF CARLSBAD IT'S OFFICIALS, EMPLOYEES AND VOLUNTEERS PURCHASING DEPARTMENT 1635 FARADAY AVENUE CITY OF CARLSBAD, CA 92008-7314 x NON-OWNED AUTOS El EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL mm MAIL DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, -#WWmMHMHM-WXX ~~~~~X~~~~M~~XXXXXXXXX AUTHORIZED REPRESENTATIVE Patrick Reilly/JILL RAGE LIABILITY I ANY AUTO H EXCESSlUMBRELLA LIABILITY FCX0001897 09/15/2004 fl OCCUR 0 CLAIMS MADE DEDUCTIBLE RETENTION $ WRKERS COMPENSATION AND IMPLOYERS' LIABILITY \NY PROPRIETORIPARTNER/EECUTlVE IFFICERIMEMBER EXCLUDED? IPTION OF OPERATIONS I LOCATIONS /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PRO\ STAGECOACH PARK SYNTHETIC TURF FIELD, PROJECT NO. PKS 04-a POLICY EXPIRATION - 06/10/2006 10/05/2005 09/15/2005 ;IONS EACH OCCURRENCE I$ 1,000,00 CF?\ I$ 50,OO DAMAGE TO RENTED MED EXP (Any one person) t excl, PERSONAL 8 ADV INJURY $ ~,~~~,oo~ GENERAL AGGREGATE $ 2,~0~,~00 PRODUCTS - COMPIOP AGG $ 2,000,000 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ 1,000,000 $ I BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT I $ I OTHER THAN EA I $ AUTO ONLY: ACC 1 Z EACH OCCURRENCE I$ 1,000,000 AGGREGATE I$ 1,000,000 $ 5 $ ~ E.L. EACH ACCIDENT $ E.L. DISEASE ~ EA EMPLOYEd $ I E.L. DISEASE ~ POLICY LIMIT $ -1 egarding General Liability, Certificate Holder is Additional Insured per the attached CG20 10 10/93, ith primary wording per form CG8802 11/85 attached. older is additional insured per form CAOOOl 1001 attached. Except 10 Days Notice of Cancellation for Non Payment of Premium Regarding automobile liability certificate CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I ACORD 25 (2001t08) OACORD CORPORATION 1988 5 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIM E R The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing iiisurer(s), authorized representative or producer, and the certificata nolder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CORD 25 (2001108) I SAFEC:CT L ,SINESS AUTO COVERAGE FORh. CA 00 01 10 01 COMMERCIAL AUTO Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what SECTION I - COVERED AUTOS Item Two of the Declarations shows the "autos" that are is and is not covered. Throughout this policy the words "you" and "your" refer covered "autos" for each of your coverages. The following to the Named Insured shown in the Declarations. The words numerical symbols describe the "autos" that may be "we", "us" and "our" refer to the Company providing this covered "autos". The symbols entered next to a coverage insurance. on the Declarations designate the only "autos" that are - covered "autos". Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION V - C"WJIONS. A. Description of Covered Anto Designation Symbols Symbol 1 2 3 4 5 6 7 8 9 Description Of Covered Auto Designation Symbols Any "Auto" Owned "Autos" Only Owned Private Passenger "Autos" Only Only those "autos" you own (and for Liability Coverage any "trailers" you don't own while attached to power units you own). This includes those "autos" you acquire ownership of after the policy begins. Only the private passenger "autos" you own. This includes those private passenger "autos" you acquire ownership of after the policy begins. Owned "Autos" Only those "autos" you own that are not of the private passenger type (and for Other Than Liability Coverage any "trailers" you don't own while attached to power units you Private Passenger own). This includes those "autos" not of the private passenger type you acquire "Autos" Only ownership of after the policy begins. Owned "Autos" Only those."autos" you own that are required to have No-Fault benefits in the state Subject To where they are licensed or principally garaged. This includes those "autos" you No-Fault acquire ownership of after the policy begins provided they are required to have No-Fault benefits in the state where they are licensed or principally garaged. Owned "Autos" Only those "autos" you own that because of the law in the state where they are Subject To A licensed or principally garaged are required to have and cannot reject Uninsured Compulsory Motorists Coverage. This includes those "autos" you acquire ownership of after the Uninsured policy begins provided they are subject to the same state uninsured motorists Motorists _I Law. requirement. Spec if ical ly Only those "autos" described in Item Three of the Declarations for which a Described premium charge is shown (and for Liability Coverage any "trailers" you don't own "Autos" while attached to any power unit described in Item Three). Hired "Autos" Only Only those "autos" you lease, hire, rent or borrow. This does not include any "auto" you lease, hire, rent, or borrow from any of your "employees" or partners or members of their households. Nonowned "Autos" Only Only those "autos" you do not own, lease, hire rent or borrow that are used in connection with your business. This includes "autos" owned by your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households but only while used in your business or your personal affairs. CA 00 01 10 01 Page 1 of 11 Copyright, IS0 Propetties, Inc., 2000 CA 00 01 10 01 COMMERCIAL AUTO - 8. Owned Autos You Acquire After The Policy Begins 1. If symbols 1, 2, 3, 4, 5 or 6 are entered next to a coverage in Item Two of the Declarations, then you have coverage for "autos" that you acquire of the type described for the remainder of the policy period. 2. But, if symbol 7 is entered next to a coverage in ITEM TWO of the Declarations, an "auto" you acquire will be a covered "auto" for that coverage only if: a. We already cover all "autos" that you own for that coverage or it replaces an "auto" you previously owned that had that coverage; and You tell us within 30 days after you acquire it that you want us to coyer it for that coverage. Certain Trailers, Mobile Equipment And Temporary Substitute Autos If Liability Coverage is provided by this Coverage Form, the following types of vehicles are also covered "autos" for Liability Coverage: 1. "Trailers" with a load capacity of 2,000 pounds or less designed primarily for travel on public roads. b. C. 2. "Mobile equipment" while being carried or towed by a covered "auto". 3. Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction. - SECTION II - LIABILITY COVERAGE A. Coverage We will pay all sums an "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". We will also pay all sums an "insured" legally must pay as a "covered pollution cost or expense" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of covered "autos". However, we will only pay for the "covered pollution cost or expense" if there is either "bodily injury'' or "property damage" or a "covered - pollution cost or expense" to which this insurance applies that is caused by the same "accident". We have the right and duty to defend any "insured" against a "suit" asking for such damages or a "covered pollution cost or expense". However, we have no duty to defend any "insured" against a "suit" seeking damages for "bodily injury" or "property damage" or a "covered pollution cost or expense" to which this insurance does not apply. We may investigate and settle any claim or "suit" as we consider appropriate. Our duty to defend or settle ends when the Liability Coverage Limit of Insurance has been exhausted by payment of judgments or settlements. 1. Who Is An Insured The following are "insureds": a. You for any covered "auto". b. Anyone else while using with your permission a covered "auto" you own, hire or borrow except: The owner or anyone else from whom you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. Someone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours. Anyone other than your "employees", partners, (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". A partner (if you are a partnership), or a member (if you are a limited liability company) for a covered "auto" owned by him or her or a member of his or her household. .s. ~ . -.: I.> - . +..* .~:g g c 2. c. Anyone liable for the conduct of an "insured" described above but only to the extent of that liability. Coverage Extensions a. Supplementary Payments In addition to the Limit of Insurance, we will pay for the "insured": (1) All expenses we incur. CA 00 01 10 01 Page 2 of 11 Copyright, IS0 Properties, Inc.. 2000 C-ID04-PRlNT001 *D 040066-A ' Western Rim Constructors, Inc. Effective June 10,2004 to June 10, 2005 POLICY NUMBER: GLP5165906 COMMERCIAL GENERAL LIABILITY CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: - As required by written contract or agreement. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. It is agreed that the Limits of Insurance afforded by this policy to any Additional Insured included herein shall not exceed the Limits of Insurance required by the terms and provisions of the project@), specifications, written con- tract(s) or agreernent(s) between the Additional Insured and the Named Insured. The inclusion herein of any Additional Insured shall not operate to increase the Company's Limits of Insurance. CG 20 10 10 93 - Copyright, Insurance Services Office, Inc., 1992 Page1 of1 Subsidiaries of American Financial ation BUSINESSPRO GENERAL ENDORSEMENT - CG 88 02 [Ed. 11 85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY PRIMARY INSURANCE ENDORSEMENT It is hereby noted and agreed that effective upon inception, this policy shall be considered primary to any similar insurance held by third parties in respect to work performed by you under written contractual agreement@) with said third parties. The third party to whom this endorsement applies is: AS REQUIRED BY WRITTEN CONTRACT BUSINESSPRO (Reg. U.S. Pat. Off.) ir2 41 keel aan lB--- I -c I L - <, POLICYHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO,CA 94 142-0807 COMPENSATION INSURANCE F-0- N-D CERTIFICATE OF WORKERS' COMPENSATION GROUP ISSUE DATE: 08-01-2005 INSURANCE 000044 CITY OF CARLSBAD 1635 FARADAY AVENUE CITY OF CARLSBAD CA wooa-7314 POLICY NUMBER: CERTIFICATE ID: 213 CERTIFICATE EXPIRES 10-01 -2006 10-01-2005/10-01-2006 002 1 462 - 2 005 SD This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you 10 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1800 - RAY SWELSON PRESIDENT - EXCLUDED. ENDORSEMENT #16W - TOM HAIGH TREASURER - EXCLUDED. - EMPLOYER WESTERN RIM CONSTRUCTORS. INC 912 S ANDREASEN DR STE 108 ESCONDIDO CA 92029 ,- SD SD fREV.2-05) [BIGSD] PRINTED : 08-01-2005 BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what wadwere the name@) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. pahy debarred peridd of debarment BY CONTRACTOR: (name of Contractor) Page - 1 of I pages of this Re Debarment form Revised 10/08/03 Contract No. 39371 Page 22 of 81 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 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 d the date of the alleged violation. ’ Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 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? Has the suspension or revocation of your contractors license ever been stayed? Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of ever been stayed? Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. I IA (If needed attach additional sheets to provide full disclosure.) Page 1 of 2 pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 39371 Page 23 of 81 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: mcbvs, Inc - (sign here) - Page 3 of 2 pages of this Disclosure of Discipline form ?@ Revised 10/08/03 Contract No. 39371 Page 24 of 81 Pages , NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 State of California 1 Countyof %n o\eqo 1 u - , being first duly sworn, deposes (Name of Bidder) I: (Title) and says that he or she is (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 is true and correct and that this affidavit was executed on the day of I20e4_. Subscribed and sworn to before me on the \a4h day of h3.x f 2OQ-5. @ Revised 10/08/03 I Contract No. 39371 Page25of 81 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,- Individual Corporate Officer - Title(s): State of California County of } ss. 0 Individual Corporate Officer - Title(s): - , before me, %dTZ3hPC1 fUdewW % bhc , Name and Title of dfficer (e.&, "Jane Doe, Notary bublic") On Sl\abS personally appeared I c- -5w-w?\- I Date 1 Name@) of Signer@) Place Notary Seal Above "$personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name@) idare 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@) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. WITNBmy hand and official seal. n -. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: I Signer's Name: Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General Attorney in Fact Trustee 0 Trustee 0 Attorney in Fact Guardian or Conservator Other: 0 Guardian or Conservator 0 Other: I Signer Is Representing: Signer Is Representing: P 0 2004 National Notary Associalion 9350 De Soto Ave., P.O. Box 2402 Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 - City of Carlsbad May 2,2005 ADDENDUM NO. 1 RE: STAGECOACH PARK SYNTHETIC TURF FIELD, CONTRACT NO. PKS 04-03 Please include the attached addendum in the Notice to BidderlRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer KD:rh Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 4 cc Bidder's Signature 1635 Faraday Avenue Carlsbad, CA 92008-731 4 (760) 602-2730 FAX (760) 602-8562 @ TO: Kevin Davis, Buyer .- IC FROM: Public Works Supervisor, Contracts and Agreements Contract No. 39371 Stagecoach Park Synthetic Turf Field Request for Addendum #01 Please prepare Addendum #01 to the contract covering the following issues: 1. SECTION 02290, DRAINAGE MAT AND ENZYME TREATED STABILIZATION. PART I-GENERAL SUBSECTION 1.02 A, DESCRIPTION OF WORK (Add the following) The intention of the specification is for the Contractor and its soil stabilization subcontractor to determine the suitability of the existing soil for enzyme stabilization and to provide any amendments including sand or other materials, if necessary, to provide a surface that meets the performance specifications as written. Any import or export of materials to meet the required grades is required. All costs for providing a polymer enzyme stabilized base that meets the performance specification will be the responsibility of the Contractor 2. SECTION 02290, DRAINAGE MAT AND ENZYME TREATED STABILIZATION. PART 2-PRODUCTS SUBSECTION 2.01 MATERIALS (Delete the following) G. In lieu of stabilized polymer base, class II base rock per Cal Trans Standard Specifications for road base may be used. 6” minimum depth. 3. DWG 424-6L SHEET 6 OF 11 The Grading and Drainage Plan omits the indication of drain lines or drain mat under the infields. Drain lines or drain mats are to extend under the infields to the limits of the synthetic turf. DALE A. SCHUCK Public Works Supervisor, Contracts and Agreements C: Public Works Director File Addendum #2 PKS 03-07 May 5,2005 ADDENDUM NO. 2 RE: STAGECOACH PARK SYNTHETIC TURF FIELD, CONTRACT NO. PKS 04-03 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer KD:rh Attach men t I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder‘s Signature 1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2720 FAX (760) 602-8562 @ May 4,2005 TO: Kevin Davis, Buyer FROM: Public Works Supervisor, Contracts and Agreements Contract No. 39371 Stagecoach Park Synthetic Turf Field Request for Addendum #02 Please prepare Addendum #02 to the bid covering the following issues: 1. DWG 424-6L SHEET 11 OF 11 0 Add the attached detail showing pop up sprinkler head installation. (Add the following to Detail 1 Quick Coupling Valve): Supply Dura Brand pre-assembled swing joint with one-piece brass nipple, Model #I -AI 912. 0 (Add the following to Detail 1 Quick Coupling Valve): Supply plastic warning tag reading "Recycled Water-Do Not Drink in English and Spanish. Attach to assembly. (Delete the following to Detail 2 Remote Control Valve, Note A): Model DIG 150 S-I 00. (Add the following to Detail 2 Remote Control Valve, Note A): Weathermatic 8200CR potbale, Hunter ICV wl filter sentry and reclaimed water ID (FSR) (Add the following to Detail 3 Ball Valve, Note A): 3" flanged Wilkins 850 (brass) and two threaded brass unions. DALE A. SCHUCK Public Works Supervisor, Contracts and Agreements C: Public Works Director File Attachment: Pop Up Sprinkler Detail Addendum #2 PKS 04-03 Stagecoach Turf Field MRY-12-2005 13:38 FROM: T0:17604894304 P. 1 FOREVER GREEN ATHLETIC FIELDS OF THE WEST, LP LICENSE # 820569 Date: May 12,2005 From: Greg Norfleet President Forever Green Athletic Fields of the West, LP TO: Prime Bidders Estimating department Subject: Stagecoach Park bid As president of Forever Green Athletic Fields of the West, I m please to provide you with the following attached documentation that supports our experience as the developer of the Pronrain drainage mat and the polymer enzyme treated base concept of rthe sports field industry. c By using either one of the three options in pricing being made available to your company, you will most certainly have a leg up over those contractors that take the risk of using numbers from subs who don’t have the exact product that meets specification. You have two things to be concerned with in regards to meeting qualification. One is having a company listed that has the four ficld cxpcrience requirement inclusive of the drainage mat and the polymer enzyme treated base. The other is simply meeting the criteria of the detailed specifications on the drainage mat product. Tn short it would be very risky to list a product that is not of the exact characteristics that are listed in the spec. The good news is Forever Green Athletic Fields of the West does satisfy every aspect of the required specifications. Please take a moment to review our installation list and other supporting documents that have been included in this fax. I look forward to providing you with a winning number which will be coming your way very soon. Good Luck on the bid. Sincerely, Greg Norfleet 619-203-7388 MRY-12-2005 13:39 FROM: 000000000ooo T0:17604894304 P. 2 FOREVER GREEN ATHLETIC FIELDS of the West January 24,2005 REVISED April 7,2005 We have been requested to provide references on the Xtreme systems that have been installed using either the ForeverDrain over a class two rock base, with ForeverDrain over a polymer enzyme stabilized soil base and Xtreme over a standard engineered base. The following references are available to b e contacted by phone or in person. 0 West LA College - Steven Butler - Athletic Director, Office # 3 10-287-4454 Cell Product: Xtreme2 with ProBase and ProDran blanket # 310-740-1878. Completed - September 2004 Contract amount $430,000.00 0 Concordia University - Irvine Calif - Don Ebert - Athletic Director, office # 949-854-8002 ext. 1432. Xtreme2 with ProBase and Prodrain blanket 0 Chaminade High School - West Hills Calif - Ron Brunsell818-968-3010 Product: Xtreme2 over typical engineered base Calvary Christian Scliool - Peter Brown Facilities manager - Contact # 310-930- 3530. Product: Xtreme over typical engincered base 0 Pershing Middle School - San Diego Calif - Jay Wilson, contact # 619-405-01 77. Product: Xtreme over Typical engineered base, 220,000 square feet 0 Pioneer Valley High - Santa Maria Calif - Being installed now, Product: Xtreme2 over ProDrain blanket over type two road base. 97,OO square feet Jim Doyle 805-878-4130 MQY-12-2005 13:39 FROM: 000000000000 TO:17604894304 P.3 Sweetwater Baseball Fields - Chula Vista Calif Five baseball fields under construction. Product: Xtreme2, Probase and ProDrain ’ blanket $ 688,000.00 e Ed Fountain Park - Las Vega Nevada, Contact Clair Lewis at 702-229-6535. Product: Xtreme2 over basc rock no drainage. 200,000 square feet Completed -January 2004 Contract amount - $550,000.00 0 Campbell Hall -North Hollywood California 103,000 square feet Product: Xtreme2 over ProDrain and ProBase. Presently under construction e Aviara Park - The City Of Carlsbad California 132,000 square feet Product: Xtreme over rock base. Presently under construction Pine Avenue Park - The City of Carlsbad Culifurnia 125,000 square feet Product: Xtreme over rock base. Presently under construction a Toby Wells YMCA - San Diego California 18,000 square feet OLDER NATIONAL INSTALLATIONS WITH PRODAIN BNAKET OVER PROBASE OR 4” OF CLASS TWO ROCK MATERIAL. e University of Arkansas Contact Jerry Pufall - Cell # 479-530-4676 Office 479-575-4009 Three fields with ProDrain, ProBase and Xteme, 250,000 square feet Completed - August 2004 Contract amount $1,000,000.00 0 West Monroe High School - West Monroe Louisiana - Coach Shows contact # 3 18-355-3771 Football/ soccer field with Probase, ProDrain blanket and Xtreme Highest rainfall area in the country Please note that this field was voted best high school field in America by Athletic Business magazine. e Greenwich High Scliool - Greenwich Connecticut Contact: Jim Decarlo, Athletic Director 203-625-8051 FootbalVsoccer field with ProDrain over rock base Building four more fields using this specification The oldest field on the list MRY-12-2005 13:39 FROM: ,- T0:17604894304 FOREVER GREEN ATHLETIC FIELDS OF THE WEST, LP LICENSE # 820569 Date: May 12,2005 From: Greg Norfleet President Forever Green Athletic Fields of the West, LP TO: Prime Bidders Estimating department Subject: Stagecoach Park bid As president of Forever Green Athletic Fields of the West, I am please to provide you with the following attached documentation that supports our experience as the developer of the ProDrain drainage mat and the polymer enzyme treated base concept of rthe sports field industry. By using either one of the three options in pricing being made available to your company, you will most certainly have a leg up over those contractors that take the risk of using numbers from subs who don’t have the exact product that meets specification. You have two things to be concerned with in regards to meeting qualification. One is having a company listed that has the four field experience requirement inclusive of the drainage mat and the polymer enzyme treated base. The other is simply meeting the criteria of tlie detailed specifications on the drainage mat product. In short it would be very risky to list a product that is not of the exact characteristics that are listed in the spec. The good news is Forever Green Athletic Fields of the West does satisfy every aspect of the required specifications. Please take a moment to review our installation list and other supporting documents that have been included in this fax. I look forward to providing you with a winning number which will be coming your way very soon. P.4 Good Luck on the bid. Sincerely, Greg Norfleet 619-203-7388 MFIY-12-2005 13:39 FROM: 000000000BQB T0:17604894304 James DeCarlo, Athletic Director Larry Gondola Ron Matlack Lisa Muftah Jeff Jordan Frank Chartrand lames Woolsey Keith Bell Dan Link Richard Gentile P. 5 (203) 625-8000 100,000 - Otftdoo mulitsport (415) 464-3821 120,000 - Outdo0 Soccer and Basebi 609-394-3077 100,000 Outdoor Multi-purpose 805-484-7384 15,725 - Indoor Soccer 972-494-8589 81,000- Outdoor Football 613-933-5103 23,000 702-455-8294 10,000 - Baseball infield 254-865-2062 25,000 434-978-3800 8,100 973-773-4562 19,000 Forever Green Athletic Fietds Reference List (last updated February, 2005) Dr. Michael Crovetti, 702-932-1360 Othopedic Surgeon Slte/Locatfon Pershlncl School 1,500 San DGO, CA Install 2004 Calvary Christian School I Ron Hardick 413-543-8554 Pacfffc Palisades, CA 11,000 - Indoor soccer Installed 2003 Flushlng Bay CSO Maynard Silva NYC-DEP & NYC-P&R New York Cltv, NY 805-937-8521 14,200 Instatled 2004 Greenwich tiiah School Greenwich, C? Installed 2003 - Prodrain Marin Catholic High School Greenbrae, CA Installed 2002 Harry S. Truman High School Levittown, PA 19057 Installed 6/2004 - Prodrain At The Playground, Inc. Camarrillo, CA Installed 01/2004 Garland Independent School Distrlct - Garland, TX Installed 2002 Cornwall Soccer Assoc.** Cornwall, Ontario Canada Installed 2001 Desert Breeze Community Center Clty of Las Vegas - Las Vegas, NV Installed ZOO2 Gatesville Independent School District - Gatesville, TX Installed 2002 Atlantic Coast Athletlc Club Charlottesville, VA Installed 2002 New Jersey Stallions, Professional Mens Soccer Team - Clifton, NJ Installed 2002 Peak Performance Center (Sports Medicine & Rehab) Henderson, NV Installed 2002 Soccer City WBbraham, MA Installed 2002 Santa Maria Valley YMCA Santa Maria, CA Installed 2002 Forever Green Projects Contact Phone 1 SquareFoot loEllen Jacoby I 619-533-4017 I 200,000 sq. ft. _. . Comment 1 Q Copyright 2003 Forever Green Athletic Fields, Inc and ProGreen Sport Surfaces, LLC MFIY-12-2005 13:40 FROM: 080000000008 T0:17604894304 -- - Woodcrest Schools Scott Weberrnan 818 708-2710 6,000 Tatzana, CA I Installed 2002 McOowell Elementary School Greg Cygan 714-401-2636 4,400 Laguna Nlguel, CA Installed 2002 Communities In Schools Kevln Woods 310-637-3586 9,000 Canon, CA Installed 2002 Harmony Indoor Soccer Frank Muraca 856-423-9101 13,800 - Indoor Mlckelton, NJ soccer Poway, CA Installed 2003 NYC Parks & Recreation Redhook Cella M. Petersen (718) 760-6700 81,500 - Outdoor Recreation Center R.L.A. soccer Brooklyn, NY .Installed 2002 Bentonville High School Joe Haynie 479-254-SO85 168,000 2 Fields Bentonvllle, AR under constuct Poway SportsPlex Bill Berkoff 858 679-7000 20,000 P. 6 Install 2004 Batesville Independent School District Batesville, AR Install 2004 Shelton, tT Installed 2003 - Probrain Dr. Jeff Angel Shelton High School Jim Lineski ..- 870-793-2371 84,ooo Outdoor football 203-924-0265 90,000 Ext 529 c- Site/LocatTon Contact Phone Square Foot West Monroe High School Coach Shows (318) 355-3771 89,000 - Outdoor West Monroe, LA Football Installed 2003 - ProBase/ProDrain Ripken Stadium George Cowan 4 10-439-3966 Outdoor Baseball 923 Gilbert Rd Fleld Aberdeen, MD 21001 - ProDrain Auburn Sports Complex Peter Natoli (508) 330-4436 35,000 - Indoor Auburn, MA mulitsport I Installed 2001 Key Elementary School Julie Cozella (202) 244-4311 7,500 - Outdoor Washington, DC playground Installed 2001 - ProDraln Ramapo Country Day Camp Mike (201) 444-7144 10,000 - Outdoor Monsey, NY playground Installed 2001 - ProDraln Acton Indoor Soccer Tom McLaughlln (978) 287-0212 31,000 - Indoor Acton, MA and Outdoor Instailed 2003 soccer/lacrosse field Rhode Island Indoor Sports Scott or 1.R. (401) 463-5565 26,000 - 2 lndoor Warwlck, RI soccer/lacrosse fielc Installed 2003 Slammers Mike Coy (303) 988-7426 8,000 - Indoor Lakewood, CO Baseball Installed 1999 f MRY-12-2005 13:40 FROM: 000000000000 I (254)-592-9667 T0:17604894304 Chaminade High School Chatsworth, CA Installed 2004 Four Fathers East Wlndsor, CT Installed 2004 - Manhattan, NY Installed 2004 - ProDrain Hingham, MA Installed 2003 New York, NY Installed 2003 Salisbury, MD Jacob Schiff Playground South Shore Sports Center Flushing Meadows Salisbury University P. 7 Ron Bronnsel (818)-366-9284 Mike Fioretti 413-739-4761 Mike Uckar (718)-760-6771 Tony Martone (781) 740-1105 Celia N. Petersen (718) 760-6700 R.L.A. Kevin Mann (410-543-6202 Director of Physical I _- Little Roack, AR' Installed 2004 Homestead High School Fort Wayne Installed 6/2004 - Prodrain University of Arkansas - Indoor Monticello, AR - Installed 2004 University of Arkansas - Outdoor Montlcello, AR Dlrector of Athletics Jim Coplen 260-431-2283 Installed 2004 - ProDraln I I JNC Stak I Brian Wrlghtson I (570)-840-7102 Jessup, PA Installed 2004 - ProDrairI Tarleton State University Stephenville, TX Installed 2004 - ProDrain Shlloh/Siloam Sprlngdale, AR Installed 2004 Rodgers Public HS Rodgers, AR Installed 2004 - ProDraln Concordia University Irvine, CA Installed 2004 -ProDraln, Aaron Wand Billy Dawson David Cauldwell Doug Culter 479-524-5134 (310)-261-3827 Installed 2004 I Plant I Pulaskl Academv I Kevin Kellev 1 501-225-9320 85,222 - Indoor Football 81,810 - Outdoor Football 80,000 - Indoor Soccer 94,751 - Outdoor Foot ba I1 85,000 - Outdoor Football 80,000 - Outdoor Football 30,000 - Soccer 92,500 - Outdoor Football 80,000 - Indoor Soccer 58,000 sq. ft. Outdoor Soccer/Baseball 27,000 - Indoor Soccer 88,500 - Outdoor soccer 19,000 - Basball Infield 80,000 Sq ft FoOtbc Field Multisport 100,000 - Outdo 0 Copyright 2003 Forever Green Athletic Fields, Inc and ProGreen Sport Surfaces, LLC MQY-12-2805 23:40 FROM: TO : 17604894304 P. 8 CAN YOUR TURF PASS THE ULTIMATE 6=MAX TEST9 G-mu Is one olthe most trlled rbol safety cbhr?~~rterLttfcs 01 my Ssrf.e ~ptem. Much attention bar been pid to G max readings (ASTM =A). But there bas bema realneed in the industry forawaytopredictCr-maxafkryearsofuse and compaction Testing Services, hc (TSI) has now developed a test for "Ultimate G-rnax'rn (TSr 1Z8X a system configuration, which predicts the highst potential G-UMX for As !&leader in replicated grass tF.cboology, ProGreen is eager to amounce the results of Xtreme/RoDrain systan. The initial G-max (ASTM355A) is 81 aad the "ultimate G-max" is 113. This means that after I5 or 20 yesrs of use, the ProGreen/RoDrain system is projected to still be the Ultimate G-maX test forth PmGrae~ yklding G-ma~ -dings (ASTM 355-A) below 1 15 - cud we'll bsck, through OUI RUW~II-, that tbe G-ma~ Will nOt rise above 125. It is important to note, howwor, thnt the TSI 128 test statas the specific infill might and depth used. Thisisimpartant toeaable tkpurchasar to correlate test reflllts with the prudud inEill depth and we@ imtalkd on his field. It is also significant because it clearly demotlstrates thnl PmGmea is able to achieve supehtive G-max, wbile remainiDg true to its deaigpphilosophy wed at maximizing hufdensity, while rmaimjzing infill weight. Even more startling is thc kct OURSgAN! ~~i~~ew ballbaunce(ASTMF 1551) or feel under-foot. The system insum great G-max, while providing a firm natural feel and ball action Vary lowG-max does not have to mean "6pongy"or %uahy"-andmwue knowthat the RoGtmn SOOPmDraiu system will provide this hish degree of safety, not only for the Life of our guarantee, but for the 15 to 20 year Me of tb product. Please ask for our independent "ulbimatt G-max" test report information today1 808080808086 T0:17604894304 P. 9 P R 0 D U C T SL P E C I F 1 C A 7 t 0 N S SPEC. ITS-Dl PRODUCT DESIGN 50 OWSY, 100 MICRON, 100% POLYETHYLENE GRASS FILAMENTS, 14ooO DENIJ3R (l1,OW D-TEX) 20 oz./sY, POLYURETHANE SECONDARY BACKING 88 OL/SY, TOTAL PRODUCT WEIGHT 3/8" TUFIXNG GA LUGE #oudmFaa THREE-LAYER SYMFTRICAL PRIMARY BACKING CONSTRUCTION WITH DOUBLE-FIBRATED OUTER LAYERS AND AU WOVEN MATERIALS (patent pendin 9). PUTSTANTMNG PHYSIC@,& TUET BND (ASTM D-1335) - 12 LBslIp (measures force required to pull tufted grags fdamcnt out of backing) BREAKING STRENGTH (ASTM 0-5034) - 366/240 (length/w!dth) Ibs.-force (measures force required to rupture material) DIMENTIONAL STABILITY (TSI-1201) - LESS THAN .I *A (rneamms expansion or contraction of material over wide range of humidity and temperatme) GMAX (ASTM F SA) - LESS THAN 1%) (on stone bas, With no nnderlayment) -LESS THAN l@S (with RoDrainm dynamic drainage blanket) IIYFILL GRANULATED RUBBER - 1.6 POUNDS PER SQUARE FOOT. PRODUCT SPECIFICATIONS ant. MRY-12-2005 13:42 FROM: T0:17604894304 P. 10 SEAM BURSTING STRENGTH (ASTM D-5034-35) - EXCEEDS BREAKING STRENGTH OF BACIONG DYNAMIC DRAINAGE BLANKET (D- Layer) Is a dynamic, impervious (D-hyex? drainage blanket that is a twcqmrt pefabriicated drctin hbric ad protection board consisting of a formed polystyrene (cupsated) core mered on one side with a woven polypropylene filter fabric (both sides, Zpewiom design). The fabric allows water to pass into the drain core while resttiCting the movement of zubber anti dust particles, which might clog the core. The core allows water flow to designed exits. Lnstaihtion provides for a vertiCS1- bborizontal flow path for superior rainfall evacuation, while providing enhaaced G-Max performance, without clmnging ball action or feel-under-foot. The drdnnge blanket comes in 8’ wide rolls and has expansion joints every 4’. &gal&lh: The product is installed on a properly prepared aggregate base, having a maximum stone size of 1” with a minimum 2” depth of finish cow material having a maximum stom size of 98’’ and which is gradable to the specific finish tolenmce. (If the aggregate base contains stom greater than I”, installation is allowed, but it may bo recommended that an impervious geobmile (4 oz. mb.) is first installed over the entire aggregate base.). The aggregate base shall be graded and rolled to a finish grade tolerance of %” deviation in lm b, before installation of lhc dynamic base blanket The slope of the assregate base (tiom centerline of field to sidelines) sball be a constant minimum of %% to a constant maximum of 1 %. Grades from end-zone lines to end of turf shall be blended to meet specified grade of abutting materials. The abutting passes of dynamic base matsial (RvDrainm) shaU be bonded to the next by heat-welding or the application of cold applied or hot-melt adhesives which are dected by temperam and moisture. The passes shall extend across the full width of the field having no head seams. The ends shall terminate in the stone of the perimewr curtain drain on each aideline of the fwld. Where the blanket is allowed to cross the turfmchcmge. it shall be secured to &at anchorage m conjunction with the anchoring of the synthetic turf. Typical properties Pmbrfc propadas Material Grab tensile strength Puncture strength Trapezoidal tear Mullen burst strength hat 0p fuca Mttivity Permeability Vettical flow rate Core properties Material Thickness Compressive strength Product properties Horizontal flow capacity per unit wldth Roll length AOS American Polypropylene 365 x 200 Ibs 105 Ibs 115 x 75 Ibs 480 psi 10% 40 sieve 1.36 s-’ 0.092 crn/sec 115 gpm/f? Polystyrene 7/16 inch 30,000 Ib& 36 gprn/R Full width of field (full length in &l direction of flow) Roll Width Roll weig ht 190 Ibs dtt (with expansion pints-every 43 Maaufscftiner: SI Polypropylene 1620 x 890 N 470 N 510 x 330 N 3 3 04 kPa 10% 380 mlcron 1.36 %-’ 0.092 cm/sec 4074 Iprn/rn2 Polystyrene 11 mm 1025 W/m2 220 ip/m 31.7111 2.441-11 86 kg Tast Method AsfM D4632 ASTM D4533 ASTM D3786 COE2212E86 ASTM 04751 AsTMD4491 ASTM D4491 ASTM w91 ASTM ma33 ASTM I)l621(MOd.) ASTM W716 BoCreen Xkmem and RofiahP are patent pending products of ProCreen Sport Surfaces, LLC with offices at. 1961 Hartel Street., Levittowo, PA 19057. Tel: (215) - 547-1000 Fax: 215-547-1500 MRY-12-2005 13:42 FROM: 000000000000 P. 11 TO: 17604894304 -- ProGreen MRY-12-2005 13:43 FROM: Drop 1 102 1 114 t 10s 000000800000 Xtmme4hmDrain ProGreenXtmme Testing Services Inc. 817SHOWALTERAVE. POBOX2041 DAL.TON, GFXRGIA 307222041 TSi PHONE: (706) 2261400 FAX: (706) 2264 18 129 134 132 T0:17604894304 P. 12 TEST REPORT CLIENT: ProGreen Sports Surfaces Inc REPORT NUMBER 2291l.E 5562 Gray Street Arvada CO 80002 LAB TEST "UMBER: 1378-3661B DATE: October 25,2002 INTRODUCTION: An 18 x 18 -inch sample of ProGreen's Xtrcnrc synthetic turf was submitted for testing by Mr. Dan Deluise, representing the client. TSI was requested to detemine the average (3- of the turfcomposite as submitted with rubber in-fill both with and without prol3tain and over crushed stone. TEST METHOD: ASTM F 355, Test Method for Sock-Absorbing Pro~ties of P@ng Surface miems andMoterials, Procedure A. PROCEDURE: The sample was mounted so as to impact the center of the turf with the 20# missile at a velocity of 3.43 m/s at a drop height of 2einches. Three drops were made at 3-minute intervals. The first drop was for turf conditioning and is not included in the average.+ TEST RESULTS: The test was conducted in our lab on 10/25/02,3:20 PM, 72F, 64% RH SAMPLE I 2ND 1 3mD~p I AVERAGE 1 Testing Services, Inc. Erle Miles, President ct OUR tETIpRs AND REPORTS APRY ONLY To THE SAMRE 1w;IFD AND ARE NOT NECESSARILY INDICAllVEi OFTME QlJNJ'llES OF APpARENnY lDENnCAL OR SIMILAR PROD^, "ESE LEllws AND REPORTS ARE FORTHEUSB ONLY OF THE CLIENT TO WHOMTHEY ARE ADDRESSED AND THEIR COMMVMCATION TO ANY OTHERS OR lHE USE OF THE NAME TESTING SERVICES, Inc. MUST RECEIVE OUR PRIOR WRITTEN APPROVAL THE REPORTS AND LElTERS, AND OUR NAME, OUR SEALS, OR OUR INSIGMA ARE NOT UNDER ANY ~~~CESTOBEUSEDPI~~~~~TDTHEGENERALRJBLIC. _- VISIT OUR WEBSITE AT www.tsiofdalton.com MRY-12-2005 13:43 FROM: 000000000000 T0:17604894304 P. 13 _- Ern Solid Engineering Creates a Stable Base! Uses existing soils to create impermeable, stabilized, high-strength base under - synthetic grass athletic fields.. . ... eliminates import and export of most material8 ... achieves desired specs with any soih, from clay to sandy ... no expansion and contraction, even from freeze/thaw ... yields extreme impermeability and compressive strength ... reduces construction schedule by weeks ... used in conjunction with ProDrainTM to nearly eliminate typical engineering risks ." environmentally safeand benign What Is PmBasP 3 /%Base b an advanced, impermeable base construction. designed for use In conjunction with our hDmh Impermeable drainage blanket It utilizes PmX 300, a patented polymerlenzyme soit stabilization solution, which when mMed with existing onsite soits, "re-fuses" those solls to mate a very dense, permanent, impermeable matrk, with extraordinary compressive strength. A mkture of Pr0X-300~ and water, after application and compaction. produces a permanent, durable, field base that is far superior to typicat imported aggregate base, with much less rlsk of water evacuation failure. The result is a low maintenance. low cost and durabie field base. I TlME TESTED! Has been used for roads with heavy vehicular traffic over a number of years. STEP 1. Mix STEP2 Rip STEP3. Apply What type of soil will PmX-3M stabilize? ProX300n can be used with a wide variety of soil types, from sandy to hard day. This is possible by modifying the ratlo of RoX-30Un to water used in the application. More concentrated produdhater mlxhrres will stabilize very sandy soil. while dense clays Will require a less concentrated producfhvater formufa to filly stabilize. Can fields constructed with PmBase" withstand freezelthaw cydes? Yes. M3UOm treated surfaces do not contract or expand, hence are not affected by fieezes followed closely by thaw The impermeabiii of these surfaces means that no cracks due to standing water during thaw periods will undermine the integnty of the !%Basen surface. ?- MFIY-12-2005 13:44 FROM: 0000QBQBBBBE) TO: 17604894304 Does fain, snow or hail cause deterioration to fields constructed with PmX-300 stabilizer? P. 14 Fields constructed with hX400n soil stabifner are highly impermeable and highly compacted. We actually have achleved impermeability levels of2.9 x loQ cmlsec. under ASTM D 5084 and compaction results as high as 98%. Because instability result from water penetration, the water-resistant quality and density of plosese- bound surfaces eliminate the engineering risks associated with changes in temperature, moisture. and dynamic or static loads. Do heavy loads affect PmBase stabilized fields? Fields constructed wlth PfoBasely are highly durable. In laboratory testing, M-3tHP and water combinations have produced unconfined compressive strength levels of 1233 PSI under ASTM D 2166. How does PmBase save base construction and maintenance costs? There is no need to export or import base materlal, if PmBase is used in base construction. PCOX- 30On is mixed with existing onsite topsoil's and/or sub-soils to produce a soli base. Since thik mixing operation takes only a few days for a typical athtetic field, the project construction schedule is reduced by weeks. When undesirable sub-soils exist, adding RoX'n to base material eliminates the need for expensive risk-reduction engineering, such as increased excavation, stabiiiation fabrics, increased stone base depths. specialhed stone materials, or expanded underdrain designs. Conventional base construction under a verticelly draining infilled artificial turf requires a stone base with a high infiltration rate. Such base construction A inherently less stable under high loads, especially when saturated. Any movement is costly to correct Wdh its extreme impermeability and tremendous compressive strength, PraBasewill not move or become unstable, even under loads exceeding 1000 psi. 0 The Rv&eDn?in base design relies on an impermeabie construct rather than infiltration to subsoils andlor underdralns. This ellminates and bypasses the usual concerns with base cross- sectlon permeability and stability, with regard to both the specification and the execution of the aggregate base and underdrain installatlon. r-- CONTRACT PUBLIC WORKS This agreement is made this q& dayof ,* ,200s by and between the City of Carlsbad, California, a municip I corporation, (hereinafter called "Cit!,"), and WESTERN RIM CONSTRUCTORS INC. whose principal place of business is 912 ANDREASEN DRIVE, ESCONDIDO, CA 92029 (hereinafter called "Contractor"). City and Contractor agree as bllows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract documents STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 (hereinafter called "project") 2. equipment, and personnel to pehrm the work specified by the Contract Documents. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract All not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPW C) 2003 Edition, and the 2004 supplement thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. ,- e* %# Revised 10/08/03 Contract No. 39371 Page 26 of 81 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. /c 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. indicated. Differing Conditions. Subsurface or latent physical conditions at the site differing from those 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. I 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. r 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 Con tract. 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. @ Revised 10/08/03 Contract No. 39371 Page 27 of 81 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. fl Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: /c a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. Revised 10/08/03 Contract No. 39371 Page 28 of 81 Pages (6) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. /" a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. .- (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91 -403. /- Revised 10/08/03 Contract No. 39371 Page 29 of 81 Pages (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. r (I) in the Contractor’s bid. Cost Of Insurance. The Cost of all insurance required under this agreement shall be included 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (6) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. P (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 inforpation. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 4 init 4” init rc Revised 10/08/03 Contract No. 39371 Page 30 of 81 Pages 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 ,--- of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every. provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED r (CORPORATE SEAL) CONTRACTOR: xm CrK\q*ch \ 5 m. (name of Contractor) By: L- (sign here) ATTEST: n (sign here) 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 - r By: @ Revised 10/08/03 Contract No. 3937t Page 31 of 81 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - State of California I '15 On RIqk , personally appeared before me, JflUu;\.c,k 'ian ad r. Nhh -kc\/ p(Jblc, P Name and Title at Ofliter (e g' 'Jane Doe Notary Phc 1 ' Date Y-fl clf! 12$-A-l Name@) of Signer(s) %personally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WRSS my hand a@ official seal. 1 YG-c4c,\ k \a Signature of Notary PublK: 0 PTlONA L 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 reaftachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 13 Individual 0 Corporate Officer -Title(+ 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I 0 1999 National Notary Association 9350 De Soto Ave.. P.O. Box 2402 - Chatsworth. CA 91313-2402 * ww.NationalNotary.org Prod. No. 5907 Reorder: Call Toil-Free 1400-876-6827 c F CORPORATE RESOLUTION STATE OF California COUNTY OF San Diego I, Ray C. Samuelson, being first duly sworn do state that I am the duly elected, qualified and acting president of Western Rim Constructors, Inc., a California corporation and that the following resolution was approved by the Board of Directors of said corporation on June 14,2005 at a duly convened meeting of said Board, at which time a quorum was present and that the said resolution has not been amended nor repealed: WHEREAS, Jennifer Lord, an officer of this corporation, will be on maternity leave beginning June 17,2005 and ending six to eight weeks fiom that date. Now therefore be it resolved, that Ray C. Samuelson will act as Corporate Secretary in her absence. Dated this 14th day of June, 2005. “Seal” /If,Lr\ President Subscribed and sworn to me on this i4* day of TU= , 2004~ 4 FcL-wP c- -_ Notary Public ‘ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I 1 I ss. County of before me, -1 rr4hUP'c ,h,B-m, ';I 3ubrrc Date Name and Title 01 Ottice? (e g .JaAe Doe. Notary Publd") On bl/YI 05 Nam (s) of Signer(s) personally appeared &\, c* ~muslm b$ersonally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir 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. WlTpp my hand apdqfficial seal. %zZ+.cAa&-JQygA Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: ! 0 1999 National Notary Association. 9350 De Soto Ave., P.O. Box 2402 Chatworth, CA 91313-2402 * w.NationalNotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 BOND NO. 024020437 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005-231, adopted July 19, 2005, has awarded to WESTERN RIM CONSTRUCTORS INC. (hereinafter designated as the "Principal"), a Contract br: STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 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, WESTERN RIM CONSTRUCTORS INC., as Principal, (hereinafter designated as the "Contractor"), and LIBERTY MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION FOUR HUNDRED FIFTY TWO THOUSAND SEVEN HUNDRED THIRTY SEVEN Dollars ($1,452,737.00), 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 hidher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the F specifications. e= ts Revised 10/08/03 Contract No. 39371 Page 32 of 81 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. /I Executed by CONTRACTOR this 1 ST Executed by SURETY this 1ST day 05 ,20-. 05 . of AUGUST dayof AUGUST t 20- CONTRACTOR: SURETY: WESTERN RIM CONSTRUCTORS, INC. LIBERTY MUTUAL INSURANCE COMPANY (name of Contractor) (name of Surety) 505 SOUTH MAIN STREET, SUITE 830 ORANGE, CA 92868 (sign here) (address of Surety) RAY C. SAMUELSON 7141542-9479 (print name here) (title and organization of signatory) PRESIDENT By: By: L-4 WEN JEAN HALL, ATTORNEY-IN-FACT - (sign here) (printed name of Attorney-in-Fact) (attach corporate resolution showing current power RAY C. SAMUELSON (print name here) of attorney) SECRETARY 1. r (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) I (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: s RONALD R. BALL a e Revised 10/08/03 Contract No. 39371 Page 33 of 81 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NO 5193 ,tate of CALIFORNIA SAN DIEGO County of DEBORAH D. DAVIS, NOTARY PUBLIC , NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC 8/1/2005 before me, DATE On RAY C. SAMUELSON, KAREN JEAN HALL personally appeared I NAME(S) OF SIGNER(S) personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. - OPTIONAL SECTION - CAPACIN CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL CORPORATE OFFICER(S) PRESIDENT, SECRETARY TITLE(S) 0 PARTNER@) 0 LIMITED 0 GENERAL ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR (7 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATUREOF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO 'HE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1758050 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY POWER OF ATTORNEY r BOSTON, MASSACHUSETTS KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, MAlTHEW C. GAYNOR, ALL OF THE CITY OF ESCONDIDO, STATE OF CALIFORNIA ...................................................... , each individually if there be more than one named, its true and lawful attorney-in-fact ake, execute, seal, acknowledge and deliver, for and on its behalf as sure and as its act and deed, anj and all undertakings, bonds, recognizances and OtheT Sure&obIi@bt?s in fhe penal sum not exceeding TWENTY FlV% MILLION AND OO/lOO** ************** DOLLARS ($; each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. ................................................................................................................ ......................................................................... I That this power is made and executed pursuant to and by auth the fotlowing By-law and Auth ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 14th day of June onnc COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY LIBERTY MUTUAL INSURANCE COMPANY Garnet W. Elliott, Assistant Secretary On this 14th day of June , 2005 , before me, a Notary Public, personally came Garnet W. Elllo& to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and IN TESTIMONY o subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. rate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. BY h !a Teresa Pastella, Notary Public CERTIFICATE is a full, true and correct said power of attorney is I, the undersigned, A XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. riginal power of attorney of which the foregoing the officer or official who executed the attorneys-in-fact as provided in Article This certificate and the above power of attorney may be signed by facsimile or [mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of an assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in conn edl ion with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. day of - IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the hrporate seal of the said company, this lST AUGUST , 2005 . A 5 Q U > c Q Liberty Mutual Surety Bond Number 024020437 NOTICE FROM SUREN REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered Iesses frem terrorist ads certified under the Act exceeding the applicable surety deductible. LMIC-65 3 9 11/15/04 BOND NO. 024020437 PREMIUM: $15,489.00 Premlum Is Por Contract term And Is Subject To Adjustment Based On Final Contrast Prk3 FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005-231, adopted July 19, 2005, has awarded to WESTERN RIM CONSTRUCTORS INC. (hereinafter designated as the "Principal"), a Contract br: STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 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, WESTERN RIM CONSTRUCTORS INC., as Principal, (hereinafter designated as the "Contractor"), and LIBERTY MUTUAL INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION FOUR HUNDRED FIFTY TWO THOUSAND SEVEN HUNDRED THIRTY SEVEN Dollars ($1,452,737.00), 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 ve bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, - firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. em ts Revised 10/08/03 Contract No. 39371 Page34of 81 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. /c Executed by CONTRACTOR this 1 ST Executed by SURETY this 1ST day of ,20 05 AUGUST day of AUGUST ,20 05. CONTRACTOR: SURETY: WESTERN RIM CONSTRUCTORS, INC. LIBERTY MUTUAL INSURANCE COMPANY (name of Contractor) (name of Surety) 505 SOUTH MAIN STREET, SUITE 830 By: /I, L-L OBANGE, CA 92868 (sign here) (address of Surety) RAY C. SAMUELSON 7141542-9479 (print name here) (telephpne number of Surety) By: t- \ PRESIDENT (Title and Organization of Signatory) c. 1 By: KAREN JEAN HALL, ATTORNEY-IN-FACT 4 LL (printed name of Attorney-in-Fact) F (sign here) RAY C. SAMUELSON (Attach corporate resolution showing current (print name here) power of attorney.) SECRETARY (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Revised 10/08/03 Contract No. 39371 Page 35 of 81 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 51 SAN DIEGO County of DEBORAH D. DAVIS, NOTARY PUBLIC I NAME, TITLE OF OFFICER - E G , ”JANE DOE, NOTARY PUBLIC” 8’1’2005 before me, DATE On personally appeared MY C SAMUELSON, KAREN JEAN HALL NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 3 SIGNATURE OF NOTARY - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL CORPORATE OFFICER(S) RESIDENT, SECRETARY TITLEG) 0 PARTNER(S) 0 LIMITED GENERAL ATTORNEY-IN-FACT 0 TRUSTEE(S) GUARDIAN/CONSERVATOR c] OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, TITLE OR P/PE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT I it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER WAN ABOVE 1 7 5 8049 THIS POWER OF ATTORNEY IS NOT VALID UNLESS 1T IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY POWER OF ATTORNEY /c BOSTON, MASSACHUSETTS KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, MAlTHEW C. GAYNOR, ALL OF THE CITY OF ESCONDIDO, STATE OF CALIFORNIA ...................................................... ................................................................................................................................... ........................................................ , each individuallv if there be mora than one named, its tr and lawful attomev-in-fact to make, execute, seal, acknowledge and deliver, for and on its J. L 8 is % 2L E% 'QI 0, 9 j3 -4 - .- $5 3s -Q - - 6' '' 6 -k -cI, % - behalf as sure and as its act and deed, anxand all undertakings, bonds, recognizances and other sure8 obli@b;s in the penal sum not exceeding TWENTY FlV% MILLION AND 00/100** **-*********** ) each, and the DOLLARS ($ 25,QW 00.0 5 0 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Etliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby 2 a," i$ ' 50 2005. -? authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and - c deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 14th day of June 0- 3QI .E 0 COMMONWEALTH OF PENNSYLVANIA ss 52 COUNTY OF MONTGOMERY rQ) La a(: LIBERTY MUTUAL INSURANCE COMPANY Garnet W. Elliott: Assistant Secretary Os On this 14th day of un that he is an Assistant .Sdret:ry of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and o subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year INTESTIMONY first above writte , 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged 2 Q, Q >p Q,o d clhl op 5hl gg BY OC5 z CERTIFICATE I-r rate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. TB execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary Of the Company in their own proper persons. That this power is made and executed pursuant to and by authority d the fotlowing By-law and Authorization: ARTICLE XI11 - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. .- u) IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this lST day of AUGUST ,2005. BY Da Liberty Mutual Surety Bond Number 024020437 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the “Act”), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly “EMPLOYERS INSURANCE OF WAUSAU A Mutual Company”); Peerless insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Libet?y Mutual Surety (referred to collectively hereinafter as the “Issuing Sureties”). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for “acts of terrorism” as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 1 111 5/04 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 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 Stagecoach Park Synthetic Turf Field, Contract No. 39731, in the amount of 'b I ,45a 737.00 (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. dated - 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expanses 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. a Revised 10/08/03 Contract No. 39371 Page 36 of 81 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 (a), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securifies 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: For Contractor: For Escrow Agent: Title As.sf FINAWE DIRECTOR Signature dd c L_ Signature Address At the time the Escrow Account is opened, the City and Contra a fully executed counterpart of this Agreement. Revised 10/08/03 Contract No. 39371 Page 37 of 81 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. 'r For City: For Contractor: For Escrow Agent: SACRAMENTO, CA 95818 Title MAYOR Address 1200 Carlsbad Village Drive Carlsbad, CA 92008 Title Name Signature e /e CALIFORNIA Ba 1351 BROADWAY 2nd I-LWK I Address GOVERNMENT SERVICES DEPARTMENT Revised 10/08/03 Contract No. 39371 Page 38 of 81 Pages SUPPLEMENTAL PROVISIONS FOR STAGECOACH PARK SYNTHETIC TURF FIELD CONTRACT NO. 39371 CITY OF CARLSBAD SUPPLEMENTAL PROVISIONS TO "GREENBOOK" STANDARD SPECIFICATIONS for PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted, "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 0 Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 0 @ Revised 10/08/03 Contract No. 39371 Page 39 of 81 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hislher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Public Works Director - the Public Works Director of the City of Carlsbad or hidher approved representative. The Public Works Director is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Deputy Public Works Director, General Services - The Public Works Supervisor’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Public Works Supervisor- the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. Revised 10108103 Contract No. 39371 Page 40 of 81 Pages 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words ADts ........................................ Apartment and Apartments Bldg ........................................ Building and Buildings CMWD .................................... Carlsbad Municipal Water District CSSD ..................................... Carlsbad Supplemental Standard Drawings cfs ........................................... Cubic Feet per Second Comm ..................................... Commercial DR .......................................... Dimension Ratio E ............................................. Electric EWA ....................................... Encina Wastewater Authority G ............................................. Gas gal ........................................... Gallon and Gallons Gar ......................................... Garage and Garages GNV ........................................ Ground Not Visible gpm ........................................g allons per minute IE ............................................ Invert Elevation LW D ....................................... Leucadia Wastewater District MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ..................................... Microtunneling Boring Machine NCTD ..................................... North County Transit District .OHE ........................................ Overhead Electric OMWD ................................... Olivenhain Municipal Water District ROW ...................................... Right-of-way S ............................................. Sewer or Slope, as applicable SDNR ..................................... San Diego Northern Railway SDRSD SFM ........................................ Sewer Force Main UE .......................................... Underground Electric W ............................................ Water, Wider or Width, as applicable WVD ....................................... Vallecitos Water District San Diego Regional Standard Drawings 0 ................................... T ............................................. Telephone ~~ .~ SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. . - ____ __I - __ __ _- - __ 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. a Revised 10/08/03 Contract No. 39371 Page41 of 81 Pages 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of US. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilitiesof the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPW C), 2003 Edition, and the 2004 supplement thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern Califmia- _Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set. The set is designated as City of Carlsbad Drawing No. DWG 424-6L and consists of 11 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. <> Revised 10/08/03 Contract No. 39371 Page 42 of 81 Pages 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Technical Specifications 4) Plans. 5) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 6) Standard Specifications for Public Works Construction. 7) Reference Specifications. 8) Manufacturer’s Installation Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor’s letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor’s certification statement. 4) Specification section 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: Revised 10/08/03 Contract No. 39371 Page 43 of 81 Pages "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: The Contractor is required to submit a Schedule of Values for approval in accordance with Section 2-5.3.3. Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by 95 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfactiomof the Engineer. - 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 4- ts Revised 10/08/03 Contract No. 39371 Page 44 of 81 Paaes Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8’/2)1 by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monumeni3e-e field notes andXaTutamnswitl be labelled with name of the Surveyor, the party chief, the field cr‘ewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with 99 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under 95 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. 4m %# Revised 10/08/03 Contract No. 39371 Page 45 of 81 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Stake Description (B Lath in soil, painted line In PCC & AC surfaces RP + Marker Stake RP + Marker Stake Feature Staked Clearing Centerline or Parallel to Centerline Spacing@, 0 lath - Intervisible, I15m (50’) on tangents & I 7.5m (25’) on curves, Painted line - continuous Lateral Spacing 0, Q at clearing linc Setting Tolerance (Within) 0.3 m (1’) Horizontal Slope Grade Breaks 30 rnrn (0.1’) Vertical & Horizontal 30 rnm (0.1’) Horizontal lntervisible and I 15m (50) I60 m (200’) on tangents, I 15m (50’) on :urves when R2 300m (1 000’) & 7.5m (25’) or curves when f35 300m (1000’) I 15m (50) & 17.6 m (25’1 Fence N/A (constant offset) -Rough Grade Cut! or Fills 2 10 rn RP + Marker Stake RP + Marker Stake, Blue- op in grading area RP + Marker Stake N/A 16.7 m (22‘) 30 rnrn (0.1’) Vertical 8 Horiiontal (33’) Final Grade 10 rnm (“/a7 Horizontal & 7 mm ( /4”) Vertical I 15 m (50’) on tangents & curves when Fk 300m (1 000’) & 5 7.5m (25’) on curves when R I 300m (1 000’) (includes top of: Basement soil, subbaseand base] 10 rnm (“/e”) Horizontal & 7 rnm (‘/4*) Vertical Drainage Structures, Pipes & similar Facilities@, 0 .as appropriate #ntervisible & 5 7.5m (25’), beginning and end BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines I 7.5m (25’), BC EC, at %A, EA & %A on curb returns & at beginning & end at each junction box location I 15 m (50’) on tangents & curves when R1 300m (1000’) & I7.5m (25’) on curves when R I 300m (1 000’) or where grade I 0.30% IO mrn (”/a”) Horizontal ( constant curb Junction Box 0 Conduit 0 RP + Marker Stake RP + Marker & 7 rnm (’/4”) Vertical 10 mm (%”) Horizontal offset) as appropriate & 7 mm (‘/47 Vertical 10 rnm (%”) Horizontal Stake RP + Marker as appropriate Stake & when depth cannot be measured from existina pavement 7 mm ?i47 Vertical IO rnm (“/e”) Horizontal RP + Marker Stake + Line Stake for catch basins: at centerline of box, ends of box & wings & at each end of the local depression (9 as appropriate Minor Structure 0 & 7 rnm (‘/47 Vettical (when vertical data needed) 30 rnrn (0.1’) Vertical & Horizontal 7 rnrn (’h7 Horizontal 8.7 mm ( /4”) Vertical I 15 m (50’) & along end slopes & conic transitions as appropriate Abutment Fill RP + Marker Stake + Line Stake RP + Marker Stake + Line ’oint +Guard Stake as appropriate Wall 0 I 15 rn (50’) and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation i3 wall height Miscellaneous (9 Contour Gradina RP + Marker I 15 m (50’) along contour line as appropriate 30 rnrn (0.1’) Vertical & Horizontal IO rnm (‘/q”) Horizontal & 7 mm ( /4”) Vertical - 0 Utilities 0, 0 Stake 3P + Marker I 15 m (50’) on tangents & curves when R2 300m (1000’) & I 7.5m (25’) on curves when Stake R I 300rn (1 000’) or where’ grade 5 0.30% intervisible & I 30 rn (loot), BC & EC of as appropriate Channels, Dikes & D#ches 0 3P + Marker Stake 30 mm (0.1 ’) Horizontal 8 7 rnrn (’/an) Vertical facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities a Revised 10/08/03 Contract No. 39371 Page 46 of 81 Pages Subsurface RP + Marker Drains 8 Stake Overside Drains RP + Marker 0 Stake All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(6) Survey Stake Color Code for Construction Staking intervisible & s 15m (507, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities as appropriate 30 mm (0.1’) Horizontal & 7 mm ( /4”) Vertical longitudinal location At beginning & 30 mm (0.1’) Horizontal & 7 mm ( /47 Vertical 1 end Type of Stake Horizontal Control Vertical Control @ -’ Clearing Grading Description cotor Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks White/Orange Limits of clearing Yellow/Black Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow White/Red Structure Drainage, Sewer, Curb Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm White Blue 2-10 AUTHORITY OF BOARD AND ENGINEER. Right-of-way Miscellaneous Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of drains, slope protection, curbs, gutters, etc. Fences, W W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. WhiteNellow Orange all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. @ Revised 10/08/03 Contract No. 39371 Page 47 of 81 Pages Add the following section: 2-1 0.2 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 ththngineer may deem necessary,-upon reasonable advance-notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and ,regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. Work by Contractor. The following percentages shall be added to the Contractor's costs t? Revised 10/08/03 Contract No. 39371 Page 48 of 81 Pages (b) 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. Work by Subcontractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including-failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. 0 The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. ‘The undersigned certifies that the above statements are made in full cognizance of the California False Claim& Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” ~ ~ ~~ ~ Date: Company Name: The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. ’3 Revised 10/08/03 Contract No. 39371 Page 49 of 81 Pages 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Pubic Works Supervisor 3. Deputy Public Works Director, General Services 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the . Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 201 04) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. -(2) ThWaXlcle shall-not apply t6any claims-resulting froma contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. a Revised 10/08/03 Contract No. 39371 Page50of 81 Pages 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute.. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 0 . 0 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. t"s Revised 10/08/03 Contract No. 39371 Page51 of 81 Pages (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.1 1 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 +the casedarbitration-where thearbi#rator,-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 .lo) 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. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add .the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of fie work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. <$ Revised 10/08/03 Contract No. 39371 Page 52 of 81 Pages Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. 0 The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(@, 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@) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor‘s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 54 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to-the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. a Revised 10/08/03 Contract No. 39371 Page53of 81 Pages SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. _- 15 calendar days after receipt of the ”Notice to Proceed”. __ - - _______ _____ - __~ __~_______~_. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes all work required to remove the existing grass sports fields and improvements as shown on the drawings or as required by the specifications and install a new synthetic turf surface and all other improvements shown on the plans or required by these specifications at Stagecoach Park. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s - Representative’:, _____ SSPWC-.-No separate payment for attendance of the Contractor, the Contractor‘s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. The Contractor’s Representative shall attend each Project Meeting. ’3 Revised 10/08/03 Contract No. 39371 Page 54 of 81 Pages 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice@) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 90 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon-such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty - work or materials discovered dutng-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. Revised 10/08/03 Contract No. 39371 Page 55 of 81 Pages 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. I 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. <> Revised 10/08/03 Contract No. 39371 Page 56 of 81 Pages 7-8 PROJECT SITE MAINTENANCE. 0 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. ___ -. ___ ___ - - __~__ _-~ - 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. Add the following: Contractor shall comply with the California State Water Resources Control Board (SW RCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (W DR'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. A model Storm Water Pollution Prevention Plan (SWPPP) is provided to the Contractor, in Appendix C, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, inducting but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash-hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-941 7. The contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. Revised 10/08/03 Contract No. 39371 Page 57 of 81 Pages Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 21 4-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 21 0-1.6for materials and section 31 0-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1 , Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the ,Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or tetescoping flag tree-with flags.-The signpost or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, “Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement” and provisions under “Maintaining Traffic” elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. e Revised 10/08/03 Contract No. 39371 Page 58 of 81 Pages . Add the following section: 7-1 0.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and “Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement’. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-1 0.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials-to perform, install, maitiRtai~-reptaean&ernove atl traffic control as incidentals to the work’ with which they are associated and no other compensation will be allowed therefore. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises wh_ere the work is being performed. The Contractor shall erect and proper@ maintainat all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 0 @ Revised 10/08/03 Contract No. 39371 Page 59 of 81 Pages , SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: No field office for Agency personnel is required. SECTION 9 -- MEASUREMENT AND PAYMENT 41 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth-paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. t? Revised 10/08/03 Contract No. 39371 Page 60 of 81 Pages If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient -cause for-dmyhg payment for the disputedStems,--- ~ - -~- - 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the various items of work and no other payment will be made. ~~ ~~ ~~ ’3 Revised 10/08/03 Contract No. 39371 Page61 of 81 Pages SUPPLEMENTAL PROVISIONS TO “GREEN BOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS Type of Construction Concrete Class All Concrete 330-C-23 Trench Backfill Slurry 1 15-E-3 (560-C-3250) (’) (1 90-E-400) SE-FnON 201 - CONCHt I t Y l”TTABIXND RELATEDMATERlALS Maximum Slump (Inches) (4”) (8”) 201 -1.2 Materials. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. -The air content of freshiymixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a 3/8” 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. Revised 10/08/03 Contract No. 39371 Paae62of 81 Paaes 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 re-immce; Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A as specified in Section 201 -1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer‘s standard, non-modified, 2-or-more-part1 polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS IT-S 0227E Class A, non-sag, Type II. 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 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-6.3.1 CHAIN LINK FABRIC: Chain link fabric shall be provided with knuckled finish top and bottom irrespective of the width and height of the fabric. Fencing located adjacent to the outfield shall be 9-gage mesh. Fencing located between the field and the parking lot shall be 6-gage mesh. Sliding gates shall be provided where indicated with solid rubber wheels and shall move freely when installed. Gate closure mechanism shall be commercial strong-arm double gate latches, Hoover Fence Corporation, 1-800-355-2335, (htt~://www.hooverfe~ce.com/catal~~/cpaqe76.htm) or approved equal. e Revised 10/08/03 Contract No. 39371 Page 63 of 81 Pages SECTION 207 - PIPE Method ASTM D2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTM D671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H20 at 100 degrees Celsius APWA Code -Manufacturing specifications ~ ~ Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Value 01 14 mm (0.0056”) 4500g/cm (25 Ibs/inch) (5,500 PSI) <50 percent at break >50 dyneskquare centimeter Pliable hand Heat-set Mylex Every 500 mm(20”) Dead sowannealed Virgin PET Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) 0 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 --fAWGj-O-*im. 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. Detectabte Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). Color Red Blue Green Purple Detectable Underground Utility marking tape shall be used to mark any pressurized water or recycled water mains or laterals and any sewers or storm sewer collectors or mains located within the area of work. Perforated pipe installed in the field drainage system does not require this marking. Utility Marked Electric power, distribution, transmission, and municipal electric systems. Water systems. Sanitary and storm sewer systems, nonpotable. Reclaimed water lines. DETEC Property Thickness Tensile strength Elongation Printabilitv Flexibility Inks Message repeat Fnil Top layer Bottom layer Adhesives Bond strength Colors Revised 10/08/03 Contract No. 39371 Paae 64 of 81 Paaes 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 831.8, 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 4-1 501, Amendment 2, Page 501 -14, Paragraph 18, Subparagraph 18.1, Clause 18.1 .l. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electricgl Safety Code for Underground Construction for remote and immediate hazards. Property Dry Weight Nitrogen Dry Weight Passing 25 mm (1 ") Sieve Dry Weight Passing #4 Sieve Dry Weight Passing #50 Sieve Dry Weight Passing #lo0 Sieve Salinity Iron ( Dilute acid soluble on dry weight basis) Wettability Dry Weight Passing #I6 Sieve Dry Weight Passing #30 Sieve Ash (dry weight basis) pH SECTtON 212 - LANDSCAPE AND IRRIGATION MATERIALS Minimum Maximum 100% 100% 95% 100% 45% 65% 30% 40% (1) (1) 0% 10% 0% 2% 0.08% --- 0% 6.0% 6.0 7.0 (1) (1) (1) (1) 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic'Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8): Table 212-7.2.4(8) @ Revised 10/08/03 Contract No. 39371 Page 65 of 81 Pages For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on- going quality assurance program that fulfills the requirements of the most recent version of the “Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods”. Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of ‘Western States Laboratory Proficiency Testing Program Soil and Plant Analytical -- Methods”- Saidsuhr&talsbaJl hein accordance~vithSectionU3,- ~ ~~ ~~ Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer‘s specifications and instructions. Pcstemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 21 2-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaS04 H20) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. Add the following section: 0 212-1.6 Erosion Control Mattins. Erosion control mattinn shall be made of 1 OO-Dercent- biodegradable, weed-free wheat strgw of thickness and density iielding 270 grams per squaie meter (0.50 Ib./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/lOOO sy) having an approximate mesh interval of 50 mm x 50 mm (2” x 2”) on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2”) apart. Erosion control matting shall be “North American Green, DS150”, “BonTerra S2”, or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1” x 67, U-shaped 1 1 -gauge mild steel staples. --2-12-2 IRRIGATION SYSTEM-MA-TER1AL-S.- -- 212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Except as provided in this section, all buried piping in the irrigation system shall be installed with underground utility marking tape conforming to the requirements of section 207-21 and identifying it as reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2”) and larger shall be PVC having a pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system piping including portions not required to be marked with underground utility marking tape. All pipe shall have stenciling appearing on both sides of the pipe with the marking “Reclaimed Water” in 16 mm (5/8”) high letters repeated every 300 mm (12”). PVC non-pressure buried lateral line piping shall be PVC Schedule 40. Revised 10/08/03 Contract No. 39371 Paae 66 of 81 Paaes 212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked ”RCV”, “BV” or “QC“, “PB” respectively. Markings are to be heat branded in 2” high letters. Remote control valves shall be marked with station numbers embossed on the valve cover with a brass tag. (all boxes shall have locking covers.) Other boxes such as pull boxes, etc., shall be marked with appropriate identification. Remote Control Valves shall be marked sequentially A-1 through A-12, B-1 through 8-12 etcetera. The contractor shall note the valve numbering on the record drawings and shall provide a detailed schematic showing the stations controlled by each irrigation controller. - __ _______ ~ ~~ __ - Parts List: Quick Connect Valves: 10 ‘I diameter with T locking cover. Carson L Series 91 0-4B. Color Violet. No substitutes. Master Control Valves: 12” x 17” with T locking cover. Carson L Series 141 9-1 2 box. Model # 141 9- 4B lid. No substitutes. Remote Control Valves: 12” x 17” with T locking cover. Carson L Series 1419-12 box. Model # 141 9-48 lid. Color Violet. No substitutes. Ball Valves: 12” x 17” with T locking cover. Carson L Series 1.419-12 box. Model # 1419-4B lid. Color Violet. No substitutes. Traffic Rated Valve Boxes: 22” x 15’’ with 81017 61JH W20 bolt down cover and B9SL slab. Christy 81017 Box. Contractor shall tack weld RW (Reclaimed Water) on the lid. Contractor shall tack weld the type of valve on the lid. QC (Quick Connect), RCV (Remote Control Valve), etc. Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass-reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (W) to 50 mm (2“) shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35BI Type 11, Class A, Style 3, End Connection A or C. 0 21 2-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in check valves or a check valve under each head. Check valves shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5’ to 40’) of head. All sprinklerheads that are without valves in the heads are to have an antidrain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. 21 2-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: 1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head. 3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as 4. the coupling valve. Revised 10/08/03 Contract No. 39371 Page67of 81 Pages 21 2-3 ELECTRICAL MATERIALS. 212-3.1 General. Add the following: All electrical materials shall conform to the requirements of the latest National Electrical Code. 212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal, color __cadmvirestm?acb!almWbl _wiresslxdlhpwhi~_no smaller than No. 12 solid single conductor wire, 0.01 5 mm (60 mil) insulation, 0.01 5 mm (60 mil) neoprene jacket, style UF (Direct Burial). SECTION 213 - ENGINEERING FABRICS 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. 43 Revised 10/08/03 Contract No. 39371 Page 68 of 81 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of the Lump Sum Bid Item price for installation of the Synthetic Turf Field. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for Installation of Synthetic Turf Field within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the Lump Sum Bid Item price for installation of the Synthetic Turf Field, and no additional payment will be made. 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, all cut and fill including salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in cut areas to 90 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. All required Unclassified Excavation is included in the Lump Sum Bid Item price for Installation of the Synthetic Turf Field and no additional payment will be made. '3 Revised 10/08/03 Contract No. 39371 Page 69 of 81 Pages 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 or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the Lump Sum Bid Item price for installation of ~__ the Synthetic __ Turf ______. Field and no - additional payment will be made. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. _-. - __ -~ 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Lump Sum Bid Item price for installation of the Synthetic Turf Field unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Lump Sum Bid Item price for installation of the Synthetic Turf Field unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25’) of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 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. Revised 10/08/03 Contract No. 39371 Page 70 of 81 Pages 300-2.9 Payment. substitute the following: Payment for all unclassified excavation will be made at the Contract Lump Sum Bid ltem price for installation of the Synthetic Turf Field 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 Lump Sum Bid ltem price for installation of the Synthetic Turf Field, 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 Bid ltem price for installation of the Synthetic Turf Field. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contraqt Lump Sum Bid ltem price for installation of the Synthetic Turf Field and no additional compensation will be allowed therefore. 0 -~ _. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. add the following: The Contractor shall excavate to the lines and levels tequired 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 unclassified excavation and no additional compensation will be made therefore. Except for unsuitable materials removed as part of the clearing and grubbing item unsuitable material encountered below grade will be paid for at the Contract Lump Sum Bid ltem price for installation of the Synthetic Turf Field and no additional compensation will be allowed therefore. 0 300-4 UNCLASSIFIED FILL 308-4.2 Preparation of Fill Areas, add the following:- Except as provided in section 300-4.7, “Compaction”, areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.4 Benching. add the following: Benching shall conform to The details shown on the plans. 300--4Sl%cing Materials for Fills. add the following: The Contractor shall perform grading such that the upper 900 mm (3’) of fill placed is composed of properly compacted low expansive soils. The more highly expansive so-ils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3’) of fill placed. 43 Revised 10/08/03 Contract No. 39371 Page71 of 81 Pages The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials, Rocks having any dimension greater , than 460mm (18) shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. R-value Expansion Index 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. Calif. 301 40 Min. UBC Standard 18-2 10 Max. 300-4.7 Compaction. add the following: The Contractor shall compact all fill soils placed within the top 1 foot (1') of subgrade to a minimum of 90 percent relative compaction except under areas to receive concrete curbs. All fill soils placed under concrete curbs shall have the top 1 foot (1') of . subgrade compacted to a minimum of 95% 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. Plasticity Index Sieve Analysis 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 (2') 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. 0 ASTM D 424 4 Max. ASTM D 422 Percent Passing 75p (No. 200) 15 Max. 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 the lump sum bid price for Installation of the Synthetic Turf Field, and no additional payment will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean well graded soil consisting of material-conforming to all ofthe requirements in Table 300-5.2.1 (A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (6"). TABLE 300-5.2.1 (A) - IMPORTED-BORROW PROPERTIES - - Tests I Test Method No. I Requirements @ Revised 10/08/03 Contract No. 39371 Page 72 of 81 Pages 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: 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) Ezavationar&as,while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. -Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the Contract Lump Sum Bid Item for Installation of the Synthetic Turf Field, and no additional compensation will be allowed therefore. +$ Revised 10/08/03 Contract No. 39371 Page 73 of 81 Pages SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “1 50mm (6 inches)” to “300 mm (1 2),. 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, sidewalk or other concrete structures constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 304 - METAL FABRICATION AND CONSTRUCTION 304-3 CHAIN LINK FENCE. 304-3.2 Fence Construction. add the following: Unless otherwise specified, all fences shall be installed with a top rail and bottom tension rail. Tension wire is not acceptable. 304-3.3 Installation of Gates. add the following: Gates shall be installed where shown on the plans. 304-3.3 Measurement and Payment. add the following: Fencing and gates shall be included in the contract Lump Sum Bid Item Price for Installation of Synthetic Turf Field and no further compensation will be allowed. . SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.3.1 General. add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9 x 3”) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12”) of the street right-of-way, compaction shall be 95 percent. ._ - __ @ Revised 10/08/03 Contract No. 39371 Page74of 81 Pages 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the Contract Lump Sum Bid Item Price for Installation of Synthetic Turf Field and no additional payment will be made. Agricultural Gypsum Iron Sulfate Calcium Carbonate Lime Organic Soil Amendment SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 500 g per square meter 100 Ibs. per 1,000 square feet 50 g per square meter 10 Ibs. per 1,000 square feet 500 g per square meter 100 Ibs. per 1,000 square feet 0.041 15 cubic meters per square 5 cubic yards per 1,000 square feet meter (average depth 41 mm) (average depth 1 ’//,,1) 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.3.2 Fertilization and Conditioning Procedures. add the following: The Contractor shall cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifymg the finish grade. After cultivation the Contractor shall clear the planting areas of stones to the depth of cultivation and shall be rake the planting areas to a smooth friable and plantable surface. The Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), to a depth of 300 mm (12”). The planting areas that are slopes steeper than 3-1/2:1 , shall be cultivated to a depth of 150 mm (6”). After cultivation, the soil amendments shown in table 308-2.3.2(A) shall be thoroughly blended 150 mm (6”) deep in all planting areas. After surface preparation and application of the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property listed in Tables 308-2.3.2(8) and 308-2.3.2(C) at least one test in areas to receive sod, and shall submit the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(B) and 308-2.3.2(C) using such materials and methods as may be necessary. Organic soil amendment materials shall not be included in the samples used to determine compliance to the soil particle gradation requirements of Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(B) and 308-2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properties within the acceptable range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any planting or application of sod. Prior to the start of any planting or application of sod, the surface and root area shall be evenly and thoroughly moistened to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been prepared in accordance with this section and shall request inspection by the-Engineer prior toany planting or seeding. The Contractor shall obtain the Engineer’s approval before any planting or installation of sod. TABLE 308-2.3.2(A) SOIL AMENDMENTS Soil Amendment I Metric ADDlication Rate I ADDrox. U.S. ADDlication Rate @ Revised 10/08/03 Contract No. 39371 Page 75 of 81 Pages TABLE 308-2.3.2(8) Soil Property Acceptable Range Test Method 6.5 to 7.3 Saturation Paste pH PH Dissolved Salts < 4.0 dS m" Saturation Paste Repeatability Range of Test rtO.1 pH f 7% (Ece) Liquid Limit Plasticity Index Soluble Salts N/A to 30 ASTM D 423 +2 NP to 10 ASTM D424 f2 Sieve Siize 19 mm (Yqn) 9.5 mm (9*") 4.75 mm (No. 4) 1.89 mm (No. 10) 475 pm (No. 40) 75 pm (No. 200) 130-70 Percent Passing 100 95 - 100 60 - 85 40 - 75 35 - 70 For areas to receive planting of all types, excluding only hydroseeding, the Contractor shall amend the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 Ibs. per 1,000 square feet) into the top 150 mm (6) of soil after the completion of adjustment of soil properties and acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days through the end of the maintenance period. 308-4.1 General. add the following: The Contractor shall perform actual planting or installation of sod during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval before installations of sod or planting operations begin. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted areas so that the planted vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.2 Protection and Storage. add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer's approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. *Note to Bidders: All new and replacement sod shall be Hybrid Bermuda Grass Sod. @ Revised 10/08/03 Contract No. 39371 Page 76 of 81 Pages 308-5 IRRIGATION SYSTEM INSTALLATION. 308-5.1 General. add the following: The Contractor shall apply irrigation water as often and in sufficient amounts, as conditions may require, to establish the sod and keep the sod healthy and growing. The Contractor shall lay out lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. The Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. The Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48 hours in advance, as to the date, time and exact ----I- * *ek-skwt-sff;-rhe-€ontractor shall demonstrate that the entire irrigation system is under full automatic operation for a period of seven days prior to any planting. 308-5.2 Irrigation Pipeline Installation. add the following: The Contractor shall install all pressure main line piping from the irrigation system so as to maintain 3.1 m (10’) minimum horizontal separation from all potable water piping. Where reclaimed and potable water pressure mainline piping cross, the reclaimed water piping shall be installed below the potable water piping, sleeved in a pressure rating of 200 PSI SDR 21 “Alertline” PVC sleeve which extends a minimum of 3.1 m (10’) on either side of the potable water piping and be located to provide a minimum vertical clearance of 300 mm (12”) between the reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be used for sleeving material if it is taped along its entire length with 75 mm (3”) wide purple warning tape which reads “Caution Reclaimed Water”. For trenching through areas where topsoil has been spread, the Contractor shall deposit topsoil on one side of trench and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (‘/SI’) in diameter or larger, debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and replace all defective pipe or fittings until lines meet test requirements. The Contractor shall not cover any lines until they have been inspected and approved by the Engineer for tightness, quality of workmanship, and materials. The Contractor shall not be backfill trenches until all required tests and observations are performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, valves, and direct burial wire. 308-5.2.3 Plastic Pipeline. add the following: The Contractor shall store all pipe and fittings under cover until used, and all pipe and fittings shall 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. Pipe ends and fittings shall be wiped with MEK, 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 beveled to remove burrs and excess before fitting and gluing together. The Contractor shall center load pipe with small amount of backfill to prevent arching and slipping under pressure. Joints shall be exposed for inspection during testing. Plastic-to-plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturer. Add the following section: 308-5.3.1 Valves. add the following: The Contractor shall install each control valve in a separate valve box with a minimum of 300 mm (12”) separation between valves and 150 mrn (6”) from any fixed object or structure. - ___ - - - .. __ Add the following section 308-5.3.2 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number. Revised 10/08/03 Contract No. 39371 Page 77 of 81 Pages 308-5.4.4 Sprinkler Head Adjustment. add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. 308-5.6.3 Sprinkler Coverage Test. add the following: This test shall be accomplished before any ground cover is planted. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited 4%- ~e~m!+xkiv&~ ’ tieR,-FepaiF-ekrugation systems, and control of diseases and pests. The Contractor shall submit a written plan to control weeds, disease, and pest infestations in the planting areas. The submittal shall conform to the requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures, exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During the plant establishment period, the Contractor shall furnish sufficient workers and equipment on a daily basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within twenty (20) days following completion of construction in such. The Contractor shall repair such damaged areas. The repair shall consist of bringing the damaged area back to final grade, preparing the soil, replanting the area with the same vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment. 308-7 GUARANTEE. Add following: The Contractor shall guarantee all plant material, including sod and ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all sod or plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material or sod found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit*ritten vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor’s letterhead and contain the following verbiage: “Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. . ’3 Revised 10/08/03 Contract No. 39371 Page 78 of 81 Pages Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: @ Address: (Of Contractor) Telephone: : (Of Contractor) By: (Typed or printed names of signing Officer@) of the contractor authorized to bind the Contractor in legal matters) Title: (Of said oficer(s)) Date of Execution.* - -Sg~&re(Sj---- -~~ -- -~ ___ ~- --____- - Add the following section: 308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent-pressure lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The Contractor shall record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record a) drawings include all: Point@) of connection, for water and electrical services Routing of irrigation pressure mainlines Ball, gate and check valves Irrigation control valves. Quick coupler valves Routing of control wires Electrical junction boxes Irrigation controllers Sleeves for future connections Other equipment of a similar nature (as directed by the Engineer). ~ Routing ofservice wires ~- The Contractor shall keep the blue print drawings available for the Engineer's inspection at any time. The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point pen). Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blueline prints of the proposed "record" drawings for, and obtaining their approval by, the Engineer. 9 Revised 10/08/03 Contract No. 39371 Page79of 81 Pages Add the following section: 308-7.2 Controller Chart. The Contractor shall prepare record drawings which shall be submitted to the Engineer for approval by the Engineer before charts are prepared. The Contractor shall provide one controller chart of the maximum size the controller door will allow, for each controller supplied, showing the area covered by that automatic controller. The chart shall be a reduction of the actual record system drawing with a legend to explain all symbols. If the controller sequence is not legible when the drawing is reduced, The Contractor shall enlarge it to a size that will be readable when reduced. The Contractor shall photocopy the chart, with a pastel transparent color used to show area of coverage .___ for each station. ~ When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum 20 mils thick. The Contractor shall complete the charts and obtain the Engineers approval prior to final inspection of the irrigation system. Add the following section: 308-7.3 Operation and Maintenance Manuals. The Contractor shall prepare and deliver to the Engineer, within 10 calendar days prior to completion of construction, all required and necessary descriptive material in complete detail and sufficient quantity, properly prepared in four individual bound copies. The descriptive material shall describe the material installed in sufficient detail to permit qualified operating personnel to understand, operate, and maintain all equipment. The Contractor shall include spare parts list and related manufacturer information for each equipment item installed. Each manual shall include the following: a) b) Duration of Guarantee period. c) d) e) Index sheet stating Contractor's address and telephone number. List of equipment, with names and addresses of manufacturer's local representative. Complete operating and maintenance instructions on all major equipment. In addition to the maintenance manuals, the Contractor shall provide the agency maintenance personnel with instructions for major equipment, and show written evidence to the Engineer at the conclusion of the work that this service has been rendered. Add the following section: 308-7.4 Check List. The Contractor shall complete and forward signed and dated checklist to the Engineer before final acceptance of project. a) Plumbing permits (ifnone required, so note) ~ b) Materials approval c) Pressure mainline test (by whom, and date) d) Record drawings completed (received by, and date) e) Controller chart completed (received by, and date) f) Materials furnished (received by, and date) g) Operation and maintenance manuals furnished (received by, and date) h) System and equipment operation instructions (received by, and date) i) Manufacturer warranties (received by, and date) j) Written guarantee by Contractor (received by, and date) the following checklist at the end of the project, using the format shown: - ~~ t"s Revised 10/08/03 Contract No. 39371 Page80of 81 Pages 308-8 MEASUREMENT AND PAYMENT. add the following: The Contract Lump Sum Bid Item Price for Installation of Synthetic Turf Field set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting and irrigation work described or specified in the contract documents, including soils testing and recommended soil amendments, seed and sod, erosion control matting, plant materials, temporary irrigation and permanent irrigation, ball valves, drip valve assembly, electric control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, preparation, correction, reproduction and lamination of “as-built” drawings, controller charts, assembly and submittal of the - - - - check __ - . list and operation and maintenance manuals and all appurtenances to the aforementioned items, as well as 120 days’ maintenance and project guarantees. After completion of the project, the Engineer will retain $6,000 of the total contract amount, and will subsequently disburse the $6,000 to the Contractor on a monthly basis of $2,000 per month. The Engineer reserves the right to stop payment until all punch list submitted to the Contractor every month are completed. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 31 3-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Revised 10/08/03 Contract No. 39371 Page81 of 81 Pages e STAGECOACH PARK SYNTHETIC TURF FIELD PROJECT NO. PKS 04-03 CONTRACT NO. 39371 APPENDIX A TECHNICAL SPECIFICATIONS e STAGECOACH PARK BALL FIELDS DIVISION 2 SECTION 02290 SITEWORK DRAINAGE MAT AND ENZYME TREATED BASE STABILIZATION PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: It shall be the responsibility of Contractor to provide all labor, materials, equipment and tools necessary for the complete installation of a vertical-to-horizontal drain mat system over an enzyme (polymer) stabilized subgrade., This work is limited to Method B installation only. See Section 02535- Synthetic Grass for description of Method A and B installations. 1. Break-up existing soil to minimum depth of 4 inches. 2. Apply aqueous polymeric resin/enzyme soil stabilizer. 3. Windrow broken soil with motor grader, while continuing application of stabilizer. 4. Rough grade and compact. 5. Fine grade to specified tolerance. 6. Install Drainage Mat over entire base and beyond, terminating in trench drains. B. Related Work 1. Earthwork 2. Drainage Facilities 3. Synthetic Grass Base 4. Synthetic Grass System 5. Synthetic Grass Warranty and Guarantee 1.03 QUALITY ASSURANCE A. Prospective bidders and/or installers of the Synthetic grass shall be required to comply with the following: 1. The Contractor and or subcontractor shall demonstrate experience on at least four (4) of the base stabilization techniques with the drain mat installation of the type herein specified. 2. The Contractor shall provide competent workmen skilled in stabilization and drain mat installation. Sub-contract supervisory installation personnel are permitted as approved by the Engineer. The designated supervisory personnel on the project shall be certified by the manufacturers of the products as competent in the installation of these materials. The manufacturers shall have these representatives on site to certify that the installation meets their specifications and standards. Stagecoach Turf Field Technical Specifications Page 1 of 35 STAGECOACH PARK BALL FIELDS 1.04 SUBMITTALS A. The successful bidder must submit to the owner's representative, within 10 Working Days following the Bid Opening, for the owner's approval, the following items before the contract can be awarded. 1. Prior to the installation, the contractor shall submit to the owner's representative, a sample of the dynamic drainage mat system, perimeter drain and the stabilization enzyme to be used in the existing soil base. 2. The synthetic grass installer shall provide, with the bid, a list of prior artificial grass installations of similar types of installations with drain mat, enzyme (polymer) treated base providing specific contacts and phone numbers. 3. Soil Testing: During finish grading operations or at least two weeks before proposed stabilized subgrade operations, Contractor shall take two one quart samples of the existing subgrade soil, from 0 to 12" deep in three separate locations across the site after rough grading. Soil samples shall be forwarded by the Contractor to a soils lab approved by the polymer manufacturer for testing to verify the polymer treatment required for the site soil. Contractor shall pay for all testing fees from the lab. PART II - PRODUCTS 2.01 MATERIALS A. B. C. D. E. F. G. The vertical-to-horizontal drainage system shall be capable of evacuating a minimum of 4.2 in/hr of rainfall from the entire field area. The dynamic drainage mat shall consist of a high-density polyethylene (HDPE) cupsated core and a needle punched non-woven geotextile on two sides. The installed mat shall be impermeable with sealed impermeable joints accomplished with factory-installed bonding medium allowed to expand and contract from the weather conditions by not warping or lifting up at joined areas. The field edges or collector trenches shall be covered (as shown in the details on the plans ) with a similar material but shall be punched a minimum of 2" O.C. to allow permeability to the collector drain rock below. Total weight of mat shall be a minimum of 32 oz. Per square yard and capable of accepting a compressive load of 30,000 psf, while maintaining measurable flow. Thickness of mat shall be a minimum of 0.5 inches. The finished stabilized base shall be impermeable, stable, with an unconfined compressive strength of at least 400 PSI, with relative density of at least 95%. The drainage mat shall be delivered in min. 4' wide rolls. The rolls of drainage mat and turf shall be a minimum of 120' in length. Drain Rock: As specified in Section 02501 -Synthetic Grass Base, for collector trenches. In lieu of stabilized polymer base, class I1 base rock per Cal Trans Standard Specifications for road base may be used. 6" minimum depth. Stagecoach Turf Field Technical Specifcations Page 2 of 35 STAGECOACH PARK BALL FIELDS PART 111 - EXECUTION 3.01 B. 3.02 A. B. C. D. 3.03 A. B. C. 3.04 A. BASE CONSTRUCTION The turf manufacturer shall approve, in writing, the cross-sectional design, as well as the ratio and volume of soil stabilizer prior to the installation. Specific design criteria shall include the following: The finish grade shall slope a minimum of 1/2% to a maximum of 1.2%. Additional materials may be installed on the sub-base as is necessary to attain specified finished grade. Such materials shall be compactable enough to provide a stable grade for installation of the turf and fine enough to allow for specified grade tolerance, with a maximum stone size of 5/8". These additional materials shall be graded to 1/4" in ten feet tolerance, and then compacted. STABILIZATION OF EXISTING SOILS: Mix aqueous polymeric resin/enzyme stabilizer in a water truck at a ratio of one gallon of stabilizer to 10 to 15 gallons of water, depending on moisture content of soils, climatic conditions and soil type. Ratio shall be determined by onsite technician, employed and certified by the stabilizer manufacturer. The application rate shall be one gallon of stabilizer for each 75 SF of soil to be stabilized or as determined by the onsite technician. All work in a designated portion of the field area shall be completed, including fine grading, within 24 hours. Cure time of the material is 24 to 72 hours without rain. Do not apply if temperature is below 40 degrees F, including cure process time. Break up soil to minimum depth of 2- 4", using farm disk, ripper, rotator or other appropriate equipment. Simultaneously, begin application of stabilizer from water truck. While stabilizer application continues, mix soil with stabilizer by windrowing with road grader (CAT 12G with 14 foot blade and rippers, or equivalent). Stabilizer shall be applied uniformly after windrowing in 3 to 4 consecutive and continuous applications as determined by onsite technician. Rough grade area to +/- 1" tolerance. Compact area with 8-10 ton double drum roller. Fine grade to 1/4" in ten foot tolerance at specified slope. Compact with double drum roller. DYNAMIC DRAINAGE MAT INSTALLATION Contractor shall use an electronic or staked grade grid, of not more than 25' separation, to establish finished grade' of stabilized base, before installing the drain mat. After the contractor has independently confirmed compliance with all the above tolerances (a topographic survey shall be taken on a 25' grid, planarity and elevation verified and certified by a licensed land surveyor. The contractor shall have this survey performed at his expense. These items shall be submitted to City of Carlsbad Project Manager prior to drainage mat installation. The Contractor shall notify the City Project Manager and schedule a final inspection for approval. The contractor shall make available an orbital laser system to the Inspection Team for the inspection process. Impermeable mat shall be installed across full width of the field and butt up to the permeable mat over the collector trenches. Install the permeable mat across the nailer and directly over perimeter sub-drain collector pipe. The abutting 4' wide rows of drainage mat shall be seamed similar to the butt seams with reverse strips of drain mat. Care shall be taken to insure that all seams are as tight as possible, leaving no gaps or irregularities that could reflect through the synthetic grass surface. The drainage mat shall be temporarily held in place by stapling or nailing to the field to allow for the installation of the synthetic grass. Longitudinal seams shall be hot glued. Butt seams shall be connected with a reverse strip (6" wide X 4') of the waffle drain to snap together the ends of the rolls of drain mat, then hot glued. MEASUREMENT AND PAYMENT The lump sum bid item for Synthetic Turf Field Installation shall be considered full compensation for furnishing all labor and incidentals, and for all work involved, including the enzyme treatment, Drain Mat, HDPE Collector Drains, drain rock and geotextile fabric as specified in this and other Sections, and as shown on the Plans, and no separate payment shall be made. Stagecoach Turf Field Technical Specifications END OF SECTION Page 3 of 35 STAGECOACH PARK BALL FIELDS DIVISION 2 SECTION 02400 SITEWORK DRAINAGE FACILITIES PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Extent: Work shall include constructing and installing perforated and non-perforated HDPE drain line and flat drains for Method A installation only and shall include construction of drainage structures as shown on the plans for both Method and A and 6. Both Methods shall include all incidental trenching, excavation and backfill. See Section 02535 Synthetic Grass System for explanation of installation Methods A and B. B. Related Work: 1. Earthwork 2. Site Concrete 3. Synthetic Grass Base 4. Drainage Mat and Enzyme Treated Base Stabilization 5. Synthetic Grass System 6. Synthetic Grass Warranty and Guarantee 1.03 QUALITY ASSURANCE A. Tolerances: Shall be as specified in the applicable sections of the Green Book. B. Testing and Inspections: Contractor shall notify the Engineer prior to placing backfill for any items of work in this section. Tests for drain and sewer lines shall conform to applicable local health codes. PART II - PRODUCTS 2.01 MATERIALS A. Corrugated Perforated and non-Perforated Pipe: HDPE dual wall (N-12) as specified in the applicable sections of the Green Book. B. Flat Drain Lines (Composite Drains): Shall bel 2" AdvanEdge, wrapped, as manufactured by Advanced Drainage Systems, 3300 Riverside Dr., Columbus Ohio 43221, (614) 457-3051, or equal, with cap ends and splice connections as required for Method A installation only. C. Drain Rock: As specified in Section 02501, Synthetic Grass Base. D. Manhole: Shall be as specified in the Plans. PART 111 - EXECUTION 3.01 GENERAL A. Install all drainage facilities to the line and grade shown on the Plans or as directed by the Engineer. B. Pre-cast Concrete Drainage Structures: Install as specified and shown on the Plans. C. Perforated and Non-Perforated PVC Pipe: Install in accordance with applicable provisions of the Green Book and as shown on Plans. D. Trenching, Excavation and Backfilling for Drainage Structures: As specified under Section 300-Earthwork and Section 02501, Synthetic Grass Base. Stagecoach Turf Field Technical Specifications Page 4 of 35 STAGECOACH PARK BALL FIELDS 3.02 CLEANUP A. Remove all waste materials and unsuitable or excess top soil from the City’s property and dispose of legally off-site. 3.03 MEASUREMENT AND PAYMENT A. The price paid for the Drainage Facilities shall be included in the lump sum bid item price for Installation of Synthetic Turf Field and shall considered full compensation for furnishing all labor and incidentals, and for all work involved, including the drainage structures as specified in this and other sections and as shown on the Plans and no separate payment shall be made. Stagecoach Turf Field Technical Specifications END OF SECTION Page 5 of 35 STAGECOACH PARK BALL FIELDS DIVISION 2 SECTION 02501 SITEWORK SYNTHETIC GRASS BASE PART I - GENERAL 1.01 A. 1.02 A. B. C. D. 1.03 A. 1.04 A. 1.05 A. RELATED DOCUMENTS Drawings and General Conditions of Contract and the Special Provisions, apply to the work of this Section. DESCRIPTION OF WORK Site excavation. Excavation of a perimeter drainage collector network and installation of drainage grid system. Construction of a stable and permeable aggregate layer primarily for Method A installation. See paragraph 2.01 E. of this section for Methods A and B rock. See also Section 02535-Synthetic Grass System for explanation of Method A and B installation. Related Work: 1. Earthwork 2. Drainage Facilities 3. Synthetic Grass System 4. Geotextile Membrane SITE EVALUATION The contractor shall receive approval from the city Project Manager that cleaning operations of organic material was sufficient to prepare for subgrade preparation. SUBMITTALS Contractor shall submit sieve analyses of the rock courses specified to verify conformance to these specifications. Submittals shall include permeability testing as specified below, at compaction percentages specified. QUALITY ASSURANCE Testing: 1. The permeability of the aggregate shall be checked by a registered geotechnical engineer from a sampling of the aggregate sieve prior to shipping the rock to the site. It shall have a permeable rate no less than 6" per hour and shall be per Din 8035 Part 7, ASTM 2434 (constant head), or ASTM D3385 (double-ring) testing methods. In addition to the lab testing, after installation of any aggregate base cross-section, designed to conduct rainfall from the turf to the sub-soils and/or under-drain system, the finished aggregate base shall be tested, in situ for infiltration rate, using a double-ring infiltrometer (ASTM D-3385-94). The test shall be performed by a registered P.E. or certified agronomist, in at least 12 critical areas of the field, as determined by the Owner's representative. The average infiltration rate of all locations shall not be less than 6" per hour, with no one location having a rate less than 4" per hour. The Contractor is responsible to meet this performance specification, before proceeding with installation of the synthetic turf, and shall bear the cost of the on-site testing and the cost of any additional work necessary to achieve compliance with the specification. Stagecoach Turf Field Technical Specifications Page 6 of 35 STAGECOACH PARK BALL FIELDS 2. All test results shall be logged and documented by the Owner's Technical Representative or Geotechnical Engineer. If at any time the processed stone base does not meet specifications, it shall be the Contractor's responsibility to restore, at his expense, the processed stone base to the required grade, cross-section and density. 3. After the contractor has independently confirmed compliance with all the above tolerances (a topographic survey shall be taken on a 25' grid, planarity and elevation verified and certified by a licensed land surveyor, and compaction, gradation, & permeability shall be verified by a Registered Geotechnical Engineer). These items shall be submitted to City of Carlsbad Project Manager and prior to synthetic turf or padding installation. The Contractor shall notify the City Project Manager and schedule a final inspection for approval. The contractor shall make available an orbital laser system to the Inspection Team for the inspection process. 4. All testing by the Registered Geotechnical Engineer and all survey fees shall be paid for by the Contractor. PART II - PRODUCTS 2.02 MATERIALS A. Liner: Shall be as specified in Section 02922 - Geotextile Membrane for Method A installation only. B. Flat Drains (Composite Drains): As specified in Section 02400 - Drainage Facilities for Method A installation only. C. Permeable Base Rock: Shall be a 100% fractured, by mechanical means, with elongated characters on each individual particle larger than 1/4". Materials shall be devoid of mineral fines. All particles smaller than 114" shall be produced by manufactured means only. Rounded sands or aggregates are prohibited. D. Aggregate or Aggregate blends shall conform to the following gradation, Method A only: BOTTOM 4" Sieve Size Percent Passing by Weight SIEVE Metric (mm) (AASHTO Test Method T-27) 1-112" 38.1 mm 1 00 1" 25.4 mm 1 00 314" 19.0 mrn 95-1 00 112" 12.7 mm 85-95 318" 9.52 mm 45-55 No. 4 4.75 mm 30-40 No. 8 2.38 mm 20-30 No. 16 mm 15-20 No.30 mm 10-1 5 No. 40 0.42 mm 5-1 0 Stagecoach Turf Field Technical Specifications Page7of 35 STAGECOACH PARK BALL FIELDS TOP2" Sieve Size Percent Passing by Weight SIEVE Metric (mm) (AASHTO Test Method T-27) 114" mm 95-1 00 No. 4 4.75 mm 65-85 No. 8 2.38 mm 40-65 No. 30 mm 15-30 No. 50 mm 10-20 No. 100 mm 4-6 No. 200 75 mm 1-3 E. Collector Trench Rock: Shall be 3/4" clean crushed drain rock for Method A and B. Method B may allow 318" clean crushed gravel as a topping over the 3/4" drain rock to make a smoother grade for the drain mat. PART 111 - EXECUTION 3.03 EXCAVATION A. A single benchmark shall be established prior to any excavation and maintained by a licensed surveyor of record during the entire construction process. The site shall be excavated to subgrade depth as indicated *on the Plans and specified in Section 300, Earthwork. B. In the event of over-excavation, select-fill material shall be used to achieve design subgrade elevations. Select materials shall be as specified in Section 300, Earthwork. C. Proof roll and mark "soft spots" for additional compaction or correction. Use static tandem drum-type roller of not less than five (5) tons weight. Proof rolling operations shall be performed in the presence of the Engineer. D. Excavate perimeter drainage collector trenches as shown on the Plans. The trenches shall be excavated with a minimum of 0.5% slope starting from the low point of the drainage system at the outlet extending toward the high point(s). Design of the collector trenches shall incorporate the following: 1. All loose debris shall be removed from the trenches. 2. The trenches shall be backfilled using base materials specified in this Section. 3.04 UNDER DRAIN SYSTEM A. Membrane: Verify subgrade elevations of the finished subgrade. The elevations shall conform to the elevations shown on Drawings. B. Prior to under drain system construction, the subgrade surface shall be uniform and free of rocks, depressions, voids, and irregularities. C. Membrane: Install geotextile membrane to subgrade and collector trenches as specified in Section 02922-Geotextile Membrane. D. Perimeter Collector Drains: Install perforated pipe in the perimeter collector trenches. The centerline of the pipe shall coincide with the centerline of trench. The pipes shall be strong and capable of withstanding the anticipated loading without deformation. 1. A minimum of 2" of the collector trench drain rock shall be placed in the bottom of collector trenches, on top of the membrane. The crushed stone shall be compacted suitably. 2. Fill the remainder of the collector trenches with the specified 314" drain rock to top of subgrade; compact suitably. Stagecoach Turf Field Technical Specifications Page 8 of 35 3.03 3.04 A. B. C. STAGECOACH PARK BALL FIELDS AGGREGATE LAYER Install the permeable base over the entire subbase and the composite drain system. The aggregate shall comprise of a minimum 6" compacted, stable, permeable, processed, stone. Care shail be taken to maintain the grade designed for the subbase. The capability of the processed stone drainage layer to meet the stability and permeability requirement shall be determined by a certified laboratory prior to construction of the course. The processed stone layer shall be compacted to a minimum density of 95%. Nuclear density tests shall be performed during aggregate placement and rolling to ensure specified compaction. PROPERTIES AND INSTALLATION OF PERMEABLE STONE Delivery Moisture Content: Processed stone shall contain 90% to 110% of the optimum moisture content to ensure that fines do not migrate in transit or during placement and to facilitate proper compaction. This is critical. The contractor shall ensure that aggregate leaving the source plant meet this requirement. The contractor is required to apply water to the processed stone on site to attain and maintain this minimum moisture content. Stone base materials shall be 100% crushed. Handling and Placement: 1. 2. 3. 4. 5. 6. Prior to aggregate placement, remove any excess or contaminated backfill from the drainage trenches. Should any separation of the materials occur, during any stage of the spreading or stockpiling, the Contractor shall immediately remove and dispose of segregated material and correct or change handling procedures to prevent any further separation. Double handling of materials shall not be allowed. The Contractor shall utilize laser control equipment for the grading of the processed stone to ensure accuracy in the grade tolerances of +O" to-1/4". Install processed stone base, from sideline toward center-line, parallel to the composite drain network, to the lines and grades shown on the drawings. Under no circumstance shall the material be pushed more than 30' from the point of discharge. The Contractor shall shape the complete surface of the processed stone and continue until the deviation from the required elevation does not exceed a maximum deviation from grade of +On to -1/4" in ten feet (1 O'), when measured in any direction using a 10' straight-edge. Each layer shall be spread uniformly with equipment that will not cause perceptible separation in gradation (segregation of the aggregates), preferably a self-propelled paving machine or small laser controlled low ground pressure (LPG) dozer. Compaction and Planarity: 1. The processed stone shall be compacted to a minimum density of not less than 95% of maximum density as determined by ASTM D698 and measured using a nuclear method. 2. Proof roll wherever possible and mark "soft spots" for additional compaction or correction. Use static tandem drum-type roller of not less than five (5) tons weight. Proof rolling operations shall be preformed in the presence of the Engineer. 3. The finished surface shall not deviate (tolerance-to-grade) from designated compacted grade. This means that the surface shall not deviate more than 1/4" in 10' (any direction) when placed under a 10 foot straight edge. This tolerance is required over the entire field. Stagecoach Turf Field Technical Specifications Page9of 35 STAGECOACH PARK BALL FIELDS D. Areas that deviate shall be marked with spray paint and corrected with 1/4" to 3/8" crushed stone or granite chips (limestone will not be acceptable) and rolled tight to achieve proper density. Such remedial actions shall be done by hand and rechecked by means of test procedures described above. E. Testing: 1. The surface of the processed stone course shall be well drained at all times. No standing water shall be permitted at any time. The permeability of the aggregate shall be checked per Din 8035 Part 7, ASTM 2434 (constant head), or ASTM D3385 (double-ring) testing methods. Test samples shall be taken (at a minimum of) one sample per every 5,000 square feet or as otherwise directed by the Owner's Representative. 2. All test results will be logged and documented by the Owner's Technical Representative or Geotechnical Engineer. If at any time the processed stone base does not meet specifications, it shall be the Contractor's responsibility to restore, at his expense, the processed stone base to the required grade, cross-section and density. 3. After the contractor has independently confirmed compliance with all the above tolerances (a topographic survey shall be taken on a 25' grid, planarity and elevation verified and certified by a licensed land surveyor, and compaction, gradation, 8, permeability shall be verified by a Registered Geotechnical Engineer). These items shall be submitted to City of Carlsbad Project Manager and prior to synthetic turf or padding installation. The Contractor shall notify the City Project Manager and schedule a final inspection for approval. The contractor shall make available an orbital laser system to the Inspection Team for the inspection process. 4. All testing by the Registered Geotechnical Engineer, and all survey fees shall be paid for by the Contractor. 3.05 MEASUREMENT AND PAYMENT A. The lump sum price paid for the Installation of the Synthetic Turf Field shall be considered full compensation for furnishing all labor and incidentals, and for all work involved, including the Composite Drain Lines, HDPE Collector drains and the Geotextile Membrane as specified in this and other Sections, and as shown on the Plans, and no separate payment shall be made. END OF SECTION Stagecoach Turf Field Technical Specifcations Page 10 of 35 STAGECOACH PARK BALL FIELDS DIVISION 2 SECTION 02535 SITEWORK SYNTHETIC GRASS SYSTEM PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Conditions of Contract, Special Provisions, apply to the work of this Section. 1 .02 DESCRIPTION OF WORK A. The work under this section includes but is not limited to the installation of the new synthetic grass system, in-fill materials, in-laid markings, perimeter termination and maintenance equipment. In addition, the contractor shall be required to supply and deliver 100 lineal feet of standard width (15') material as specified for the fields for each project. B. The contractor is required to supply and deliver an extra 2,000 pounds of rubber in-fill material as specified for the field. C. The Contractor is required to supply an additional 200 lineal feet of nylon or Mylar seaming tape (12" width). In addition, supply and deliver two additional 5-gallon pails of glue (34G) as manufactured by Synthetic Surfaces of Scotch Plains, NJ, or as approved by the Engineer, or glue as approved by the turf manufacturer. D. Contractor shall supply at the end of the project three Parker Sweeper units, or similar units as approved by the turf manufacturer. The units shall be tow type having a width of 4 feet for each unit. E. The cost for the extra maferials for the project as outlined above shall be included in the total cost of this contract for the project. If the Contractor fails to deliver the extra materials as outlined above, the Owner shall receive a total credit from the contract amount of twelve thousand five hundred dollars ($12,500) for this project. F. The Contractor has the option to install the Synthetic Grass System as the Method A installation or Method B installation. Method A installation shall include the Synthetic Grass Carpet on the base rock with the flatdrains and geotextile fabric. Method B installation shall include the Synthetic Grass Carpet installed over the drainage mat installed over an Enzyme stabilized subgrade. G. Related Work: 1. Earthwork 2. Drainage Facilities 3. Synthetic Grass Base 4. Geotextile Membrane 5. Drainage Mat and Enzyme Treated Base Stabilization Stagecoach Turf Field Technical Specifications Page 11 of 35 STAGECOACH PARK BALL FIELDS A. 8. C. D. E. F. 1.03 SUBMllTALS Stagecoach Turf FieM Technical Specifications Installation Qualifications: Within 10 Working Days following the Bid Opening and Prior to Award of the Contract, the synthetic grass sub/contractor shall demonstrate experience on at least five (5) installations of the proposed material in the last year. The synthetic grass manufacturer shall certify the designated supervisory personnel on the project. A letter on the manufacturer's letterhead shall be submitted affirming the subkontractor as competent in the installation of the material, including seaming methods, in-laid markings, termination and proper installation of the product. Grass Contractor or Subcontractor shall hold, in good standing, a California Builders License (A, B, C or D) acceptable for Synthetic Surfaces. Synthetic Grass Sample: Within 10 Working Days following the Bid Opening and Prior to Award of the Contract, the Contractor shall submit an eighteen inch square sample of the synthetic grass and in-fill system proposed for this contract for approval of colors, in-fill, seaming materials and layout of the system. The sample shall be reviewed as the product intended for use on the field. Warranty: Within 10 Working Days following the Bid Opening and Prior to Award of the Contract, the Contractor shall submit a warranty per Section 02537, Synthetic Grass Warranty and Guarantee, against Ultra-violent ray fading, degradation, or defects, such as excessive wear of defibrillation. The guarantee shall include and cover that the product will not decrease in pile height by more than 20%, decrease in face weight (without in-fill) by more than 30% and not exceed a G-max (force reduction) of 115 G's initially and not exceed 135 G's over the guarantee period. Any testing that averages below 95 G's shall not be allowed. The Contractor is required to perform the necessary testing during a scheduled time at least one time per year during the guarantee period. The results of the testing shall be submitted to the Owner within 30 days of each test. Failure to submit the results will serve as notice to perform such testing by the Owner to determine the extent of the needs under this guarantee. The Contractor is required under this guarantee to supply and install all in-fill materials and synthetic grass to maintain the performance levels of this guarantee. The Contractor shall submit a Consent of Surety from the bonding company or an Insurance policy from a minimum of an A- rated insurance company to either verify the bonding capacity or to insure from an independent third party, the synthetic grass contractor, the installer and manufacturer to honor or uphold and or implement the replacement of the carpet within the 8 year non-prorated warranty period. ' The insurance policy shall contain no limitations other than those identified in Section 02536-Synthetic Grass Warranty and Guarantee and shall be paid in full, lump sum payment at time of submittal. Testing and Quality Control: Prior to shipping the synthetic grass to the project site, the Contractor shall submit to the Engineer a copy of the results certified by an independent testing laboratory for the following tests performed on the synthetic grass to be installed in the project. Pile Yarn Type Yarn Denier Yarn Breaking Strength Yarn Melting Point Pile Height Pile Weight Total Weight Backing Performance Tuft Bind (Without in-fill) Tuft Bind with in-fill) Grab Tear Strength Impact Attenuation Pill Burn Test Slit Film 100% Polyethylene Fiber (Parallel Fibrillation Pattern) ASTM D-1577 ASTM D-2256 ASTM D-789 ASTM D-418 ASTM D-418 ASTM D-418 ASTM D-418 ASTM D-1335 ASTM D-1335 ASTM 0-1682 ASTM D-335 ASTM D-2859 Page 12 of 35 STAGECOACH PARK BALL FIELDS G. Maintenance and Operating Data: Submit to the Engineer a copy of maintenance and operating data for the synthetic grass system. Provide descriptions of all equipment recommended for the maintenance, repair, and activities not recommended relative to the warranty. Include maintenance recommendations including coverings for special events, small repair procedures, minor seam repair, discussion of the precautions to be practiced, general maintenance and uses to avoid to protect the grass system. H. Site Acceptance: As apart of this contract, this contractor shall be responsible to oversee the installation of the base and drainage and to comment on any problems or conflicts that may be discovered. Upon completion of the base work, submit a letter confirming the site inspection has been performed, noting any discrepancies, problems and/or conflicts. A summary of certification of the acceptance of the base and drainage shall be submitted. 1. Submit a seaming diagram indicating the layout of the grass panels and seam locations one month prior to installation. J. Submit a synthetic grass sample of the outfield and infield grass and line striping colors one month prior to installation. K. Failure to provide the submittals as required, or failure to submit a product that meets these specificatiyns in any way shall be considered grounds to declare the Contractors bid as NON-RESPONSIVE. The City of Carlsbad reserves the right to Award the Contract to other Bidders who the City of Carlsbad determines are responsive. Prospective Bidders agree that the City of Carlsbad shall be the sole judge of a Contractor’s responsiveness. 1.04 STANDARD SPECIFICATIONS FOR LAYOUT AND RULES A. All markings and layout shall conform to the requirements set for the by the National Federation of State High School Associations (NFSHSA) for soccer and the ASA, Amateur Softball Association. B. All markings shall be performed using selected colors of grass materials. 1.05 FIELD SLOPE A. The field shall sloped as shown on the Plans. Any modification to this slope shall be submitted in advance to the Engineer for final review and approval. 1.06 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: Deliver products in original unopened packaging with legible manufacturers’ identification. All materials shall be stored in a dry place out of the direct sunlight. B. Bulk Materials: Deliver materials in clean, washed and covered trucks to eliminate contamination during transportation. On site stockpiling locations to be coordinated with the Owner. Stockpile only in areas free of debris and away from drainage routes. Cover all materials with plastic or geotextile if materials are to be stockpiled more than 48 hours. 1.07 FIELD SYSTEM HOLD HARMLESS A. The contractor shall hold the Owner, Construction Manager, Engineer/P.M. and Field Consultant harmless from infringement of any current or future patent issued for the synthetic grass system, fibers, backings, including shock pad (if required), installation methods and vertical draining characteristics. The successful bidder will be required to submit a letter for consent from their surety. The Surety shall indemnify the requirements. Stagecoach Turf Field Technical Specifiiations Page 13 of 35 STAGECOACH PARK BALL FIELDS 1.08 FIELD DIMENSIONS AND LAYOUT A. The Contractor shall be responsible for furnishing, setting and marking all lines, seams and markings for the field. The Contractor shall at all times maintain all necessary benchmarks and control points to locate all events and markings. 1.09 PROTECTION OF UTILITIES AND STRUCTURES A. This Contractor shall take special care to protect all field and stadium structures and utilities. PART II - MATERIALS 2.03 A. B. C. D. E. F. 2.02 A. B. GENERAL The field surfacing system shall be a vertically draining permeable synthetic grass system consisting of a synthetic grass like pile that shall be tufted into a triple layer synthetic backing. The final coating shall be a polyurethane based material. The Synthetic Grass Systems: Within 10 Working Days following the Bid Opening and Prior to Award of the Contract, the Contractor shall provide a Synthetic Turf submittal which shall include all of the submittal requirements required within this specification section except the logo colors and seaming diagram which shall be submitted later as specified. Failure to provide the submittals as required, or failure to submit a product that meets these specifications in any way shall be considered grounds to declare the Contractors bid as NON-RESPONSIVE. The City of Carlsbad reserves the right to Award the Contract to other Bidders who the City of Carlsbad determines are responsive. Prospective Bidders agree that the City of Carlsbad shall be the sole judge of a Contractor’s responsiveness. The entire system shall be resistant to weather, insects, rot, mildew, fungus growth and be non-allergenic and non-toxic. The entire system shall be constructed to maximize dimensional stability, to resist damage and normal wear and tear from its designated uses and to minimize the ultra-violet degradation. All adhesives used in bonding the system together shall be resistant to moisture, bacterial and fungus attacks, and resistant to ultra-violet rays at any location upon installation. Include all labor, materials, equipment, transportation and services to install complete all-weather synthetic grass system. The Contract specifications shall supercede product literature from the approved systems listed. DYNAMIC CUSHIONING REQUIREMENTS OF THE SYNTHETIC GRASS SYSTEM The dynamic cushioning of the combined grass and in-fill system (and pad if required) shall not exceed a maximum of 115 G’s at 70 degrees F. per ASTM 1936-98, F355, Procedure A at any location within 30 days of the installation. The system shall not exceed 135 G’s over the warranty period. Any testing below 95 G’s shall not be allowed. Packing and Shipping: Deliver products in original unopened packaging with legible manufacturers’ identification. All materials shall be stored in a dry place out of the direct sunlight. 1. Rubber infill shall be cryogenic produced 100% recycled automobile tires. The material shall have a size not to exceed 14 mesh nor smaller than 20 mesh. The fine particles shall not exceed 10% by volume Stagecoach Turf Field Technical Specifications Page 14 of 35 STAGECOACH PARK BALL FIELDS C. The in-fill system shall have not less than 3 pounds per square foot installed and shall consist of a minimum of 75% of the fiber height as the infill. Any system that requires less rubber as in-fill shall be required to use an in-situ shock pad system as a force reduction vehicle. The pad shall be designed and tested by the Contractor to show compliance with the shock attenuation requirements. D. If a combination of sand and rubber are used as the in-fill system, the rubber content shall be not less than 3 pounds per square foot and the sand shall not be less than 3 pounds per square foot. Note: if sand is used, the fiber length shall not be less than 2-1/2". 2.03 PERMEABLE REQUIREMENTS OF THE SYNTHETIC GRASS SYSTEM A. After the subgrade is compacted and before the stone base and stone screenings leveling course is fine graded, compacted and made ready for the grass, the Geotextile Membrane, Section-02922 (filter type fabric) shall be installed under the stone base for Method A installation only. 8. The combined grass and in-fill system (and pad if required) shall drain vertically at a minimum of 6 inches of precipitation per hour for 24 hours continuously, without visible surface ponding. 2.04 ADHESIVE MATERIAL PROPERTIES A. Adhesive material to adhere the synthetic grass shall be a polyurethane 34G or 34 S-3 adhesive as manufactured by Synthetic Surfaces, Inc. of Scotch Plains, NJ, or approved equal. The adhesive shall be applied at the rate not to exceed 75 square feet per gallon. B. The adhesive shall have the same warranty period as the synthetic grass system. C. 34 S shall only be applied with an airless sprayer. 34 G shall not be mixed, stirred or thinned in any way. 2.05 SYNTHETIC GRASS PILE SURFACE A. The pile surface shall provide good traction in all types of weather with the use of conventional "sneaker type shoes" and composition, molded sole athletic shoes. The pile surface shall be suitable for both temporary and permanent line. Markings and permanent markings using a rubber base paint where applicable. 2.06 SYNTHETIC GRASS SYSTEM MATERIAL COMPONENTS A. Pile fibers shall resemble freshly grown natural grass in appearance, texture and color (except for the color grass for markings and infield). 6. Fibers shall be XPS or Ultrablade, a parallel pattern slit film 100% Polyethylene fiber having a denier of not less than 8,000 with a film thickness of not less than 100 microns. Total fiber weight shall be not less than 48 ounces per square yard. C. Pile surface shall be nominally uniform in length not less than 2-1/4" for Method A installation and 2" for Method B installation. D. The fibers are tufted through a triple layer (three separate layers) combination of woven and or non- woven as the synthetic backing material. Action backs shall have no more than a 1/4" mesh. E. The final coating or secondary backing shall be a 'moisture cure polyurethane. This backing shall be not less than 28 ounces. Latex backing material is not acceptable. The secondary backing or polyurethane coating shall be uniform and monolithic when cured. F. If sewn, all grass seams shall be constructed of reinforced backing material or sewn with high strength polyester fiber cord. Sewn seams shall be a "bagger" type seam with a double sewn line. Seams shall lay flat after in-fill. Stagecoach Turf Field Technical Specifications Page 15 of 35 STAGECOACH PARK BALL FIELDS G. All glued seams shall have a 12" wide seaming tape of nylon or Mylar, fully coated with adhesive. All seaks shall not have any adhesive applied to any exposed-fibers. All-graphics or markings can be in-laid or cut-in. H. All grass shall be perforated for drainage after the final backing coating. The perforations shall be not less than 3/8" in diameter and have a uniform spacing of not more than 4" on center. Perforations shall be complete and full diameter for a minimum of 95% of the each roll. On-site perforations are to be inspected prior to installation of the product. 1. J. Fabric surface shall be constructed and installed in minimum widths of 15 feet with no longitudinal or transverse seams, except for inlaid lines with a finished roll assembly. Each panel shall be delivered for installation across the full width of the field. Butt and or head seams shall not be allowed within the field of play. Infield seam shall not be considered a butt or head seam. The seams shall be 15'-0" apart. Rolls that do not comply with the proper length or conform to the seaming diagram as submitted prior to installation, shall be rejected from the site. No fitted pieces shall be allowed to true alignment 2.07 PERFORMANCE AND TEST REQUIREMENTS A. References to Methods A or B are as needed only. All other requirements apply to both Methods of installation. 1. Melting Point ASTM D-789 135 degrees F. 2. Specific Gravity ASTM D-792 .950 to .960 3. Breaking Strength ASTM D-5034 Length 283 IbsJft. Width 208 1bs.m. 4. Coefficient of Friction ASTM D-5034 Dry 1.1 5, Wet 1 .OO 5. Pill Burn Test ASTM D-2859 8 Passed/O Failed 6. Tuft Bind (without in-fill) ASTM D-1335 11 IbS./Sq. ft. Tuft Bind (with in-fill) ASTM D-1335 22 Ibs./sq. ft. 7. Pile Height ASTM D-418 2-1/4" minimum Method A; 2" Method 8 8. Fiber Face Weight ASTM 0-418 48 oz./sq. yard min. Method A; 50 oz./sq. yard Method B. 9. Fiber Construction ASTM D-418 100% Polyethylene Slit Film, Parallel pattern, not less than 100 microns in thickness, XPS or Ultrablade 8. Fiber Gauge Width ASTM D-418 0.375 between tufted rows 11. Fiber Denier ASTM D-418 8,000 Denier (minimum) 12. Fiber Thickness ASTM D-418 100 microns 13. Fiber Manufacturers Ten Cote Nicolon B.V., Nijverdal, Netherlands; Bonar Yarns and Fabrics, Dufidee, Scotland; Radici Yarn, Milan, Italy: Nexcel Fibers. ***Note: No other fiber manufacturer shall be considered at this time. 14. Secondary Backing ASTM 0-418 Oven cured Polyurethane 15. Secondary Backing ASTM D-418 28 ounces of finished weight per square yard 16. Perforations Visual 3/8" spaced maximum of 4" on center Stagecoach Turf Field Technical Specifications Page 16 of 35 STAGECOACH PARK BALL FIELDS 2.08 MARKINGS A. A complete field !ining, marking and field boundary system shall be provided with the initial installation. Layouts shall be accurately surveyed and marked prior to installation. B. All lines and field markings shall be tufted or inlaid with the specific colored turf. All markings shall be uniform in color, providing a sharp contrast with the turf color and shall have sharp and distinct edging. Markings shall be true and shall not vary more than 1/2" from specified width and location. C. Manufacturer shall guarantee that the synthetic fiber is adaptable to painted lines. D. Minimum Lining and Markings/Colors: 1. Flag Football field: The field markings shall be dark blue grass all in-laid. 2. Soccer: All soccer lines, goals and boxes shall be in-laid with yellow grass. 3. Softball lines shall tie white tufted or inlaid. 4. Infield grass shall be tan, outfields shall be grass or field green. 2.09 TERMINATION NAILER A. The nailer shall be "Trex" or equal - 2"x6". PART 111 - EXECUTION 3.05 INSTALLATION A. Perform all work in strict accordance to the drawings, shop drawings and manufacturer's specifications and instructions. B. Verification: The Contractor is responsible for the inspecting, verifying and completing all installed work of this section. 0 C. Weather Permitted Conditions: The Contractor will not perform any work if the condition for working are; 1. Ambient air temperatures are below 45 degrees F. 2. Material temperature falls below 45 degrees F. 3. Rain is forecast or falling 4. Conditions exist or are pending that will be unsuitable to the installation of the system. CERTIFICATION OF THE BASE INSTALLATION 3.02 A. The Contractor is responsible for the review and acceptance of the base and drainage.. B. Upon completion of the base, in either Method A or B installation, this Contractor shall submit in written form the acceptance of the base noting any deficiencies. Continuing with the installation of the synthetic grass (without a written acceptance submittal from the synthetic grass Contractor) over the base shall be considered as an approval of the base by the synthetic grass Contractor. Stagecoach Turf Field Technical Specifications Page 17 of 35 STAGECOACH PARK BALL FIELDS 3.03 DELIVERY AND INSPECTION OF MATERIALS A: Prior to the installation of any materials and immediately upon delivery of the synthetic grass system and components to the project site, the Contractor shall inspect materials as follows: 1. For damaged or defective items 2. Measure grass pile height and roll lengths 3. Inspect the perforations and uniformity 4. Adhesives shall arrive in sealed dry containers. 5. Rubber in-fill shall arrive in large sacks or bags without tears and loose material about. 6. Rubber in-fill shall arrive dry and loose. No Rubber shall be accepted that is bulked or solid. 7. Rubber in-fill shall be free of exposed metal particles. 3.04 TESTING A. The Owner reserves the right to submit any material, either before or after installation to any testing it deems necessary to satisfy the conditions of this contract. B. Any material tested and found not in compliance with the contract will be rejected and replaced with material conforming to the specifications. This will be done at the sole expense of the contractor. C. Any testing performed by the Owner will be at the Owner's expense. The contractor is responsible for the cost of all testing the fails. Contractor will bear the cost of all retesting as required by the Owner. D. The contractor shall provide a magnet with a minimum lifting capacity of 100 pounds and in the presence of the Inspector shall demonstrate that each container of rubber infill material is free of metal particles. Any material containing metal shall be removed from the site and not incorporated into the work. 3.05 TERMINATION NAILER A. The nailer shall be installed to the concrete curbing with 3" nails from a nail gun two feet on center. Each end of the nailer (2' x 6") on the straight runs and including the center of the board on the curves shall be secured with a 3/8" diameter x 3" long molly bolt. Core drill into curb and tighten bolt to nailer. 3.06 GRASS INSTALLATION A. After acceptance of the base for Method A installation only, the entire field area shall receive a layer of loosely laid rubber distributed uniformly over the field at the rate of 4 Ibs. per square yard. The rubber size shall be 1 to 4 mm. 1. Any turf material in Method A installation only with less than the 28 oz. secondary backing shall have a 12 oz. non-woven geotextile membrane installed under the synthetic grass. The synthetic grass shall be staged and unrolled as necessary for a daily installation. No material will be allowed to be unrolled 24 hours prior to installation. 2. If a shock p2d is required for Method A installation only, the in-situ pad can be installed over the accepted base. Control of the finish grade and contour shall be the responsibility of the contractor. The use of a pre-manufactured pad will be acceptable. Stagecoach Turf Field Technical Specifications Page 1% of 35 STAGECOACH PARK BALL FIELDS B. Seams: 1. All panel seams shall be securely sewn using a double stitch bagger seam and/or glued to a backing material of nylon or Mylar. 2. All panel seams spacing are to be held to a minimum of 15 feet unless prior approval of seaming diagram indicates a lesser panel. 3. All inlaid areas shall have full fastenings and no loose areas. At no time can pulling on the section separate the material. 4. All seams and inlaid areas shall be brushed thoroughly before infill materials are installed. C. Grass Edges and Termination 1. All edges and ends of the grass shall be secured to a termination nailer. This termination shall be as detailed in the drawings and specified herein. 3.07 LINES, MARKINGS AND IN-LAID GRASS A. All markings and lines shall be in-laid using the accepted color grass. B. All lines and markings shall be accurately set and surveyed to within 1/2 tolerance. C. All lines and markings shall be installed prior to any installation of in-fill material. 3.08 INSTALLATION OF RUBBER IN-FILL A. All in-fill materials shall be cryogenic produced 100% recycled automobile tires. B. The in-fill material shall be installed at not less than 3 pounds per square foot for Method A installation and not less thanl.9 pounds per square foot for Method B installation. Total infill shall consist of not less than 75% of the fiber height in either installation. C. This contractor is responsible for the supply and installation of all in-fill materials and shall be required to return to the site after not less than 30 days to inspect and add in-fill materials as needed. D. No in-fill materials shall be installed until the grass system is fully irstalled with all lines and markings. E. The synthetic grass shall be thoroughly brushed prior to any in-fill materials to remove any wrinkles and defibrillated the slit film. F. The synthetic grass shall be brushed a minimum of 10 passes over each area prior to any in-fill areas. G. The in-fill materials shall be installed in layers not to exceed 0.30 pounds per square foot per layer. If sand is added this will be performed as a mixture with the rubber prior to installation at the manufacturer’s recommendations. H. The grass shall remain free draining at all times before, during and after the in-fill materials are installed. Stagecoach Turf Field Technical Specifications Page 19 of 35 STAGECOACH PARK BALL FIELDS 3.09 GENERAL CLEAN UP A. The site shall be kept clean and free of debris throughout the installation. Empty barrels, sacks, bags and remnant materials shall be stored or disposed daily in a proper container or legal manner. 6. After completion of the entire project, the site shall have a general cleanup removing all debris remaining on the site that is not apart of the final project. C. The equipment supply requirements for this project shall be part of the total price and shall be the sole expense of the Contractor. D. All natural grass or other areas distributed during this construction shall be restored to the satisfaction of the Owner at no additional cost to the Owner. 3.10 MEASUREMENT AND PAYMENT A. The lump sum price for the Installation of Synthetic Turf Field shall be considered full compensation for furnishing all labor and incidentals and for all work involved, including the rubber in-fill and additional materials as specified in this Section and as shown on the Plans and no separate payment shall be made. END OF SECTION Stagecoach Turf Field Technical Specifications Page 20 of 35 STAGECOACH PARK BALL FIELDS DIVISION 2. SITEWORK SECTION 02536 SYNTHETIC GRASS WARRANTY AND GUARANTEE ~~ PART I - GENERAL 1.01 A. 1 .M A. B. 1.03 A. B. C. RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification Sections, apply to the work of this Section. WARRANTY OF SYNTHETIC GRASS SYSTEM The WarrantyGuarantee shall cover, in general, the usability of the grass system (and pad if required); accessories use characteristics and suitability of the installation. All items covered by the warranty are to be replaced or repaired with new materials, including installation at the sole expense of the warranting manufacturer/surface supplier for a period of eight (8) years to the City from the date of substantial completion. The field materials shall be guaranteed for the designated uses as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Marching Band Football Soccer Physical Education exercises Physical Education activities Lacrosse Field Hockey Pneumatic rubber tired maintenance and service equipment Pedestrian traffic and other similar uses Rugby A principal of the applicable firm, duly authorized to make contracts, shall sign the grass contractor warranty. The term "contractor" contained herein means the firm furnishing the warranty. "City" is City of Carlsbad. If the grass manufacturer of the synthetic grass system is not the same entity as the contractor, the warranty shall be co-signed by the manufacturer and the installation contractor. FORM OF WARRANTY OF THE SYNTHETIC GRASS SYSTEM Contractor hereby warrants to the City, subject to the. limitations and conditions set forth below, that its synthetic grass system consisting of the synthetic grass described as , the shock-absorbing under-pad (if necessary) described as , and the adhesives used in the installation, are free from defects in material and workmanship and shall, for a period of eight (8) years from the date of acceptance by the City, remain serviceable for the activities as listed above. Contractor warrants to the City that it's synthetic grass materials shall not fade, fail, shrink, wrinkle or reflect excessive wear. Contractor shall, at their sole expense and cost, replace such areas of the synthetic grass system not performing to these standards for the life of the warranty. Definitions: 1. The term "not fade" in the context of this warranty shall mean that the synthetic grass material remain a uniform shade of green or the other colors installed with no significant loss of color as defined by not greater than 20% loss or shade reduction. 2. The term "not fail" or "excessive wear" as used in the context of this warranty shall mean that the length and weight of the face yarn or pile material in the synthetic grass surface shall not have been decreased by more than 8% per year according to ASTM 0418, nor exceed 30% during the warranty period. In the event that the synthetic grass materials do not retain its fiber height or shock absorbency and is consequently no longer serviceable during the warranty period, the Contractor shall, at their sole expense, replace such portions of the system that are no longer serviceable. Stagecoach Turf Field Technical Specifications Page 21 of 35 STAGECOACH PARK BALL FIELDS 3. The term “serviceable” in the context of this warranty shall mean that the synthetic grass material shall have a maximum ‘“G” force value according to Procedure A, B, or C of ASTM D355, not exceed 11 5 G’s at any location upon installation and shall not exceed 135 G’s thereafter throughout the life of the warranty period. This shall be determined by conducting dynamic cushioning tests at the six field locations as required per ASTM D355 procedures. ”G“ force factor values to be determined at 70 degrees F. Any increase from 110 G’s to allowable 140 G’s maximum shall be at a relatively uniform rate not to exceed 10 G’s in any single year. Individual “G’ testing of 95 or below shall’ not be allowed in the total averaging of the G-max testing. D. Where applicable, the fabric shall adhere firmly and completely to the underpad or seaming tape over the entire warranty period. E. Contractor warrants to the City that the permeable synthetic grass system shall drain vertically a minimum of 6 inches precipitation per hour for a maximum of 24 hours continuously, without visible surface ponding. F. Contractor shall replace with new materials, at their sole expense, any damage to the synthetic grass system, which extends more than one meter beyond the location of foreign combustibles, which may ignite, and fire-damage the synthetic grass system. The Contractor shall not be held responsible for any incidental or consequential damages. These warranties and the Contractor’s obligations here-under are expressly conditioned upon; 1. The City making all minor repairs to the synthetic grass system upon the discovery of the need for such repairs. 2. The City maintaining and properly caring for the synthetic grass system in accordance with the Contractor’s maintenance manual and instructions. 3. The City complying with the dynamic and static load specifications established by the Contractor. G. The warranty is not to cover any defect, failure, damage or undue wear in or to the synthetic grass system caused by or connected with abuse, neglect, deliberate acts, acts of God, casualty, static or dynamic loads exceeding Contractor’s recommendations. H. Contractor shall examine the synthetic grass system at least once per year or in regards to any claim that the City makes to be present at any time, to analyze the results of all tests conducted by the City or others, and to conduct such tests of their own. Contractor shall not be responsible for any costs or expenses incurred by the City or others with respect to such tests, except the Contractor shall pay for costs of all tests and analysis conducted or directed by their representative. The annual testing will be at the expense of the Contractor and the results delivered to the City within 60 days of the testing. I. In the event the Contractor does not respond to the City’s written notice within 10 days of receipt of the notice or does not submit, schedule and execute corrective work within 30 days (weather permitting), the City has the option of having the work performed at the expense of the Contractor. J. The Contractor will be given 7 days notice in the form of a certified letter notifying the Contractor of the end of the 30 day scheduling period. K. Sample form of warranty herein set forth is a suggested for use for the work under this section. Manufacturers’ standard form of warranty may be used provided conditions specified herein are incorporated. All claims by the City under this warranty must be made in writing to the Contractor‘s address. 1: Within 30 days after the City learns of the defect, giving rise to the claim. This warranty shall constitute a contract made in the State of California and shall be governed by the laws of that State. Stagecoach Turf Field Technical Specifications Page 22 of 35 STAGECOACH PARK BALL FIELDS 1.04 QUALITY ASSURANCE A. The Owner will notify the contractor in writing of any issues that require remedial work on the field area. B. The warranty requires that the contractor shall be required to perform all required repairs in a permanent and suitable manner as deemed necessary to maintain a safe playing condition at all times. 0 C. The warranty requires that in case of any major repair or replacement, the contractor is to schedule such work as to not interfere with the Owner’s primary use or schedule. D. Any replacement or repair area shall match (as close as possible) the appearance of the existing grass. E. Failure to service the requirements of this warranty will be charge to the contractor. If the Contractor fails to provide service in accordance with this warranty, the City will have the repairs performed and the Contractor will be billed for the repairs. The Contractor agrees to reimburse the City for all repairs performed under this clause. F. Any defects caused by deiamination, peeling, normal abrasion or raveling that is not in original conformance with the testing specifications shall be repaired or replaced at no cost to the Owner during this guarantee period. G. The Contractor shall be required to submit the following documents in regard to the guarantee: 1. Provide a one (1) year Performance Bond for all work performed for synthetic grass system. 2. Provide a two (2) year Maintenance Bond for all work performed for synthetic grass system. 3. Provide an eight (8) year surfacing manufacturer/installer written guarantee for the synthetic grass. 4. Documents shall be submitted to the Owner prior to final payment. H. The Contractor will be responsible for all tests that fail the specification. The Owner reserves the right to submit the surface to the above tests at any time during the length of the guarantee. Consideration will be given to the time and use of the surface. This warranty does not cover excessive wear of the surface caused by misuse. The Owner will be given instructions and care-taking procedures before final acceptance. The Owner is to follow the maintenance guidelines as specified by the surfacing manufacturer. I. 1.05 MEASUREMENT AND PAYMENT A. The lump sum price for the Installation of Synthetic Turf Field shall be considered full compensation for furnishing all labor and incidentals and for all work involved in providing the Synthetic Grass Warranty and Guarantee for the 8 year non prorated period, including additional materials as may be required as specified in this Section and as shown on the Plans and no separate payment shall be made. END OF SECTION Stagecoach Turf Field Technical Specifications Page 23 of 35 STAGECOACH PARK BALL FIELDS ALTERNATE DIVISION 2 SECTION 02537 SITEWORK SYNTHETIC GRASS SYSTEM - FIELDTURF “PRO SERIES’’ PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Conditions of Contract, Special Provisions, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. It shall be the responsibility of the successful synthetic grass contractor to provide all labor, materials, equipment and tools necessary for the complete installation of the synthetic grass turf field as indicated on the plans and as specified herein. The installation of all materials shall be performed in strict accordance with the manufacturer’s installation instructions and in accordance with all approved shop drawings. B. Perimeter edge details required for the system shall be as detailed and recommended by the manufacturer, and as approved by the Owner. Supply and installation of these details shall be under the scope of work of the base contractor, not that of the artificial grass field turf Installer. C. The system shall consist of, but not necessarily be limited to, the following: 1. A vertical draining, porous stone aggregate base consisting of a large base stone and a porous choke finish aggregate material, or installed over Method “B” installation of drain mat and polymer stabilized subgrade. 2. A complete synthetic grass system, consisting of not less than 2 1/2 inches long, 33 02. polyethylene-blended fiber, with rows spaced 0.75” apart, tufted to a double primary porous backing and a porous secondary backing, with no holes punched in the backings. 3. A resilient infill system, consisting of a specially formulated, layered mixture of sand on the bottom, a sand and smooth, rounded cryogenic rubber mixture in the middle and a layer of smooth, rounded cryogenic rubber on top, designed to provide the look, feel, and safety of optimally maintained natural grass. The infill shall be filled so that there is a void of 0.75” to the top of the fiber. There shall be a minimum of 40%-60% sandkmooth, rounded cryogenic rubber infill mix ratio. 1.03 REFERENCES A. ASTM Standard Test Methods: D1577 - Standard Test Method for Linear Density of Textile Fiber 05848 - Standard Test Method for Mass Per Unit Area of Pile Yarn Floor Covering D418 D1338 - Standard Test Method for Tuft Bind of Pile Yarn Floor Coverings D1682 - Standard Method of Test for Breaking Load and Elongation of Textile Fabrics D5034 - Standard Test Method of Breaking Strength and Elongation of Textile Fabrics (Grab Test) F1015 - Standard Test Method for Relative Abrasiveness of Synthetic Turf Playing Surfaces 04491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity 02859 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials F355 - Standard Test Method for Shock-Absorbing Properties of Playing Surfaces. F1936 - Standard Test Method for Shock-Absorbing Properties of North American Football D1557 - Test Method for Laboratory Compaction Characteristics of Soil - Standard Test Method for Testing Pile Yarn Floor Covering Construction Stagecoach Turf Field Technical Specifications Page 24 of 35 STAGECOACH PARK BALL FIELDS 1.04 QUALIFICATIONS AND SUBMITTALS: The Synthetic Grass Systems: Within 10 Working Days following the Bid Opening and Prior to Award of the Contract, the Contractor shall provide a Synthetic Turf submittal which shall include all of the submittal requirements required within this specification section except the logo colors and seaming diagram which shall be submitted later as specified. Failure to provide the submittals as required, or failure to submit a product that meets these specifications in any way shall be considered grounds to declare the Contractors bid as NON-RESPONSIVE. The City of Carlsbad reserves the right to Award the Contract to other Bidders who the City of Carlsbad determines are responsive. Prospective Bidders agree that the City of Carlsbad shall be the sole judge of a Contractor’s responsiveness. A. Submit one sample, a minimum of 18 x 18 inch in size, illustrating details of finished produut. 6. A letter and specification sheet certifying that the products of this section meet or exceed all specified requirements. C. Certified copies of independent (third-party) laboratory reports on ASTM tests as follows: 1. Pile Height, Face Width 8, Total Fabric Weight, ASTM D418 or D5848 2. Primary 81 Secondary Backing Weights, ASTM D418 or D5848 3. Tuft Bind, ASTM D1335 4. Grab Tear Strength, ASTM D1682 or D5034 5. Pill Burn Test ASTM D2859 D. The turf contractor, manufacturer and company must be experienced in the manufacture and installation, in the U. S., of synthetic infilled grass fields for at least 7 years. They must also provide proof of the following: 1. Having installed 30 fields of 65,000 square feet or more in the United States with the same manufacturerkompany in the past 4 Years utilizing the same infill system (with a minimum of a 40%- 60% sand/smooth, rounded cryogenic rubber infill mix ratio), sewn seams, fiber and fiber manufacturer being proposed for the specified field. Provide locations and Owner contact information with the bid. 2. Have at least two sandhubber synthetic grass fields in play for at least 7 years in the United States. Provide locations and Owner contact information with the bid. 3. Have an NCAA Division one (1) stadium football field in play for at least four seasons with this specific infill system, fiber, fiber manufacturer and sewn seams that is being proposed for this field. Provide locations and Owner contact information with the bid. 4. Have an NCAA Division one (1) soccer field in play for at least two seasons with this specific infill system, fiber, fiber manufacturer and sewn seams that is being proposed for this field. Provide locations and Owner contact information with the bid. 5. The specified product shall have at least four FlFA recommended soccer fields in the US., according to the “FIFA Quality Concept for Artificial Turf.” The specified product must meet the criteria set forth by the FlFA accreditation lab standards for synthetic grass playing fields, by a FIFA approved lab and as specified in the “FIFA Guide to Artificial Surfaces document.” This includes the following FIFA lab tests: 6. Durability (tuft withdrawal force, pile weight, fiber identification, in-fill materials, joint strength and artificial abrasion to simulate five years of wear) 7. Climactic resistance (to water and temperature) 8. Player/surface interaction (shock absorbency, deformation, slip resistance, traction and sliding tackle distance) 9. BaWsurface interaction (vertical ball rebound, football roll, angled ball behavior) Stagecoach Turf Field Technical Specifications Page 25 of 35 STAGECOACH PARK BALL FIELDS 10. The turf contractor and installation company (if different) must provide competent workmen, skilled in this specific type of infilled synthetic grass installation; they must have installed a minimum of 30fields of 65,000 square feet or more with the same specific manufacturer/company and infilled system that is being proposed for this project. The designated supervisory personnel on the project must be certified in writing by the turf manufacturer as competent in the installation of this material, including sewing seams and proper installation of the infill mixture. The manufacturer shall have a representative on site to certify the installation and warranty compliance. 11. All markings and layout shall conform to the requirements set for the by the National Federation of State High School Associations (NFSHSA) for soccer and the ASA, Amateur Softball Association. 12. Prior to the bid and/or Engineedowner approval of a specified synthetic grass system, the . manufacturer shall specify in writing that their turf system does not violate any other manufacturer’s patents, patents allowed or patents pending and by execution of this agreement agrees to indemnify the City from any claims from other manufacturers. 13. Prior to the bid and/or Engineedowner approval of a specified artificial turf system, the manufacturer shall provide a copy of the insured, non-prorated warranty and insurance policy information. 14. Prior to the bid and/or Engineedowner approval of a specified artificial turf system, the manufacturer shall provide an audited company financial statement. 15. The contractor shall provide evidence direct from the turf manufacturer stating the installer has complied with the requirements in above Section 2.3 and is certified by the manufacturer to install this type of synthetic grass. 16. The contractor/manufacturer shall submit, with the bid, written documentation that verifies that both their FlFA approved field and the field they are proposing for this project contain the exact specified infill material and fiber type. The product must utilize the exact same fiber type, fiber manufacturer, infill system, backing and all other materials that was approved by FlFA and that is being proposed for this field. PART II - MATERIALS 2.01 FIELDTURF PRO SERIES SYNTHETIC GRASS SYSTEM OR APPROVED EQUAL: A. The synthetic turf material and resilient infill shall be in accordance with the following: 1. The fiber shall be 8,000 denier, low friction fiber, measuring not less than 2-112 inches high. The low friction fiber shall be specifically designed to virtually eliminate abrasion, The contractor must submit fiber manufacturer’s name, type of fiber and composition of fiber prior to installation. 2. The tufted fiber weight shall not be less than 33 ounces per square yard. The low friction fiber shall be custom blended polyethylene, treated with UV inhibitors. 3. The fiber tufts shall be fanned or unfolded prior to installation, rolling or spiraling shall not acceptable. 4. The carpet’s primary backing shall be a double-layered polypropylene fabric treated with UV inhibitors. The secondary backing shall consist of an application of porous, heat-activated urethane to permanently lock the fiber tufts in place a. Rubber must be smooth, rounded, cryogenic rubber; artificial grass products without cryogenically processed rubber or a finish application of straight rubber cryogenically processed will not be acceptable. b. Sand must be dust free, rounded, silica sand; any other sand will not be accepted. Stagecoach Turf Field Technical Specifications Page 26 of 35 STAGECOACH PARK BALL FIELDS PART 111 - EXECUTION Stagecoach Turf Field Technical Specifications B. C. D. E. F. G. lnfill materials shall be applied in numerous thin lifts. The turf shall be brushed as the mixture is applied. The infill material shall be installed to a depth determined by the Manufacturer. GENERAL The turf contractor shall strictly adhere to the installation procedures outlined under this section. Any variance from these requirements must be accepted in writing by the manufacturer's onsite representative and submitted to the Engineedowner, verifying that the changes do not in any way affect the warranty. Verify that all sub-base, drainage and leveling is complete prior to installation. The surface to receive the synthetic turf shall be inspected by the Installer, and prior to the beginning of installation, the Installer must accept in writing the sub-base surface planarity and compaction. The surface must be perfectly clean as installation commences and shall be maintained in that condition throughout the process. The compaction of the aggregate base shall be 95%, according to the Modified Proctor procedure (ASTM D1557), and the surface tolerance shall not exceed 114 inch over 10 feet and 114" from design grade. The carpet shall be delivered in 15-foot wide rolls. The white foul lines shall also be tufted into the individual sideline rolls. The rolls shall be of sufficient length to go from sideline to sideline. Head seams, between the sidelines, shall not be acceptable. The carpet rolls are to be installed directly over the properly prepared aggregate base. Extreme care should be taken to avoid disturbing the aggregate base, both in regard to compaction and planarity. It is suggested that a 2-5 ton static roller is on site and available to repair and properly compact any disturbed areas of the aggregate base. The full width rolls shall be laid out across the field. Utilizing standard state-of-the-art sewing procedures, each roll shall be attached to the next. When all of the rolls of the playing surface have been installed, the sideline areas shall be installed at right angles to the playing field turf. 1. J. K. L. M. The infill materials shall be installed to fill the voids between the fibers and allow the fibers to remain vertical and non-directional. The infill installation consists of a base layer of sand followed by a homogenous mixture of the sand and the cryogenically processed rubber. A final application of specifically sized cryogenically processed rubber completes the system. The infill shall be installed to the depth of 1-3/4". lnfill density shall consist of no more than 7 pounds of sand and at least 3 pounds of rubber per square foot. The infill shall be placed so that there is a void of 0.75" to the top of the fibers. No painted lines shall be acceptable. This is a 99% sewn installation. Gluing of rolls shall not be acceptable. Minimum gluing will only be permitted to repair problem areas, corner completions, and to cut in any logos or inlaid lines as required by the specifications. All seams shall be sewn using double bagger stitches and polyester thread or adhered using seaming tape and high grade adhesive (per the manufacturer's standard procedures). Seams shall be flat, tight, and permanent with no separation or fraying. The infill system shall be the only acceptable cushioning system. E-layers and formed rubber pads shall be deemed unacceptable as enhancements to meet the necessary safety requirements. The turf contractor shall provide the necessary testing data to the owner that the finished field meets or exceeds the required shock attenuation. Page 27 of 35 STAGECOACH PARK BALL FIELDS N. Thread for sewing seams of turf shall be as recommended by the synthetic turf Manufacturer. 0. Glue and seaming fabric for inlaying lines and markings shall be as recommended by the synthetic turf Manufacturer. P. Synthetic turf shall be attached to the perimeter edge detail in accordance with the Manufacturer‘s standard procedures. 3.02 FIELD MARKINGS A. The field will have the following lines tufted, inlaid or painted as specified according to High School or NCAA standards. . 1. Non-tufted markings shall be inlaid. B. Soccer: as shown on the contract drawings. Color shall be yellow, except where noted. C. All softball markings shall be white. Flag football as indicated on the plans or shall be Navy Blue. 3.03 CLEANING RECOMMENDATIONS A. Protect installed FieldTurf, or equal, from subsequent construction operations. 6. Do not permit traffic over unprotected floor surface. C. Contractor shall provide the labor, supplies, and equipment as necessary for final cleaning of surfaces and installed items. D. All usable remnants of new material shall become the property of the owner. The Contractor shall legally dispose of any remnants the owner does not want. The Contractor shall keep the area clean throughout the project and clear of debris. E. F. Surfaces, recesses, enclosures, etc., shall be cleaned as necessary to leave the work area in a clean, immaculate condition ready for immediate occupancy and use by the Owner. 3.04 PROJECT CLOSEOUT A. The turf manufacturer shall provide a warranty to the owner that covers defects in materials andworkmanship of the turf for a period of 8 years from the date of Recordation of Notice of Completion. The turf manufacturer must certify in writing that their onsite representative has inspected the installation and that the work conforms to the manufacturer’s requirements. 6. The manufacturer’s warranty shall include general wear and damage caused from UV The warranty shall specifically exclude vandalism and Acts of God beyond the degradation. control of the owner or the manufacturer. C. The turf contractor shall provide a warranty to the owner that covers defects in the installation workmanship, and further warrant that the installation was done in accordance with both the manufacturer’s recommendations and any written directives of the manufacturer’s onsite representative. Stagecoach Turf Field Technical Specifications Page 2% of 35 STAGECOACH PARK BALL FIELDS D. All turf warranties shall be NON PRORATED and limited to repair or replacement of the affected areas, at the option of the manufacturer, and shall include all necessary materials, labor, transportation costs, etc. to complete said repairs. All warranties are contingent on the full payment by the owner of all pertinent invoices. 1. Turf manufacturer must provide a third party insured warranty. 2. Turf must maintain an ASTM 355 G-max of between 125-175 for the life of the warranty. 3. Supply a field groomer, which shall include a towing mechanism compatible with a field utility vehicle. The field groomer shall be the FieldTurf RT Groomer or approved (by Manufacturer) equal (Phone 1-800-724-2969) 4. The Turf Contractor will train the Owner's facility maintenance staff in the use of the Turf Manufacturer's recommended groomer END OF SECTION Stagecoach Turf Field Technical Specifications Page29of 35 STAGECOACH PARK BALL FIELDS DIVISION 2 SITEWORK SECTION 02922 GEOTEXTILE MEMBRANE ~ ~~ PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification Sections, apply to the work of this Section. 1.02 DESCRIPTION OF WORK A. Provide all labor, material and equipment necessary to install the geotextile membrane to the subgrade of the synthetic grass field area for Method A installation only. 1.03 SUBMITTALS A. The Contractor shall submit a sample of the proposed geotextile membrane prior to installation of the product, This is to be submitted at the time of contract award so as to assure the delivery of this product in time to meet installation schedules. PART 2 - PRODUCTS 2.01 MATERIALS , A. The geotextile shall be: 1. Mirafi, by Royal Ten Cate 2. Typar, by DuPont Chemical Corp. 3. Supac 5NP, by Phillips Fibers Corporation 4. Amoco 4553, by Ammo Fabrics Company 5. Trevira 1 120, by Hoechst Celanese Corporation 6. or approved equal. B. Other geotextiles may be submitted by a Contractor for approval. The submittal must include a sample of the proposed geotextile measuring no less than 3 square yards in area and the manufacturer's certification that the proposed geotextile meets or exceeds all requirements below. All submissions must be made no later than 10 working days prior to the bid date. Geotextiles submitted after this deadline will not be accepted. Equivalency will be determined on the basis of the following: 1. The geotextile shall be of a 6 02. non-woven, mechanically bonded construction and consist of long- chain polymeric fibers composed of polypropylene or polyester. The fibers shall be oriented into a multi-directional stable network. The geotextile shall be free of any chemical treatment or coating which reduces permeability and shall be inert to chemicals commonly found in soil. The geotextile shall conform to the mechanical and hydraulic property requirements listed below: Stagecoach Turf Field Technical Specifcations Page 30 of 35 STAGECOACH PARK BALL FIELDS 2. Rewired Property Value* Test Pressure Tensile Strength 130 Ibs. ASTM D-1682 Tensile Elongation 50% Mullen Burst 265 psi Trapezoidal Tear Strength 55 Ibs. Puncture Strength 80 Ibs. Apparent Opening Size <=0.210 mm Permeability 1 .O sec-D ASTM D-1682 ASTM D-3786 ASTM D-4533 ASTM D-751 D COE CW-02215 ASTM D-4491 *The Required Value refers to the minimum value, determined from any on test perfonned on any one sample, associated with the geotextile's weaker principal direction. Therefore, the Required Values are absolute minimum values not statistically derived "minimum average" or "average" values. Tension testing machine with ring clamp; steel ball replaced with a 5/16" diameter solid steel cylinder with flat tip centered within the ring clamp. The geotextile shall be furnished in a protective wrapping which will protect the fabric from ultraviolet radiation and abrasion. The geotextile shall be covered with the appropriate soil cover within two weeks of its placement. PART 3 - EXECUTION 3.01 GENERAL A. The geotextile shall be installed in all trenches and over the entire rock surface shown on the plans. Should the geotextile be damaged during construction, the torn or punctured section shall be repaired by placing a piece of fabric that is sufficiently large to cover the damaged area plus two feet of adjacent undamaged geotextile in all directions. B. The material shall be installed in 12-foot minimum wide rolls. C. The material shall be overlapped at all edges and head seams and taped with a 2" duct type tape. D. All overlapped material shall be overlapped by 12". E. The membrane shall overlap the top of the collector trench rock as shown on the plans. END OF SECTION Stagecoach Turf Field Technical Specifications Page 31 of 35 STAGECOACH PARK BALL FIELDS DIVISION 2 SECTION 11484 SITEWOR K SPORTS EQUIPMENT PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions, apply to the work of this Section. 1.02 EXTENT A. The extent of work in this section includes the provision and installation of all sports equipment including but not limited to the following with all miscellaneous hardware, foundations, footings and miscellaneous appurtenances thereto: 1. Home Plate 2. Pitcher’s Slab 3. Bases 4. Foul Ball Poles 5. Outfield Fence Guard 6. Elastic Layer B. .Related Sections: Review Contract Documents for requirements that affect work of this section. Specification sections that directly relate to work of this section include, but are not limited to: 1. Synthetic Grass Systems 2. Sie Concrete 1.03 QUALITY ASSURANCE A. Reference Standards: 1. American Society for Testing and Materials (ASTM) 2. Amateur Softball Association (ASA) B. Submittals: 1. Submit manufacturer’s product literature, technical specifications, and other data required to demonstrate compliance with specified requirements for all sports equipment. C. Review: 1, All site accessories and locations shall be reviewed by the Engineer prior to installation. 1.04 FIELD MEASUREMENTS A. Contractor shall verify position and layout of sports equipment. Verify dimensions by field measurements. Stagecoach Turf Fild Technical Specifications Page 32 of 35 STAGECOACH PARK BALL FIELDS PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Sportsfield Specialties Inc., Delhi, NY, 888-975-3343 (www.sportsfieIdsDeciaIties.com) 6. L.A. Steelcraft (www.lasteelcraft.com) . C. Beacon Ballfields, Middleton, WI, 800-747-5985 (www.ballfields.com) D. Tomark Sports, 800-959-1 844 (www.tomark.com) E. ME, Royersford, PA, 800-523-5471 (www.aaesports.com) F. Approved equal. 2.02 SPORTS EQUIPMENT A. General: Provide equipment complying with requirements in ASA rulebook. B. Elastic Layer 1. Model # PRS-6,3/8 surface by AAE 2. Approved Equal C. Home Plate: 1. Model # 151 99, Enduro Stanchion Homeplate, by Tomark Sports 0 2. Approved Equal D. Pitcher’s Slab: 1. Model # 101 52, Bolco Official 4-way Pitching Rubber, by Tomark Sports 2. Approved Equal E. Bases: 1. Bases: Tomark Sports Inc. or equal, Deluxe Base set # 10290. 800-959-1 844. Modify base plug as shown in the detail on the drawings. Or, Bolco 175-MLB series from Beacon Athletics. 2. Approved Equal All bases, and home plate, where applicable, shall include the ground anchors. F. Foul Ball Poles: 1. By L.A. Steelcraft, model # to match existing poles to move. 2. Approved Equal G. Outfield Fence Guard: 1. Model # FENCE CAP, Economy Fence Cap, color yellow, by Beacon Ballfields 0 2. Approved Equal Stagecoach Turf Field Technical Specifications Page33of 35 STAGECOACH PARK BALL FIELDS PART 3 - EXECUTION 3.01 GENERAL A. Inspection 1. Verify that earthwork is completed to correct line and grade. incomplete work by previous Contractors. Notify Engineer of any 2. Check that sub-grade is smooth, compacted and free of frost or excessive moisture. 3. Do not commence work until conditions are satisfactory. B. Weather Protection 1. Cold weather: When the mean daily air temperature is 40 degrees (F), or below, provide suitable protection for concrete work to maintain a minimum concrete temperature of 50 degrees F. for 5 days (or 70 degrees F for 3 days). After the protection period, do not allow concrete to cool more than 20 degrees F. in each successive day. 2. Hot weather: Employ suitable means to prevent too rapid drying. Shade fresh concrete as soon as possible without marring surface. 3. Wet weather: Unless adequate protection is provided, do not place concrete in rain, sleet or snow. 3.02 INSTALLATION A. General 1. All Sports Equipment shall be installed per manufacturer’s recommendations and as shown on the drawings. Foul Ball Poles shall be installed on the outside of the outfield fence. 2. Contractor shall install the first concrete section as a quality sample in place. Upon approval of sample by the Engineer, further installation can proceed. 3. The sub-grade upon which concrete is to be placed shall be prepared by excavating or filling with suitable earth to such depth below the finished grade line, that when tamped or rolled until smooth, firm and hard, the sub-grade will be uniform and at the required depth below the finished grade line. 4. Unsuitable sub-grade soils shall be replaced as directed. 5. Gravel backfill, when specified in the drawings, shall be constructed to the required depth and thoroughly compacted. Stagecoach Turf field Technical Specifications Page 34 of 35 B. C. D. c L. 0 3.03 A. STAGECOACH PARK BALL FIELDS 6. Cast in Place Concrete a. b. C. d. e. f. 9- h. Prepare base and set forms or tubular forms to line and grade. Install forms over full length of curb and oil before use. Forms shall be set accurately to line and grade. If the forms are set more than 0.01 foot (3 mm) above or below grade or more than 0.02 foot (6 mm) from prescribed alignment, they shall be corrected before any concrete is placed. Remove templates or plates as soon as concrete has hardened sufficiently to retain its shape. Place concrete in position without separation or concrete materials. Round face of top with finishing tool of correct radius. Cover with polyethylene sheeting or apply curing material and cure for 7 days. Replace sections that pocket water. Protection of Finished Surfaces: All finished surfaces of concrete shall be protected so as to prevent damage. Marking, temporary nailing or other damaging use of surfaces will be prohibited . Patching: 1. Patch to match material, color and texture of surrounding area. 2. Replace defactive work if patching is not acceptable to the Engineer. Backfill: The Contractor shall backfill from the top of the curb to the established contour of adjacent ground as directed by the Engineer. Clean Up: The Contractor shall remove excess excavated material from the site of the work. He shall clean up and dispose of rubble and construction debris, and leave the site of the work in a condition satisfactory to the Owner. MEASUREMENT AND PAYMENT The lump sum price Installation of Synthetic Turf Field shall be considered full compensation for furnishing all labor and incidentals, and for all work involved, as specified in this Section, and as shown on the Plans, and no separate payment shall be made. Stagecoach Turf Field Technical Specifiations END SECTION Page 35 of 35 a STAGECOACH PARK SYNTHETIC TURF FIELD PROJECT NO. PKS 04-03 CONTRACT NO. 39371 APPENDIX B STANDARD DRAWINGS HALF PLAN ?EV. APPROVED INNER COVER DATE CITY OF CARLSBAD ACCESSHOLE FRAME & COVER HALF SECTION FRAME & COVER NOTES: 1. WIGHTS: INNER COMR e155 LBS. OUTER COMR =300 LBS. FRAME =330 LBS. 2. MATERIAL CAST IRON. 3. 4. FILLET RADII TO BE 12’. 5. IMPORTED COMRS AND FRAMES SHALL HAM CONTRY OF MACHINE SEATS TO PREMNT NOISE. ORIGIN MARKING IN COMPIANCE YHM FEDERAL REGULATIONS. TOP SIDE DETAIL 1 BOTTOM SIDE 1 1/2” 1 + 24-0 ---I 1 -L 3/4 7 SECTION A-A I I I FRAME 8r COVER fi? 6-04 CITY ENGINEER DATE SUPPLEMENTAL STANDARD NO. s-4 .._ ,rr, n Oved levision By Appr )RIGINAt. AKerchevol Repeo! 10' diimelu stop foolii Omil if roodrroy 6 concrete HALF ELEVATON DOUBLE WING GATE NOTES 1. All footinv sholl be 5204-2500 comte. 2. The fdlowing items sholl be fwn'shed ond instolled only when shorn on the plons ond/w coiled for in the spa501 provisions: a. BoM wire b. Extension post outside dometer of pod. 3. Chain link fence sholl conform to !%lion 206-6 of the Stondord Specificotim lor Pubk Works Construction unless specifically noted on this drawing. LEGEND ON PUNS - EXTENSION POST AND BARBED WIRE WALK GATE mtolyw~u) ey wc slsl mc Oote SAN DIEGO REGIONAL STANDARD DRAWING ~~*LST~~cQlu~ 12/75 I1 I I CHAIN LINK GATE IN U ol&-pdwn R.C.E. 19246 Dole r)RAw- IUUBEI - f M-5 IO' mot 10' mox. By Approved DRlGlNAL , AKerchml 1 NOTES 1. All loothgs shoU be 520-C-2500 concrete. 2. The fdloring items shdl be fwn*kheU and installed only when rhom on the plom ond/or called for in the spcciol pr0v;S;w. a. Barbed Wue b. ExlmtiOn km c. Top Wuontd Rail EXENSION ARM AND BARBED WIRE J. Choin link fence sho! conform to Section 206-6 d the Standard Specikotii lor Public worb Contlructii unless specifidly noted on this drawing. LEGEND ON PLANS - 4. Scc Slandard boring U-20 for additiil del&. RE#yyENn€D BI IWE w OEC Ode SAN DIEGO REGIONAL STANDARD DRAWING r+m"M ST- swim 12/75 Choirpdm RCE 19246 Dot. CHAIN LINK FENCE ORAmNG M-6 NUMBER .---. .. . Horizontal bra n'Lh Lnr# rod moy k used os on dternott lo o dogod broce. END AND CORNER POST SSEUBLY Line posts 01 1OOO'mox. intwob koced and lnrssed in both dimtiom. LINE POST BRACING Approved Dote IRIGINAL Bohma#n 4/06 SAN DIEGO REGIONAL STANDARD DRAWNG CHAIN LINK FENCE GATE ASSEMBLY RECOuvEHOEOBYlWSAnMEQ RWONKS~MLMROS-~ Ch&pdsm R.C.L 19246 Doh II I 1 DRAWING ~20 DETAILS NUMBER -a a 0 STAGECOACH PARK SYNTHETIC TURF FIELD PROJECT NO. PKS 04-03 CONTRACT NO. 39371 APPENDIX C EROSION CONTROL AND WATER QUALITY Note to Bidders. This enclosure is provided as a sample to the Contractor of an SWPP and Best Management Practices for Storm Water Pollution Prevention. By entering this agreement, the Contractor agrees to prepare and submit all necessary documents and to provide all necessary erosion and sediment control devices during the course of construction. By entering this agreement, the Contractor agrees to file the Notice of Intent with the Regional Water Quality Control Board as an agent of the City of Carlsbad and agrees to comply with all regulations required. STORM WATER POLLUTION PREVENTION PLAN for E CITY CONTRACT NUMBER 39431 Prepared for: City of Carlsbad Public Works 405 Oak Avenue Carlsbad, CA 92008 Submitted by: Project Site Address: Contractor's Water Pollufion Control Manager: S WPP Prepared by: C CLICK SWPPP Preparation Date: F:\Gen ServicesWrofessionaI Service Agreements\Stagecoach Turf Field\Stoimwater\STORM WATER POLLUTION PREVENTION PLAN (BOILERPLATE).doc Contents Section 100 0 100.1 100.2 100.3 Section 200 200.1 200.2 Section 300 300.1 300.2 300.3 300.4 300.5 Section 400 Section 500 500.1 500.2 500.3 500.4 500.5 500.6 500.7 500.8 500.9 Section 600 600.1 600.2 600.3 600.4 Pane SWPPP Certifications and Approval ............................................................... 1 Initial SWPPP Certification ................................................................................. 1 SWPPP Approval ............................................................................................... 2 Annual Compliance Certification ........................................................................ 3 SWPPP Amendments ...................................................................................... 4 SWPPP Amendment Certification and Approval ................................................ 4 Amendment Log ................................................................................................. 6 Introduction and Project Description ............................................................. 7 Introduction and Project Description ................................................................... 7 Unique Site Features ......................................................................................... 7 Construction Site Estimates ............................................................................... 7 Project ScheduleANater Pollution Control Schedule ........................................... 7 Contact InformatiordList of Responsible Parties ................................................. 9 References ...................................................................................................... 11 . Body of SWPPP .............................................................................................. 12 Objectives ......................................................................................................... 12 Vicinity Map ............................................. ........................................................ 12 Pollutant Source Identification and BMP Selection ........................................... 13 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water ..... ................................................................... 13 500.3.2 Existing (pre-construction) Control Measures ................................... 14 500.3.3 Nature of Fill Material and Existing Data Describing the Soil ............ 14 500.3.4. Soil Stabilization (Erosion Control) ................................................... 14 500.3.5 Sediment Control .............................................................................. 16 500.3.6 Tracking Control ............................................................................... 17 500.3.7 Wind Erosion Control ....................................................................... 18 500.3.8 Non-Storm Water Control ................................................................. 19 500.3.9 Waste Management and Materials Pollution Control ........................ 21 Water Pollution Control Drawings (WPCDs) ..................................................... 23 Construction BMP Maintenance, .Inspection and Repair ................................... 23 Post-Construction Storm Water Management .................................................. 24 500.6.1 Post-Construction Control Practices ................................................. 24 500.6.2 Operation/Maintenance after Project Completion ............................. 24 Training ............................................................................................................ 24 List of Subcontractors ...................................................................................... 24 Other Plans/Permits ......................................................................... ..,. ............. 25 Monitoring Program and Reports ................................................................. 26 Site Inspections .................................................................................. ............. 26 Discharge Reporting ........................................................................................ 26 Record Keeping and Reports ........................................................................... 26 Sampling and Analysis Plan for Sediment ..................... .: ................................. 27 . F:&n ServicsWrofessionaI Service AgreementsStagecoach Turf FieldStotmwaterSTORM WATER POLLUTION PREVENTION PIAN (BOILERPlATE).doc SWPPP Attachments Attachment A .................................................................................................. Vicinity Map Attachment B ................................................................. Water Pollution Control Drawings Attachment C ....................................................................... BMP Consideration Checklist Attachment D ...................................................................................... Computation Sheet Attachment E ............................................................................................................ Plans Attachment F .............................................................................. Notification of Intent (NOI) Attachment G . Program for Maintenance, Inspection, & Repair of Construction Site BMPs Attachment H ......................... Storm Water Quality Construction Site Inspection Checklist Attachment I .... 2 ........................................................... Trained Contractor Personnel Log Attachment J ...................................................... Subcontractor Notification Letter and Log Attachment K ................................................ Notice of Discharge, Written Notice or Order Attachment M ..................................................... Annual Certification of Compliance Form Attachment N ..................................................................................... Other Plans/Permits Attachment 0 ................................................................................... Notice of Termination (Contractor to include plans) Attachment L ................................................... SWPPP and Monitoring Program Checklist (Contractor to include permits from contract appendices) (Contractor to obtain from State Water Resources Control Board Web Page www.swrcb.ca.gov) ,- .. ........ - ... Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 I Section I00 SWPPP Certifications and Approval 100.1 Initial SWPPP Certification 0 Project Name: Staclecoach Park Svnthetic Turf Field City of Carlsbad Contract No. 39431 "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". ", Contractor's Signature Date Contractor's Name and Title Telephone Number Storm Water Pollution Prevention Plan'(SWPPP) Contract No. 39431 100.2 SWPPP Approval For City.of Carlsbad Use Only City Approval and Certification of the Storm Water Pollution Prevention Plan Project Name: Staqecoach Park Svnthetic Turf Field City of Carlsbad Contract No. 39431 "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date 0 Engineer's Name Engineer's Telephone Number Page 2 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 100.3 Annual Compliance Certification By June 15 of each year, the contractor shall submit an Annual Certification of Compliance to the Engineer stating compliance with the terms and conditions of the Permits and the SWPPP. The Annual Certification of Compliance Form and Engineer Approval form are included in Attachment M. Completed Annual Certifications of Compliance and Approvals can be found in the following pages. Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 9 Section 200 SWPPP Amendments 200.1 SWPPP Amendment Certification and Approval This SWPPP shall be amended: 0 Whenever there is a change in construction or operations which may affect the discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm sewer system (MS4); or *- . If any condition of the Permits is violated or the general objective of reducing or eliminating pollutants in storm water discharges has not been achieved. If the RWQCB determines that a Permit violation has occurred, the SWPPP shall be amended and implemented within 14 calendar days after notification by the RWQCB; a Annually, prior to the defined rainy season, when required by the project's Special Provisions; and a When deemed necessary by the Engineer. I , __ The amendments for this SWPPP, along with the Contractor's Certification and the Engineer's approval, can be found in the following pages. Amendments are listed in the Amendment Log in section 200.2 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 SWPPP Amendment No. Project Name: City of Carlsbad Contract No. Stanecoach Park Synthetic Turf Field 39431 To be Completed by Contractor "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons dire'ctly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Contractor's Signature Date 3 .- -Contractor's Name and Title Telephone Number II For City of Carlsbad Use On/y Engineer's Approval and Certification of the Storm Water Pollution Prevention Plan Amendment "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date Engineer's Name Engineer's Telephone Number 0 Page 5 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 200.2 Amendment Log Project Name: City of Carlsbad Contract No. Stagecoach Park Synthetic Turf Field 3943 1 - Page 6 Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 - Section 300 Introduction and Project Description 300.1 Introduction and Project Description1 The Coastal Rail Trail Phase I (Trail) is the construction of a recreational trail for use by pedestrians and bicycles within the City of Carlsbad. The project includes striping and signing oin existing City streets Class II and Ill bike lanes between thle southern Carlsbad boundary on Carlsbad Village Drive and Avenida Encinas to the Poinsettia Coaster Station. The trail also includes 0.7 miles of Class I bike path on North County Transit District ("NCTD") right of way between Tamarack Avenue and Oak Avenue. The portion within NCTD right of way will pave a trail and landscape a portion of the trail between Tamarack Avenue and Oak Avenue. 300.2 Unique Site Features The Trail within the NCTD right of way will regrade a portion of the right of way. There are ill be tied into the existing drainage system. 300.3 Construction Site Estimates The following are estimates of the construction site: Construction Site Area 3.19 ~~ acres - 300.4 Project ScheduleNVater Pollution Control Schedule 300.4 P roj e c t S c hed u I eM/ater Po I I uti on Control Sc hed u le Estimate Construction Start E s t i m a te Construct ion F i n is h %;LlCKA-KO: lflS~Ft~,DATE~ Mobilization of equipment and materials to begin on 'cL%Ck'xND_'lrSERTt DATE ization and temporary sediment control products beginning on Submit annual rainy season implementation schedule CciC'K AN0 INSERT DATE" Continue to implement and maintain temporary BfvlPs throughout rainy season Coastal Rainy season begins October 1, 2004 Actual Rainy Season Begins December 15, 2004. Page 7 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 ~~~~~ - Implement and maintain temporary BMP's year around Work on Oak: Work within Railroad right of way: Clear and grub and utility relocations Install temporary erosion control measures and siabilized construction entrance Construct privacy wall C; o n s t ru c t art pads cL"iCKTxgo*[ $(S ERy*DATEi Remove concrete washout and restore area to original grade f3lQK A,PIO:!NSERT DATE: Install irrigation and landscaping GLICCAND IN$ERT-bATE* - -.*. %, -. Page 8 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 Rainy season ends April 15, 2005 P r oj ect c om p I e t e CLI C Kfi ND:! N S E RT DATE See attached schedule (Attachment D) for more detailed information. This schedule will be updated monthly. 300.5 Contact Information/List of Responsible Parties The Water Pollution Control Manager (WPCM) assigned to this project is: Page 9 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 - -~ The WPCM shall have primary responsibility and significant authority for the implementation, maintenance, inspection and amendments to the approved SWPPP. Duties of the Contractor's WPCM include, but are not limited to: 0 Ensuring full compliance with the SWPPP i3nd the Permit 0 Implementing all elements of the SWPPP including, but not limited to: - Implementation of prompt and effective erosion and sediment control measures - Implementing all non-storm water management, and materials and waste management activities such as: rnonitoring discharges (dewatering, diversion devices), general site cleanup, vehicle and equipment cleaning, fueling and maintenance, spill control, ensuring that no materials other than storm water are discharged in quantities which will Iiave an adverse effect on receiving waters or storm drain systems, etc. 0 Pre-storm inspections 0 Post-storm inspections 0 Storm event inspections 0 Preparing annual compliance certification e Ensuring elimination of all unauthorized discharges 0 The Contractor's WPCM shall be assigneci authority by the Contractor to mobilize crews in order to make immediate repairs to the control measures 0 Coordinate with the Engineer to assure all of the necessary corrections/repairs are made immediately, and that the project complies with the SWPPP, the Permit and approved plans at all times 0 Ensuring a copy of the General Permit and this, SWPPP is kept onsite during construction activities. The location of the General F'ermit and SWPPP is CLICK AND INSERT DOCUMENT LOCATION Page 10 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 - Section 400 References The following documents are made a part of this SWPPP by reference: e , dated e California Regional Water Quality Control Board Order No. 2001 -01, NPDES No. CAS01 08758, National Pollutant Discharge Elimination System (NPDES) Permit. e Caltrans Storm Water Quality Handbooks, Construction Site Best Management Practices Manual, dated November 2000. e Caltrans Storm Water Quality Handbook:;, SWPPPNVPCP Preparation Manual, dated November 2000. Page 11 Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 Section 500 Body of SWPPP 500.1 Objectives This Storm Water Pollution Prevention Plan (SWPPP) has four main objectives: 0 Identify all pollutant sources, including sources of sediment that may affect the quality of storm water discharges associated with construction activity (storm water discharges) from the construction site, and - _. e Identify non-storm water discharges, and 0 Identify, construct, implement in accordance with a time schedule, and maintain Best Management Practices (BMPs) to reduce or eliminate pollutants in storm water discharges and authorized non-storm water discharges from the construction site during construction, and 0 Develop a maintenance schedule for BMPs installed during construction designed to reduce or eliminate pollutants after construction is completed (post-construction BMPs). .This SWPPP.xonforms with the required elements of Permit No. CAS0108758 issued by the State of California, State Water Resources Control Board (SWRCB). This SWPPP will be modified and amended to reflect any changes in construction or operations that may affect the discharge of pollutants from the construction site to surface waters, groundwaters, or the municipal separate storm sewer system (MS4). The SWPPP will also be amended if it is in violation of any condition of the Permit or has not achieved the general objective of reducing pollutants in storm water discharges. The SWPPP shall be readily available on-site for the duration of the project. 500.2 Vicinity Map The construction project vicinity map showing the project location, surface water boundaries, geographic features, construction site perimeter, and general topography, is located in Attachment A. The project's Title Sheet provides more detail regarding the project location and is also included in Attachment A. 500.2.1 Site Map The site map showing the project location, existing and proposed buildings, lots and roadways, storm water collection and discharge points, general topography before and after construction, anticipated discharge locations, drainage patterns, relevant drainage area and temporary drainage on site are included in Attachment 6. CONTRACTOR TO REVIEW PLANS AND UPDATE FOR ANY ON-SITE TEMPORARY FACILITIES THAT WILL AFFECT DRAINAGE Page 12 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 500.3 Pollutant Source Identification and BMP Selection 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water The following is a list of construction materials that will be used and activities that will be performed that will have the potential to contribute pollutants, other than sediment, to storm water runoff (control practices for each activity are identified in the Water Pollution Control Drawings (WPCDs) and/or in sections 500.3.4 through 500.3.9: Vehicle fluids, including oil, grease, petroleum, and coolants Asphaltic emulsions associated with asphalt-concrete paving operations Cement materials associated with PCC concrete used for underground utilities, curb, gutter, sidewalk, drainage facilities, foundations Paints Solvents, thinners, acids Wood products Metals and plated products BMP materials (sandbags, liquid copolymer) Base and subbase material Joint and curing compounds Concrete curing compounds Mortar mix Raw landscape materials and wastes (topsoil, plant materials, pesticides, herbicides, fertilizer, mulch PCC, steel rubble Masonry block rubble General litter ._ SERT~DDlTlO~A~~NAR~TiVE~~E~~~R~~ELETE LINE: Construction activities that have the potential to contribute sediment to storm water discharges include: Clear and grub activities Sawcutting Grading operations Q Soil import operations Utility excavation operations Landscaping operations 0 'i=LlCK AND 1NSERT"ADDITlONAL'NAR~Tl~E~T~T OR 8DELETE'LlNE- Attachment C lists all Best Management Practices (EMPs) that are either minimum requirements or special contract requirements, arid all BMPs selected by the Contractor for this project. Implementation and location of BMPs are shown on the WPCDs in Attachment 6. Narrative descriptions of BMPs to be used during the project are listed by category in each of the following SWPPP sections. Page 13 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 500.3.2 Existing (Pre-Construction) Coritrol Measures The following are existing (pre-construction) control measures encountered within the project site: 0 0 Storm drain facilities exist on site with capacity to handle runoff generated from this site There are two locations with mature trees 0 500.3.3 Nature of Fill Material and Existing Data Describing the Soil Existing site features that, as a result of past usage, may contribute pollutants to storm water (e.g., toxic materials that are known to have been treated, stored, disposed, spilled, or leaked onto the construction site) include: The portion of the site where grading operations will occurr was recently graded for the installlation of a storm drain and interceptor sewer pipeline. 500.3.4 Soil Stabilization (Erosion Control) Soil stabilization, also referred to as erosion control, consists of source control measures that are designed to prevent soil particles from detaching and becoming suspended in storm water runoff. Soil stabilization BMPs protect the soil surface by covering and/or binding soil particles. This project will incorporate minimum temporary soil stabilization requirements, temporary soil stabilization measures required by the contract documents, and other measures selected by the contractor. This project will utilize and implement the following principles for effective temporary and final soil stabilization during construction: 1. Preserve existing vegetation where required and when feasible 2. Apply temporary soil stabilization (erosion control) to remaining active and non-active areas as required by the Consfruction Site BMPs Manual and the Special Provisions. Reapply as necessary to maintain effectivl, =ness. 3, Implement temporary soil stabilization measures at regular intervals throughout the defined rainy season to achieve and maintain the contract's disturbed soil area requirements. When the project's Special Provisions require it, temporary soil stabilization will be implemented 20 days prior to the defined rainy season. 4. Stabilize non-active areas within 14 days of cessation of construction activities. 5. Control erosion in concentrated flow paths by applying erosion control blankets, erosion control seeding. and lining swales as required in the Special Provisions. Page 14 Storrn Water Pollution Prevention Plan (SWPPP) Contract No. 39431 6. Seeding will be applied either during the defined seeding window, andlor to areas deemed substantially complete by the RE during the defined rainy season. 7. At completion of construction, apply permanent erosion control to al remaining disturbed soil areas. Sufficient quantities of temporary soil stabilization materials will be maintained on-site to allow implementation in conformance with Caltrans requirements and described in this SWPPP. This includes implementation requirements for active areas, non-active areas, and areas that require deployment before the onset of rain. Implementation and locations of temporary soil stabilization BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B and/or described in this section. The BMP Consideration Checklist in Attachment C indicates the BMPs that will be implemented to control erosion on the construction site; these are: 0 0 0 0 0 0 0 0 0 SS-I , Scheduling SS-2, Preservation of Existing Vegetation SS-3, Hydraulic Mulch SS-4, Hydroseeding SS-5, Soil Binders SS-6, Straw Mulch SS-7, Geotextiles, Mats, Plastic covers, Erosion Control Blankets SS-8, Wood Mulching SS-9, Earth DikeslDrainage Swales and Lined Ditches, INS E RT ‘ADD ITl.ONA~~f$iRF&TlVE TEXT’ OF SO I L STAB I LI ;%TI ON 0 R DELETE, 5.1 N E Year around: WPCM shall monitor the weather using National Weather Service reports to track conditions and alert crews to the onset of rainfall events. Disturbed soil areas shall be stabilized with temporary erosion control or with permanent erosion control as soon as possible after grading or construction is complete. During the rainy season: Disturbed areas will be stabilized with temporary cr permanent soil stabilization (erosion control) before rain events. Disturbed areas that are substantially complete will be stabilized with permanent soil stabilization (erosion control) and vegetation (if within seeding window for seed establishment). Prior to forecast storm events, temporary soil stabilization BMP’s will be deployed and inspected. Page 15 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 During the non-rainy season: The project schedule will sequence construction activities; with the installation of both soil stabilization and sediment control measures. The construction schedule will be arranged as much as practicable to leave existing vegetation undisturbed until immediately prior to grading. 500.3.5 Sediment Control Sediment controls are structural measures that are intendetd to complement and enhance the selected soil stabilization (erosion control) measures. Sediment controls are designed to intercept and settle out soil particles that have been detached and transported by the force of water. This project will incorporate minimum temporary sediment control requirements, temporary sediment control measures required b,y the contract documents, and other measures selected by the contractor. The temporary sediment control BMPs selected are adequate to prevent a net increase of sediment in storm water discharge relative to pre-construction levels. Sufficient quantities of temporary sediment control materials will be maintained on-site throughout the duration of the project, to allow implementation of temporary sediment controls in the event of predicted rain. and for rapid response to failures or emergencies, in conformance with other Caltrans requirements and as described in this SWPPP. This includes implementation requirements for active areas and non-active areas before the onset of rain. Implementation and locations of temporary sediment control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment 6. The BMP Consideration Checklist in Attachment C indicates all the BMPs that will be implemented to control sediment on the construction site, these are: 0 SC-1, Silt Fence 0 SC-5, Fiber Rolls 0 0 SC-8, Sand Bag Barrier 0 SC-7, Street Sweeping and Vacuuminsg SC-10, Storm Drain Inlet Protection 0 Implementation of Temporary Sediment Controls Temporary sediment control BMP's will be deployed according to the schedule shown in the SWPPP Section 300.4 During the rainy season, temporary sediment controls will be implemented as the draining perimeter of disturbed soil areas, at the toe of slopes, at storm drain inlets and at outfall areas at all times. During the non-rainy season, temporary sedimenl controls will be implemented at the draining perimeter of disturbed soil areas and at storm drain downstream from disturbed areas before rain events. Page 16 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 As shown on the WPCDs, silt fences all be deployed along the toe of exterior slopes to filter storm water runoff. Storm drain inlet protection will be used at all operational internal inlets to the storm drain system during the rain season as shown on the WPCDs. During the non-rainy season, in the event of a predicted storm, the following temporary sediment control materials will be maintained on-site: silt fence materials, gravel bags for linear barriers, fiber rolls 500.3.6 Tracking Control The following BMPs have been selected to reduce sediment tracking from the construction site onto private or public roads: 0 0 TC-1, Stabilized Construction Entrance/Exi.t SC-7, Street Sweeping and Vacuuming 0 BMPs to Reduce Sedimant Tracking Stabilized Construction EntrancdExit A stabilized construction entrance/exit will be constructed and maintained at construction site entrances and exits, equipment yard, water filling area for water trucks, and project office location, as shown on site map Rov,bE v slTE COWTRUCTION" SITE EN1 ,YARD, R TRUCKS, AND The site entrancelexit will be stabilized to reduce tracking of sediment as a result of construction traffic. The entrance will be designated and graded to prevent runoff from leaving the site. Stabilization material will be 2 to 3 inch. The erltrance will be flared where it meets existing roads to provide adequate turning radius. During dirt-hauling activities that extend over a one- week time period, a site entrance/exit will be installed to reduce tracking of sediment. Street Sweeping and Vacuuming Road sweeping and vacuuming will occur during heavy soil hauling, and as necessary to keep street surfaces clear of soil and debris. WashinGI of sediment tracked onto streets into storm drains will not occur. Page 17 Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 500.3.7 Wind Erosion Control The following BMPs have been selected to control dust from the construction site: 0 WE-I, Wind Erosion Control 0 NS-1, Water Conservation Practices 0 WM-3, Stockpile Management 0 0 Dust Control Potable water will be applied to disturbed soil areas of the project site to control dust and maintain optimum moisture levels for compaction The water will be applied using water trucks o ect soils will be disturbed and exposed approximatel d Water applications aill be concentrated during total water applied IS expected to be between BMP WE-I, Wind Erosion Control and BMP Ids-1, Water Conservation Practices, will be implemented toprovide dust control and prevent discharges from dust control activities and water supply equipment. Water application rates will be minimized as necessary to prevent runoff and ponding and water equipment leaks will be repaired immediately. During windy conditions (forecast or actual conditions of approximately 25 mph or greater), dust control will be applied to DSAs, including haul roads to adequately control wind erosion. BMP WM-3, Stockpile Management, using silt fences and plastic covers will be implemented to prevent wind dispersal of sediment from stockpiles (all materials). Page 18 Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 500.3.8 Non-Storm Water Control An inventory of construction activities and potential non-storm water discharges is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to control non-storm water pollution on the construction site. Implementation and locations of some non-storm water control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B. A narrative description of each BMP follows: e e e e e e 0 e e e e e NS-1, Water Conservation Practices NS-3, Paving and Grinding Operations NS-6, Illicit Connection/lllegal Discharge Detection and Reporting N S-7, P ot a ble W a te r/ I r rig a t io n NS-8, Vehicle and Equipment Cleaning NS-9, Vehicle and Equipment Fueling NS-10, Vehicle and Equipment Maintenance NS-12, Concrete Curing NS-14, Concrete Finishing NS-15, Structure Demolition/Removal Illicit Connection/lllegal Discharge Detection and Reporting The Contractor will implement BMP NS-6, Illicit Connection/lllegal Discharge Detection and Reporting throughout the duration of the project. Paving Operations The project will include placement of approximately 1,300 tons of AC paveme jacent storm drain inlets are shown in Appendix Paving operations will generally be conducted in shown on the project schedule in Section 300.4 B Grinding Operations, will be implemented to prevent paving materials from being discharged off- site Covers will be placed over each inlet adjacent to paving operations. The covers will consist of scrap carpeting placed over, and trucked under each inlet adjacent to paving operations. Following paving operations, the area will be swept, inlet covers will be removed, and inlets will be inspected for paving materials Po table Wa ter/lrriga tion The project includes irrigation installation and planting. BMP NS-7 will be implemented to prevent over watering and limit discharge of water used to flush lines from entering storm drain system. When practicable, water used for flushing shall be reused for irrigation. Page 19 Storrn Water Pollution Prevention Plan (SWPPP) Contract No. 39431 - ~ Vehicle and Equipment Operations Several types of vehicles and equipment will be used on-site throughout the project, including graders, scrapers, excavators, loaders, paving equipment, rollers, trucks and trailers, backhoes, nerators, co raffic control equipment ~~~~~~~~ 6MPs NS-9, Vehicle Equipment and Fueling, and NS-I 0, Vehicle Equipment Maintenance will be utilized to prevent discharges of fuel and other vehicle fluids Except for concrete washout, which is addressed in Section 500.3 8, vehicle cleaning will not be performed on-site Fuel trucks, each equipped with absorbent spill clean-up materials, will be used for all for on-site fueling, whether at the temporary fuelin rip pans will be used for all mobile fuelin 23 El Drip pans or absorbent pads will be used for all vehicle and equipment maintenance activities that involve grease, oil, solvents, or other vehicle fluids. All vehicle maintenance and mobile fueling operations will be conducted at least 50 feet away from operational inlets and drainage facilities and on a level graded area. Concrete Saw-cutting The project will include approximately ~~O~~~CTd~:~O.tC~!rvr~~E~~ lineal feet of concrete saw cutting on Oak Avenue. Saw-cutting operations and adjacent storm drain inlets are shown on the plans included in Appendix €3. EIstimated saw-cutting dates are shown on the schedule in Section 300.4. Saw cutting operations will not be conducted during or immediately prior to rainfall events. Saw-cutting operations are expected to produce waste slurry consisting of water and fine grit. BMP WM-8, Concrete Waste Management, will be implemented to contain and dispose of saw cutting slurries. The slurry will be vacuumed and discharged to the concrete washout facility described above. Dried and cured concrete wastes will be disposed off-site during concrete washout maintenance activities. Concrete Curing and Concrete Finishing The project includes concrete curing of various concrete structures through the project between Oak Avenue and Tamarack Avenue. BMP NS-12, Concrete Curing, will be implemented to ensure proper use and storage of curing compounds and to avoid over spray. BMP NS-14, Concrete Finishing, will be implemented to ensure proper finishing techniques are used to finish concrete and for removal of curing compound. Concrete curing and finishing activities will not be conducted during or immediately prior to rainfall events. Page 20 Storin Water Pollution Prevention Pian (SWPPP) Contract No. 39431 Structure Demolition and Removal The project includes demolition and removal of existing sidewalk, curb and gutter and AC on Oak Avenue, demolition of a manhole at Chestnut and demolition and removal of sidewalk on Tamarack Avenue of demolished materials. BMP WM-3, Stockpile Management, will be implemented if materials are not immediately loaded for disposal and removed form the site. BMP NS-15 Structure Demoiition/Removal, will be implemented to dispose 500.3.9 Waste Management and Materials Pollution Control An inventory of construction activities, materials, and wastes is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to handle materials and control coristruction site waste. A narrative description of each BMP follows. WM-I, Material Delivery and Storage WM-2, Material Use WM-3, Stockpile Management WM-4, Spill Prevention and Control WM-5, Solid Waste Management WM-6, Hazardous Waste Management WM-8, Concrete Waster Management WM-9, SanitarylSeptic Waste Management Material Delivery, Storage, and Use In general, BMPs WM-I and WM-2 will be implemented to help prevent discharges of Construction materials during delivery, storage, and use. The general material storage area will be located in the Contractor's yard as shown in Appendix B. A sandbag barrier (BMP SC-8) will be provided around the storage area to prevent run-on from adjacent areas. Two types of storage/containment facilities will be provided within the storage area to minimize storm water contact with construction materials: - Watertight shipping containers will be used to store hand tools, small parts, and most construction materials that can be carried by hand, such as paint cans, solvents and grease. - A separate covered storage/containment facility will be constructed adjacent to the shipping containers to pr on pallets Page 21 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 Very large items, such as light standards, framing materials, and stockpiled lumber, will be stored in the open in the general storage area. Such material:; will be elevated with wood blocks to minimize contact with run-on storm water. Spill clean-up materials, material safetv data sheets, a material inventorv. and emerqencv con pirig container. @E Stockpile Management BMPs WM-3, Stockpile Management, will be implemented lo reduce or eliminate pollution of storm water from stockpiles of soil and paving materials such as portland cement concrete (PCC) rubble, asphalt concrete (AC), asphalt (concrete rubble, aggregate base, aggregate subbase, pre-mixed aggregate, asphalt minder (so called "cold mix" asphalt), and landscape materials. Stockpiles will be surrounded with sediment controls (SE-5, Fiber Rolls or SE-8, Sandbag Barrier). Plastic covers (EC-7, Geotextiles & Mats), or EC-5, Soil Binders, will be used. Spill Prevention and Control BMP WM-4, Spill Prevention and Control, will be implemented to contain and clean-up spills and prevent material discharges to the storm drain system. Spill prevention is also discussed above in Material Delivery, Storage, and below in the following waste management and equipment maintenance sections. Waste Management BMP WM-5, Solid Waste Management, and BMP WM-6, Hazardous Waste Management will be implemented to minimize storm water contact with waste materials and prevent waste discharges. Solid wastes will be loaded directly into trucks for off-site disposal. When on-site storage is necessary, solid wastes will be stored in watertight dumpsters in the general storage area of the Contractors yard. Dumpster locations are shown on WPCD-4. AC and PCC rubble will be stockpiled in the general storage area and will be surrounded with sediment controls (SE- 8, Sandbag Barrier) and covered when necessary. Solid waste, including rubble stockpiles, will be removed and disposed off-site at least weekly. ABC Waste Disposal (License CA9999999) will provide solid waste disposal services. Hazardous wastes will be stored in the shipping containers or covered containment area discussed above ior materials storage. Hazardous wastes will be appropriate and clearly marked containers and segregated from other non-waste materials. Contaminated Soil Management When contaminated soils are encountered, the City Engineer will be notified, the contaminated soils will be contained, covered if stockpiled, and disposed of per WM-7, Contaminated Soil Management, and the contract documents. Employees will be instructed to recognize evidence of contaminated soil, such as buried debris, discolored soil, and unusual odors. Page 22 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 - Concrete Residuals and Washout Wastes This project includes placement of concrete. The concrete placement will generate washout waste. Discharges will consist of rinse water and residual concrete (Portland cement, aggregates, admixture, and water). Estimated pour dates are shown on the project schedule in Section 300.4. Concrete pours will not be conducted during or immediately prior to rainfall events. BMP WM-8, Concrete Waste Management, will be implemented and a below grade concrete washout facility will be constructed and maintained at the Contractor's yard as shown on WPCD-4. All excess concrete and concrete washout slurries will be discharged to the washout facility for drying. The minimum-sized washout, alt 10 ft x 10 R x 3.3 ft deep, will provide more than sufficient volume to contain concrete washout wastes and waste collected from concrete saw-cutting operations, discussed below. BMP maintenance, waste disposal, and BMP removal will be conducted as described in WM-8. Dried-off concrete will be used as fill material if permitted by the City Engineer. Concrete waste solids/liquids will be removed and disposed of as required by WM-8. Sanitary and Septic Wastes The Contractor will implement BMP WM-9, Sanitary and Septic Waste Management, and portable toilets will be located and maintained at the Contractor's yard for the duration of the shown on WPCD-4 Weekly maintenance will be provided each CTO@ 'TO and wastes will be disposed off-site. The toilets will be located away from concentrated flow paths and traffic flow. 500.4 Water Pollution Control Drawings (VWPCDs) The Water Pollution Control Drawings can be found in Attachment B of the SWPPP. Project post construction runoff calculations are found in Attachment I1 and E. 500.5 Inspections will be conducted as follows: Construct i on B M P Maintenance , I n s pe c t i o n an ci Rep ai r 0 0 0 0 0 0 Prior to a forecast storm After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events Weekly during the rainy season Every 2 weeks during the non-rainy season At any other time(s) or intervals of time specified in the contract documents A program for Maintenance, Inspection and Repair of BMPs is shown in Attachment G Page 23 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 500.6 Post-Construction Storm Water Management The post construction BMP's that are described in the Storrri Water Management Plan will be funded and maintained by the City of Carlsbad. 500.6.1 Post-Construction Control Practices The following are the post-construction BMPs that are to be used at this construction site after all construction is complete: 0 0 0 0 Regular trash collection 0 Street sweeping 0 All slopes to be landscaped and seeded and protested with wood mulch Drainage strips and swales are vegetated Irrigation system designed by landscape architect and has rain gauge Site drains into an existing storm drain system 500.6.2 OperationlMaintenance After Project Completion The post construction BMPs that are described in __ will be funded and maintained by the City of Carlsbad. 500.7 Training Section 300.5 shows the name of the Contractor's Water Pollution Control Manager (WPCM). This person has received the following training: 0 0 0 0 The training log showing formal and informal training of various personnel is shown in Attachment I. This SWPPP was prepared by 500.8 List of Subcontractors All contractors and subcontractors will be notified of the requirement for storm water management measures during the project. a list of contractors will be maintained and included in the SWPPP. If subcontractors change during the project, the list will be updated accordingly. The subcontractor notification letter and log is included in the SWPPP as Attachment J. Page 24 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 - 500.9 Other PlanslPermits Attachment N includes copies of other local, state, and federal plans and permits. Following is a list of the plans and permits included in Attachment N: 0 State Water Resources Control Board (SWRCB) Resolution No. 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit No. CAS000002, Waste Discharge Requirements (WDRs) for Discharges of Storm Water Runoff Associated with Construction Activity, August 1999, and amendments. CONTRACTOR TO ADD ATTACHMENT N NAiGlE 6 .FEDE 0 BULLET-s 16 NOT NEEDED Page 25 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 39431 Section 600 Monitoring Program and Reports 600.1 Site Inspections The Contractor will inspect the site prior to a forecast storm, after a rain event that causes runoff from the construction site, at 24-hour intervals during extended rain events, and as specified in the project Speciial Provisions. The results of all inspections and assessments will be documented and cop8ies of the completed inspection checklists will be maintained with the SWPPP. Site inslpections conducted for monit:oring purposes will be performed using the inspection checklist shown in Attachment H. Site inspections will include reading of Contractor provided rain gauge. The name(s) and contact number(s) of the assigned inspection personnel are listed below: inspector: 600.2 Discharge Reporting If a discharge occurs or if the project receives a written notice or order from any regulatory agency, the Contractor will immediately notify the Engineer and will file a written report to the Engineer within 7 days of the discharge event, notice, or order. Corrective measures will be implemented immediately following the discharge, notice or order. A sample discharge form is provided in Attachment K. The report to the Engineer will contain the following items: 0 The date, time, location, nature of operation, and type of unauthorized discharge, including the cause or nature of the notice or order; 0 The control measures (BMPs) deployed before the discharge event, or prior to receiving notice or order; 0 The date of deployment and type of control measures (BMPs) deployed after the discharge event, or after receiving the notice or order, including additional measures installed or planned to reduce or prevent re-occurrence; and 0 An implementation and maintenance schedule for any affected BMPs. 600.3 Record Keeping and Reports Records shall be retained for a minimum of three years for the following items: 0 Site inspections 0 Compliance certifications 0 Discharge reports 0 0 Rainfall information Approved SWPPP document and amendments - Page 26 Storm Water Pollution Prevention Pian (SWPPP) Contract No. 39431 600.4 Sampling and Analysis Plan for Sediment This project does not have the potential to discharge directly to a water body listed as impaired due to sedimentationlsiltation or turbidity pursuant to the Clean Water Act, Section 303(d). The project does not receive run-on with the potential to combine with storm water that discharges directly to a water body listed as impaired due to sedimentation/siltation or turbidity pursuant to the Clean Water Act, Section 303(d). No additional sampling or monitoring outside of the efforts described previously are required fort his project. 0 ... . . . . , I . , .. ..: .. -.._ I . - c. 0 Page 27 Attach men t C BMP Consideration Checklist CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP must be checked as "Not Used" with a brief statement describing why it is not being used. IF NOT USED, STATE REASON CONSIDERED CHECK IF FOR PROJECT USED NOT USED BMP BMP No. ~~ SS-1 Scheduling J J J J Preservation of . Existing Vegetation SS-3 Hydraulic Mulch J No significant slopes in project SS4 Hydroseeding J No significant slopes in project SS-5 Soil Binders J No significant slopes in project SS-7 Geotextiles & Mats J No significant slopes in project SS-8 Wood Mulching J No significant slopes in project J J No significant slopes in project All storm water will go into the storm drain Earth Dikes & Drainage Swales Velocity Dissipation ss-9 "-' Devices I SS-11 Slope Drains 1 (1) The Contractor shall select appropriate measures listed or a combination thereof to achieve and maintain the contract's rainy season disturbed soil area requirements. (2) Not all minimum requirements may be applicable to every project. Applicability to a specific project shall be verified by the Contractor or determined by City. BMP Consideration Checklist 1 .Of 4 Attachment B STAGECOACH PARK SYTHETIC TURF FIELD MODIFICATIONS TO THE CALTRANS CONSTRUCTION SITE BEST MAANGEMENT PRACTICES (BMPs) MANUAL -. 0 The contract documents for the Stagecoach Park Synthetic Turf Field shall be comprised of the current edition (March 2003) of the Construction Site Best Management Practices (BMPs) Manual published by Caltrans and as modified by the additions and substitutions listed below: Modifications to the Construction Site Best Manaqement Practices: Delete all references to Caltrans and replace with City of Carlsbad. Delete all references to Standard Specifications and replace with Standard Specifications for Public Works Construction and Special Provisions. Delete all references to Resident Engineer (RE) and replace with Engineer (E). L +. . I. .* . L('*w-\ \. . -.. _. Delete all references to highway. i , -. .. . . . ._ . .. . . .... .. . . . ... .. . .. . - Replace all references to Section 6-1.07 of the Standard Specifications and replace with Section 2-5.3.3 of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 7-1 .I 1 of the Standard Specifications and replace with Section 300-1 .I of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 7-1 .I3 of the Standard Specifications and replace with Section 7-10.2 and 300-1.3 of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 7-1 0 of the Standard Specifications and replace with Section 7-8.1of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 12-3.04 of the Standard Specifications and replace with Section 7-10.3.1 of the Standard Specifications for Public Works Construction (SSPWC) . Replace all references to Section 15-1.02 of the Standard Specifications and replace with Section 7-9 of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 15-3.02 of the Standard Specifications and replace with Section 300-1.3 of the Standard Specifications for Public Works ’ Construction (SSPWC). Replace all references to Section 20-2.06, 20-2.07 and 20-2.1 1 of the Standard Specifications and replace with Section 308 of the Standard Specifications for Public Works Construction (SSPWC). Replace all references to Section 20-3.03 of the Standard Specifications and replace with Section 212-1.6 of the Standard Specifications for Public Works Construction (SSPWC). Delete all references to 42-2 of the Standard Specifications. Replace all references to Section 56-2 of the Standard Specifications and replace with Section 313-2 of the Standard Specifications for Public Works Construction (SSPWC) and Special Provisions. SC-5: Replace the following under Removal . *_. ~ . Fib.er rolls will not be left in place. Delete “If fiber rolls removed’’ and replace with “After fiber roll removal” SS-2: Delete reference to Environmentally Sensitive Areas (ESAs) and replace with Environmentally Sensitive Habitat Areas (ESHAs). NS-2 and NS-6: Reporting: Replace District Storm Water coordinator with Environmental Programs Manager,. TC-1: Replace all references to minimum 3” aggregate to minimum 2” aggregate and all reference to maximum 6” aggregate to maximum 3” aggregate. WM-8: Temporary Concrete Washout Facility (Type Above Grade). Delete reference to Section 12-3.04 “Portable delineators and replace with Flexible base glue down delineators and shall meet the following specifications: . Post: Attachment C BMP Consideration Checklist sc7 SC-8 .. I .. J J Street Sweeping and Vacuuming Sand Bag Barrier J ' Use gravel bags CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST TC-2 The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP must be checked as "Not Used" with a brief statement describing why it is not being used. J Project access from City street good Stabilized Construction Roadway ~ ~ CHECK IF NOT USED , IF NOT USED, STATE REASON CHECK IF USED BMp] No. BMP SC-1 I Sin Fence I J4il--I I J 1 . Storm drain system in place I SC-2 I Sediment Basin I I J I Stormdrain system in place I I SC-3 I Sediment Trap Storm drain system in place SC-4 I Check Dam 1 I IJI SC-5 I Fiber Rolls I I May be used for inlet protection . -- SC-6 I Gravel Bag Berm 1 I J ' 1 .- No significant slopes in project I SC-9 Straw Bale Barrier I I ~ 1- ./-I Strom drain system in place I '.I4 Storm Drain Inlet Protection I I WE-1 I Wind Erosion Control 1 J I I IJI I Stabilized Construction Entrance/Exit TCI I I 1 J 1 Significant tracking should not occur I TC-3 I E;nce/Outlet Tire BMP Consideration Checklist 2of4 0 Attachment C BMP Consideration Checklist CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST The BMPs listed here should be considered for every project Those BMPs that are not included in the SWPPP must be checked as "Not Used'' with a brief statement describing why it is not being used. . IF NOT USED, STATE REASON CONSIDERED CHECK IF FOR PROJECT USED NOT USED BMP BMP No. I I I __-- Water Conservation radices NS-1 I,, NS-2 I Dewatering Operations 1 1 J 1 No dewatering in this contract J Paving and Grinding Operations Temporary Stream Crossing NS-3 NS4 J No stream crossings NS-5 Clear Water Diversion J No clear water diversion Illicit Connection/ NS-6 Discharge Potable NS-7 Water/lmisation J J J J J J J J J J Vehicle and Equipment Cleaning Vehide and Equipment Fueling Vehicle and Equipment NS-8 NS-9 "-lo Maintenance VS-1 I I Pile Driving Operations I r~s-12 I Concrete Curing J IJ1 No pile driving IJI Material and Water 4s-13 Equipment Use Over J No construction over water 4s-14 Concrete Finishing J J J No demolition adjacent to water Demolition Adjacent to Water Temporary Batch J No batch plants Plants BMP Consideration Checklist 30f4 Attachment C BMP Consideration Checklist CONSTRUCTION SITE BMPs CONSIDERATION CHECKLIST The BMPs listed here should be considered for every project. Those BMPs that are not included in the SWPPP must be checked as "Not Used" with a brief statement describing why it is not being used. NO. BMP I BMP CHECK IF CONSIDERED CHECK IF FORPROJECT I USED I 1 I IF NOT USED, STATE REASON wM-, Material Delivery and J J Storage WM-2 I Material Use IJ IJI J J w'-3 wM-4 J J Stockpile Management Spill Prevention and Control Solid Waste anaaement WM-5 lM 1 IJI J J Hazardous Waste WM-6 I Management Contaminated Soil Management Concrete Waste Management , It is not anticipated that contaminated soil will be encountered w'-7 WM-8 J J I IJI SanitatyiSeptic Waste WM-~ IM anaaement - Liquid Waste , All waste management is covered by other rVM-10 Management BMPs BMP Consideration Checklist 4of4 0 Attachment D Computation Sheet for Determining Runoff Coefficients 1 I INSTRUCTIONS I The runoff coefficient ("C" value) is used to estimate the impact on stormwater runoff due to development of a site. The C value is the amount of rainfall that becomes runoff. The less runoff that is absorbed into the ground, the higher the C value. This information may be provided by Caltrans. -' Refer to the Caltrans Highway Design Manual, Topic 819 - Estimating Design Discharge, for a more detailed explanation on calculating weighted runoff coefficients for areas containing varying amounts of different cover. Refer to Figure 819.2A, "Runoff Coefficients for Undeveloped Areas", and Table 819.28, 'Runoff Coefficients for Developed Areas" provided with this Attachment. Total Site Area Existing Site Conditions - - 171,965 m2 (A) Impervious Area' - - 88,157m2 (B) Impervious Area Runoff Coefficient 22 88157 x 0.95 Pervious kea3 Pervious Area Runoff Coefficient4 83808 x 0.4 Sum: 83749 + 33523 Divide: 140738/171965 Existing Area Runoff Coefficient - - 83,749 m2 (B x C) - - 83,808m2 @) 33,523 m2 (D x E) - - - - 1 17,272 (B x C) + (D x E) CaHrans Storm Water Quality Handbooks SWPPPMTPCP Preparation Manual February 1,2003 - Computation Sheet for Determining Runoff Coeffients 1 Of5 Altachment D computation Sheet for Determining Runoff Coefficients Proposed Site Conditions Impervious Area' Impervious Area Runoff Coefficient2* 100036 x 0.95 Pervious rea^ Pervious Area Runoff Coefficient4 7 1929 x 0.4 Sum: 95034 + 28771 Divide: 123 805/17 1 965 Existing Area Runoff Coefficient 100,036 m2 0.95 95,034 m2 71,929 m2 0.4 28,771 m2 123,805 0.72 0.72 Caltrans Storm Water Quality Handbooks SWPPPlwpCP Preparation Manual Computation Sheet for Determining Runoff Coefficients 20f5 February I, 2003 0 Attachment D Computation Sheet for Determining Runoff Coefficients Total Site Area = (A) Existing Site Conditions Impervious Site Area' = (B) Impervious Site Area Runoff Coefficient 2y = (C) Pervious Site kea3 = 0) Pervious Site Area Runoff Coefficient4 = (E) - - (B x c)+ (D x E) (A) Existing Site Area Runoff Coefficient Proposed Site Conditions (after construction) Impervious Site Area' = (G) Impervious Site Area Runoff Coefficient 2s = 0 Pervious Site kea3 = (I) Pervious Site Area Runoff Coefficient4 = (9 6) - - (G x H)+ (I x J) (A) Proposed Site Area Runoff CoeEcient 1. Includes paved mas, areas covered by buildings, and other impervious surfaces. 2. Use 0.95 unless lower or higher runoff coefficient can be verified. 3. Includes areas of vegetation, most unpaved or uncovered soil surfaces, and other pervious areas. 4. See the table on the following page for typical C values. 0 Cattrans Storm Water Quali Handbooks SWPPPNVPCP Preparation Manual Computation Sheet for Determining Runoff Coefficients February 1,2003 3 of 5 - Mfachment D Computation Sheet for Determining Runoff Coeffcients Figure 81 9.2A Runoff Coefficients for Undeveloped Areas Watershed Types Extreme High Normal Low Relief Soil Infiltration Vegetal Cover Surface Storage -28 -35 .20 -28 .14 -30 .OS -.14 Steep, rugged terrain Hilly, with average Rolling, with average Relatively flat land, with average slopes with average slopes above 30% of 0 to 5% slopes of 10 to 30% slopes of 5 to 10% -12 -.16 .08 -.12 .06 -.OS .04 -.06 No effective soil Slow to take up Normal; well drained High; deep sand or cover, either rock or water, clay or light or medium other soil that takes thin soil mantle of shallow loam soils of textured soils, sandy up water readily, negligible low infiltration loams, silt and silt vey light ,well infiltration capacity capacity, imperfectly loams drained soils ’ or poorly drained .12 46 .os -.12 No effective plant Poor to fair; clean cover, bare or very cultivation crops, or sparse cover poor natural cover, less than 20% of drainage area over good cover .06 -.OS -04 -.06 Fair to good; about 50% of area in good grassland or wood- land, not more than 50% of area in cultivated crops equivalent cover. Good to excellent; about 90% of drainage area in good grassland, woodland or .lo -.12 -08 -.lo .06 -.OS .04 -.06 Negligible surface Low; well defined Normal; High; surface stor- depression few and system of small considerable surface age, high; drainage shallow; drainageways; no depression storage; system not sharply drainageways steep ponds or marshes lakes and pond defined; large flood and small, no . marshes plain storage or large marshes number of ponds or marshes. Given An undeveloped watershed consisting of; Solution: 1) rolling terrain with average slopes of 5%, Relief 0.14 2) clay type soils, soil lnfiltraltion 0.08 3) good grassland area, and Vegetal Cover 0.04 4) normal surface depressions. Surface Storage e96 C= 0.32 Find The runoff coefficient, C, for the above watershed. Caltrans Storm Water Quality Handbooks SWPPWPCP Preparation Manual Computation Sheet for Determining Runoff Coeffcients 4 of 5 February 1,2003 a Attachment D Computation Sheet for Determining Runoff Coefficients Table 819.2B Runoff Coefficients for Developed Areas Type of Drainage Area Runoff Coefficient Business: Downtown areas Neighborhood areas Single-family areas Multi-units, detached Multi-units, attached Residential: Suburban Apartment dwelling areas Industrial: Light areas Heavy areas Parks, cemeteries: Playgrounds: Railroad yard areas: Unimproved areas: LaWns: Sandy soil, flat, 2% 0.70 - 0.95 0.50 - 0.70 0.30 - 0.50 0.40 - 0.60 0.60 - 0.75 0.25 - 0.40 0.50 - 0.70 0.50 - 0.80 0.60 - 0.90 0.10 - 0.25 0.20 - 0.40 0.20 - 0.40 0.10 - 0.30 0.05 - 0.10 Sandy soil, average, 2-7% 0- 10 - 0.1 5 Sandy soil, steep, 7% Heavy soil, flat, 2% 0.15 - 0.20 0.13 - 0.17 Heavy soil, average, 2-7% 0.18 - 0.25 Heavy soil, steep, 7% 0.25 - 0.35 Streets: . Asphaltic 0.70 - 0.95 Concrete 0.80 - 0.95 Brick 0.70 - 0.85 Drives and walks 0.75 - 0.85 Roofs: 0.75 - 0.95 Caltrans Storm Water Quality Handbooks SWPPPMCP Preparation Manual Computation Sheet for Determining Runoff Coefficients February 1,2003 5 of 5 a&bW Attachment F 3 Contact Person Mailing Address Title Stale Water Reraxces Conkd Board NOTICE OF INTENT TO COMPLY WITH THE TERMS OF THE GENERAL PERMIT TO DISCHARGE STORM WATER ASSOCIATED WITH CONSTRUCTION ACTNITY (WQ ORDER NO. 9948-DWQ) ' I STATUS (SEE INSTRUCTIONS) I 1 1 city State Zip Phone 11 MARK ONLY ONE ITEM 1. 0 New Construction 2. 0 Change of Information for WDIM 1 111. DEVELOPEWCONTRACTOR INFORMATION 1 Developer/Contractor I Contactperson City of Carlsbad Public Works Department 405 Oak Avenue Dale A. Schuck Publc Works SupeMsor I Contracts and Agreements Mailing Address Ti Cltv Carlsbad IV. CONSTRUCTION PROJECT INFORMATION SitelProjecl Name Slte Contact Person Stagecoach Park Synthetic Turf Field Physical AddresslLocation Latitude Longitude County 3420 Camino de 10s Coches San Dlego -- ZIP Site Phone Number Emergency Phone Number 92008 ( 1 ( 1 - - A Total size of constructton site area I C Percent of slte irnpervmusness (including rooftops) I Acres D. Tract Number(s): Acres (% of total ) After Construction: % E. Mile Post Marker: Before Construction: YO 8. Total area to be disturbed: F. Is the construdin site part of a larger common plan of development or sale? I G. Name of plan or development: n YES n NO J. Projected construction dates: Completegrading: I / Completeproject: I I H. Construction commencement date: I/ 1. % of site to be mass graded: K. Type of Construction (Check all that apply): 1. 0 Residential 2. 0 Commeraal 3. Industrial 4. 0 Reconstruction 5. Transportation 6. 0 Utility Description: 7. Other (Please List): Recreation I Smts Field /. BILLING INFORMATION SEND BILL TO: Name Contact Person 0 OWNER City of Carlsbad Public Works Engineering Department Sherri Howard (as in II. above) I I Mailing Address PhoneIFax DEMLOPER 405 Oak Avenue (760)602-2756/(760)602-6562 (as in 111. above) State Zip OTHER Carlsbad CA 92008 citv VI. REGULATORY STATUS A. Has a local agency approved a required erosionisediment control pian? ............................................................................................................................. Does the erosionlsediment control plan address construction activities such as infrastructure and structures? .................................................................. Name of local agency. Phone: ( 1 0 YES 0 NO YES 0 NO - B. Is this project or any part thereof, subjed to conditions imposed under a CWA Section 404 permit of 401 Water Quality Certification? .............................. 0 YES 0 I No If yes, provide details: I tII. RECEIVING WATER INFORMATION A. Does the stom water runoff from the construction site discharge to (Check all that apply): 1. 0 Indirectly to waters of the U.S. 2. 0 Storm drain system - Enter owner's name: Citv of Carlsbad 3. 0 Directly to waters of U.S. (e.g. , river, lake, creek, stream, bay, ocean, etc.) I B. Name of receiving water: (river, lake, creek, stream, bay, ocean): I JIII. IMPLEMENTATION OF NPDES PERMIT REQUIREMENTS A. STORM WATER POLLUTION PRNENTION PLAN (SWPPP) (check one) I 0 A SWPPP has been prepared for this facility and is available for review: Date Prepared: I I DateAmended: I I 11 0 A SWPPP will be prepared and ready for review by (enter date): --- n A tentative schedule has been included in the SWPPP for activities such as grading, stret construction, home construction, etc. B. MONITORING PROGRAM 1 0 A monitoring and maintenance schedule has been developed that indudes inspection of the construction BMPs before anticipated storm events and afler actual storm events and is available for review. I If checked above: A qualified person has been assigned responsibility for pre-stom, and post-storm BMP inspections ........................................................................................................ NO to identify effectiveness and necessary repairs or design changes Name: Phone: ( ) YES 0 - C. PERMIT COMPLIANCE RESPONSIBILITY A qualified person has been assigned responsibility to ensure full compliance with the Permit, and to implement all elements of the Storm Water Pollution Prevention Plan including: 1. Preparing an annual compliance evaluation YES .......................................................................................................................................... 0 NO - Name: Phone: ( ) 2. Eliminating all unauthorized discharges ................................................................................................................................................ YES n NO X. VICINITY MAP AND FEE (must show site location in relation to nearest named streets, intersections, etc.) Have yw included a vicinity map with this submittal? ..................................................................................................................................... c) YES UNO . 1 .................................................................................................................. ON0 I Have yw included payment of the annual fee with this submittal? a YES <. CERTIFICATIONS a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine or imprisonment. In addition, I certify that the provisions of the permit, including the development and implementation of a Storm Water Pollution Prevention Plan and a Monitoring Program Plan will be complied with.' Printed Name: Dale A. Schuck Signature: Date: Tlle: :Publld Works Supervisor I Contracts and Agreements Attachment G Program for Maintenance, Inspection, and Repair of Construction Site BMPs The contractor shall use the following guidelines for maintenance, inspection, and repair BEST MANAGEMENT PRACTICES (BMPs) SS-I Scheduling SS-2 Preservation of Existing Vegetation SS-3 Hydraulic Mulch SS-7 Geotextiles and Mats of BMPs identified in the SW! INSPECTION FREQUENCY (all controls) TEMPORARY SOIL STABlLlZAT Monitor daily Bi-weekly Bi-weekly Prior to forecast storm After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events WPCP MA1 NTE NAN C ElRE PA1 R PROGRAM N rn Continuously monitor scheduling to ensure appropriate construction activities are performed in rainy season and non- rainy season Inspect protective fencing and repair or replace as necessary Repair or replace damaged vegetation per SS-1 working detail Repair damaged roots or compacted soils in the root zone rn rn rn rn Maintain continuous mulch cover over area to be protected. Re-spray hydraulic mulch as necessary. As soon as weather and soil conditions permit, repair any slope damage and re- spray damaged or exposed areas Replace and dispose torn or missing sections of plastic covers. Replace or supplement anchors as necessary to keep covers in place. Attachment G Sample Maintenance, lnspecfion and Repair Program The contractor shall use the following guidelines for maintenance, inspection, and repair BESTMANAGEMENT PRACTICES (BMPs) SC-I Silt Fence SC-6 Gravel Bag barrier SC-10 Storm Dra in Inlet Protection SC-7 Street Sweeping and Vacuuming WE-I Wind Erosion Control EntranceIExit of BMPs identified in the SWPf INSPECTION FREQUENCY (all controls) rEMPORARY SEDIMENT CONTF Bi-weekly After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events Daily WIND EROSION CONTROL Daily NT Weekly Prior to forecast storm After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events WPCP MAlNTENANCElREPAlR PROGRAM IL BM Remove, dispose, and replace damaged, deteriorated, or otherwise unsuitable BMPs Repair any slope damage as soon as weather conditions permit. Replace torn gravel bags as required. Replace torn sections of silt fences. Re- key bottom of fences as needed. Remove retained sediments before they reach 113 of the barrier height or % of the sediment holding capacity Clean and dispose of accumulated sediment deposited in sediment traps around drainage inlets; re-secure silt fence as needed Remove BMPs when no longer needed, as directed by the Engineer. Repair slopeslsurfaces damaged by BMP removal m Sweep tracked sediment inspect site access points daily JI m Maintain water trucks and water distribution equipment in good order and fix leaks immediately S Replace gravel as necessary. rn Remove excessive soil accumulation. Sweep surrounding areas. Attachment G Sample Maintenance, Inspection and Repair Program NS-3 Paving and Grinding The contractor shall use the following guidelines for maintenance, inspection, and repair Do not perform prior to or during BEST MANAGEMENT Operations NS-12 Concret e curing PRACTICES (BMPs) NS-1 Water Conservation storm event Practices NS-6 Illicit Connectionllllegal Discharge Detection and Reporting NS-7 Potable Waterllrrigation NS-8 Vehicle and Equipment Cleaning NS-9 Vehicle and Equipment Fueling NS-10 Vehic le and Equipment Maintenance of BMPs identified in the S WPPP/WPCP INSPECTION FREQUENCY (all controls) IONSTORM WATER MANAGEM Weekly NS-14 Concrete Finishing MAlNTENANCElREPAlR PROGRAM NT Inspect site during project execution for evidence of illicit discharges or illegal dumping. Observe site perimeter for evidence or potential of illicitly discharged or illegally dumped material that may enter the job site. Notify the Resident Engineer of any illicit discharges or illegal dumping incidents at the time of discovery. Remove, dispose and replace damaged, deteriorated, or otherwise unsuitable BMPs Remove vehicles andlor equipment that leak. Replace drip pans or absorbent materials as needed. Re-stock spill materials. Remove BMPs when no longer needed, as directed by the Engineer. Repair slopeslsurfaces damaged by BMP removal Do not perform prior to or during storm event Page 3 Attachment G Sample Maintenance, Inspection and Repair Program The contractor shall use the following guidelines for maintenance, inspection, and repair BEST MANAGEMENT PRACTICES (BMPs) WASTE MAN. WM-1 Material Delivery and Storage WM-2 Material Use WM-4 Spill Prevention and Control WM-5 Solid Waste Management WM-9 SanitarylSeptic Waste Management WM-8 Concrete Waste Management of BMPs identified in the SWPPP/WPCP INSPECTION FREQUENCY (all controls) SEMENT AND MATERIALS POL Weekly Prior to forecast storm After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events Weekly MAINTENANCElREPAlR PROGRAM ITION CONTROL BMPs Keep storage areas clean, well organized, and equipped with ample clean-up supplies as appropriate for the materials stored Repair or replace perimeter controls, containment structures, covers and liners as needed to maintain proper function and protection Properly remove and dispose accumulated rainwater from containment facilities Cover any stockpiles with appropriate mats or covers. Maintain waste fluid containers in leak proof condition. Repair or replace dumpsters that leak Provide timely service and removal to prevent dumpsters and sanitary facilities from overflowing. Schedule Refuse Contractor to pick up waste containers weekly. Remove accumulated debris from concrete washouts. Replace lining and sand bags as necessary Page 4 Attachment H Storm Water Quality Construction Site Inspection Checklist I INSTRUCTIONS 1 Use this form for inspecting BMPs as described in SWPPP Section 500.5. This inspection form shall be completed and signed by the Contractor’s Water Pollution Control Manager (WPCM). The Conceptual SWPPP (CS WPPP) or the Special Provisions may require the Contractor to use a different inspection form m The weather information shall be the best estimate of beginning of the storm - event, duration of the event, time elapsed since the last storm, and approximate amount of rainfall. List observations of all BMPs: temporary soil stabilization (erosion control), temporary sediment controls, wind erosion controls, tracking controls, non-storm water controls and waste management and materials pollution controls. a Evaluate BMPs for adequacy and proper implementation and whether additional BMPs are required in accordance with the terms of the Permits. Verify implementation of non-storm water discharge BMPs and evaluate their effectiveness. One time discharges of non-storm water shall be inspected when such discharges occur. B Describe any inadequate BMPs. m Note the corrective actions required, including any changes to the SWPPP, and implementation dates. If you answer “No” to any of the questions, describe the corrective action(s) to be taken and when the corrective action(s) are to be completed. Should you need Attachment H Storm Water Quality Construction inspection Checklist more space to describe corrective actions, identify your response numerically and use additional sheets as necessary. GENERAL INFORMATION lcity Contract No. 1 Inspector's Name Inspector's Title Signature IDate of Inspection I 0 Prior to forecast rain 0 After a rain event 0 24-hr intervals during extended rain Inspection Type (Check Applicable) 0 Other (3 Rainy 0 Non-Rainy Season (Check Applicable) Storm Start Date & Time: Time elapsed since last storm (Circle Applicable Units) Min. Hr. Days Amount(mm) Storm Duration (hrs): Approximate Rainfall Storm Data PROJECT AREA SUMMARY AND DISTURBED SOIL AREA (DSA) SIZE LIMITS FROM SPECIAL PROVISIONS Total Project Area Square feet Rainy Season DSA Limit Square feet Field Estimate of Active DSAs Square feet Acres Acres Acres Requirement Yes No NIA Corrective Action I Page 2 Attachment H Storm Water Quality Construcfion lnspection Checklisf Location: Location: Location: Temporary Linear Sediment Barriers Are temporary linear sediment barriers properly installed in accordance with the details, functional and maintained? Are temporary linear sediment barriers free of accumulated litter? Page 3 Attachment H Storm Water Quality Construction Inspection Checklist OTHER REQUIREMENTS and from winds? I Are stockpiles located at least 15 m from concentrated flows, downstream drainage courses and storm drain inlets? Are required covers andlor perimeter controls in place? Location: Location: ILocation: I ILocation: I Iconcentrated Flows I lAre concentrated flow paths free of visible erosion? I It-ocation: I ILocation: I I I Location : /Location: I Tracking Control Are points of ingresslegress to publidprivate roads inspected and swept and vacuumed daily? Are all paved areas free of visible sediment tracking or other ADarticuIate matter? I I Location: I ILocation: I ILocation: I ILocation: I Wind Erosion Control Is dust control implemented in conformance with Section 10 of the Standard Specifications? Location: ILocation: I HLocation: I !Location: I IVehicle ((I Equipment Fueling, Cleaning, and Maintenance I Are vehicle and equipment fueling, cleaning and maintenance I areas reasonably clean and free of spills, leaks, or any other deleterious material? I Are vehicle and equipment fueling, cleaning and maintenance I activities performed on an impermeable su;face in dedicated areas? If no, are drip pans used? Are dedicated fueling, cleaning, and maintenance areas located at least 15 m away from downstream drainage facilities and water courses andotected from run-on and runoff? ~_ ---__ ____ No NIA Corrective Action Page 4 Attachment H Storm Water Quality Construction Inspection Checklist OTHER REQUIREMENTS II t Requirement Yes No nl evaporation and disposed spills, leaks, or any other deleterious material; and stocked Page 5 Attachment H Stom Water Qualify Construction Inspection Checklist Page 6 Attachment I Trained Contractor Personnel Log I INSTRUCTIONS I Use this sheet to record individuals attending formal training programs specified in section 500.7 .of the SWPPP. This form may also be used to record informal tailgate on-site meetings on storm water management. Storm Water Management Training Log Project Name: Stagecoach Park Synthetic Turf Field City of Carlsbad Contract Number: 3943 1 Storm Water Management Topic: (check as appropriate) .... ..". 0 Temporary Soil Stabilization 0 Temporary Sediment Control 0 Wind Erosion Control 0 Tracking Control 0 Non-storm water management 0 Waste Management and Materials Pollution Control Specific Training Objective: Location: Date: Instructor: Telephone: Attendee Roster (attach additional forms if necessary) Page 1 COMMENTS: e Page 2 Attachment J Subcontractor Notification Letter (Sample) and Notification Log I INSTRUCTIONS I Use this sample to prepare the subcontractor letter and log required in Section 500.8 of the SWPPP. SWPPP Notification ABC Construction Inc, 123 Sunset Blvd., Suite 456 Hollywood, CA 90000 Dear SirMadam, Please be advised that the California State Water Resources Con Statewide Storm Water Permit (Permit) to the (Caltrans) in 1999 (CAS000003, Order No. 99 for Storm Water Discharges Associ associated with constructi DWQ), and modifications thereto. the SWPPP and the Permits for any work that contact me if you have further questions. Sincerely, John Doe Project Superintendent Page lof 2 e Attachment J Subcontractor Notification Letter (Sample) Subcontractor Notification Log SUBCONTRACTOR NOTIFICATION LOG Project Name: Caltrans Contract Number: ADDRESS PAGER/ FIELD PHONE PHONE NUMBER + DATE NOTIFICATION LETTER SENT TYPE OF WORK USE ADDITIONAL PA GES AS NECESSARY Attachment K e Notice of Discharge, Written Notice, or Order . I INSTRUCTIONS I __ ..This form will used to report instances of discharges. The completed form will be submitted to the Resident Engineer within 7 days of the assessment of discharge, written notice or orders from a regulatory agency. To: Dale A. Schuck Date: Subject: Notice of Discharge ,Project Name: Stagecoach Park Synthetic Turf Field City of Carlsbad Contract Number: 3943 1 In accordance with the Caltrans NPDES Statewide Permit for Storm Water Discharges Associated with Construction Activity, the following instance of discharge is noted: Date, time, and location of discharge Insert description and date of event Nature of the operation that caused the discharge insert description of operation Initial assessment of any impact cause by the discharge insert assessment Existing BMP(s) in place prior to discharge event list BMPs in place Date of deployment and type of BMPs deployed after the discharge. BMPs deployed after the discharge (with dates) Page 1 0 Attachment K Notice of Non-Compliance - Sample Steps taken or planned to reduce, eliminate andlor prevent recurrence of the discharge insert steps taken to prevent recurrence Implementation and maintenance schedule for any affected BMPs insert implementation and maintenance schedule If further information or a modification to the above schedule is required, notify the contact person - below. Name of Contact Person Title Company Telephone Number Signature Date 0 Page 2 Attachment L STORM WATER POLLUTION PREVENTION PLAN AND MONITORING PROGRAM CHECKLIST GENERAL CONSTRUCTION ACTIVITIES STORM WATER PERMIT ORDER NO. 99-OS-DWQ e NPDES PERMIT NO. CAS000002 Vicinity Map (graphic) Construction site name: Stagecoach Park Synthetic Turf Field Date Prepared: WDlD r Permit SWPPP Not Applicable Implementation Date2 Section Section' NIA A.5.a.l 500.2 Contact Information Major roadways, geographic features or landmarks 500.2 A.5 .a. Site perimeter A.5.a. 1 500.2 Geographic features General topography Site Map (graphic) (can modifi Parcel Map) Site perimeter A.5.a. 1 500.2 A.5.a. 1 500.2 A.5.a.2 500.2.1 A.5.a.2 500.2.1 1 Existing and proposed buildings, lots, and A.5.a.2 water collection and discharge 500.2.1 500.2.1 cate the page number where the information is located in your SWPPP. If the information is not applicable to your site, construction ties, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. Date that the BMP will be installed on the site General topography before and after construction Anticipated discharge location(s) Drainage patterns Relevant drainage areas Temporary on-site drainage Drainage (graphic) Drainage patterns A.5.a.2 500.2.1 A.5.a2 500.2.1 A.5.a.2 500.2.1 A.5.a.2 5002.1 A.5.a.2 500.2.1 A. 5. b. I 500.4 A.5.b. 1 5004 Slopes after major grading Calculations for storm water run-on BMPs that divert off-site drainage fiom going through site Storm Water Inlets (graphic) A.5.b.l 500.4 A.5.b.l 500.4 500.4 A.5.b. A.S.b.2 500.2.1 A.5.b.2 Drainage patterns to storm water inlets or receiving water BMPs that protect storm water inlets or receiving water 500.2.1 500.2.1 2 SWPPP Not Applicable Implementation Date4 section3 Site HistoryPast Site Usage (Real Estate A.5. b,3 500.3.3 Broker Disclosure may be sufficient) Description of toxic materials treated, stored, or spilled on site BMPs that minimize contact of contaminants with storm water Location of Areas Designated for: (graphic) Permit Section NIA A.5.b.3 NIA A.5.b.3 500.4 A. 5.6.4 500.3.8 I Soil or waste storage I Vehicle storage & service I A.5.b.4 1- 500.3.8 A.5.b.4 I 500.3.8 I I I A.5.b.4 1 500.3.8 I Construction material loading, unloading, I and access Waste handling and disposal areas On-site storage and disposal of construction materials and waste BMPs to minimize exposum of storm water to construction materials, eauhment. vehicles. waste I Equipment storage, cleaning, maintenance. I A.5.b.4 I 500.3.8 A.5.b.5 500.3.7&500.3.8 A.5.b.5 500.3.8 A.5.b.5 500.3.8 I A.5.b.S I 500.3.7&500.3.8 1 BMP Descriptions for: (graphic or I narrative) Post Construction BMPs Additional Information Description of other pollutant sources and BMPs that cannot be shown graphically Pre-construction control practices Inventory of materials and activities that may pollute storm water BMPs to reduceleliminate potential pollutants listed in the inventory Runoff coefficient (before & after) Percent imDervious (before & after) I ~~ A.5. b. 6 500.6 SeeA. 10 A.S. c 500.3.1 A.5.c. 1 A.5.c.l 500.3.2 A.5.c.2 500.3.1 A.5.c.2 500.3.8&500.3.9 A.5.c.3 300.4 A.5.c.3 I 300.4 I I Copy of the NO1 and WDID ## I A.5.c.4 Construction activitv schedule I A.S.c.5 AttachmentF 300.3 I Contact information EROSION CONTROL The SWPPP shall include: (graphic) A.5.c.6 300.3 A.6 A. 6. a-c Areas of vegetation on site Areas of soil disturbance that will be stabilized during rainy season Areas of soil disturbance which will be exposed during any part of the rainy season A.6.a. 1 500.4 A.6.a.2 500.4 A.6.a.3 500.4 Permit Section SWPPP ~ection' A.6.a.4 300.4 Description of site inspection plans B .3 B .4 Compliance certification (annually 7/1) if project is under active construction Noncompliance reporting B.5 600.1 100.3 600.2 ~ ~~ Implementation Date6 Not Applicable NIA struction phase / BMP sequencing dule including supplemental pre-rain plan for erosion control measures BMPs for erosion control BMPs to control wind erosion SEDIMENT CONTROL Descriptioflllustration of BMPs to prevent increase of sediment load in discharge Construction phase / BMP sequencing schedule including supplemental pre-rain action ~lan for sediment control measures 500.3.5 & 500.4 300.4 & 500.3.5 500.3.8 & 500.3.9 500.3.8 & 500.3.9 NON-STORM WATER Description of non-storm water discharges to receiving waters Locations of discharges ~ ~~ Description of BMPs Name and phone number of qualified person responsible for non-storm water ... A.9 1 300.5 management - A.10 I 500.6 ST-CONSTRUCTION nescridon and location of BMPs 500.6.1 500.6.2 Operationh4aintenance of BMPs after project completion (including funding) MAINTENANCE, INSPECTIONS, AND REPAIR 500.5 A.11 1 300.5& 600.1 + Name and phone number of qualified person responsible for inspections Inspection checklist: date, weather, inadequate BMPs, visual observations of BMPs, corrective action, inspector's name, title, signature OTHER REQUIREMENTS 600.1 & Attachment H A. 1 1 .a-f A.12-16 Documentation of all trainine A.12 I 500.7 A.13 I 500.8 List of ContractordSubcontractors licate the page number where the information is located in your SWPPP. If the information is not applicable to your site, construction ities, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. Date that the BMP will be installed on the site 4 Permit Section Records of all inspections; compliance certifications; noncompliance reports, etc. should be keDt for at least three Years Not App’icable Implementation Date’ SWPPP section’ N/A Monitoring program for sediment contribution from direct discharges to ismaired water bodies B.6 Monitoring program for pollutants not visually detectable in storm water (non- visible Dollutants) 600.3 Section C. Standard Provisions j Signed Certification for SWPP, reports, amendments, etc. Who is authorized to sign and by what authority has the duly C.9,lO 100.1 authorized representative-been assigned? Location of General Permit and SWPP on site during construction activities B.7 1 600.4 300.5 c. 17 B.8 1 600.5 )r Construction Activities Notes: 1 Indicate the page number where the information is located in your SWPPP. If the infomation is not applicable to your site, construction a activities, or construction materials, check the N/A box. Your SWPPP does not have to address items which are not applicable to your situation. Date that the BMP will be installed on the site 8 Attachment M Annual Certification of Compliance Form work in progress I I INSTRUCTIONS By June 15* of each year, the Contractor shall complete and submit this form to the Engineer for approval as required in Section 100.3 of the SWPPP. Annual certification of compliance is based on the site inspections required in the SWPPP. Completed and signed Annual Certifications and Approvals shall be included in Section 100.3 of the SWPPP following the required text of the section. This Annual Certification of Compliance form does not need to be completed at the initial approval, but it shall be submitted during the first year of the initial SWPPP approval. Annual Certification of Compliance for the Construction Contractor Project Name: City of Carlsbad Contract Number:\ Contractor Company Name: Contractor Address: Construction Start Date: Description of Work: Stagecoach Park Synthetic Turf Field 39431 Completion Date: description of work Work Now in Progress: Page 1 8 Attachment M Annual Certification of Compliance Work Planned for Next 12 Months: work planned I I "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Contractor Signature: Date: e Page 2 Attachment M Annual Certification of Compliance Approval by the Engineer for the Annual Certification of Compliance Engineer’s Findings I, andor personnel acting under my direction and supervision, have inspected the project site and the work described above and find as follows: 1. 0 YES 0 NO Storm water pollution control measures are being implemented in accordance with the SWPPP approved for the project. 2. 0 YES 0 NO Municipal NPDES Order No. 2001-01, the NPDES General Permit No. CASO108758, or local NPDES permitsj which ever is applicable. The project site and activities thereon are in compliance with the California When both 1 and 2 above are checked “yes”, the resident engineer must complete the annual certification below. If either 1 or 2 above are checked “no”, the engineer must: Notify the contractor; and File a notice of non-compliance within 30 days of identification of the noncompliance; Document follow up actions below; Initiate corrective actions in accordance with the contract. 0 Engineer’s Follow up Actions: I certijj under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualijied personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belie5 true, accurate, and complete. I am aware that there are signijicant penalties for submitting false information, including the possibility offine and imprisonment for knowing violations. CERTIFICATION BY CALTRANS Resident Engineer’s Name and Signature Date Page 3 a STAGECOACH PARK SYNTHETIC TURF FIELD . PROJECT NO. PKS 04-03 CONTRACT NO. 39371 APPENDIX D SOILS REPORT Geological Conditions at Work Site A soils investigation dated September 30, 2004 by Testing Engineers - US Laboratories, Incorporated was performed to evaluate the surface and subsurface conditions at the site in order to provide recommendations for engineering design. The data can be used to assist in bid preparation, but said data shall not be construed as a warranty of the geologic conditions existing at the site. Contractor shall, therefore, satisfy himself with regard to all geologic conditions that may affect Contract Work. Personal investigation by Contractor is mandatory. Contractor may perform excavations on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the information contained in the Soil Investigation nor that derived from maps, drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. September 30,2004 Contract No. 76597 City of Carlsbad 405 Oak Avenue Carlsbad, California 92008 Telephone: 760.434.2929 Fax: 760.720.9562 Attention: Mr. Dale A. Schuck Subject : Geotechnical Engineering Evaluation Report Stagecoach Park Camino De Los Coches and La Costa Avenue (southwest corner) Carlsbad, California Dear Mr. Schuck: This letter presents the results of OUT subsurface investigation and soil sampling along with associated laboratory results for the proposed synthetic turf installation at the referenced project. The attached Site Location Map, Figure 1, shows the location of the park in the City of Carlsbad. The Plot Plan, Figure 2, illustrates the plan view of the park in relation to the boring locations. Subsurface Exploration a The area of the proposed synthetic turf is currently covered with grass. To evaluate the subsurface conditions, 5 soil borings were hand-augured to depths ranging fkom 4 to 5 feet below existing grade. Groundwater was not encountered in the explored depths. The subsurface conditions encountered were observed and logged. The logs are contained in the attached Appendix A. Soil materials encountered during the subsurface explorations consisted of fill and native claystones. Generalized descriptions of the encountered units are provided below. Detailed descriptions of the soil conditions encountered are presented on the boring logs in Appendix A. Fill Fill associated with previous grading, of the site was encountered in 4 of the 5 borings. The fill generally consists of stiff silty clay. As observed in OUT bonngs, fill depth ranged between approximately 1 to 5 feet below the existing grade and was observed to extend below the explored depth of 5 feet. Claystone (Formational) Native claystone deposits were observed in borings 1, 4, and 5 at depths ranging &om existing grade to 1 foot below existing grade. However, these terrace deposits are anticipated to exist below the explored depths of other borings. These deposits consist of siltstone and clay which were stiff in consistency. Groundwater Groundwater was not encountered in any of the borings to the explored depths. However, groundwater conditions may vary due to seasonal variations, local irrigation, land development, and other factors. Laboratory Testing Laboratory tests were performed on selected samples obtained from the borings and to aid in the classification of the on-site soils and to evaluate their engineering characteristics. The following tests were performed: Atterberg Limits The Atterberg Limits were determined in accordance with ASTM Test Method D423 for engineering classification of the fine-grained materials and presented in the table below: Boring 1 @3 to 12 TE-US Inc.' Stagecoach Park* 76597 * Octoher 2004 2 Particle-size Distribution Tests An evaluation of the grain-size distribution of a selected soil sample was performed in general accordance with the latest version of ASTM D422 (including -200 wash). These test results were utilized in evaluating the soil classifications in accordance with the Unified Soil Classification System. The grain-size distribution data is presented herein. RESULTS OF SOIL CLASIFICATION TESTS (ASTM D-1422, D-43 1 8, D-2487) Boringl@lto4 ft Grayish tan Clay, 113.5 17.5 (Formational) CL . . . . . ... ... . . . . . . . . . . .. .... ..... . . . . ...... .......... ...........I... ... ... . . ......... . .... . ........... . . ..... ...... . . . . . ..... ..... . . . . . . .......-. .. . . . .. .. . . .. . . . . . . . . . . , . . . . . . . . . . . .. . , . .... . . . . . .. . .. . . . .. . . . .. _. . . ._. , . . , . __. . . . . Boring2@3 to5 f3 Olive gray Clay, CL 113.0 16.5 (Fill) P- I Particle Size Distribution I Percent Finer Percent Finer I in 100 100 314 in I00 100 '!A in 100 100 318 in 100 100 #4 100 100 #I 0 99 99 #20 97 97 WO 93 94 #60 85 91 #? 00 74 87 #200 62.6 80.5 Plastic Limit 20 19 I Liquid Limit 1 45 I 46 Plasticity Index I 25 27 CL CL USCS Classification 1 I I Maximum Density Tests The maximum dry density and optimum moisture content of typical materials were determined in accordance with ASTM Test Method D1557. The results of these tests are presented in the table below: Expansion Index Tests Expansion tests were performed on representative samples of the on-site soils (note: soil portion passing the #4 sieve) which were remolded, surcharged 144 pounds per square foot, and submerged in accordance with Uniform Building Code Standard No. 18-2. The test results are summarized in the following tables. B-3 @ I to 4.5 ft (Fill) 99 (High) I B-2 @ 1 to 2.5 ft (Fill) I12 (High) RESULTS OF EXPANSION INDEX TESTS (UBC NO. 18-2) Soil Corrosivity Tests Soluble sulfate, chloride, resistively and pH tests were performed in accordance with California Test Methods 643,417 and 422 to assess the degree of corrosivity of the subgrade soils with regard to concrete and normal grade steel. RESULTS OF COKROSNITY TESTS (CTM 417, CTM 422) Resistivity (Ohm-cm) TE-US hc.* Stanecoach Park* 76597 * October 2004 4 Testing was performed in general accordance with applicable ASTM standards and California Test Methods.. Limits of Investieation Our investigation was performed using the skill and degree of care ordinarily exercised, under similar circumstances, by reputable geotechnical engineers and geologists practicing in this or similar localities. No other warranty, expressed or implied, is made as to the conclusions and professional advice included in this report. This report is prepared for the sole use of our client and may not be assigned to others without the written consent of the client and Testing Engineers-US Labs. This report is issued with the understanding that it is the responsibility of the owner, or of his representative, to ensure that the information contained herein are brought to the attention of the project architect and engineer. Appropriate recommendations should be incorporated into the structural plans. The necessary steps should be taken to see that the contractor and subcontractors cany out such recommendations in the field. The findings of this report are valid as of this present date. However, changes in the conditions of a property can occur with the passage of time, whether they are due to natural processes or the works of man on this or adjacent properties. In addition, changes in applicable or appropriate standards may occur hm legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside of our control. Therefore, this report is subject to review and should be updated after a period of three years. 0 ..... .......... ... . ... -. -_ _. __..- - .... .......... ...... ....... ... ........ ................ ... . . .... __ . - .. . , ._ -. -. Additional Serihces The review of plans and specifications, field observations and testing under our direction is recommended. If Testing Enginem-US Labs is not retained for these services, the client agrees to assume our responsibility for any potential claims that may arise during construction. Observation and testing are additional services, which are provided by our firm, and should be budgeted within the cost of development. We appreciate the opportunity to provide this geotechnical Please contact our office if you have any questions concerning Respectfully submitted, Staff Engineering Geologist MMNO/cl Disbibution: (5) Addressee Geotechnical Division Manager TE-US hc.* Stwecoach Park* 76597 * Qctobcr 2004 5 E-US Inc.* Staaecoach Park' 76597 * October 2004 6 XO 1000 2000 p Testing Engineers - U.S. Labs I I SCALE 1 :24000 1 "=2000' B *.- ", 7895 Convoy Court, Suite 18 San Diego, CA 92111 .e *.*O..'. iy %_' F Title: Project: C arlsbad-Starrecoach Park - Drwn: Contract No: Date: Figure No: MM 73779 NOTE: This figure may contain areas of color. E-US. Labs cannot be ing from black and white reproductions of this figure. 1 responsible for any subsequent misinlerprelalin d the information result- September, 2004 TE-US Inc.' Stagecoach Park' 76597 * October 2004 7 SAMPLE IDENTIFICATION GENERAL NOTES The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N Qu: QP: Mc: LL: PI: DD: V: Standard "N" penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2-inch O.D. split- spoon. Unconfined compressive strength, tsf. Penetrometer value, unconfined compressive strength, tsf. Water content, %. Liquid limit, %. Plasticity index, %. Natural dry density, PCF. Apparent groundwater level at time noted after completion. DRILLING AND SAMPLING SYMBOLS CAL: SS: BULK: Bulksample. DB: Diamond Bit. CB: CarbideBit. WS: Washed Sample. Modified California Sampler - 2 5/8" LD., 3.0" O.D., except where noted. Split-Spoon - 1 3/8" I.D., 2" O.D., except where noted. til RELATNE DENSITY AND CONSISTENCY CLASSIFICATION 0 TERM WON-COHESIVE SOILS) STANDARD PENETRATlON RESISTANCE (Sp?3 Very Loose : Loose Medium Dense Den% Very Dense 0 to 4 4to10 11 to30 31 to 50 Over 50 TEFW (COHESIVE SOILS) SPT OU - mF-j very Soft soft Medium Stiff Stiff very stiff Hard 0 to 2 2 to4 4to8 8 to 16 16 to 32 Over 32 0 -0.25 0.25 - 0.50 0.50 - 1.00 1.00 - 2.00 2.00 - 4.00 4.m PARTICLE SIZE Boulders 12 in. + Coarse Sand 5mO.6mm Silt 0.074 mm-0.005mm Cobbles 12 in -3.h Medium Sand 0.6m0.2mm Clay -0.OOSmm Gravel 3 in-5mm Fine Sand 0.2m-0.074m TE-US hc.* Stagecoach Park+ 76597 October 2004 8 .,. . Testing Engineers - U.S. Labs 7895 Convoy Court, Suite 18 , San Diego, CA 921 1 1 lb T BORING LOG City of Carlsbad - Stagecoach Park Carkbad, Califolnia REPORT DATE FJGURE CONTRACT NO. 16591 August 2004 A-1 )ATE DRILLED 8M04 BORING NO. B- 1 ;ROUND ELEVATION 213'* SHEET 1 OF 1 UETHOD DRILLING Hand Auger -0GGEDBY MM DRIVEWEIGHT N/A DROP NIA DESCRIPTION TOPSOIL: 3 inches Silty SAND w/ trace clay Dark brown, moist to wet, loose. Rootlets. Sandy CLAY I FILL: \ Gravish brown. moist. stiff. \ Mokled iron-oxide staining. I FORMATIONAL CLAYSTONE Grayish tan, damp, stiff to very stiff. Iron-oxide staining. Total Depth = 4.0 feet Groundwater not 'mcountered Backfilled on 8/2/04 a L 3ATE DRILLED 8/2/04 BORING NO. B-2 3ROUND ELEVATION 210'+ METHOD DRILLING Hand Auger LOGGED BY MM DRIVE WEIGHT N/A DROP N/A SHE= 1 OF 1 DESCRIPTION TOPSOIL: 3 inches Silty SAND w/ trace clay \ Dark brown, wet, loose. \ Abundant rootlets. I m: Silty CLAY I Total Depth = 5.0 feet Groundwater not encountered Backfilled on 8/2/04 @ Testing Engineers - U.S. Labs 7895 Convoy Court, Suite 18 San Diego, CA 921 1 1 111. mmmu BORING LOG AiimSt ?nu I r I .. - Carkbad, Calihnia CONTRACT NO. REPORT DATE FIGURE 7c.cn-I . . ..e-. DATE DRILLED 81204 BORING NO. ’ B-3 SHEET 1 OF I GROUND ELEVATION 209’* METHOD DRILLING Hand Au~er LOGGED BY MM DRIVE WEIGHT N/A DROP ’I NfA , DESCRIPTION TOPSOIL: 3 inches Silty SAND Dark brown, wet, loose. I Silty CLAY Grayish tan, moist, stiff. Mottled, clots of Clay. - FILL: Total Depth = 4.5 feet Groundwater not encountered Backfilled on 8/2/04 Testing Engineers - U.S. Labs 7895 Convoy Court, Suite 18 San Diego, CA 921 11 BORING LOG City of Carkbad - Slaeecoach Park a I a a )ATE DRILLED 8/2/04 BORING NO. B-4 ;ROUND ELEVATION 21o'f METHOD DRILLING Hand Auger -0GGEDBY MM DRIVEWEIGHT N/A DROP NIA SHEET 1 OF 1 DESCRIPTION TOPSOIL: u: CLAY Dark brown, moist, stiff. - Rootlets. clots of meenish Siltstone. * FORMATIONAL: CLAY STONE Greenish tan, damp, stiff. Total Depth = 4.0 feet Groundwater not encountered Backfilled on 8/2/04 7895 Convoy Court, Suite 18 San Diego, CA 921 1 1 t 1 DATE DRILLED 8W04 BORING NO. B-5 GROUND ELEVATION 213'* SHEET 1 OF 1 U ! 1- 8 METHOD DRILLING !E LOGGED BY MM DRIVE WEIGHT N/A DROP NIA 'u> Hand Auger LL a -1 0 DESCRIPTION TOPSOIL: - 4 inches :L Silty SAND w/ trace Clay Abundant rootlets. CLAYSTONE Dark brown, moist, stiff. Rootlets. FORMATIONAL: Total Depth = 3.5 feet Groundwater not encountered Backfilled on 8/2/04 7895 Convoy Court, Suite 18 7ClrI-l