Loading...
HomeMy WebLinkAboutSenitica Construction Inc; 2021-07-13; PWS21-1452PKSCITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS, AND TECHNICAL SPECIFICATIONS FOR POINSETTIA COMMUNITY PARK PHASE IV DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 BID NO. PWS21-1452PKS (RE-BID) - Bidding 4111, Or Revised 6/12/18 Contract No 4608 Page 1 of 136 TABLE OF CONTENTS Item Page Notice Inviting Bids 8 Contractor's Proposal 16 Certification Form 22 Bid Security Form 23 Bidder's Bond to Accompany Proposal 24 Guide for Completing the "Designation of Subcontractors" Form 25 Designation of Subcontractor and Amount of Subcontractor's Bid Items 27 Bidder's Statement of Technical Ability & Experience 28 Bidder's Statement of Technical Ability & Experience: Pre-Engineered Restroom Building 29 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 30 Bidder's Statement Re Debarment 31 Bidder's Disclosure of Discipline Record 32 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 34 Contract Public Works 35 Labor and Materials Bond 42 Faithful Performance/Warranty Bond 44 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 46 ItS• t Or- Revised 6/12/18 Contract No. 4608 Page 3 of 136 GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 49 1-2 Definitions 49 1-3 Abbreviations 53 1-4 Units of Measure 56 1-5 Symbols 57 Section 2 Scope and Control of The Work 2-1 Award and Execution of Contract 58 2-2 Assignment 58 2-3 Subcontracts 58 2-4 Contract Bonds 59 2-5 Plans and Specifications 60 2-6 Work to be Done 64 2-7 Subsurface Data 64 2-8 Right-of-Way 64 2-9 Surveying 64 2-10 Authority of Board and Engineer 68 2-11 Inspection 68 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 69 3-2 Changes Initiated by the Agency 69 3-3 Extra Work 70 3-4 Changed Conditions 73 3-5 Disputed Work 74 Section 4 Control of Materials 4-1 Materials and Workmanship 80 4-2 Materials Transportation, Handling and Storage 84 Section 5 Utilities 5-1 Location 85 5-2 Protection 85 5-3 Removal 86 5-4 Relocation 86 5-5 Delays 87 5-6 Cooperation 87 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 88 6-2 Prosecution of Work 92 6-3 Suspension of Work 93 6-4 Default by Contractor 93 6-5 Termination of Contract 94 6-6 Delays and Extensions of Time 94 6-7 Time of Completion 95 tmt Revised 6/12/18 Contract No. 4608 Page 4 of 136 6-8 Completion, Acceptance, and Warranty 96 6-9 Liquidated Damages 96 6-10 Use of Improvement During Construction 96 Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 98 7-2 Labor 98 7-3 Liability Insurance 98 7-4 Workers' Compensation Insurance 98 7-5 Permits 99 7-6 The Contractor's Representative 99 7-7 Cooperation and Collateral Work 99 7-8 Project Site Maintenance 100 7-9 Protection and Restoration of Existing Improvements 102 7-10 Public Convenience and Safety 103 7-11 Patent Fees or Royalties 109 7-12 Advertising 109 7-13 Laws to be Observed 109 7-14 Antitrust Claims 109 Section 8 Facilities for Agency Personnel 8-1 General 110 8-2 Field Office Facilities 110 8-3 Field Laboratories. Not Used. 8-4 Bathhouse Facilities. Not Used. 8-5 Removal of Facilities 111 8-6 Basis of Payment 111 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 112 9-2 Lump Sum Work 112 9-3 Payment 112 9-4 Bid Items 115 11* tat —1- Revised 6/12/18 Contract No. 4608 Page 5 of 136 SUPPLEMENTAL PROVISIONS TO PART 2 AND 3 OF THE SSPWC PART 2 CONSTRUCTION MATERIALS Section 200 Rock Materials 200-1 Rock Products 121 200-2 Untreated Base Materials 122 Section 207 Pipe 207-26 Underground Utility Marking Tape 124 PART 3 CONSTRUCTION METHODS Section 300 Earthwork 300-1 Clearing and Grubbing 126 300-2 Unclassified Excavation 126 300-3 Structure Excavation and Backfill 129 300-4 Unclassified Fill 129 300-5 Borrow Excavation 131 300-9 Geotextiles for Erosion Control and Water Pollution Control. 131 300-13 Storm Water Pollution Prevention Plan 132 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation 135 301-6 Landscape Boulders 135 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 136 306-5 Abandonment of Conduits and Structures 136 TECHNICAL PROVISIONS CSI Formatted Project Specifications Note: See Table of Contents in the Technical Provisions SUPPLEMENTAL PROVISIONS ROMTEC RESTROOM & TRELLIS 1.PLANS 2.SPECIFICATIONS 3.STRUCTURAL CALCULATIONS 4.ENERGY ANALYSIS REPORT 4f. tay. —r- Revised 6/12/18 Contract No. 4608 Page 6 of 136 APPENDICES Appendix A: Appendix B: Appendix C: Geotechnical Investigation, Poinsettia Park Dog Park & Parking Lot, Carlsbad, CA, prepared by Group Delta dated March 11, 2020 Structural Calculations, Poinsettia Community Park Phase IV, Carlsbad CA, pre- pared by Orie2 Engineers dated May 8, 2020. Stormwater Quality Management Plan, Poinsettia Community Park Phase IV Dog Park & Parking Lot, Carlsbad CA, prepared by Fuscoe Engineering, Inc. dated October 10, 2020 Appendix D: Hydrology Memorandum, Poinsettia Community Park Phase IV, Carlsbad CA, pre- pared by Fuscoe Engineering, Inc. dated October 10, 2020 111" t wo —1- Revised 6/12/18 Contract No. 4608 Page 7 of 136 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 11 a.m. on May 18, 2021, the City shall accept bids via electronic format via the City of Carlsbad Electronic Bidding Site, PlanetBids, which may be accessed at https://www.carls- badca.qov/services/depts/finance/contractina/default.asp, for performing the work as follows: The City desires to develop certain areas of the Poinsettia Community Park located at 6600 Hidden Valley Road, Carlsbad CA 92011, as defined in the Poinsettia Community Park Phase IV — Dog Park, Restroom & Parking Lot Construction Documents and Specifications. The project includes a dog park, shade structure, parking lot, restroom with attached overhead trellis, and associated site and landscape improvements. POINSETTIA COMMUNITY PARK PHASE IV DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 BID NO. PWS21-1452PKS (RE-BID) ELECTRONIC FORMAT RECEIPT AND OPENING OF BIDS: Bids will be received in electronic format (eBids) EXCLUSIVELY at the City of Carlsbad's electronic bidding (eBidding) site, at: https://www.carlsbadca.qov/services/depts/finance/contractinq/default.asp and are due by the date and time shown on the cover of this solicitation. BIDDERS MUST BE PRE-REGISTERED with the City's bidding system and possess a system-assigned Digital ID in order to submit an electronic bid. The City's electronic bidding (eBidding) system will automatically track information submitted to the site including IP addresses, browsers being used and the URLs from which information was submitted. In addition, the City's bidding system will keep a history of every login instance including the time of login, and other information about the user's computer configuration such as the operating system, browser type, version, and more. Because of these security features, Bidders who disable their browsers' cookies will not be able to log in and use the City's bidding system. The City's electronic bidding system is responsible for bid tabulations. Upon the bidder's or proposer's entry of their bid, the system will ensure that all required fields are entered. The system will not accept a bid for which any required information is missing. This includes all necessary pricing, subcontractor listing(s) and any other essential documentation and supporting materials and forms requested or contained in these solicitation documents. BIDS REMAIN SEALED UNTIL DUE DATE AND TIME. eBids are transmitted into the City's bidding system via hypertext transfer protocol secure (https) mechanism using SSL 128-256-bit security certificates issued from Verisign/Thawte which encrypts data being transferred from client to server. Bids submitted prior to the Due Date and Time are not available for review by anyone other than the submitter, who will have until the Due Date and Time to change, rescind or retrieve its bid should they desire to do so. BIDS MUST BE SUBMITTED BY DUE DATE AND TIME. Once the deadline is reached, no further submissions are accepted into the system. Once the Due Date and Time has passed, bidders, proposers, the general public, and City staff are able to ta w. —v- Revised 6/12/18 Contract No. 4608 Page 8 of 136 immediately see the results online. City staff may then begin reviewing the submissions for responsiveness, compliance and other issues. RECAPITULATION OF THE WORK. Bids shall not contain any recapitulation of the Work. Conditional Bids may be rejected as being non-responsive. Alternative proposals will not be considered unless called for. BIDS MAY BE WITHDRAWN by the Bidder prior to, but not after, the time set as Due Date and Time. Important Note: Submission of the electronic bid into the system may not be instantaneous. Due to the speed and capabilities of the user's internet service provider (ISP), bandwidth, computer hardware and other variables, it may take time for the bidder's submission to upload and be received by the City's eBidding system. It is the bidder's sole responsibility to ensure their bids are received on time by the City's eBidding system. The City of Carlsbad is not responsible for bids that do not arrive by the Due Date and Time. ELECTRONIC SUBMISSIONS CARRY FULL FORCE AND EFFECT. The Bidder, by submitting their electronic proposal, agrees to and certifies under penalty of perjury under the laws of the State of California, that the certification, forms and affidavits submitted as part of this proposal are true and correct. The bidder, by submitting its electronic bid, acknowledges that doing so carries the same force and full legal effect as a paper submission with a longhand (wet) signature. By submitting an electronic bid, the bidder certifies that the bidder has thoroughly examined and understands the entire Contract Documents (which consist of the plans and specifications, drawings, forms, affidavits and the solicitation documents), and that by submitting the eBid as its bid proposal, the bidder acknowledges, agrees to and is bound by the entire Contract Documents, including any addenda issued thereto, and incorporated by reference in the Contract Documents. BIDS ARE PUBLIC RECORDS Upon receipt by the City, bids shall become public records subject to public disclosure. It is the responsibility of the Bidder to clearly identify any confidential, proprietary, trade secret or otherwise legally privileged information contained within the proposal's General references to sections of the California Public Records Act (PRA) will not suffice. If the Bidder does not provide applicable case law that clearly establishes that the requested information is exempt from the disclosure requirements of the PRA, the City shall be free to release the information when required in accordance with the PRA, pursuant to any other applicable law, or by order of any court or government agency, and the Bidder agrees to hold the City harmless for any such release of this information. This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevoca- ble offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Depart- ment. Each bid must be accompanied by security in a form and amount required by law. The TIMV Revised 6/12/18 Contract No. 4608 Page 9 of 136 bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be sub- stituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another juris- diction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as approved by the City Council of the City of Carlsbad on file with the City Clerk's Office. The spec- ifications for the work include City of Carlsbad Standard Specifications for Public Works Construc- tion; Parts 2, 3 & 6, current edition at time of bid opening and the supplements thereto as pub- lished by the "Greenbook" Committee of Public Works Standards, Inc., all hereinafter designated "SSPWC", as amended; and Technical Specifications. Specification Reference is hereby made to the plans and specifications for full particulars and description of the work. The General Provi- sions (Part 1) to the SSPWC do not apply. Prebid Substitution Requests. A pre-bid substitution request may be submitted in accord- ance with Technical Specifications Section 002600 for items that are not included as a pre- approved manufacturer/vendor. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contrac- tors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly executed including notarization, where indicated. 1.Contractor's Proposal 2.Bidder's Bond (At Time of Bid Submit PDF Copy via PlanetBids / All Bidders). Bid Bond (Original) Due within Two Business Days After Bid Opening/ 3 Apparent Low Bidders. 3.Noncollusion Declaration 4.Designation of Subcontractor and Amount of Subcontractor's Bid 5.Bidder's Statement of Technical Ability and Experience 6.Bidder's Statement of Technical Ability and Experience: Pre-Engineered Restroom Building 7.Acknowledgement of Addendum(a) 8.Certificate of Insurance. The riders covering the City, its officials, employees and volun- teers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 9.Bidder's Statement Re Debarment irk Revised 6/12/18 Contract No. 4608 Page 10 of 136 10.Bidder's Disclosure of Discipline Record 11.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 12.Pre-Bid Meeting Certification Form BIDDER'S GUARANTEE OF GOOD FAITH (BID SECURITY) At the time of bid submission, bidders must upload and submit an electronic PDF copy of the aforementioned bid security. Whether in the form of a cashier's check, a properly certified check or an approved corporate surety bond payable to the City of Carlsbad, the bid security must be uploaded to the City's eBidding system. Within two (2) business days after the bid opening date, the first three (3) apparent low bidders must provide the City with the original bid security. Failure to submit the electronic version of the bid security at time of bid submission shall cause the bid to be rejected and deemed non-responsive. Only the three (3) apparent low-bidders are required to submit original bid security to the city within two (2) business days after bid opening date. Failure to provide the original within two (2) business days may deem the bidder non-re- sponsive. Due to COVID-19, the City of Carlsbad offices are closed to the Public. Bidder's Bid Bond (Origi- nal) will be accepted via USPS, UPS or any other courier service during regular business hours. ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1,882,206. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submit- ted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A- General Engineering. STATEMENTS OF TECHNICAL ABILITY AND EXPERIENCE FOR CONTRACTOR Bidder shall demonstrate that they are qualified for the job by providing proof of their experience and technical ability for construction in the disciplines of construction required to complete this job. Proof of Bidder's experience and technical ability (as outlined below) shall be attached to The Bidder's Statements of Technical Ability and Experience to be included with the Contractor's bid. The statement and listing of information shall include but not be limited to the successful con- struction of the following: —1- Revised 6/12/18 Contract No. 4608 Page 11 of 136 Bidder shall have successfully completed a minimum of three (3) park projects, which are each of a scope equal to or greater than this project, within the last five (5) years. The Bidder's State- ments of Technical Ability and Experience shall include a complete list of a minimum of three (3) such previous projects, including for each project: 1.Project Name 2.Location 3.Owner's Representative with telephone number and name to contact 4.Date of completion The City of Carlsbad reserves the riqht to disqualify bidders if bidder does not demonstrate the required technical ability and experience.' ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and sub- mitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Bid packages, various supplemental provisions and Contract Documents may be obtained on the City of Carlsbad website at www.carlsbadca.gov. Paper copies will not be sold. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. 71114f Revised 6/12/18 Contract No. 4608 Page 12 of 136 The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The Prime Contractor and all subcontractors shall comply with Section 1776 of the Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. MANDATORY PRE-BID MEETING A mandatory pre-bid meeting is scheduled for Tuesday, April 27, 2021 at 11 a.m., via the on- line video platform that will be emailed to all planholders registered on the City of Carlsbad Planet Bids portal. Bidders must either attend the live pre-bid meeting or view the recorded meeting or its bid will be declared non-responsive. All Bidders must confirm by signing the Cer- tification Form on page 22 that they attended the meeting or viewed the video of the meeting. A link to the video will be sent to all planholders following the meeting. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed based on the lump sum items in Schedule A and any estimated quantities of work times the unit price as shown on the Contractor's Proposal form. All bids are to be complete work including all fees, equipment, labor and materials associated with carrying out the work in accordance with plans and specifications. BIDDER'S INQUIRIES Questions on the bid documents during the bid period shall be submitted in writing, via email, solely to: Graham Jordan, Contract Administrator qrahamlordanacarlsbadca.00v Questions shall be definite and certain and shall reference applicable drawing sheets, notes, de- tails or specification sheets. Pre-bid substitution request shall be submitted to Contract Administrator in accordance with the Instructions to Bidders and Technical Specifications Section 002600 a minimum of 14 calendar days prior to bid opening. The cutoff date to submit pre-bid substitution requests or questions regarding this project is May 3, 2021. No questions will be entertained after that date. The answers to questions submitted during the bidding period will be published in an addendum and provided to those bidding on the project by May 10, 2021. to, Revised 6/12/18 Contract No. 4608 Page 13 of 136 ADDENDA 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. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project and shall extend in full force and effect and be retained by the City until they are released as stated in the General Pro- visions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1)An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2)A certified copy of the certificate of authority of the insurer issued by the insurance commis- sioner. 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 (commenc- ing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1)Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2)Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated above for all insurance companies. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. t4p-ik at -,- Revised 6/12/18 Contract No. 4608 Page 14 of 136 BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2021-001, adopted on the 12th day of January 2021. April 14, 2021 Date Graham Jordan, Deputy Clerk IPII, te, Revised 6/12/18 Contract No. 4608 Page 15 of 136 CITY OF CARLSBAD POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 4608 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE 'A' ITEM NO. DESCRIPTION UNIT ITEM COST A-1 General Conditions LUMP SUM (LS) $ 45,000.00 Forty-Five Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-2 Traffic Control LS $ 6,000.00 Six Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-3 Surveying and Construction Staking LS $ 25,000.00 Twenty-Five Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-4 Erosion Control, SWPPP Preparation, Im- plementation and Maintenance LS $ 15,000.00 Fifteen Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-5 Demolition, Clearing & Grubbing LS $ 35,000.00 Thirty-Five Thousand Dollars and Zero Cents (Lump Sum Price in Words) Revised 6/12/18 Contract No. 4608 Page 16 of 136 ITEM NO. DESCRIPTION UNIT ITEM COST A-6 Grading LS $ 100,000.00 One Hundred Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-7 Utilities and Drainage LS $ 100,000.00 One Hundred Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-8 Concrete Improvements LS $ 260,000.00 Two Hundred and Sixty Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-9 Asphalt Pavement LS $ 100,000.00 One Hundred Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-10 Fencing and Gates LS $ 57,100.00 Fifty-Seven Thousand One Hundred Dollars and Zero Cents (Lump Sum Price in Words) A-11 Shade Sail Structure LS $ 50,000.00 Fifty Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-12* Restroom & Trellis (Owner supplied materials) LS Specialty Item $ 425,000.00 Four Hundred and Twenty-Five Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-13 Site Amenities LS $ 100,000.00 One Hundred Thousand Dollars and Zero Cents (Lump Sum Price in Words)_ A-14 Landscape Boulders LS $ 20,000.00 Twenty Thousand Dollars and Zero Cents (Lump Sum Price in Words) 44PS' Revised 6/12/18 Contract No 4608 Page 17 of 136 ITEM NO. DESCRIPTION UNIT ITEM COST A-15 Electrical Improvements LS $ 263,000.00 Two Hundred and Sixty-Three Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-16 Irrigation System LS $ 115,000.00 One Hundreci and Fifteen Thousand Dollars anci Zero Cents (Lump Sum Price in Words) A-17 Planting LS $ 140,000.00 One Hundred and Forty Thousand Dollars and Zero Cents (Lump Sum Price in Words) A-18 120 Day Maintenance Period LS $ 10,500.00 Ten Thousand Five Hundred Dollars and Zero Cents (Lump Sum Price in Words) A-19 Record Drawings Allowance $4,000 Four Thousand Dollars and Zero Cents (Lump Sum Price in 1, +fords) *Indicates a specialty item for tne purposes of determining the amount of work to be self-per- formed. Total amount of bid in WORDS for Schedule 'A': One Million Eight Hundred and Seventy Thousand Six Hundred Dollars and Zero Cents Total amount of bid in NUMBERS for Schedule 'A': $ $ 1,870,600.00 Price(s) given above are firm for 90 days after date of bid opening. Note: A detailed description of bid items is provided in the General Provisions, subsection 9-4 BID ITEMS. Addendum No(s): 1 has/have been received and is/are included in this proposal. The Undersigned has carefully clecked 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. 44. 14.11, Revised 6/12/18 Contract No. 4608 Page 18 of 136 The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 940475 , classification A. C-27 which expires on 06/30/2021 and Department of Industrial Relations PWC registration num- ber 1000050484 which expires on 6/30/2021 and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1.That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2.That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is BID BOND (Cash, Certified Check, Bond or Cashier's Check) for ter percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-in- surance 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. I OW Revised 6/12/18 Contract No. 4608 Page 19 of 136 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1)Name under which business is conducted N/A (2)Signature (given and surname) of proprietor (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail IF A PARTNERSHIP, SIGN HERE: (1)Name under which business is conducted N/A (2)Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3)Place of Business (Street and Number) City and State (4)Zip Code Telephone No. (5)E-Mail Revised 6/12/18 Contract No. 4608 Page 20 of 136 IF A CORPORATION, SIGN HERE: (1)Name under which business is conducted SENITICA CONSTRUCTION, INC. (2) (Signatur TONY KASBAR, VP, 5/17/21 (Title) Impress Corporate Seal here (3)Incorporated under the laws pf the State of CA (4)Place of Business 12523 LIMONITE AVE STE #440-345 (Street and Number) City and State MIRA LOMA, CA (5)Zip Code 91752 909-486-3239 Telephone No. (6)E-Mail BIDS@SENITICA.COM NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: CHARBEL RAMEH PRESIDENT/CEO TONY KASBAR VP/CFO, SECRETARY lallf Revised 6/12/18 Contract No. 4608 Page 21 of 136 WAFAA KASBAR COMM. #2254710 z Notary Public • California g Riverside County -• Mx Comm. Expires Att 18, 20221 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 5/17/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared TONY KASBAR who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he-FM:le-if authorized capacity(ics), arid that by his/her/the-if signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) CERTIFICATION FORM (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV - DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 MANDATORY PRE-BID MEETING All Contractors are required to participate in the Mandatory Pre-Bid Meeting for the Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot project by attending the live pre- bid video meeting in person or by watching a recorded video of the meeting. Any Contractor who does not participate shall have its bid declared non-responsive. 0I certify that I attended the live mandatory pre-bid video meeting on VI I certify that I viewed the recorded mandatory pre-bid video meeting on 5/13/2021 BY CONTRACTOR: SENIT1CA CONSTRUCTION (name of CoDtr ctor) .......----- By: - \ (sign here) TONY KASBAR, VP j) (print name/title) 11.40 Revised 6/12/18 Contract No. 4608 Page 22 of 136 BID SECURITY FORM (Check to Accompany Bid) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insur- ance coverage within the stipulated time; otherwise, the check shall be returned to the under- signed. 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 an- other bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) .‘, t.4 Revised 6/12/18 Contract No. 4608 Page 23 of 136 (Signature) (SEAL) Old Republic Surety Company (SEAL) ) -1 7 22- ez ( By: -•"" Senitica Construction, Inc. Principal) (Signature) Yung T. Mullick, Attorney-in-Fact (Print Name/Title) (Print Name/Title) BIDDER'S BOND TO ACCOMPANY PROPOSAL POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 KNOW ALL PERSONS BY THESE PRESENTS: That we, Senitica Construction, Inc. , as Principal, and Old Republic Surety Company , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent of Total Bid Amount (10% of Bid) for which payment, well and truly made, we bind our- selves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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. SIGNED AND SEALED, this 12th day of May , 20 21 (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. EWER City Attorney By: Ass .tant City A orney .a.4010' 11/4f Revised 6/12/18 Contract No. 4608 Page 24 of 136 1V—AFAA KAiBiR— —1 COMM. #2254710 z Notary Public • California g Riverside County — Mt Comm. E3pires Aut,18, 20221 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 5/17/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared CHARBEL RAMEH who proved to me on the basis of satisfactory evidence to be the person(c) whose name(s) is/aFe subscribed to the within instrument and acknowledged to me that he/s14e/thc-y executed the same in histher/theic authorized capacity(ies), and that by hisThar/theif signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) rideal.arietabtfas"tfibilimathedudb.4161 IRENE LUONG Notary Public - California Orange County Commission a 2207169 My Comm. Expires Jut 27,2021 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Orange On MAY 1 2 20Z1 before me, Irene Luong , Notary Public, Date Insert Name of Notary exactly as it appears on the official seal personally appeared Yung T. Mullick Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Californi t the foregoing paragraph is true and correct. Witness my hand a Signature Sig Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the 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: Signer's Name: LI Individual El Individual Li Corporate Officer —Title(s): LI Corporate Officer —Title(s): Partner 0 Limited 0 General 0 Partner 0 Limited 0 General LI Attorney in Fact RIGHT THUMBPRINT 0 Attorney in Fact RIGHT THUMBPRINT LI Trustee OF SIGNER LI Trustee OF SIGNER El Guardian or Conservator Top of thumb here LI Guardian or Conservator Top of thumb here LI Other: LI Other: Signer is Representing: Signer is Representing: **** * * t OLD REPUBLIC SURETY COMPANY * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: James W.. Moilanen, Yung T. Muflick, Christine Hoang, Irene Luong, Emilie George, P. Austin Neff, Danielle Hanson of Mission Viejo, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii)when signed by the president. any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii)when duly executed and sealed Of a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 16th day of April STATE OF WISCONSIN, COUNTY OF VVAUKESHA - SS On this 16th day of April 2021 personally came before me Alan Pavlic and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. 44<a-441 f Notary Pubiic K.,60Asoi&- My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. ;, ,G . U.R!),;,,,,, 12th May 2021 SEAL . P.; Sigiled and sealed at the City of Brookfield, WI this day of : z •i MIS1 / . ..". * ,,' ,.,, Assist t Secret;: 2021 OLD REPUBLIC SURETY COMPANY President As at Secrela 74 9092 ORSC 22262 (3-06) Bond Exchange GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes perfor- mance of more than 50 percent of the work by subcontractors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of Cali- fornia whom the Bidder proposes to specially fabricate and install any portion of the work or im- provement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcon- tractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. rat III- Revised 6/12/18 Contract No. 4608 Page 25 of 136 Determination of the subcontract amounts for purposes of award of the contract shall be deter- mined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. test, Revised 6/12/18 Contract No. 4608 Page 26 of 136 SlIBCONTRACTOR'S BID ITEMS ,and Entail Address (844) 707-0007. (626) 334-2979 (951) 270-2999 _ (760) 29541645 (949) 770-2269 .(541) 496-3541 (760) 340-7300 Registiatiok No 1000044449 1000006160 1000015267 1000018228 1000003540 1000002582 1000009410 995035, C13 394471, A, C8 827832, A. C8, C12. C32 864076, B, C61/D34 813655, A, C10 849246. B 688087, C27 $ 220,018.45 $ 48,50100- t 17,369.00 $ 240,500.00 $ 413,074.68 $ 14,490.00 Subcontractor Name and: Location of Business SU bcontracto,s Litensel‘lo. and Classification SHADE SHELTER !NSTATLATIOS OF RR SUILOIN3 ELECTRICAL A 8 FENCE COMPANY INC, BEAUMONT. CA 92223 mARTINEz CONCRETE INC, AZUSA, CA 91702 PRESTIGE STRIPING SERVICES INC, CORONA, CA 92842 01:AY 061:11‘1DATIONS1146VISTkdA 92633 R M F CONTRACTING INC. LAKE FOREST, CA 92630 ROMTEC INC,,ROSEBURG, OR 97470 Page pages of.this Subcontractor Designation form * Pursuant to section 4104. (a)(3)(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: ani k' Revised 6/12/18 Contract No. 4608 Page 27 of 136 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM fit PARKING LOT CONTRACT NO. 4608 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. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contract Amount of Contract Type of Work ATTACHED, NEXT PAGE BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) •POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. ‘0 111Y Revised 6/12/18 Contract No. 4608 Page 28 of 136 Contract Final Completed Contact Rtifer41,40g0tVotY Pro-e" It CootOct Amounts , laid OpenrSpace*triet $809,631 $831,033 2020 Analicia Gomez Senior Plattner 951-955-6998 a n al Maarimez2R1VC.0.0 RG Contractor Experience 1 4 •:- ., tionpleted Projects & Contract Aniounts ; Contract Final _ „' . 4-- :,:li: , Completed: Contact Title Phone E-mail $268647 $299,380 2020 Charity Flemandez Princi al Project Manager (909 395-2289 rho nande2th sa tarioca .. • •Il-- e .. .... Contract Final Corn leted Contact. Title Phone E-mail $317,000 $382 600 2019 John Herrera Manager of Facilities & Municipal Services (909) 395-2623 errereiOntarioca gov titz'OCLaltatit ,t,,..j.7: CO leted Piii'' & COntract Amounts . , > -'1. 141;"' i Contract Final Completed Contact Title.. Phone E-mail $183,000 $183,000 2020 Taylor Abernathy Frincipi Civil Engineer (949) 461-3490 taiNriiohy..fr214c1.‘prctilCO, f.',Py "..^.^.^. CifYIeltita..,',."-- , — • • . ,. ,. ' , Completed Pro'eeta..& Contract Amennts . :. ,.. Contract Final Completed Contact • Title Phone E-mail . $181,000 . $18L844 2019 pill Bovidus Public Works Superintendent (714) 990-7694 bAlltriicj, l.n:,..a. cuts Sall'OtrAffcliii6 rtatiOn..AtithOt*(SliC • t‘ ' CoPro'eete & Contriet Amounts 7-:1, . --- _ ,- - ' ,...; ... ,•-:7. ',-,-., ':`,::. v ' _ ContractFinal Completed Contadt • Title Phone E-mail S47,792 $47,792 2019 Victor Lopez Program Manager, Transit eeRail Programs (909).884-8276 vlop,.-zii.',!iosbcta cot 9!..erige AnnitatiOn Distrte( ,,,,, .. Completed' rojects*fContrace.Amourita:' UO,3ta‘ - Contract Final Completed Contact Title. Phone F-mail $17,900 $19,900 2019 Steven R. Speakman , Senior Engineer. (714) 593-7398 sspegkrnatt(ti/OC81).COM . ,. - ;.....-;‘... Cott edwo-ects & Contract .41llourits....,':, • , Contract Mali Completed. Contact Title IPhone E-mail $390,800 $394,200 2021 Nick Mangkalakiri SenieCivil Engineer 1(714) 229-6729 nip an glialgicyp icssc ri.oro Contact s ,. ''''';/Y,.:: .•;. Z.., .,.." l' i';:-i•i: , ;Z:.?,;l:.:?..,',:.:i.j li, ' f.''. ' ' Contract Final Completed Title Phone E-mail $262,000 $280,050. 2018 Nick Mangkalakiri Senior Civil Engineer (714) 229-6729 itiOrigts.a.10!cvnT.P.S..tor2 Additional Trade References Atajlt7S'belGtoo, Contact: lieffR Chamlee, Director of Production Phone: (951) 415168 icharnleAarchiterradesianeyoun.com Ii Greg Miller (954) 227-344$ Contact: Phone: greirrn'ai±v coin .• 'contact: Ruben 00ozales Phone; (951) 213-7884 E-mail: : • ru ben. P,0712ai es,.i.ilstilibe I tre Mats. coin 'MS Contact: Paul Salazar Phone. , (951) 830-9583 E-mail: psaarT9Jl)cQjg *a* Contact Laurie Young Phone: 'i!] laur ieyoung(rIgtoWei sales. arin (805) 231-369$;.! BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE FOR PRE-ENGINEERED RESTROOM BUILDING (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 The Bidder or designated subcontractor is required to submit references demonstrating technical ability and experience for installation of at least three (3) previous pre-engineered restroom build- ings within the last five (5) years, as specified in Technical Specification Section 13 34 23 — Pre- Engineered Restroom Building, Part 3 — Building Installer Scope. References shall include the name of project owner and/or project manager with telephone num- bers; project name and location; date of installation; type of pre-engineered restroom (i.e. Romtec, or other); and any other information which will enable the City to judge his/her responsibility, ex- perience, technical ability and skill. Provide this as the cover sheet and include attachments to demonstrate. The City of Carlsbad reserves the right to disqualify bidders if the required technical ability and experience is not established. 4°1) Revised 6/12/18 Contract No. 4608 Page 29 of 136 Scope of Supply and Services ROMTEC) POINSETTIA PARK RESTROOM *INSTALLATION ONLY* Carlsbad, California May 10, 2021 *DESKiN.ATED SUBCONTRACTOR Memorial Park Loma Mar, CA Finished: 3/22/2021 Contact: Mike Wasserman Vice President Capital Program Management (CPM) 916-779-5926 4 Del Valle Regional Park Livermore, CA Finished: 1/11/2018 Contact: Erik Forstreuter Construction Inspector East Bay Regional Park District 510-812-4988 Millenia Park Chula Vista, CA Finished: 8/25/2020 Contact: Todd Galarneau Executive Vice President Meridian Development 619-794-1204 14 PUBLIC RESTROOM " COMPANY Building Better Places To,Go..5" June 7, 2018 Tony Kasbar Senitica Construction 7290 Altizet Court Corona, CA 92880 Re: Letter of Recommendation To Whom: It May Concert-it This letter is to recommend Tony Kasbar at Senitica Construction. We have had the pleasure of doing many projects together over the past 6+ years while he was at another firm. He is a well- qualified and competent general contractor and every project we worked on together was performed with efficiency, safety, and quality in mind. I look forward to working on future project with Tony and his staff Please reach out:tome with any specific ques‘tions. Respectfully, Chad Kaufman Vice President of Sales and Marketing GC HISTORY - EXTENSIVE EXPERIENCE WITH PRE-ENGINEERED RESTROOM BUILDING'S. THIS LETTER IS A REFERENCE ONLY. PUBLIC RESTROOIV.1 COMPANY IS NOT PROVIDING ANY LABOR, . EQUIPMENT, MATERIALS OR SERVICES ON THIS PROJECT. 2587 Business Parkway 1 Minden, NV 894231 www.PublicPestrooniQompany.cprn p: 888-888-206o f: 888-888-1448 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 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: o Comprehensive General Liability o Automobile _lability El Workers Compensation O Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of in- surance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1)Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2)Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. it 1111/1 Revised 6/12/18 Contract No. 4608 Page 30 of 136 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. 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). PRODUCER License # 0M93299 Pinnacle Brokers - Southern California 18302 Irvine Blvd., Suite 250 Tustin, CA 92780 INSURED Senitica Construction, Inc. 7290 Altizer Court Corona, CA 92880 CONTACT AI 10E; (A/C. No, Ext): (714) 665-8700 PHONE FAX (A/C, No);(925) 952-8681 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAM # INSURER A : Financial Pacific Insurance Company 31453 INSURER B: State Compensation Insurance Fund INSURER C: INSURER D: INSURER E: INSURER F: SENICON-01 JBANKER .e%C*C3PRE)' CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DIO(YYTY) 6/23/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF IMM/DDlrlYYI POLICY EXP (MOD/Ts/TY' LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE ry, I OCCUR 60505500 6/13/2021 6/13/2022 Parair EI:Eorggence) g 100,000 MED EXP (Any one person) 5,000 $ PERSONAL & ADV INJURY 1,000,000 $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 $ POLICY x Tpf ri LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: Poll. Legl. Lia $ 100,000 A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ X ANY AUTO 60505500 6113/2021 6/13/2022 BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ X _ HIRED AUTOS ONLY X t;a logra P_ROPERTY DAMAGE _c_P.- accident) S S A X _ UMBRELLA LIAB X _ OCCUR EACH OCCURRENCE S 2,000,000 EXCESS LIAB CLAIMS-MADE 60505600 6/13/2021 6/13/2022 AGGREGATE S 2,000,000 X DED I RETENTION $ 0 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY x I PER STATUTE 0TH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N ,, y N/A 923?. -.93 6/22/2021 6/22/2022 E.L. EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ A Equipment Floater 60505500 6/1312021 6/13/2022 Rented/Leased/Borrow 100,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mo e space is required) Project: Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot, BID NO. PWS21 1452PKS (Re-bid); CONTRACT NO. 4608 The City of Carlsbad, its officials, employees and volunteers are additional insured with regards to the operations of the named insured for project referenced above per attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services PO Box 4668 - EMC #35050 New York, NY 10163-4668 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy number: 60505500 COMMERCIAL AUTO CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGE INDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense - Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair — Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 (Temporary Substitute Auto Physical Damage) A.TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction B.BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. e. Any organization that is acqui ad or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1)That is a joint venture or partnership, (2)That is an "insured" under any other policy, (3)That has exhausted its Limits of Insurance under any other policy, or (4)180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1)Currently in effect or becoming effective during the term of this policy; and (2)Executed prior to the "bodily injury" or "property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the cove -ed "autos" at the location(s) designated, if any. Coverage provided by this enthrsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION II. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury": a.To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b.To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c.For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d.Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with thi: following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a.For private passenger type vehicles we will pay up to $100 per disablement. b.For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of $1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense — Theft) c.Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is $5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 (Rental Reimbursement and Additional T ransportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a)The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b)30 days. (3) Our payment is limited to the lesser of the following amounts: (a)Necessary and actual expenses incurred; or (b)$75 per day. (c)This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d)If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "insured". (Personal Properly of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any othe, collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE: (Audio, Visual and Data Electronic Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per "loss" is increased to $5,000 per "loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at the time of the "loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of $500 for early termination fees or penalties on the lease or loan for a covered"auto" less: a.The amount paid under the Physical Damage Coverage Section of the policy; and b.Any: (1)Overdue lease / loan payments at the time of the "loss"; (2)Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3)Security deposits not returned by the lessor; (4)Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5)Carry-over balances from previous loans or leases. (Glass Repair— Deductible Amendment) H. GLASS REPAIR — DEDUCTIBLE SECTION III — PHYSICAL DAMAGE COVERAGE — D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident, Claim, Suit or Loss) I. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions the following is added to paragraph 2. Duties In The Event of Accident, Suit or r .oss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or "loss" has been received by: (1)You, if you are an individual; (2)Any partner or insurance manager if you are a partnership; (3)An executive officer or insurance manager, if you are a corporation; (4)Your members, managers or insurance manager, if you are a limited liability company; or (5)Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or "property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, )r failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph Lb. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a)Any Covered "auto" you lease, hire, rent or borrow; and (b)Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a)$75,000 per accident, or (b)actual cash value at the time of loss, or (c)cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission: CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3)This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4)Definitions For This Section (a)Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b)Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. (Mental Anguish) M.MENTAL ANGUISH Under SECTION V — DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N.EXTENDED CANCELLATION CONDIT'ON Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 COMMERCIAL AUTO CA04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1.Such "insured" is a Named Insured under such other insurance; and 2.You have agreed in writing in a contract or agreement that this insurame would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1.Such "insured" is a Named Insured under such other insurance; and 2.You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 0 Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: 60505500 CG 20 1OR 12 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (WITH LIMITED COMPLETED OPERATIONS COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART BUSINESSOWNERS COVERAGE FORM SCHEDULE NAME OF PERSON OR ORGANIZATION Any person or organization to whom or to which the named insured is obligated by a virtue of a written contract to provide insurance that is afforded by this policy. Where required by contract, the officers, officials, employees, directors, subsidiaries, partners, successors, parents, divisions, architects, surveyors and engineers are included as additional insureds. All other entities, including but not limited to agents, volunteers, servants, members and partnerships are included as additional insureds, if required by contract, only when acting within the course and scope of their duties controlled and supervised by the primary (first) additional insured. If an Owner Controlled Insurance Program is involved, the coverage applies to off- site operations only. If the purpose of this endorsement is for bid purposes only, then no coverage applies. WHO IS AN INSURED: (Section II) This section is amended to include as an insured the person or organization within the scope of the qualifying language above, but only to the extent that the person or organization is held liable for your acts or omissions in the course of "your work" for that person or organization by or for you. The "products- completed operations hazard" portion of the policy coverage as respects thl additional insured does not apply to any work involving or related to properties intended for residential or habitational occupancy (other than apartments). This clause does not affect the "products- completed operations" coverage provided to the named insured(s). WAIVER OF SUBROGATION: We waive any right of recovery, when required by written contract, that we may have against the person or organization within the scope of CG 20 1OR 12 13. the qualifying language above because of payments we make for injury. LOCATION OF JOB: The job location must be within the State of domicile of the named insured, or within any contiguous State thereto. DESCRIPTION OF WORK: The type of work performed must be that as described under classifications in the CGL Coverage Part Declarations. PRIMARY CLAUSE: When this endorsement applies and when required by written contract, such insurance as is afforded by the general liability policy is primary insurance and other insurance shall be excess and shall not contribute to the insurance afforded by this endorsement. EXCLUSION This insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of an architect's, engineer's or surveyor's rendering or failure to render any professional services, including: 1.The preparing, approving, or failing to prepare or approve, maps, designs, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and 2.Supervisory, inspection, architectural or engineering activities. Endorsement EFFECTIVE DATE: SEE DEC Endorsement EXPIRATION DATE: SEE DEC Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 1)Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2)If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. N/A party debarred N/A agency N/A party debarred agency period of debarment period of debarment BY CONTRACTOR: SENITICA CONSTRUCTION (name of ontractor) By: (sigr here TONY KASBAR, VP? (print name/title) Page I of pages of this Re Debarment form vOr Revised 6/12/18 Contract No. 4608 Page 31 of 136 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1)Have you ever had your contractor's license suspended or revoked by the California Contrac- tors' State license Board two or more times within an eight year period? X yes no 2)Has the suspension or revocation of your contractor's license ever been stayed? N/A yes no 3)Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? N/A yes no 4)Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the W irk ever been stayed? N/A yes no 5)If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. N/A (If needed attach additional sheets to provide full disclosure.) Page 1 of 2 pages of this Disclosure of Discipline form it 1 .11Y Revised 6/12/18 Contract No. 4608 Page 32 of 136 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: SENITICA CONSTRUCTION (name of Contract By: (sign here) TONY KASBAR, VP (print name/title) 1 Page of pages of this Disclosure of Discipline form i f% 7.11/7 Revised 6/12/18 Contract No. 4608 Page 33 of 136 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 The undersigned declares: I am the VINCF0 AND SECRETARY of SENITICA CONSTRUCTION, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, com- pany, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirecti induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in Ei sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partner- ship, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby repre- sents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 17T1-1 DAY OF MAY 20 21 at RIVERSIDE [city] CA [state]. Signature of Bidder 4. 711111, Revised 6/12/18 Contract No. 4608 Page 34 of 136 1 WAFAA KASBAR I COMM. #2254710 z a Notary Public • California ,3 Z Riverside County ••• M Comm. Ex • ires . 18,2022 WITNESS my hand and official seal. Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 5/17/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared TONY KASBAR who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/awe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ics), and that by histhef/thei-F signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PE:JURY under the laws of the State of California that the foregoing paragraph is true and correct. CONTRACT PUBLIC WORKS This agreement is made this 1?› day of Lit IAA 2021, by and between the City of Carlsbad, California, a municiparcorporation, (hereinafter called "City"), and Senitica Construction, Inc. whose principal place of business is 12523 Limonite Ave- nue, Suite 440-345, Mira Loma, California 91752 (hereinafter called "Contractor"). City and Contractor agree as follows: 1.Description of Work. Contractor shall perform all work specified in the Contract docu- ments for: POINSETTIA COMMUNITY PARK PHASE IV - DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 (hereinafter called "project") 2.Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3.Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Noncollusion Declaration, Designation of Subcontrac- tors, Technical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contrac- tor'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 nd binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this cpridition of the Contract will not relieve responsibility of compli- ance. 4.Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress pay- ments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. 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 tat —1- Revised 6/12/18 Contract No. 4608 Page 35 of 136 may be done by Contractor, whether anticipated or not, in order to overcome underground condi- tions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Ocher Unusual Conditions. If the contract involves digging trenches or other excavations thE:t extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A.Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B.Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C.Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous wasts, 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 require- ments 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 eligi- bility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with Cali- fornia Labor Code, section 1776, which generally requires keeping accurate payroll records, ver- ifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. illfrt t i —v- Revised 6/12/18 Contract No 4608 Page 36 of 136 9.Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. De- fense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10.Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy AE 70. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a.Commercial General Liability (CGL) Insurance: Insurance written on an "occurrence" ba- sis, including products-completed operations, personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b.Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c.Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. 4pir my- Revised 6/12/18 Contract No. 4608 Page 37 of 136 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 com- pany 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 volunters. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c.Any failure to comply with reporting provisions of the policies shall not affect coverage pro- vided to the City, its officials, employees or volunteers. d.Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C)Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in cov- erage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D)Deductibles and Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E)Waiver of Subrogation. All nolicies 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 sub- contractors shall be subject to all of the requirements stated herein. (G)Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H)Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorse- ments 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. tadt Revised 6/12/18 Contract No. 4608 Page 38 of 136 (I)Cost of Insurance. The Co.-1- of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by Contractor shall be resolved in accordance with Public Contract Code section 9204, which is incorporated by reference. A copy of Section 9204 is in- cluded in Section 3 of the General Provisions. In addition, 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 ref- erence. A copy of Article 1.5 is included in Section 3 of the General Provisions. In the event of a conflict between Section 9204 and Article 1.5, Section 9204 shall apply. Notwithstanding the pro- visions 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 antici- pation of litigation or in conjunction with litigation. (B)False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C)Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims t s,t, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate igno- rance of the false information or in reckless disregard of the truth or falsity of the information. (0) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E)Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F)Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G)Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H)Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. init 77 ç init 1 2. Maintenance of Record;. 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 prin- cipal place of business as specified above, Contractor shall so inform the City by certified letter —r- Revised 6/12/18 Contract No. 4608 Page 39 of 136 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 substi- tuted 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.Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or sub- contractor offers and agrees to a ,isign to the awarding body all rights, title, and interest in and to all causes of action it may have inder Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (Gommencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursu- ant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16.Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 111 ffl ffl /11 III ffl /11 III HI ffl ffl 1/1 III 4PS' ta —r- Revised 6/12/18 Contract No. 4608 Page 40 of 136 CELIA A. BREWER City Attorney By: 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) BAD ,p municipal corporation lit 7 ft Hall, Mayor CITY OF CA of the State CONTRACTOR: SENITICA CONSTRUCTION, INC. (n,me of ontractor) By: '1 ATTEST: By: (sign here) 4,/i//2/ ivic?fim,peAmAr o CHARBEL RAMEH, PRESIDENT/CEO (pri1, name and title) Barbara Englea , City Clerk jy By: (sign h e)aVig/ TONY KASBAR, VP CFO, SECRETARY (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: Ass tant City Attorney I' Revised 6/12/18 Contract No. 4608 Page 41 of 136 WAFAAKASSAR — :- COMM. #2254710 z Notary Public - California g Riverside County Mt Comm. byires Auk 18, 2022 t ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 6/24/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared CHARBEL RAMEH AND TONY KASBAR who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) subscribed to the within instrument and acknowledged to me that hats-helthey executed the same in 11/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) PREMIUM INCLUDED IN PERFORMANCE BOND COST BOND NO. VVCN5425676 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Senitica Construction, Inc. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 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, Senitica Construction, Inc. , as Principal, (hereinafter designated as the "Contractor"), and Old Republic Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million eight hundred seventy thousand six hundred Dollars ($1,870,600), 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, exec- utors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontrac- tors 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 9100, 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 Develop- ment 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 attor- ney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. 41%,t t a Revised 6/12/18 Contract No. 4608 Page 42 of 136 (Print Name & Title) (Print Name & Title) June , 20 21 SIGNED AND SEALED, this 23rd day of (Surety) Senitica Construction, Inc. (SEAL) Old Republic Surety Company (Principal) Emilie George, Attorney-in-Fact (SEAL) CELIA A. EWER City Attorney By: 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. (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY - ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: Assistant City orney 4F. tu4: Revised 6/12/18 Contract No. 4608 Page 43 of 136 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 6/24/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared TONY KASBAR who proved to me on the basis of satisfactory evidence to be the person(-$ whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/she/they-executed the same in his/her/their authorized capacity(tc,,, and that by his/her/their signature-s} on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. WAFAA KASBAR COMM. #2254710 z Notary Public • California Riverside County — Comm. Expires Aug.18,2022 Signature (Seal) WITNESS my hand and official seal. Signature (Seal) J. SMITH Nocary Public • California Orange Cooty • Commission 2358196 my Comrn, Expires may 19, 2025 CALIFORNIA NOTARY ACKNOWLEDGEMENT (INDIVIDUAL) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE on JUN 2 3 021 before me, J. SMITH, NOTARY PUBLIC (insert name and title of the officer), personally appeared Emilie George , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Copyright C) 2018 NotaryAcknowledgement.com. All Rights Reserved. jc Seek. .'convour, k 4 5. SEAL OLD REPUBLIC SURETY COMPANY As • 414LC:14 Ai ll-A3 ntsccrei. affixed this 16th day of April 2021 President June Assist t Secretd 2021 **** * * OLD REPUBLIC SURETY COMPANY * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: James W.. Moilanen, Yung T. MuHick Christine Hoang, Irene Luong, Emilie George. P. Austin Neff, Danielle Hanson of Mission Viejo, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii)when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii)when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 16th day of April 2021 personally came before me Alan Pavlic and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. AlvANON-K. Legoilsot4-. Notary Pubiic My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. sunt,-6, ',0111,01,44 ' SEAL. ; WIN 74 9092 ORSC 22262 (3-66) Bond Exchange Signed and sealed at the City of Brookfield. WI this 23rd day of N? 5410 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority Tins Is TO CERIa Y, That, pursuant to the insurance Code of the State of California, Old Republic Surety Company of Brookfield, Wisconsin , organized under the laws of Wisconsin , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY, LIABILITY and MISCELLANEOUS as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Mrs CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrATEss WHEREOF, effective as of the 14th day of Deceml-,,cr , 19 90 , I have hereunto set my hand and caused my official seal to be affixed thi14_th day of December ,19 90 By Qualification with the Secretary of State must be accomplished as required by the California Corporatio i. Code promptly after issuance of this Certificate of Authority. Failure to do so will be a 'violation of Ins. Code Sec. 701 and will be grounds for revolting this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. romecia.s 81384651 PREMIUM SUBJECT TO CHANGE BASED ON FINAL CONTRACT PRICE BOND NO. WCN5425676 PREMIUM: $37412.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Senitica Construction, Inc. (hereinafter designated as the "Principal"), a Contract for: POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 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, Senitica Construction, Inc. , as Principal, (hereinafter designated as the "Contractor"), and Old Republic Surety Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of one million eight hundred seventy thousand six hundred Dollars ($1,870,600), 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, exec- utors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. ta rt —y- Revised 6/12/18 Contract No. 4608 Page 44 of 136 CELIA A. BREWER City Attorney By: Assistant City Attorney 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. SIGNED AND SEALED, this 23rd day of June , 20 21 Senitica Construction, Inc. (SEAL) Old Republic Surety Company (Princi I) (Surety) (SEAL) By: By: (Sig at e) (Sig atur , CAA FS 2 Emilie George, Attorney-in-Fact (Print Name Title) (Print Name & Title) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY — ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: tu4 Revised 6/12/18 Contract No. 4608 Page 45 of 136 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of RIVERSIDE On 6/24/2021 before me, WAFAA KASBAR, NOTARY PUBLIC (insert name and title of the officer) personally appeared TONY KASBAR who proved to me on the basis of satisfactory evidence to be the person(e) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he414e/they-executed the same in histherltheir authorized capacity(-ies), and that by his/her/their signatureks) on the instrument the person(-0, or the entity upon behalf of which the personW acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. WAFAA KAMP COMM. #2254710 cc Notary Public • California 41 Riverside County ••• M Comm. Ex ires A , 18, 2022 Signature (Seal) J. swim Notary Pubiic - California Orange County Commission 4 2358196 My Comm, Expires May 19, 2025 CALIFORNIA NOTARY ACKNOWLEDGEMENT (INDIVIDUAL) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORANGE On JUN 2 3 2021 before me, J. SMITH, NOTARY PUBLIC (insert name and title of the officer), personally appeared Emilie George , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Copyright 0 2018 NotaryAcknowledgement.com. All Rights Reserved. affixed this 16th day of April nt441t 4)1)Secreta As 2021 OLD REPUBLIC SURETY COMPANY President OLD REPUBLIC SURETY COMPANY * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: James W.. Moilanen, Yung T. Mullick, Christine Hoang, Irene Luong, Emilie George, P. Austin Neff, Danielle Hanson of Mission Viejo, CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto Of a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president: any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii)when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii)when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 16th day of April 2021 personally came before me Alan Pavlic and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. CERTIFICATE Aoutitt.1(• 110604- Notary Pubhc My Commission Expires: September 28, 2022 (Expiration of notary's commission does not invalidate this instrument) I. the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney rernaios in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in forne. 4, '011,0,0, • SEAL . Signed and sealed at the City of Brookfield: WI this 23rd day of Assists t Secret:, 74 9092 ORSC 22262 (3-061 Bond Exchange June 2021 N? 5410 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CKEtTLFY, That, pursuant to the Insurance Code of the State of California, Old Republic Surety Company of Brookfield, Wisconsin 5 organized under the laws of Wisconsin 5 subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY, LIABILITY and MISCELLANEOUS as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tars CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrarrEss WHEREOF, effective as of the_ 14th _day Docombcr of , /9 90 , I have hereunto set my hand and caused my official seal to be affixed this__1 day at December „19 90, By NOTICE. Qualification with the Secretary of State must be accomplished as required by the California Corporatio Code promptly after issuance of thic Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and wili be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Fmm 013-5 88 84651 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fol- lows: 1.Pursuant to section 22300 of the Public Contract Code of the State of California, the Contrac- tor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for POINSETTIA COMMUNITY PARK PHASE IV — DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. 4608 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make pay- ments 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 market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2.The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3.When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into secu- rities. 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 Es- crow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5.The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. fad" —r- Revised 6/12/18 Contract No. 4608 Page 46 of 136 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 Con- tractor. 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 com- plete 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 pur- suant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the secu- rities and interest as set forth above. 10.The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address 1635 Faraday Avenue, Carlsbad, CA 92008 For Contractor: Title For Escrow Agent: Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. or t at —1- Revised 6/12/18 Contract No. 4608 Page 47 of 136 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title MAYOR Name Signature Address 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Title Name Signature Address For Escrow Agent: Title Name Signature Address Revised 6/12/18 Contract No. 4608 Page 48 of 136 GENERAL PROVISIONS FOR POINSETTIA COMMUNITY PARK PHASE IV - DOG PARK, RESTROOM & PARKING LOT CONTRACT NO. CIP 4608 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS — Unless otherwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Engineer. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be un- derstood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. 1-1,3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import at-A 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 ap- proval, acceptance, or similar import of the Engineer is intended. 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. t/‘', 14 Revised 6/15/17 Contract No. 4608 Page 49 of 136 Contractor — The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perform the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" shall mean Contractor. Contract Price — The total amount of money for which the Contract is awarded. Contract Unit Price — The amount stated in the Bid for a single unit of an item of work. County Sealer — The Sealer of Weights and Measures of the county in which the Contract is let. Days — Days shall mean consecutive calendar's days unless otherwise specified. Deputy City Engineer, Construction Management & Inspection —The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Dispute Board — Persons designated by the City Manager of the City of Carlsbad or Executive Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute resolution. Electrolier — Street light assembly complete, including foundation, standard, luminaire arm, lumi- naire, etc. Engineer — The City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Geotextile — Synthetic fiber used in civil engineering applications, serving the primary functions of separation and filtration. House Connection Sewer — A sewer, within a public street or right-of-way, proposed to connect any parcel, lot, or part of a lot with a mainline sewer. House Sewer — A sewer, wholly within private property, proposed to connect any building to a house connection sewer. Luminaire — The lamp housing including the optical and socket assemblies (and ballast if so specified). Luminaire Arm — The structural member, bracket, or mast arm, which, mounted on the standard, supports the luminaire. Minor Bid Item — A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification — Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. •Notice of Award — The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. 0. ta. —T- Revised 6/15/17 Contract No. 4608 Page 51 of 136 Standard Specifications — The Standard Specifications for Public Works Construction (SSPWC), the "Greenbook". State — State of California. Storm Drain — Any conduit and appurtenances intended for the reception and transfer of storm water. Street — Any road, highway, parkway, freeway, alley, walk, or way. Subbase — A layer of specified material of planned thickness between a base and the subgrade. Subcontractor — An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Subgrade— For roadways, that portion of the roadbed on which pavement, surfacing, base, sub- base, or a layer of other material is placed. For structures, the soil prepared to support a structure. Supervision — Supervision, where used to indicate supervision by the Engineer, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement — A written amendment of the Contract Documents signed by both parties. Supplemental Provisions — Additions and revisions to the Standard Specifications setting forth conditions and requirements peculiar to the work. Surety— Any individual, firm, or corporation, bound with and for the Contractor for the acceptable performance, execution, and completion of the Work, and for the satisfaction of all obligations incurred. Tonne—Also referred to as "metric ton". Represents a unit of measure in the International System of Units equal to 1,000 kilograms. Utility — Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers, or storm drains owned, operated, or maintained in or across a public right of way or private ease- ment. Work— That which is proposed to be constructed or done under the Contract or permit, including the furnishing of all labor, materials, equipment, and services. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Standard Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. fk.4 Revised 6/15/17 Contract No. 4608 Page 53 of 136 High or height HB Hose bib HC House connection HDWL Headwall HGL Hydraulic grade line HORIZ Horizontal HP Horsepower HPG High pressure gas HPS High pressure sodium (Light) HYDR Hydraulic I E Invert Elevation ID Inside diameter INCL Including INSP Inspection INV Invert IP Iron pipe JC Junction chamber JCT Junction JS Junction structure JT Joint Length LAB Laboratory LAT Lateral LB Pound LD Local depression LF Linear foot LH Lamp hole LL Live load LOL Layout line LONG Longitudinal LP Lamp post LPS Low pressure sodium (Light) LS Lump sum LTS Lime treated soil LIND Leucadia Wastewater District MAI NT Maintenance MAX Maximum MCR Middle of curb return MEAS Measure MH Manhole, maintenance hole MIL SPEC Military specification MISC Miscellaneous MOD Modified, modify MON Monument MSL.. Mean Sea Level (Reg. Standard Drawing M-12) MTI5M Microtunneling Boring Machine M U LT Multiple MUTCD Manual on Uniform Traffic Control Devices MVL Mercury vapor light NCTD North County Transit District NRCP Nonreinforced concrete pipe OBS Obsolete OC On center OD Outside diameter OE Outer edge OHE Overhead Electric OMVVD Olivenhain Municipal Water District OPP Opposite ORIG Original PB Pull box PC Point of curvature PCC Portland cement concrete or point of compound curvature PCVC Point of compound vertical curve PE Polyethylene PI Point of intersection PL Property line PMB Processed miscellaneous base POC Point on curve POT Point on tangent PP Power pole PRC Point of reverse curve PRVC Point of reverse vertical curve PSI Pounds per square inch PT Point of tangency PVC Polyvinyl chloride PVMT Pavement PVT RAN Private right-of-way Rate of flow in cubic feet per second QUAD Quadrangle, Quadrant Radius R&O Rock and oil RNV Right-of-way RA Recycling agent RAC Recycled asphalt concrete RAP Reclaimed asphalt pavement RBAC Rubberized asphalt concrete RC Reinforced concrete RCB Reinforced concrete box RCE Registered civil engineer RCP Reinforced concrete pipe RCV Remote control valve REF Reference REINF Reinforced or reinforcement RES Reservoir RGE Registered geotechnical engineer ROW Right-of-Way RR Railroad RSE Registered structural engineer RTE Registered traffic engineer Sewer or Slope, as applicable SCCP Steel cylinder concrete pipe SD Storm drain SDNR San Diego Northern Railway SDR Standard thermoplastic pipe dimension ratio (ratio of pipe O.D. to minimum wall thickness) SD RSD San Diego Regional Standard Drawings SE Sand Equivalent SEC Section SF Square foot SFM Sewer Force Main SI International System of Units (Metric) SPEC Specifications SPPWC Standard Plans for Public Works Construction SSPWC Standard Specifications for Public Works Construction ST HVVY State highway STA Station STD Standard STR Straight STR GR Straight grade STRUC Structural/Structure SW Sidewalk SVVD Sidewalk drain SY Square yard ..... . . TaI4,phope TAN Tangent TC Top of curb TEL Telephone ink —1- Revised 6/15/17 Contract No. 4608 Page 55 of 136 1-4.2 Units of Measure and Their Abbreviations. U.S. Customary Unit (Equal To) SI Unit (Abbreviations) (Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (p.m) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1.6093 kilometer (km) 1 square foot (ft2) 0.0929 square meter (m2) 1 square yard (yd2) 0.8361 square meter (m2) 1 cubic foot (ft3) 0.0283 cubic meter (m3) 1 cubic yard (yd3) 0.7646 cubic meter (m3) 1 acre 0.4047 hectare (ha) 1 U.S. gallon (gal) 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (lb) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 lb avoirdupois) 0.9072 Tonne (= 907 kg) 1 Poise 0.1 pascal • second (Pa • s) 1 centistoke (cs) 1 square millimeters per second (mm2/s) 1 pound force (lbf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) 1 pound force per foot (lbf/ft) 1.4594 Newton per meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (N) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit (°F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F — 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) 103 centi (c) 10.2 milli (m) 10-3 micro (ii) 10-6 nano (n) 10-9 pico (p) 10-12 1-5 SYMBOLS Delta, the central angle or angle between tangents Angle cyo Percent Feet or minutes Inches or seconds 1 Number per or (between words) 0 Degree PL Property iine CL Centerline SL Survey line or station line 411-W ta, —1- Revised 6/15/17 Contract No. 4608 Page 57 of 136 Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The Board shall be the sole body for determination of a violation of these provisions. In any proceed- ings under this section, the prime contractor shall be entitled to a public hearing before the Board and shall be notified ten (10) days in advance of the time and location of said hearing. The deter- mination of the City Council shall be final. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract, and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for approval a written statement showing the work to be subcontracted giving the name and business of each Subcontractor and description and value of each portion of the work to be so subcon- tracted. 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Con- tractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Con- tract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Proce- dure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. 1% a —1- Revised 6/15/17 Contract No. 4508 Page 59 of 136 The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Documents are intended to be complementary and cooperative. Anything specified in the Speci- fications and not shown on the Plans or shown on the Plans and not specified in the Specifica- tions, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, im- mediately call it to the attention of the Engineer. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Change orders, whichever occurs last. 3. CSI Formatted Technical Specifications 4. Contract addenda, whichever occurs last. 5. Contract 6. Project Plans 7. Carlsbad General Provisions, Technical Specifications, and Supplemental Provisions. 8. Standards plans. a)City of Carlsbad Standard Drawings. b)Carlsbad Municipal Water District Standard Drawings. c)City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d)San Diego Area Regional Standard Drawings. 9. Standard Specifications for Public Works Construction, as amended. 10. Reference Specifications. 11. Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when requested by the Engineer. 1% Revised 6/15/17 Contract No. 4608 Page 61 of 136 Working drawings are required in the following sections: TABLE 2-6.3.2 (A) Item Section Title Subject Number 1 7-10.4.1 Safety Orders Trench Shoring 2 207-2.5 Joints Reinforced Concrete Pipe 3 207-8.4 Joints Vitrified Clay Pipe 4 207-10.2.1 General Fabricated Steel Pipe 5 300-3.2 Cofferdams Structure Excavation & Backfill 6 303-1.6.1 General Falsework 7 303-1.7.1 General Placing Reinforcement 8 303-3.1 General Prestressed Concrete Construction 9 304-1.1.1 Shop Drawings Structural Steel 10 304-1.1.2 Falsework Plans Structural Steel 11 304-2.1 General Metal Hand Railings 12 306-2.1 General Jacking Operations 13 306-3.1 General Tunneling Operations 14 306-3.4 Tunnel Supports Tunneling Operations 15 306-6 Remodeling Existing Sewer Facilities Polyethylene Liner Installation 16 306-8 Microtunneling Microtunneling Operations 17 307-4.3 Controller Cabinet Wring Diagrams Traffic Signal Construction Working drawings listed above as Items 5, 6, 8, 9, 10, 12, 13, 14 and 16 shall be prepared by a Civil or Structural Engineer registered by the State of California. 2-6.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or as- sembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Special Provisions. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifi- cations for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. Supporting information for systems shall be bound together and include all manufactured items for the sys- tem. If resubmittal is not required, three copies will be returned to the Contractor. Supporting information shall consist of the following and is required unless otherwise specified in the Special Provisions: 1.List of Subcontractors per 2-3.2. 2.List of Materials per 4-1.4. 3.Certifications per 4-1.5. 4.Construction Schedule per 6-1. 5.Confined Space Entry Program per 7-10.4.4. 6.Concrete mix designs per 201-1.1. 7.Asphalt concrete mix designs per 203-6.1. 8.IDAt9, inc!uthrc, huthot !irrited to, cetMog sheets, me.nufectur-rio trf•ch!Jrn, tef-hni! bulletins, specifications, diagrams, product samples, and other information necessary to describe a system, product or item. This information is required for irrigation systems, ofr Revised 6/15/17 Contract No. 4608 Page 63 of 136 cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. The Contractor shall hire and pay for the services of a Surveyor, herein- after Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the require- ments of Section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and support- ing data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or docu- mentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monu- ments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal loca- tions 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 con- struction 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 4011, Revised 6/15/17 Contract No. 4608 Page 65 of 136 D Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature CZ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table a Perpendicular to centerline. O Some features are not necessarily parallel to centerline but are referenced thereto •Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature Ct.')³ means greater than, or equal to, the number following the symbol. .L• means less than, or equal to, the number following the symbol. O The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Stakin Type of Stake Description Color* Horizontal Control Coordinated control points, control lines, control reference points, center- line, alignments, etc. White/Red Vertical Control Bench marks White/Or- ange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, fi- nal grade, etc. Yellow Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Blue Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yel- low Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, if used. 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the contract lump sum price as shown in the bid sched- ule and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation shall be allowed. Extension of unit prices for extra work shall include full compensation for attendant sur- vey 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 pay- ment will be made. 2-9.3 Private Engineers. Surveying by private engineers on the Work shall conform to the qual- ity and practice required by the Engineer. 2-9.4 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. Three consecutive points set on the same slope shall be used together so that any variation from a straight grade can be detected. Any such variation shall be reported to the Engineer. In the absence of such report, the Contractor shall be responsible for any error in the grade of the fin- ished work. vi " r- Revised 6/15/17 Contract No. 4608 Page 67 of 136 SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the inter- ests of the Agency, may be granted by the Engineer. Nothing herein shall be construed as grant- ing a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limitation, the change shall be by written Supplemental Agreement between the Con- tractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are in- volved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in con- formance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3- 2.2.3 as appropriate. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 60 Percent. Should the actual quantity of an item of work cov- ered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 per- cent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per Rection The Extra Work per Section 1-3, b2c-isof pl-syrnent, sha!! not include fixed costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. Ink tat —1- Revised 6/15/17 Contract No. 4608 Page 69 of 136 3-3.2.2 Basis for Establishing Costs. (a)Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers com- pensation insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equip- ment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Sec- tion 3-3.2.3 (a). (b)Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency reserves the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c)Tool and Equipment Rental. No payment will be made for the use of tools which have a replacement value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" pub- lished by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of- way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication,- supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inci- dentals. Necessary loading and transportation costs for equipment used on the extra work shall be included. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Con- tractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Engineer, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating rec- ommended by the manufacturer. t 1 1- Revised 6/15/17 Contract No. 4608 Page 71 of 136 3.Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4.Describe other services and expenditures in such detail as the Agency may require. 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the fol- lowing Work site conditions (hereinafter called changed conditions), in writing, upon their discov- ery and before they are disturbed: 1.Subsurface or latent physical conditions differing materially from those represented in the Contract; 2.Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being per- formed; and 3.Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. The Engineer will promptly investigate conditions which appear to be changed conditions. If the Engineer determines that conditions are changed conditions and they will materially affect perfor- mance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Engineer determines that the conditions do not justify an adjustment in compensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Engineer in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the hap- pening 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 par- ticular circumstances giving rise to the potential claim, the reasons for which the Contractor be- lieves additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. 4111' Revised 6/15/17 Contract No. 4608 Page 73 of 136 All claims by the Contractor shall be resolved in accordance with Public Contract Code section 9204, which is set forth below: 9204. (a) The Legislature finds and declares that it is in the best interests of the state and its citizens to ensure that all construction business performed on a public works project in the state that is complete and not in dispute is paid in full and in a timely manner. (b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with Sec- tion 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply to any claim by a contractor in connection with a public works project. (c) For purposes of this section: (1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A)A time extension, including, without limitation, for relief from damages or penalties for delay assessed by a public entity under a contract for a public works project. (B)Payment by the public entity of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public works project and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled. (C)Payment of an amount that is disputed by the public entity. (2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who has entered into a direct contract with a public entity for a public works project. (3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state agency, department, office, division, bureau, board, or commission, the California State Univer- sity, the University of California, a city, including a charter city, county, including a charter county, city and county, including a charter city and county, district, special district, public authority, polit- ical subdivision, public corporation, or nonprofit transit corporation wholly owned by a public agency and formed to carry out the purposes of the public agency. (B) "Public entity" shall not include the following: (i)The Department of Water Resources as to any project under the jurisdiction of that department. (ii)The Department of Transportation as to any project under the jurisdiction of that department. (iii)The Department of Parks and Recreation as to any project under the jurisdiction of that de- partment. (iv)The Department of Corrections and Rehabilitation with respect to any project under its juris- diction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the Penal Code. (v)The Military Department as to any project under the jurisdiction of that department. (vi)The Department of General Services as to all other projects. (vii)The High-Speed Rail Authority. (4) "Public works project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. (5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing with Section 7000) of Division 3 of the Business and Professions Code who either is in direct contract with a contractor or is a lower tier subcontractor. (d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim applies shaii conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the claimant a written statement identifying what portion of the claim is disputed and t4 e. —1- Revised 6/15/17 Contract No. 4608 Page 75 of 136 (5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a public entity because privity of contract does not exist, the contractor may present to the public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may re- quest in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the contractor present a claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be pre- sented to the public entity shall furnish reasonable documentation to support the claim. Within 45 days of receipt of this written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the claim to the public entity and, if the original contractor did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. (e)The text of this section or a summary of it shall be set forth in the plans or specifications for any public works project that may give rise to a claim under this section. (f)A waiver of the rights granted by this section is void and contrary to public policy, provided, however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of this section, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this section. (g)This section applies to contracts entered into on or after January 1, 2017. (h)Nothing in this section shall impose liability upon a public entity that makes loans or grants available through a competitive application process, for the failure of an awardee to meet its con- tractual obligations. (i)This section shall remain in effect only until January 1, 2020, and as of that date is repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that date. In addition, all claims by Contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below ARTICI.E 1.5 RFSOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the .)• Revised 6/15/17 Contract No 4608 Page 77 of 136 20104.4. The following procedures are established for all civil actions filed to resolve claims sub- ject 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 re- quirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Proce- dure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2)Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ap- pointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a differ- ent division. In no event shall these fees or expenses be paid by state or county funds. (3)In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undis- puted except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall - keep and furnish records of disputed work in accordance with Section 3-3. to, Revised 6/15/17 Contract No. 4608 Page 79 of 136 regulations as may apply. Contractor shall furnish Engineer with such information as may be nec- essary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to pur- chase materials, fabricated products, or equipment from sources located more than 50 miles out- side the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equip- ment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall forward reports required by the Engineer. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract requirements. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory services within 50 miles of the geographical limits of the Agency. For private contracts, all costs of inspection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its ex- pense, shall deliver the materials for testing to the place and at the time designated by the Engi- neer. Unless otherwise provided, all initial testing will be performed under the direction of the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be borne by the permittee. The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Engineer when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the require- ments indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after im- proper 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. %it, Revised 6/15/17 Contract No. 4608 Page 81 of 136 The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regula- tions pertaining to weighing devices. A certificate of compliance shall be presented, prior to oper- ation, to the Engineer for approval and shall be renewed whenever required by the Engineer at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other oper- ating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pres- sure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain- measuring devices shall be calibrated by a testing agency acceptable to the Engineer at intervals not to exceed 12 months and following repairs, modification, or relocation of the equipment. Cal- ibration certificates shall be provided when requested by the Engineer. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Mod- ified Asphalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as de- fined by these Specifications or by the special provisions, required to accept the Work. Credible evidence is process observations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process observations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The inves- tigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional in- formation in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the co- operative investigation concluded. Whenever the cooperative investigation is unable to reach res- olution, the investigation may then either conclude without resolution or continue by written noti- fication of one party to the other requesting the implementation of a resolution process by com- mittee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledge- ment, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Engineers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one engineer. Within 14 calendar days of the written request notification, the two selected engineers will select a third engineer. The goal in selection of the third member is to complement the professional experience of the first two engineers. Should the two engineers fail to select the third engineer, the Agency and the Con- tractor shall each propose 2 engineers to be the third member within 21 calendar days after the written request notification. The first two engineers previously selected shall then select one of the four proposed engineers in a blind draw. The committee shall be a continuance of the coop- erative investigation and will re-consider all available information and if necessary gather new and additional information to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the performance adequacy of the material(s) using standard engineering principles and practices and to ensure public value, the committee may ta w. —7- Revised 6/15/17 Contract No 4608 Page 83 of 136 SECTION 6 - UTILITIES 6-1 LOCATION. The Agency and affected utility companies have, by a search of known rec- ords, 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 utili- ties indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, tele- phone, or cable television are shown on the Plans, the Contractor shall assume that every prop- erty parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to commencing any excavation, the Contractor shall contact the regional notification center (Under- ground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installations. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 6-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the sup- port of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place the necessary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Engineer and the utility owner if any utility is disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1.Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2.Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or 1. Provide other .r.speptak.1.1e.rneans, to prevent embedment in or bonding to the concrete. Revised 6/15/17 Contract No. 4608 Page 85 of 136 Such temporary omission shall be for the Contractor's convenience and no additional compensa- tion will be allowed therefore or for additional work, materials or delay associated with the tempo- rary omission. The portion thus omitted shall be constructed by the Contractor immediately fol- lowing the relocation of the utility involved unless otherwise directed by the Engineer. 5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be included as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Engineer in writing of any subsequent changes in the construction schedule which will affect the time avail- able for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Sec- tion 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unrea- sonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not iden- tified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or altera- tions not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Engineer may find to be fair and reasonable compensation for such part of the Contractor's actual loss as was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to permit access to the Work site and provide time for utility work to be accomplished during the progress of the Work. filIM ajt —I- Revised 6/15/17 Contract No. 4608 Page 87 of 136 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contrac- tor shall submit to the Agency a CD-ROM data disk with all network information contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activi- ties, including submittals, interfaces between utility companies and other agencies, project mile- stones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accu- rately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Con- struction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Engineer may choose to accept the Contrac- tor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened du- ration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. —1- Revised 6/15/17 Contract No 4608 Page 89 of 136 Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resub- mittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer re- turning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Sec- tion 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. 4171V tat —1- Revised 6/15/17 Contract No. 4608 Page 91 of 136 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Rep- resentative shall be the individual determined under Section 7-6, "The Contractor's Representa- tive". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Work may be suspended in whole or in part when determined by the Engi- neer that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Engineer. Such suspension shall be without liability to the Contractor on the part of the Agency except as otherwise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of ar- chaeological or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Engineer. When resumed, excavation operations within the area of discovery shall be as directed by the Engineer. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone implements or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equipment, to commence the Work within the time specified, to maintain the rate of delivery of material, to execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the prem- ises. The Agency may then take possession of all material and equipment and complete the Work 4m, tt. Revised 6/15/17 Contract No, 4608 Page 93 of 136 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 classi- fication 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 reason- able means. Should the Contractor fail to provide the notice(s) required by this section the Con- tractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Contract. The Contractor shall complete each portion of the Work within such time as set forth in the Con- tract for such portion. The time of completion of the Contract shall be expressed in working days. The Contractor shall diligently prosecute the work to completion within 200 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. A working day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Engineer for all work provided for in the Contract, whichever occurs first, other than: 1.Saturday, 2.Sunday, 3.any day designated as a holiday by the Agency, 4.any other day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a contractor associa- tion, 5.any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6.any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as defined in Section 6-6.1. Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work out- side said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by Section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the pro- hibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each work- ing day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of tat —r- Revised 6/15/17 Contract No. 4608 Page 95 of 136 In the event the Agency exercises its right to place into service and utilize all or part of any com- pleted facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents. ir-s,l t e . —r- Revised 6/15/17 Contract No 4608 Page 97 of 136 The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Com- pensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before execution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the Contrac- tor 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 compen- sation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overload, blasting, and demolition. For private contracts, the Contractor shall obtain all per- mits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall designate in writing a representative who shall have complete authority to act for it. An alternative representative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its pres- ence to take measures necessary to protect the Work, persons, or property. Any order or com- munication given to this representative shall be deemed delivered to the Contractor. A joint ven- ture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Engineer to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or per- son in charge of specific work shall be able to speak, read, and write the English language. Addi- tionally, the Contractor shall use proprietary construction management software (Virtual Project Manager, Submittal Exchange, ProCore, etc.) at the direction of the Agency for project commu- nications and document management including, but not limited to, submittals, daily logs, requests for information (RFD, certified payroll records, and change order requests (COR). 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascertaining the nature and extent of any simultaneous, collateral, and essential work by others. tat Revised 6/15/17 Contract No. 4608 Page 99 of 136 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 Con- tractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole dis- cretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air contaminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the•time of acceptance, structures entirely constructed under the Con- tract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors resulting from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of em- ployees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sew- age shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and remove all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 2009-009-DWQ, National Pollutant Discharge Elimination System (NPDES) Gen- eral Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent 411. ar Revised 6/15/17 Contract No. 4608 Page 101 of 136 The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right-of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Park Access. Poinsettia Community Park will remain open to the public during construc- tion of this project. All equipment and tools shall not be a nuisance or hazard to the general public and shall be removed at the end of the working day. Equipment left on the property overnight and unattended shall be the sole responsibility of the Contractor. Contractor shall protect the work site from other ongoing park operations and activities and for public protection and safety. Contractor shall keep the work site picked up and free of litter, tools, equipment and all other construction related materials. Contractor will only be allowed to stockpile materials on site in fenced desig- nated areas as directed by the Parks Services Manager. City will not be responsible for materials or equipment contractor stockpiles or leaves at the site unattended. 7-10.1.1 Special Events. No work shall be performed by the contractor after 12:00 p.m. on Friday when TGIF Concerts in the Park are scheduled at Poinsettia Community Park. TGIF Concerts occur up to four times during the summer months. 7-10.2 Traffic and Access. The Contractor's operations shall cause no unnecessary inconven- ience. The access rights of the public shall be considered at all times. Unless otherwise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; service stations and motels; hospitals; police and fire stations; and establishments of similar nature. Ac- cess to these facilities shall be continuous and unobstructed unless otherwise approved by the Engineer. Safe and adequate pedestrian zones and public transportation stops, as well as pedestrian cross- ings of the Work at intervals not exceeding 90 m (300 feet), shall be maintained unless otherwise approved by the Engineer. Vehicular, access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time. If backfill has been completed to the extent that safe access may be provided, and the street is opened to local traffic, the Contractor shall immediately clear the street and driveways and provide and maintain access. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collection and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is com- pleted, the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. IW ta w. —1- Revised 6/15/17 Contract No. 4608 Page 103 of 136 equipment not installed or used in construction within 5 days after unloading shall be stored else- where by the Contractor at its expense unless authorized additional storage time. Construction equipment shall not be stored at the Work site before its actual use on the Work nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of equip- ment may be authorized by the Engineer. Excavated material, except that which is to be used as backfill in the adjacent trench, shall not be stored in public streets unless otherwise permitted. After placing backfill, all excess material shall be removed immediately from the site. 7-10.4 Street Closures, Detours, Barricades. The Contractor shall comply with all applicable State, County, and City requirements for closure of streets. The Contractor shall provide barriers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon com- pletion of the Work. After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1. The Engineer 760-602-2720 2. Carlsbad Fire Department Dispatch 760-931-2197 3. Carlsbad Police Department Dispatch 760-931-2197 4. Carlsbad Traffic Signals Maintenance (extension 2937) 760-438-2980 5. Carlsbad Traffic Signals Operations 760-602-2752 6. North County Transit District 760-967-2828 7. Waste Management 760-929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting conforming to current requirements covering "signs" as set forth in the Traffic Manual published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be taw. —1— Revised 6/15/17 Contract No. 4608 Page 105 of 136 During the entire construction, a minimum of one paved traffic lane, not less than 12 feet wide, shall be open for use by public traffic in each direction of travel. 7-10.4.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as spec- ified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be in- cluded in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Pro- gress payments for "Traffic Control" will be based on the percentage of the improvement work completed. 7-10.6 Safety. 7-10.6.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan varies from the shoring system standards, the plan shall be prepared by a registered Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the Con- tractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Engineer. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items ot work except where separate bid items tor excavation safety are pro- vided. or required by law. 7-10.6.2 Use of Explosives. Explosives may be used only when authorized in writing by the Engineer, or as otherwise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Engineer's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. 7-10.5.3 Special Hazardous Substances and Processes. Materials that contain hazardous substances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Section 5194 of the CaIifornia Code of Regulations shall be requested by the Contractor from the manufacturer of any hazardous products used. t4p-v A0 Revised 6/15/17 Contract No. 4608 Page 107 of 136 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall indemnify and hold the Agency harmless from any legal action that may be brought for infringe- ment of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, architects, or engineers may be displayed on removable signs. The size and location shall be subject to the Engineer's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and Na- tional laws and County and Municipal ordinances and regulations which in any manner affect those employed in the Work or the materials used in the Work or in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from pur- chases of goods, services, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final pay- ment to the contractor, without further acknowledgment of the parties." 411k —r- Revised 6/15/17 Contract No. 4608 Page 109 of 136 approval. The field office shall be located at a site satisfactory to the Engineer and within or immedi- ately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be pro- vided by the Contractor. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. 8-3 FIELD LABORATORIES. Not Used. 8-4 BATHHOUSE FACILITIES. Not Used. 8-5 REMOVAL OF FACILITIES. Field offices, laboratories, and bathhouse facilities at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provisions of this section are the property of the Con- tractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, servicing, and remov- ing field office(s) required at the project site shall be included in the bid item for furnishing such facilities. •-yr t," —1- Revised 6/15/17 Contract No. 4608 Page 111 of 136 has been placed, and material placed outside of the Plan lines. No compensation will be allowed for disposing of rejected or excess material. Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or becoming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precau- tions which are the Contractor's responsibility have not been taken and are not reasonably ex- pected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such payment be construed to be acceptance of any of the Work. Payment shall not be construed as the transfer of ownership of any equipment or materials to the Agency. Responsibility of owner- ship shall remain with the Contractor who shall be obligated to store any fully or partially com- pleted work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money due for such labor or materials will be withheld from payment to the Contractor in accordance with appli- cable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as pre- scribed by law, the amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Engineer may approve such request when it is compatible with the Agency's payment procedure. Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete .1* —1- Revised 6/15/17 Contract No. 4608 Page 113 of 136 time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written state- ment required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Condi- tions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Re- port, 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 con- tentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be included in the Bid Item for General Conditions and no other payment will be made. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation sys- tems, and vegetation in place. If damagPd during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his ex- pense. Bid Item No. A-1: General Conditions The contract lump sum price paid for this bid item shall constitute full compensation for the costs of all pre- and post-construction preparatory work and operations which must be performed or for costs incurred prior to commencing/concluding work on the various contract items on the project site and no other compensation will be allowed therefor. This item shall include but not be limited to the following items: mobilization/demobilization and lay-down area; obtaining and paying for all required bonds, insurance policies (including premiums and incidentals), and permits if applica- ble; submittal of required materials and shop drawings, baseline construction schedule(s) and 3- week look ahead schedule; establishment of all offices, buildings, construction yards, 6' high construction fencing and green screen, sanitary facilities, and any other facilities necessary for 1% Revised 6/15/17 Contract No. 4608 Page 115 of 136 work takes place. Contractor shall be responsible for the costs of any corrective work due to contractor's failure to meet these requirements. The Contractor is responsible for providing project construction staking or station control. The Contractor shall notify the inspector five (5) days in advance of conducting the construction stak- ing or station control. Bid Item No. A-4: Erosion Control, SWPPP Preparation, Implementation and Maintenance The contract lump sum price paid for the BMPs and Erosion Control work and shall constitute full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing the work involved in installing and maintaining any and all storm water BMPs for the duration of the project, as specified herein, and as directed by the Engineer and no additional compensation shall be allowed therefor. This work shall include preparing, obtaining approvals, revising and amending the project SWPPP, installing, constructing, maintaining, removing and disposing of all Best Management Practices (BMPs) specified in the SWPPP and as required by applicable codes and in strict accordance with the State Water Board, maintenance of storm water and non-storm water best management practices (BMPs) throughout the duration of all Work. These require- ments shall also apply to any offsite storage yards or construction laydown areas utilized for this project. The lump sum bid price shall include payment of application and annual fees required by the SDRWCB until the date of the projects' substantial completion and no additional compensa- tion shall be allowed therefor. Bid Item No. A-5: Demolition, Clearing and Grubbing The contract lump sum price shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all work associated with demolition, clearing and grub- bing activities including, but not limited to removing and disposing of all concrete, turf, landscap- ing, existing improvements and other materials in accordance with the plans and contract docu- ments and no other compensation will be allowed therefor. Clearing and grubbing shall conform to Section 300-1 of the Standard Specifications and Supple- mentary General Provisions and shall consist of the protection of all items to remain, saw-cutting, demolition and disposal of existing improvements, salvaging existing materials (topsoil) and im- provements as specified or shown on the Plans, removal of deleterious materials, and proper disposal from the Project site of all existing surface and subsurface materials as required to con- struct the improvements as shown on the Plans and as described in the Specifications. All re- moved materials not indicated for salvage, re-use or re-cycle shall become the property of the Contractor and shall be disposed of offsite at a legal site or recycling facility. Bid Item No. A-6: Grading The contract lump sum price for this bid item shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work associated with site grad- ing and no additional compensation shall be allowed therefore. This work shall include the cost of importing fill material, grading onsite material and use of the cut and fill of onite material for the grading operations, and exporting excess material as shown on Drawings or directed by the En- gineer. The recommendations within the project's soil report, Geotechnical Investigation prepared by Group Delta, dated March 11, 2020, shall be incorporated into this work. Bid Item No. A-7: Utilities and Drainage The contract lump sum price shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work associated with,site utilities and drainage and no additional compensation shall be allowed therefor. This work shall consist of constructing tot Revised 6/15/17 Contract No. 4608 Page 117 of 136 as separate bid items, as shown on the Drawings and in accordance with the contract documents herein, and no additional compensation shall be allowed therefor. Site amenities shall be installed per the manufacturer's specifications unless noted otherwise. Bid Item No. A-14: Landscape Boulders The contract lump sum price for shall constitute full compensation for furnishing all labor, materi- als, tools, equipment and incidentals, and for doing all work associated with furnishing and in- stalling the existing landscape boulders in the sizes and locations shown in the Drawings and within the dog park area as directed by the Landscape Architect in accordance with the contract documents herein, and no additional compensation shall be allowed therefor. Bid Item No. A-15: Electrical Improvements The contract lump sum price for shall constitute full compensation for furnishing all labor, materi- als, tools, equipment and incidentals, and for doing all work associated with furnishing and in- stalling the electrical improvements including, but not limited to, all parking lot and pedestrian lighting fixtures, shelter downlighting, electric vehicle charging stations, electrical pedestal, rewir- ing pickleball court, installing conduit for security cameras, and the complete electrical system, as per the Electrical and Lighting plans and in accordance with the contract documents herein, and no additional compensation shall be allowed therefor. Bid Item No. A-16: Irrigation System The contract lump sum price shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work associated with construction and installa- tion of the irrigation system, as shown in the Drawings and in accordance with the contract docu- ments herein, and no additional compensation shall be allowed therefor. Bid Item No. A-17: Planting The contract lump sum price and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work associated with furnishing and installing all plant materials, including soil preparation, fine grading, mulch, and associated items as shown on the Drawings and per the Landscaping Specifications and contract documents herein, and no additional compensation shall be allowed therefor. Bid Item No. A-18: 120 Day Plant Maintenance Period The contract lump sum price for 120 Day Plant Maintenance Period shall constitute full compen- sation for furnishing all labor, materials, materials, tools, equipment, and all other work and inci- dentals necessary to accomplish the work as specified herein and no additional compensation shall be allowed therefor. The Contractor shall maintain planted areas on a continuous basis as they are completed during the progress of the work and after acceptance of the landscape installation by the Engineer. Upon completion of the maintenance period, a final inspection for acceptance will be performed by the Engineer. If the irrigation and planting are not found acceptable by the Engineer after the time indicated, the maintenance period may be extended at the Contractor's expense until found ac- ceptable by the Engineer. The maintenance period shall be 120 days from Substantial Comple- tion, as determined by the Engineer. Landscaping maintenance shall conform to Specifications and as detailed in the plan set. Bid Item No. A-19: Record Drawings The contract allowance for this bid item shall constitute full compensation to keep on the job site and maintain daily, a clean, accurate, full-size and legible print set of Project plans that indicate —1- Revised 6/15/17 Contract No. 4608 Page 119 of 136 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following paragraph to this subsection: 200-1.1 General. In accordance with the provisions of Section 20676 of the State of California Public Contract Code, it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon all subcontractors and suppliers under him, to obtain all construction aggregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials, including those used in other construction materials such as asphalt concrete and Portland Cement concrete, from a supplier that is included on the most current Office of Mine Reclamation AB 3098 List (per California Assembly Bill 3098). Failure to identify the supplier and the mine may result in rejection of the submittal, and any work completed using materials from an unlisted mine will be SUBJECT TO REJECTION. Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(B). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to fur- nish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200- 1.2.2(B). TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Sieve Sizes - Percentage Type A Passing Type B 50-mm (2") --- 100 37.5-mm (11/2") --- 95-100 19-mm (3/4") 100 50-100 12.5-mm (1/2") 95-100 --- 9.5-mm (3/8") 70-100 15-55 4.75-mm (No 4) 0-55 0 -25 2.36-mm (No. 8) I 0-10 0-5 75-pm (no. 200) 0-3 0-3 41fr / —I- Revised 6/15/17 Contract No 4608 Page 121 of 136 AGGREGATE GRADING REQUIREMENTS PERCENTAGE PASSING Sieve Sizes Operating 11/2" Maximum Range 3/4" Maximum 2" 100 -- 1 1/2" 90-100 -- 1" -- 100 3/40, 50-85 90-100 No. 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Range Tests 78 Min. 25 Min. 35 Min. Resistance (R-value) Sand Equivalent Durability Index The aggregate shall not be treated with lime, cement or other chemical material before the Dura- bility Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, an- other day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements spec- ified for "Operating Range." If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the En- gineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. In , tal , --i- Revised 6/15/17 Contract No. 4608 Page 123 of 136 a)Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321(e). b)National Transportation Safety Board, Washington, DC, Special Study Prevention of Dam- age to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. c)American Petroleum Institute (API). Recommended practice for marking buried liquid pe- troleum pipelines - APR RP 1109. d)General Services Administration, Washington, DC, Public Buildings Service Guide Spec- ification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. e)Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. 1114 741.4.' Revised 6/15/17 Contract No 4608 Page 125 of 136 Add the following: 300-1.1.1 Removal and Disposal of Materials: Also included in clearing and grubbing shall be removal and disposal of existing fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and desig- nated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. Modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile loca- tions 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 con- duits 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 aban- doned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utili- ties, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including salvaging clean excavated material and filling areas to the required grades and cross section. Suitable excavated material may be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and com- paction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, and export of remaining excess material to a disposal site or spoil area ac- quired by the Contractor. 300-2.2 Unsuitable Material. Revise this subsection to read as follows: 300-2.2.1 General. All excess material generated by the grading operations that is not suitable for backfill shall be excavated and disposed of by the Contractor at a legal disposal site. The Agency makes no claim on the suitability or moisture content of the existing materials. Any suita- ble local borrow materials at the site that the Contractor wishes to re-use shall be stockpiled by the Contractor. The location of stockpiles shall be approved by the Engineer prior to placement of materials, and all stockpiles shall be protected by erosion control measures. All subgrade areas to receive fills or structures shall be inspected by the Geotechnical Engineer. All alluvial and colluvial soils, loose or poorly compacted soils, or existing dry material must be reworked before the placement of base or concrete can proceed. Areas where soils are loose or poorly compacted shall be reworked by excavating, blending and recompacting the loose soils to the specified compaction. The existing loose soils to be reworked shall be removed by the Con- tractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. Dry materials shall be scared, and moisture conditioned to achieve the specified compaction. With the approval of the Geotechnical Engineer, the Contractor may choose to stabilize poorly-com- pacted areas with geogrid at his own expense. tale Revised 6/15/17 Contract No. 4608 Page 127 of 136 Payment for all unclassified excavation will be made at the Contract Lump Sum price bid for Grading and shall include compensation for excavation, sloping, rounding tops and ends of exca- vation, 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 Grading, and no additional payment will be made therefore. When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling of selected material will be paid for at the Contract Lump Sum price for unclassified excavation. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Lump Sum Price for unclassified excavation and no additional compensation will be allowed therefore. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Con- tractor 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: No change will be made in the amount to be paid for supporting the excavation for structures as a result of required revisions in the excavation support details due to a type of soil encountered which requires a method of trench support different from that approved. 300-4 UNCLASSIFIED FILL 306-4.2 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. 300-4.5 Placing Materials for Fills. Add the following: —r- Revised 6/15/17 Contract No. 4608 Page 129 of 136 300-6 BORROW EXCAVATION. Add the following paragraph to this subsection: 300-5.2 Imported Borrow. In accordance with the provisions of Section 20676 of the State of California Public Contract Code, it shall be mandatory upon the Contractor to whom the Contract is awarded, and upon all subcontractors and suppliers under him, to obtain all construction ag- gregate, sand, gravel, crushed stone, road base, fill materials, and any other mineral materials used for Imported Borrow, from a supplier that is included on the most current Office of Mine Reclamation AB 3098 List (as proposed in California Assembly Bill 3098 and now codified in Section 2717.(b) of the State of California Public Resources Code). Failure to identify the supplier and the mine may result in rejection of the submittal, and any work completed using materials from an unlisted mine will be SUBJECT TO REJECTION. 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 con- forming 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 dam- age 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", most recent edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", most recent 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: 1. 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. f a l —1- Revised 6/15/17 Contract No. 4608 Page 131 of 136 3.Wind erosion control practices; and 4.Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are con- tained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibil- ities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1.Source Identification; 2.Erosion and Sediment Controls; 3.Non-Storm Water Management; 4.Waste Management and Disposal; 5.Maintenance, Inspection and Repair; 6.Training; 7.List of Contractors and Subcontractors; 8.Post-Construction Storm Water Management; 9.Preparer; 10.Copy of the local permit; 11.BMP Consideration Checklist; 12.SWPPP Checklist; 13.Schedule of Values; and 14.Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quan- tities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised oper- ations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protec- tion Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. lithe project is in non-compliance at any time the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. my- Revised 6/15/17 Contract No. 4608 Page 133 of 136 If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the sub- grade 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. Add the following section: 301-6 LANDSCAPE BOULDERS. 301-6.1 General. Install landscape boulders per the detail shown on the plans. The Contractor shall separate the boulders into the approximate sizes shown on the plans to ensure the propor- tions and sizes are met prior to placement. Boulder locations shall be approved by the City and Landscape Architect prior to placement. 301-6.2 Payment. Payment for furnishing and installing the Landscape Boulders will be made at the contrect lump sum price qnft !hFil inn!, fu!! cornpone,aticn 'Fr-sr furnishing a!! !ahor, tools, equipment, and incidentals and for doing all the work and no additional compensation will be allowed. 4p"), f141 —1— Revised 6/15/17 Contract No. 4608 Page 135 of 136 Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot Technical Provisions Project Landscape Architect: Jeffrey T. Barr, Schmidt Design Group, Inc. 1310 Rosecrans Street, Suite G San Diego, CA 92106 (619) 236-1462 SDG Project #: 18-403 Date: October 2020 26 56 00 DIVISION 31 31 10 00 31 20 00 31 25 00 Exterior Lighting - EARTHWORK Site Clearing Earth Moving Stormwater Pollution Control DIVISION 32 - EXTERIOR IMPROVEMENTS 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 73 32 17 13 32 17 23 32 17 26 32 31 13 32 84 00 32 91 15 32 92 00 32 93 00 Concrete Paving Joint Sealants Parking Bumpers Pavement Markings Tactile Warning Surface Chainlink Fence and Gates Planting Irrigation Soil Preparation (Performance Specification) Turf and Grasses Plants DIVISION 33 - UTILITIES 33 10 00 Water Utilities 33 31 00 Sanitary Sewerage Piping 33 40 00 Storm Drainage System 33 46 00 Subdrainage Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 00 26 00 - PRE-BID SUBSTITUTION PROCEDURES DEFINITIONS A. Pre-Bid Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Contract Documents, submitted prior to receipt of bids. 1.2 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.3 PRE-BIDSUBSTITUTIONS A.Pre-Bid Substitutions, General: By submitting a bid, the Bidder represents that its bid is based on materials and equipment described in the Contract Documents, including Addenda. Bidders may request approval of qualifying substitute materials and equipment for designated items listed in the Instructions to Bidders when the Specifications Sections list materials and equipment by product or manufacturer name. B.Pre-Bid Substitution Requests will be received and considered by City when the following conditions are satisfied, as determined by City Engineer, or designated representative; otherwise requests will be returned without action: 1.Extensive revisions to the Contract Documents are not required. 2.Proposed changes are in keeping with the general intent of the Contract Documents, including the level of quality of the Work represented by the requirements therein. 3.The request is fully documented and properly submitted. 1.4 SUBMITTALS A. Pre-Bid Substitution Request: Submit to Contract Administrator as directed in Instructions to Bidders. Pre-Bid Substitution Request must be made in writing by Bidder in compliance with the following requirements: 1.Requests for substitution of materials and equipment will be considered if received no later than 14 calendar days prior to date of bid opening. ' 2.Submittal Format: Submit electronic files in Adobe Acrobat PDF format for each written Pre-Bid Substitution Request, using CSI Substitution Request Form 1.5C. C4. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specifications Sections and drawing numbers. PRE-BID SUBSTITUTION PROCEDURES Page 1 of 2 00 26 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Project information. 2.Work covered by Contract Documents. 3.Work required but not shown. 4.Governing documents, codes, and standards. 5.Conflicts/Clarifications 6.Access to site. 7.Work restrictions. 8.Specification and drawing conventions. 1.3 PROJECT INFORMATION A. Project Identification: Poinsettia Community Park Phase IV — Dog Park, Parking Lot & Restroom 1. Project Location: 6600 Hidden Valley Road, Carlsbad, California 92011 B. Owner: 1.City of Carlsbad Parks & Recreation Department 2.799 Pine Street, Ste 200 3.Carlsbad, CA 92008 4.Municipal Project Manager: Steven Didier (760) 602-7539. C. Landscape Architect: 1. Schmidt Design Group JT Barr 1310 Rosecrans Street, Suite G San Diego, CA 92106. (619) 236-1462 D. Landscape Architect's Consultants: The Landscape Architect has retained the following design professionals who have prepared designated portions of the Contract Documents: SUMMARY Page 1 of 5 01 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.5 MOCKUPS A. The following mockups are to be provided by the Contractor. The Contractor shall include completion of the mockups in their schedule to accommodate all procurement and construction timelines without delays. 1.Concrete Flatwork: One (1) three feet by three feet mock up for each color and finish specified on the Plans. 2.Retaining Wall: One (1) four feet long by four feet tall CMU mockup including, but not limited to, footing, rebar, grout, cap, and fence post. 3.Seat Wall: One (1) four feet long mockup including, but not limited to, footing, rebar, and specified finish. 4. 1.6 SEPARATE PERMIT ITEMS A. It is the Contractors responsibility to provide final engineering and permit processing (with final approval) through the City of Carlsbad for the Pre-engineered Fabric Tension Structure, including footings. Refer to Section 13 31 23. All associated costs of engineering and permitting are the sole responsibility of the Contractor. 1.7 CONFLICTS/CLARIFICATIONS A. Contract Drawings and Specifications 1. Relationship of Drawings and Specifications: a.The Drawings and Specifications taken together are the Contract Documents for this project. In the case of a discrepancy between the two, the more stringent will apply. b.The Drawings and Specifications are meant to be supplementary and complementary to each other. 1)That which is shown on the Drawings but not shown in the Specifications shall be provided the same as if shown in both places and to the same standard of quality as for similar items. 2)That which is shown in the Specifications but not shown on the Drawings shall be provided the same as if shown in both places and to the same extent as for similar items. 3)Drawings show extent, location, dimension, relationship among various parts, and quantity of items. 4)Specifications show quality, trade names, generic names and workmanship standards. 2. Specifications: a.The Specifications consist of several parts, which are intended to complement each other so that when taken together they provide the complete project requirements. b.Titles and headings to the Divisions and Sections conform to the CSI format and are introduced for convenience and shall not be taken as a complete or correct segregation of the several units of work. SUMMARY Page 3 of 5 01 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2.Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 10 00 SUMMARY Page 5 of 5 01 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom E. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device-independent and display resolution-independent fixed-layout document format. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1.All project submittals must be provided to the City within 30 days after issuance of the notice to proceed. 2.Substitution Request Form: Use CSI Form 13.1A. 3.Documentation: Show compliance with requirements for substitutions and the following, as applicable: a.Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b.Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by City and separate contractors, that will be necessary to accommodate proposed substitution. c.Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d.Product Data, including drawings and descriptions of products and fabrication and installation procedures. e.Samples, where applicable or requested. f.Certificates and qualification data, where applicable or requested. g.List of similar installations for completed projects with project names and addresses and names and addresses of Landscape Architects and Owners. h.Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i.Research reports evidencing compliance with building code in effect for Project, from ICC-ES. j.Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k.Cost information, including a proposal of change, if any, in the Contract Sum. I. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. SUBSTITUTION PROCEDURES Page 2 of 3 01 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1.General coordination procedures. 2.Coordination drawings. 3.Requests for Information (RFIs). 4.Project meetings. B. Related Requirements: 1.Section 01 73 00 "Execution" for procedures for coordinating general installation and field-engineering services, including establishment of benchmarks and control points. 2.Section 01 77 00 "Closeout Procedures" for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RR: Request from City Engineer or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. PROJECT MANAGEMENT AND COORDINATION Page 1 of 7 01 31 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: Uniform transmittal page with substantially the same content as indicated above, acceptable to City Engineer. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. City Engineer's Action: City Engineer will review each RFI, determine action required, and respond. Allow 20 working days for City Engineer's response for each RFI. 1.City Engineer's action may include a request for additional information, in which case City Engineer's time for response will date from time of receipt of additional information. 2.City Engineer's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 01 26 00 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify City Engineer per the terms of GENERAL PROVISIONS Section 3 — Changes in Work. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Include the following: 1.Project name. 2.Name and address of Contractor. 3.Name and address of Landscape Architect and City Engineer. 4.RFI number including RFIs that were returned without action or withdrawn. 5.RFI description. 6.Date the RFI was submitted. 7.Date Landscape Architect's and City Engineer's response was received. F. On receipt of Landscape Architect's and City Engineer's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Landscape Architect and City Engineer within seven days if Contractor disagrees with response. 1.Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2.Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.6 PROJECT MEETINGS A. General: City Engineer will schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. The Contractor and its representatives shall be prepared to participate in a preconstruction meeting and other project meetings via a virtual platform for video conferencing such as Microsoft Teams, Zoom, or similar. PROJECT MANAGEMENT AND COORDINATION Page 3 of 7 01 31 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom y. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction or at the request or direction of the City Engineer. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Landscape Architect, City Engineer of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a.Contract Documents. b.Options. c.Related RFIs. d.Related Change Orders. e.Purchases. f.Deliveries. g.Submittals. h.Review of mockups. i.Possible conflicts. j.Compatibility requirements. k.Time schedules. I. Weather limitations. m.Manufacturer's written instructions. n.Warranty requirements. o.Compatibility of materials. p.Acceptability of substrates. q.Temporary facilities and controls. r.Space and access limitations. s.Regulations of authorities having jurisdiction. t.Testing and inspecting requirements. u.Installation procedures. v.Coordination with other work. w.Required performance results. x.Protection of adjacent work. y.Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. PROJECT MANAGEMENT AND COORDINATION Page 5 of 7 01 31 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION Page 7 of 7 01 31 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom time required for making corrections or revisions to submittals noted by Landscape Architect and City Engineer and additional time for handling and reviewing submittals required by those corrections. 1.Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2.Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3.Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4.Format: Arrange the following information in a tabular format: a.Scheduled date for first submittal. b.Specification Section number and title. c.Submittal category: Action; informational. d.Name of subcontractor. e.Description of the Work covered. f.Scheduled date for Landscape Architect's and City Engineer's final release or approval. g.Scheduled date of fabrication. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Landscape Architect's Digital Data Files: Electronic digital data files (PDF and AutoCAD Format) of the Contract Drawings will be provided by Landscape Architect for Contractor's use in preparing submittals. 1. Landscape Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings. a. The following PDF files will by furnished for each appropriate discipline: 1)Construction Site plans and details. 2)Grading and drainage plans and details. 3)Electrical plans and details. 4)Landscape and irrigation plans and details. b. The following AutoCAD files will be furnished for each appropriate discipline: 1)Construction Site plans. 2)Grading and drainage plans. SUBMITTAL PROCEDURES Page 2 of 9 01 33 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a.Project name. b.Date. c.Name of City Engineer. d.Name of Contractor. e.Name of firm or entity that prepared submittal. f.Names of subcontractor, manufacturer, and supplier. g.Category and type of submittal. h.Submittal purpose and description. i.Specification Section number and title. j.Specification paragraph number or drawing designation and generic name for each of multiple items. k.Drawing number and detail references, as appropriate. I. Location(s) where product is to be installed, as appropriate. m.Related physical samples submitted directly. n.Indication of full or partial submittal. o.Transmittal number, numbered consecutively. p.Submittal and transmittal distribution record. q.Other necessary identification. r.Remarks. E. Options: Identify options requiring selection by Landscape Architect. F. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Landscape Architect and City Engineer on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. G. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1.Note date and content of previous submittal. 2.Note date and content of revision in label or title block and clearly indicate extent of revision. 3.Resubmit submittals until they are marked with approval notation from Landscape Architect's and City Engineer's action stamp. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. I. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Landscape Architect's and City Engineer's action stamp. SUBMITTAL PROCEDURES Page 4 of 9 01 33 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom c.Operational range diagrams. d.Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5.Submit Product Data before or concurrent with Samples. 6.Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a.Identification of products. b.Schedules. c.Compliance with specified standards. d.Notation of coordination requirements. e.Notation of dimensions established by field measurement. f.Relationship and attachment to adjoining construction clearly indicated. g.Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 22 by 34 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a.Generic description of Sample. b.Product name and name of manufacturer. c.Sample source. d.Number and title of applicable Specification Section. e.Specification paragraph number and generic name of each item. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. SUBMITTAL PROCEDURES Page 6 of 9 01 33 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom addresses, contact information of architects and owners, and other information specified. G.Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. H.Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. I.Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. J.Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. K.Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. L.Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. M.Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. N.Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 0. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. P. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. SUBMITTAL PROCEDURES Page 8 of 9 01 33 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 40 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section includes administrative and procedural requirements for quality assurance and quality control. B.Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1.Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2.Specified tests, inspections, and related actions do not limit Contractor's other quality-assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3.Requirements for Contractor to provide quality-assurance and -control services required by City Engineer or authorities having jurisdiction are not limited by provisions of this Section. 4.Specific test and inspection requirements are not specified in this Section. 1.3 DEFINITIONS A.Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B.Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by City Engineer. C.Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not QUALITY REQUIREMENTS Page 1 of 9 01 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.5 INFORMATIONAL SUBMITTALS A.Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities. B.Qualification Data: For Contractor's quality-control personnel. C.Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. D.Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1.Specification Section number and title. 2.Entity responsible for performing tests and inspections. 3.Description of test and inspection. 4.Identification of applicable standards. 5.Identification of test and inspection methods. 6.Number of tests and inspections required. 7.Time schedule or time span for tests and inspections. 8.Requirements for obtaining samples. 9.Unique characteristics of each quality-control service. 1.6 CONTRACTOR'S QUALITY-CONTROL PLAN A.Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Landscape Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality- assurance and quality-control responsibilities. Coordinate with Contractor's construction schedule. B.Quality-Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project. 1. Project quality-control manager may also serve as Project superintendent. C.Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D.Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following: 1. Contractor-performed tests and inspections including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor- elected tests and inspections. QUALITY REQUIREMENTS Page 3 of 9 01 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1.Name, address, and telephone number of factory-authorized service representative making report. 2.Statement that equipment complies with requirements. 3.Results of operational and other tests and a statement of whether observed performance complies with requirements. 4.Statement whether conditions, products, and installation will affect warranty. 5.Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For City's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.8 QUALITY ASSURANCE A.General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B.Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C.Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D.Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E.Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar in material, design, and extent to those indicated for this Project. F.Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. QUALITY REQUIREMENTS Page 5 of 9 01 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.9 QUALITY CONTROL A. Contractor Responsibilities: Tests and inspections not explicitly assigned to City are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements, whether specified or not. 1.Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 2.Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by City, unless agreed to in writing by City. 3.Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4.Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5.Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6.Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. B. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Section 01 33 00 "Submittal Procedures." C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Landscape Architect, City Engineer, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1.Notify Landscape Architect, City Engineer, and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2.Determine the location from which test samples will be taken and in which in-situ tests are conducted. QUALITY REQUIREMENTS Page 7 of 9 01 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.Notifying Landscape Architect, City Engineer, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3.Submitting a certified written report of each test, inspection, and similar quality- control service to Landscape Architect, through City Engineer, with copy to Contractor and to authorities having jurisdiction. 4.Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5.Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6.Retesting and reinspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1.Date test or inspection was conducted. 2.Description of the Work tested or inspected. 3.Date test or inspection results were transmitted to Landscape Architect. 4.Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Landscape Architect's and City Engineer's reference during normal working hours. 3.2 REPAIR AND PROTECTION A.General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 01 73 00 "Execution." B.Protect construction exposed by or for quality-control service activities. C.Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 01 40 00 QUALITY REQUIREMENTS Page 9 of 9 01 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire- prevention program. 1.5 QUALITY ASSURANCE A.Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B.Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before City's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A.Chain-Link Fencing: Minimum 2-inch, 0.148-inch-thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8- inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8-inch-OD top rails. B.Portable Chain-Link Fencing: Minimum 2-inch, 0.148-inch-thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8-inch-OD line posts and 2-7/8-inch-OD corner and pull posts, with 1-5/8- inch-OD top and bottom rails. Provide galvanized-steel bases for supporting posts. C.Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil minimum thickness, with flame-spread rating of 15 or less per ASTM E 84 and passing NFPA 701 Test Method 2. 2.2 TEMPORARY FACILITIES A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. TEMPORARY FACILITIES AND CONTROLS Page 2 of 7 01 50 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom F. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1.Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2.Install lighting for Project identification sign. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1.Provide construction for temporary shops and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2.Maintain support facilities until city inspector schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to City. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1.Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2.Prepare subgrade and install subbase and base for temporary roads and paved areas. 3.Delay installation of final course of permanent hot-mix asphalt pavement until immediately before Substantial Completion. Repair hot-mix asphalt base-course pavement before installation of final course according to Section 32 12 16 "Asphalt Paving." D. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1.•Protect existing site improvements to remain including curbs, pavement, and utilities. 2.Maintain access for fire-fighting equipment and access to fire hydrants. TEMPORARY FACILITIES AND CONTROLS Page 4 of 7 01 50 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Comply with requirements specified in Section 01 56 39 "Temporary Tree and Plant Protection." F. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. G. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. H. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1.Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2.Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to City Engineer. I. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. J. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. K. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. L. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire-prevention program. 1.Prohibit smoking in construction areas. 2.Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3.Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. TEMPORARY FACILITIES AND CONTROLS Page 6 of 7 01 50 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 56 39 - TEMPORARY TREE AND PLANT PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. B.Related Requirements: 1.Section 01 50 00 "Temporary Facilities and Controls" for temporary site fencing. 2.Section 31 10 00 "Site Clearing" for removing existing trees and shrubs. 1.3 DEFINITIONS A.Caliper: Diameter of a trunk measured by a diameter tape at a height 6 inches above the ground for trees up to and including 4-inch size at this height and as measured at a height of 12 inches above the ground for trees larger than 4-inch size. B.Caliper (DBH): Diameter breast height; diameter of a trunk as measured by a diameter tape at a height 54 inches above the ground line. C.Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. D.Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. E. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: TEMPORARY TREE AND PLANT PROTECTION Page 1 of 8 01 56 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom E. Quality-control program. 1.7 QUALITY ASSURANCE A.Arborist Qualifications: Certified Arborist as certified by ISA. B.Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed temporary tree and plant protection work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of the Work. C.Quality-Control Program: Prepare a written program to systematically demonstrate the ability of personnel to properly follow procedures and handle materials and equipment during the Work without damaging trees and plantings. Include dimensioned diagrams for placement of protection zone fencing and signage, the arborist's and tree-service firm's responsibilities, instructions given to workers on the use and care of protection zones, and enforcement of requirements for protection zones. 1.8 FIELD CONDITIONS A. The following practices are prohibited within protection zones: 1.Storage of construction materials, debris, or excavated material. 2.Moving or parking vehicles or equipment. 3.Foot traffic. 4.Erection of sheds or structures. 5.Impoundment of water. 6.Excavation or other digging unless otherwise indicated. 7.Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2 - PRODUCTS 2.1 MATERIALS A. Backfill Soil: Planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. TEMPORARY TREE AND PLANT PROTECTION Page 3 of 8 01 56 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B.Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C.Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do not exceed indicated thickness of mulch. 1. Apply 2-inch uniform thickness of organic mulch unless otherwise indicated. Do not place mulch within 6 inches of tree trunks. 3.3 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people and animals from easily entering protected areas except by entrance gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. 1.Chain-Link Fencing: Install to comply with ASTM F 567 and with manufacturer's written instructions. 2.Posts: Set or drive posts into ground one-third the total height of the fence without concrete footings. Where a post is located on existing paving or concrete to remain, provide appropriate means of post support acceptable to Landscape Architect. 3.Access Gates: Install where necessary; adjust to operate smoothly, easily, and quietly; free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Protection-Zone Signage: Install protection-zone signage in visibly prominent locations in a manner approved by Landscape Architect. Install one sign spaced approximately every 35 feet on protection-zone fencing, but no fewer than four signs with each facing a different direction. C. Maintain protection zones free of weeds and trash. D. Maintain protection-zone fencing and signage in good condition as acceptable to Landscape Architect and remove when construction operations are complete and equipment has been removed from the site. 1.Do not remove protection-zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. 2.Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. TEMPORARY TREE AND PLANT PROTECTION Page 5 of 8 01 56 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.6 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist. 1.Prune to remove only injured, broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2.Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3.Pruning Standards: Prune trees according to ANSI A300 (Part 1). B. Unless otherwise directed by arborist and acceptable to Landscape Architect, do not cut tree leaders. C. Cut branches with sharp pruning instruments; do not break or chop. D. Do not paint or apply sealants to wounds. E. Provide subsequent maintenance pruning during Contract period as recommended by arborist. F. Chip removed branches and dispose of off-site. 3.7 REGRADING A.Lowering Grade within Protection Zone: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. B.Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. 3.8 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. TEMPORARY TREE AND PLANT PROTECTION Page 7 of 8 01 56 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 73 00 - EXECUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1.Construction layout. 2.Field engineering and surveying. 3.Installation of the Work. 4.Cufting and patching. 5.Coordination of City-installed products. 6.Progress cleaning. 7.Starting and adjusting. 8.Protection of installed construction. B. Related Requirements: 1.Section 01 10 00 "Summary" for limits on use of Project site. 2.Section 01 33 00 "Submittal Procedures" for submitting surveys. 3.Section 01 77 00 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of City-accepted deviations from indicated lines and levels, and final cleaning. 4.Section 02 41 19 "Selective Demolition" for demolition and removal of selected portions of the building. 1.3 DEFINITIONS A.Cutting: Removal of in-place construction necessary to permit installation or performance of other work. B.Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. EXECUTION Page 1 of 9 01 73 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom PART 2 - PRODUCTS 2.1 MATERIALS A.General: Comply with requirements specified in other Sections. B.In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Landscape Architect for the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, and other construction affecting the Work. 1.Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; underground electrical services, and other utilities. 2.Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. C. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. D. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1.Description of the Work. 2.List of detrimental conditions, including substrates. 3.List of unacceptable installation tolerances. 4.Recommended corrections. E. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. EXECUTION Page 3 of 9 01 73 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Landscape Architect and Construction Manager. 3.4 FIELD ENGINEERING A. Identification: Contractor shall identify existing benchmarks, control points, and property corners. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1.Do not change or relocate existing benchmarks or control points without prior written approval of Landscape Architect or Construction Manager. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Landscape Architect and Construction Manager before proceeding. 2.Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1.Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2.Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3.Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. 1.Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2.Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. EXECUTION Page 5 of 9 01 73 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.6 CUTTING AND PATCHING A.Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B.Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C.Temporary Support: Provide temporary support of work to be cut. D.Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E.Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate culling and patching according to requirements in Section 01 10 00 "Summary." F.Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. G.Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1.In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2.Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3.Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4.Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5.Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6.Proceed with patching after construction operations requiring cutting are complete. EXECUTION Page 7 of 9 01 73 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E.Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F.Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G.Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 01 74 19 "Construction Waste Management and Disposal." H.During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I.Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J.Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 STARTING AND ADJUSTING A.Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B.Adjust equipment for proper operation. Adjust operating components for proper operation without binding. C.Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D.Manufacturer's Field Service: Comply with qualification requirements in Section 01 40 00 "Quality Requirements." 3.9 PROTECTION OF INSTALLED CONSTRUCTION A.Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B.Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 01 73 00 EXECUTION Page 9 of 9 01 73 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.4 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 75 percent by weight of total non-hazardous solid waste generated by the Work. Practice efficient waste management in the use of materials in the course of the Work. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Facilitate recycling and salvage of materials, including the following: 1. Demolition Waste: a.Asphalt paving. b.Concrete. c.Concrete reinforcing steel. d.Concrete masonry units. e.Electrical conduit. f.Copper wiring. g.Lighting fixtures. h.Lamps. i.Ballasts. j.Electrical devices. k.Switchgear and panelboards. I. Transformers. m.Wood fence. n.Tubular steel fence. o.Utility poles 2. Construction Waste: a.Masonry and CMU. b.Lumber. c.Wood sheet materials. d.Wood trim. e.Metals. f.Piping. g.Electrical conduit. h.Packaging: Regardless of salvage/recycle goal indicated in "General" Paragraph above, salvage or recycle 100 percent of the following uncontaminated packaging materials: 1)Paper. 2)Cardboard. 3)Boxes. 4)Plastic sheet and film. 5)Polystyrene packaging. 6)Wood crates. 7)Plastic pails. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Page 2 of 6 01 74 19 Poinsettia Community Park Phase IV Contract No, 4608 Dog Park, Parking Lot & Restroom PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A.General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with operation, termination, and removal requirements in Section 01 50 00 "Temporary Facilities and Controls." • B.Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work. 1. Review locations established for salvage, recycling, and disposal. C.Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1.Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, reused, donated, and sold. 2.Comply with Section 01 50 00 "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: Salvage items for reuse and handle as follows: 1.Clean salvaged items. 2.Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date of removal, quantity, and location where removed. 3.Store items in a secure area until installation. 4.Protect items from damage during transport and storage. 5.Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B. Salvaged Items for Sale and Donation: Not permitted on Project site. C. Salvaged Items for City's Use: Salvage items for City's use and handle as follows: 1. Clean salvaged items. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Page 4 of 6 01 74 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.5 RECYCLING CONSTRUCTION WASTE A. Packaging: 1.Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2.Polystyrene Packaging: Separate and bag materials. 3.Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4.Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1.Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2.Clean Sawdust: Bag sawdust that does not contain painted or treated wood. 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1.Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2.Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from City's property and legally dispose of them. END OF SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Page 6 of 6 01 74 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1.Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting City unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2.Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3.Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4.Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by City Engineer. Label with manufacturer's name and model number where applicable. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1.Advise City of pending insurance changeover requirements. 2.Make final changeover of permanent locks and deliver keys to City. Advise City's personnel of changeover in security provisions. 3.Complete startup and testing of systems and equipment. 4.Perform preventive maintenance on equipment used prior to Substantial Completion. 5.Instruct City's personnel in operation, adjustment, and maintenance of products, equipment, and systems. 6.Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 7.Complete final cleaning requirements, including touchup painting. 8.Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. CLOSEOUT PROCEDURES Page 2 of 5 01 77 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a.Project name. b.Date. c.Name of Landscape Architect and City Engineer. d.Name of Contractor. e.Page number. 3. Submit list of incomplete items in the following format: a.MS Excel electronic file. Landscape Architect, through City Engineer, will return annotated file. b.PDF electronic file. Landscape Architect, through City Engineer, will return annotated file. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Landscape Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit City's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1.Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2.Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3.Identify each binder on the front and spine with the typed or printed title 'WARRANTIES," Project name, and name of Contractor. 4.Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaniiig Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. CLOSEOUT PROCEDURES Page 4 of 5 01 77 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 78 39 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1.Record Drawings. 2.Record Specifications. 3.Record Product Data. 4.Miscellaneous record submittals. B. Related Requirements: 1.Section 01 73 00 "Execution" for certified survey. 2.Section 01 77 00 "Closeout Procedures" for general closeout procedures. 1.3 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1.Number of Copies: Submit one set(s) of marked-up record prints. 2.Number of Copies: Submit copies of record Drawings as follows: a. Initial Submittal: 1)Submit PDF electronic files of scanned record prints and one of file prints. 2)City Engineer will indicate whether general scope of changes, additional information recorded, and quality of drafting are acceptable. b. Final Submittal: 1) Submit PDF electronic files of scanned record prints and one set(s) of prints. PROJECT RECORD DOCUMENTS Page 1 of 4 01 78 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record prints. 4.Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5.Mark important additional information that was either shown schematically or omitted from original Drawings. 6.Note Change Order numbers, and similar identification, where applicable. B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked-up record prints with Landscape Architect and City Engineer. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1.Format: Annotated PDF electronic file with comment function enabled. 2.Incorporate changes and additional information previously marked on record prints. Delete, redraw, and add details and notations where applicable. 3.Refer instances of uncertainty to City Engineer for resolution. 4.City Engineer will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. a.See Section 01 33 00 "Submittal Procedures" for requirements related to use of Landscape Architect's digital data files. b.Landscape Architect will provide data file layer information. Record markups in separate layers. C. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1.Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2.Format: Annotated PDF electronic file with comment function enabled. 3.Identification: As follows: a.Project name. b.Date. c.Designation "PROJECT RECORD DRAWINGS." d.Name of Landscape Architect and City Engineer. e.Name of Contractor. 2.2 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PROJECT RECORD DOCUMENTS Page 3 of 4 01 78 39 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 01 78 40 — WARRANTIES AND BONDS PART 1 — GENERAL 11 SUMMARY A. This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturers' standard warranties on products and special warranties. 1.Compile specified warranties and bonds. 2.Compile specified service and maintenance contracts. 3.Co-execute submittals when so specified. 4.Review submittals to verify compliance with Contract Documents. 5.Submit the above to the City for review. 6.Refer to the General Conditions for General Warranty of Construction. 7.Refer to the General Conditions for terms of the Contractor's period for correction of the Work. Related Sections: The following Sections contain requirements that relate to this Section: 1. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. C. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor. 1.2 DESCRIPTION A. Work under this Contract shall be warranted by the Contractor against all defects for a minimum of one (1) year from the Date of Substantial Completion of the Work or designated portions thereof or for a minimum of one (1) year after acceptance by the City of designated equipment. In case of items remaining uncompleted after Date of Substantial Completion, the one-year warranty period shall run from the date of acceptance of such items. Special warranties applicable to definite parts of the Work and as specifically stipulated in the separate Sections of the Specifications or other Contract Documents shall be subject to the terms of this Paragraph during the first year of the life of such warranty. If repairs or changes are required in connection with the warranted Work within any warranty period, the Contractor shall, promptly upon receipt of notice from the City or Landscape Architect, and without expense to the City, comply with the following: WARRANTIES AND BONDS Page 1 of 6 017840 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.3 WARRANTY REQUIREMENTS A.Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction. B.Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation. C.Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the City has benefited from use of the Work through a portion of its anticipated useful service life. D.City's Recourse: Expressed warranties made to the City are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the City can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The City reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents. E.Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the City reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so. 1.4 SUBMITTALS A. General: 1.Submit written warranties, bonds, and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors to the City. 2.For equipment or component parts of equipment put into service during progress of construction, submit documents within 10 days after inspection and acceptance. 3.For all other items, submit at closeout. 4.When a designated portion of the Work is completed and occupied or used by the City, by separate agreement with the Contractor during the WARRANTIES AND BONDS Page 3 of 6 017840 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom E. Special Guarantees are required by various sections of the Specifications. Assemble written Guarantees, label and submit to the Landscape Architect for review and transmittal to the City. 1.Equipment Guarantees shall be written in the manufacturer's standard form and shall be countersigned by the Subcontractor and Supplier and the Contractor. 2.All other Guarantees shall be written on the subcontractor's or supplier's letterhead and shall be countersigned by the Contractor. 3.Bind Guarantees in heavy-duty, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 1/2" by 11" paper. Identify each binder on the front and the spine with the typed or printed title "GUARANTEES", the Project title or name and the name of the Contractor. 4.When operating and maintenance are required for Guaranteed construction, provide additional copies of each Guarantee, as necessary, for inclusion in each required manual. 5.Refer to Division 32 for specific content requirements for Irrigation and Plant Guarantee requirements. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION 3.1 WARRANTIES A. Submit warranties, bonds, service and maintenance contracts as specified in the respective sections of the Specifications. 3.2 FORM OF WARRANTY A. Warranties shall be in the form set forth below and shall be typed on the Contractor's own letterhead. Please see next page. END OF SECTION 01 78 40 Following are: Sample "Warranty For " WARRANTIES AND BONDS Page 5 of 6 017840 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Demolition and removal of selected site elements. 2.Salvage of existing items to be reused or recycled. B. Related Requirements: 1.Section 01 10 00 "Summary" for restrictions on use of the premises, City- occupancy requirements, and phasing requirements. 2.Section 01 56 39 "Temporary Tree and Plant Protection" for temporary protection of existing trees and plants that are affected by selective demolition. 3.Section 01 73 00 "Execution" for cutting and patching procedures. 4.Section 31 10 00 "Site Clearing" for site clearing and removal of above- and below-grade improvements not part of selective demolition. 1.3 DEFINITIONS A.Remove: Detach items from existing construction and dispose of them off-site unless indicated to be salvaged or reinstalled. B.Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and deliver to City ready for reuse. C.Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage, prepare for reuse, and reinstall where indicated. D.Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. E.Dismantle: To remove by disassembling or detaching an item from a surface, using gentle methods and equipment to prevent damage to the item and surfaces; disposing of items unless indicated to be salvaged or reinstalled. SELECTIVE DEMOLITION Page 1 of 6 02 41 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.8 FIELD CONDITIONS A.Conditions existing at time of inspection for bidding purpose will be maintained by City as far as practical. B.Notify City Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition. C.Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If suspected hazardous materials are encountered, do not disturb; immediately notify City Engineer. Hazardous materials will be removed by City under a separate contract. D.Storage or sale of removed items or materials on-site is not permitted. E.Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.9 COORDINATION A. Arrange selective demolition schedule so as not to interfere with City's operations. PART 2 - PRODUCTS 2.1 Not Used PART 3 - EXECUTION 3.1 EXAMINATION A.Verify that utilities have been disconnected and capped before starting selective demolition operations. B.Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by City. City does not guarantee that existing conditions are same as those indicated in Project Record Documents. C.Survey of Existing Conditions: Record existing conditions by use of measured drawings preconstruction photographs or video and templates. SELECTIVE DEMOLITION Page 3 of 6 02 41 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1. Strengthen or add new supports when required during progress of selective demolition. C. Remove temporary barricades and protections where hazards no longer exist. 3.5 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1.Proceed with selective demolition systematically. 2.Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire-suppression devices during flame-cutting operations. 3.Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. 4.Dispose of demolished items and materials promptly. Comply with requirements in Section 01 74 19 "Construction Waste Management and Disposal." B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. C. Removed and Salvaged Items: 1.Clean salvaged items. 2.Pack or crate items after cleaning. Identify contents of containers. 3.Store items in a secure area until delivery to City. 4.Transport items to City's storage area designated by City. 5.Protect items from damage during transport and storage. D. Removed and Reinstalled Items: 1.Clean and repair items to functional condition adequate for intended reuse. 2.Pack or crate items after cleaning and repairing. Identify contents of containers. 3.Protect items from damage during transport and storage. 4.Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. SELECTIVE DEMOLITION Page 5 of 6 02 41 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 03 30 53 - MISCELLANEOUS CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. B.Related Requirements: 1. Section 32 13 13 "Concrete Paving" for concrete pavement and walks. 1.3 ACTION SUBMITTALS A.Product Data: For each type of product. B.Submittals: 1. Product Data for products having recycled content, documentation indicating percentages by weight of postconsumer and preconsumer recycled content. Include statement indicating cost for each product having recycled content. C.Design Mixtures: For each concrete mixture. 1.4 QUALITY ASSURANCE A.Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. B.Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build mockups of full-size sections of cast-in-place concrete to demonstrate typical joints; surface finish, texture, and color; curing; and standard of workmanship. MISCELLANEOUS CAST-IN-PLACE CONCRETE Page 1 of 8 03 30 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom C. Cementitious Materials: 1.Portland Cement: ASTM C 150/C 150M, Type II. 2.Fly Ash: ASTM C 618, Class C or F. 3.Slag Cement: ASTM C 989/C 989M, Grade 100 or 120. D. Normal-Weight Aggregate: ASTM C 33/C 33M, 1-1/2-inch nominal maximum aggregate size. E. 1-inch Air-Entraining Admixture: ASTM C 260/C 260M. F. Chemical Admixtures: Certified by manufacturer to be compatible with other admixtures and that do not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1.Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2.Retarding Admixture: ASTM C 494/C 494M, Type B. 3.Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4.High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5.High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6.Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. G. Water: ASTM C 94/C 94M. 2.4 RELATED MATERIALS A.Vapor Retarder: Plastic sheet, ASTM E 1745, Class A or B. B.Vapor Retarder: Polyethylene sheet, ASTM D 4397, not less than 10 mils thick; or plastic sheet, ASTM E 1745, Class C. C.Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanding cork. 2.5 CURING MATERIALS A.Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B.Absorptive Cover: AASHTO M 182, Class 3, burlap cloth or cotton mats. C.Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D.Water: Potable. MISCELLANEOUS CAST-IN-PLACE CONCRETE Page 3 of 8 03 30 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom PART 3 - EXECUTION 3.1 FORMWORK INSTALLATION A. Design, construct, erect, brace, and maintain formwork according to ACI 301. 3.2 EMBEDDED ITEM INSTALLATION A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.3 VAPOR-RETARDER INSTALLATION A. Install, protect, and repair vapor retarders according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. 1. Lap joints 6 inches and seal with manufacturer's recommended adhesive or joint tape. 3.4 STEEL REINFORCEMENT INSTALLATION A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 3.5 JOINTS A.General: Construct joints true to line with faces perpendicular to surface plane of concrete. B.Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Landscape Architect. C.Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch-wide joints into concrete when cutting action does not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. MISCELLANEOUS CAST-IN-PLACE CONCRETE Page 5 of 8 03 30 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1. Smooth-rubbed finish. C.Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.8 FINISHING UNFORMED SURFACES A.General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B.Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. 1. Do not further disturb surfaces before starting finishing operations. C.Scratch Finish: Apply scratch finish to surfaces indicated and surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes unless otherwise indicated. D.Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid-applied or sheet waterproofing, fluid-applied or direct-to-deck-applied membrane roofing, or sand-bed terrazzo. E.Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system. F.Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thinset methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. G.Slip-Resistive Broom Finish: Apply a slip-resistive finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.9 CONCRETE PROTECTING AND CURING A.General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot-weather protection during curing. B.Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during MISCELLANEOUS CAST-IN-PLACE CONCRETE Page 7 of 8 03 30 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 04 20 00 - UNIT MASONRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Concrete masonry units. 2.Pre-faced concrete masonry units. 3.Mortar and grout. 4.Steel reinforcing bars. 5.Masonry-joint reinforcement. 6.Ties and anchors. 7.Embedded flashing. 8.Miscellaneous masonry accessories. 9.Masonry-cell fill. B. Related Requirements: 1. Section 03 30 53 "Miscellaneous Cast-in-Place Concrete" 1.3 DEFINITIONS A.CMU(s): Concrete masonry unit(s). B.Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A.Product Data: For each type of product. B.Shop Drawings: For the following: 1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. UNIT MASONRY Page 1 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.8 DELIVERY, STORAGE, AND HANDLING A.Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B.Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C.Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D.Deliver preblended, dry mortar mix in moisture-resistant containers. Store preblended, dry mortar mix in delivery containers on elevated platforms in a dry location or in covered weatherproof dispensing silos. E.Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.9 FIELD CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. 1.Extend cover a minimum of 24 inches down both sides of walls, and hold cover securely in place. 2.Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to unconstructed wythe, and hold cover in place. B. Do not apply uniform loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1.Protect base of walls from rain-splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2.Protect sills, ledges, and projections from mortar droppings. 3.Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4.Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in TMS 802/AC I 530.1/ASCE 6. UNIT MASONRY Page 3 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 2.5 MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C 150/C 150M, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Alkali content shall not be more than 0.1 percent when tested according to ASTM C 114. B. Hydrated Lime: ASTM C 207, Type S. C. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Masonry Cement: ASTM C 91/C 91M. E. Mortar Cement: ASTM C 1329/C 1329M. F. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979/C 979M. Use only pigments with a record of satisfactory performance in masonry mortar. G. Colored Cement Products: Packaged blend made from portland cement and hydrated lime or masonry cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. 1.Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 2.Pigments shall not exceed 10 percent of portland cement by weight. 3.Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. H. Aggregate for Mortar: ASTM C 144. 1.For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2.For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 3.White-Mortar Aggregates: Natural white sand or crushed white stone. 4.Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. I. Aggregate for Grout: ASTM C 404. J. Water: Potable. UNIT MASONRY Page 5 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.Do not use calcium chloride in mortar or grout. 2.Use portland cement-lime masonry cement or mortar cement mortar unless otherwise indicated. 3.For exterior masonry, use portland cement-lime masonry cement or mortar cement mortar. 4.For reinforced masonry, use portland cement-lime masonry cement or mortar cement mortar. 5.Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide the following types of mortar for applications stated unless another type is indicated or needed to provide required compressive strength of masonry. 1.For masonry below grade or in contact with earth, use Type M. 2.For reinforced masonry, use Type M. 3.For mortar parge coats, use Type S or Type N. 4.For exterior, above-grade, load-bearing walls, use Type N. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. 1.Pigments shall not exceed 10 percent of portland cement by weight. 2.Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. 3.Mix to match Architect's sample. 4.Application: Use pigmented mortar for exposed mortar joints with the following units: a.Decorative CMUs. b.Pre-faced CMUs. E. Grout for Unit Masonry: Comply with ASTM C 476. 1.Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with TMS 602/ACI 530.1/ASCE 6 for dimensions of grout spaces and pour height. 2.Proportion grout in accordance with ASTM C 476, Table 1 or paragraph 4.2.2 for specified 28-day compressive strength indicated, but not less than 2000 psi. 3.Provide grout with a slump of 8 to 11 inches as measured according to ASTM C 143/C 143M. UNIT MASONRY Page 7 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch. 3.For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2-inch total. B. Lines and Levels: 1.For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 inch in 10 feet, or 1/2-inch maximum. 2.For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2- inch maximum. 3.For vertical lines and surfaces, do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2-inch maximum. 4.For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2-inch maximum. 5.For lines and surfaces, do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2-inch maximum. 6.For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet or 1/2-inch maximum. 7.For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1.For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2.For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by more than 1/8 inch. 3.For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4.For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. 5.For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than 1/16 inch from one masonry unit to the next. 3.4 LAYING MASONRY WALLS A.Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. B.Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less-than-nominal 4-inch horizontal face dimensions at corners or jambs. UNIT MASONRY Page 9 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.6 MASONRY-JOINT REINFORCEMENT A.General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. 1. Space reinforcement per plan. B.Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. C.Cut and bend reinforcing units as directed by manufacturer for continuity at corners, returns, offsets and other special conditions. 3.7 CONTROL AND EXPANSION JOINTS A. General: Install control- and expansion-joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in-plane wall or partition movement. 3.8 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. B. Inspections: Special inspections according to Level B in TMS 402/ACI 530/ASCE 5. 1.Begin masonry construction only after inspectors have verified proportions of site-prepared mortar. 2.Place grout only after inspectors have verified compliance of grout spaces and of grades, sizes, and locations of reinforcement. 3.Place grout only after inspectors have verified proportions of site-prepared grout. C. Testing Prior to Construction: One set of tests. D. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof. E. Clay Masonry Unit Test: For each type of unit provided, according to ASTM C 67 for compressive strength. F. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for compressive strength. G. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. H. Mortar Test (Property Specification): For each mix provided, according to ASTM C 780. Test mortar for mortar air content and compressive strength. UNIT MASONRY Page 11 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 7.Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 8.Clean stone trim to comply with stone supplier's written instructions. 9.Clean limestone units to comply with recommendations in ILI's "Indiana Limestone Handbook." 3.11 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil-contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. 1.Crush masonry waste to less than 4 inches in each dimension. 2.Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Section 31 20 00 "Earth Moving." 3.Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Masonry Waste Recycling: Return broken CMUs not used as fill to manufacturer for recycling. D. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above or recycled, and other masonry waste, and legally dispose of off City's property. END OF SECTION 04 20 00 UNIT MASONRY Page 13 of 13 04 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom section and as specified herein from a single manufacturer, including coatings and removal agent. Provide Permashield Premium products as manufactured by Monochem, or approved equal. B. Provide equal materials by another manufacturer in compliance with sections 01 33 00 (Submittal). 1.4 REFERENCES A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in text by the basic designation only: 1. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM), sections as listed. 1.5 RELATED SECTIONS A.Submission of bid by the Contractor shall be taken as prima facie evidence that he has reviewed all sections of the Specifications, the Drawings, and the Contract documents, and has knowledge of the work required of other trades that may be related to the work performed under this section. B.The following list of related sections is provided as an aid to the Contractor in bidding and performing the work. Other sections may also be applicable. 1. All sections of the General Conditions, Special Conditions, & Division 1. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label with the following information: 1.Name or title of material. 2.Product description (generic classification or binder type). 3.Manufacturer's stock number and date of manufacture. 4.Contents by volume, for pigment and vehicle constituents. 5.Thinning instructions. 6.Application instructions. 7.Color name and number. 8.Handling instructions and precautions. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and applying coatings. ANTI-GRAFFITI COATING Page 2 of 6 09 96 10 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom PART 3 EXECUTION 3.1 JOB CONDITIONS A. Examine the job conditions under which the work is to be performed. Notify the Contractor of any conditions detrimental to the proper application of paints and finishes. Do not commence Work until adverse conditions have been corrected. 1.All environmental controls and conditions shall comply with the requirements of the Material safety Data Sheet recommendations. 2.No graffiti resistant coating shall be applied in the presence of persons occupying the building or visiting the area of Work, who are not engaged in or responsible for the application of the material. B. Prepare surfaces only in accordance with manufacturer's written guidelines. 3.2 SAFETY PRECAUTIONS A. Read each components MSDS before use and follow the MSDS instructions. 3.3 PREPARATION A.General: Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of the size or weight of item, provide surface-applied protection before surface preparation and coating. 1. After completing coating operation, reinstall items that were removed; use workers skilled in the trades involved. B.Cleaning: Before applying coatings, clean substrates of substances that could impair bond of coatings. Remove oil and grease before cleaning. 1. Schedule cleaning and coating application so dust and other contaminates from cleaning process will not fall on wet, newly coated surfaces. C.Surface preparation: Clean and prepare surfaces to be coated according to manufacturer's written instructions for each substrate condition and as specified. 1.Provide barrier coats over incompatible primers or remove primers and reprime substrate. 2.Cementitious Substrates: Prepare concrete, brick, concrete masonry block, and cement plaster surfaces to be coated. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods to prepare surfaces. ANTI-GRAFFITI COATING Page 4 of 6 09 96 10 Poinseftia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.6 PROTECTION A. Protect work of other trades, whether being coated or not, against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Landscape Architect, and leave in an undamaged condition. 1.Provide "Wet Paint" signs to protect newly coated finishes. After completing coating operations, remove temporary protective wrappings provided by others to protect their work. 2.At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.7 MAINTENANCE A. Upon completion of the work, deliver to the City Engineer an extra stock per section 1.2. END OF SECTION 09 96 10 ANTI-GRAFFITI COATING Page 6 of 6 09 96 10 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom content of treated materials was reduced to levels specified before shipment to Project site. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For site furnishings to include in maintenance manuals. PART 2 - PRODUCTS 2.1 SEATING: As indicated on plans. 2.2 TABLES: As indicated on plans. 2.3 TRASH RECEPTACLES: As indicated on plans A. Trash Receptacles: 1.Receptacle Shape and Form: Round cylinder; with opening for depositing trash in side of lid or top. 2.Lids and Tops: HDPE secured by cable. 3.Inner Container: Rigid plastic container with lift-out handles; designed to be removable and reusable. 4.Disposable Liners: Provide receptacle designed to accommodate disposable liners. 5.Service Access: Removable lid or top. B. Graphics: copy, content, and style as indicated on Drawings. 2.4 DOG PARK OBSTACLES: As indicated on plans. 2.5 DRINKING FOUNTAINS: As indicated on plans. 2.6 MATERIALS 1. Finish: Manufacturer's standard. B. Plastic: Color impregnated, color and UV-light stabilized, and mold resistant. 1. Polyethylene: Fabricated from virgin plastic HDPE resin. SITE FURNISHINGS Page 2 of 3 12 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 13 31 23 - PRE-ENGINEERED FABRIC SHADE STRUCTURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 1 Specification Sections, apply to this section. 1.2 SUBMITTALS Submittals shall be made in accordance with General Provisions Section 2-5.3-Submittals: A.Provide proof of existing reference sites with structures of similar project scope and scale, and that are engineered to the same specifications. B.Provide a minimum of 7 fabric samples to demonstrate fabric color range, and a digital (PDF) or paper document showing a minimum of 9 powder coat color choices. Also, provide a letter of authorization from the fabric manufacturer delineating authorized use of the specified fabric. C.Provide proof of all quality assurance items, including; 1.A list of at least 3 reference projects in California, with install dates that have been installed a minimum of 10 years. 2.Proof of current State of California Contractor's License, Class A or Class B. 3.Proof of current IAS certification, as per Section 1.3.A.2. 4.Structural Plans and Calculations a. Plans and supporting structural calculations indicating structural members, connections, and foundation details shall be signed and stamped by a professional Civil Engineer licensed in the state of California. 1.3 QUALITY ASSURANCE A. Fabrication and erection are limited to firms with proven experience in the design, fabrication, and erection of fabric shade structures, and such firms shall meet the following minimum requirements. No substitutions shall be allowed for the following: 1. Shade structure contractor shall have at least 5 years' experience in the design, engineering, manufacture, and erection of fabric shade structures, engineered to California Building Code requirements with similar scope, - -and F quccessfu!_construoton record of in-servicaperformance. PRE-ENGINEERED FABRIC SHADE STRUCTURES Page 1 of 7 13 31 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom Notice to Proceed per General Provisions Section 4-1.6 — Trade Names or Equals. No substitutions will be allowed after the deadline. E. The fabric shade structure(s) shall conform to the current adopted version of the California Building Code 2019. 1. An fabric shade structures are designed and engineered to meet the minimum of 110mph Wind Load, Risk Category II, Exposure C, and Seismic (earthquake) Load based on Seismic Design Category D, Seismic Risk Category II, and a Live Load of 5psf. All fabric shade structures shall be engineered with a zero wind pass—through factor on the fabric. When ASD Steel Design Method is used based on CBC 2019, the load combinations Dead Load + 0.75 Live load + 0.75 Wind Load, and 0.6 Dead Load + Wind Load must be analyzed. NO EXCEPTIONS. F. Steel: 1.All steel members of the fabric shade structure shall be designed in strict accordance with the requirements of the "American Institute of Steel Construction" (AISC) Specifications and the "American Iron and Steel Institute" (AISI) Specifications for Cold-Formed Members and manufactured in a IAS- (International Accreditation Service) accredited facility for Structural Steel Fabrication under CBC 2019 Section 1704.2.5.2. 2.Rolled steel plates, shapes, and bars shall be structural quality carbon steel complying with ASTM A- 36, except where engineer drawings specify otherwise. 3.All non-hollow structural steel members shall comply to ASTM A-36. All hollow structural steel members shall be cold-formed, high-strength steel and comply with ASTM A-500-10, Grade B. All steel plates shall comply with ASTM A-572, Grade 50. All galvanized steel tubing shall be triple- coated for rust protection using an in-line electroplating coat process. All galvanized steel tubing shall be internally coated with zinc and organic coatings to prevent corrosion. G. Bolts: 1.All structural steel field connections of the shade structure (except for anchor bolts at the foundation) shall be designed and made with high- strength bolted connections using ASTM A-325, Grade B. 2.Where applicable, all stainless steel bolts shall comply with ASTM F-593, Alloy Group 1 or 2. All bolt fittings shall include rubber washers for water- tight seal at the joints. All nuts shall comply with ASTM F-594, Alloy Group 1 or 2. 3.All anchor bolts set in new concrete foundations shall comply with ASTM F1554 GR 55 or ASTM 307 as indicated on the Project Foundation plan. PRE-ENGINEERED FABRIC SHADE STRUCTURES Page 3 of 7 13 31 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a.High-density polyethylene woven architectural fabric, 85% - 98.8% Ultraviolet Resistant. b.ALL fabric seams shall be sewn with minimum 2000 Denier PTFE thread utilizing the lockstich sewing method. PTFE Thread will not lose any significant strength due to UV or chemical exposure. Chain stitching of any kind shall not be used. c.Water runoff: Runoff Roof Angle 75% - 14 degrees d.Provides an average of 85% or greater shade covered area. e.Temperature stability at a maximum +176 degrees/-13 degrees minimum. f.Utilized in accordance to manufacturer's shade cloth specifications product data, installation instructions use limitations and recommendations for the entire structure, including both published data and specified data prepared for this project. 9. Approved Fire Rating as a result of the ASTM E-84 (Class A). Include fabric with extra fire retardant to pass California Fire Marshall and NFPA 701 Test Method 1 & 2. h. Fabric shall be lead free. Fabric cable pockets are double folded to provide extra reinforcement. Fabric corners shall be reinforced with minimum 3" internal seat belt webbing that connects each cable pocket opening in semi-arc pattern with cross section of webbing connecting to corner attachment. Standard and Super Structure Hips shall have a stainless-steel plate sewn into internal webbing pockets at each corner to prevent fabric from ripping out. 2. Stitching & Thread: a.All sewing seams are to be double-stitched. b.The thread shall be mildew-resistant sewing thread, manufactured from 100% expanded PTFE (Teflon TM). Thread shall meet or exceed the following: Flexible temperature range Very low shrinkage factor Extremely high strength, durable in outdoor climates iv. Resists flex and abrasion of fabric PRE-ENGINEERED FABRIC SHADE STRUCTURES Page 5 of 7 13 31 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3. Concrete specifications shall comply in accordance with the Section 033000 Cast-in-Place Concrete, detailed as per plans, and shall be as follows: a.Minimum 28-Day Compressive Strength: fc = 3000 psi b.Water/Cement ratio shall not be greater than 0.45 c.Slump: 3 — 5 inch d.Portland Cement shall conform to C-150 Type V. e.Aggregate shall conform to ASTM C-33. 4. All reinforcement shall conform to ASTM A-615 grade 60. 5. Reinforcing steel shall be detailed, fabricated, and placed in accordance with the latest ACI Detailing Manual and Manual of Standard Practice. 6. Concrete shall be cured in accordance with ACI 318-14 E. Foundations: 1. Footings and shall be drilled and poured per details on the project drawings and in accordance with CBC 2019— Chapter 18. END OF SECTION 13 31 23 PRE-ENGINEERED FABRIC SHADE STRUCTURES Page 7 of 7 13 31 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. NBR: Acrylonitrile-butadiene rubber. 1.5 SUBMITTALS A. Product Data: For sleeve seals. 1.6 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1.To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. 2.To provide for ease of disconnecting the equipment with minimum interference to other installations. 3.To allow right of way for piping and conduit installed at required slope. 4.So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves in cast-in- place concrete, masonry walls, and other structural components as they are constructed. PART 2 - PRODUCTS 2.1 GROUT A. Non-metallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, non- metallic aggregate grout, non-corrosive, non-staining, mixed with water to consistency suitable for application and a 30-minute working time. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A.Comply with NECA 1. B.Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall-mounting items. C.Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements. D.Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect COMMON WORK RESULTS Page 2 of 3 26 05 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 26 05 19- LOW VOLTAGE POWER CONDUCTORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SECTION 26 05 00- COMMON WORK RESULTS B. 1.Section 260500, "Common Work Results for Electrical". 2.Section 262726, "Wiring Devices". 1.2 SUMMARY A. This Section includes the following: 1.Building wires and cables rated 600 V and less. 2.Connectors, splices, and terminations rated 600 V and less. 1.3 DEFINITIONS A.EPDM: Ethylene-propylene-diene terpolymer rubber. B.NBR: Acrylonitrile-butadiene rubber. 1.4 CODES, STANDARDS, AND REFERENCES A.American Society for Testing and Materials (ASTM) — ASTM A53/A53M: Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. B.ANSI/NFPA 70: National Electrical Code, with California Amendments (CEC). C.California Code of Regulations (CCR) Title 24, Part 6, California Energy Code D.National Electrical Contractors Association (NECA) - NECA 1: Good Workmanship in Electrical Construction. E.National Electrical Manufacturers Association (NEMA) — NEMA WC26: Bi- national Wire and Cable Packaging Standard. F.National Electrical Manufacturers Association (NEMA) — NEMA WC70: Non- Shielded Power Cable 2000 V or Less. LOW VOLTAGE POWER CONDUCTORS Page 1 of 6 26 05 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom E. Comply with CCR Title 24, Part 6, California Energy Code. 1.7 DELIVERY, STORAGE, AND HANDLING A.Product Requirements: Products storage and handling requirements. B.Deliver wires and cables according to NEMA WC 26. 1.8 COORDINATION A. Division 1 "Project Management and Coordination": As required for coordination. B. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required. C. Coordinate layout and installation of wiring and cables with other installations. D. Set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed. 1.9 PRECONSTRUCTION TESTING A.Coordinate with general contractor and City to test all 600-volt rated existing branch circuiting for continuity. B.Test ground conductors for separation with any neutral conductors being extended. C.Visually inspect condition of existing circuits. Report any deficiencies as to conductor type or insulation type. Ensure conductors are copper and insulation is 600 volt rated listed for outdoor use. PART 2 - PRODUCTS 2.1 CONDUCTORS AND CABLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work, include, but are not limited to, the following: 1.Alcan Products Corporation; Alcan Cable Division. 2.American Insulated Wire Corp.; a Leviton Company. 3.General Cable Corporation. 4.Senator Wire & Cable Company. 5.Southwire Company. B. Conductors: Copper. Comply with NEMA WC 70. LOW VOLTAGE POWER CONDUCTORS Page 3 of 6 26 05 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom C.Use pulling means; including fish tape, cable, rope, and basket-weave wire/cable grips that will not damage cables or raceway. D.Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E.Support raceways according to Section 260529, "Hangers and Supports for Electrical Systems". F.Identify and color-code conductors and cables according to Section 260553, "Identification for Electrical Systems". 3.4 CONNECTIONS A.Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. B.Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than un- spliced conductors. C.Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. 3.5 FIELD QUALITY CONTROL A.Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports. B.Perform tests and inspections and prepare test reports. C.Tests and Inspections: 1.After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors, and conductors feeding critical equipment and services, as indicated on drawings, for compliance with requirements. 2.Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3.Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner. a. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. LOW VOLTAGE POWER CONDUCTORS Page 5 of 6 26 05 19 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 26 05 26 — GROUNDING & BONDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B.Related Sections include the following: 1.Section 260543, "Underground ducts and Raceways for Electrical Systems". 2.Section 260553, "Identification for Electrical Systems". 1.2 SUMMARY A. This Section includes methods and materials for grounding systems and equipment, plus the following special applications: 1.Underground distribution grounding. 2.Common ground bonding with lightning protection system. 1.3 CODES, STANDARDS AND REFERENCES A.ANSI/NFPA 70: National Electrical Code, with California Amendments (CEC). B.ANSI/IEEE 02: National Electrical Safety Code (NESC) C.American Society for Testing and Materials (ASTM) - ASTM B3: Standard Specification for Soft or Annealed Copper Wire. D.American Society for Testing and Materials (ASTM) - ASTM B8: Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium- Hard, or Soft. E.American Society for Testing and Materials (ASTM) - ASTM B33: Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. F.Institute of Electrical and Electronic Engineers (IEEE) - IEEE 142 — Recommended Practice for Grounding of Industrial and Commercial Power Systems. GROUNDING & BONDING Page 1 of 6 26 05 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom A. Warranty shall comply with the provisions of Divisions 1 of these specifications. 1.9 QUALITY ASSURANCE A.Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the International Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the International. Electrical Testing Association to supervise on-site testing specified in Part 3. B.Electrical Components, Devices, and Accessories: Listed and labeled as defined in CEC, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C.Comply with UL 467 for grounding and bonding materials and equipment. PART 2 - PRODUCTS 2.1 CONDUCTORS A.Insulated Conductors: Copper or tinned-copper wire or cable insulated for 600 V, unless otherwise required by applicable Code or authorities having jurisdiction. B.Bare Copper Conductors: 1.Solid Conductors: comply with ASTM B3. 2.Stranded Conductors: comply with ASTM B8. 3.Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 2.2 CONNECTORS A.Listed and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected. B.Bolted Connectors for Rods, Conductors and Pipes: Copper or copper alloy, bolted pressure- type, with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C.Welded Connectors: Exothermic welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. GROUNDING & BONDING Page 3 of 6 26 05 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom ground all conduits and other equipment as required by all applicable codes, regulations, and standards. B.Grounding Conductors: Install a code sized insulated ground wire in all conduits unless a larger size is indicated on plans. Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. C.Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated. D.Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Section 260543, "Underground Ducts and Raceways for Electrical Systems", and shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service, unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E.Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1.Bonding to structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2.Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 3.Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. 4.Install tinned-copper conductor not less than No. 2/0 AWG for ground ring and for taps to building steel. 5.Bury ground ring not less than 24 inches from building foundation. 3.5 FIELD QUALITY CONTROL A. Testing Agency: An independent, qualified testing and inspecting agency shall perform the following field tests and inspections and prepare test reports. 1.After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2.Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected. GROUNDING & BONDING Page 5 of 6 26 05 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 26 05 33- RACEWAYS BOXES AND ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B.Related Sections include the following: 1.Section 260519, "Low Voltage Electrical Power Conductors and Cables". 2.Section 260526, "Grounding and Bonding for Electrical Systems". 3.Section 260543, "Underground Ducts and Raceways for Electrical Systems". 4.Section 260553, "Identification for Electrical Systems". 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.3 CODES, REFERENCES AND STANDARDS A.American National Standards Institute (ANSI) — ANSI C80.1: Electrical Rigid Steel Conduit (ERSC). B.American National Standards Institute (ANSI) — C80.3: Specification for Electrical Metallic Tubing, Zinc Coated (EMT). C.American National Standards Institute (ANSI) — 081: Sheet-Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. D.ANSI/NFPA 70: National Electrical Code, with California Amendments (CEC). E.American Society for Testing and Materials (ASTM) - ASTM A53/A53M: Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. F.National Electrical Contractors Association (NECA) - NECA 1: Good Workmanship in Electrical Construction. G.National Electrical Contractors Association (NECA) - NECA 101: Standard for Installing Steel Conduits (Rigid, IMC, EMT). RACEWAYS BOXES & ELECTRICAL SYSTEMS Page 1 of 7 26 05 33 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom PART 2 - PRODUCTS 2.1 NON-METALLIC CONDUIT AND TUBING A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1.AFC Cable Systems, Inc. 2.Anamet Electrical, Inc.; Anaconda Metal Hose. 3.CertainTeed Corp.; Pipe & Plastics Group. 4.Lamson & Sessions; Carlon Electrical Products. 5.Manhattan/CDT/Cole-Flex. 6.RACO; a Hubbell Company. 7.Thomas & Betts Corporation. B. RNC: NEMA TC 2, Type EPC-40-PVC, EPC-80-PVC, unless otherwise indicated. C. Underground bends or sweeps in PVC conduits for vertical risers for feeders and branch circuits shall be according to the following formula, as a minimum: For conduits 2" diameter and smaller, sweep radius shall be six times the diameter; for conduits larger than 2" diameter, sweep radius shall be ten times the diameter. D. Fittings for RNC: NEMA TC 3; match to conduit or tubing type and material. 2.2 CONDUIT SIZES A.The minimum conduit size shall be 1 inch for lighting and power branch circuit wiring. The minimum "Homerun" conduit size to any panelboard, load center, switchboard, or motor control center shall be 1 inch. For concrete encased duct structures the minimum size shall be 4 inches unless otherwise indicated. B.Condulets for conduits larger than 1-1/2 inch I.D. shall be of the mogul design secured to the building structure within 6 inches each of conduit connection. 2.3 BOXES, ENCLOSURES, AND CABINETS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1.Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. 2.Hoffman. 3.Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 4.O-Z/Gedney; a unit of General Signal. 5.RACO; a Hubbell Company. RACEWAYS BOXES & ELECTRICAL SYSTEMS Page 3 of 7 26 05 33 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a.Brooks Products. b.Christy. c.BES. d.Jensen. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A.Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Underground Conduit: Schedule 40 or 80 PVC, direct buried, as indicated. B.Minimum Raceway Size: 1-inch for underground conduit. C.Raceway Fittings: Compatible with raceways and suitable for use and location. EMT Raceway fittings shall be steel, compression type. 1. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer. 3.2 INSTALLATION A.Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B.All conduits shall contain an insulated ground wire whether indicated or not. The ground wire shall be sized in accordance with CEO, unless otherwise noted. All conduit systems shall be mechanically and electrically continuous. C.Complete raceway installation before starting conductor installation. D.Arrange stub-ups so curved portions of bends are not visible above the finished slab. E.Install no more than the equivalent of three 90-degree bends in any conduit run except for comrnunications conduits. for which fewer bends are allowed. RACEWAYS BOXES & ELECTRICAL SYSTEMS Page 5 of 7 26 05 33 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom layers of inert plastic film, specifically formulated for prolonged use underground. Tape shall be highly resistant to alkalis, acids, and other destructive agents found in the soil. Warning tape shall bear a continuous printed message warning of the exact location of underground installations. The message shall be in permanent ink specifically formulated for prolonged use underground. Tape shall have black letters (minimum 1/2 inch high) on red background with the message "ELECTRICAL" printed on twelve (12)-inch centers for the entire length of the tape. 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A.Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B.Unless otherwise indicated, support units on a level 6-inch-deep bed of crushed stone or gravel, graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C.Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. 3.5 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1.Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2.Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION 26 05 33 RACEWAYS BOXES & ELECTRICAL SYSTEMS Page 7 of 7 26 05 33 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B.Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C.Coordinate installation of identifying devices with location of access panels and doors. D.Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 CONDUCTOR IDENTIFICATION MATERIALS A.Self-Adhesive, Self-Laminating Polyester Labels: Preprinted 3-mil- (0.08-mm-) thick flexible label with acrylic pressure-sensitive adhesive that provides a clear, weather- and chemical-resistant, self-laminating, protective shield over the legend. Labels sized to fit the conductor diameter such that the clear shield overlaps the entire printed legend. B.Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. C.Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve with diameter sized to suit diameter of conductor it identifies and to stay in place by gripping action. 2.2 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch (10 mm). 2.3 CABLE TIES A. General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking, Type 6/6 nylon. 1.Minimum Width: 3/16 inch (5 mm). 2.Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi (82.7 MPa). 3.Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4.Color: Black except where used for color-coding. IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2 of 4 26 05 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom high letters on 1-1/2-inch- (38-mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label] [Stenciled legend 4 inches (100 mm) high 2. Equipment to Be Labeled: a.Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Pane!board identification shall be engraved, laminated acrylic or melamine label. b.Enclosures and electrical cabinets. END OF SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 4 of 4 26 05 53 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.2 GENERAL WIRING-DEVICE REQUIREMENTS A.Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B.Comply with NFPA 70. C.Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1.Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2.Devices shall comply with the requirements in this Section. 2.3 STRAIGHT-BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 2.4 GFCI RECEPTACLES A. General Description: 1.Straight blade, non-feed-through type. 2.Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C- 596. 3.Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. 2.5 WALL PLATES A.Single and combination types shall match corresponding wiring devices. B.Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather-resistant die-cast aluminum with lockable cover. WIRING DEVICES Page 2 of 4 26 27 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.2 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles. 3.3 IDENTIFICATION A.Comply with Section 260553 "Identification for Electrical Systems." B.Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 3.4 FIELD QUALITY CONTROL A. Tests for Convenience Receptacles: 1.Line Voltage: Acceptable range is 105 to 132 V. 2.Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3.Ground Impedance: Values of up to 2 ohms are acceptable. 4.GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5.Using the test plug, verify that the device and its outlet box are securely mounted. 6.Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. B. Prepare test and inspection reports. END OF SECTION 26 27 26 WIRING DEVICES Page 4 of 4 26 27 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom California Code of Regulations (CCR) Title 24, Part 6 California Energy Code. 1.4 DEFINITIONS A.CRI: Color-rendering index. B.Luminaire: Complete lighting fixture, including ballast housing, if provided. 1.5 SUBMITTALS A. Product Data: For each luminaire and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions and verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3. Details of installation and construction. 4. Luminaire materials. 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps, ballasts, and accessories. a.For indicated luminaires, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaining luminaires shall be certified by manufacturer. b.Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. 6. Ballasts, including energy-efficiency data. 7. Lamps, including life, output, and energy-efficiency data. 8. Materials, dimensions, and finishes of poles. 9. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. 1.6 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products, and PART 1 - PRODUCTS 1.1 MANUFACTURERS A. In other Part 2 articles, where titles below introduce lists, the following requirements apply to product selection: EXTERIOR LIGHTING Page 2 of 4 26 56 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.2 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. 2.3 FIELD QUALITY CONTROL A.Inspect each installed fixture for damage. Replace damaged fixtures and components. B.Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. END OF SECTION 26 56 00 EXTERIOR LIGHTING Page 4 of 4 26 56 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.5 SUBMITTALS A. Record Drawings: Identifying and accurately showing locations of capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1.Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from City and authorities having jurisdiction. 2.Provide alternate routes around closed or obstructed traffic ways if required by City or authorities having jurisdiction. B. Salvable Improvements: Carefully remove items indicated to be salvaged and store at a location agreed upon with the City. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control and plant protection measures are in place. E. The following practices are prohibited within plant protection zones: 1.Storage of construction materials, debris, or excavated material. 2.Parking vehicles or equipment. 3.Foot traffic. 4.Erection of sheds or structures. 5.Impoundment of water. 6.Excavation or other digging unless otherwise indicated. 7.Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. F. Do not direct vehicle or equipment exhaust towards protection zones. G. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. H. Soil Stripping, Handling, and Stockpiling: Perform only when the topsoil is dry or slightly moist. PART 2 - PRODUCTS 2.1 MATERIALS A. Satisfactory So!! Material: Requirements for satisfactory soil material are specified in Section 31 20 00 - Earth Moving. SITE CLEARING Page 2 of 4 31 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B.Strip topsoil to a minimum compacted depth of 2 inches on 2:1 slopes and 4 inches on flatter slopes to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including clay lumps, gravel, and other objects more than 2 inches in diameter; trash, debris, weeds, roots, and other waste materials. C.Stockpile topsoil away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 1.Limit height of topsoil stockpiles to 72 inches. 2.Do not stockpile topsoil within protection zones. 3.Dispose of surplus topsoil. Surplus topsoil is that which exceeds quantity indicated to be stockpiled or reused. 4.Stockpile surplus topsoil to allow for respreading deeper topsoil. 3.6 SITE IMPROVEMENTS A.Remove existing above and below grade improvements as indicated and necessary to facilitate new construction. B.Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1.Unless existing full-depth joints coincide with line of demolition, neatly saw-cut along line of existing pavement to remain before removing adjacent existing pavement. Saw-cut faces vertically. 2.Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust coating, following coating manufacturer's written instructions. Keep paint off surfaces that will remain exposed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A.Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off City property. B.Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 31 10 00 SITE CLEARING Page 4 of 4 31 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 5. Section 32 93 00 — Plants 1.3 DEFINITIONS A. Backfill: Soil material used to fill an excavation. 1.Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2.Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Layer placed between the subgrade and hot-mix asphalt paving or concrete paving. C. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1.Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by City. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2.Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by City. Unauthorized excavation, as well as remedial work directed by City, shall be without additional compensation. F. Fill: Soil materials used to raise existing grades. G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1.Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- wide, maximum, short-tip- radius rock bucket; rated at not less than 138-hp flywheel power with bucket-curling force of not less than 28,700 lbf and stick-crowd force of not less than 18,400 lbf with extra-long reach boom; measured according to SAE J-1179. 2.Bulk Excavation: Late-model, track-mounted loader; rated at not less than 230-hp flywheel power and developing a minimum of 47,992-lbf breakout force with a general-purpose bare bucket; measured according to SAE J-732. H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, EARTH MOVING Page 2 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. E. Do not direct vehicle or equipment exhaust towards protection zones. F. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. G. Existing Utilities: Do not interrupt utilities serving facilities occupied by City or others unless permitted in writing by City and then only after arranging to provide temporary utility services according to requirements indicated. 1.Notify City not less than three days in advance of proposed utility interruptions. 2.Do not proceed with utility interruptions without City's written permission. 3.Contact utility locator service for area where Project is located before excavating. H. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Borrow Soil: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D 2487, or a combination of these groups; free of rock or gravel larger than 4 inches in any dimension, debris, waste„ vegetation, and other deleterious matter. 1.Expansion Index: Not more than 50 as measured by UBC Std. 29-2 and ASTM D 4829. Not more than 21 below improvements (see geotechnical report). 2.Upper 18 inches of subgrade fill under landscaped areas: Soil containing not more than 10% stones or lumps larger than 1-1/2 inches. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups, or soil classified as expansive by UBC Std. 29-2 and ASTM D 4829. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfiil and Fill: Satisfactory soil materials. E. Base Course: Naturally or artificially graded mixture of natural or crushed EARTH MOVING Page 4 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom PART 3 - EXECUTION 3.1 PREPARATION A.Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B.Protect and maintain erosion and sedimentation controls during earth moving operations. 3.2 EXPLOSIVES A. Do not use explosives. 3.3 EXCAVATION, GENERAL A.Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. B.Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until it has been classified and cross sectioned by Geotechnical Engineer. The Contract Sum will be adjusted for rock excavation according to unit prices included in the Contract Documents. Changes in the Contract Time may be authorized for rock excavation. 1.Earth excavation includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation. 2.Rock excavation includes removal and disposal of rock. Remove rock to lines and subgrade elevations indicated to permit installation of permanent construction without exceeding the dimensions shown in Section 1.3.0, Unit Prices. 3.4 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of EARTH MOVING Page 6 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.7 SUBGRADE INSPECTION A.Notify Testing Agency when excavations have reached required subgrade. B.If Testing Agency determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C.Proof-roll subgrade with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. D.Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 1. Authorized additional excavation in rock and replacement material will be paid for according to Contract provisions for unit prices. E.Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Testing Agency, without additional compensation. 3.8 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Geotechnical Engineer. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Geotechnical Engineer. 3.9 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1.Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 2.Obtain City's acceptance of stockpile locations prior to creation. If stockpile must be moved, obtain City's acceptance. 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1.Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2.Surveying locations of underground utilities for Record Documents. EARTH MOVING Page 8 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom J. Coordinate backfilling with utilities testing. 3.12 SOIL FILL A.Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B.Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C.Place and compact fill material in layers to required elevations. D.Place soil fill on subgrades free of mud. E.All imported soil material shall be approved by Geotechnical Engineer prior to hauling on site. 3.13 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1.Do not place backfill or fill soil material on surfaces that are muddy. 2.Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF SOIL BACKFILLS AND FILLS A.Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B.Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C.Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 1557: 1.Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 90 percent. 2.Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at [90] percent. 3.Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at90 percent. 4.For utility trenches, compact each layer of initial and final backfill soil material at 90 percent minimum except for areas under structures, EARTH MOVING Page 10 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom per plans. 3.18 FIELD QUALITY CONTROL A. Testing Agency: City will engage a qualified independent geotechnical engineering testing agency to perform field quality-control tests and inspections. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Geotechnical Engineer. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and minimum frequencies: 1.Paved: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2.Trench Backfill: At each compacted initial and final backfill layer, at least one test for every 100 feet or less of trench length, but no fewer than two tests. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 3.19 PROTECTION A.Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B.Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C.Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match EARTH MOVING Page 12 of 13 31 20 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 31 25 00 — STORMWATER POLLUTION CONTROL PART 1 -- GENERAL 1.1 RELATED DOCUMENTS A.Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification sections, apply to this section. B.CASQA Construction Handbook / Website Portal — Available as a subscription service at: https://www.casqa.orq/store/productsftabid/154/p-167-construction-handbookportal - initial-subscription.aspx. 1.2 SUMMARY A. This section includes all methods and materials to comply with the Project's Storm Water Pollution Prevention Plan (SWPPP), which is required for construction sites with a disturbed area of one or more acres, including construction sites of less than one (1) acre when they are part of a larger common development plan that is equal to or greater than one (1) acre: 1.The City is responsible for obtaining coverage under the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges associated with Construction and Land Disturbance Activities Order No. 2009-0009-DWQ, NPDES No. CAS000002 (Construction General Permit). The City will submit the following Project Registration Documents (PRDs) to the State Water Board electronically, using the State Water Board Storm Water Multiple Application and Report Tracking System (SMARTS) as described in Attachment B of the Construction General Permit, hereafter regarded as the CGP. This includes payment of the fee statement generated by SMARTS after PRD submittal. 2.The Contractor shall supply the following documents: a.SWPPP, prepared by a Qualified SWPPP Developer (QSD) to minimize the discharge of pollutants in stormwater due to construction activities. b.Notice of Intent (N01). c.Risk Assessment. d.Conceptual Site Map. e.WDID 1.3 SUBMITTALS A.Refer to entire section for all the submittal requirements. B.Qualification Data: Submit qualifications of CONTRACTOR's QSP. C.Hazardous waste documentation. STORMWATER POLLUTION CONTROL Page 1 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom S.REAP: Rain Event Action Plan. T.RWQCB: Regional Water Quality Control Board. U.SAP: Sampling and Analysis Plan. V.SMARTS: Storm water Multiple Application and Report Tracking System. W.SWPPP: Storm Water Pollution Prevention Plan. X.SWRCB: State Water Resources Control Board. Y.WDID: Waste Discharge Identification Number. 1.5 QUALITY ASSURANCE A. Throughout the duration of construction, the Contractor shall have a QSP with the following training qualifications assigned to the Project in accordance with Section VII of the CGP: 1.Attended and passed a State Water Board-sponsored or approved QSP training course (mandatory after September 1, 2011) 2.Certified as at least one of the following: a.Certified Erosion, Sediment and Storm Water Inspector (CESSWI)TM registered through Enviro Cert International, Inc. b.Certified Inspector of Sediment and Erosion Control (CISEC)TM registered through CISEC, Inc. c.QSD. 1.6 LAWS, REGULATIONS, AND POLICIES A. The following laws, permits, regulations and Board policies apply to the erosion and sediment transport control requirements described in this Section: 1.Construction General Permit (CGP): National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activity. State Water Resources Control Board (SWRCB) Order No. 2009-0009-DWQ, NPDES No. CAS000002, adopted September 2, 2009 and associated amendments. 2.California Code of Regulations (CCR), Title 23 (Divisions 2 and 4) and Title 24 (Parts 5 and 11). 3.California Regional Water Quality Control Board (RWQCB) Water Quality Control Plan for the San Diego Basin (9). 4.California Statewide General Permit for Waste Discharge Requirements for Discharges from Utility Vaults and Underground Structures to Surface Waters, Order No. 2006-008-DWQ, NPDES No. CAG990002. 5.California RWQCB San Diego Region, General Waste Discharge Requirements for Discharges of Hydrostatic Test Water and Potabie Water to Surface Waters STORM WATER POLLUTION CONTROL Page 3 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3. NOT D.Construction activities shall not cause a discharge that alters the physical, thermal, chemical, biological or radioactive properties of any waters of the State; or discharge a contaminant that is likely to cause a nuisance or be harmful to public health, wildlife, or other legitimate uses. E.To the extent practicable, all construction sites shall provide onsite methods to prevent sediment from entering the existing stormwater systems. Discharge of cloudy or sediment-laden water from any construction site to surface waters or any part of the sewer system is prohibited. F.All construction sites shall have stabilized construction site ingress and egress to limit tracking of sediment offsite. G.When sediment escapes the construction site, offsite accumulations of sediment shall be removed by the end of the day. Precautions shall be taken to ensure that sediment does not enter receiving waters. H.Existing vegetation shall be preserved where possible to minimize erosion. I.Follow instructions in Sections 3.12, 3.13 and 3.14 of this document (Temporary BMP Installation, Operation and Maintenance, Post-Construction BMPs, and Maintenance Prior. to Final Acceptance). 3.2 STORMWATER POLLUTION PREVENTION PLAN (SWPPP) A. Do not start work until: 1.An approved copy of the SWPPP is onsite. 2.A Waste discharge identification (WDID) number is issued. B. Discharges of runoff from a project shall comply with the CGP. 1. Construction site management activities include bid items of work for: a.Implementation and maintenance of construction best management practices (BMPs). b.Construction site monitoring, sampling and analysis. c.Preparation of storm water annual report. 2. Stormwater pollution control work shall comply with the SWPPP. C. Contractor is responsible for protecting stormwater systems and receiving waters from the discharge of potential pollutants from the project site due to construction activities by using stormwater pollution control practices, including but not limited to the following construction support facilities: 1. Staging areas. STORM WATER POLLUTION CONTROL Page 5 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 5)Material pollution prevention and control. 6)Waste management. 7)Non—storm water management. 12. Ensuring that weekly training meetings covering: a.Deficiencies and corrective actions for stormwater pollution control practices. b.Stormwater pollution control practices required for work activities during the week. c.Spill prevention and control. d.Material delivery, storage, usage, and disposal. e.Waste management. f.Non—storm water management procedures. 13. Ensuring that personnel who collect water quality samples are trained in the following subjects: a.Sampling and analysis plan (SAP) review. b.Health and safety review. c.Sampling simulations. 14. Documenting all training sessions conducted. This involves increasing awareness of the need to comply with the SWPPP, which includes, but is not limited to: minimizing sediment in stormwater discharges offsite; keeping a clean site; and minimizing the potential for construction materials and wastes from entering stormwater discharges. 15. Conducting an assessment of materials and equipment onsite with the potential to contaminate stormwater runoff. 16. Updating the inventory of potential pollutants as new potential contaminants arrive onsite. 17. Documenting all monitoring/sampling and analysis. 18. Acting as the site spill coordinator to document spills, direct clean-up activities, minimize impact to stormwater, and ensure .that the proper reporting, if necessary, is completed. 19. Documenting all incidences of non-compliance with the CGP. Incidences of non- compliance shall trigger a review of the SWPPP to determine when another amendment is necessary. 20. Overseeing and enforcing hazardous waste management practices as directed in the SWPPP, including spill prevention and control measures, and in accordance with applicable local, state, and federal regulations such as proper hazardous waste handling and emergency procedures under 40 CFR § 262.34(d)(5)(iii) and under 22 CA Code of Regulations Division 4.5: a.Preparation and submittal of appropriate documentation for transportation and disposal. b.Following appropriate procedures when unanticipated hazardous substances as defined in Health & Safety Code § 25316 and § 25317 are discovered onsite. STORMWATER POLLUTION CONTROL Page 7 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3) Vehicles and equipment storage areas: a)At the job site, check for leaks on a daily basis. b)Operators shall inspect vehicles and equipment each day of use. 4) Demolition sites within 50 feet of storm drain systems and receiving waters daily. 5) Pile driving areas for leaks and spills: a)Daily when pile driving occurs daily. b)Weekly when pile driving does not occur daily. 6) Temporary concrete washouts: a)Daily when concrete work occurs daily. b)Weekly when concrete work does not occur daily. 7) Paved roads at construction access points for street sweeping: a)Daily when earthwork and other sediment or debris generating activities occur daily. b)Weekly when earthwork and other sediment or debris generating activities do not occur daily. c)Whenever the National Weather Service is predicting precipitation. 8) Temporary active treatment system: a)Daily when dewatering work occurs daily. b)Weekly when dewatering work does not occur daily. d. Quarterly non-stormwater inspections: noting the conditions of those areas onsite that have the potential to result in pollution of stormwater. 24.Implementing and overseeing necessary corrective actions to the erosion/sediment control devices and other BMPs under the oversight of the City and/or QSD. 25.Documenting all inspections and any corrective actions. 26.Directing ongoing regular BMP maintenance activities (e.g. silt fence repair, hay bale replacement, sediment removal in retention basin, timely waste disposal, etc). Routine maintenance or the implementation of additional BMPs as recommended in the SWPPP does not constitute a corrective action. 27.Ensuring that materials and manpower are made available for the successful maintenance of all erosion and sediment control and other BMPs specified in the SWPPP. 28.Mobilizing crews to: a. Repair, replace, and/or implement additional BMPs due to deficiencies, failures or other shortcomings identified during inspections, to be completed within 72 hours of identification STORMWATER POLLUTION CONTROL Page 9 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom C.When a temporary construction entrance or roadway is being used, do not allow soil, sediment, or other debris that is tracked onto the pavement to enter storm drains, open drainage facilities, and watercourses. D.When material is tracked onto the pavement, remove it within 24 hours unless the City authorizes a longer period. E.Retain records of street sweeping activities including sweeping times, sweeping locations, and the quantity of disposed sweeping waste as part of the SWPPP. F.Before installing erosion control measures remove and dispose of trash, debris and weeds in areas to receive erosion control materials. G.Protect any hardscape, lined drainage channels, and existing vegetation from hydraulically applied material overspray. H.Proper selection of materials is critical for specific slopes and slope distances. No one product is applicable for all situations. Erosion control products should be selected on a case by case basis. I.Do not drive vehicles upon erosion control products following placement. J.Install temporary fencing for the protection of ESAs and the preservation of existing vegetation. 3.4 POST-CONSTRUCTION BMPs A. The Contractor shall install post-construction BMPs as required by the Contract Plans and Specifications and described in the SWPPP to minimize or mitigate for post- construction activities that may be potential sources of stormwater pollution. The Contractor shall provide maintenance for any post-construction BMPs that have been adversely affected by construction activities: 1.Maintenance activities will vary depending upon the BMPs in place and the construction activities. 2.The City will not pay for maintenance of post-construction BMPs unless arrangements are made prior to project initiation. • C. The Contractor is responsible for ensuring that all post-construction BMPs are irr proper working order with no maintenance required prior to the next rain event. 3.5 MAINTENANCE PRIOR TO FINAL ACCEPTANCE A. The Contractor shall maintain the planted areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include the filling, leveling, and repairing of any washed or eroded areas, as may be necessary and sufficient watering to maintain the plant materials in a healthy condition. STORMWATER POLLUTION CONTROL Page 11 of 12 31 25 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 15 16 — ASPHALT PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SCOPE A. Onsite paving shall conform to the following requirements; deviations shall only be allowed with written approval from the City Engineer. B. This work shall consist of dense, fine graded, hot, plant-mixed asphalt concrete to produce a very smooth, uniform completed surface that is free from rock pockets and aggregate segregation, providing "void free" appearance and texture. When approved to be placed in multiple lifts, any additional costs shall be the responsibility of the contactor with no additional compensation from the City. C. Bidding documents shall include the Contractors proposed Asphalt Mixture Design sheets. (Refer to Mix Design Submittal Checklist sheet at the end of this section). Designs will be for HMA to be placed for each of the uses anticipated on each project; patching, base, leveling, and / or surface course. Each asphalt supplier shall be required to submit its own mix design submittal. D. Hot Mix Asphalt (HMA) shall be manufactured from a state approved / certified HMA manufacturing facility. Work consists of one or more courses of HMA constructed on a prepared foundation. The asphalt concrete consists of a mixture of aggregates and specified type and grade of asphalt binder. The manufacturing facility shall be capable of producing HMA in accordance with the following requirements and all applicable local agency specifications on an ongoing and consistent basis. E. Ensuring uniform material is produced and selecting the vendor for these asphalt projects will require timely submittal of documents and qualifications to the satisfaction of the City. Contractor / material supplier shall demonstrate the existence of the following documents: 1.Approved vendor certificate for the state where work is being done, 2.Quality Control manual for material production over-site and testing measures being performed both at the asphalt plant as well as on the job site, and 3.List / Organizational Chart showing personnel responsible for use of equipment and actions of the crew on the grade while paving and compacting asphalt. F. HMA Mix Designs shall be performed by qualified personnel with proven past experience and successes in the mix design and quality control of asphalt production. Resumes of the signing 'individual-in-charge' may be required by the City and shall be supplied if requested. The design shall meet the loilowing requirements in this section and be less than 12-months old. However, the mix design method used shall be the Contractors option, as stated previously, based on various methods which currently ASPHALT PAVING Page 1 of 10 32 12 16 Poinsettia Community Park Contract No. 4608 1.4 ACTION SUBMITTALS A. Job-Mix Design (JMD): For every paving project, the contractor shall submit a mix design for review and approval by the City at the time of the bid and at least 30 days prior to the scheduled production and lay down of the asphalt mix. Job Mix Designs should demonstrate proposed mixes are capable of complying with the requirements of these specifications. The costs associated with developing Job-Mix Designs until one is accepted by the City shall be at the Contractor's expense with no additional compensation. 1. The design mix submittal shall meet the following criteria: a.Mix Design shall be based on Superpave method per the Asphalt Institute Superpave Series No. 2 (SP-2) or Marshall method per the Asphalt Institute Manual Series No. 2 (MS-2) current edition. b.Name/type/identification of mix. c.Source and grade of asphalt binder and modifiers. d.Source and description of aggregates and mineral fillers. e.Gradation and bulk specific gravity of each aggregate bin size. f.The percentage of each bin size used in the Job Mix Design, the combined aggregate gradation and the combined aggregate bulk specific gravities. g.Reclaimed Asphalt Pavement (RAP) quality, gradation, asphalt content, and bulk (dry) specific gravity. h.Aggregate quality test results for all aggregates. i.Plotted mix property curves showing the following mix properties at least four asphalt binder contents: unit weight and bulk specific gravity, maximum theoretical specific gravity, percent of air voids, percent void filled (VFA), and percent voids in mineral aggregates (VMA). j.Recommended asphalt content recommended for the JMD, which shall result in a mix meeting all properties specified herein at the percent air voids shown in table. k.The submittal shall list the following mix properties at the JMD recommended asphalt binder content: 1)Bulk Specific Gravity, Gmb 2)Maximum Theoretical Specific Gravity, Gmm 3)Mix Air Voids at Optimum Asphalt Content 4)Voids Filled with Asphalt (VFA) percent 5)Voids in Mineral Aggregate (VMA) 6)Mixing Temperature Ranges 7)Compaction Temperature Ranges B. Contractor's Quality Control Plan including testing of the mixture proposed to be used on the project shall be submitted to the City prior to acceptance of the proposed mix design. D. Independent Testing Laboratory (ITL). At least 30 days prior to the scheduled production, the contractor shall submit an independent testing laboratory (ITL) for contractor's quality control purpose for review and approval by the City. The minimum criteria of the ITL are as follows: 1.Possess the equipment and resources to perform all the required asphalt materials testing procedure. 2.Possess accreditation or certification for State DOT, AASHTO, City, or County ASPHALT PAVING Page 3 of 10 32 12 16 Poinsettia Community Park Contract No. 4608 Table 2.1 Aggr Maximum Size of Aggregate (inch) 1 % 1/2 Nominal Maximum Size of Aggregate (inch) % % 3/8, Pavement Section Application Base Course Only Base or Sur- face Courses Surface Courses Only U.S. Sieve Size Percent Pass- ing Percent Pass- ing Percent Pass- ing 1" 100 100 100 3/4" 90 -100 100 100 w Maximum 90 90 - 100 100 3/8" - Maximum 90 90-100 #4 Minimum 40 Maximum 90 #8 Minimum 40 Minimum 40 #200 3-6 3-6 3-7 2. Provide hot-mix asphalt for onsite paving meeting properties showing in Table 2.2 and the following criteria: a.Coarse aggregate angularity (ASTM D5821): 75 percent of coarse aggregate portion should have at least one fractured face b.Fine aggregate angularity (AASHTO T304): 40 percent minimum c.Flat and elongated pieces, 5:1 ratio (ASTM D4791):10 percent maximum d.Sand equivalent (ASTM D2419): 40 percent minimum e.Natural sand content: 20 percent maximum f.Design binder content is selected at air voids shown in the table 2.2. g.Minimum Voids in Mineral Aggregate (VMA) based on bulk (dry) specific gravity (Gsb) are 13.0 percent for 3/4-inch, 14.0 percent for 'A-inch, and 15.0 percent for 3/8-inch Nominal Maximum Size of Aggregate mixes, respectively. h.Dust proportion based on the effective binder content (Pbe) between 0.6 to 1.2 i.Maximum RAP content 30 percent for base course and 30 percent for surface course. j.Recycled asphalt shingles (RAS) shall not be allowed. k.Minimum Tensile Strength Ratio (TSR) is 80 percent. Table 2.2 HMA Prorertv Criteria HMA Property 50-gyration Superpave 50-blow Marshall Mix Design Method Superpave Marshall Compaction Energy 50 Gyrations 50 Blows per side Stability, lbs. n/a 1,200 min. Flow, 0.01 in. n/a 8 to 16 Air Voids @ design AC 3.5% 3.5% VFA 70 to 80 70 to 80 Dust to effective AC Ratio I (design & production) 0.6 to 1.2 0.6 to 1.2 ASPHALT PAVING Page 5 of 10 32 12 16 ' Poinsettia Community Park Contract No. 4608 B. Regulate paver machine speed to obtain a smooth (tight-mat), continuous surface free of pulls, bumps and tears in asphalt-paving mat. 1.Place hot-mix asphalt in one single lift. Maximum lift of asphalt surface course shall be four (4") inches compacted thickness. 2.Spread and compact asphalt mix with the temperature range specified on the approved Job Mix Design Submittal. 3.Begin applying mix along centerline of crown and along the high side of one-way slopes, unless otherwise indicated. C. Place paving in consecutive strips not less than twelve (12') feet wide, except where infill edge strips of a lesser width are required. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete asphalt base course for a section before placing asphalt surface course. D. Place asphalt mix by hand to areas inaccessible to equipment in a manner that prevents segregation of the mix. Place each course to required grade, cross section and thickness, when compacted. E. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to remove excess material from forming "high" spots. Fill depressions with hot-mix asphalt and prevent segregation of the mix; use suitable hand tools to smooth surface. 3.4 JOINTS A.Surface course longitudinal joints shall run with the traffic pattern. Therefore, pulling across the driving lanes shall not be allowed unless express permission is given by the City. Detail and submit to the City a paving plan on the site plan sheet prior to placement of asphalt. B.Construct joints to ensure continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot-mix asphalt course. 1.Clean contact surfaces and apply tack coat. 2.Offset longitudinal joints in successive courses a minimum of six (6") inches. 3.Offset transverse joints in successive courses a minimum of twenty-four (24") inches. 4.Construct transverse joints by bulkhead method or sawed vertical face method as described in Asphalt Institute's "The Asphalt Handbook". 5.Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement, and complete compaction to the specified density before the minimum compaction temperature specified in the JMD is reached. 3.5 COMPACTION A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. In areas inaccessible by rollers, compact hot-mix paving with a hot, hand tampers or vibratory-plate compactors. Complete compaction before mix temperature coois to iess than the minimum temperature specified in the approved Job Mix Design Submittal. ASPHALT PAVING Page 7 of 10 32 12 16 Poinsettia Community Park Contract No. 4608 C. Finished paved surface shall be uniform, clean and smooth, with no ponding, pooling or "birdbaths". Paved surfaces containing "birdbaths" will not be accepted and will be replaced and/or repaired by the Contractor, at no additional cost to the City. Patching will not be acceptable. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated with the following tolerances: 1.Aggregate Base Course: Plus or minus 1/2 inch. 2.Asphalt Surface Course: Plus 1/4", no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a ten (10') foot straight edge applied transversely or longitudinally to paved areas: 1.Aggregate Base Course: 1/4 inch 2.Asphalt Surface Course: 1/8 inch C. Final pavement surface (roughness) acceptance shall by the City Engineer. 3.8 FIELD QUALITY ASSURANCE A. Testing Agency: 1.The contractor shall be responsible for coordinating paving activities with the City's testing agency to allow field inspection and testing in conformance with these specifications. 2.The testing agency shall prepare daily test reports, and state in each report whether the tested work complies with the specified requirements. Any additional testing required to verify compliance of corrected work shall be at the contractor's expense. B. Thickness: In-place compacted thickness of hot-mix asphalt will be determined in accordance with ASTM D 3549. C. Surface Smoothness: Finished surface of each hot-mix asphalt course shall be tested for compliance with smoothness tolerances, and shall include a "visual" inspection of the asphalt pavement surface by the City. D. Quality Assurance Testing: For the purpose of Quality Assurance Testing and Acceptance Evaluation, the HMA paving work shall be divided into lots and sublots. A lot will be equal to the quantity of paving completed in one working day. 1. For each lot, a sample of HMA will be obtained in accordance with ASTM D 3665 random sampling procedure by the City's testing agency and following mix properties determined:• a.Asphalt Binder Content, ASTM D2172. b.Aggregate Gradation, ASTM C136 and C 117. c.Maximum Specific Gravity, ASTM D 2041. (Mandatory 2-hour cure time before testing for QC and QA) 2. For the first iot of the project and every third lot thereafter, the following additional properties shall be determined: a. Air Voids, percent. ASPHALT PAVING Page 9 of 10 32 12 16 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 13 13 - CONCRETE PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section Includes Concrete Paving 1. Walks. B.Related Requirements: 1.Section 03 30 53 "Miscellaneous Cast-in-Place Concrete" for general building applications of concrete. 2.Section 32 13 73 "Concrete Paving Joint Sealants" for joint sealants in expansion and contraction joints within concrete paving and in joints between concrete paving and asphalt paving or adjacent construction. 1.3 DEFINITIONS A.Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash, slag cement, and other pozzolans. B. W/C Ratio: The ratio by weight of water to cementitious materials. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to concrete paving, including but not limited to, the following: a.Concrete mixture design. b.Quality control of concrete materials and concrete paving construction practices. 2. Require representatives of each entity directly concerned with concrete paving to attend, including the following: a. Contractor's superintendent. CONCRETE PAVING Page 1 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B.Testing Agency Qualifications: Qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field-Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. C.Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1.Build mockups of full-thickness sections of concrete paving to demonstrate typical joints; surface finish, texture, and color; curing; and standard of workmanship. 2.Build mockups of concrete paving in the location and of the size indicated or, if not indicated, build mockups where directed by Landscape Architect and sized per Section 01 10 00 Summary. 3.Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Landscape Architect specifically approves such deviations in writing. 4.Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: City will contract a qualified independent testing agency to perform preconstruction testing on concrete paving mixtures. 1.9 FIELD CONDITIONS A.Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B.Hot-Weather Concrete Placement: Comply with ACI 301 and as follows when hot- weather conditions exist: 1.Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2.Cover steel reinforcement with water-soaked burlap, so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3.Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. CONCRETE PAVING Page 3 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom L.Epoxy-Coated, Joint Dowel Bars: ASTM A 775/A 775M; with ASTM A 615/A 615M, Grade 60 plain-steel bars. M.Tie Bars: ASTM A 615/A 615M, Grade 60; deformed. N.Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook- bolt joint assembly to hold coupling against paving form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. 0. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded-wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified, and as follows: 1.Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2.For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer- coated wire bar supports. P.Epoxy Repair Coating: Liquid, two-part, epoxy repair coating, compatible with epoxy coating on reinforcement. Q.Zinc Repair Material: ASTM A 780/A 780M. 2.4 CONCRETE MATERIALS A. Cementitious Materials: Use the following cementitious materials, of same type, brand, and source throughout Project: 1.Portland Cement: ASTM C 150/C 150M, gray portland cement Type II. 2.Fly Ash: ASTM C 618, Class C or Class F. 3.Slag Cement: ASTM C 989/C 989M, Grade 100 or 120. 4.Blended Hydraulic Cement: ASTM C 595/C 595M, Type IS, portland blast- furnace slag cement. B. Normal-Weight Aggregates: ASTM C 33/C 33M, Class 4S, uniformly graded. Provide aggregates from a single source. 1.Maximum Coarse-Aggregate Size: 1-inch nominal. 2.Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Air-Entraining Admixture: ASTM C 260/C 260M. D. Chemical Admixtures: Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1.Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2.Retarding Admixture: ASTM C 494/C 494M, Type B. CONCRETE PAVING Page 5 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1. Types I and II, nonload bearing, for bonding hardened or freshly mixed concrete to hardened concrete. E. Chemical Surface Retarder: Water-soluble, liquid, set retarder with color dye, for horizontal concrete surface application, capable of temporarily delaying final hardening of concrete to a depth of 1/8 to 1/4 inch. 2.7 CONCRETE MIXTURES A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. 1.Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2.When automatic machine placement is used, determine design mixtures and obtain laboratory test results that comply with or exceed requirements. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1.Fly Ash or Pozzolan: 25 percent. 2.Slag Cement: 50 percent. 3.Combined Fly Ash or Pozzolan, and Slag Cement: 50 percent, with fly ash or pozzolan not exceeding 25 percent. C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal- weight concrete at point of placement having an air content as follows: 1.Air Content: 5-1/2 percent plus or minus 1-1/2 percent for 1-1/2-inch nominal maximum aggregate size. 2.Air Content: 6 percent plus or minus 1-1/2 percent for 1-inch nominal maximum aggregate size. 3.Air Content: 6 percent plus or minus 1-1/2 percent for 3/4-inch nominal maximum aggregate size. D. Limit water-soluble, chloride-ion content in hardened concrete to 0.15 percent by weight of cement. E. Chemical Admixtures: Use admixtures according to manufacturer's written instructions. F. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. G. Concrete Mixtures: Normal-weight concrete. 1.Compressive Strength (28 Days): As indicated. 2.Slump Limit: 4 inches, plus or minus 1 inch. CONCRETE PAVING Page 7 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.3 EDGE FORMS AND SCREED CONSTRUCTION A.Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B.Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 3.4 STEEL REINFORCEMENT INSTALLATION A.General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B.Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C.Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D.Install welded-wire reinforcement in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. E.Zinc-Coated Reinforcement: Use galvanized-steel wire ties to fasten zinc-coated reinforcement. Repair cut and damaged zinc coatings with zinc repair material. F.Epoxy-Coated Reinforcement: Use epoxy-coated steel wire ties to fasten epoxy-coated reinforcement. Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D 3963/D 3963M. G.Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions. Straighten bends, kinks, and other irregularities, or replace units as required before placement. Set mats for a minimum 2-inch overlap of adjacent mats. 3.5 JOINTS A.General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1. When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. B.Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. CONCRETE PAVING Page 9 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B.Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. C.Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. D.Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. E.Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F.Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement dowels and joint devices. G.Screed paving surface with a straightedge and strike off. H.Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleedwater appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. I.Curbs and Gutters: Use design mixture for automatic machine placement. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing. J.Slip-Form Paving: Use design mixture for automatic machine placement. Produce paving to required thickness, lines, grades, finish, and jointing. 1. Compact subbase and prepare subgrade of sufficient width to prevent displacement of slip-form paving machine during operations. 3.7 FLOAT FINISHING A.General: Do not add water to concrete surfaces during finishing operations. B.Float Finish: Begin the second floating operation when bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float •surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. CONCRETE PAVING Page 11 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 5.Lateral Alignment and Spacing of Dowels: 1 inch. 6.Vertical Alignment of Dowels: 1/4 inch. 7.Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches of dowel. 8.Joint Spacing: 3 inches. 9.Contraction Joint Depth: Plus 1/4 inch, no minus. 10.Joint Width: Plus 1/8 inch, no minus. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Testing Services: Testing and inspecting of composite samples of fresh concrete obtained according to ASTM C 172/C 172M shall be performed according to the following requirements: 1.Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive- strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2.Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3.Air Content: ASTM C 231/C 231M, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4.Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when it is 80 deg F and above, and one test for each composite sample. 5.Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of three standard cylinder specimens for each composite sample. 6.Compressive-Strength Tests: ASTM C 39/C 39M; test one specimen at seven days and two specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mixture will be satisfactory if average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design CONCRETE PAVING Page 13 of 14 32 13 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Cold-applied joint sealants. 2.Hot-applied joint sealants. 3.Cold-applied, fuel-resistant joint sealants. 4.Hot-applied, fuel-resistant joint sealants. 5.Joint-sealant backer materials. 6.Primers. 1.3 ACTION SUBMITTALS A.Product Data: For each type of product. B.Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C.Paving-Joint-Sealant Schedule: Include the following information: 1.Joint-sealant application, joint location, and designation. 2.Joint-sealant manufacturer and product name. 3.Joint-sealant formulation. 4.Joint-sealant color. 1.4 INFORMATIONAL SUBMITTALS A.Qualification Data: For Installer. B.Product Certificates: For each type of joint sealant and accessory. CONCRETE PAVING JOINT SEALANTS Page 1 of 4 32 13 73 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.4 PRIMERS A. Primers: Product recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated. PART 3 - EXECUTION 3.1 EXAMINATION A.Examine joints to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Surface Cleaning of Joints: Before installing joint sealants, clean out joints immediately to comply with joint-sealant manufacturer's written instructions. 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. B.Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint-sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A.Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B.Joint-Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions. C.Install joint-sealant backings to support joint sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1.Do not leave gaps between ends of joint-sealant backings. 2.Do not stretch, twist, puncture, or tear joint-sealant backings. 3.Remove absorbent joint-sealant backings that have become wet before sealant application and replace them with dry materials. CONCRETE PAVING JOINT SEALANTS Page 3 of 4 32 13 73 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 17 13 - PARKING BUMPERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Precast concrete wheel stops. 1.3 ACTION SUBMITTALS A. Product Data: 1. Precast concrete wheel stops. 1.4 PARKING BUMPERS A. Precast Concrete Wheel Stops: Precast, steel-reinforced, air-entrained concrete; 4000- psi minimum compressive strength; 4-1/2 inches high by 9 inches wide by 72 inches long. Provide chamfered corners and a minimum of three factory-formed or -drilled vertical holes through wheel stop for anchoring to substrate. 1.Source Limitations: Obtain wheel stops from single source from single manufacturer. 2.Surface Appearance: Smooth, free of pockets, sand streaks, honeycombs, and other obvious defects. Corners shall be uniform, straight, and sharp. 3.Mounting Hardware: Galvanized-steel dowel, 1/2-inch diameter, 14-inch minimum length. PART 2 - EXECUTION 2.1 EXAMINATION A. Verify that pavement is in suitable condition to begin installation in accordance with manufacturers written instructions. PARKING BUMPERS Page 1 of 2 32 17 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 321723 - PAVEMENT MARKINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Painted markings applied to asphalt paving. 2.Painted markings applied to concrete surfaces. 1.3 ACTION SUBMITTALS A. Product Data: Include technical data and tested physical and performance properties. 1.Pavement-marking paint, alkyd. 2.Pavement-marking paint, solvent-borne. 3.Pavement-marking paint, acrylic. 4.Pavement-marking paint, latex. 5.Glass beads. B. Shop Drawings: 1.Indicate pavement markings, colors, lane separations, defined parking spaces, and dimensions to adjacent work. 2.Indicate, with international symbol of accessibility, spaces allocated for people with disabilities. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of CA MUTCD for pavement-markipg work. 1. Measurement and payment provisions and safety program submittals included in standard specifications do not apply to this Section. PAVEMENT MARKINGS Page 1 of 3 32 17 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.2 PAVEMENT MARKING A.Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B.Allow asphalt paving or concrete surfaces to age for a minimum of 30 days before starting pavement marking. C.Sweep and clean surface to eliminate loose material and dust. D.Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils, firmly secured to asphalt paving or concrete surface. Mask an extended area beyond edges of each stencil to prevent paint application beyond stencil. Apply paint so that it cannot run beneath stencil. 3.3 PROTECTING AND CLEANING A.Protect pavement markings from damage and wear during remainder of construction period. B.Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 321723 PAVEMENT MARKINGS Page 3 of 3 32 17 23 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom windbreaks, and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F (38 deg C) and higher. a. When ambient temperature exceeds 100 deg F (38 deg C), or when wind velocity exceeds 8 mph (13 km/h) and ambient temperature exceeds 90 deg F (32 deg C), set unit pavers within 1 minute of spreading setting-bed mortar. 1.6 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of tactile warning surfaces that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a.Deterioration of finishes beyond normal weathering and wear. b.Separation or delamination of materials and components. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 DETECTABLE WARNING UNIT PAVERS A. Detectable Warning Concrete Unit Pavers: Solid paving units, made from normal- weight concrete with a compressive strength of not less than 8000 psi, water absorption of not more than 6 percent according to ASTM C 140, and no breakage and not more than 1 percent mass loss when tested for freeze-thaw resistance according to ASTM C 67, with accessible detectable warning truncated domes on exposed surface of units. Wausau Tile, Inc., 1.800.388.8728, info@wausautile.com, www.wausautile.com, or approved equal. B. 1. Shapes and Sizes: a.Thickness: 2 inches (51 mm) at field of tile. b.Face Size: Nominal 12 by 12 inches (305 by 305 mm) 2. Dome Spacing and Configuration: State of California Title 24 compliant. C. Mortar Setting Bed: 1.Portland Cement Mortar Mix: Approved mortar mix for Thick Bed (1 1/4 to 2 inches) Mortar Mix. Basis of Design: ANSI A108.1 A, B, or C. May be a Pre- Blended Mortar Mix. 2.Thinset: The use of an ANSI A118.4 Bonding Mortar or better is required. Basis of Design: Custom Building Products TACTILE WARNING SURFACING Page 2 of 4 32 17 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom each paver in a single operation before initial set of mortar; do not return to areas already set or disturb pavers for purposes of realigning finished surfaces or adjusting joints. 7. Grouted Joints: Grout paver joints complying with ANSI A108.10. Grout joints as soon as possible after initial set of setting bed. a.Force grout into joints, taking care not to smear grout on adjoining surfaces. b.Tool exposed joints slightly concave when thumbprint hard. c.Cure grout by maintaining in a damp condition for seven days unless otherwise recommended by grout or liquid-latex manufacturer. 8. Remove excess grout from exposed paver surfaces; wash and scrub clean. 9. Protect installation from traffic until grout has set. 3.3 CLEANING AND PROTECTION A.Remove and replace tactile warning surfacing that is broken or damaged or does not comply with requirements in this Section. Remove in complete sections from joint to joint unless otherwise approved by City Engineer. Replace using tactile warning surfacing installation methods acceptable to City Engineer. B.Protect tactile warning surfacing from damage and maintain free of stains, discoloration, dirt, and other foreign material. END OF SECTION 321726 TACTILE WARNING SURFACING Page 4 of 4 32 17 26 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.5 INFORMATIONAL SUBMITTALS A.Product Certificates: For each type of chain-link fence, and gate. B.Product Test Reports: For framework strength according to ASTM F 1043, for tests performed by manufacturer and witnessed by a qualified testing agency or a qualified testing agency. C.Field quality-control reports. D.Sample Warranty: For special warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For gate operators to include in emergency, operation, and maintenance manuals. 1.7 FIELD CONDITIONS A. Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.8 WARRANTY A. Special Warranty: Installer agrees to repair or replace components of chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a.Failure to comply with performance requirements. b.Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 CHAIN-LINK FENCE FABRIC A. General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual" and requirements indicated below: 1.Fabric Height: As indicated on Drawings. 2.Steel Wire for Fabric: 9 gauge. CHAIN LINK FENCES AND GATES Page 2 of 7 32 31 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a. Color: Match chain-link fabric, according to ASTM F 934. 2.4 FITTINGS A. Provide fittings according to ASTM F 626. B. Post Caps: Provide for each post. 1. Provide line post caps with loop to receive tension wire or top rail. C. Rail and Brace Ends: For each gate, corner, pull, and end post. D. Rail Fittings: Provide the following: 1.Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches long. 2.Rail Clamps: Line and corner boulevard clamps for connecting and bottom rails to posts. E. Tension and Brace Bands: Pressed steel. F. Tension Bars: Steel, length not less than 2 inches shorter than full height of chain-link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. G. Truss Rod Assemblies: Steel, hot-dip galvanized after threading rod and turnbuckle or other means of adjustment. H. Tie Wires, Clips, and Fasteners: According to ASTM F 626. 1. Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames, according to the following: a. Hot-Dip Galvanized Steel: galvanized coating thickness matching coating thickness of chain-link fence fabric. I. Finish: 1. Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz./sq. ft. of zinc. a. Powder coated over metallic coating. Color to match chain link fabric. 2.5 GROUT AND ANCHORING CEMENT A. Nonshrink, Nonmetallic Grout: Factory-packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107/C 1107M. Provide grout, recommended in writing by manufacturer, for exterior applications. CHAIN LINK FENCES AND GATES Page 4 of 7 32 31 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2.Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a. Concealed Concrete: Place top of concrete 2 inches below grade as indicated on Drawings to allow covering with surface material. D.Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 30 degrees or more. For runs exceeding 500 feet, space pull posts an equal distance between corner or end posts. E.Line Posts: Space line posts uniformly at 96 inches o.c. F.Tension Wire: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch-diameter hog rings of same material and finish as fabric wire, spaced a maximum of 24 inches o.c. Install tension wire in locations indicated before stretching fabric. Provide horizontal tension wire at the following locations: 1. As indicated on Drawings. G.Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. H.Intermediate and Bottom Rails: Secure to posts with fittings. I.Chain-Link Fabric: Apply fabric to inside of enclosing framework. Leave 1-inch bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. J.Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts, with tension bands spaced not more than 15 inches o.c. K.Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric according to ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches o.c. and to braces at 24 inches o.c. Fasteners: Install nuts for tension bands and carriage bolts on the side of fence opposite the fabric side. CHAIN LINK FENCES AND GATES Page 6 of 7 32 31 13 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroonn SECTION 32 84 00 - PLANTING IRRIGATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Piping. 2.Encasement for piping. 3.Manual valves. 4.Pressure-reducing valves. 5.Automatic control valves. 6.Transition fittings. 7.Miscellaneous piping specialties. 8.Sprinklers. 9.Quick couplers. 10.Drip irrigation specialties. 11.Boxes for automatic control valves. 12.Controllers 1.3 DEFINITIONS A.Circuit Piping: Downstream from control valves to sprinklers, and specialties. Piping is under pressure during flow. B.Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water-distribution-system pressure. C.Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote-control, signaling power-limited circuits. 1.4 PERFORMANCE REQUIREMENTS A. Irrigation zone control shall be automatic operation with.controller and automatic control valves. PLANTING IRRIGATION Page 1 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom pressure line) the City may proceed to make repairs at the Contractor's expense. All damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the City by the Contractor, all at no additional cost to the City. At Contractor's expense, promptly repair all damage to paving, planting and other components that are due to settlement of improperly compacted trench soil. Guarantee shall be submitted on Contractor's own letterhead as follows: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from date of filing of the Notice of Completion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within 10 calendar days following written notification by the City. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. Project Name: Project Location: Contractor Name: Address: Telephone: By: (Type or print name of person authorized to bind the Contractor in legal matters) Title: (Of said officer(s)) Signature(s) Date of Execution: C. Record Drawings: 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 non-pressure 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 PLANTING IRRIGATION Page 3 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.10 DELIVERY, STORAGE, AND HANDLING A.Deliver piping with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe-end damage and to prevent entrance of dirt, debris, and moisture. B.Store plastic piping protected from direct sunlight. Support to prevent sagging and bending. 1.11 PROJECT CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: 1.Notify Construction Manager at least one week in advance of proposed interruption of water service. 2.Do not proceed with interruption of water service without Construction Manager's written permission. PART 2 - PRODUCTS 2.1 PIPES, TUBES, AND FITTINGS A. Comply with requirements in the piping schedule for applications of pipe, tube, and fitting materials, and for joining methods for specific services, service locations, and pipe sizes. B. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedules 40 and 80. 1.PVC Socket Fittings: ASTM D 2466, Schedule 40. 2.PVC Threaded Fittings: ASTM D 2464, Schedule 80. 3.PVC Socket Unions: Construction similar to MSS SP-107, except both headpiece and tailpiece shall be PVC with socket ends. C. PVC Pipe, Pressure Rated: ASTM D 2241, PVC 1120 compound, SDR 21 and SDR 26. 1.PVC Socket Fittings: ASTM D 2467, Schedule 80. 2.PVC Socket Unions: Construction similar to MSS SP-107, except both headpiece and tailpiece shall be PVC with socket or threaded ends. D. Brass Pipe and Fittings 1. Brass pipe shall be IPS standard weight 125 LB 85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the requirements of ASTM B43-91. PLANTING IRRIGATION Page 5 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.3 WARNING TAPE, LABELS AND TAGS A. Non-Detectable Underground Warning Tape: shall consist of a 4mil overall thickness of polyethylene film formulated to resist degradation due to acid and alkaline soils in conformance with Greenbook section 207-21. The lettering on all non-detectable indicator tape shall be a minimum of 1 inch unless otherwise specified. All non- detectable warning tape shall be APWA color coded and permanently printed and identified for use with reclaimed water. B. Warning Labels: shall be manufactured from 3.5 mil flexible vinyl base with permanent acrylic adhesive backing on a 90# stay-flat liner. Background and liner shall be printed with a UV cured vinyl ink with black lettering and clear flood over-printed for weathering and UV protection. 1.Controller Labels — shall be labeled "ATTENTION CONTROLLER UNIT FOR RECYCLED WATER" in both English and Spanish and shall be 8-1/4" x 2-1/2" self-stick stickers. 2.Identification Labels — shall be labeled "RECLAIMED WATER DO NOT DRINK" in both English and Spanish and shall be 4-3/4" x 3-1/2" self-stick stickers. C. Tags: shall be weatherproof plastic, 3"x4", purple in color, with the words "WARNING RECYCLED WATER — DO NOT DRINK" imprinted on one side and "AVISO — AGUA IMPURA — NO TOMAR" imprinted on the other side. Imprinting shall be permanent and black in color. 2.4 MANUAL VALVES A. Plastic Ball Valves: 1.As indicated on plans 2.Description: a.Standard: MSS SP-122. b.Pressure Rating: 150 psig minimum c.Body Material: PVC. d.Type: Union. e.End Connections: Socket or threaded. f.Port: Full. B. Brass/Bronze Ball Valves: 1.As indicated on plans 2.Description: 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-35B, Type II, Class A, Style 3, End Connection A or C. PLANTING IRRIGATION Page 7 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom psi and in flows of 1/2-foot per second to 15 feet per second with linearity of ±1 percent and repeatability of ±1 percent. 1.Electronics: Glass-filled PPS. 2.Electronics Housing: Shall have two ethylene-propylene 0-rings and be easily removed from the meter body. 3.Sensor Electronics: Potted in an epoxy compound designed for prolonged immersion. 4.Electrical Connections: 2-conductor 18 AWG leads, 48 inches length. 5.Impeller: Glass-filled nylon with an ETFE sleeve bearing. 6.Insulation: Direct burial "UF" type, colored red for positive lead and black for negative lead. 7.Shaft material: Tungsten carbide. 8.Sensor Body: Cast bronze, available in 1-inch female iron pipe sizes. 9.Model: Ca!sense FM-1B, as manufactured by Calsense or approved equal. 2.10 TRANSITION FITTINGS A.General Requirements: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. B.Transition Couplings: 1. Description: AVVVVA C219, metal sleeve-type coupling for underground pressure piping. C.Plastic-to-Metal Transition Fittings: 1. Description: PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent-cement- socket or threaded end. D.Plastic-to-Metal Transition Unions: 1. Description: MSS SP-107, PVC four-part union. Include one brass threaded end, one solvent-cement-joint or threaded plastic end, rubber 0-ring, and union nut. 2.11 SPRINKLERS A.General Requirements: Designed for uniform coverage over entire spray area indicated at available water pressure. B.Plastic, Pop-up, Gear-Drive Rotary Sprinklers: 1. Description: As indicated on plans. a.. Body MateOal: _ABS. b.Nozzle: ABS. c.Retraction Spring: Stainless steel. PLANTING IRRIGATION Page 9 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2. Emitters: Four and Eight outlet multi-port emitter modules as manufactured by Pepco "Quadra" or Rainbird "XERI-Bird — 8". C. Drip Tubes with In-Line Emitters: 1. Tubing: Flexible PE or PVC with plugged end as manufactured by Netafim. 2. Emitters: Devices to deliver water at approximately 15 psig minimum. a.Body Material: PE or vinyl, with flow control. b.Mounting: Factory pre-installed integrated pressure compensating in-line emitters. 3. Capacities and Characteristics: a.Tubing Size: NPS 1/2" minimum b.Emitter Spacing: 12". c.Emitter Flow: 0.6 GPH. D. Application Pressure Regulators: Brass or plastic housing, NPS 3/4, with corrosion- resistant internal parts; capable of controlling outlet pressure to approximately 20 psig.as manufactured by Rainbird, Netafim, or approved equal. E. Filter Units: Brass or plastic housing, with corrosion-resistant internal parts; of size and capacity required for devices downstream from unit as manufactured by Rainbird or Amiad. F. Air Relief Valves: Brass or plastic housing, with corrosion-resistant internal parts. G. Vacuum Relief Valves: Brass or plastic housing, with corrosion-resistant internal parts. H. Drip Tubing Stakes: Rainbird No. RS-13, Salco, or approved equal. I. Bug Cap: Rainbird, Pepco, or approved equal. J. Drip Emitter Access Box: As manufactured by Rainbird, Salco, or approved equal. K. Drip Indicator Device: As manufactured by Hunter or Rainbird or approved equal. 2.14 VALVE BOXES AND WIRE PULL BOXES A. Plastic Boxes: 1. Carson Industries, LLC 2. Description: Box and cover, with open bottom and openings for piping; designed for installing flush with grade. a.Size: As required for valves and service. b.Shape: Rectangular. C. Sidewall Material: PE. d. Cover Material: PE. 3. All valve boxes shall be marked "RCV", "BV" or "QC", "PB" respectively. Remote control valves shall be marked with station numbers embossed on the valve PLANTING IRRIGATION Page 11 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 4. Moisture Sensor: Adjustable from one to seven days, to shut off water flow during rain. 5. Smart Controllers: Use ET, tested in accordance with IA SWAT Climatological Based Controllers 8th Draft Testing Protocol and compliant with ASHRAE Standard 189.1. 6. Wiring: UL 493, Type UF multiconductor, with solid-copper conductors; insulated cable; suitable for direct burial. a.Feeder-Circuit Cables: No. 12 AWG minimum, between building and controllers. b.Low-Voltage, Branch-Circuit Cables: No. 14 AWG minimum, between controllers and automatic control valves; color-coded different from feeder- circuit-cable jacket color; with jackets of different colors for multiple-cable installation in same trench. c.Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring-type connector or crimped joint and epoxy resin moisture seal; suitable for direct burial. 7. Concrete Base: Reinforced precast concrete not less than 36 by 24 by 4 inches) thick, and 6 inches greater in each direction than overall dimensions of controller. Include opening for wiring. 2.17 ELECTRICAL MATERIALS. A. General. 1. All electrical materials shall conform to the requirements of the 1996 National Electrical Code. B. Conductors. 1.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 insulation, 0.015 mm neoprene jacket, style UF (Direct Burial), or equal, color code wires to each valve. 2.Neutral wires shall be white, no smaller than No. 12 solid single conductor wire, 0.015 mm insulation, 0.015 mm neoprene jacket, style UF (Direct Burial). C. Controller Unit. 1. All controllers shall be grounded by one 5/8" diameter by 10' long stainless grounding rod and a 50-ohm resistance lightning arrestor. D. Irrigation Electrical Service Equipment and Enclosures. 1. Electrical service equipment shall incorporate the following elements: a.One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer; b.One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric Company meter, with provision for test block bypass ;laving a UL listing and EUSERC dpprovai; 1 - c.One 15-amp circuit breaker for each irrigation controller energized by the service; PLANTING IRRIGATION Page 13 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3. Sleeves: 24 inches. 3.2 PREPARATION A. Set stakes to identify locations of proposed irrigation system. Obtain Landscape Architect's approval before excavation. 3.3 PIPING INSTALLATION A.Location and Arrangement: Drawings indicate location and arrangement of piping systems. Install piping as indicated unless deviations are approved on Coordination Drawings. B.Install piping free of sags and bends. C.Install groups of pipes parallel to each other, spaced to permit valve servicing. D.Install fittings for changes in direction and branch connections. E.Install unions adjacent to valves and to final connections to other components with NPS 2 or smaller pipe connection. F.Install flanges adjacent to valves and to final connections to other components with NPS 2-1/2 or larger pipe connection. G.Install underground thermoplastic piping according to ASTM D 2774 and ASTM F 690. H.Install expansion loops in control-valve boxes for plastic piping. I.Lay piping on solid subbase, uniformly sloped without humps or depressions. J.Install ductile-iron piping according to AVVVVA C600. K.Install PVC piping in dry weather when temperature is above 40 deg F. Allow joints to cure at least 24 hours at temperatures above 40 deg F before testing. L.Install water regulators with shutoff valve and strainer on inlet and pressure gage on outlet. Install shutoff valve on outlet. Install aboveground or in control-valve boxes. M.Water Hammer Arresters: Install between connection to building main and circuit valves aboveground or in control-valve boxes. N.Install piping in sleeves under parking lots, roadways, and sidewalks. 0. Install sleeves made of Schedule 40 PVC pipe and socket fittings, and solvent- cemented joints. P. Install transition fittings for plastic-to-metal pipe connections according to the following: PLANTING IRRIGATION Page 15 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.Attach to solenoid wire directly or with plastic tie-wrap 3.Attach to valve over with existing valve cover bolt. 3.6 VALVE INSTALLATION A.Underground Curb Valves: Install in curb-valve casings with tops flush with grade. B.Underground Iron Gate Valves, Resilient Seat: Comply with AVVWA C600 and AWWA M44. Install in valve casing with top flush with grade. 1. Install valves and PVC pipe with restrained, gasketed joints. 3.7 FLOW SENSOR INSTALLATION A.Install flow sensors as indicated in Drawings and per manufacturer's recommendations. Install with a minimum of 2 feet or 10 times the pipe diameter, whichever is greater, straight pipe without fittings prior to the sensor. Install with a minimum of 1-foot or 5 times the pipe diameter, whichever is greater, straight pipe without fittings after the sensor. Install with a cover of 6-inch minimum and 12-inch maximum over top of the flow sensor. Fit each valve with a rectangular valve box, set over 3/4-inch gravel with filter fabric. B.Flow sensor' wire may be extended to a maximum distance of 2,000 feet from the location of the assembly to which it is connected. Wire shall be installed in a 1-1/4-inch gray PVC Schedule 40 pipe. C.Connection of flow sensor wires shall only be within the valve box of the flow sensor. Wire connections on the cable shall be made with wire splice kit, installed per manufacturer's specifications. No splices shall be allowed without prior written approval of the Project Inspector. D.Install flow sensor cable and normally open master valve cable in same conduit and apart from all other wires. Connection of these cables to the controller terminals shall be by equipment supplier during their certification of equipment installation. 3.8 SPRINKLER INSTALLATION A.Install sprinklers after hydrostatic test is completed. B.Install sprinklers at manufacturer's recommended heights. C.Locate part-circle sprinklers to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries unless otherwise indicated. 3.9 DRIP IRRIGATION SPECIALTY INSTALLATION A. Install drip tubes with direct-attached emitters below grade as indicated on plans. PLANTING IRRIGATION Page 17 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. Tests and Inspections: 1.System layout. 2.Pressure test of irrigation mainline (Four hours at 125 PSI or 120% of static water pressure, whichever is greater.) Mainline pressure test loss during test shall not exceed 2 PSI. 3.Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 4.Operational Test: After electrical circuitry has been energized, operate controllers and automatic control valves to confirm proper system operation. 5.Coverage Test of irrigation system. Test shall be performed prior to any planting. 6.Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 7.Final inspections prior to start of maintenance period. 8.Final acceptance. C. CMWD Recycled Water Inspection: 1. District Construction Inspection shall include: a.Required separation between potable and recycled water lines (horizontally and vertically). b.Pipe Identification c.Sleeving at crossings. d.Appropriate materials and markings, including proper quick couplers. 2. District Final Inspection shall include: a.Signage installed per plan. b.Controller Stickers. c.Tagging of valves. d.Coverage test after completion of the sprinkler system to ensure protection of area not approved for recycled water use. e.All aspects of the irrigation conditions including windblown spray, runoff, and ponding. f.Required protection of all residential areas. g.Required protection of wells, streams, reservoirs, etc. h.Cross-connection test if required. i.Color coded, laminated charts inside each controller. D. Any product will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports. PLANTING IRRIGATION Page 19 of 20 32 84 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 91 15 - SOIL PREPARATION (PERFORMANCE SPECIFICATION) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section includes planting soils specified according to performance requirements of the mixes. B.Related Requirements: 1.Section 32 92 00 "Turf and Grasses" for placing planting soil for turf and grasses. 2.Section 32 93 00 "Plants" for placing planting soil for plantings. 1.3 DEFINITIONS A.AAPFCO: Association of American Plant Food Control Officials. B.Backfill: The earth used to replace or the act of replacing earth in an excavation. This can be amended or unamended soil as indicated. C.CEC: Cation exchange capacity. D.Compost: The product resulting from the controlled biological decomposition of organic material that has been sanitized through the generation of heat and stabilized to the point that it is beneficial to plant growth. E.Duff Layer: A surface layer of soil, typical of forested areas, that is composed of mostly decayed leaves, twigs, and detritus. F.Imported Soil: Soil that is transported to Project site for use. G.Layered Soil Assembly: A designed series of planting soils, layered on each other, that together produce an environment for plant growth. H.Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. I.NAPT: North American Proficiency Testing Program. An SSSA program to assist soil-, plant-, and water-testing laboratories through interlaboratory sample exchanges and statistical evaluation of analytical data. SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 1 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom of material to be furnished; provide an accurate representation of composition, color, and texture. 1.6 INFORMATIONAL SUBMITTALS A.Qualification Data: For each testing agency. B.Preconstruction Test Reports: For preconstruction soil analysis specified in "Preconstruction Testing" Article. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent, state-operated, or university-operated laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience and capability to conduct the testing indicated; and that specializes in types of tests to be performed. 1. Laboratories: Subject to compliance with requirements, provide testing by the following: a.Wallace Laboratories 365 Coral Circle El Segundo, CA 90245 Phone: (310)-615-0116 b.Waypoint Analytical 4741 E. Hunter Ave. Suite A Anaheim, CA 92807 Phone: (714) 282-8777 c.SiteOne Landscape Supply 2120 La Mirada Dr. Vista, CA 92081 Phone: (760) 734-4334 1.8 PRECONSTRUCTION TESTING A.Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction soil analyses on existing, on-site soil & imported soil B.Preconstruction Soil Analyses: For each unamended soil type, perform testing on soil samples and furnish soil analysis and a written report containing soil-amendment and fertilizer recommendations by a qualified testing agency performing the testing according to "Soil-Sampling Requirements" and "Testing Requirements" articles. 1. Have testing agency identify and label samples and test reports according to sample collection and labeling requirements. SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 3 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.Metals Hazardous to Human Health: Test for presence and quantities of RCRA metals including aluminum, arsenic, barium, copper, cadmium, chromium, cobalt, lead, lithium, and vanadium. If RCRA metals are present, include recommendations for corrective action. 4.Phytotoxicity: Test for plant-available concentrations of phytotoxic minerals including aluminum, arsenic, barium, cadmium, chlorides, chromium, cobalt, copper, lead, lithium, mercury, nickel, selenium, silver, sodium, strontium, tin, titanium, vanadium, and zinc. D. Fertility Testing: Soil fertility, including the following: 1.Percentage of organic matter. 2.CEC, calcium percent of CEC, and magnesium percent of CEC. 3.Soil reaction (acidity/alkalinity pH value). 4.Buffered acidity or alkalinity. 5.Nitrogen ppm. 6.Phosphorous ppm. 7.Potassium ppm. 8.Manganese ppm. 9.Manganese-availability ppm. 10.Zinc ppm. 11.Zinc availability ppm. 12.Copper ppm. 13.Sodium ppm and sodium absorption ratio. 14.Soluble-salts ppm. 15.Presence and quantities of problem materials including salts and metals cited in the Standard protocol. If such problem materials are present, provide additional recommendations for corrective action. 16.Other deleterious materials, including their characteristics and content of each. E. Organic-Matter Content: Analysis using loss-by-ignition method according to SSSA's "Methods of Soil Analysis - Part 3-Chemical Methods." F. Recommendations: Based on the test results, state recommendations for soil treatments and soil amendments to be incorporated to produce satisfactory planting soil suitable for healthy, viable plants indicated. Include, at a minimum, recommendations for nitrogen, phosphorous, and potassium fertilization, micronutrients and leaching. 1.Fertilizers and Soil Amendment Rates: State recommendations in weight per 1000 sq. ft. 1000 sq. ft.for 6-inch6-inchepth of soil. 2.Soil Reaction: State the recommended liming rates for raising pH or sulfur for lowering pH according to the buffered acidity or buffered alkalinity in weight per 1000 sq. 1000 sq. ft. for 6-inch depth of soil. 1.11 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials. Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and compliance with state and Federal laws if applicable. SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 5 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom C. Planting-Soil Type Biofiltration Soil: 1.The loamy sand filtration layer shall consist of the following components: Loamy Sand Soil Mix shall consist of an approximate ratio of 75%-90% sand, 5%-20% silt and <5% clay. The loamy sand soil mix shall be combined with organic matter at a rate of 65-70% loamy sand soil mix and 30-35% compost material per the product specifications described below, to create the loamy sand filtration mix. The final product shall provide a permeability rate of not less than 5" per hour or greater than 20" per hour. These ratios were selected to minimize filtration layer compaction, and formation of an anaerobic soil condition resulting in the formation of off-gas (methane) and bacterial growth. 2.The final loamy sand mixture shall have the following physical properties: Property Test Method pH 5.5- 8.0 (6.0-7.5 is optimum) (ASTM D4972) Magnesium 32 ppm (use authorized soil test procedures) Phosphorous (phosphate P205) Not to exceed 69 ppm (use authorized soil test procedures) Potassium (K2O) Minimum 78 ppm (use authorized soil test procedures) Salt Concentration < 4.0 mmhos/cm (use authorized soil test procedures) Permeability (Darcy's k) 2.3 x10^-2 centimeters per second, minimum (see sand mixture requirements) Permeability (Saturation Hy- draulic Conductivity) USDA Hydraulic Properties Calculator — 2006 2-6 inches per hour Maturity 80% or above (Minimum of 6 on the Stability/Maturity Scale) (TMECC 05.05-A for Germination and Vigor, Seed Emer- gence Seedling Vigor, % Relative to Positive Control) Carbon/Nitrogen Ratio Less than 20:1 will indicate compost is stable (TMECC 05.02-A) Pathogen Fecal Coliform Bacteria < 1000 MPN/gram dry weight (TMECC 07.01-B) Salmonella < 3 MPN/4 grams dry weight (TMECC 07.01-B) Physical Contaminants Less than 1.0% No Sharps (Sewing needles, straight pins and hypodermic needles, TMECC 02.02-C), Glass, Plastic, Paper Organic Matter Content 30-70% Dry Weight Basis (50%-60% preferred) Loss-On-Ignition Organic Matter Method (L01) (TMECC 05.07-A) Moisture Content 35-55% (40-50% preferred) Use authorized test procedures) (TMECC 03.09-A) NOTE: TMECC refers to "Test Methods for the Examination of Composting and Compost," published by the United States Department of Agriculture and the United States Compost Council (USCG). 3.If the pH of the final loamy sand mixture falls outside the acceptable range, it may be modified with lime (to raise) or iron sulfate plus sulfur (to lower). The lime or iron sulfate must be mixed uniformly into the soil mix prior to use in bio- retention areas. 4.Should the soil mix not meet the minimum requirement for magnesium, it may be modified with magnesium sulfate. Likewise, should the soil mix not meet the SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 7 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom The compost shall have a grain size distribution where 98% is passing the 3/4" sieve and less than 25% passing the 3/8" sieve. The compost shall not have any materials larger than the 2" in length. The compost shall also meet the following requirements: 1)pH: 5.5-8.0 2)Moisture: 30-60% wet weight basis 3)Organic Matter: 30-65% dry weight basis 4)Stability (Carbon Dioxide evolution rate): >80% relative to positive control 5)Maturity (Seed emergence and seedling vigor): >80% relative to positive control 10. The compost producer must be fully permitted as specified under the California Integrated Waste Management Board, Local Enforcement Agencies and any other State and Local Agencies that regulate solid waste facilities. If exempt from State permitting requirements, the composting facility must certify that it follows guidelines and procedures for production of compost meeting the environmental health standards of Title 14, California Code of Regulations, Division 7, Chapter 3.1, Article 7. 2.3 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1.Class: T, with a minimum of 99 percent passing through a No. 8sieve and a minimum of 75 percent passing through a No. 60sieve. 2.Class: 0, with a minimum of 95 percent passing through No. 8sieve and a minimum of 55 percent passing through a No. 60sieve. 3.Form: Provide lime in form of ground dolomitic limestone. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent elemental sulfur, with a minimum of 99 percent passing through a No. 6 No. 6sieve and a maximum of 10 percent passing through a No. 40sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through a No. 50sieve. E. Sand: Clean, washed, natural or manufactured, free of toxic materials, and according to ASTM C 33/C 33M. 2.4 ORGANIC SOIL AMENDMENTS A. Compost: The compost used must not be derived from mixed municipal solid waste and must be reasonably free of visible contaminates. The compost must not contain SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 9 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.2 PREPARATION OF UNAMENDED, ON-SITE SOIL BEFORE AMENDING A.Excavation: Excavate soil from designated area(s) to a depth of 6 inches and stockpile until amended. B.Unacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. C.Unsuitable Materials: stones, roots, plants, sod, clay lumps, and pockets of coarse sand. 3.3 BLENDING PLANTING SOIL IN PLACE A.General: Mix amendments with in-place, unamended soil to produce required planting soil. Do not apply materials or till if existing soil or subgrade is frozen, muddy, or excessively wet. B.Preparation: Till unannended, existing soil in planting areas to a minimum depth 6 inches. Remove stones larger than 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. C.Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 3.4 BIOFILTRATION SOIL PLACEMENT A.The Contractor shall provide the Owner's Representative with the required material testing and manufacturer data for review and approval prior to delivery of the material to the site. Prior to blending the loamy sand filtration mixture, the Contractor shall provide particle size distribution for all material components, and shall provide an agricultural suitability test for the topsoil and compost at a rate of one test per 100 cubic yards of material. After blending the loamy sand filtration mixture, the Contractor shall provide a test of the blended product for approval prior to delivery. The Contractor shall also provide a quality control test at a rate of one test per 100 cubic yards of blended material upon delivery. B.Upon delivery, the materials shall be stored so that they are not exposed to the elements. All filtration mixture materials shall be kept dry during the storage and final application. The materials shall be stored to prevent contamination of fines and other deleterious materials. The loamy sand shall be thoroughly mixed prior to application. The loamy sand mixture shall be poured into the design area. The filtration layer shall not be compacted. C.The loamy send filtration lyer sha!! be overlain with 2 to 3 inches of a non-chemically treated mulch. Mulch shall be well-aged, shredded, or chipped woody debris (no redwood) or plant material. Well-aged mulch is defined as mulch that has been SOIL PREPARATION (PERFORMANCE SPECIFICATION) Page 11 of 12 32 91 15 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 32 92 00 - TURF AND GRASSES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A.Section Includes: 1. Sodding. B.Related Requirements: 1. Section 32 93 00 "Plants" for trees, shrubs, ground covers, and other plants as well as border edgings and mow strips. 1.3 DEFINITIONS A.Finish Grade: Elevation of finished surface of planting soil. B.Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. C.Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. D.Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 91 15 "Soil Preparation (Performance Specification)" and drawing designations for planting soils. E.Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. TURF AND GRASSES Page 1 of 7 32 92 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom C. Bulk Materials: 1.Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2.Provide erosion-control measures to prevent erosion or displacement of bulk materials; discharge of soil-bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3.Accompany each delivery of bulk materials with appropriate certificates. 1.9 FIELD CONDITIONS A. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A.Turfgrass Sod: Certified, complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture that is strongly rooted and capable of vigorous growth and development when planted. B.Turfgrass Species: per plan. 2.2 FERTILIZERS A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. B. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus, and potassium in the following composition: 1.Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil-testing laboratory. TURF AND GRASSES Page 3 of 7 32 92 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B. Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A.General: Prepare planting area for soil placement and mix planting soil according to Section 32 91 15 "Soil Preparation (Performance Specification)." B.Weed Germination: Prior to turf placement, irrigate for two weeks to germinate weeds. Apply City approved contact herbicide to weeds. Repeat if weeds persist. C.Placing Planting Soil: Place and mix planting soil in place over exposed subgrade and blend planting soil in place. 1. Reduce elevation of planting soil to allow for soil thickness of sod. D.Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. E.Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 SODDING A. Lay sod within 24 hours of harvesting unless a suitable preservation method is accepted by Architect prior to delivery time. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1.Lay sod across slopes exceeding 1:3. 2.Anchor sod on slopes exceeding 1:6 with wood pegs spaced as recommended by sod manufacturer but not less than two anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. TURF AND GRASSES Page 5 of 7 32 92 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.7 PESTICIDE APPLICATION A.Apply pesticides and other chemical products and biological control agents according to requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B.Post-Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already-germinated weeds and according to manufacturer's written recommendations. 3.8 CLEANUP AND PROTECTION A.Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B.Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. C.Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. D.Remove nondegradable erosion-control measures after grass establishment period. 3.9 MAINTENANCE SERVICE A. Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in "Turf Maintenance" Article. Begin maintenance immediately after each area is planted and continue until acceptable turf is established, but for not less than the following periods: a. When initial maintenance period has not elapsed before end of planting season, or if turf is not fully established, continue maintenance during next planting season. 2. Sodded Turf: 120 days from substantial completion, as determined by the City Engineer. END OF SECTION 32 92 00 TURF AND GRASSES Page 7 of 7 32 92 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. F.Planting Area: Areas to be planted. G.Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 32 91 15 "Soil Preparation (Performance Specification)" for drawing designations for planting soils. H.Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. I.Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. J.Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. K.Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.4 COORDINATION A. Coordination with Turf Areas (Lawns): Plant trees, shrubs, and other plants after finish grades are established and before planting turf areas unless otherwise indicated. 1. When planting trees, shrubs, and other plants after planting turf areas, protect turf areas, and promptly repair damage caused by planting operations. 1.5 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Plant Photographs: Include color photographs in digital 3 by 5-inch format of each required species and size of plant material as it will be furnished to Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required; include a minimum of three photographs showing the average plant, the best quality plant, PLANTS Page 2 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom a.Trees: 12 Months b.Shrubs, Vines, Ground Covers and Other Plants: 120 Days. 3. Include the following remedial actions as a minimum: Immediately remove dead plants and replace unless required to plant in the succeeding planting season. a.Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. b.A limit of one replacement of each plant is required except for losses or replacements due to failure to comply with requirements. c.Provide extended warranty for period equal to original warranty period, for replaced plant material. d.Guarantee shall be submitted on Contractor's own letterhead as follows: GUARANTEE FOR PLANTS AND ACCESSORIES FOR (PROJECT NAME) We hereby guarantee that the plants and accessories we have furnished and installed for (project name) are 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 plantings and accessories that fail in materials, workmanship, or growth within specified warranty periods and also to repair or replace any damage resulting from the repairing or replacing of such failures at no additional cost to the City. Failures include but are not limited to death and unsatisfactory growth; and structural failures including plantings falling or blowing over. The following warranty periods shall begin from Substantial Completion, as determined by the Engineer: •Trees — 12 Months •All other plant material — 120 Days This guarantee does not extend to defects resulting from abuse, lack of adequate mainte- nance, or neglect by City that may occur subsequent to the date of Substantial Completion. We shall immediately remove and replace dead plants. Plants that are more than 25% dead or in an unhealthy condition at the end of the warranty period shall be replaced within 10 cal- endar days. A maximum of one replacement will be made for each plant, except for losses or replacements due to failure to comply with requirements. We shall provide an extended war- ranty for replaced plant material for a period equal to the original warranty period. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project Name: Project Location: Contractor Name: PLANTS Page 4 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1.10 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws if applicable. B. Bulk Materials: 1.Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2.Provide erosion-control measures to prevent erosion or displacement of bulk materials; discharge of soil-bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3.Accompany each delivery of bulk materials with appropriate certificates. C. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. D. Handle planting stock by root ball. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, handling, and transportation. G. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1.Do not remove container-grown stock from containers before time of planting. 2.Water root systems of plants stored on-site deeply and thoroughly with a fine- mist spray. Water as often as necessary to maintain root systems in a moist, but not overly wet condition. 1.11 FIELD CONDITIONS A. Field Measurements: Vz:rify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction PLANTS Page 6 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.2 FERTILIZERS A. Planting Tablets: Tightly compressed chip-type, long-lasting, slow-release, commercial- grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1.Size: 21-gram tablets. 2.Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus micronutrients. 2.3 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs. 1.Bark mulch shall be supplied by MB Organics or approved equal. Submit 1/2 Cu. ft. of Carlsbad Stump Mix Mulch for approval. 2.Supplier Information: MB Organics/Organic Solutions 920 W. San Marcos Blvd., # 1A San Marcos, CA 92069 Phone: 760-471-7611 2.4 PESTICIDES A.General: Pesticide registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B.Pre-Emergent Herbicide (Selective and Nonselective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C.Post-Emergent Herbicide (Selective and Nonselective): Effective for controlling weed growth that has already germinated. D.Contractor shall comply with the City of Carlsbad INTEGRATED PEST MANAGEMENT PLAN, November 2017 or as amended. Prior to application of any Pesticides or Herbicides, Contractor shall submit Product name, intended use of Product, and Product information to City. City approval of Product is required prior to use. 2.5 TREE-STABILIZATION MATERIALS A. Trunk-Stabilization Materials: PLANTS Page 8 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 3.2 PREPARATION A.Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. B.Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. C.Weed Germination: Prior to plant placement, irrigate for two weeks to germinate weeds. Apply City approved contact herbicide to weeds. Repeat if weed persist. D.Retain one of first two paragraphs below if locations of trees and shrubs or other plantings are not indicated on Drawings or if final adjustment for delivered plant material is required. Retain layout requirements in first paragraph for large projects or if inspection and approval by Landscape Architect is required. E.Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Landscape Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. F.Lay out plants at locations directed by Landscape Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. 3.3 PLANTING AREA ESTABLISHMENT A.General: Prepare planting area for soil placement and mix planting soil according to Section 32 91 15 "Soil Preparation (Performance Specification)." B.Placing Planting Soil: Blend planting soil in place. C.Before planting, obtain Landscape Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits. 1.Excavate planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are unacceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 2.Excavate approximately three times as wide as ball diameter for container-grown stock. PLANTS Page 10 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 4. Place planting tablets equally distributed around each planting pit when pit is approximately one-half filled. Place tablets beside the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. a. Quantity: i.One tablet per one-gallon container. ii.Two tablets per five-gallon container. iii.Four tablets per 15-gallon container. iv.Eight tablets per 24" box container. v.One tablet per each two (2) inches of box size container. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. 3.6 TREE, SHRUB, AND VINE PRUNING A.Remove only dead, dying, or broken branches. Do not prune for shape. B.Prune, thin, and shape trees, shrubs, and vines as directed by Landscape Architect. C.Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Landscape Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D.Do not apply pruning paint to wounds. 3.7 TREE STABILIZATION A. Trunk Stabilization by Upright Staking and Tying: Install trunk stabilization as follows unless otherwise indicated: 1.Upright Staking and Tying: Stake trees per the Plans. Stake trees of less than 2- inch caliper only as required to prevent wind tip out. Use a minimum of two stakes of length required to penetrate at least 36 inches from finished surface or lower as required to keep stakes below limbs above grade. Set vertical stakes and space to avoid penetrating root balls or root masses. 2.Support trees with bands of flexible ties at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 3.8 ROOT-BARRIER INSTALLATION A. Install root barrier where trees are planted within 120 inches (10 feet) of paving or other hardscape elements, such as walls, curbs, and walkways, unless otherwise indicated on Drawings. PLANTS Page 12 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom person and emergency phone number. Maintenance shall occur no less than once every two weeks. B.Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree-stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish healthy, viable plantings. C.Fill in, as necessary, soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. D.Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated pest management practices when possible to minimize use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. 3.12 PESTICIDE APPLICATION A.Apply pesticides and other chemical products and biological control agents according to authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with City's operations and others in proximity to the Work. Notify City before each application is performed. B.Pre-Emergent Herbicides (Selective and Nonselective): Apply to tree, shrub, and ground-cover areas according to manufacturer's written recommendations. Do not apply to seeded areas. C.Post-Emergent Herbicides (Selective and Nonselective): Apply only as necessary to treat already-germinated weeds and according to manufacturer's written recommendations. 3.13 REPAIR AND REPLACEMENT A. General: Repair or replace existing or new trees and other plants that are damaged by construction operations, in a manner approved by Landscape Architect. 1.Submit details of proposed pruning and repairs. 2.Perform repairs of damaged trunks, branches, and roots within 24 hours, if approved. 3.Replace trees and other plants that cannot be repaired and restored to full- growth status, as determined by Landscape Architect. B. Remove and replace trees that are more than 25 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Landscape Architect determines are incapab:e of restoring to normal growth pattern. PLANTS Page 14 of 15 32 93 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 33 10 00 — WATER UTILITIES PART 1 - DESCRIPTION 1.1 SCOPE A. The Contractor shall provide all labor and equipment necessary and required to install all of the water line facilities in accordance with the Contract Documents. Work shall include, but not be limited to: 1.Installation of water distribution systems (both domestic & fire services) consisting of all pipe, fittings, valves, valve boxes, hydrants, anchor and/or thrust blocks, and all necessary and required appurtenances, accessory items and operations including connection(s) to the existing on site water main lateral(s). 2.Installation of building water service line(s), consisting of all pipe, fittings, valves and valve boxes, anchor and/or thrust blocks, and all necessary and required accessory items and operations, including connection(s) to the water distribution system. 3. Testing and disinfection. 1.2 WORK SPECIFIED UNDER OTHER SECTIONS A. The following related work is specified under other Sections: 1. Section 32 13 13 "Concrete Paving" 1.3 REFERENCES A.Greenbook Standard Specifications for Public Works Construction (Greenbook). B.Standard Plans for Public Works Construction, APWA — Southern California Chapter (APWA). 1.4 SUBMITTALS A.Product Data: Water valves, water meter, back flow devices. Submit to City Engineer. B.Shop Drawings: Precast concrete valve pits and meter pit, including frames and covers. Submit to City Engineer. 1.5 QUALITY ASSURANCE WATER UTILITIES Page 1 of 8 33 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.3 STORAGE AND HANDLING A.Storage - Storage of pipe, fittings, valves, hydrants and other water line appurtenances on the job shall be in accordance with the manufacturers' recommendations. B.Handling - All pipe, fittings, valves, hydrants and other water line appurtenances shall be protected against impact, shock and free fall, and only equipment of sufficient capacity and proper design shall be used in their handling. Special care shall be taken to prevent damage to pipe coatings. The interior of the pipe shall be cleaned before being laid and shall be kept clean until accepted. All material shall be carefully inspected for defects in workmanship and materials; all debris and foreign material cleaned out of valve openings, etc.; all operating mechanisms operated to check their proper functioning; and all nuts and bolts checked for tightness. Valves, hydrants and other equipment which do not operate easily or are otherwise defective shall be repaired or replaced. 2.4 DAMAGE A.General - Pipe, fittings, valves, hydrants and other water line appurtenances which are defective from any cause, including damage caused by handling, shall be unacceptable for installation and shall be replaced at no cost to the City. B.Damage Due to Cutting - All cutting of pipe shall be done with an approved power- driven or mechanical cutter. All cut ends shall be thoroughly examined for possible cracks caused by cutting, and any cut pipe found to have such cracks shall be rejected. The cut ends of all pipe shall be beveled and ground smooth. C.Inspection for Damage - All pipe and fittings shall be subjected to a careful inspection and proper testing just before being laid. Any pipe, fitting or appurtenance which shows a crack or which has received a severe blow that may have caused an incipient fracture even though no such fracture can be seen, shall be marked as rejected and removed at once from the Work. D.Damage Prior to Acceptance - Pipe and all water line appurtenances that are damaged or disturbed through any cause prior to acceptance of the Work shall be repaired, realigned or replaced as directed by the jurisdiction inspectors at no cost to the City. 2.5 PIPE INSTALLATION A. Laying Pipe - Each length of pipe shall be laid with firm, full and even bearing throughout its entire length, in a trench prepared and maintained in accordance with the details on the Drawings. Pipe shall be laid upgrade with bells uphill, with the top of pipe at a minimum depth as specified hereinafter, except where otherwise noted on the Drawings. No pipe, valve, blow-off or fitting shall be laid on wood blocks. Similarly, no pieces of rock, brick, or other material other than earth or gravel shall be left under or adjacent to the pipe. Pipe layering, in general, shall conform to the latest Standard Specifications of the AWWA for laying pipe. Generally, trenches shall not be opened for more than 200 feet in advance of pipe laying nor left unfilled for more than 100 feet in the rear of pipe laying. New trenches will not be WATER UTILITIES Page 3 of 8 33 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom G. PVC Pipe Horizontal radius: In areas where it is required to lay the pipe along a curve, the use of deflection couplings will be used to form the arc. The pipe shall not be bent to form the arc, nor shall the pipe be deflected within integral bells or ductile- iron fittings. Deflection couplings shall be limited to use only on 150mnn through 300mm (6"-12"), AVVVVA C900 PVC pipe. Unless otherwise approved PVC pipe shall be installed using 5° deflection couplings (21/2° at each bell) to form arcs with radii no less than the minimums noted below. Pipe Length Used Minimum Radius 20' 229' 10' 115' Combination (refer to Section 3 76' 2.6 JOINTS A.All joints are to be made watertight and pressure-tight in accordance with the requirements specified herein. B.Unless otherwise permitted, jointing of all pipe and fittings shall be done entirely in the trench. C.Except as may be otherwise specified herein, all sections of the pipe to be joined shall have a bell end and a plain end. Installation of cut sections of pipe without a bell end will not be allowed. 2.7 WATER LINE APPURTENANCES A. Fittings 1. Fittings shall be used at all breaks in grade or alignment where deflection of the pipe exceeds the maximum allowable pipe deflection as specified above. Only proper fittings shall be used to obtain the required deflection. B. Valves and Valve Boxes 1.Gate valves shall be installed on all water lines where and as shown on the Drawings and as specified herein. Unless otherwise stated, valves shall be of the same size as the line. 2.Gate valves shall be installed on all hydrant laterals where and shown on the Drawings. 3.Valves shall be installed on all service lines in the locations shown. 4.Valve boxes shall be placed over all buried valves. Valve boxes shall be placed so as not to transmit vehicle loads or shock to the valves and shall be centered and set plumb over the operating nut of the valve. The cover of the box shall be set even with finished grade. C. Hydrants WATER UTILITIES Page 5 of 8 33 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom utilizing proper fittings compatible with the building service line(s) providing watertight and pressure-tight connection(s) and shall be done at no additional cost to the City. B.Service Lines Greater Than Two (2) Inches - All service lines greater than two (2) inches in diameter shall be Ductile Iron Pipe or PVC Pressure Pipe as indicated on drawings. Each service line shall be valved with a gate valve where and as directed. Unless specified otherwise, connections of service lines at the main shall be made with appropriate size tees. C.Coordination with Building Plumbing Contractor - The Contractor shall be required to coordinate his work with the work of the building plumbing contractor to determine the exact location(s) and elevation(s) of the point(s) of entry into the building prior to construction. 2.10 DISINFECTION OF COMPLETED LINE A.After the water line has passed the required pressure and leakage tests and before being placed in service, the entire line shall be disinfected. All disinfecting methods and materials shall be in accordance with AWVVA Specification C-651. All disinfection operations and procedures shall meet with the approval of the Water Authority and Health Department. B.If the initial bacteriological tests are not satisfactory, the Contractor shall do everything necessary to obtain satisfactory bacteriological tests including making provisions to isolate shorter sections of the line if necessary to locate the source of contamination. All work necessary and required to obtain satisfactory bacteriological tests shall be at the Contractor's expense and at no additional cost to the City. C.In the event of conflict between the tests specified herein and the test requirements of the jurisdiction's Health Department or any other Authority having jurisdiction over all or any portion of the water lines installed under this Contract, the more restrictive requirements shall govern. PART 3.0 - MATERIALS A. The materials to be used in the construction shall be those indicated on the Drawings and specified herein, and the Contractor shall supply to the Architect, prior to installation, certificates of compliance for the material used. The Contractor shall also submit shop drawings and catalog cuts of all water line items and appurtenances (pipes, fittings, valves, valve boxes, hydrants, etc.), to the Architect for approval prior to ordering. 3.1 WATER SYSTEM AND APPURTENANCES A.General - All materials for water lines and appurtenances shall be in accordance with the requirements of the jurisdiction. B.Polyvinyl Chloride (PVC) Pressure Pipe 1. PVC pipe in sizes 100mm (1") through 300mm (12") shall comply with the WATER UTILITIES Page 7 of 8 33 10 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 33 30 00 — SANITARY SEWERAGE UTILITIES PART 1 - DESCRIPTION 1.1 SCOPE A. The Contractor shall provide all labor, plant material and equipment necessary and required to install all of the sanitary sewer facilities in accordance with the Contract Documents. Work shall include, but not be limited to: 1.Installation of the sanitary sewer system consisting of all manholes, cleanouts, pipe and all necessary and required accessory items and operations including connection(s) to existing sanitary sewer facilities. 2.Alteration and/or reconstruction of existing structures, including reconstruction of the shelf in existing sewer manhole, if necessary in the connection to existing infrastructure. 1.2 WORK SPECIFIED UNDER OTHER SECTIONS A. The following related work is specified under other Sections: 1. Site Concrete Work (32 13 13) 1.3 REFERENCED STANDARDS A.The publications listed below form part of this specification referring to PVC pipe. Reference shall be made to the latest edition of said standards unless otherwise called for. B.ASTM D-2321 -Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications. C.ASTM D 3034 - Type PSM Poly (vinyl chloride) (PVC) Sewer Pipe and Fittings. D.ASTM F 679 - PVC Large-Diameter Plastic Gravity Sewer Pipe and Fittings. E.ASTM F 789 - Type PS-46 PVC Plastic Gravity Flow Sewer Pipe and Fittings. F.Greenbook Standard Specifications for Public Works Construction (Greenbook). H.City of Burbank Public Works and Engineering Standards and Details, (C.O.B. Specifications and Details). I.Standard Plans for Public Works Construction, APWA — Southern California Chapter (A P WA). J.Uniform Plumbing Code (UPC), 1994. K.UNI-B-5 Recommended Practice for the Installation of PVC Sewer Pipe. L.Uni-Bell Handbook of PVC Pipe Design and Construction. PART 2 - CONSTRUCTION DETAILS SANITARY SEWERAGE UTILITIES Page 1 of 8 33 30 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom before installing the line. Extreme care shall be taken to keep the bells of the pipe free from dirt and debris so that joints may be properly assembled without overstressing the bells. No pipe is to be trimmed or chipped to fit. No length of pipe shall be laid until the preceding lengths of pipe have been thoroughly embedded in place, so as to prevent movement or disturbance of the pipe. Pipe Extensions - Where existing pipe is to be extended, the same type of pipe shall be used unless otherwise specified. B.Full Lengths of Pipe - Only full lengths of pipe are to be used in the installation except that partial lengths of pipe may be used at the entrance to structures where necessary to obtain a proper connection to the structure. C.Pipe Entrances to Structures - All pipe entering structures shall be cut flush with the inside face of the structure, and the cut ends of the pipe and surface of the structure shall be properly rounded and finished so that there will be no protrusion, ragged edges, or imperfections that will impede the flow or affect the hydraulic characteristics of the installation. D.Bedding and Backfilling - The type of materials to be used in bedding and backfilling and the method of placement shall conform to the requirements of the details of the Drawings. E.Protection During Construction - The Contractor shall protect the installation at all times during construction. Movement of construction equipment, vehicles and loads over and adjacent to any pipe shall be done at the Contractor's risk. At all times when pipe laying is not in progress, all open ends of pipes shall be closed by approved temporary watertight plugs. If water is in the trench when work is resumed, the plug shall not be removed until the trench has been pumped dry and all danger of water entering the pipe has been eliminated. The Contractor shall furnish a sufficient pumping plant and shall provide and maintain at his own expense satisfactory drainage wherever needed in the trench and other excavations during the progress of the Work and at its completion for final inspection. No pipe or other structure shall be laid in water and water shall not be allowed to flow or rise under any concrete or other masonry. All water pumped or bailed from the trench or other excavation shall be conveyed in proper manner to a suitable point of discharge. The flow in all sewers, drains and watercourses encountered on the Work and in gutters along the sides of or across the Work shall be entirely provided for, both temporarily and permanently, as required, by the Contractor at his expense. All offensive water shall be removed from the Work at once. F.Grade and Alignment 1 Gravity Sewers - shall be laid accurately to the line and grade as shown on the Drawings. Allowable tolerances shall be one-quarter (1/4) inch on grade and one- half (1/2) inch on line in any section of pipe between structures. No adverse grades shall be allowed. Deviations from these tolerances shall be a basis for rejection of the line of pipe. Any line which has been rejected shall be rebuilt to the correct line and grade by the Contractor at his own expense. SANITARY SEWERAGE UTILITIES Page 3 of 8 33 30 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom B.Cast-in-Place Concrete Structures - Cast-in-place concrete structures shall be constructed of Class "A" concrete with reinforcing as shown in detail on the Drawings and as specified herein. Material and construction requirements shall be as specified under the Section of these Specifications entitled "Site Concrete". C.Precast Concrete Structures - Precast concrete structures shall be installed only after shop drawings have been approved. All precast concrete structures shall be designed and fabricated for an H-20 design load. The base of the precast concrete structures shall be set on a foundation pad of crushed stone eight (8) inches in compacted thickness. Foundations of all precast concrete structures shall rest on firm soil of uniform bearing. If soil beneath the foundation is unsuitable, the Contractor shall remove the unsuitable material as directed by the Soils Engineer and replace it with and approved properly compacted granular material conforming to the requirements of the Section of these Specifications entitled "Trench Excavation and Backfill" to the bottom elevation of the crushed stone pad. The precast concrete top section shall be set sufficiently below finished grade to permit a maximum of four (4) and a minimum of two (2) courses of eight (8) inch brick to be used as risers to adjust the grade of the casting. Manhole frames shall be set on a grout pad as specified herein above. D.Inverts - Smooth invert channels shall be constructed in all manholes. Unless otherwise specified, inverts channels shall be constructed of concrete. Extreme care shall be taken by the Contractor to construct invert channels to the shape, elevations and dimensions shown. When a curve in the invert channel or some other condition prevents the use of channels as shown on the Drawings, then such channels shall be constructed in accordance with the directions of the Civil Engineer. When pipes entering and leaving a manhole are of different diameters, the invert channel shall be constructed so as to provide a smooth transition from the inflow pipe(s) to the outflow pipe. The invert channel shall be carried up to the elevations shown on the Drawings. Channels shall slope smoothly and evenly from the inflow pipe(s) to the outflow pipe. Invert channels shall be built for future extensions where shown on the Drawings. E.Frames and Covers - Frames and covers for sewer structures shall be of the types and sizes indicated on the Drawings. Frames shall be well bedded in mortar and shall be set accurately to the correct alignment and grade. In areas to be paved, frames shall be set by using four (4) points of reference, set 90 degrees apart, to insure accurate setting to proposed pavement grade. F.Steps -..Steps shail be instalied in all manhoies. Steps shall be set securely in place during the construction of the wall for masonry structures and during fabrication of the wall section for precast concrete structures. Spacing of steps shall be as shown in detail SANITARY SEWERAGE UTILITIES Page 5 of 8 33 30 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 2.10 RELOCATION AND/OR ABANDONMENT OF EXISTING FACILITIES A. The Contractor shall not abandon, disconnect, obstruct or in any other way interfere with the operation of an existing sewer facility until such time as adequate permanent or temporary substitute facilities have been constructed and placed in operation. 2.11 SERVICE LINES A.General Requirements - The Contractor shall make all required connection(s) of the building sanitary sewer service line(s) into the on-site sanitary sewer system where and as shown on the Drawings. Work shall include making the service line connection(s) into the on-site sanitary sewer system, furnishing and installing all service line pipe from the on-site sanitary sewer system to point(s) and properly sealing the end(s) with watertight plugs, except that, if the building plumbing contractor has installed his portion of the sanitary sewer service line, work under this Contract shall also include final connection(s) of the sanitary sewer service line(s) to the building service line installed by the building plumbing contractor. The connection(s) shall be made utilizing proper fittings compatible with the building service line(s) providing watertight connection(s) and shall be done at no additional cost to the City. B.Coordination with Building Plumbing Contractor - The Contractor will be required to coordinate his work with the work of the building plumbing contractor to determine the exact location(s) and elevation(s) of the point(s) of entry into the building. 2.12 CLEANING AND REPAIR A. The Contractor will be required to clean the entire sanitary sewer system of all debris and obstructions. This shall include, but not be limited to, removal of all formwork from structures, concrete and mortar droppings, construction debris and dirt. The system shall be thoroughly flushed clean and the Contractor shall furnish all necessary hose, pumps, pipe and other equipment that may be required for this purpose. No debris shall be flushed into existing sanitary sewers or streams. All debris shall be removed from the system. After the system has been cleaned, the Contractor shall thoroughly inspect the system and all repairs shown to be necessary shall be promptly performed by the Contractor. All work of cleaning and repair as specified herein shall be performed at the Contractor's expense. 2.13 FINAL INSPECTION A. Upon completion of the Work and before final acceptance by the City, the entire sanitary sewer system shall be subjected to a final inspection in the presence of the Site Engineer and jurisdiction inspectors. The work shall not be considered complete until all requirements for line, grade, cleanliness, leakage tests and workmanship have been met. SANITARY SEWERAGE UTILITIES Page 7 of 8 33 30 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 33 40 00 — STORM DRAINAGE UTILITIES PART 1 -DESCRIPTION 1.1 SCOPE A. The Contractor shall provide all labor and equipment necessary and required to install all of the storm drainage facilities in accordance with the Contract Documents. Work shall include, but not be limited to: 1.Installation of drainage system(s) consisting of manholes, drain inlets, catch basins, pipe, end sections, outlet control structure(s), and all necessary and required accessory items and operations, including connection(s) to existing drainage facilities. 2.Installation of building leader drains at building downspouts, where indicated on plans or as described herein, consisting of all pipe, fittings and required accessory items and operations, including connections to the proposed and/or existing drainage system. All downspouts at the front of building and associated canopy elements shall have leader drain connection to the storm piping. 3.Where shown, installation of under-drains consisting of all pipe, fittings and required accessory items and operations, including connections to the proposed and/or existing drainage system. 1.2 WORK SPECIFIED UNDER OTHER SECTIONS A. The following related work is specified under other Sections: 1. Section 32 13 13 "Concrete Paving" 1.3 OTHER REQUIREMENTS A. In addition to the requirements specified herein, the Contractor shall comply with the requirements as specified on the Drawings. PART 2 - CONSTRUCTION DETAILS 2.1 GENERAL A.The Contractor shall install all drainage structures and pipe in the locations shown on the Drawings. Pipe shall be of the type and sizes specified and shall be laid accurately to line and grade. Structures shall be accurately located and properly oriented. B.The installation of all drainage structures and pipe shall conform to the requirements of all Authorities Ilavirig jurisdiction. STORM DRAINAGE UTILITIES Page 1 of 10 33 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom D.Full Lengths of Pipe - Only full lengths of pipe are to be used in the installation except that partial lengths of pipe may be used at the entrance to structures where necessary to obtain a proper connection to the structure. E.Pipe Entrances to Structures - All pipe entering structures (e.g. manholes, drain inlets, catch basins, etc.) shall be cut flush with the inside face of the structure, and the cut ends of the pipe and surface of the structure shall be properly rounded and finished so that there will be no protrusion, ragged edges, or imperfections that will impede the flow of water or affect the hydraulic characteristics of the installation. Only full sections of pipe shall be used where entering a structure which will be exposed to view, such as headwalls, end sections, etc. F.Bedding and Backfilling - The type of materials to be used as bedding and backfill and the method of placement shall conform to the requirements of the details of the Drawings. G.Protection During Construction - The Contractor shall protect the installation at all times during construction. Movement of construction equipment, vehicles and loads over and adjacent to any pipe shall be done at the Contractor's risk. At all times when pipe laying is not in progress, all open ends of all pipes shall be closed by approved temporary watertight plugs. If water is in the trench when work is resumed, the plugs shall not be removed until the trench has been pumped dry and all danger of water entering the pipe has been eliminated. The Contractor shall furnish a sufficient pumping plant and shall provide and maintain at his own expense satisfactory drainage wherever needed in the trench and other excavations during the progress of the Work and at its completion for final inspection. No pipe or other structure shall be laid in water and water shall not be allowed to flow or rise under any concrete or other masonry. All water pumped or bailed from the trench or other excavation shall be conveyed in proper manner to a suitable point of discharge. The flow in all sewers, drains and watercourses encountered on the Work and in gutters along the sides of or across the Work shall be entirely provided for, both temporarily and permanently, as required, by the Contractor at his expense. All offensive water shall be removed from the Work at once. H.Tolerance - Pipe shall be laid accurately to the line and grade shown on the Drawings. Allowable tolerances shall be one-half (1/2) inch on grade and one (1) inch on line in any section of pipe between structures. No adverse grades shall be allowed. Deviations from these tolerances shall be a basis for rejection of the line of pipe. Any line which has been rejected shall be rebuilt to the correct line and grade by the Contractor at his own expense. 2.6 PIPE JOINTS A. Pipe shall be joined as specified herein: 1. Jointing Corrugated Polyethylene Drain Pipe - Corrugated external polyethylene couplers as provided by the pipe manufacturer shall be used. The joints shall be installed according to the manufacturer's specifications and as approved by the Civil Engineer. STORM DRAINAGE UTILITIES Page 3 of 10 33 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom Engineer and replace it with an approved properly compacted granular backfill material conforming to the requirements of the Article of these Specifications entitled "Trench Excavation and Backfill" to the bottom elevation of the crushed stone pad. After pipes have been installed, all openings shall be properly sealed with non- shrinking cement mortar grout as directed. Grout around pipes which protrude through the walls of the structure and on all joints shall contain "Antihydro", or other approved additive, to insure watertightness. Cement grout shall contain one (1) part cement to two (2) parts sand by volume and additive in accordance with manufacturer's recommendations. Mortar shall be applied to the bottom one-third (1/3) of the opening before the pipe is inserted. The precast concrete top section shall be set sufficiently below finished grade to permit a maximum of four (4) and a minimum of two (2) courses of eight (8) inch brick to be used as risers to adjust the grade of the casting. Manhole frames shall be set on a grout pad as specified herein above. C.Inverts - Smooth invert channels shall be constructed in all manholes and in all drain inlets and catch basins which do not have sumps, to insure a smooth flow of water through the structure. Invert channels for precast concrete structures shall be constructed of concrete; invert channels for masonry structures may be constructed of concrete or brick. Extreme care shall be taken by the Contractor to construct invert channels to the shape, elevations and dimensions shown, specified or ordered by the Site Engineer. When a curve in the invert channel or some other condition prevents the use of channels as shown on the Drawings, then such channels shall be constructed in accordance with the directions of the Civil Engineer/Architect. When pipes entering and leaving a manhole are of different diameters, the invert channel shall be constructed so as to provide a smooth transition from the inflow pipe(s) to the outflow pipe. The invert channel shall be carried up to the elevations shown on the Drawings. Channels shall slope smoothly and evenly from the inflow pipe(s) to the outflow pipe. Split pipe for channels will be considered only in those instances where the drain line is of concrete pipe and the major inflow pipe and outflow pipe is of the same size and alignment. Invert channels shall be built for future extensions where shown on the Drawings. D.Frames and Covers/Grates - Frames and covers/grates for drain structures shall be of the types and sizes indicated on the Drawings. Frames shall be well bedded in mortar and shall be set accurately to the correct alignment and grade. In areas to be paved, frames shall be set by using four (4) points of reference, set 90 degrees apart, to insure accurate setting to proposed pavement grade. Where drain inlets and/or catch basins are to be placed on curb lines or at edge of pavements, sufficient length of proposed curb or edge of pavement adjacent to the STORM DRAINAGE UTILITIES Page 5 of 10 33 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom A. The Contractor shall not abandon, disconnect, obstruct or in any other way interfere with the operation of an existing storm drain facility until such time as adequate permanent or temporary substitute facilities have been constructed and placed in operation. 2.11 CLEANING AND REPAIR A. The Contractor shall clean the entire drainage system of all debris and obstructions. This shall include, but not be limited to, removal of all formwork from structures, concrete and mortar droppings, construction debris and dirt. The system shall be thoroughly flushed clean and the Contractor shall furnish all necessary hose, pumps, pipe and other equipment that may be required for this purpose. No debris shall be flushed into existing storm drains or streams. All debris shall be removed from the system. After the system has been cleaned, the Contractor shall thoroughly inspect the system and all repairs shown to be necessary shall be promptly made by the Contractor. All work of cleaning and repair as specified herein and as required by jurisdiction inspectors shall be done at the Contractor's expense. 2.12 FINAL TESTS AND INSPECTIONS A. Upon completion of the Work and before final acceptance by the City, the entire drainage system shall be subjected to an inspection in the presence of the City Engineer. The Work shall visually gravity flow tested and deemed to not be complete until all design and jurisdiction requirements for line, grade cleanliness, and workmanship have been met. PART 3 - MATERIALS The materials to be used in the construction shall be those indicated on the Drawings and specified herein. The Contractor shall supply to the City Engineer, prior to installation, certificates of compliance for the materials used. The Contractor shall also submit shop drawings and catalog cuts of all storm drain items and appurtenances (pipe, fittings, joints, castings, steps, precast concrete structures, etc.) to the Architect for approval prior to ordering. 3.1 STORM DRAIN PIPE, FITTINGS AND JOINTS A.Underdrains - Pipe, Fittings and Filter Materials 1. Filter Material - shall be approved crushed aggregate meeting the requirements of ASTM Designation C-33, size No. 57. B.Polyvinyl Chloride Pipe and Fittings For Gravity Lines (PVCP) 1. Shall conform to the requirements of ASTM Designation D-3034 for SDR-35 extra strength pipe and fittings. Pipe shall have integral wall bell and spigot joints. STORM DRAINAGE UTILITIES Page 7 of 10 33 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom responsibility for the proper locations and sizes of all openings to receive the pipe. The review of shop drawings by the Architect shall not relieve the Contractor of his responsibility in this matter. Should field revisions to the structure be necessary due to improper location of openings or unforeseen field conditions such as line and/or grade changes, deletion of structures, relocation of structures, or addition or deletion of lines to be connected into the structures, then the Contractor will be required to make all necessary and required revisions to the satisfaction of the Architect and at no additional cost to the City. B. Drain Inlet and Catch Basin Frames and Grates - shall be as specified on the Drawings and in accordance with the following requirements and shall be American made by a nationally recognized casting manufacturer: 1. Cast Iron - shall be gray cast iron castings conforming to the requirements of AASHTO Designation M105, Class 30. All requirements of workmanship and material as specified for manhole castings shall apply herein. If directed, and at no additional cost to the City, castings shall be coated with an asphalt paint which shall result in a smooth coating and not be tacky or brittle. All component parts of the frames and grates shall fit together in a satisfactory manner and frames and covers shall be of a non-rocking design so as to prevent rocking or rattling under traffic. Frames and grates that are warped or rocking shall be rejected and shall be removed and replaced by the Contractor. C.Concrete and Reinforcing - shall conform to the requirements as specified under the Section of these Specifications entitled "Site Concrete". D.Mortar - shall be composed of one (1) part Portland cement and two (2) parts sand by volume. Material requirements shall be as follows: 1.Portland Cement - shall conform to the requirements of AASHTO Designation M-85. 2.Mortar Sand - shall conform to the requirements of AASHTO Designation M45, except that aggregate shall be no coarser than #8 sieve size. 3.Water - shall be clean and shall not contain any oil, acid, alkali, salts, vegetable matter, organic matter or other deleterious substances. When possible, water shall be from a municipal system. Hand mixing of mortar will be permitted only when the amount of mortar to be used makes machine mixing undesirable. When hand mixing is used, the ingredients must first be thoroughly mixed dry in a tight box. The proper quantity of clean water shall then be gradually added, and the materials shall be hoed or worked until a uniform mixture is secured. Admixtures may not contain calcium chloride. No greater quantity of mortar is to be prepared than is required for immediate use, and it shall be worked over constantly with hoe or shovel until used. No mortar shall be retempered, and none shall be used more than one and one-half (1-1/2) hours after mixing. All mortar which remains upon stopping work shall be discarded. STORM DRAINAGE UTILITIES Page 9 of 10 33 40 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom SECTION 33 46 00 - SUBDRAINAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.Perforated-wall pipe and fittings. 2.Geotextile filter fabrics. 1.3 ACTION SUBMITTALS A. Product Data: 1.Drainage conduits, including rated capacities. 2.Geotextile filter fabrics. PART 2 - PRODUCTS 2.1 PERFORATED-WALL PIPES AND FITTINGS A. Perforated PVC Sewer Pipe and Fittings: ASTM D 2729, bell-and-spigot ends, for loose joints. 2.2 SOIL MATERIALS A. Soil materials are specified in Section 31 20 00 "Earth Moving." 2.3 GEOTEXTILE FILTER FABRICS A.Description: Fabric of PP or polyester fibers or combination of both, with flow rate range from 110 to 330 gpm/sq. ft. when tested according to ASTM D 4491. B.Structure Type: Nonwoven, needle-punched continuous filament. SUBDRAINAGE Page 1 of 5 33 46 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom I. Fill to Grade: Place satisfactory soil fill material over compacted drainage course. Place material in loose-depth layers not exceeding 6 inches. Thoroughly compact each layer. Fill to finish grade. 3.4 LANDSCAPING DRAINAGE INSTALLATION A.Provide trench width to allow installation of drainage conduit. Grade bottom of trench excavations to required slope, and compact to firm, solid bed for drainage system. B.Lay flat-style geotextile filter fabric in trench and overlap trench sides. C.Place supporting layer of drainage course over compacted subgrade and geotextile filter fabric, to compacted depth of not less than 4 inches. D.Install drainage conduits as indicated in Part 3 "Piping Installation" Article for landscaping subdrainage with horizontal distance of at least 6 inches between conduit and trench walls. Wrap drainage conduits without integral geotextile filter fabric with flat-style geotextile filter fabric before installation. Connect fabric sections with adhesive or tape. E.Add drainage course to top of drainage conduits. F.After satisfactory testing, cover drainage conduit to within 12 inches of finish grade. G.Install drainage course and wrap top of drainage course with flat-style geotextile filter fabric. H.Place layer of flat-style geotextile filter fabric over top of drainage course, overlapping edges at least 4 inches. I.Fill to Grade: Place satisfactory soil fill material over drainage course. Place material in loose-depth layers not exceeding 6 inches. Thoroughly compact each layer. Fill to finish grade. 3.5 PIPING INSTALLATION A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken continuity of invert. Bed piping with full bearing in filtering material. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions and other requirements indicated. 1.Retaining-Wall Subdrainage: When water discharges at end of wall into stormwater piping system, install piping level and with a minimum cover of 36 inches unless otherwise indicated. 2.Landscaping Subdrainage: Install piping pitched down in direction of flow, at a minimum slope of 0.5 percent and with a minimum cover of 36 inches unless otherwise indicated. 3.Lay perforated pipe with perforations down. SUBDRAINAGE Page 3 of 5 33 46 00 Poinsettia Community Park Phase IV Contract No. 4608 Dog Park, Parking Lot & Restroom 1. Install detectable warning tape over nonferrous piping and over edges of underground structures. 3.10 FIELD QUALITY CONTROL A. Tests and Inspections: 1.After installing drainage course to top of piping, test drain piping with water to ensure free flow before backfilling. 2.Remove obstructions, replace damaged components, and repeat test until results are satisfactory. B. Drain piping will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. 3.11 CLEANING A. Clear interior of installed piping and structures of dirt and other superfluous material as work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. Place plugs in ends of uncompleted pipe at end of each day or when work stops. END OF SECTION 33 46 00 SUBDRAINAGE Page 5 of 5 33 46 00 Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot Appendix A: Geotechnical Report Geotechnical Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 2 to clear the planned exploration locations with respect to existing utilities. •Retained a subcontractor to conduct six backhoe test pits across the site in areas of the proposed improvements, as shown on Figures 2 and 3. Bulk soil samples were collected from the test pits. Once completed, the test pits were backfilled with tamped soil cuttings and the ground surface was restored to approximately match the existing conditions. •Hand augered four 6-inch-diameter borings, as shown on Figures 2 and 3. Conducted infiltration testing at various depths within these four borings. Once completed, the boreholes were backfilled with tampered soil cuttings and the ground surface was restored to approximately match the existing condition. •Conducted laboratory testing on selected bulk soil samples obtained from the explorations to assess the pertinent engineering characteristics of the soils. •Performed engineering analysis to develop recommendations for design of the proposed improvements. •Assessed infiltration rate for the design of storm water BMPs. •Prepared this report presenting our findings, conclusions and recommendations for design and construction of the proposed improvements. SITE AND PROJECT DESCRIPTION The site is located on the eastern portion of Poinsettia Park in Carlsbad, California, as shown on the Site Location Plan, Figure 1. The approximate centroid of the site is at a latitude of 33.11522 north and a longitude of 117.30602 west. The northern portion of the site where the parking lot is proposed is relatively flat, with a surface elevation of about 178 feet above Mean Sea Level (MSL). The site is currently dirt surfaced and covered with mulch. The proposed improvements include a restroom building, 38 parking stalls including two ADA parking stalls and four electric vehicle charging parking stalls, a proposed stabilized decomposed granite walkway, concrete flatwork, and landscaping, per Schmidt Design Group (2019a). Figure 3A shows the proposed improvements for the parking lot. The southern portion of the site is where the dog park is proposed. The site currently slopes down to the south and west, and some leftover fill soils and boulders from previous projects on west side of the park currently cover the site. Surface elevations range roughly between 179 and 168 feet above MSL. The proposed improvements include a retaining wall with an integrated seat wall at the southwestern corner, a seat wall at the northeastern corner, a proposed bioretention basin at the southwestern corner, concrete flatwork, overhead shade structures, light poles, picnic tables, six foot tall chain link fences, graded drainage swale, and waterline relocation, per Schmidt Design Group (2019b). Figure 3B shows the proposed improvements for the dog park. CiIROUP DELTA SD597C-Poinsettia Park -20200311-clean.doc Geotechnical Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 4 Laboratory Testing Group Delta's San Diego laboratory tested selected soil samples to evaluate the physical properties of the soils and subgrade characteristics. The geotechnical testing program included gradation analyses and plasticity index tests to aid in material classification using the unified Soil Classification System (USCS) and to further interpret the potential for infiltration feasibility. Index tests were also conducted on the bulk samples to help evaluate the soil expansion and corrosivity potential. A compaction test was performed on a shallow sample to evaluate the relationship between maximum dry density and optimum water content. R-Value tests were conducted to design preliminary pavement structural sections. Attachment B provides the laboratory test results. GEOLOGIC AND SUBSURFACE CONDITIONS The site is located within the Peninsular Ranges geomorphic province of southern California. This province stretches from the Los Angeles basin to the tip of Baja California. It is characterized as a series of northwest trending mountain ranges separated by subparallel fault zones. The coastal plain consists typically of subdued landforms underlain by sedimentary formations overlying igneous rocks. Undocumented fill of variable thickness was encountered in most of our explorations at the site and is underlain by dense Old Paralic Deposits (non- marine). Although not encountered in our shallow explorations, the site is underlain at depth by Tertiary-age Santiago Formation materials as indicated on the Regional Geologic Map, Figure 4 (Kennedy and Tan, 2007). The sections below describe the units encountered in our subsurface explorations ranging from the youngest to oldest geologic age. Fill Relatively minor amounts of undocumented fill' ranging from three to five feet in thickness was encountered locally in most of our explorations (TP-2, TP-3, TP-4, 1-1, and 1-2). The fill was observed to consist of yellowish brown to grayish brown, loose to medium dense, silty sand and clayey sand. Note that during our field investigation, near the area of TP-5, we noticed some fill soil stockpile present onsite, possibly some leftover soils from other project sites. The approximate limits of the stockpile are shown in Figures 2 and 3B. Old Paralic Deposits The Old Paralic Deposits encountered in our investigation generally consist of poorly sorted, medium grained reddish brown to grayish brown silty or clayey sandstone that is dense to very dense. The excavated soils break down to silty sand, clayey sand, or poorly-graded sand with silt. Difficult excavation was encountered during test pit excavations and hand augering within the Old Paralic Deposits due to localized cementation. Groundwater No seepage or groundwater was encountered in the explorations conducted for this investigation. Groundwater seepage is not anticipated during construction. It should be noted 1 Undocumented fill is where there are no records of compaction testing and observation by a Geotechnical Engineer. 1„ GROUP DELTA SD597C-Poinsettia Park -20200311-clean.doc Geotechnical Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 6 Index (El) tests performed on near surface soils within the fill, the onsite materials are expected to have a very low expansion potential (El<20). However, if encountered during construction, moderately expansive materials (El>20) are not considered suitable for reuse as compacted fill and should be removed from the site. El test results are summarized on Figure B-14. Tsunamis, Seiches and Flooding The site is outside of the 100-year flood plain, and is considered the area of minimal flood hazard (Federal Emergency Management Agency, 2020). The risk of tsunamis, seiches, and flooding is considered low. CONCLUSIONS In our opinion, the site is geotechnically suitable for the proposed development. Specific conclusions regarding geotechnical conditions are provided below. •Undocumented fill soils underlie the majority of the site and are not suitable to provide support to settlement sensitive improvements in their current condition. Remedial grading recommendations are provided in the following sections. •The on-site soils should be suitable for reuse as compacted fill, except for soils with deleterious materials, expansive soils, or soils that City considers to be contaminated. Environmental sampling and testing are not within our scope of work. •Groundwater was not encountered in our subsurface explorations. However, changes in rainfall, irrigation practices or alterations to surface drainage could produce zones of seepage or perched groundwater. •Soil corrosivity tests indicate that onsite soils are considered corrosive to ferrous metals. A corrosion consultant may be contacted for specific corrosion control recommendations. •The potential for full or partial infiltration has been assessed at the site. Our feasibility screening of the potential for on-site infiltration resulted in the "no infiltration" category. RECOMMENDATIONS This section presents recommendations for earthwork, shallow foundation, pavement design and storm water infiltration. These recommendations are based on empirical and analytical methods typical of the standards of practice in southern California. If these recommendations do not to appear to cover a specific feature of the project, please contact our office for additions or revisions. Seismic Design Seismic design parameters were developed in accordance with the 2019 California Building Code (CBC). Based on the subsurface exploration and underlying geology, the site classification for seismic design is Site Class C, in accordance with Chapter 20 of ASCE 7-16. Mapped seismic design parameters in Table 2 were developed using the online SEA0C/OSHPD Seismic Design GROUP DELTA 50597C-Poinsettia Park -20200311-clean.doc Geotech ni ca I Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 8 Building and Other Settlement Sensitive Structures Areas The existing undocumented fill beneath the proposed restroom building, shade structure, retaining walls, seat walls, and all other settlement sensitive structures should be excavated and replaced as a uniformly compacted fill. The cut portion of the restroom building pad should also be over-excavated to a minimum depth of 3-feet below finish pad grade. The remedial grading should extend at least 5-feet beyond the perimeter of the proposed structure. All fill placed within the building pad area should have a very low expansion potential (Expansion Index <20). Improvement Areas Two feet of material with an expansion index of 20 or less is recommended beneath all new concrete sidewalks, exterior flatwork areas and building slabs-on-grade. In order to accomplish this objective, the upper 12-inches of soil below the slab subgrade elevations should be scarified immediately prior to constructing the pavements, brought to slightly above optimum moisture, and compacted to at least 90 percent of the maximum dry density per ASTM D1557. If soil with an expansion index above 20 is encountered, the soil should be excavated and replaced with very low expansion material. Fill Soils The removed undocumented fill soils should be suitable for reuse as fill. The near surface soils observed during our subsurface exploration primarily consisted of clayey sand (SC) and silty sand (SM). Two Expansion Index (El) tests completed at shallow depths resulted in a "Very Low" potential expansion. Imported fill sources should be observed prior to hauling onto the site to determine the suitability for use. In general, imported soil for common fill should consist of granular soil with less than 35 percent passing the No. 200 sieve based on ASTM C136 and an Expansion Index less than 20 based on ASTM D4829. Fill Compaction All fill should be placed in loose lifts that do not exceed eight inches in loose lift thickness at a moisture content that is slightly above the optimum moisture content for compaction using equipment that can produce a uniformly compacted product. The minimum recommended relative compaction for general fill is 90 percent of the maximum dry density based on the latest version of ASTM D1557. Temporary Excavations Temporary excavations are anticipated for the construction of the proposed retaining walls and underground utilities. All excavations should conform to California OSHA (Cal-OSHA) guidelines. Based on the existing data interpreted from site reconnaissance and subsurface exploration, the following Cal-OSHA Soil Types may be assumed for planning purposes. The contractor should note the materials encountered in construction excavations could vary significantly across the site. The assessment of Cal-OSHA Soil Types for temporary slopes is based on e>pski-t,, GROUP DELTA SD597C-Poinsettia Park -20200311-clean.doc Geotechnical Investigation GDC Project No. Sa597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 10 embedment into compacted soil or paralic deposits described above). •Minimum Reinforcement: Per structural engineer Settlement We estimate that the total and differential settlement of the new building foundations will be less than 1 inch and 1/2 inch in 30 feet, respectively. Lateral Resistance Lateral loads against the structure may be resisted by friction between the bottoms of footings and slabs and the soil, and passive pressure from the portion of vertical foundation members embedded into compacted fill or old paralic deposits. A coefficient of friction of 0.35 and a passive pressure of 350 lbs/ft2 per foot of embedment may be used. Modulus of Sub grade Reaction For the preliminary evaluation of settlement under spread footing loads, a modulus of subgrade reaction for a one-foot square footing may be assumed to 300 pounds per cubic inch (ki). This value assumes shallow footings are constructed in accordance with the recommendations provided above. Note that k1 should be adjusted for footing sizes wider than one foot using the following equation: kB = ki [(B +1) / 21312 where: kB = the modulus of subgrade reaction for footing of width 13' B = footing width in feet Deep Foundations Cast-in-drilled-hole (CIDH) piles are planned to support the proposed light poles and shade structures. Due to the lightweight nature and anticipated height of the poles, lateral loading is anticipated to control the design of the foundations. The piles are estimated to be between 30 and 48 inches in diameter. Preliminary recommendations regarding axial capacity, settlement, and lateral capacity are discussed in the following sections. Construction considerations for CIDH piles are also discussed following the recommendations. Axial Capacity The CIDH piles are anticipated to derive axial capacity from frictional resistance in the undocumented fill and undisturbed Old Paralic Deposits. All piles should be embedded at least 5 feet into undisturbed Old Paralic Deposits. The depth to competent Old Paralic Deposits should be evaluated during drilling at each pile by the geotechnical consultant. Allowable wdal unit skin friction for the material types. at the site are presented in the table below. The vertical resistances were calculated using a Factor of Safety of 2. The axial capacity GROUP DELTA SD597C-Poinsettia Park -20200311-clean.doc Geotechnical Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 12 Concrete should be placed through the center of the drilled shaft such that it does not come into contact with the reinforcing steel prior to reaching the bottom of the hole. Concrete mix designs should consider the reinforcing steel clear spacing such that the aggregate can flow through the cage. The recommended allowable unit side friction values assume that the pile is constructed as a continuous mass that fully contacts the sides of the drilled shaft. The pile capacities presented above do not include end bearing. If end bearing is adopted into the design by the structural engineer, Group Delta should be contacted for recommendations. Clean excavation bottoms are essential when end bearing is adopted into pile design. Provisions should be made by the contractor to use a cleaning plate or other suitable method to clean the excavation bottoms if end bearing is accounted for in design, and the bearing conditions should be observed by the geotechnical consultant prior to placing steel and concrete. On-Grade Slabs Building slabs should be at least 5 inches thick and should be reinforced with at least No. 3 bars on 18-inch centers, each way. Slab thickness, control joints, and reinforcement should be designed by the structural engineer and should conform to the requirements of the current CBC. The site soils are anticipated to be predominately granular with a very low expansion potential (El<20). However, some expansive clays may exist. If expansive soils are encountered in the building pad, the clayey soil should be over-excavated two feet, and two feet of non- expansive soils (El<20) should be placed directly beneath the heave sensitive concrete slabs on- grade. Moisture Protection for Slabs Moisture protection should comply with requirements of the current CBC, American Concrete Institute (Ad I 302.1R-15) and the desired functionality of the interior ground level spaces. The project Architect typically specifies an appropriate level of moisture protection considering allowable moisture transmission rates for the flooring or other functionality considerations. Moisture protection may be a "Vapor Retarder" or "Vapor Barrier" that use membranes with a thickness of 10 and 15 mil or more, respectively. The membrane may be placed between the concrete slab and the AB or finished subgrade immediately below the slab, provided it is protected from puncture and repaired per the manufacturer's recommendations if damaged. Note that the CBC specifies that a capillary break such as 4 inches of clean sand be used beneath building slabs (as defined and installed per the California Green Building Standards), along with a Vapor Retarder. Retaining Walls Two retaining walls are being proposed at the site with retained height less than six feet. The retaining wall design should follow 2019 CBC. The following preliminary geotechnical parameters are provided for design: GROUP DELTA SD597C-Poinsettia Park -20200311-.clean.doc Geotechnica I Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 14 Subgrade Preparation The upper 12 inches of pavement subgrade should be scarified immediately prior to constructing the pavement sections, brought to within two percent of optimum moisture, and compacted to at least 95 percent of the maximum dry density per ASTM D1557. These recommendations assume the upper two feet of subgrade has a very low Expansion Index (El<20). Aggregate base should also be compacted to 95 percent of the maximum dry density per ASTM D1557. Aggregate base should conform to the Standard Specifications for Public Works Construction (SSPWC), Section 200-2 (APWA, 2018). Asphalt concrete should conform to Section 400-4 of the SSPWC and should be compacted to between 91 and 97 percent of the Rice density per ASTM D2041. Surface Drainage Pavement performance depends greatly on how well surface runoff drains from the site. Adequate surface drainage should be provided to reduce ponding and possible infiltration of water into the base and subgrade materials. Paved areas should have a minimum gradient of one percent. As much as possible, planter areas next to pavements should be avoided; otherwise, subdrains should be used to drain the planter to appropriate outlets. Exterior Concrete Slabs Exterior slabs and sidewalks should be at least 4 inches thick. Crack control joints should be placed on a spacing of 10-foot or less centers, each way, for slabs, and on 5-foot or less centers for sidewalks. The potential for differential movements across the control joints may be reduced by using steel reinforcement. Typical reinforcement for exterior slabs would consist of 6x6 W2.9/W2.9 welded wire fabric placed securely at mid-height of the slab. The upper 12 inches of pavement subgrade should be scarified immediately prior to constructing the pavement sections, brought to within two percent of optimum moisture, and compacted to at least 95 percent of the maximum dry density per ASTM D1557. These recommendations assume the upper two feet of subgrade has a very low Expansion Index (El<20). Pipelines The development will include a variety of pipelines such as water, storm drain and sewer systems. Geotechnical aspects of pipeline design include lateral earth pressures for thrust blocks, modulus of soil reaction, and pipe bedding. Each of these parameters is discussed separately below. Thrust Blocks Lateral resistance for thrust blocks may be determined by a passive pressure value of 350 lbs/ft2 per foot of embedment, assuming a triangular distribution. This value may be used for thrust blocks embedded into compacted fill soils as well as the formational materials. Modulus of Soil Reaction The modulus of soil reaction (E') is used to characterize the stiffness of soil backfill placed along the sides of buried flexible pipelines. To evaluate deflection due to the load associated with GROUP DELTA SD597C-Poinsettia Park -20200311-clean.doc GROUP DELTA CONSULTANTS James C. Sanders, C.E.G. 2258 Associate Engineering Geologist e7z9(21A Yao Congpu Yao, Ph.D., P.E. 85035 Senior Engineer Geotechnical Investigation GDC Project No. SD597C Poinsettia Park Dog Park & Parking Lot March 11, 2020 City of Carlsbad, California Page 16 LIMITATIONS The recommendations in this report assume soil and geologic conditions do not deviate appreciably from those observed in the field or reported in this letter. Geotechnical engineering and the geologic sciences are characterized by uncertainty. Professional judgments presented herein are based partly on our understanding of the proposed construction, and partly on our general experience. Our engineering work and judgments rendered meet current professional standards; we do not guarantee the performance of the project in any respect. The findings of this report are valid as of the present date. However, changes in the condition of a property can occur with the passage of time, whether due to natural processes or the work of man on this or adjacent properties. In addition, changes in applicable or appropriate standards of practice may occur from legislation or the broadening of knowledge. Accordingly, the findings of this report may be invalidated wholly or partially by changes outside our control. Therefore, this report is subject to review and should not be relied upon after a period of three years. We appreciate this opportunity to be of professional service. Please feel free to contact the office with any questions or comments, or if you need anything else. Attachments: References Figure 1 — Site Location Map Figure 2 — Exploration Plan Figure 3A and 313— Proposed Improvements Figure 4 — Regional Geologic Map Figure 5 — Wall Drain Details Attachment A — Field Exploration Logs Attachment B — Geotechnical Laboratory Testing Attachment C — Storm Water Infiltration Assessment Distribution: (1) Ms. Barbara Kennedy, Park Planner (Barbara.Kennedy@carlsbadca.gov) et GROUP OEI-TA SD597C-Poinsettia Park -20200311-clean.doc Structural Engineers Association of California and Office of Statewide Health Planning and Development (SEA0C/OSHPD, 2020). Seismic Design Maps Online Tool, https://seismicmaps.ord, accessed February 11, 2020. • 141 ,4111C".*--4 11V10-541riik • V"Ialitt , 411641 110 tzta 11;,:tdei " • 4-ir.,,,c7imiw, •-•614 174'4 v fits .415 - °'.44M-41.' •ttok,;_nstiti • v:iiterlia t' • -4.* '4' 15 t *Nu) •011. II Sta.! b •II' 3 4 " gve It. GROUP DEGra.GONSULTAIIIG, WC. IRRYN.RGRNO GCV..00ISTS 07AG A011010/110/0. SURE IOU SAN 'NEW. 00U2126 p.m 534-10:0 ',art/tomb Palmeri, Pad< OUR Polk S Parting Lot L City 01 Carbbad. Calif:WS NO SCALE ELECTIliC VEISCLECHAR(Am PARKING SPACE (4 TOTAL; 998.P.. • 32 33 34 35 37 • EXISTING TREE TO BE REMOVED 1 enceoseo PARKING LOT TREE, -• EIRCIUP DELTA : •••.- EI:ECTRIO VEHICLE CITARCINO PEDESTAL (2 TOTAL) 1-1 Location of infiltration testing rj 3 Y*11 2 11.. EMSTPIG TREE TO BE REPLACED Wall NEW TREE TP-2 • 31.- SO 29 28 27 •• poem' ENTER Dom ff; Ll a, • Do r.A.A.A_KA AA* Kr AP 11 • • • • • • KA • • • " Approximate limits of proposed development TP-1 IF] Location of Test Pit SD597C , 20-0025 3A GROUP DELTA CONSULTANTS. KC. F1101/IEERFIANDGEOLOGIVIS 0245AVIIVIT/140N1 SUllk 103 111A11 C1E00..92125 num neet000 NO SCALE PROPOSED IMPROVEMENTS 10 21 22 23 ,:)SEL) RES II:, STANDARD /810.PARKWO STALL i 1 EXISTWO TREE TO BE REMOVED 1 1 exisrihro TREE REFERENCE: Schmidt Design Group (2019a). Poinsettia Community Park - Dog Park, Parking Lot Study, Carlsbad, California, dated October 30, 2019. NO SCALE REGIONAL GEOLOGIC MAP CetVg L/I! 1 -NV N • 25 5 LEGEND: Qop - Old Paralic Deposits, late to middle Pleistocene Qvop - Very Old Paralic Deposits, middle to early Pleistocene Tsa - Santiago Formation Kp - Point Loma Formation 15 r (7.-1,..) • Kgb A Puh.111.1 PAIN DaA Pa* A PA-king L. Culslock PAlfonka -74 els3 Ovopia Tsa LAT: 33.1152 N LON: 117.3060 W -17 ---) - Qya fl h eoks. ., 7, OUP DEL-T" SfOl 31E00. U., 9.28 le.:4, 5.4CCO GROUP OECLACMSULTALITS,111C. PO 9S AC11., t01.1). S1111;100 6401.DISPNLIGCCLOC.17.5 SD597C FIL11 20-0025 ,.........,....... 11"---,) 76 4—...7, , 5 '-'40-•,,.- -,N)., \ ``.,,, IL ''1*`. t , .,70A ,.... ,,i--., LN-r'Qvis.pio-li , --Ai. \-- (-- - \,,i \--------) ', r` -I 54 V/ ."-'7 Ai 7 i 4')A`e' 4 , f' TS1 t . \ r_, \ V' ff`4.. •.' QS/OP10 i ...2 SiTE Yi - / p 1 f, 5 ( A./.1„, i ,, ,;... 4,,,.. 4,33 -, A _ 1) Vki 1 i, -'/' / i •\,./ \ k' •4- \\q ,4 ,1 ;.' i '1"4"--"'lLL'ti ----''''.5_,, • 4:/'''\\i'\, '''''•-• ---A.....—IL\'.1.) /7 \': \ -N‘Z-L'' 4.-.• i ..t- ----',.. 7 k`,-. --- -, ' cioq Q0e__ -\z)--'2(--j-1- Q.Yar-----\,--. ---7-\\,/, i ......,..:-.:.r s... .1'•"'. .1. ( .-4.---A\6-a; \\\.\:,.),.,_6 --- ,...... I— REFERENCE: Geologic Map of the Oceanside 30'X60' Quadrangle, California, compiled by Michael P. Kennedy and Siang S. Tan, digital preparation by K. Bovard, R. Alvarez, M. Watson, and C. Gutierrez (2007). ATTACHMENT A FIELD EXPLORATION LOGS MROUP DELTA LIMITS OF TEST PIT TEST PIT NUMBER: DATE OF EXCAVATION: EXCAVATION COMPANY: EXCAVATION EQUIPMENT: EXCAVATION METHOD: TEST PIT LOGGED BY: SAMPLING METHOD: BACKFILL METHOD: DATE OF BACKFILL: TP-1 2/5/2020 WEST-TECH CONTRACTING, INC. CAT 308E, CR MINI-EXCAVATOR 24-INCH BUCKET S. Narveson BULK COMPACTED TRENCH SPOILS 2/5/2020 EXPLANATION: APPROXIMATE LOCATION OF GEOLOGIC CONTACT, DASHED WHERE INFERRED, QUERIED WHERE UNCERTAIN DESCRIPTION AND CLASSIFICATION: 0 MULCH & ORGANIC SOIL GROUND SURFACE 5 —E \ 14 TP 1 OLD PARALIC DEPOSITS (40P2.1)*: POORLY INDURATED SANDSTONE; medium grained; reddish brown; moderately weathered; very soft; unfractured; (CLAYEY SAND (SC); dense to very dense; moist; mostly fine to medium sand; some fines; low plasticity; weakly cemented). [SAMPLE: TP-1-1]. *GEOLOGIC DESCRIPTION (DISTURBED SOIL DESCRIPTION) '? 1 1 1 1 1 10 15 20 25 30 DISTANCE (FEET) 10 1 0 5 APPROXIMATE SCALE IN FEET PROJECT NAME FIGURE NAME GROUP DELTA City Of Carlsbad TEST PIT RECORD Poinsettia Park (Task No. 3) PROJECT NUMBER FIGURE NUMBER 2.5 5 Ligig: DIRECTION, SCALE AND LOCATIONS ARE APPROXIMATE. TP-1 S D597C A-1 TEST PIT NUMBER: DATE OF EXCAVATION: EXCAVATION COMPANY: EXCAVATION EQUIPMENT: EXCAVATION METHOD: TEST PIT LOGGED BY: SAMPLING METHOD: BACKFILL METHOD: DATE OF BACKFILL: TP-3 2/5/2020 WEST-TECH CONTRACTING, INC. CAT 308E, CR MINI-EXCAVATOR 24-INCH BUCKET S. Narveson BULK COMPACTED TRENCH SPOILS 2/5/2020 EXPLANATION: APPROXIMATE LOCATION OF GEOLOGIC CONTACT, DASHED WHERE INFERRED, QUERIED WHERE UNCERTAIN DESCRIPTION AND CLASSIFICATION: 0 MULCH & ORGANIC SOIL 5 — SURFACE FILL: CLAYEY SAND (SC); medium dense; grayish brown; moist; mostly fine to medium SAND; some fines; low plasticity. [SAMPLE: TP-3-1]. 0 OLD PARALIC DEPOSITS (Q0P2,)*: TP 3 1.1 GROUND POORLY INDURATED SANDSTONE; medium brown; grained; grayish p LU LU LL. a. 0 _ highly weathered; very soft; unfractured; (SILTY SAND (SM); medium dense; moist; mostly fine to medium sand; some fines; nonplastic; non-cemented). LU o -5- [SAMPLE: TP-3-2]. /7, OLD PARALIC DEPOSITS (Qop,,) V--)1- SAND lense; poorly-graded SAND LIMITS OF TEST PIT (SP); medium dense; light yellowish brown; moist; mostly fine to medium SAND; trace fines; nonplastic. 1 0 I I I 5 10 15 20 25 30 *GEOLOGIC DESCRIPTION DISTANCE (FEET) (DISTURBED SOIL DESCRIPTION) APPROXIMATE SCALE IN FEET 0 2.5 5 NOSE: DIRECTION, SCALE AND LOCATIONS ARE APPROXIMATE. PROJECT NAME City Of Carlsbad Poinsettia Park (Task No. 3) FIGURE NAME TEST PIT RECORD TP-3 GROUF' DELTA PROJECT NUMBER FIGURE NUMBER SD597C A-3 GROUND SURFACE TP 5 TEST PIT NUMBER: DATE OF EXCAVATION: EXCAVATION COMPANY: EXCAVATION EQUIPMENT: EXCAVATION METHOD: TEST PIT LOGGED BY: SAMPLING METHOD: BACKFILL METHOD: DATE OF BACKFILL: TP-5 2/5/2020 WEST-TECH CONTRACTING, INC. CAT 308E2 CR MINI-EXCAVATOR 24-INCH BUCKET S. Narveson BULK COMPACTED TRENCH SPOILS 2/5/2020 EXPLANATION: APPROXIMATE LOCATION OF GEOLOGIC CONTACT_, DASHED WHERE INFERRED, QUERIED WHERE UNCERTAIN —E LIMITS OF TEST PIT I I I 10 15 20 DISTANCE (FEET) DESCRIPTION AND CLASSIFICATION: FILL: CLAYEY SAND (SC); loose; yellowish brown; moist; mostly fine to medium SAND; some fines; low plasticity; strong organic odor [SAMPLE: TP-5-1]. OLD PARALIC DEPOSITS (QoPm)*: POORLY INDURATED SANDSTONE; medium grained; reddish brown; moderately weathered; soft; unfractured; (SILTY SAND (SM); dense to very dense; moist; mostly fine to medium sand; little to some fines; nonplastic). [SAMPLE: TP-5-2]. *GEOLOGIC DESCRIPTION I (DISTURBED SOIL DESCRIPTION) 30 0 DEPTH (FEET) -10 25 5 APPROXIMATE SCALE IN FEET 0 2.5 5 liQLE: DIRECTION, SCALE AND LOCATIONS ARE APPROXIMATE. FIGURE NAME TEST PIT RECORD TP-5 A, GROUP DELTA e41‘, PROJECT NUMBER FIGURE NUMBER SD597C A-5 PROJECT NAME City Of Carlsbad Poinsettia Park (Task No. 3) BORING RECORD SITE LOCATION Poinsettia Park, Carlsbad, California PROJECT NAME Poinsettia Park (Task No. 3) PROJECT NUMBER SD597C FINISH 2/5/2020 BORING 1-1 SHEET NO. 1 of 1 START 2/5/2020 DRILLING COMPANY N/A DRILLING METHOD Hand Auger LOGGED BY S. Narveson CHECKED BY C. Yao DRILLING EQUIPMENT Hand Auger BORING DIA. (in) 6 TOTAL DEPTH (ft) 4.7 GROUND ELEV (ft) DEPTH/ELEV. GROUNDWATER (ft) y NE / na NOTES Lat: 33.11573°, Lon: -117.30610° SAMPLING METHOD Bulk DESCRIPTION AND CLASSIFICATION ••=•• < 0 SAMPLE TYPE SAMPLE NO. BLOW/FT "N" 1.1J cc 2 DEPTH (feet) 0 (1 0 ..,MULCH and ORGANIC SOIL \ FILL: Clayey SAND (SC); loose to medium dense; gray; moist; mostly fine SAND; some fines; medium plasticity. OLD PARAL1C DEPOSITS (Qop 2-4) :POORLY INDURATED SANDSTONE; medium grained; reddish brown; moderately to highly weathered; very soft; unfractured; (Poorly-graded SAND with Silt (SP-SM); \dense to very dense; moist; mostly fine to medium SAND; little fines; nonplastic; weakly cemented). NOTES 1.Total Depth = 4.7 feet (target depth reached). 2.Groundwater not encountered during drilling. 3.Boring converted to infiltration test shortly after drilling. 4.Infiltration testing depth = 1.5'-4.7'. 5.Geologic description (disturbed soil description). B1 12.3 PA 5 — 10 — 15 — 20 — —5 —10 -15 —20 0 (/) C.) a_ cri 0 U) C/) (I) CD 1:7 co (51 I GROUP DELTA CONSULTANTS, INC. 9245 Activity Road, Suite 103 San Diego, California 92126 THIS SUMMARY APPLIES ONLY AT THE LOCATION. OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF THE ACTUAL CONDITIONS ENCOUNTERED. FIGURE A-7 BORING RECORD SITE LOCATION Poinsettia Park, Carlsbad, California PROJECT NAME Poinsettia Park (Task No. 3) PROJECT NUMBER SD597C FINISH 2/5/2020 BORING 1-3 SHEET NO. 1 of 1 START 2/5/2020 DRILLING COMPANY N/A DRILLING METHOD Hand Auger LOGGED BY S. Narveson CHECKED BY C. Yao DRILLING EQUIPMENT Hand Auger BORING DIA. (in) 6 TOTAL DEPTH (ft) 4 GROUND ELEV (ft) DEPTHELEV. GROUNDWATER (ft) NE / na NOTES Lat: 33.11483°, Lon: -117.30623° SAMPLING METHOD Bulk 0 = 0 a. 0 < cc DESCRIPTION AND CLASSIFICATION cD ......MULCH and ORGANIC SOIL OLD PARALIC DEPOSITS (Qop,,)j POORLY INDURATED SANDSTONE; medium grained; reddish 9.1 brown; moderately to highly weathered; very soft; unfractured; (SILTY SAND (SM); dense to very dense; moist; mostly fine to medium SAND; some fines; nonplastic; weakly cemented). SAMPLE TYPE SAMPLE NO. BLOW/FT "N Ui i- I- = 0 I- U.1 0 a) a B1 NOTES 1.Total Depth = 4.0 feet (hand auger refusal). 2.Groundwater not encountered during drilling. 3.Boring converted to infiltration test shortly after drilling. 4.Infiltration testing depth = 2.1' - 4'. 5.Geologic description (disturbed soil description). 5 — 10 — 15 — 20 — —5 —10 —15 —20 GROUP DELTA CONSULTANTS, INC. 9245 Activity Road, Suite 103 San Diego, California 92126 THIS SUMMARY APPLIES ONLY AT THE LOCATION OF THIS BORING AND AT THE TIME OF DRILLING. SUBSURFACE CONDITIONS MAY DIFFER AT OTHER LOCATIONS AND MAY CHANGE AT THIS LOCATION WITH THE PASSAGE OF TIME. THE DATA PRESENTED IS A SIMPLIFICATION OF THE ACTUAL CONDITIONS ENCOUNTERED. FIGURE A-9 ATTACHMENT 8 GEOTECHNICAL LABORATORY TESTING GROLIP DELTA LABORATORY TESTING (Continued) R-Value: R-Value tests were performed on selected samples of the on-site soils in general accordance with CTM 301. The test results are shown in Figure B-7 and B-8, and summarized in Figure B-13. Expansion Index: The expansion potential of selected soil samples was estimated in general accordance with ASTM D4829. The test results are shown in Figures B-9 and B-10, and summarized in Figure B-14. Figure B-14 also presents common criteria for evaluating the expansion potential based on the expansion index. In-Situ Moisture: The in-situ moisture contents of selected soil samples were evaluated in general accordance with ASTM test methods D2216. The results are presented in Figure B-11. SAMPLE Document No. 20-0025 Project No. SD597C FIGURE B-2 SOIL CLASSIFICATION A. GROUP DELTA Asks. COARSE I FINE COARSE I MEDIUM I FINE SILT AND CLAY GRAVEL SAND ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX SAMPLE NUMBER: TP-1-1 SAMPLE DEPTH: ER UNIFIED SOIL CLASSIFICATION: SC DESCRIPTION: CLAYEY SAND 100 10 0.1 0.01 0.001 U.S. Standard Sieve Sizes . , . mi m in if •"prie' 1 ulan_ MO I ur ni a 11k 1 11 IMO 111111 1 11 III 11 • 11 11111111 1 TWINE Mk 1 MI M IMP1 1 1hi di I m 1 d in II • iii in m u r i I a , .. 116 r II II ii . 1 II ft t II 1 ii woe in" _ I pp , ill u i I El me lulls ni- 1 t-0% Gravel: u 34% Flnes—t N 1 88% Sand -t Grain Size in Millimeters 12 100 90 80 k 60 it 50 g 40 30 20 10 LIQUID LIMIT 30 PLASTIC LIMIT 16 PLASTICITY INDEX 14 PI at "A" - Line = 0.73(LL-20) = 7.3 One - Point Liquid Limit Calculation PROCEDURES USED 0 Wet Preparation Multipoint Wet Preparation Dry Preparation Multipoint Dry Preparation Ei Procedure A Multipoint Test a Procedure B One-point Test 60 Classification of fine.grained & fine-grained fraction 50 - of soils E 40 - CL or OL <II .2 30 .9 20 10 CH or OH ML or CL MH or OH 10 20 30 40 50 60 70 80 90 100 Liquid Limit (LL) N 15 20 25 30 35 40 50 60 70 80 90 100 NUMBER OF BLOWS FIGURE 6-4 LL=Wn(N/25)°-121 32.0 31.5 '••-' 31.0 F 30.5 30.0 29.5 v) 5 29.0 28.5 GROUP DELTA STANDARD METHOD FOR ATTERBERG LIMITS ASTM D4318 REVISION 0, DATED 1/31/15 Project Name: Poinsettia Park Tested By: S. Narveson Date: 02/21/20 Project No.: SD597C Data Input By: J. Krehbiel Date: 02/21/20 Sample No.: TP-5-1 Checked By: C Yao Date: 03/04/20 Sample Location: 1' PLASTIC LIMIT LIQUID LIMIT TEST NO. 1 2 1 2 3 4 Number of Blows [N] 32 23 17 Wet Wt. of Soil + Cont. (gm.) 18.05 30.86 32.20 32.71 Dry Wt. of Soil + Cont. (gm.) 17.05 26.54 27.26 27.49 Wt. of Container (gm.) 10.81 11.57 10.91 10.91 Moisture Content (%) [Wn] 16.03 28.86 30.21 31.48 METHOD USED (A,B or C) \ \ \ \ 1 H k Gs=2.6 - - - Gs=2.7 (Seriesl) \ \ \ \ \ \ \ \ ZERO A R VOIDS . \ \ \ \ \ • . . . . . . . • . . 0 5 10 15 20 25 30 WATER CONTENT (%) 4 inch: V= 15.13 pcflgm 6 inch: V= 34.19 pcf/gm 4 inch MOLD USED 15.13 MOLD VOLUME CORRECTION -3/8" SIEVE NUMBER 0.0% PERCENT RETAINED WITH ROCK CORRECTION .,-. MAXIMUM DENSITY [PCP] ._ OPTIMUM MOISTURE NA WITHOUT ROCK CORRECTION ' 125.1 MAXIMUM DENSITY (PCF) 10.2 OPTIMUM MOISTURE [%] 135 130 125 120 (75 115 oc`>. 110 105 100 ‘07-4.t GROUP DELTA STANDARD TEST METHOD FOR MOISTURE - DENSITY RELATIONSHIP (ASTM D1557) REV. 1, DATED 09/19/19 TP-4-1 @ 0-3' PROJECT: Poinsettia Park Dog Park & Parking Lot SAMPLE ID: PROJECT NO.: SD597C DATE: TESTED BY: APT CHECKED BY: SAMPLE DESCRIPTION: Moderateyellowish brown silty sand (SM) February 14, 2020 CY Method: Mechanical E71 Manualn Hammer: 101b.0 5.5 100 150 200 250 milliliters 2001.9 2001.9 2001.9 2001.9 grams 3939.5 4041.5 4095.0 4044.4 grams 1937.6 2039.6 2093.1 2042.5 grams 128.1 134.8 138.3 135.0 pcf 119.6 123.9 124.7 119.8 1 pcf 295.6 281.4 281.4 285.7 grams 674.2 650.5 735.4 721.2 grams 649.3 620.7 690.7 672.3 grams 24.9 29.8 44.7 48.9 grams 353.7 339.3 409.3 386.6 grams - 7.0 8.8 10.9 12.6 percent A)WATER ADDED B)MOLD TARE WEIGHT C)WEIGHT OF WET SOIL AND MOLD D)WET SOIL WEIGHT (C - B) E)WET DENSITY (D / V) F)DRY DENSITY (E / [(U100) +1]) G)TARE WEIGHT H)WEIGHT OF WET SOIL AND TARE I)WEIGHT OF DRY SOIL AND TARE J)WEIGHT OF WATER (H - I) K)DRY WEIGHT OF SOIL (I - G) L)MOISTURE CONTENT (J / K * 100) Page 1 of 1 FIGURE B-6 Sample: 1-2, 0-3' R-Value at Equilibrium: 7 05 00 Document No. 20-0025 Project No. SD597C FIGURE B-7b E RMA= DELTA COVER AND EXUDATION CHARTS Cover Thickness by EXP311S on [FT] 3.0 2.5 0.5 100 0.0 10 15 20 25 30 90 80 70 BO 40 30 20 10 800 700 600 500 400 300 200 100 Exudation Pressure [psi] • 30 00 05 10 15 20 25 100 800 700 600 500 400 300 200 Exudation Pressure [psi] Document No. 20-0025 Project No. SD597C FIGURE B-8b GROUP DELTA COVER AND EXUDATION CHARTS Sample: TP-2-1, 0-2' Cover Thickness by Expansion [FT] R-Value at Equilibrium: 14 I' , • •• 0.0 100 90 80 70 60 40 30 20 10 3.0 2.5 Cover Thickness by Stabilometer [FT] 2.0 1.5 1.0 0.5 6 wt GROLJP DELTA STANDARD TEST METHOD FOR EXPANSION INDEX (ASTM D4829) REV 1, DATED 1/31/15 PROJECT: Poinsettia Park Dog Park &Parking Lot SAMPLE NUMBER: TP-5-1 @ 1' PROJECT NO.: SD597C SAMPLE DESCRIPTION: Yellowish brown clayey sand (SC) TESTED BY: J. Estes DATE: 2/13/2020 CHECKED BY: J. Krehbiel SAMPLED BY: S. Narveson LOCATION Carlsbad, California % COARSE: 6.0 Page_2 of 2 MOISTURE CONTENT TRIAL NO. WET SOIL WEIGHT DRY SOIL WEIGHT A MOISTURE (((WET - DRY) / DRY) X 100) RING PREPARATION B WET WEIGHT OF SOIL AND RING C RING WEIGHT D WET WEIGHT OF SOIL (B - C) E DRY WEIGHT OF SOIL (D / ((A /100)+1)) F DRY DENSITY OF SOIL (E * 0.3016) G CALCULATE (2.7 *A* F) H CALCULATE (168.5 - F) J SAMPLE SATURATION (G / H) NO. 1 NO. 2 NO. 3 366.0 g 332.9 g 9.6% % 593.8 g 201.6 g 392.2 g 357.8 g 107.9 g 2796.8 60.6 46.2% _ % DIAL READINGS FINAL MOISTURE CONTENT K INITIAL SETUP READING 0.200 in 0 WET WEIGHT OF SOIL AND RING L 10 MINUTE DRY READING 0.200 in P DRY WEIGHT OF SOIL AND RING M 24 HOUR WET READING 0.214 in Q WEIGHT OF WATER (0 - P) N EXPANSION INDEX ((M - L)* 1000) 14 El R DRY WEIGHT OF SOIL (P - C) Remarks (if any) S MOISTURE CONTENT ((Q/R )* 100) 617.6 g 566.2 g 61.4 g 354.6 , g 17.3% % EXPANSION INDEX CORRECTION T CALCULATE (50 - J) 3.8 U CALCULATE ((65 + N ) / (220 - J)) 0.5 V CALCULATE (T * U) 1.9 CORRECTED EXPANSION INDEX (N - V) 12 FIGURE B-10 4" Mold Compaction (ASTM D1557) SAMPLE NO. DESCRIPTION MAXIMUM DENSITY [INft3] OPTIMUM MOISTURE [%] TP-4-1 @ 0-3' Fill: Moderate yellowish brown silty sand (SM) 125.1 10.2 GROUP DELTA LABORATORY TEST RESULTS Document No. 20-0025 Project No. SD597C FIGURE 8-12 EXPANSION TEST RESULTS (ASTM D4829) SAMPLE NO. DESCRIPTION EXPANSION INDEX TP-2-1 @ 0-2' Fill: Yellowish brown silty sand (SM) 0 TP-5-1 @ 1' Fill: Yellowish brown clayey sand (SC) 12 EXPANSION INDEX POTENTIAL EXPANSION 0 to 20 21 to 50 51 to 90 91 to 130 Above 130 Very low Low Medium High Very High Document No. 20-0025 LABORATORY TEST RESULTS Project No. 5D597C FIGURE B-14 ' l' EH up DELTA, , INFILTRATION TESTING Four borings (1-1 through 1-4) were prepared for percolation tests after hand-augering. The tests were conducted in accordance with the percolation tests referenced in the Design Handbook for Low Impact Development Best Management Practices (Riverside, 2011) as well as BMP Design Manual issued by City of Carlsbad (2016). Figures C-1 through C-4 show the infiltration testing results from these four boreholes. GROUP DEI—TA SD597C Attachments.doc Tested By: S. Narveson Average water Temperature: 64 F DATA SHEET Depth of Hole: 4.7 ft Gravel Base Thickness: 3 in. Test Hole Number: 1-1 Drilling Method: Hand Auger BOREHOLE PERCOLATION TEST Project Name: Poinsettia Park Project Number: 60597C Date Drilled: 2/5/2020 Borehole Radius (*r): 3 in. Date Tested: 2/6/2020 Casing Diameter: 4 in. Reading Number . ' Time !itInterval (min.) Cumulative —I Time (min.) Initial Depth to Water (ft.) [from ground Final Depth to Water (ft.) . surface] Avg. Height of Water (Head) (in.) Hava ! x radius Measured Drop in Water Level (in.) . AH Corrected Drop in Water Levell (in.) " Alic Corrected Percolation Ratel (in./hour) Al-ljAt . Unfactored Infiltration Rate* (in./hour) It Pre-soak (120) (120) -- -- -- -- -- -- -- -- 1 30 30 1.43 1.45 39.12 12*r 0.24 0.16 0.32 0.01 2 30 60 1.45 1.46 38.94 12*r 0.12 0.08 0.16 0.01 3 30 90 1.46 1.47 38.82 11.9*r 0.12 0.08 0.16 0.01 4 30 120 1.47 1.49 38.64 11.9*r 0.24 0.16 0.32 0.01 5 30 150 1.49 1.50 38.46 11.8*r 0.12 0.08 0.16 0.01 6 30 180 1.50 1.52 38.28 11.8*r 0.24 0.16 0.32 0.01 7 30 210 1.52 1.54 38.04 11.7*r 0.24 0.16 0.32 0.01 8 30 240 1.54 1.55 37.86 11.6*r 0.12 0.08 0.16 0.01 9 30 270 1.55 1.57 37.68 11.6*r 0.24 0.16 0.32 0.01 10 30 300 1.57 1.58 37.50 11.5*r 0.12 0.08 0.16 0.01 1: Porosity of gravel assumed to be 0.4 to correct drop in water. See text of Appendix C for details. Stabilized, Unfactored *Porchet method used to convert percolation rate to infiltration rate. See text of Appendix C for Infiltration Rate*: 0.01 inch/hour City of Carlsbad Poinsettia Park Parking Lot BOREHOLE PERCOLATION TEST - 1-1 INFILTRATION RATE ,k.. GROUP DEL-rn PROJECT NUMBER SD597C FIGURE NUMBER C-1.2 BOREHOLE PERCOLATION TEST Project Name: Poinsettia Park Date Drilled: 2/5/2020 Borehole Radius (*r): 3 in. Project Number: SD597C Date Tested: 2/6/2020 Casing Diameter: 4 in. Test Hole Number: 1-2 Tested By: S. Narveson Depth of Hole: 3.3 ft Average Water Drilling Method: Hand Auger Temperature: 64 F Gravel Base Thickness: 4 in. DATA SHEET Reading Number i' ,>.• .d p 42 E At lii Cumulative Time (min.) Initial Depth to Water (ft.) [from ground Final Depth to Water (ft.) surface] Avg. Height of Water (Head) (in.) Havg i X radius Measured Drop in Water Level (in.) AH Corrected Drop in Water Level' (in.) . AH, Corrected Percolation Rate (in./hour) ,. AH/At Unfactored Infiltration Rate* (in./hour) It Pre-soak (120) (120) -- -- -- -- -- -- -- -- 1 30 30 1.66 1.84 18.00 4.7*r 2.16 1.44 2.88 0.22 2 30 60 1.65 1.75 18.60 4.9*r 1.20 0.80 1.60 0.12 3 30 90 1.58 1.68 19.44 I 5.1*r 1.20 0.80 1.60 0.11 4 30 120 1.32 1.44 22.44 6.1*r 1.44 0.96 1.92 0.12 5 30 150 1.21 1.35 23.64 6.5*r 1.68 1.12 2.24 0.13 6 30 180 1.03 1.20 25.62 7.2*r 2.04 1.36 2.72 0.15 7 30 210 1.21 1.36 23.58 6.5*r 1.80 1.20 2.40 0.14 8 30 240 1.22 1.35 23.58 6.5*r 1.56 1.04 2.08 . 0.12 9 30 270 1.18 1.30 24.12 6.7*r 1.44 0.96 1.92 0.11 10 30 300 1.22 1.35 23.58 6.5*r 1.56 1.04 2.08 0.12 11 30 330 1.25 1.34 23.46 6.5*r 1.08 0.72 1.44 0.09 .. 1: Porosity of gravel assumed to be 0.4 to correct drop in water. See text of Appendix C for details. Stabilized Unfactored .Porchet method used to convert percolation rate to infiltration rate. See text of Appendix C for Infiltration Rate*: 0.13 inch/hour ........ic City of Carlsbad Poinsettia Park Parking Lot BOREHOLE PERCOLATION TEST - 1-2 INFILTRATION RATE B RCIUP DIE1-171k ex.4,;,/k PROJECT NUMBER SD597C FIGURE NUMBER C-2.2 BOREHOLE PERCOLATION TEST Project Name: Poinsettia Park Date Drilled: 2/5/2020 Borehole Radius (*r): 3 in. Project Number: SD597C Date Tested: 2/6/2020 Casing Diameter: 4 in. Test Hole Number: 1-3 Tested By: S. Narveson Depth of Hole: 4.0 ft Average Water Drilling Method: Hand Auger Temperature: 64 F Gravel Base Thickness: 2 in. DATA SHEET Reading Number . • Time Interval (min.) Cumulative Time (min.) Initial Depth to Water (ft.) [from ground . Final Depth to Water (ft.) surface] Avg. Height of Water (Head) (in.) Han 1 x radius . Measured preP in Water Level (in.) AH Corrected Drop in Water Levell (in.) • ilH, Corrected Percolation Rate' (in./hour) 11H/tit Unfactored Infiltration Rate* (in./hour) . . It Pre-soak - - -- -- -- -- -- -- -- -- 1 30 30 2.25 2.27 20.88 6.3*r 0.24 0.16 0.32 0.02 2 30 60 2.27 2.29 20.64 6.2*r 0.24 0.16 0.32 0.02 3 30 90 2.29 2.30 20.46 6.2*r 0.12 0.08 0.16 0.01 4 30 120 2.30 2.32 20.28 6.1*r 0.24 0.16 0.32 0.02 5 30 150 2.32 2.34 20.04 1 6*r 0.24 0.16 0.32 0.02 6 30 180 1.90 1.95 24.90 7.6*r 0.60 0.40 0.80 0.05 7 30 210 1.95 1.98 24.42 7.5*r 0.36 0.24 0.48 0.03 8 30 240 1.98 2.00 24.12 7.4*r 0.24 0.16 0.32 0.02 9 30 270 2.00 2.01 23.94 7.3*r 0.12 0.08 0.16 0.01 10 30 300 2.01 2.03 23.76 7.3*r 0.24 0.16 0.32 0.02 11 30 330 2.03 2.05 23.52 7.2*r 0.24 0.16 0.32 0.02 i i i i i 1: Porosity of gravel assumed to be 0.4 to correct drop in water. See text of Appendix C for details. Stabilized Unfactored *Porchet method used to convert percolation rate to infiltration rate. See text of Appendix C for Infiltration Rate*: 0.02 inch/hour City of Carlsbad Poinsettia Park Dog Park BOREHOLE PERCOLATION TEST - 1-3 INFILTRATION RATE ti GROUP DELTA e, _ PROJECT NUMBER SD597C FIGURE NUMBER C-3.2 BOREHOLE PERCOLATION TEST Project Name: Poinsettia Park Date Drilled: 2/5/2020 Borehole Radius (*r): 3 in. Project Number: 5D597C Date Tested: 2/6/2020 Casing Diameter: 4 in. Test Hole Number: 1-4 Drilling Method: Hand Auger Tested By: S. Narveson Average Water Temperature: 64 F Depth of Hole: 5.4 ft Gravel Base Thickness: 4 in. DATA SHEET Reading Number . 7is - g e. . I= 41. E ' At Cumulative -i Time {min.) Initial Depth to Water (ft.) [from ground . Final Depth to Water (ft.) surface] Avg. Height of Water (Head) (in.) . Ha, I X radius Measured Drop in Water Level (in.) AH Corrected Drop in Water Leve' (in.) Mc Corrected Percolation Ratel (in./hour) AHjat . . Unfactored Infiltration Rate* (in./hour) It Pre-soak - - __ ---- -- __ __ -- 1 30 30 3.11 3.25 26.64 7.5*r 1.68 1.12 2.24 0.12 2 30 60 3.25 3.35 25.20 7.1*r 1.20 0.80 1.60 0.09 3 30 90 3.14 3.24 26.52 7.5*r 1.20 0.80 1.60 0.09 4 30 120 3.11 3.15 27.24 7.7*r 0.48 0.32 0.64 0.03 5 30 150 3.15 3.25 26.40 7.5*r 1.20 0.80 1.60 0.09 6 30 180 3.20 3.28 25.92 7.3*r 0.96 0.64 1.28 0.07 7 30 210 3.28 3.36 24.96 7*r 0.96 0.64 1.28 0.07 8 30 240 3.20 3.28 25.92 7.3*r 0.96 0.64 1.28 0.07 9 30 270 3.28 3.36 24.96 7*r 0.96 0.64 1.28 0.07 10 30 300 3.20 3.27 25.98 7.3*r 0.84 0.56 1.12 0.06 11 30 330 3.23 3.31 25.56 7.2*r 0.96 0.64 1.28 0.07 1 1 g I 1 , 1 1 i I Stabilized Unfactored 1: Porosity of gravel assumed to be 0.4 to correct drop in water. See text of Appendix C for details. *Porchet method used to convert percolation rate to infiltration rate. See text of Appendix C for Infiltration Rate*: 0.07 inch/hour details. City of Carlsbad Poinsettia Park Dog Park BOREHOLE PERCOLATION TEST - 1-4 INFILTRATION RATE 21 e -.....,-t) GROUP DEL-TA PROJECT NUMBER SD597C FIGURE NUMBER C-4.2 2 Tr_ Orie2 Engineering r , r illk ..,„ ir Structural & Bridge Engineers UK SRLDS.S 9750 Miramar Road, Suite 310 STRUCTURAL Phone: (858) 335-7643 San Diego, CA 92126 Structural Calculations PROJECT: Poinsettia Community Park Phase IV (Project # 382.007-19 ) CLIENT: O'Day Consultants DESIGNED BY: JLO DATE: 5/8/20 Or/c2 — Structural Engineers 7 QcoESS/ R. 40 als i lii3 8 0 4, EXP. 12-3 -2 I, `Sitil.,3).RUMOlciS ALUMINUM LIGHTING FIXRIFIE WITH MARINE GRADE FINISI-I. REFER TO LIGHTING FIXTURE SCHEDULE. CONDUCTORS FROM HANDHOLE TO LIGHT FIXTURE HANOHOLE WITli COVER. ALUMINUM BOLT AND NUT COVERS GROUT BETWEEN BOTTOM OF POLE BASE AND TOP OF CONCRETE BASE. (3) #.3 REBAR TIES I-T/2 ON CENTER REQUIRED BY POLE MANUFACTURER. PROVIDE DOUBLE LOCKNUTS AT POLE SASE FOR POLE LEVEL ADJUSTMENT PROVIDE STAINLESS STEEL ANCHOR BOLTS AND NUTS. BRANCH CIRCUITING TO NEXT POLE PER PLANS. 3 ENSURE THAT ALL SPACE BELOW BASE PLATE IS FILLED WTH GROUT. FORM AROUND BASE PLATE AS NEEDED FOR A CLEAN APPEARANCE, APPLY GROUT WO SPACES OF OPENINGS FOR BOLTS. TRY BEST TO MITIGATE ANY PONDING OR INFALTRATION OF WATER BASE PLATE, CONFIRM TYPE V4TH MANUFACTURER BASE PLATE IMTH LEVEUNG NUTS (TOP AND BOTTOM). FINISH GRADE. PROVIDE MOW CURB %HERE INDICATED ON PLANS. REFER TO LANDSCAPE ARCHITECTURAL PLANS. 46g• II 9111. •rrE '0 :11,' it 4 CONCRETE POLE BASE WITH (6) #.5 7-sahP VERTICAL REBAR BASKET EQUALLY • IL It SPACED IL It 1-k6 j. , II •• - . ..•• • #3 REBAR -nEs 0 12- ON CENTER FIXTURE SA DETAIL PROVIDE BARE CU #4 GROUND FROM POLE TO FOOTING CONNECTING TO REBAR CAGE. #4 CONDUCTOR TO BE MINIMUM 20 FT LONG -------- STAINLESS STEEL ANCHOR BOLTS AS BASEPLATE DETAIL NO SCALE NO SCALE SE-1.0 Orie2 Engineering Structural & Bridge Engineers Project No.; 382'007-19 Poinsettia Park - Phase 4 PROJECT: DATE: 5/8/20 BY: JLO 9750 Miramar Ro., Suite 310 San Diego, CA 92126 Phone # : (858) 335-7643 wivw.orie2.cOM Light Pole Footing Design See Light Pole Footing Design Spreadsheet Page 2 Ode' Engineering Structural and Bridge Engineers 9750 Miramar Road. Suite 310 San Diego, CA 92126 POLE FOUNDATION ANALYSIS FLEXURAL CAPACITY Job Name: Poinsetta Par Subject: Pole FIG Design Job Number: 382.007-19 Originator: JLO Checker: I DJ F In I ut Data: Light Fixture Pole - SB Pier Data: Ph=274 k Pier Foundation Diameter, D = 2.000 ft. Soil Data: H=8.38' _Ground Line Allow. Soil Bearing Pressure, S = 300.000 psf Pier Loadings: Horizontal Load, P = 274.0 lbs , , ,,,.:,.1:::,,,,::•: :•:•:'••'•>::-., •:,>>>.':•:.'":•:•>::•'>;•-i.:•:';.:•:•: Distance to P, h = 8.380 ft. Resisting Surface Constrained Condition: 3.430 1=unconstrained, 2=constrained 1 pi Results: Pier Embedment and Total Length: S1 = 343.000 psf S1 = S x (d13), where d/3 is limited to 12 (psf) d = 3.430 ft d = 0.5 x A (1 + (1 + 4.36 x Fl / A)^1/2) (ft.) Reference: 2013 California Building Code (CBC), Section 1805.7.2.1, pages 370-371 Distance to P, h = 8.38 ft height to CG S= 150 psf ult. / 2 allowable * 2 cantilever col. = 300 psf Per Geotech Report USE 2.-0" DIA. FOOTING 4.-6" DEEP Page 4 Oriez Engineering Structural & Bridge Engineers Project No. 302.007-20 Project Name: Poinsetta Park Date: 05/05/20 9750 Miramar Rd., Suite 310 Phone # : (858) 335-7643 San Diego, CA 92126 unnworie2.com **" One-Fixture Light Pole Footing *** Description: Poinsetta Park Code: ASCE 7-16 Design Wind Load on Solid Freestanding Walls and Solid Signs F = qh G CfAf - 0.00256 Kz Kzt Kd V2 Exp = C Ht. z at the centroid of area Af = 15.75 ft Exposure coefficient Kz = 0.86 Topography factor K2f = 1.00 Directionality factor Kd ---, 0.85 Wind Speed V = 96 mph cln = 17.25 psf Gust Effect factor G = 0.85 Force coeff Cf = 2 Design wind pressure, F/Af - 29.32 psf (29.5-2) (29.5-2) (29.3-1) Section 29.3.1 Section 29.8.2 Section 26.6 Section 26.9 Figure 29.4-1 through 29.5-2 AREA (sq. ft.) PRESSURE (psi) FORCE (lbs.) ARM MOMENT (ft.) (lb.-ft.) HEIGHT (ft) 4.2 29.3 122 25.50 3110 12.5 29.3 366 12.50 4581 0.0 29.3 0 0.00 0 0.0 29.3 0 0.00 0 Totals 488 7691 15.75 0.6 ASD 4615 Loads on Light/Pole: Light Fixture Pole ( 6") Concrete Pilaster N/A Page 6 GEOTECHNICAL PARAMETERS FOR LIGHT POLE FOOTING DESIGN Schmidt Design Group G2015011-.1 Poinsettia Community Park Erpansion, Carlsbad, California Revised Final 6.2.6 Light Pole Foundations Fill soils up to 141/2 feet in thickness were encountered in the exploratory borings. The fill soils were placed during mass grading of the site but documentation regarding fill placement was not available for review. Due to the potential variations of the in-place fills, we are providing foundation design parameters for those conditions. Individual piers should be adequate to support the lighting pole foundations. Embedment depth and diameter for the lighting pole piers to resist lateral loads where no-constraint is provided at ground surface may be determined using the following formula per 2013 CBC Section 1807.3.2.1: d = A/2 11 -I- [1+(4.3613/A)]'1 Where: A= 2.34P/S,b b = Pier diameter in feet d = Embedment depth in feet (but not over 12 ft for purpose of computing lateral pressure) h = Distance in feet from ground surface to point of application of "P" P = Applied lateral force in pounds S, = Allowable lateral soil bearing pressure S, = 150 psf/ft. (Table 1806.2 for Class 4 soil and Section 1806) An allowable soil vertical bearing pressure of 2,000 pounds per square foot may used in the design of the piers at least 2 feet in diameter and extending at least 3 feet below the lowest adjacent grade. The values provided are for the medium dense fill soils. Excavations may need to be deepened to obtain the desired resistance. Installation: The drilled pier shall be placed in conformance to ACI 336 guidelines. Excavation for piers should be inspected by the geotcchnical consultant. The bottom of the excavation for piers should be reasonably free of loose or slough material. A trernie pipe should be used to pour concrete from the bottom up and to ensure less than five feet of free fall. Page 9 Page 8 LED POWER ARRAYTM MODULES VNDL-LED E.P.A.= 1.78 Available in: 10 Arroy 80LED Max. VPA-Ve tical Array Available in: 10 Array 80 LED Max. (Specifications subject to change without prior notice.) PATENT PENDING VNDLF-LED E.P.A.= 1.78 EXTRUDED ALUMINUM ARM BRACKET AND CAST ALUMINUM WALL BRACKET ASSEMBLY PROVIDED WITH BUILT IN GASKETEDWIREACCESS FOR FIXTURE/SUPPLY WIRE CONNECTION. WALL PLATE — 18" — I (457(nrn) 1 2" (305-nro 5" 27n1rn) 7" SQ. (178-nm) (' 40ra-n) .50" DIA. (13-nn) (4) HOLES VNDL SERIES - LED PECIFICATIONS WALL MOUNT ORDEf?ING IN ORMATIO N LUMINAIRE-FITTER [ OPTICS * of LED's COLOR VOLTAGE MOUNTING FINISH OPTIONS LUMINAIRE - OPTICS LED MOUNTING FINISH OPTIONS LENS OPTIONS: 0 CLEAR PRISMATIC POLYCKRBONATE OP (STANDARD GLOBS) 0 CLEAR PRISMATIC ACRYLIC CA LUMINAIRE-FITTER 0 VNDL-LED ,.: i 0 VNDLF-LED 1 VERTICAL POWER ARRAY (CLEAR Fr4SMAlle LENS) 0 VPA -11 arM3D 0 VPA - V • # of LEDs COLOR VOLTAGE 0 80LED 0 NW (4000K)" 0 120 (SO Wafts) *STANDARD 0 208 0 64LED 0 CW (5000X) 0 240 (71 Wo 0 7ls) ' 0 48LED 0 WIN (3000K) 0 3 2 4 7; (53 Wolis) 0 36LED 0 480 (41 WuSs) OT1467 LEO CCLOTG 1991.050,om AVAILABLE m'iro".115 CONSULT FACTORY ARM MOUNT 0 1 ... 0 2-180 D OA 0 2-90 tIll 0 3-90 0. 0 3120 411: 0 4-90 + WALL MOUNT 0 %NM 410 .1 POST TOP 0 PT • STANDARD TEXTURED FINISH 0 BLACK RAL-90054 0 WHITE RAL-9003-T 0 GREY RAL-7004-T 0 DARK BRONZE RAL-8019-T UGREEN RAL-6005-T FOR SMOOTH FINISH REMOVE SUFFIX "I° (EXAMPLE: RAL-9500) SEE USALTG.CCW FOR ADOMONAL COLORS 0 HOUSE SIDE SHIELD...HS 0 DIMMABLE DRIVER(S) (0-10V DIM ) 0 HIGH-LOW DIMMING FOR HARDWIRED SWITCHING CR NON-INTEGRATED MOTION SENSOR HLSW 0 PHOTO CELL + VOLTAGE (E)AMFLE: PC120V) . . Pcf‘f i_i i—i 10KV SURGE PROTECTOR TOSP 0 20KV SURGE PROTECTOR (277V & 4SOV Only) . . . .20W Sun Valley Lighting G6U1 AVVIJe PalTnicile. CA 92551 ;1..a. a (eA1)233-21:05, kw (661)2334(1n ..5,),190V.00111 Page 10 SUN VALLEY LIGHTING WrIU!WCIIV - SelOci ases Jogouv /10817 / VINS Tenon Top Pole Cap Cross Section Handhole Nut Cover Disks (Standard) 21 Cast Aluminum Square Dart - (Optional) Handhole LIGHT POLE valmont 8' to 35' SOFT SQUARE NON-TAPERED ALUMINUM STRUCTURES 4-Bolt Anchor Base Job Name: Client Name: Job Location - City: State' Created By: Date* 5/8/20 Product' Quote: Customer Approval Date' SPECIFICATIONS Pole - The pole shaft is extruded from 6000 series alloy aluminum. Pole Top - A pole top tenon is provided for top mount luminaire and/or bracket. A removable pole cap is available for poles receiving drilling patterns for side-mount luminaire arm assemblies. Handhole - A covered handhole with hardware and grounding provision are provided. Base Cover - Optional Dart Square - 21 cast aluminum and decorative base covers available as special order. Anchor Base - The anchor base is cast from 356 alloy aluminum. The completed assembly is heat-treated to a 16 temper. Tamper resistant aluminum nut cover discs are included with anchor base unless otherwise specified. Anchor Bolts - Anchor bolts conform to ASTM F1554 Grade 55 and are provided with two hex nuts and two flat washers. Bolts have an "L" bend on one end and are galvanized a minimum of 12" on the threaded end. Finish - The standard finish for the pole assembly and components is satin brushed, natural anodize, duranodic or polyester powder applied coating in accordance with Valmont's Specifications. Additional finish options available upon request. Design Criteria - Please reference Design Criteria Specification for appropriate design conditions. Page 12 VALMONT INDUSTRIES, INC. 28800 IDA STREET, PO BOX 358 - VALLEY, NE 68064 USA 800.825.6668 VALMONTSTRUCTURES.COM CHAINLINK FENCE 1/2" CHAMFER ALL EDGES 12" DEEP POST POCKET, TIP. 8" CMU WALL #5 x © 8" 0.C. (v) 24" #4 @ 16" O.C. (/) KEY, SEE NOTE 2 #5 @ 16" O.C. POINSETTIA PARK RETAINING WALL SECTION Page 14 18.00p iSewice-Leyel 1. Hydrostatic Force Lateral earth pressure due to the soil BELOW water table Page 16 Soil Data Allow Soil Bearing = 1,500.0 psf Equivalent Fluid Pressure Method Active Heel Pressure = 45.0 psf/ft 3.38 OK 1.60 OK 3,646 lbs 9.52 in Wall Stability Ratios Overturning Sliding Total Bearing Load ...resultant ecc. rSurcharge Loads Surcharge Over Heel = 0.0 psf Used To Resist Sliding & Overturning Surcharge Over Toe = 0.0 Used for Sliding & Overturning FAXial Load Applied to Stem Axial Dead Load Axial Live Load Axial Load Eccentricity = ! Design Summa 0.0 lbs 0.0 lbs 0.0 in 0.685 lbs = 670.5 lbs = ft-# = 1,855.5 ft-# = = 2,708.3 psi = 7.3 psi = psi = 45.5 in2 = 91.50 in = 5.25 psi = psi = psf = 1,500 32:000 Yes 21.48 78.0 = 1.000 in = 7.60 = Medium Weight = ASD psi = psi = Vertical component of active lateral soil pressure IS NOT considered in the calculation of soil bearing pressures. Load Factors Building Code Dead Load Live Load Earth, H Wind, W Seismic, E CBC 2019,ACI 1.400 1.700 1.700 1.000 1.000 Use menu item Settings > Printing & Title Block to set these five lines of information for your program. Project Name/Number: 4 ft wall Title 4ft Wall Dsgnr: JLO Description.... 4ft Wall Page: 1 Date: 5 MAY 2020 This Wall in File: ZAPROJECTS1382 - O'Day1007-19 - Poinsettia Parklcalc14 ft wall.RPX RetainPro (c) 1987-2019, Build 11.20.03.31 License: KW-06055126 License To: ORIE2 ENGINEERING Cantilevered Retaining Wall Code: CBC 2019,ACI 318-14,TMS 402-16 Criteria Retained Height = 5.00 ft Wall height above soil = 1.50 ft Slope Behind Wall = 0.00 Height of Soil over Toe = 12.00 in Water height over heel = 0.0 ft Soil Pressure @ Toe 1,407 psf OK Soil Pressure @ Heel 40 psf OK Allowable = 1,500 psf Soil Pressure Less Than Allowable ACI Factored @ Toe 1,969 psf ACI Factored @ Heel = 56 psf Footing Shear @ Toe = 0.6 psi OK Footing Shear @ Heel = 3.8 psi OK Allowable 82.2 psi Sliding Calcs Lateral Sliding Force 918.0 lbs less 100% Passive Force = 375.0 lbs less 100% Friction Force = 1,093.9 lbs Added Force Req'd 0.0 lbs OK ....for 1.5 Stability 0.0 lbs OK 250.0 psf/ft 110.00 pcf 0.00 pcf 0.300 = 12.00 in Passive Pressure Soil Density, Heel Soil Density, Toe FootingliSoil Friction Soil height to ignore for passive pressure TAiTjacent Footing Load L Lateral Load Applied to Stem Adjacent Footing Load Footing Wdth Eccentricity Wall to Ftg CL Dist Footing Type Base Above/Below Soil at Back of Wall Poisson's Ratio 0.0 lbs 0.00 ft 0.00 in 0.00 ft Line Load 0.0 ft 0.300 18.0 #/ft 11.50 ft 5.50 ft Wind (W) (Service Level) 0.0 psf Lateral Load ...Height to Top ...Height to Bottom Load Type Wind on Exposed Stem = (Service Level) Stem Construction Bottom Stem OK 0.00 Masonry ASD 8.00 # 5 16.00 Edge Design Height Above Fig Wall Material Above "Ht" Design Method Thickness Rebar Size Rebar Spacing Rebar Placed at Design Data fb/FB + fa/Fa Total Force t Section Service Level Strength Level Moment....Actual Service Level Strength Level Moment Allowable Shear Actual Service Level Strength Level Shear Allowable Anet (Masonry) Rebar Depth 'd' Masonry Data fm Fs Solid Grouting Modular Ratio 'n' Wall Weight Short Term Factor Equiv. Solid Thick. Mason.): Block Type Masonry Design Method Concrete Data ft = fc Fy Page 18 Use menu item Settings > Printing & Title Block to set these five lines of Information for your program. Project Name/Nunnber: 4 ft wall Title 4ft Wall Dsgnr: JLO Description.... 4ft Wall Page: 3 Date: 5 MAY 2020 This Wall in File: ZAPROJECTS\382 - O'Day1007-19 - Poinsettia Park\calc14 ft wall.RPX RetainPro (c) 1987-2019, Build 11.20,03.31 License: KW-06055126 License To: ORIE2 ENGINEERING Cantilevered Retaining Wall Code: CBC 2019,ACI 318-14,TMS 402-16 Tilt Horizontal Deflection at Top of Wall due to settlement of soil (Deflection due to wall bending riot considered) Soil Spring Reaction Modulus 250.0 pci Horizontal Defl @ Top of Wall (approximate only) 0.050 in The above calculation is not valid if the heel soil bearing pressure exceeds that of the toe. because the wall would then tend to rotate into the retained soil. Page 20 Schmidt Design Group G2015011-.1 Poinsettia Community Park E.xpansion, Carlsbad, California Revised Final 6.2.4 Footing Observation To verify that footings are supported in accordance with our recommendations, all foundation excavations should be observed by a qualified geotechnical firm. Foundations should be deepened if necessary to reach satisfactory bearing materials. Any unsuitable materials including, undocumented fill, organic, loose or disturbed natural materials should be removed prior to placement of any steel or concrete. All applicable requirements of the local governing bodies, the Occupational Safety and Health Act of 1970, and the Construction Safety Act should be met. Inspection of footing excavations may be required by the appropriate reviewing governmental agencies. The contractor should familiarize himself with the inspection requirements of the reviewing agencies. 6.2.5 Backfill All required fill around the foundations and all utility trench backfill should be mechanically compacted in layers, not more than 8 inches in loose thickness; flooding should not be permitted. Backfill should be moisture-conditioned to a minimum 2% over the optimum moisture content and be compacted to at least 90% of the maximum density obtainable by ASTM Designation D1557-12 method of compaction. The exterior grades should be graded to drain away from the structures in order to reduce ponding of water adjacent to structures. Compaction of the backfill as recommended in this report will be necessary to reduce settlement of the backfill and consequent settlement of the overlying improvements and buried utilities. Even at 90% compaction (ASTM D1557-12), some settlement of the backfi 11 may be anticipated. Accordingly, any utilities supported therein should be designed to accept differential settlement, particularly at connection points to the structure. In order to reduce the amount of backfill required, the foundations may be cut neat and poured against the excavated fill soils. Page 8 Page 22 Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot Appendix C: Stormwater Quality Management Plan TABLE OF CONTENTS Certification Page Project Vicinity Map FORM E-34 Storm Water Standard Questionnaire Site Information FORM E-36 Standard Project Requirement Checklist Summary of PDP Structural BMPs Attachment 1: Backup for PDP Pollutant Control BMPs Attachment 1a: DMA Exhibit Attachment lb: Tabular Summary of DMAs and Design Capture Volume Calculations Attachment 1c: Harvest and Use Feasibility Screening (when applicable) Attachment 1d: Categorization of Infiltration Feasibility Condition (when applicable) Attachment le: Pollutant Control BMP Design Worksheets / Calculations Attachment 2: Backup for PDP Hydromodification Control Measures Attachment 2a: Hydromodification Management Exhibit Attachment 2b: Management of Critical Coarse Sediment Yield Areas Attachment 2c: Geomorphic Assessment of Receiving Channels Attachment 2d: Flow Control Facility Design Attachment 3: Structural BMP Maintenance Thresholds and Actions Attachment 4: Single Sheet BMP (SSBMP) Exhibit CITY OF OCEANSIDE HIGHWAY 78 NOT TO SCALE TY OF VISTA CITY OF SAN MARCOS SITE PACIFIC OCEAN CITY OF ENCINITAS k..osr PROJECT VICINITY MAP VICINITY MAP STEP 1 TO BE COMPLETED FOR ALL PROJECTS To determine if your project is a "development project", please answer the following question: YES NO Is your project LIMITED TO routine maintenance activity and/or repair/improvements to an existing building or structure that do not alter the size (See Section 1.3 of the BMP Design Manual for guidance)? If you answered "yes" to the above question, provide justification below then go to Step 5, mark the third box stating "my project is not a 'development project' and not subject to the requirements of the BMP manual" and complete applicant information. Justification/discussion: (e.g. the project includes only interior remodels within an existing building): If you answered "no" to the above question, the project is a 'development project', go to Step 2. STEP 2 TO BE COMPLETED FOR ALL DEVELOPMENT PROJECTS To determine if your project is exempt from PDP requirements pursuant to MS4 Permit Provision E.3.b.(3), please answer the following questions: Is your project LIMITED to one or more of the following: YES NO 1. Constructing new or retrofitting paved sidewalks, bicycle lanes or trails that meet the following criteria: a)Designed and constructed to direct storm water runoff to adjacent vegetated areas, or other non- erodible permeable areas; OR b)Designed and constructed to be hydraulically disconnected from paved streets or roads; OR c)Designed and constructed with permeable pavements or surfaces in accordance with USEPA Green Streets guidance? al 2. Retrofitting or redeveloping existing paved alleys, streets, or roads that are designed and constructed in accordance with the USEPA Green Streets guidance? IN 3. Ground Mounted Solar Array that meets the criteria provided in section 1.4.2 of the BMP manual? E IN If you answered "yes" to one or more of the above questions, provide discussion/justification below, then go to Step 5, mark the second box stating "my project is EXEMPT from PDP ..." and complete applicant information. Discussion to justify exemption ( e.g. the project redeveloping existing road designed and constructed in accordance with the USEPA Green Street guidance): If you answered "no" to the above questions, your project is not exempt from PDP, go to Step 3. E-34 Page 2 of 4 REV 03/19 City Concurrence: By: Date: Project ID: YES NO STEP 4 TO BE COMPLETED FOR REDEVELOPMENT PROJECTS THAT ARE PRIORITY DEVELOPMENT PROJECTS (PDP) ONLY Complete the questions below regarding your redevelopment project (MS4 Permit Provision E.3.b.(2)): YES NO Does the redevelopment project result in the creation or replacement of impervious surface in an amount of less than 50% of the surface area of the previously existing development? Complete the percent impervious calculation below: Existing impervious area (A) = +/- 200,000 sq. ft. 111 fl Total proposed newly created or replaced impervious area (B) = 18.977 sq. ft. Percent impervious area created or replaced (B/A)*100 = 9.5 % If you answered "yes", the structural BMPs required for PDP apply only to the creation or replacement of impervious surface and not the entire development. Go to step 5, check the first box stating "My project is a PDP ...' and complete applicant information. If you answered "no," the structural BMP's required for PDP apply to the entire development. Go to step 5, check the check the first box stating "My project is a PDP ..." and complete applicant information. STEP 5 CHECK THE APPROPRIATE BOX AND COMPLETE APPLICANT INFORMATION I must PROJECT' Project 0 My project is a PDP and must comply with PDP stormwater requirements of the BMP Manual. I understand prepare a Storm Water Quality Management Plan (SWQMP) for submittal at time of application. My project is a 'STANDARD PROJECT' OR EXEMPT from POP and must only comply with 'STANDARD stormwater requirements of the BMP Manual. As part of these requirements, I will submit a "Standard Requirement Checklist Form E-36" and incorporate low impact development strategies throughout my project. Note: For projects that are close to meeting the PDP threshold, staff may require detailed impervious area calculations and exhibits to verify if 'STANDARD PROJECT' stormwater requirements apply. My Project is NOT a 'development project' and is not subject to the requirements of the BMP Manual. Applicant Information and Signature Box Applicant Name: Kenneth T. Kozlik. PE .."-- ,.- Applicant Title: Civil Engineer • ? - Applicant Signature: :.— - Date: 08/18/2020 * Environmentally Sensitive Areas include but are not limited to all Clean Water Act Section 303(d) impaired water bodies; areas designated as Areas of Special Biological Significance by the State Water Resources Control Board (Water Quality Control Plan for the San Diego Basin (1994) and amendments); water bodies designated with the RARE beneficial use by the State Water Resources Control Board (Water Quality Control Plan for the San Diego Basin (1994) and amendments); areas designated as preserves or their equivalent under the Multi Species Conservation Program within the Cities and County of San Diego; Habitat Management Plan; and any other equivalent environmentally sensitive areas which have been identified by the City. This Box for City Use Only E-34 Page 4 of 4 REV 03/19 Description of Existing Site Condition and Drainage Patterns Current Status of the Site (select all that apply): r Existing development 0 Previously graded but not built out D Agricultural or other non-impervious use L Vacant, undeveloped/natural Description / Additional Information: Existing Land Cover Includes (select all that apply): Vegetative Cover L Non-Vegetated Pervious Areas U Impervious Areas Description / Additional Information: Underlying Soil belongs to Hydrologic Soil Group (select all that apply): IT NRCS Type A 0 NRCS Type B n NRCS Type C n NRCS Type D Approximate Depth to Groundwater (GVV): 0 GW Depth < 5 feet LI 5 feet < GW Depth < 10 feet 0 10 feet < GW Depth < 20 feet D GW Depth > 20 feet Existing Natural Hydrologic Features (select all that apply): 5 Watercourses D Seeps 0 Springs 0 Wetlands i None Description / Additional Information: Description of Proposed Site Development and Drainage Patterns Project Description / Proposed Land Use and/or Activities: The study of area proposes to construct a dog park which entails impervious surfaces and grading of the southern portion. The northern portion is being proposed as a parking lot of impervious surface. List/describe proposed impervious features of the project (e.g., buildings, roadways, parking lots, courtyards, athletic courts, other impervious features): Roadways, parking, sidewalks. List/describe proposed pervious features of the project (e.g., landscape areas): Landscape areas Does the project include grading and changes to site topography? 0 Yes G No Description / Additional Information: The dog park will retain the same drainage pattern but graded to flatten existing slopes and utilize seat walls for major grade jumps. The parking lot will remain the same drainage pattern but graded for impervious pavement. Does the project include changes to site drainage (e.g., installation of new storm water conveyance systems)? 0 Yes C No Description / Additional Information: The dog park will install 12"x12" catch basin and graded swale along the southwest perimeter of the southern portion to capture all the site drainage. All onsite runoff will be conveyed to proposed biofiltration (BF1) and connect via proposed 8" storm drain to existing inlet apron located south west of the site. The parking lot will be constructed with valley gutters to capture onsite drainage into proposed biofiltration (BF2). Once treated, this runoff will be conveyed via new storm drain system into said north west inlet apron located north west of the site. Identification of Receiving Water Pollutants of Concern Describe path of storm water from the project site to the Pacific Ocean (or bay, lagoon, lake or reservoir, as applicable): The storm drain systems for Poinsettia Park discharge to the canyon to the west. This canyon then flows north for about 0.4 miles to a confluence with Encina Creek. The creek then flows about 0.8 miles west to discharge to the Pacific Ocean. List any 303(d) impaired water bodies within the path of storm water from the project site to the Pacific Ocean (or bay, lagoon, lake or reservoir, as applicable), identify the pollutant(s)/stressor(s) causing impairment, and identify any TMDLs for the impaired water bodies: 303(d) Impaired Water Body Pollutant(s)/Stressor(s) TMDLs None Identification of Project Site Pollutants Identify pollutants anticipated from the project site based on all proposed use(s) of the site (see BMP Design Manual Appendix B.6): Pollutant Not Applicable to the Project Site Anticipated from the Project Site Also a Receiving Water Pollutant of Concern Sediment P Nutrients P Heavy Metals X Organic Compounds X Trash & Debris X Oxygen Demanding Substances P Oil & Grease X Bacteria & Viruses P Pesticides P Flow Control for Post-Project Runoff* *This Section only required if hydromodification management requirements apply List and describe point(s) of compliance (POCs) for flow control for hydromodification management (see Section 6.3.1). For each POC, provide a POC identification name or number correlating to the project's HMP Exhibit and a receiving channel identification name or number correlating to the project's HMP Exhibit. POC 1 located south west of Dog Park area and collect all proposed runoff within the dog park. POC 2 located north west of the parking lot and collect all proposed runoff within parking lot except De Minims Areas as shown on DMA/HMP Exhibit. Has a geomorphic assessment been performed for the receiving channel(s)? No, the low flow threshold is 0.1Q2 (default low flow threshold) Li Yes, the result is the low flow threshold is 0.1Q2 Yes, the result is the low flow threshold is O.3Q2 IT Yes, the result is the low flow threshold is 0.5Q2 If a geomorphic assessment has been performed, provide title, date, and preparer: Discussion / Additional Information: (optional) City of Carlsbad STANDARD PROJECT REQUIREMENT CHECKLIST E-36 Development Services Land Development Engineering 1635 Faraday Avenue (760) 602-2750 www.carlsbadca.gov Project Information Project Name: Poinsettia Community Park Phase IV Dog Park & Parking Lot Project ID: DWG No. or Building Permit No.: 525-1A Source Control BMPs All development projects must implement source control BMPs SC-1 through SC-6 where applicable and feasible. See Chapter 4 and Appendix E.1 of the BMP Design Manual (Volume 5 of City Engineering Standards) for information to implement source control BMPs shown in this checklist. Answer each category below pursuant to the following. •"Yes" means the project will implement the source control BMP as described in Chapter 4 and/or Appendix E.1 of the Model BMP Design Manual. Discussion/justification is not required. •"No" means the BMP is applicable to the project but it is not feasible to implement. Discussion/justification must be provided. Please add attachments if more space is needed. •"N/A" means the BMP is not applicable at the project site because the project does not include the feature that is addressed by the BMP (e.g., the project has no outdoor materials storage areas). Discussion/justification may be provided. Source Control Requirement Applied? SC-1 Prevention of Illicit Discharges into the MS4 0 No 0 N/A ri Yes Discussion/justification if SC-1 not implemented: SC-2 Storm Drain Stenciling or Signage M Yes 0 N/A is No Discussion/justification if SC-2 not implemented: SC-3 Protect Outdoor Materials Storage Areas from Rainfall, Run-On, Runoff, and Wind Dispersal 0 Yes 0 No Li N/A Discussion/justification if SC-3 not implemented: E-36 Page 1 of 4 Revised 09/16 Site Design BMPs All development projects must implement site design BMPs SD-1 through SD-8 where applicable and feasible. See Chapter 4 and Appendix E.2 thru E.6 of the BMP Design Manual (Volume 5 of City Engineering Standards) for information to implement site design BMPs shown in this checklist. Answer each category below pursuant to the following. •"Yes" means the project will implement the site design BMPs as described in Chapter 4 and/or Appendix E2 thru E.6 of the Model BMP Design Manual. Discussion /justification is not required. •"No" means the BMPs is applicable to the project but it is not feasible to implement. Discussion/justification must be provided. Please add attachments if more space is needed. •"N/A" means the BMPs is not applicable at the project site because the project does not include the feature that is addressed by the BMPs (e.g., the project site has no existing natural areas to conserve). Discussion/justification may be provided. Site Design Requirement Applied? SD-1 Maintain Natural Drainage Pathways and Hydrologic Features Ei Yes • No 0 N/A Discussion/justification if SD-1 not implemented: SD-2 Conserve Natural Areas, Soils, and Vegetation El Yes si No • N/A Discussion/justification if SD-2 not implemented: SD-3 Minimize Impervious Area 1=1 Yes • No 0 N/A Discussion/justification if SD-3 not implemented: SD-4 Minimize Soil Compaction CI Yes • No 0 N/A Discussion/justification if SD-4 not implemented: SD-5 Impervious Area Dispersion 0 Yes a No • N/A Discussion/justification if SD-5 not implemented: E-36 Page 3 of 4 Revised 09/16 SUMMARY OF PDP STRUCTURAL BMPS [Continued from previous page — This page is reserved for continuation of description of general strategy for structural BMP implementation at the site.] Structural BMP Summary Information [Copy this page as needed to provide information for each individual proposed structural BMP] Structural BMP ID No. BF2 DWG 525-1A Sheet No. 5 Type of structural BMP: LI Retention by harvest and use (HU-1) U Retention by infiltration basin (INF-1) C Retention by bioretention (INF-2) C Retention by permeable pavement (INF-3) 1 Partial retention by biofiltration with partial retention (PR-1) 1 Biofiltration (BF-1) 0 Flow-thru treatment control included as pre-treatment/forebay for an onsite retention cr biofiltration BMP (provide BMP type/description and indicate which onsite retention or biofiltration BMP it serves in discussion section below) n Detention pond or vault for hydromodification management 10ther (describe in discussion section below) Purpose: E Pollutant control only E Hydromodification control only Li Combined pollutant control and hydromodification control i Pre-treatment/forebay for another structural BMP i Other (describe in discussion section below) Discussion (as needed): Use this checklist to ensure the required information has been included on the DMA Exhibit: The DMA Exhibit must identify: I Underlying hydrologic soil group Li Approximate depth to groundwater I- Existing natural hydrologic features (watercourses, seeps, springs, wetlands) Critical coarse sediment yield areas to be protected (if present) U Existing topography and impervious areas L Existing and proposed site drainage network and connections to drainage offsite 0 Proposed grading Proposed impervious features 0 Proposed design features and surface treatments used to minimize imperviousness E Drainage management area (DMA) boundaries, DMA ID numbers, and DMA areas (square footage or acreage), and DMA type (i.e., drains to BMP, self-retaining, or self-mitigating) Li Structural BMPs (identify location and type of BMP) Use this checklist to ensure the required information has been included on the Hydromodification Management Exhibit: The Hydromodification Management Exhibit must identify: Underlying hydrologic soil group n Approximate depth to groundwater 1 Existing natural hydrologic features ( watercourses, seeps, springs, wetlands) rl Critical coarse sediment yield areas to be protected (if present) Existing topography I Existing and proposed site drainage network and connections to drainage offsite n Proposed grading r Proposed impervious features Li Proposed design features and surface treatments used to minimize imperviousness ii Point(s) of Compliance (POC) for Hydromodification Management Li Existing and proposed drainage boundary and drainage area to each POC (when necessary, create separate exhibits for pre-development and post-project conditions) I Structural BMPs for hydromodification management (identify location, type of BMP, a-d size/detail) Appendix 1: Forms and Checklists Harvest and Use Feasibility Checklist Form 1-7 1. Is there a demand for harvested water the wet season? •Toilet and urinal flushing •Landscape irrigation — 7..,,,,,BL,E. •Other: INT?) (check all that apply) at the project site that is reliably present during vb 7.-fv-r114- panyk-r- Avc) Ltc.4. of Cronbt. 1414-1-13: -,,..le,-rio4 is-rtizioroo ‹Vsreett, -Pok To cici- tvx)r> tS`;are;, tqd,rje. 1-1LONICI-K-- 2.If there is a demand; estimate the anticipated average wet season demand over a period of 36 hours. Guidance for planning level demand calculations for toilet/urinal flushing and landscape irrigation is provided in Section B.3.2. [Provide a summary of calculations here] • 3.Calculate the DCV using worksheet DCV 7.,-- (cubic feet) B-2.1. 3a. Is the 36 hour demand greater than or equal to the DCV? L Yes / 1:: No C::› 3b. Is the 36 hour demand greater than 0.25DCV but less than the full DCV? i , Yes / E No 1=:› 3c. Is the 36 hour demand less than 0.25DCV? F Yes Harvest and use appears to be feasible. Conduct more detailed evaluation and sizing calculations to confirm that DCV can be used at an adequate rate to meet drawdown criteria. Harvest and use may be feasible. Conduct more detailed evaluation and sizing calculations to determine feasibility. Harvest and use may only be able to be used for a portion of the site, or (optionally) the storage may need to be upsized to meet long term capture targets while draining in longer than 36 hours. Harvest and use is considered to be infeasible. Is harvest and use feasible based on further evaluation? Li Yes, refer to Appendix E to select and size harvest and use BMPs. I ' No, select alternate BMPs. 1-26 June 2015 Appendix I: Forms and Checklists Form 1-8 Page 2 of 4 Criteria Screening Question Yes No 3 Can infiltration greater than 0.5 inches per hour be allowed without increasing risk of groundwater contamination (shallow water table, storm water pollutants or other factors) that cannot be mitigated to an acceptable level? The response to this Screening Question shall be based on a comprehensive evaluation of the factors presented in Appendix C.3. X Provide basis: S .-6 14 I Summarize findings of studies; provide reference to studies, calculations, maps, data sources, etc. Provide narrative discussion of study/data source applicability. 4 Can infiltration greater than 0.5 inches per hour be allowed without causing potential water balance issues such as change of seasonality of ephemeral streams or increased discharge of contaminated groundwater to surface waters? The response to this Screening Question shall be based on a comprehensive evaluation of the factors presented in Appendix C.3. K. Provide basis: Summarize findings findings of studies; provide reference to studies, calculations, maps, data sources, etc. Provide narrative discussion of study/data source applicability. Pa it 1 Result * If all answers to rows 1 - 4 are "Yes" a full infiltration design is potentially feasible. The feasibility screening category is Full Infiltration ;If any answer from row 1-4 is "No", infiltration may be possible to some extent but would not generally be feasible or desirable to achieve a "full infiltration" design. Proceed to Part 2 *To be completed using gathered site information and best professional judgment considering the definition of MEP in the MS4 Permit. Additional testing and/or studies may be required by Agency/Jurisdictions to substantiate findings 1-28 June 2015 Appendix I: Forms and Checklists Form 1-8 Page 4 of 4 Criteria Screening Question Yes No 7 Can Infiltration in any appreciable quantity be allowed without posing significant risk for groundwater related concerns (shallow water table, storm water pollutants or other factors)? The response to this Screening Question shall be based on a comprehensive evaluation of the factors presented in Appendix C.3. K Provide basis: Summarize findings of studies; provide reference to studies, calculations, maps, data sources, etc. Provide narrative discussion of study/data source applicability and why it was not feasible to mitigate low infiltration rates. 8 Can infiltration be allowed without violating downstream water rights? The response to this Screening Question shall be based on a comprehensive evaluation of the factors presented in Appendix C.3. K Provide basis: Summarize findings of studies; provide reference to studies, calculations, maps, data sources, etc. Provide narrative discussion of study/data source applicability and why it was not feasible to mitigate low infiltration rates. Part 2 Result* If all answers from row 1-4 arc yes then partial infiltration design is potentially feasible. The feanl screening cat re&j:_i_s_L'..artial Infiltration. t—. — If any answer from row 5-8 is no, then infiltration of any volume is considered to be infeasible within the drainage area. The feasibility screening category is No Infiltration. *To be completed using gathered site information and best professional judgment considering the definition of MEP in the MS4 Permit. Additional testing and/or studies may be required by Agency/Jurisdictions to substantiate findings 1-30 June 2015 BMP Sizing Spreadsheet V3.0 Project Name: Poinsettia Dog Park Hydrologic Unit: Carlsbad Project Applicant: City of Carlsbad Rain Gauge: Oceanside Jurisdiction: City of Carlsbad Total Project Area: 0 Parcel (APN): 214-140-13 Low Flow Threshold: 0.1Q2 BMP Name BF1 BMP Type: Biofiltration DMA Name Rain Gauge Pre-developed Condition Unit Runoff Ratio (cfs/ac) DMA Area (ac) Orifice Flow - %Q.2 (cfs) Orifice Area (in2) Soil Type Slope Impervious Oceanside D Moderate 0.575 0.088 0.005 0.07 Pervious Oceanside D Moderate 0.575 1.024 0.059 0.86 3.58 0.064 0.93 1.09 Max Orifice Head (feet) Max Tot. Allowable Orifice Flow (cfs) Max Tot. Allowable Orifice Area (inz) Max Orifice Diameter (in) 0.051 0.054 0.79 1.000 Average outflow during surface drawdown (cfs) Max Orifice Outflow (cfs) Actual Orifice Area (in2) Selected Orifice Diameter (in) Drawdown (Hrs) 2.7 BMP Sizing Spreadsheet V3.0 Project Name: Poinsettia Dog Park Hydrologic Unit: Carlsbad Project Applicant: City of Carlsbad Rain Gauge: Oceanside Jurisdiction: City of Carlsbad Total Project Area: 0 Parcel (APN): 214-140-13 Low Flow Threshold. 0.10.2 BMP Name BF2 BMP Type: Biofiltration DMA Name Rain Gauge Pre-developed Condition Unit Runoff Ratio (cfs/ac) DMA Area (ac) Orifice Flow - %Q2 (cfs) Orifice Area (ins) Soil Type Slope Parking Lot Oceanside D Moderate 0.575 0.260 0.015 0.21 Pervious Oceanside D Moderate 0.575 0.194 0.011 0.16 Restroom Building Oceanside D Moderate 0.575 0.016 0.001 0.01 Walkway Oceanside D Moderate 0.575 0.061 0.004 0.05 Driveway Oceanside D Moderate 0.575 0.010 0.001 0.01 3.75 0.031 0.44 0.75 Max Orifice Head (feet) Max Tot. Allowable Orifice Flow (cis) Max Tot. Allowable Orifice Area (in2) Max Orifice Diameter (in) 0.018 0.020 0.28 0.600 Average outflow during surface drawdown (cfs) Max Orifice Outflow (cfs) Actual Orifice Area (ins) Selected Orifice Diameter (in) Drawdown (Hrs) 16.8 ATTACHMENT 2b VVMAA Map with Potential Critical Coarse Sediment Areas and Project Boundary BF-1 Biofiltration BMP MAINTENANCE FACT SHEET FOR STRUCTURAL BMP BF-1 BIOFILTRATION Biofiltration facilities are vegetated surface water systems that filter water through vegetation, and soil or engineered media prior to discharge via underdrain or overflow to the downstream conveyance system. Biofiltration facilities have limited or no infiltration. They are typically designed to provide enough hydraulic head to move flows through the underdrain connection to the storm drain system. Typical biofiltration components include: •Inflow distribution mechanisms (e.g., perimeter flow spreader or filter strips) •Energy dissipation mechanism for concentrated inflows (e.g., splash blocks or riprap) •Shallow surface pending for captured flows •Side slope and basin bottom vegetation selected based on climate and ponding depth •Non-floating mulch layer •Media layer (planting mix or engineered media) capable of supporting vegetation growth •Filter course layer consisting of aggregate to prevent the migration of fines into uncompacted native soils or the aggregate storage layer •Aggregate storage layer with underdrain(s) •Impermeable liner or uncompacted native soils at the bottom of the facility •Overflow structure Normal Expected Maintenance Biofiltration requires routine maintenance to: remove accumulated materials such as sediment, trash or debris; maintain vegetation health; maintain infiltration capacity of the media layer; replenish mulch; and maintain integrity of side slopes, inlets, energy dissipators, and outlets. A summary table of standard inspection and maintenance indicators is provided within this Fact Sheet. Non-Standard Maintenance or BMP Failure If any of the following scenarios are observed, the BMP is not performing as intended to protect downstream waterways from pollution and/or erosion. Corrective maintenance, increased inspection and maintenance, BMP replacement, or a different BMP type will be required. •The BMP is not drained between storm events. Surface ponding longer than approximately 24 hours following a storm event may be detrimental to vegetation health, and surface ponding longer than approximately 96 hours following a storm event poses a risk of vector (mosquito) breeding. Poor drainage can result from clogging of the media layer, filter course, aggregate storage layer, underdrain, or outlet structure. The specific cause of the drainage issue must be determined and corrected. •Sediment, trash, or debris accumulation greater than 25% of the surface ponding volume within one month. This means the load from the tributary drainage area is too high, reducing BMP function or clogging the BMP. This would require pretreatment measures within the tributary area draining to the BMP to intercept the materials. Pretreatment components, especially for sediment, will extend the life of components that are more expensive to replace such as media, filter course, and aggregate layers. •Erosion due to concentrated storm water runoff flow that is not readily corrected by adding erosion control blankets, adding stone at flow entry points, or minor re-grading to restore proper drainage according to die originai plan. If the issue is not corrected by restoring the BMP to the original plan and grade, the [City Engineer] shall be contacted prior to any additional repairs or reconstruction. BF-1 Page 1 of 11 January 12, 2017 BF-1 Biofiltration SUMMARY OF STANDARD INSPECTION AND MAINTENANCE FOR BF-1 BIOFILTRATION The property owner is responsible to ensure inspection, operation and maintenance of permanent BMPs on their property unless responsibility has been formally transferred to an agency, community facilities district, homeowners association, property owners association, or other special district. Maintenance frequencies listed in this table are average/typical frequencies. Actual maintenance needs are site-specific, and maintenance may be required more frequently. Maintenance must be performed whenever needed, based on maintenance indicators presented in this table. The BMP owner is responsible for conducting regular inspections to see when maintenance is needed based on the maintenance indicators. During the first year of operation of a structural BMP, inspection is recommended at least once prior to August 31 and then monthly from September through May. Inspection during a storm event is also recommended. After the initial period of frequent inspections, the minimum inspection and maintenance frequency can be determined based on the results of the first year inspections. Threshold/Indicator Maintenance Action Typical Maintenance Frequency Accumulation of sediment, litter, or debris Remove and properly dispose of accumulated materials, without damage to the vegetation or compaction of the media layer. •Inspect monthly. If the BMP is 25% full* or more in one month, increase inspection frequency to monthly plus after every 0.1-inch or larger storm event. •Remove any accumulated materials found at each inspection. Obstructed net or outlet structure Clear blockage. •Inspect monthly and after every 0.5-inch or larger storm event. •Remove any accumulated materials found at each inspection. Damage to structural components such as weirs, inlet or outlet structures Repair or replace as applicable •Inspect annually. •Maintenance when needed. Poor vegetation establishment Re-seed, re-plant, or re-establish vegetation per original plans. •Inspect monthly. •Maintenance when needed. Dead or diseased vegetation Remove dead or diseased vegetation, re-seed, re-plant, or re-establish vegetation per original plans. •Inspect monthly. •Maintenance when needed. Overgrown vegetation Mow or trim as appropriate. •Inspect monthly. •Maintenance when needed. 2/3 of mulch has decomposed, or mulch has been removed Remove decomposed fraction and top off with fresh mulch to a total depth of 3 inches. •Inspect monthly. •Replenish mulch annually, or more frequently when needed based on inspection. "25% full" is defined as % of the depth from the design bottom elevation to the crest of the outflow structure (e.g., if the height to the outflow opening is 12 inches from the bottom elevation, then the materials must be removed when there is 3 inches of accumulation —this should be marked on the outflow structure). BF-1 Page 3 of 11 January 12, 2017 BF-1 Biofiltration References American Mosquito Control Association. http://www.mosquito.org/ California Storm Water Quality Association (CASQA). 2003. Municipal BMP Handbook. https://www.casqa.org/resources/bmp-handbooks/municipal-bmp-handbook County of San Diego. 2014. Low Impact Development Handbook. nttp://www.sanaiegocounty.gov/content/sdc/a'pw/watersneasisusmpnia.ntmi San Diego County Copermittees. 2016. Model BMP Design Manual, Appendix E, Fact Sheet BF-1. http://www.proiectcleanwater.orgfinaex.pnpeoption=com content&view=articierskia=zurstitemia=zzu BF-1 Page 5 of 11 January 12, 2017 BF-1 Biofiltration Date: Inspector: BMP ID No.: Permit No.: APN(s): Property / Development Name: Responsible Party Name and Phone Number: Property Address of BMP: Responsible Party Address: INSPECTION AND MAINTENANCE CHECKLIST FOR BF-1 BIOFILTRATION PAGE 1 of 5 Threshold/Indicator Maintenance Recommendation Date Description of Maintenance Conducted Accumulation of sediment, litter, or debris Maintenance Needed? 0 YES 0 NO D N/A 0 Remove and properly dispose of accumulated materials, without damage to the vegetation 0 If sediment, litter, or debris accumulation exceeds 25% of the surface ponding volume within one month (25% full*), add a forebay or other pre-treatment measures within the tributary area draining to the BMP to intercept the materials. 0 Other / Comments: Poor vegetation establishment Maintenance Needed? 0 YES D NO E N/A D Re-seed, re-plant, or re-establish vegetation per original plans 0 Other / Comments: *"25% full" is defined as 'A of the depth from the design bottom elevation to the crest of the outflow structure (e.g., if the height to the outflow opening is 12 inches from the bottom elevation, then the materials must be removed when there is 3 inches of accumulation — this should be marked on the outflow structure). BF-1 Page 7 of 11 January 12, 2017 Inspector: APN(s): Date: Permit No.: BF-1 Biofiltration INSPECTION AND MAINTENANCE CHECKLIST FOR BF-1 BIOFILTRATION PAGE 3 of 5 Threshold/Indicator Maintenance Recommendation Date Description of Maintenance Conducted Erosion du,! to concentrated irrigation flow Maintenance Needed? 0 YES 0 NO N/A 0 Repair/re-seed/re-plant eroded areas and adjust the irrigation system 0 Other / Comments: Erosion due to concentrated storm water runoff flow Maintenance Needed? 0 YES 0 NO o N/A 0 Repair/re-seed/re-plant eroded areas, and make appropriate corrective measures such as adding erosion control blankets, adding stone at flow entry points, or minor re-grading to restore proper drainage according to the original plan 0 If the issue is not corrected by restoring the BM P to the original plan and grade, the [City Engineer] shall be contacted prior to any additional repairs or reconstruction 0 Other/ Comments: BF-1 Page 9 of 11 January 12, 2017 BF-1 Biofiltration Date: Inspector: BMP ID No.: Permit No.: APN(s): INSPECTION AND MAINTENANCE CHECKLIST FOR BF-1 BIOFILTRATION PAGE 5 of 5 Threshold/Indicator Maintenance Recommendation Date Description of Maintenance Conducted Standing water in BMP for longer than 24-96 hours following a storm event* Surface ponding longer than approximately 24 hours fol:owing a storm event may be detrimental to vegetation health Maintenance Needed? 0 YES Li NO 0 N/A 0 Make appropriate corrective measures such as adjusting irrigation system, removing obstructions of debris or invasive vegetation, clearing underdrains, or repairing/replacing clogged or compacted soils .0 Other / Comments: Presence of mosquitos/larvae For images of egg rafts, larva, pupa, and adult mosquitos, see htto://www.mosouito.org/biologv 0 Apply corrective measures to remove standing water in BMP when standing water occurs for longer than 24-96 hours following a storm event.** 0 Other / Comments: Maintenance Needed? 0 YES D NO E N/A *Surface ponding longer than approximately 24 hours following a storm event may be detrimental to vegetation health and surface ponding longer than approximately 96 hours following a storm event poses a risk of vector '(mosquito) breeding. Poor drainage can result from clogging of the media layer, filter course, aggregate storage layer, underdrain, or outlet st•ucture. The specific cause of the drainage issue must be determined and corrected. **If mosquitos persist following corrective measures to remove standing water, or if the BMP design does not meet the 96-hour drawdown criteria due to release rates controlled )‘,/ an orifice installed on the underdrain, the [City Engineer] shall be contacted to determine a solution. A different BMP type, or a Vector Management Plan prepared with concwrence from the County of San Diego Department of Environmental Health, may be required. BF-1 Page 11 of 11 January 12, 2017 321C111110 0103.10 1610J .1... MCC WeatuflYa 10.$3 115 31117 01611 113163334) 1. 0 .0 71111,0 30MIli AMMO 3340,1 ION :AS 1:13kWePH6 114. 66.00-In SAW 311018614 000A1d0 104/310 0" rg 00401100.101003110 3(0 101 013610 :313,1163144.133A 3101300.1034k0:14.1 - .AS 0310A Wawa MA VAS, 4130 xoudisos3a Noisvga .... MAKI - 4.3 DV 0313330 MN 103103.1 - CAW :AA WA MN ZOO .IIIIN 100 TOWN al. 00(00/b 1,,c., AGSM 1 113600 000064401 001 011:313Y4 A 011114 300 - .11 330/14 3000 10 31.3111M03 011.1331110.1 And WS SSA MAAS 413 3 1 143.11.31,110 00333,1044 2_ 11 1.. S10186 CD/951U0 30 I .133.S 31.111 30/31:1041 .6..1,,,, 1.10 0314311311 -330 31.30 416 _ „I. 108 SV„ .11%0( = .1 370 ca 22 o o LiMIIMMEJ z (110101/ A 3614.113 61 0,181 V.111 II. ' Iva, 614E06 Ig:- ® 01(1 10:::,:33c7; 11360.1 6 611.• 4 r 01011.. .. I__ ATAA100 00,11.71 I11 10.012 'pi' -:'"1 II 2.9r 6-0 earaNuisaa loyal 1 mo1 ...1,034406 1 A ni 10 0 sus A 40: A43•• I .,,:.:••:•• I 10.107110.76 10-0 1331NO3 1.N3111.033L 1 HOLLV313100ROLICIAH 311:113.0 TA 2.40110:1 IA.. rer 4403 11,6201 14 AS I a SAS 318%11 dVd9 300NA 041,9703360303,1333A3AVA13116 •01.40541.163.13.310436:Arrei DAMAN 0.3000014101(0 hChal119141,NIEVI,h.,....1.0.98CLJRICiC611 301 1,6:6333.13a1.1/JAKIAnc110.40111113.03,33333A 0033001631. stexi 4.0:36.16130.34630 63:+101030,16 3133.0,013:1110.134 £333101501:41 00:060.3.13004.033:74/411. 4013011,0061.10 SILL in SâIOGIUWIXIJ ill 014680001.1 Wani...0013300411116133611 511.11KIVIriiiilad (Mum, :13 Vi 04.11.1•40131,11412 ;mil 1 463.331.32,4111 1.00330:11siA4333406 tinhh:e10031.14.1,114123.1 390443163130_013.61146116130.3.61130330301101 FIlliltC.31,1,1:0.1e.nail'ISLara14%0X92.JJCh4.1111i VIMINEEISTM3JOC4C.1Jatireitl AalleOseo3:331•30A Asu Lik.A.016.4:30.114.1 •r was 6.033. 36...0134602170,34:3.00.63:34.303,11.613.0 310,6633 savAAAILAS0113:1116 rue.034013.341 1.334601,01 IAA ivcrer03434.4.00013131.404630:01:Msd AAA 434.40A 6:10611.03.134.4/ 6.46033:61.6 411.2111.110.C. 311,741.2.1C1. 311.H.:0003033040610.1.1:36.06314.30:000,10040 Chi C11.31.1.31(iVanti.JANSALVAIJIM•TI,V2.1ill. .011C11 NO110i1Z1 ONO mpuonvisvo3 &id Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot Appendix D: Hydrology Memorandum POINSETTIA COMMUNITY PARK PHASE IV - HYDROLOGY MEMORANDUM OCTOBER 2020 Rainfall Intensify, I: The rainfall intensity is dependent on the time of concentration for a given drainage basin. Given the size of the drainage basins on site (greater than one acre), a time of concentration of 7 minutes has been assumed. Based on isopluvial maps in the Hydrology Manual, the P6 for the 100-year storm is 2.6". See Attachment 2. Rainfall intensity is determined from the equation given in the Hydrology Manual as: I = 7.44 x P6 X Te'645 = 7.44 x 2.6 x 7.0.0645 = 5.51 in/hr Basin Area*: The tributary basin area is determined based on existing and proposed topography. The two project work areas are in different basins and drains to different POCs. Both areas exhibit increase in area in proposed conditions. The dog park denoted as Basin A has a minor increase in area from 2.18 ac to 2.21 ac drains to POC A. Basin B, incorporating the parking lot exhibit greater increase in area from 0.70 ac to 1.00 ac drains to POC B. Basin C is an offsite existing park lot, that is not within the limits of work and will not exhibit any development, that drains to POC B. *See attached Existing & Proposed Conditions Hydrology Map Flow Rate, Q: The 100-year peak flowrate of runoff is then calculated as follows: Q-oo = C x loo x A Inlet Capacity: Step 1. Calculate the capacity of a grate inlet operating as a weir, using the weir equation (Equation 2-16) with a length equivalent to perimeter of the grate. When the grate is located next to a curb, disregard the length of the grate against the curb. Q = CwP,d3t2 (2-16) where ... 0 inlet capacity of the grated inlet (Os); CH = weir coefficient (CH=3.0 for U.S. Traditional Units); Pe = effective grate perimeter length (ft); and d = flow depth approaching inlet (ft). To account for the effects of clogging of a grated inlet operating as a weir, a clogging factor of fifty percent (CL=0.50) shall be applied to the actual (unclogged) perimeter of the grate (P): PAGE 2 OF 5 POINSETTIA COMMUNITY PARK PHASE IV - HYDROLOGY MEMORANDUM OCTOBER 2020 Basin A exhibits a slight increase in peak discharge in proposed conditions. Basin A will discharge into existing 24"x24" catch basin denoted POC A. Basin B exhibits a greater increase in peak discharge in proposed conditions. Basin B will discharge into existing 18" RCP through 24"x24" catch basin denoted POC B. Basin C remains unchanged. The following section will address the capacity of the existing storm drain system at POC A and B to illustrate enough capacity is available to convey the proposed flows. *See attached Existing & Proposed Conditions Hydrology Map. Inlet Capacity shown on Proposed Conditions Exhibit HYDRAULICS CALCULATIONS To assess the capacity of the existing drains going into POC A & B, pipe flow calculations were prepared using the FlowMaster program by Bentley Systems. These pipe segments have been identified as SD Pipes Al, A2, B 1 , B2 on the attached Existing Conditions Hydrology Map. Proposed pipe segments identified as SD Pipes #1, #4, #7, and #8 were also analyzed for this study. A Manning's n factor of 0.01 was used for PVC pipe and 0.013 for RCP pipe. The normal depth was calculated to ensure that the pipes have adequate capacity for the proposed 100-year peak flows. In cases where pipes exceed capacity through normal depth calculation, head calculation was used to analyze the capacity of the pipes. Existing conditions indicate a 100-year peak flow rate over capacity for SD Pipe Al so head calculation approach was used. SD Pipe Al with the existing peak flow rate of 5.77 cfs shows 1.55 feet of head at the upstream end. The catch basin at this end is buried roughly 3' below ground, so flow is still contained within the pipe at the preceding pipe, SD Pipe A2 running at 20.9% slope. For the proposed condition, the flow rate increased to 6.10 cfs at SD Pipe A which brings the head at the upstream end to 1.72 feet. This head is still contained within the capacity of the preceding pipe, SD Pipe A2. Existing conditions indicate a 100-year peak flow rate for SD Pipe B1(18" RCP) and B2 (8" PVC) to be within capacity, with normal depth values of 6.19 in and 3.34 in, respectively. Proposed conditions indicate increase in peak flow rates for both existing pipes. Proposed SD Pipe #8 (12" PVC) will replace part of existing SD pipe B2 (8" PVC) to ensure pipe capacity to be adequate for the increased flow rates. Proposed conditions indicated a normal depth of 3.73" within proposed SD Pipe #8 and 7.41" within existing SD Pipe B1. Both values are within capacity of their pipe size. Results of the hydraulic calculations are included in Attachment 5. SD Pipe B1 will easily convey the proposed flow rate without becoming pressurized. SD Pipe Al will be pressurized under proposed conditions. However, the proposed Hydraulic Grade Line of 152.82 at the upstream end of the pipe is more than 1 foot below the proposed flow line of the nearest inlet of 163.48. Therefore, the proposed flow rates will not cause flooding or overflow within both basins. CONCLUSION While the proposed Poinsettia Community Park Phase IV project will slightly increase runoff from existing conditions in Basin A, the proposed development indicate proper storm drain installments to ensure 100-year peak flow is within the capacity of the existing and proposed storm drain system. PAGE 4 OF 5 County of San Diego Hydrology Manual Soil Hydrologic Groups Lpgencl Soil Groups ..467-rd Group A Group B Group C Group D Undetermined Data Unavailable DPW 745.1,..141.-04.111.10 ..W.RY OF AM kW. 01,01.VACS$ 0/0MIU.PIC......./MOT MIND ,t;+; MI RO rhythi.lf 9 r,itAlt(16.041.17,\DI7neaSKRAPNVICIAMINKM. Vzst.e ftptt.ox.i. 3 0 3 Mlles .`!!! FUSCOE sCHMIDT DESICR GROUP, INC. CCity of Carlsbad L. • wvaducammzuo- Ue.m.r36 9239 Ow, Parks & Recreation Department • la/ POINSETTIA COMMUNITY PARK PHASE IV EXISTING CONDITIONS HYDROLOGY EXHIBIT LEGEND EXISTING CONTOUR EXISTING STORM DRAIN HYDROLOGY BASIN FLOW DIRECTION HYDROLOGY CALCULATIONS SOIL TYPE L) Tcr, 7 MIN, 06.= 2.6 IN 661111+A oar"' ee \di ••• \ BABIN A.., C=0.48 AREA = 2.18 AC O(100} = 6.77 CFS ' *1617SIC tlatilE143 FIN MC 331-34 = =CHAO PUi V= 331-3A ..... / • =VISAS= 1116‘.46E-610 • SURBL ES 17//6 441- !! (11=1111E-IrS) I PER tmc 337-0. 11 I I 11 4 I I KR .33r:ii j! I 61 rvc OM./ I'm C6W PCR nwr. 311-1* • (V,=7-1, BASIN B C0.63 .T AREA = 0.70 AC oonn; 2.43 CFO • PIPE Al - EXISTING Project Description Friction Method Manning Formula Solve For Normal Depth Input Data Roughness Coefficient Channel Slope Diameter Discharge 0.010 1.00 12.00 5.77 % in ft2/s Results Normal Depth 3.79 in Flow Area 0.21 ft2 Wetted Perimeter 1.19 ft Hydraulic Radius 2.14 in Top Width 0.93 ft Critical Depth 0.42 ft Percent Full 31.6 % Critical Slope 0.00344 ft/ft Velocity 4.70 ft/s Velocity Head 0.34 ft Specific Energy 0.66 ft Froude Number 1.73 Maximum Discharge 4.98 ft'/s Discharge Full 4.63 fP/s Slope Full 0.00047 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headloss 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 31.56 % Downstream Velocity Infinity ft/s 11. Bentley Systems, Inc. Haestad Methods SolditirntlepfitewMaster V8i (SELECTseries 1) [08.11.01.03) 4/22/2020 1:32:34 PM 27 Siemons Company Drive Suite 200W Watertown, CT 06795 USA +1-203-755.1666 Page 1 of 2 PIPE Al - EXISTING (HEAD) Project Description Friction Method Manning Formula Solve For Pressure at 1 Input Data Pressure 2 1.00 feet H20 Elevation 1 151.10 ft Elevation 2 150.10 ft Length 100.00 ft Roughness Coefficient 0.010 Diameter 12.00 in Discharge 5.77 ft3/s Results Pressure 1 1.55 feet H20 Head loss 1.55 ft Energy Grade 1 153.49 ft Energy Grade 2 151.94 ft Hydraulic Grade 1 152.65 ft Hydraulic Grade 2 151.10 ft Flow Area 0.79 ft' Wetted Perimeter 3.14 ft Velocity 7.35 ftis Velocity Head 0.84 ft Friction Slope 1.55 % Bentley Systems, Inc. Haestad Methods SolekortlapfilewMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:37:07 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 1 PIPE Al - POST GVF Output Data Upstream Velocity Infinity ftis Normal Depth 3.79 in Critical Depth 0.42 ft Channel Slope 1.00 % Critical Slope 0.00344 ft/ft Bentley Systems, Inc. Haestad Methods SoltBinttleftfftowMaster V81 (SELECTseries 1) [08.11.01.03] 4/22/2020 1:38:11 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 2 of 2 PIPE A2 - EXISTING Project Description Friction Method Manning Formula Solve For Normal Depth Input Data Roughness Coefficient 0.010 Channel Slope 20.90 % Diameter 12.00 in Discharge 5.77 fta/s Results Normal Depth 4.28 in Flow Area 0.25 ft2 Wetted Perimeter 1.28 ft Hydraulic Radius 2.36 in Top Width 0.96 ft Critical Depth 0.95 ft Percent Full 35.7 % Critical Slope 0.01344 fUft Velocity 22.95 fUs Velocity Head 8.19 ft Specific Energy 8.54 ft Froude Number 7.90 Maximum Discharge 22.78 ft3/s Discharge Full 21.17 ftsis Slope Full 0.01552 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth Profile Description Profile Headloss Average End Depth Over Rise Normal Depth Over Rise Downstream Velocity 0.00 in 0.00 ft 0.00 % 35.67 % Infinity fUs Bentley Systems, Inc. Haestad Methods SohBartlepfdecvMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:33:27 PM 27 Siemons Company Drive Suite 200W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE A2 - POST Project Description Friction Method Solve For Manning Formula Normal Depth Input Data Roughness Coefficient Channel Slope Diameter 0.010 20.90 12.00 % in Discharge 6.08 ft3/s Results Normal Depth 4.40 in Flow Area 0.26 ft2 Wetted Perimeter 1.30 ft Hydraulic Radius 2.41 in Top Width 0.96 ft Critical Depth 0.96 ft Percent Full 36.7 % Critical Slope 0.01499 ft/ft Velocity 23.27 Ns Velocity Head 8.41 ft Specific Energy 8.78 ft Froude Number 7.88 Maximum Discharge 22.78 ft3/s Discharge Full 21.17 feis Slope Full 0.01723 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headless 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 36.70 % Downstream Velocity Infinity ft/s Bentley Systems, Inc. Haestad Methods SoltRentiftiefffewMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:38:46 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE #1 - PROPOSED Project Description Friction Method Manning Formula Solve For Normal Depth Input Data Roughness Coefficient 0.010 Channel Slope 1.00 % Diameter 12.00 in Discharge 2.60 ft3/s Results Normal Depth 6.43 in Flow Area 0.43 ft' Wetted Perimeter 1.64 ft Hydraulic Radius 3.13 in Top Width 1.00 ft Critical Depth 0.69 ft Percent Full 53.6 % Critical Slope 0.00465 ft/ft Velocity 6.07 ft/s Velocity Head 0.57 ft Specific Energy 1.11 ft Froude Number 1.63 Maximum Discharge 4.98 ft3/s Discharge Full 4.63 ft3/s Slope Full 0.00315 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps GVF Output Data Upstream Depth Profile Description Profile Headloss Average End Depth Over Rise Normal Depth Over Rise Downstream Velocity 0.00 in 0.00 ft 0.00 % 53.58 % Infinity Ws Bentley Systems, Inc. Haestad Methods SoldiesdlOpfilawMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:52:03 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-7554666 Page 1 of 2 PIPE B1 - EXISTING Project Description Friction Method Solve For Manning Formula Normal Depth Input Data Roughness Coefficient Channel Slope Diameter 0.010 18.10 12.00 % in Discharge 4.13 ft3/s Results Normal Depth 3.73 in Flow Area 0.21 ft2 Wetted Perimeter 1.18 ft Hydraulic Radius 2.11 in Top Width 0.93 ft Critical Depth 0.86 ft Percent Full 31.1 % Critical Slope 0.00738 ft/ft Velocity 19.85 ft/s Velocity Head 6.12 ft Specific Energy 6.43 ft Froude Number 7.38 Maximum Discharge 21.20 ft3/s Discharge Full 19.70 ft3/s Slope Full 0.00795 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headloss 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 31.07 % Downstream Velocity Infinity fi/s Bentley Systems, Inc. Haestad Methods SoltlairartlepfiferNMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:35:50 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203.755-1666 Page 1 of 2 PIPE B1 - POST Project Description Friction Method Manning Formula Solve For Normal Depth Input Data Roughness Coefficient 0.013 Channel Slope 2.60 % Diameter 18.00 in Discharge 6.01 ft3/s Results Normal Depth 7.41 in Flow Area 0.69 ft2 Wetted Perimeter 2.09 ft Hydraulic Radius 3.94 in Top Width 1.48 ft Critical Depth 0.95 ft Percent Full 41.2 % Critical Slope 0.00622 ft/ft Velocity 8.77 ft/s Velocity Head 1.19 ft Specific Energy 1.81 ft Froude Number 2.27 Maximum Discharge 18.22 ft2/s Discharge Full 16.94 ft3/s Slope Full 0.00327 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 fl Number Of Steps 0 GVF Output Data Upstream Depth Profile Description Profile Headloss Average End Depth Over Rise Normal Depth Over Rise Downstream Velocity 0.00 in 0.00 ft 0.00 % 41.16 % Infinity ftis Bentley Systems, Inc. Haestad Methods SoliltioftlapfitewMaster V8i (SELECTseries 1) [08.11.01.03] 4/22/2020 1:39:18 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE B2 - EXISTING Project Description Friction Method Manning Formula Solve For Normal Depth Input Data Roughness Coefficient 0.010 Channel Slope 18.00 % Diameter 8.00 in Discharge 2.43 fta/s Results Normal Depth 3.34 in Flow Area 0.14 ft2 Wetted Perimeter 0.94 ft Hydraulic Radius 1.77 in Top Width 0.66 ft Critical Depth 0.65 ft Percent Full 41.8 % Critical Slope 0.02107 ft/ft Velocity 17.60 ft/s Velocity Head 4.81 ft Specific Energy 5.09 ft Froude Number 6.77 Maximum Discharge 7.17 ft3/s Discharge Full 6.66 ft2/s Slope Full 0.02393 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth Profile Description Profile Headless Average End Depth Over Rise Normal Depth Over Rise Downstream Velocity 0.00 in 0.00 ft 0.00 % 41.76 % Infinity ft/s Bentley Systems, Inc. Haestad Methods SoltBtattleipiffewMaster V8i (SELECTserias 1) [08.11.01.03] 4/22/2020 1:34:39 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE #4 - PROPOSED Project Description Friction Method Solve For Manning Formula Normal Depth Input Data Roughness Coefficient Channel Slope Diameter Discharge 0.010 0.50 8.00 0.36 % in ft3/s Results Normal Depth 3.13 in Flow Area 0.13 ft2 Wetted Perimeter 0.90 ft Hydraulic Radius 1.69 in Top Width 0.65 ft Critical Depth 0.28 ft Percent Full 39.1 % Critical Slope 0.00393 ft/ft Velocity 2.84 fUs Velocity Head 0.13 ft Specific Energy 0.39 ft Froude Number 1.14 Maximum Discharge 1.19 fr/s Discharge Full 1.11 fr/s Slope Full 0.00053 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headless 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 39.12 % Downstream Velocity Infinity ft/s Bentley Systems, Inc. Haestad Methods SolditinelligehtewMaster V8I(SELECTseries 1) [08.11.01.03] 10/15/2020 4:41:03 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE #7 - PROPOSED Project Description Friction Method Solve For Manning Formula Normal Depth Input Data Roughness Coefficient Channel Slope Diameter 0.010 1.20 8.00 % in Discharge 1.83 ft3/s Results Normal Depth 7.16 in Flow Area 0.33 ft2. Wetted Perimeter 1.66 ft Hydraulic Radius 2.39 in Top Width 0.41 ft Critical Depth 0.61 ft Percent Full 89.6 % Critical Slope 0.01179 ft/ft Velocity 5.55 ft/s Velocity Head 0.48 ft Specific Energy 1.08 ft Froude Number 1.09 Maximum Discharge 1.85 ft2/s Discharge Full 1.72 ft2/s Slope Full 0.01357 ft/ft Flow Type SuperCritical GVF Input Data Downstream Depth 0.00 in Length 0.00 ft Number Of Steps GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headloss 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 89.55 % Downstream Velocity Infinity ft/s Bentley Systems, Inc. Haestad Methods Soltarill*StewMaster V8i (SELECTseries 1) [08.11.01.03] 10/15/2020 4:39:13 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 PIPE #8 PROPOSED Project Description Friction Method Solve For Input Data Roughness Coefficient Channel Slope Diameter Manning Formula Normal Depth 0.013 2.60 18.00 % in Discharge 6.01 ft3/s Results Normal Depth 7.41 in Flow Area 0.69 ft2 Wetted Perimeter 2.09 ft Hydraulic Radius 3.94 in Top Width 1.48 ft Critical Depth 0.95 ft Percent Full 41.2 % Critical Slope 0.00622 ft/ft Velocity 8.77 ft/s Velocity Head 1.19 ft Specific Energy 1.81 ft Froude Number 2.27 Maximum Discharge 18.22 ft3/s Discharge Full 16.94 ft2/s Slope Full 0.00327 ft/ft Flow Type GVF Input Data Downstream Depth SuperCritical 0.00 in Length 0.00 ft Number Of Steps 0 GVF Output Data Upstream Depth 0.00 in Profile Description Profile Headloss 0.00 ft Average End Depth Over Rise 0.00 % Normal Depth Over Rise 41.16 % Downstream Velocity Infinity frjs Bentley Systems, Inc. Haestad Methods Solatim1119pfifewMaster V8i (SELECTseries 1) [08.11.01.03] 4122/2020 1:53:22 PM 27 Siemons Company Drive Suite 200 W Watertown, CT 06795 USA +1-203-755-1666 Page 1 of 2 Poinsettia Community Park Phase IV - Dog Park, Restroom & Parking Lot Supplemental Provisions Romtec Restroom & Trellis 1.Plans 2.Specifications - SECTION 13 34 23 - PRE-ENGINEERED RESTROOM BUILDING 3.Structural Calculations 4.Energy Analysis Report dr IV4 11.7: Li .5 2 !IP ES Entli 600 atizt..t 5's F4; E-4 6 11:4 f• 3 ?D' ,11 12 112 9 04) 0. 1g 14 ‘). En)! 6 ‹ eta 1. 9 VP `7 9 a < hzo_ PLAN SE III Z POP01 DATE. 11/05/2020 .o REVISIONS atv <"4 VENT 1.44,3ER. CR PHI ICON 14..MDER - NET APPL:GA5LE SG.-IESQ-E A DOOR N.4.40LR - SEE SCACI7.-E OMTAILTOG SFECT ND iN-ERIOR ELEHATION REFERENCE DETAL. CAL -OJT SYMBOL LEGEND' , ncoo riL.LeR EEC APPLICABLE SC.1411.0 BUILDNS 564110,1 ABBREVIATIONS AB ANCHOR 120I-T ND NAPKIN DISPOSAL APP ABOVE PNIS-ED FLOOR NTS NOT "O SCALE *115 AUTOMATIC TRANWER SAITO4 DC ON SCHISM 514 BOUNDARY NA OCPPI ON CENTER DION HAY HOT BOTTOM IDES ORENTBD STRAND BOARD HP OREA/...2 PANEL ddOTO ETE CJ CONTROL. JOINT PCC vORT...AND C.F..1,4EHT GOT,PANY CL CENTER LINE PEN PANEL =ICE \ALMS CO C-EA- N OUT PL PLATE CONCRETE MASONRY LINIT PSF POLNDE PER SOLARZ FOOT db NOMINAL OAR DAPETOR PSI PO.A.DS PER SOLARE INCH DO PAPER DEC< PT PREE.S.RE TREATED DIA DAMc-TER FTC/ .AFEE. TOM:. DISPENSER DISC DISOONNECT PH PHOTO VOL'AIO EM EL.W..TRIC. NETER R4S $011644 MLR SIDES EN ENO NNL REOD REGAMM) OW VON MAY $06611 OPENINS FO I'LOOR DRAIN 848 SURPACBD POR SIDES Fr P HlPLCGk 8CH PO FINISHED GRADE SON.. I7S.,E\R FN FIELD NAIL SIP S-R.k..-T/P.A.1- INSULATED PANEL FRP riseeo_Ass REINrcacco PANEL NJ SNN -JD T SD CRAB BAR I EfEET PIETAL GLB III—TS— LAMINA= BEAM SN SW-AR \AILS:6 HOSE BBB .S STAJNLESS ND HA \ DRYER SST STRLORRAL STEEL 11BE NM 140L-0/N METAL (COOR) TOD 70 ea cmitONM MTR HEATER TSB TOP 0 150.TOM I PP -YPOTENDSE 116 TONGUE 4 6R.DOVE LS. INSTALLER 9PPLIED TIT TOILET HSI KIPS MR SO:ARE INCH iF TOILET PAPER DISPP-NSER STRLOTLRAL STML 01..E TS TIMER SNITCH LAV LAVA-0RX isc0 TOL-ET SEAT GOV0Ji PIBPEN, W12 LF LICHT F' MAE. re? TYPCAL MAIN SNEAKER .ANEL 11110 MUMS NOTED OTHERPIEE MD MAIN DISCON \ELT VII 'VAPOR. E3ANNJER MIN MNIMLM VTR vENT TI-RCVSH ROOF 0/00 MRROR WATER HEATER 0/0 MASONRY OPENINS VOAM t4OVS\ HIRE MESH MR ME7A.- ROOPINS WI /4TH /IS MILD SIM. OENERAL NOTES 1.THIS PROJECT SHALL COMPLY WITH ALL 20Iq CALIFORNIA BUILDING CODES AND STANDARDS IDENTIFIED ON SHEET 62. ALL WORK SHALL MEET OR EXCEED INDUSTRY STANDARDS FOR MATERIALS, WORKMANSHIP, ETC. 2.CONTRACTOR SHALL REVIEW THE DRAAINGS THOROUGHLY BEFORE PROCEEDING WITH ANY MORK. ANY DISCREPANCIES FOUND WITHIN THESE DOCUMENTS SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF ROMTEC. CONTRACTOR SHALL NOT PROCEED WITH ANY WORK HE KNOWS TO BE IN CONFLICT WITH OTHER WORK, OR 15 NOT APPROVED BY CODE, UNTIL RESOLVED BY ROMTEC OR THE ENGINEER/ARCHITECT. 3.CONTRACTOR SHALL. MAINTAIN GENERAL LIABILITY INSURANCE AND WORKERS COMP. INSURANCE AS PER SPECIFIC STATE MINIMUM REQUIREMENTS. 4.FOOTINGS SHALL BE CONSTRUCTED ON UNDISTURBED NATIVE SOIL OR ENGINEER APPROVED FILL. CONTRACTOR TO VERIFY ASSUMED SOIL BEARING CAPACITY NOTED ON SHEET 02. SHOULD SOIL NOT MEET OR EXCEED THE ASSUMED SOIL BEARING CAF'ACITY, CONTRACTOR TO MODIFY SOIL CONDITIONS TO SATISFY CRITERIA OR NOTIFY THE STRUCTURAL ENGINEER TO REVISE DESIGN PER CONDMONS ENCOUNTERED. BACKFILL AROUND BUILDING TO PROVIDE SLOPE AWAY FROM BUILDING NOT LESS THAN A 5% SLOPE FOR A MINIMUM DISTANCE OF 10' FROM THE BUILDING, PER 201.I CSC 1804.3. 5.A. CAST-IN-PLACE CONCRETE: 5000 PSI MINIMUM COMPRESSIVE STRENGTH AT 28 DAYS 4" +/- 1" SLUMP, WITH MAX 1" AGGREGATE, AND ALL MATERIALS IN ACCORDANCE WITH ACI 318 STANDARD. FINE BROOM FINISH INTERIOR SURFACES AND EXTERIOR SLABS. -JOINTS REQUIRED IN FLAT WORK, SEE FOUNDATION DETAILS FOR REQUIREMENTS. B. CMU BLOCKS "MEDIUM WEIGHT DENSITY" ARE MANUFACTURED TO ASTMC.10-02 STANDARDS WITH A MIN COMPRESSIVE STRENGTH FM = 1500 PSI. ALL CMU BLOCKS MUST BE FULLY GROUTED IN 5 FT MAX3MUM LIFTS AND NOT BE YIETTW.. THE MORTAR TO BE USED SHALL BE TYPE S 1500 PSI MORTAR CONFORMING TO ASTM 0210. MASONRY (CONCRETE) &ROO': 2500 PSI MINIMUM COMPRESSIVE STRENGTH AT 28 DAYS +/- 1" SLUMP, WITH MAX 1/2" AGGREGATE, AND TESTED IN ACCORDANCE TO MEET ACI 510. FINE OR COURSE GROUT MAY BE USED IN ACCORDANCE WITH 201.1GBG. CONSOLIDATE GROUT AT THE TIME OF PLACEMENT. CONSOLIDATE POURS EXCEEDING 12 IN. IN HEIGHT BY MECHANICAL VIBRATION, AND RECONSOLIDATE BY MECHANICAL VIBRATION AFTER INITIAL WATER LOSS AND SETTLEMENT HAS OCCURRED. CONSOLIDATION AND RECONSOLIDATION ARE NORMALLY ACHIEVED WITH A MECHANICAL VIBRATOR. A LOW VELOCITY VIBRATOR WITH A 3/4 IN. HEAD IS USED. 6 ANCHOR AND MACHINE BOLTS SHALL BE ',SIM A301, UNLESS NOTED OTHERWISE BOLTS SHALL BE INSTALLED PER TURN-OF-NUT INSTALLATION METHOD REQUIRED TURNS FOR PRE-TENSIONING FROM SNUG-TIGHT, U.N.O. IN THIS PLANSET OR BY ANCHOR, BOLT OR FASTENER MANUFACTURER. SCREWS AND MACHINE BOLT CALLOUTS ARE MINIMUM SIZE SIZE ALLOWED, ACTUAL SIZE MAY VARY. IS STEEL BEAMS SHALL BE ASTM A500 GRADE B, Fy = 46 ksi. WIDE FLANGE BEAMS SHALL BE ASTM Agq2, Fy = 50 k5I. STEEL PLATES 8 SHAPES SHALL BE ASTM A36, Fy =35 k51. CONCRETE REINFORCING STEEL (REBAR): 60 kSi. (GRADE 60). POOP FRAMING SHALL BE *2 BTR. DOUGLAS FIR, UNO. GLU-LAM BEAMS SHALL BE GRADE 24F-V4. "7. QUESTIONS CONCERNING MATERIALS OR CONSTRUCTION CONTACT ROMTEC TECHNICAL ASSISTANCE AT: 541 -4q6 -3541 •ROMTEC. SCOPE SUPPLY AND DESIGN SUBMITTAL (SSDS) IDENTIFY SPECIFIC MODEL, MANUFACTURER I BRAND OF ALL PLUMBING AND ELECTRICAL FIXTURES AND ACCESSORIES. REFER TO THE SSD& FOR SPECIFIC LIST OF ITEMS SUPPLIED BY ROMTEC, ANY ITEMS NOT LISTED IN THE 5605 15 ASSUMED SUPPLIED BY THE INSTALLER. .1. THE OWNER. / CONTRACTOR MAY EXERCISE DISCRETION IN SELECTING THE FINAL LOCATION FOR NON-DIMENSIONED ACCESSORIES AND FIXTURES (E.G., LIGHTS, COMFORT HEATERS, ETC.) NOTE: ARCHrECT/ENGINEM 15 NOT RESPONSII3LE FOR ANY SITE DESIGN OR ENGINEERING AND NULL NOT BE HELD ACCOUNTABLE OR LIABLE FOR ANY ISSUES RELATED TO THIS SITE. IT IS THE OMER'S RESPONSIBILITY TO •ACCURATELY LOCATE THIS BUILDING, SET FLOOR AND ADJACENT ELEVATIONS, DETERMINE SITE IS SUITABLE FOR CONSTRUCTION, VERIFY ALL UTIUTIES, ETC. RECYCLE ALL USED SHIPPING MATERIALS Al, D LEFT OVER BUILDING MATERIALS fREGYCLE 01166160. G1 . CAitAIFG: V%/201, - LAbl 5,1T0 I , : - •-r0R1717, 2.,../2021 - 0:SEre renaile-HMotal rark.4.,-...1- • c ras 'la,. t.A 20.4,10201 Jag 22-0" ;4. V51//4-LJ nrflri nr u-ln fl IH HI UL JU UL _)1-1 Elc_D Cji_D EITED, CE—D 11=1 HI IH HI 41 STEEL PIPE TRELLIS NV V't0 STEEL PIPE COLUMNS RONITEC ZI-POPIN (FIRE PLANT SLATS TO an SUPPUED 4 INSTALLED BY INST ALLER) PLAN A... POP01 DATE: 11/05/2020 REVISIONS 11Cv. I SCALE: 9/16" = T-0" 1-^0 min% r o Pam L. 21020 WALL TYPE SCHEDULE 6' REINFORCED CONCAElE MASONRY MOCK PULL PITH MORTAR JOIN TS GRCVTFJ2 SOLID ALL GEL I.5 RUNNNG BOND PATTERN. MS= 6" REINFORCED CONCRE TE MASONRY MOCK INALL INITH MORTAR .011415. GROUTED SOLID ALL CELLS RJJNNING BOND PATTERN. NO re: MCIATING HEIGHTS I LOCATIONS FOR SPA FIXIVRESPACCESSORIES ARE DIMENSIONED ON 51.2, 51.5 1 A1.4 SHEETS 14-4" ROOF UNE .<P,r72.4 % 4 /CIVIKB64 Cassandra Ruport ID#1063772 ig ? "Mr .1 ---, ..--- \ -, !t //,q//,///,// \NOM N/ 8 ,., „ T S. II — ii e.' -- 4 ELEC. 'CAL NI, 0 \ M o 0 BP RDGE RIDGE .,1, 7 —. / / / 9 / 4 / 10-,a 1 ' : //// // ///// /////,reil////////////‘&(////_,V1///, '‘' 111 d P+ V i 1541 STEEL PIPE TRELLIS IN/ ta.S A 6, II- 3.4> STEEL PIPE COLUMNS ROMTEC 22-POP01 MIRE PLANT SLATS TO DE SUPPLIED 4 INSTALLED BY INSTALLF-R) corkozern. WALK TISY INSTALLER) C, •or l'CIVIERBD\ g Cassandra Ruport ID *1063772 k...ExPIRE-5, 01/01/202 IrICTC: 01.1.71)1174561.1 1. 0.:OMPLY NMI 2,1.LGAIII,CIZA4 81./LONO COOP Kew 1,..E 24 00.116,1 001-060 TIC N1/1,, (SYAIEO10)5r001700,111,0 CONSMT CF A YNTC rcixf & 61.11E eacrar-volo. 'MC 01.07 511413. BE C0104- 1.0 it 7407,074 7117.-I2A. STANVASP C.CD. NOM Er f,1019 VSN 9401•41. BALiE0 CN 13.070 '2779529' 61521 .4011.N 4,4 ClIARACIFRS CH 5610 SHALL Cie MAISI-C, VW Nal `ININN4 ANO SIM* lEIC NN .I4FMCACC C.ARAO,A$ AMC... WC, E.,1' GRAM II CAAJ.I. 27,046) REMMLO. RA:PD CAMPAMEA9 SHALL OC A 7)040/1.710747,91,01.-. AK: A A.A.0. 00- 2' ...)010 I. •MIORAG-022 GRAM INR.174:-. BC MCI; NNI,11-4F-12 ViALLC FLOW.° 0019 SHALL EC V101. WM aDITERD N ZAGS CNA. ATI A 2112-11 .91,1a GC115. All-l9fRED F‘CnI COWAN Or Cam FP.ST CELL - 0 MC YRS, COI IA, 120-0 vIe ,..C.C440 CCU- DOM SNALL el-a. 4, FeMED A 1,10,1IN OA 'AMIN f0.25) INCA, 4e04C'Mt CACA-.6R<MJ. :ss NOTE 0.0.01.10. £15749114011. 9,4.500 <OK NAM, NCN10.5 CCORNA, DAMN', rACILMe, 74,5115mi . 20 00.105774) 0" A CR.CLE.0 loam 11177441. *710 IX 11,1C.4,2 PIANETM MEM Cn,INNAT NWA /LOW AISN BC IDETI-FICC Of III :601,FIZAL TROACI.0 ii101,1,1114 i.asieS la. Na112.,...:, rcr.n.-rw. 712)60, ADA SIGN PETAL SCALE: N.T.S. WIRR.CR 15 X 95 A.THE A.CCESSBLE SINK SHALL BE MOUNTED IN11.1 ros COUNTER OR RIM NO HIGHER THAN 94' ABOVE FINISH FLOOR. KNEE CLEARANCE THAT IS AT LEAST 27' HIGH, 50" SIDE ,ONO IS' UNDERNEA714 THE SINN SHALL BE PROVIDED. HOT RATER AND DRAIN SHALL DE INSULATED 010 OTHERNSE CONFIGLRED 50 AS TO PRE717C.T AGAJNST CONTACT. THERE SHALL BE NO SHARP OR ABRASIVE SURFACES UNDER THE SINK. SECTON 1113- 606. B.FAUCET CONTROLS ANC, OPERATING MECHANISMS SHALL ESE OPBRAISLE V4TH ONE HARD AND SHALL NOT REGVIRE TIGHT GRASPING, PNCHING OR TEISTING CF THE MIST. LEVER OPERATED, PUSH-TYPE AND ELECTRONICALLY CONTROLLED MECHANISMS ARE ACCEPTABLE. seLr-aosote VALVES ARE ALLOPIED IT THE FAUCET REMAINS OPEN FOR AT LEAST 10 SECONDS. emonon 1113-606.4. COMBINATION CISFEs/SER IMLI. RR.) RECTSSED COMSNATIGN 5F. 1..WR (1O1.111: RA) STAINLESS TOL.ET STA 41-7,-B SINK ft BOTTOM OF REFLECTIVE WREACE AC PARTIII:7N SaG-IONS 0-0 t-1 174 00 I 1/2. 1 1/4, TO 1 1/2" NOMINAL DIAMETER ViAl J. FASTEN TO Cl-Ill WALL NV (2) 5/160 X 1 9/4" CONCRETE' ANCHORS SIGNS /IT-, RAGED CHARACTERS AND BRAILLE SHALL BE LOCATED 46' 14INIMIL,M ADOVE 71IE FINISHED FLOOR OR GROUND SURFAE,MEASURED FROM THE BASELINE OF THE LONEST LINE OF BRAILLE AND 60 INCHES 14A>E41/14 ABOVE THE FINISHED FLOOR CR. GRCUND SJIRFACE. MFAR7PED . FROM THE BASELINE OF THE HIGHEST LINE CE RAISED CHARACTERS. 2O AA RESTROOM FIXTURE DETAILS 5GALE: INSTALL GRAB BARS P17410 CSC 11E1.604 5 - MINIMUM LENGTH FOR THE GRAB BAR AT THE SIDE Cr THE TOILET AS 42. - THE 42' GRAD BAR AS LOCATED 12' MAXIMUM FROM THE nnato. SMALL. - THE 42' GRAB BAR EXTENDING 54" MINIMUM mom THE REAR SMALL INITN THE FRONT ENO POSMONED 24' MINIMUM IN FRCN r OF THE EtATER CLOSET. - A MINIMUM LENGTH FOR THE GRAB BAR BMW, DIE TOILET AS 56'. - "THO 56' GRAB BAR EXTENDING A Z MINIMUM OF 12' ON ONE SIDE OF THE TOILET. - THE se GRAD BAR EXTENDINO A 02 MINIMUM OF 24" ON THE OTHER SIDE OF THE TOILET. - THE GRAB DAR SHAU_ HAVE GRIPPING INSTALLED GRAB BARS MUST MEET 2924 MINIMUM LOAD GRAB DAMS SHALL NOT ROTATE 17ITHIN THEIR Fl TONGS PER CSC 201E. HES-604. "TOT.01 °ATE. 11/05/2020 REVISIONS 0.We 02.0T-2021 SURFACES 434TH A DIAMETER or 1-1/4 INCH ID TO 2 INCH LOCATED 27TH A SPACE ESE17NEEN THE VOLL AND GRAB BAR OF 1-1/2 INCH PER lii 1n1,01,„; 0130 11B-604 .2.1. Q OR c SHEET NO. GRAB BAR SECTION SCALE: N.T.S. Al 3 • ‘‘b, JOB CRT-Ai cr., 4.AM - 1,67 nnvW CN 2/2/202I LAC., rR1:11T.D; 2/.7.T.021 LGT.ATILA, OmEreAvarIng PApi0,1 S.,...7,01-,f,.-314 Park. C..00,orce- eVrAeMla Pa, [A 20/.1.2102041m; .7.• • :e PV-4' 0 SCALE: 5/16" ELEVATION VIE" S' VTR HA VENT BOOT. TIP. (5) PHOTOCELL UNDER ROOF OVERHANG 12 sr— 2X6 FASCIA ,IBLS SA PATH BRAILLE SPikl .MP, ADA L CaG., 2019 •ta-103 He-WENS ISA ATP 2,16.A.L. E18,4 PER ADA I [SG 2011 .13-10E 11/05/2020 REVISIONS PLAN NC, it POP01 HENS PIC.TCRIAL ok...7A SION PLR COG 2014 115-10612 6 C14U BLACK PRIVACY HALL —v 7 OUTLINE OF POOR BEHIND PRIVACY ViAL1- P.0,1ENS rx.,TD.ZIAL ADA 5151 PER C.BCC, 2011110-10352.6 C141/ BLOCK PRIVACY NALL OUTLINED FOR CLARJTY .... FS 20,4' wfte, ELEVATION VIE" 0 SCALE: 5/16" ( SHEET NO A2.1 viR EV VENT 000T. TYB. NON.VNTED RIDGE FLABAIN6, TYP. VENTED ROBE FLASHING,TYP. METAL ROOFINO, OVER UNDERLAYINENT - ICE 4 MATER. SHIELD AT PERIMETER/RIDGE FOR 24' MIN. 4 ISO ROOFING FELT IN FIELD, TYE FOR EXTERIOR/INTF-RIOR FINISH SCHEDULE REFER TO SHEET A4.1 12 FAYE PLASHINer.TYF'. VS STEEL PIPE TRELLIS VW 3"1, STEEL PIPE COLUMNS ROMTEC 21-PCP01 ()AIRE PLAY I SLATS TO BE SUPPLJED I INSTALLED Dy INSTALLER) A A /2 ,20 flflrrrrrmrnr -v- CHU CONCRETE BLOCK HALL FULLY REINFORCED STACKED BOND PATTERN x 16. SPLIT FADE BOTTOM 4 COURSES 8' X lb SH0113LAST AV VERTICAL SCORE ABOVE 4 CORNERS SHOTE5LAST FINISH te RADIUS BLOCK (VX10.XLEYBLOC44 EV H. RADIUS) THIS BLOCK ALL BE CUT IN HALF DT THE BLOCK VENDOR U4 0" X S' SHOTSLAST. EXPIRES: 01/01/202 or cisth LuEnsig q; Pi. A GHISELM, WOE FLAT PIER GAF 245(24-'x5 1/4% -TYP. L11 6 8' X IS' C441.1 CONGA-ET- 4 BLOCK PRIVACY WALL 02-01-2021 .03 CREATED, 2442021 •V I 6CL,, /.3/2021 - LAB-FR:NM,. 24V:44g - IGGAtlUIl O4Er3IED-nl •Poi,mada Park. GANPL.rce- POOSettia F1,311 Aug JOE CRFAILL, EAVer, ex port 05 2/.2021 - LAS' 151,1=5 2,2,7521 • LibtAlk,.. ONTphsering Str,r134 ,..elsWn.P51-..orszttle &ark. -A,Crry- ronsaltle RVE. SA 20E0+1- 1.01.0tu; MEN _ C.', \--• 6"6. 5 ITEL PIPE TRELL/SPV S'ID STEEL PIPE COLUMN5 ROSITEC zi-poni (ARE PLANT SLATS TO EE SJPPLIF27 A INSTALLED BY II IHSTALLER) BLOCK CI4U CONCRETE ELECTRIC ROOMii 11 tA0 5/6" 73§ 5-, 1 b 5 Efi 11_s„,.. - -'9 5/V 5-1 1/0. II 5,4 3/5" 4 II • 1 MALL FULLY REINFORCED STACKED eot•tv PATIERN TO 6' X lb" SPLIT PACE earrov 4 COURSE.TS - . 0' x 5" 51,100 rii FACE ABOVE . ....--- , . ". 6'47 ...•A'''...f . _..." 22-0" 5,2 VIE, 5,, , . t CHINS-ED EDGE FLAT PIER GAP 24324XS 1/4", TN.. Do X IS" 0140 CONCRETE BLOCK PRIVACY :NALL SECTION VEIN SCALE: V16" = 1c0" 5' 12 5r— 2xf, T"A.CAA, III I III U III II liii II I 11 t i II 1 MEN I 4.-4 5/4' JI I -Iii III I ll il i II III 11111 I t III NI 11 1 r III 1 -:.:z:i• vm. . 4.44VcIrr's' •ka=.V ;'• -An ' 5,16. SECTION VIEIN SCALE: V16" = 1'47 PG UNDISNRI3E0 SOL CR 12" ru comp•AGIrD TO .157E. AS1M D 1557 TO MEE r OR EXCEED ALLOWABLE ESEARN6 PleMSVIZE CAI SHEET 62 UNDBTURBED NATIVE SOIL OR b" FILL COMPACTED TO 4596 AS1M D 1551 TO MEET OR EXCEED ALLOWABLE BEARINS PRES./RE ON SHEET 62 YVON', EN =I., 5/4' F6 FRAME HARDINARE GROUP RIGHT HAND REVERSE (WING OUT) F16 LEFT HAND LEFT HAND REVERSE (51^aNe °UT) F16 RIGHT HAND P0-2 Fib RIGHT HAND DO-3 F16 RIGHT HAND SIICCT 120. A5.1 J04 A rIrp,r."771.1 - LIST PRKICL, 2/2W, - LW,h,,Ctl: ...lghccrIcg . o . c alma la flrk. 62. 2CStM-210701w9 DOOR SCHEDULE NOTE: THE MAXIMUM EFFORT TO OPERATE DOORS SHALL NOT EXCEED 5 POUNDS 11TH SUCH PULL OR PUSH EFFORT BEING .PLIED AT RIGHT ANGLES TO HINGED DOORS AND AT THE CENTER PLANE OF SLIDING OR FOLDING DOORS. MIEN FIRE DOORS ARE UTILLZE79, THE MAXIMUM EFFORT TO OPERATE THE DOOR MAY BE INCREASED TO NOT EXCEED 15 POUNDS. SECTION 1113-404.2.0.. DOOR HARDWARE SCHEDULE (OTYS PER DOOR) GROUP DO-1 GROUP 00-2 GROU' DO-S EACH HINGE 4.5" X 4.5 5.5. (NRP) 1 DOOR CLOSER. (USE THRU BOLT ANCHORING OPTION) - OPENING ARM SHALL BE TEMPLATED TO 140° 1 1 DOOR CLOSER, (USE THRU BOLT ANCHORING OPTION) - OPENING ARM SHALL BE TEMPLATED TO leo° 1 1 1 LEVER. LOCK-SET (CLASSROOM)- SCHLAGE LOCK SET 4 6 PIN HARDYVARE (KEYING TO BE BY CITY CONTRACTED LOCKSMITH) 1 1 1 LATCH GUAIRD 1 18"X18" LOUVBR. VENT 1 FULL HEIGHT ASTRAGAL 2 FLUSH BOLTS 6 PURE DOOR CLIPS 1 1 2 FLOOR MOUNTED HEAVY DUTY FLOOR STOP WITH HOOK VAlt, MAL, 0 NC. 36" x 84" x 1 9/4" 36" x 84" x 13/4" Sa," X 34" X 1 3/4" 72" x 54" X 1 3/4" SIZE (YsixHxT) DOOR SL15 SL15 SL15 SL.18 PAIR OF DOORS LHRB ACTIVE (SANG OUT) DOOR SYJING LEFT HAND REVERSE (WING OUT) REMARKS THRESHOLD SH0HIN EXTBRIOR VEIN: RIGHT HAND RS.R5 BEVEL DOOR (SKR& CUT) LETT HAND FRAME N4, EXPIRES: 01/01/202 A g Q31 1r ...z1 :?"1 ,c6 PLAN SF. IS POPO1 OATS 11/05/2020 REVISIONS OR, neer la G1-01-2021 2 24" MIN EA SIDE HEADER ADDITIONAL 5 REESAR X 11.-0" IN DOOR HEADER, EXTEND 24" MIN EACH SIDE DOOR HEADER (2) " REEAR. IN BOND Beam ABOVE DOOR PER DETAIL 1/55.2 BOND BEAM EA SIDE OF DOOR JAMB (2)114 REEAR PER DETAIL 2/55.9 SIMILAR DOOR CLIP, TYP THRESHOLD %ICA! OJTSVE CF IR2U2NG DOOR DETAIL SCALE, 1/4" ADDMONAL (1) HORIZONTAL EY-0" t*5 REBAR EXTEND 24" BEYOND DOOR (BOTH SIDES) REBAR IN Bow, BEAM AS PER PETAL 1/58.2 BOND BEAM EA SIDE OF DOOR JAMB REBAR e JAMBS AS PER DTL 2/55,3 DOOR CLIP, TYP FF 0 SCALE: 1/4' = T-0' POOR DETAILS 5" COWL SLAB 1^V RE.BAR 0 16" Or:. EN/ OVER E146INEERED FILL 22-0' 6,5" \.. 5" RECESSED STEM NALL 0 T.IR....14OLD -.IMILAR PRIVACY HALLS (CANTILEVER PALL FOOTINGS) SMALL HAVE A 30' FIDE X 12' DEEP F0011146, TYP. g g g I g POST FOC-11Na TYP. 2 FINISH 51J45 rim A WATER BASED CONCRETE SEALER (PROVIDED BY INSTALLER) RECYCLE RECYCLE ALL USED SHIPPNG MATERIALS AND L EFT OVER BUILDING MATERIALS NOTES: 1, FINISH FLOOR SLOPE 15 2% (1/4' PER FT) MAX 4 1% (1/0' PER FT) MIN 2 VERIFY SIDEWALKS INV OWNER a PROVIDE BLOOK-OUTS FOR PIIIMBING. MECHANICAL. 4 ELECTRICAL AS RECD. CO-ORDINATE SUBS. 4.RERAN 14114. BEND SHALL BE NOT LESS THAN 6db INSIDE DIA. AS PER '1145 1-145 402-16 SECTION 5.1./5.2. 5.SAN JOINTS BY CONTRACTOR. SLAB APPEARANCE 15 A PRIORITY. LOCATE JOINTS AT 10. 0.0. MAX- SEE 5/51.3. S. MAXIMUM SLOPE OF EXCAVATION MAY ESE LIMMED BY LOCAL SOIL CONDITIONS. INCREASE DEP11.1 OF FORMED , j 1 1 PLAN ELT* POPO 1 DATE: 11/05/2920 REVISIOS CONCRETE .AS REGD. CONCRETE SLAB BENEATH FLOOR MOUNTED FIXTURLS ARE 6 41 ,,,s,, TO BE GROUTED LEVEL AND SMOOTH. UNDER FOOTINGS: UNDISTURBED NATIVE SOIL OR 12 F.LL 10 COMPACTED TO '40% 4,5114D 1557 TO Feel' OR EXCEED g ALLONABLE. BEAR PRESSURE ON SHEET 02. OR sHve I NO. Npv 191,C 1. 0 SCALE: 5/16" = T-0" FOUNDATION PLAN CR 9.49-7020 S. ..1O5 A. 5/1/0021 - LA91 9 IWO,: di, 2/.2021 • LAN, 61061L-O 1/5/90.91 - oCCA19.94:::-.69r9Ircerk9 N.9,,EN,NCT-ol-NOIR6916 NO, CAY0,11-,1 r,cila eat. CA 29911...:06T531 .day COMPACTED FILL SAINCUT JOINT ALE: 1" = 1,-0" 00 ,,.."—Trg is&---60-..-lart cat W2/2011 - jet raa, ita: 211.031 - Lo...?.fahh C,Englne,na SetakaCrqx-roaaett a ...ark. LAVYX01- FOin2eLlia rsrE Walar-IDC.4201<va2 REBAR PER DETAIL- 1/58.2 CENTERED IN NALL REBAR. PER DETAIL. 1/58.2 ALTERNATE HOOKS INTO SLAB TO MATCH VERTICAL REBAR. LAP PER INALL. SCHEDULE 5" CONC. SLAB lAVIREBAR IN SLAB AS, PER SHEET A1.1 OVER 6" ENGINEERED Fa-L CMU BLOCK {NALL 6"0 STEEL PIPE TRELLIS IN/ FACTORY WELDED 3"Q STEEL APPROX. 3/8" LEVELING PIPE COLUMNS ROMTEC MORTAR BED Z1-POP01 (8) $5 OR (4) *4 CHISELED EDGE REBAR CONTINUOUS FLAT PIER CAP 24"X24"x3 1/4", TYP. NET SET 5/8" MS PL 1:41:1 ' IMO (2) #4 X 10" BARS FACTORY AELDED TO 3"CP STEEL PIPE COLUMNS ROMTEC Z1-POP01, TYP. 05 REBAR. LOOP e 5" 0.0. $5 REBAR e 12" ODE CONTROL JOINT, TVP 30# FELT BOND BREAKER, HOLD DOAN 1/2" FROM TOP OF SLAB MAKE SANCUT 1 1/2' DEEP WITHIN 24 HRS OF POUR "DO NOT CUT BARS". FILL A/ EXPANDING JOINT COMPOUND. MAXIMUM JOINT SPACING = 10,-0". AT INSTALLER'S OPTION, CONTROL JOINT MAY BE TOOLED DURING CONCRETE FINISHING. 4 CMU BLOCK }NALL (4) #5 VERTICAL BARS NATIVE SOIL OR FILL COMPACTED TO 45% THICKENED SLAB AT INTERIOR ?NALL SCALE: 1" = V-0" -I — 5" CONC. SLAB IN/ S x 6 - M.41 x A2.9 INAM OR *4 REBAR le OCEY.I. CONTRACTORS OPTION, SLOPE AIALAY FROM BLDG. 5 1/4": 12" UNO REBAR IN SLAB AS PER SHEET A5.1 (2) *4 REBAR CONT FINISH GRADE ' *14 STIRRUPS * 5" 00 (4) #5 BARS EA. _ F. • 4fr •• ns. .00 .• 4.; , • le • S'IETinIF' FOUNDATION DETAILS COMPACTED FILL NATIVE SOIL 48" SQ NATIVE SOIL POST FOOTING DETAIL EDGE OF CONC. WALKWAY .-ALE: 1" = V-0" SCALE 1" = V-0" PLAN DEla P01='01 DATE: 11/05/2020 REVISIONS sHaLr NO 51.3 tc§ g • r, FR a VAE Ii?' CL- 11) PLAN nen. ,±) Papal -2 D117,5/2020 REVISIONS .('.44. CA< 11-1.2,2C 6525i1 •;‘, GNU REBAR SCHEDULE REBAR MIN. 1..AP BEND DIAMETER #4 24" 9" MIN. $15 BO" 9-S/4" MIN. 04U REBAR NOTES: - BENDS: MIN. INSIDE BEND DIAMETER SHALL BE NOT LESS THAN bd AS PER INS 402-16 SECTION 6.1.8.2 - SPLICES: LAP SPLICES ARE PERMITTED AS PER TI45 402-16 SECTION 6.1.6.1.1 PIPES INSTALLED Ti-4ROLIGH GNU ;MALL NOTES: - SUPPLY THE FIXTURE SUPPLY LINE SHOULD BE BORED A 1/2" LARGER THAN REOUIRF-D LINE SIZE AND THE PORTION OF PIPE LOCATED IN GMLI MAU- SHALL BE WRAPPED NITH 10MIL BLACK TAPE - WASTE PIPE: THE FIXTURE HASTE LINE SHOULD BE BORED A 1/2" LARGER THAN REGUIRED LINE SIZE. SHEET NO 55.2 GMU REBAR LAYOUT PETAL SCALE: 1/2" := 1c0" (2) #5 REBAS. * TOP COURSE (1) ADDITIONAL 8'-0" #5 REBAR EXTEND 24" BEYOND DOOR OPENINGS VERTICAL #5 REBAR @ 24"oc. HORIZONTAL #5 REBAR * 24"oc. #5 REBAR. ALL SIDES OF OPENINGS GNU CORNER NALL DETAIL NOTE: FOR INTERIOR FALLS USE (2) #4 REBAR @ TOP MAO COURSE5 NOT SHOIAIN: (2) #4 REBAR ABOVE d BELON MAJOR OPENINGS (>2LO" Y`1117E EXCEPT DOOR OPENINGS) NOTE: HORIZONTAL REBAR TO CO AROUND VERTICAL REINFORCEMENT NTH STANDARD BEND AT ALL CORNERS, AND HORZ REBAR TO BEND UP OR DONN AND LAP VER11CAL REBAR AT ALL. OPENING LOCATIONS AS PER DETAILS ON SE,.3 TYF'. REBAR PLACEMENT DETAIL- 1st COURSE HORIZONTAL REBAR BEND UP F.F. 04J END NALL. DETAIL ("ZREATEO: - 1Je I DAV.) .Y: Gopor 0,...evnrar rg n r,e1 N.."-Cl•Fo rotdia nark. ta,rr.51-x..,- reli:e1-10 Fork CA ...-210,e1 del 1 3/4" 1 3/4" HORIZONTAL REBAR VERTICAL REBAR REBAR PLACEMENT FOR: -ABOVE a BEL0A1 MAJOR OPENINGS (>2-0" rivE) -TOP COURSE OF OAU !NALL INSIDE OF VALL OUTSIDE OF }'{ALL 6" 4HooTH 2ND COURSE 2016 CSC NOTE: REBAR. INSTALLED AS PER This 602-13/ACI 530.1-13/ASCE 6-15 6" CMU REBAR PLACEMENT SCALE: 1" = 1,-9" ADD TRONELED CONCRETE MORTAR ROW TOP, FULL INIDTH Aro 1" HIGH A5 SHONN k.2) /Th PRIVACY NALL CAP DETAIL SCALE: 3" Siv=.21 - ..161-RWEI:7655: Cr.ipert cA 2.70X4e.. [SST PRis: Ctv.H21-scrIng it-M1Ptal Sert,r,.-WiTrutts Hrt. LAGS...HOVS.Zaln:aLtis t.,23-611-1-2102,141.os CUT NOTCH IN 'TYPICAL HORIZONTAL REBAR BLOCK AS PER DETAIL 1/55.2 IAIITH NEEDED ALTERNATING 40' BEND TYPICAL j TYPICAL. VERTICAL REBAR HORIZONTAL PER DETAIL 1/55.2 REBAR PER SPLICE LAP NV °O.° SEND DETAIL 1/56.2 Nilu tri 5 HI §-; INTERIOR OF PRIVACY AALL - 5.4 RS t§ 0 2611 = L-104 ao.P°-=P WI E.) gs.4 LL1 EXTERIOR n 0 I O PRIVACY !NALL CAP DETAIL SCALE: 3" = 1.-0" PLAN SETA POP01 DATE: 11/05/2020 REVISIONS C SHEET NO. 4 6," TO a." MORTAR JOINT 0 CML) INTERSECTION ETAIL SCALE: 1" = T-9" .1b Strtieturol orinbcrs only wo, included it, IC,Itructural covieveltlesiri by PSE. Non....r.mbial Heins UN NOT inolmleil. CI 2021 q.GMTF-C., NC. ALL RIGHT5 REEERVEa Ire:5:i FLAN 5 AND DRAYNNG5 NAY NOT BE FZEFRODUCZ12. ADAPTED OR FURTrIER. DISTRIBUTED, AND NO ELJILDIN65 1.4AT' BE GONBTRIGTED FROM .-IE PLAN-5, P011101:1- THE rigliTEN PERMISSION C. 12C1,-(EC, INC. (I _. iii. ,7., 001,00, more_ 205i.si P•OINSETTIA PRO.ECT PARK RESTROOM ..\ PSE Consulting En:eiss. Inc. MLA,. 3 rt.o• CARLSBAD, CAL.IFORNIA 406010 6 lea 0,c ;on WO' ,.... iSI•j BM.° '. 0.1)119141,33 ,k42tInglve,..n. A 04 Z 0 --- — X SHEET TM F: STRUCTURAL OW ELEVATION VIEYIS BMW.. 04 VW: Rw'MTEC KUM (MITI VA( F0.0 k...... 0 01411.1i. Rizp0Hxioif./\ 517 6 SEE INSULATION NOTE CEILING FINISH IF ANY, SEE NOTE: C TRIM BOARD BY INSTALLER IF REC. (5) 0.151" X 9" TOENAILS TRUSS TO SILL PLATE LISP MPA1, 1YP. * EACH \tRUFS u .715 x /.1 il I 0, .5 2x6 PT SILL PLATE RIPPED TO 6", TYP 1/2' x 10" J-BOLT NV 9" SQ. WASHER AT 24" CC MIN GAP REQUIRED AS SHONIN FOR VENTED RIDGE. SEE INSTALL SUPPORT FOR ROOFING/RIDGE VENT DETAILS 2x BLOCKING (BY INSTALLER) TO COINCIDE VV NAILING OF THE RIDGE VENT (SEE INSTALL SUPPORT FOR ROOFING) BLOCKING SHALL NOT BLOCK AIR FLOW. INSULATION: R39. UNDERLAYMENT REQUIRMENTS: ICE 4 NiATER SHIELD AT RIDGE AND EAVE TO 24" PAST !NALL THAN *30 FELT IN FIELD. CEILING FINISH: 1/2' ROUGH TEX PLYWOOD CEILING VENTED RIDGE PETAL 2" MIN GAP VENTED 7 — 5/6" 0513 ROOF SHEATHING FASTEN NV 9d COMMON 0.131" X 2 1/2" NAILS 0 6" 00 TO TUCS ROOF PITGH: 5:12 = 22.62°13 SCALE: 1 1/2" = 1'-0" A: B: EAVE ROOFING DETAIL C) SCALE: 1 1/2" = INTERIOR INALL CONNECTION SCALE: 1 1/2" = V-0" AREA 4.1 IN2 PER Q " 4 HOLES * lb% (SCREEN) = 15.21 IN2 PER BLOCK ROOF SHEATHING - PER PLAN 51.1 EDGE NAIL ROOF SHEATHING * SOLID BLOCKING (PER PLAN) NV 0.131" X 2 1/2" NAILS 0 4" 00 2x VENTED 4 SCREENED BLOCKING PER PLAN BETNEEN ROOF TRUSSES FOR SHEATHING DIAPHRAGM BOUNDARY ATTACHMENT FASTEN BLOCKING TO TRUSSES NV 0.131" X 2 1/2' NAILS ROOF SHEATHING SEE PLAN 51.1 ROOF ING SHALL BE INSTALLED PER INSTALL INSTRUGTIONS 4 DETAILS IN THE: "FINAL" ROMTEG SCOPE OF SUPPLY AND DESIGN SUBMITTAL TRUSS FASTENERS/HOLD-DONNS LISP RISC * 24" 0.0. FASTEN NV (12) 10d X 1 1/2" NAILS INSULATION BAFFLE TO KEEP AIR FLOIN CLEAR 1/2' x 10" GALVANIZED J-BOLT 'AV 3" SQ. ViA5HER AT 24" CO LISP MPA1, TYP. @ EACH TRUSS LISP IRT3A BRACKET, TT. EACH TRUSS BEARING Loc,a-rioN SEE SHEETS R1, 122, S 123 FOR. ROOFING DETAILS 2x12 VENTED 4 SCREENED BLOCKING PER PLAN BETNEEN ROOF TRUSSES, SEE DETAIL 4/510.1 (2) 164 NAILS 0 EACH TRUSS TAIL 2x6 FASCIA WARD 2X BLOCKING ROUGH TEX PLYNOOD SOFFIT 1X4 CEDAR TRIM TRUSSES PER. PLAN S1.1 INSULATION - SEE NOTE (A) CEILING FINISH TRIM BOARD BY INSTALLER 2)(6 PT SILL PLATE, Tr'F' CMU BLOCK NALL 9 6 PAN SET. POP01 DATE: 11/05/2020 REVISIONS 2x12 VENTED BLOCK @ EAVES SCALE: 1 1/2" = 1.-0" I C SHEET NO 510.1 00 CNZA10.): ,1/2021 BY: C wort ON 242/2‘7212 - 2•2/2021 - LUCA I lat n,Ertalnce, re SWIG BeL,1,-,•eoll,n-la Oat. CA,Orr-n- roltistiMo PIO: CA OODE.,-210.a..14.4 . , TRELLIS CMU COLUMN CONNECTION SCALE: 1 1/2" = 1'-0" STAJNLESS STEEL 'EYE' I-100K )NELDED • 13" 0.C.. 60 STEEL PIPE TRELLIS VV FACTORY YELPED VO STEEL PIPE COLUMNS ROMTEC Z1-POP01 ckimeLer, EDGE FLAT PIER CAP 24"x24"x3 1/4", TYP. . g 2 ER — t g FiA4gi LoUr aat bo5diti ill A NETSET S/3" MS PL (4) *4 X 10" BARS FACTORY ViELDED TO 3"O STEEL PIPE TRELLIS ROMTEC Z1-POP01, TYP. II C 510.3 JCS REAIL2 Dorf 04 2/2/2011 - kk,TREWTEO 2/2/2221 - 0•E-0,Enghter rg Rivi.n.lf,t3P01•Foronl.0 Polnxtla "Irk, N-21C201.1 ROOF PANEL "FILLONE" TO ELIMINATE "OIL CANNING" 5/5" ROOF SHEATHING 5/8" BACKER ROD FULL LENGTH OF PANEL RECOMMENDED METHOD BY FABRAL TO ELIMINATE "OIL CANNING": PANELS MAY SHONI SLIGHT NIAVINES5 COMMONLY REFERRED TO AS "OIL CANNING." THE IS ,S A CHARACTERISTIC OF ROLL FORMING. SUCH "OIL CANNING" NIL!. NOT BE ACCEPTED AS c • CAUSE FOR REJECTION. THE USE OF BACKER ROD IS AN INDUSTRY ACCEPTED METHOD TO MINIMIZE "OIL CANNING". A RECENT TREND 15 TO INSTALL BACKER ROD UNDER THE FLAT OF THE PANELS TO CREATE A SLIGHT "CRONIN" IN THE PANEL, THUS REDUCING OR ELIMINATING "OIL CANNING". THIS IS NO LONGER CONSIDERED A "TRASHY" REPAIR.. MCA's OIL CANNING POSITION PAPER RECOMMENDS THIS PRACTICE. (ABOVE) USES OF BACKER ROD OR OTHER. SIMILAR SHIMMING MATERIALS - MIEN INSTALLATION IS OVER A SOLID SUBSTRATE. BACKER ROD 15 A COMPRESSIBLE FOAM STRIP NORMALLY USED IN THE CONCRETE AND MASONRY TRADES IN JOINTS TO SERVE AS A BACKING FOR A CAULK JOINT. FOR CERTAIN TYPES OF METAL PANEL SYSTEMS IT CAUSES THE CENTER. OF THE PANEL TO "PILLOIN" UNIFORMLY, RELIEVING STRESS AND REDUCING THE VISUAL EFFECTS OF "OIL CANNING". SILICONE SEALANT AROUND CUT OF BOOT VENTILATION PIPE (VENT THRU ROOF) METAL ROOFING PANEL-0 OVER *50 ROOFING PAPER APPLY SEALANT ON THE UNDERSIDE OF FLEXIBLE ALUMINUM BASE HORIZON 16 OIL CANNING REPAIR SCALE: N.T.S. PIPE BOOT (DEKTITE) FASTEN DEKT1TE 143 IN/ I410 X1" 5.5. HEX HEAD SEAL TEK SCRENI SPACED 2" TO 3" MAX AROUND BASE HORIZON 16 — 5" VENT BOOT DETAIL SCALE: 1 1/2" * 1.-0" SCALE: N.T.S. JOB GREAT., 2111=11 - tve, C.r.,pprt QT 2/2/Z71.21 • LAST FP-1,M 2,2,921 - L.Or,i-rent cocnymering ECEO,Or01-, [A,Ponol- roinsalla Pcrk. CA 200,1-210201 dwg In, GM= 171. d Ltotoel pt PL"'Prroi OAT. 11/05/2020 REVISIONS C.) E-- t j FASTEN PANEL IN/ #10 1" PANCAKE HEAD SCRS?"' I ALONG SCREA1 FLANGE * 12' O.C. *14-1" NtOODTITE SCRFJNS (2) PER goor PANEL @ 5" FROM eac,E OF Roop AS SHOV‘',IN METAL ROOFING OVER UNDERLAYMENT, FELT TO BE TURNED PORN AT EDGE MIN. OF 2" CAULK BETNEEN VXEI35 EAVE TRIM MEM FASTEN NV *14 - 1" INOODTITE SCREINS 0 15" 0.0. ACROSS FACE OF TRIM 2X6 FASCIA BOARD - 5/8" ROOF SHEATHING FASTEN EAVE TRIM ?V '$10 - 1" PANCAKE HEAD SCRENE 0 15 OC. HORIZON 16 — SAVE PETAL SCALE: 1 1/2" V-0" FASTEN PANEL YV #10 - 1" PANCAKE HEAD SCREN ALONG FLANGE 0 17 0.C. ATTACH RIDGE CAP VV *14 - 1" NOODI1TE .REIN 15" 0.C. TO CLOSURE FOAM OUTSIDE VENTED CLOSURE FOAM BUTYL TAPE SEALANT TOP AND BOTTOM (7.:3 HORIZON 16 VENTED RIDGE DETAIL \Lt./ SCALE: 1 1/2" = V-0" RIDGE CAP (WRH5) FASTEN PANEL NI/ *10 - 1" PANCAKE HEAD SCREiN ALONG sosert FLANGE .0 12" o.c. ATTACH RIDGE CAP NV *14 - 1" NIOODTITE SCREN1 * 15" 0.0. TO CLOSURE FOAM OUTSIDE CLOSURE FOAM (14cm-VENTED) BUTYL TAPE SEALANT TOP AND BOTTOM HORIZON 16 NON—VENTEP RIDGE DETAIL EXPIRES: 01/01/202X SIICCT NO. R2 NOTE GABLE FLASHING MUST BE INSTALLED BEFORE RIDGE CAP METAL ROOFING OVER UNDERLAYMENT 5/5" ROOF SHEATHING I NOTE: GABLE FLASHING MIET BE INSTALLED BEFORE RIDGE CAP RIDGE CAP (WRH5) METAL ROOFING OVER. UNDERLAYMENT 5/5" ROOF SHEATHING GAP BETNEEN ROOF SHEATHING ROOFING MATERIAL TO ALLONI FOR ATTIC VENTILATION DATE: 11/05/2020 REVISIONS ENIT F 1 1 CALIFORNIA PLUMBING COPE (BASED OFF UPC) SIOUX CHEF (3" W/6" STRAINER) TOTAL DR. dP Or 8/ •4 2,44' CMXBD.4 Cassandra Ruport ig 5 1011063772 lip e 2' ... .... - ...... .• *MBA* . , '41/ 11 .• sym FIXTURE TYPE SEINER VENT COLD INATF-R HOT WATER NO. OF EXT. et. FIXT. UNITS/EA TOTAL Pi. PINT. UNITS OR. r-ixr ,NITS FIXT. UNITS WC-1 ADA TOILET 3" 1" X 6 40,30,20,15,10 ' 125 4 24 LV-1 HAND SINK 1 1/4" 1 1/2" 1/2" X °. 4 1 4 1 4 HB-2 WALL FAUCET X X 1/2" X v 1 1 P 1 x P x FD-1 FLOOR DRAIN 3" 1 1/2" X x ' 1 x X 2 2 FD-2 FLOOR DRAIN (EMERGENCY) 3" 1 1/2" X X °. 2 X P X I 0 0 TOTAL 1 130 I TOTAL 30 GENERAL PLUMBING NOTES: 1.ALL PIPE ( WATER., E EINF-R, VENT), JOINTS, AND WORK SHALL CONFORM TO 2019 CALIFORNIA PLUMBING CODE AND LOCAL COPES. 2.CONTRACTOR TO CONFIRM LOCATIONS OF SEVeR AND WATER TIE-INS 3.CONTRACTOR TO SOLIDLY BRACE ALL PIPING TIGHT AGAINST WALLS. FOR LONG OR COMPLICATED RUNS, SECURELY MC..UNT USING UNISTRUT, IN STRAIGHT AND UNIFORM MANNER FOR FINISHED APPEARANCE. PIPING SHOWN IS DIAGRAMMATIC. ONLY AND ACTUAL DESIGN BY CONTRACTOR. 4.CONTRACTOR MAY CHANGE PIPE SIZING IN FIELD TO PROVIDE ADEQUATE PATER PRESSURE TO ALL PLIJMBING FIXTURES AS APPROVED BY INSPECTOR. 5.CONTRACTOR TO DETERMINE AND PROVIDE MEANS FOR GRAVITY DRAINING ALL PLUMBING FIXTURES TO SEPTIC OR SANri•ARY .SEN1ER SYSTEM. • 6.CONTRACTOR TO DETERMINE AND PROVIDE MEANS FOR SUPPLYING riATER TO ALL PLUMBING FIXTURES AND IIASTALl- PlATER SERVICE SHUTOFF VALVE; TYPICALLY LOCATED WITHIN THE MECHANICAL ROOK T. IF THE SITE REQUIRES AN ACCESSIBLE BACK FLOW PREVENTER AND/OR PRESSURE REDUCER OR BOOSTER PUMP IT 16 THE OWNER'S RESPONSIBILITY TO PROVIDE. 8. WHEN INCLUDED INATEIR HEATERS ARE TO BE INSTALLED IN STRICT ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS AND ALL STATE, COUNTY, AND LOCAL CODES AND ORDINANCES. R PLUMBING FIXTURES SHALL BE CERTIFIED BY THE CALIFORNIA ENERGY COMMISSION, SHALL COMPLY NTH 2019 CALIFORNIA PLUMBING COPE (CPC) SECTIONS 403 AND 408, AND SHALL COMPLY 201.1 CALIFORNIA GREEN BUILDING CODE (CGBC) SECTIONS 5.503.2 THRU 3.303.6. FLUSHOMETERS ASSOCIATED WITH TOILETS USE NO MORE THAN 1.28 GALLONS PER FLUSH. FLUSHOMKS ASSOCIATED WITH URINALS USE NO MORE THAN 0.5 GALLONS PER FLUSH. BOTH FLIJSHOMETERS ABOVE SHALL MEET PERFORMANCE STANDARDS BY ANSI A112.19.2 H45 CODE, SECTION 11.121.5(B). SINK FAUCET JILL UtE NO MORE THAN 1.5 GPM MEASURED AT 60 PSI. 10.YV-IEN FIXTURES REOUIRE {NALL CARRIERS THE PALL CARRIER SHALL BE SUPPLIED BY CONTRACTOR. 11.NON-REMOVABLE eAo<FLow PREVENTION DEVICE SHALL BE INSTALLED ON ALL HOSE 15113135 AND POTABLE WATER OUTLETS PITH HOSE ATTACHMENTS. CPC 603.5.1. 12.UNLESS SPECIFIED IN THE ROMTEC SUBMITTAL, ROMTEC DOES NOT SUPPLY INSULATION OR "FRFF7F PROTECTION" FOR PLUMBING. 7 , I . :.E:: 0 0,01/202 tE-11 .i l ,,R. Pq E.g ' ii 1 a ,. ,6_ .L..i.E.,• qgp:2 w244 NOTE: PROVIDE CLEAN-011T BENEATH ALL SINKS AND LAYS AS REQUIRED BY CODE gl CALIFORNIA NOTE: NON-GRIP FAUCET CONTROLS COMPLY PITH CPC CHAPTER 4 - . 5 E 0 L., NOTE: ROMTEC BUILDINGS ARE DESIGNED TO HAVE 40-60 P51 WATER PRESSURE FOR h THE PLUMBING FIXTURES. IF THE SITE HAS A PRESSURE OTHER THAN THIS, IT 15 THE °INNER'S RESPONSIBILITY TO PROVIDE THE PRESSURE REDUCER OR BOOSTER PUMP W. lefi rX NECESSARY. 1 k PLAN CElL POP01 104 GRT-Alr.r, a#v2I • LAST :AVM+ NY, c.r.port 04 21Z/2CW ',CST PPN1W: 2,W7.Lrig - fAVa‘ghroNrg nplaft et.,PCV-01-PC rf.cttaPzek. ,A,PyoN7- 201,:r og - 05(7a'''GR PLAN SET" POP01 REVISIONS kkaTL oT, OP1k: 11/0572020 RiT2001.4 MINIMuM GEM R52.11REMENT: 150 CFM CONINUOJSLy 210 CF14 INTERMITTF_NTLY V-0 0/10" EXPIRES: 01/01/202 8 2 g§ iNsJ_A-ED rulx r2E-o tY6 OJOT • L.r.NOT4J. z 9 C) SCALE: S/16" =1.-0" SE' ROOF CIP4P172 C.AP VW ...11!+/P.ION FOC =PHTLIS- FAN. TTP LT ROOT GNP DAP'P'SR PCAZ Ex4,Ni5r rAN Tyr TO 7* 1451110E. 0,CT Ram.ER, rye nrnn nfl fln I 1=1 NI 1 1=1 IA I UL _JU UL _JU E at_ E 3±D RIGAL 22x30" ATM. AC.CESS ETED nr - 71n II=1 UL jU UL JU /7/ CXHAUST FAN O EXHAUST FAN DETAIL SCALE: N.T.S. warm. 1.EXHAUST FANS AND ALL DJOENG TO BE MOUNTED USING DUCT HANGERS OR EOJIVALENT PER DIRECTIONS FURN,0IED BY MANuFACTuR.E. IN ACCORDANCE 1,,ITT4 THE MECHANICAL CODE AND SMACNA STANDARDS. 2.ALL DUCTV1ONK A INSL_ATED FLEX FIFE (uL usrer, ci_Ass I AR DUCT). PROVIDE SHEErME TAL FITTINGS AlMAIN DUCT RUNOUTS AND CONNECTIONS Y,1'RI A MiNi141.114 OF THREE SIIEE NETAL SORSEISE ARD TAPED TO PROVIDE AiRliGHT SEAL. SUPPORT FLEX AS DIRECTED BY MANUFACTURER, NOT TO EXCEED 4,0. s. 1HE DUCT DeCIIARGES THRU A SUITABLE CAP. 4. FANS ARE CONTROLLED BY OCCUPANCY SENSORS LOCATP27 IN EACH ROOM. LESS 0 2 ///// / /7/ ///// /7/ 1.• GM= EF-1 EXHAUST FAN 15 CONTROLLED BY OCCUPANCY SENSOR IN EACH RESTROONI,TYP. MECHANICAL PLAN r SHEET NO. 1/4*. Ml OS - savEr.a 7,11.21 FJ,Ise tas,PG,O-ral-rial S -irk. C-SrOr-01--Poltnala/a raft, cJ, Mall,OTO-Aaawa. REVISIONS sAhL 1 NO. E2 RON7E:... FAS DPSONEO T/-15 ELECTRICAL 51:1.1 TO MEET TIE KEE'S OF TH5 5PEOFIL FACILTY. srE 0E51541 A \ 0 ENONEERIN5 OY OTFER5. OMER 15 RESPONSE:ME TO PROVIDE AU. 502V'/CE AND/OR RUIN EN-RANOE E516M. FELD VERIFY THAT SERvICE CON,UOTOR SZE 15 AGEMATE FOR VOLTAM DROP. ANY AD7MONAL FOPIER OR LISIITNS LOAOS NOT SHOPN OK TNEBE FLANS SHAM. DE ENS NEEREP LIY OTHERS. nr I H HI IN 14 1 LI L__) U E_n D EltD E rn= E -D nr- --1--) 111 IFI I 1=1 HI IN H 1 1_1L jU ULIE JL; [ - G\I-^ \ MEN / ///////////// //////////4////////1///// //// NOTO EREA,—,..ER PANEL 'HAY EE RELOCATE, AT TI-E MC:REIM-1N OF 'ME NSTALER..ANEL MI.ST MAINTAIN ALL APPLCABLE OfOEC_EARANCE5 UNPER5RCVN2 ELECTRIOAM SaRV,CE VERIFY RESOIREMENTS FOR TONG INTO SERVICE 1.1- LCTY EGUIPMEW DY OTHERS. FLAN $1111 POP01 CATE: 11/05/2020 EI_EGTRICAL. FLAN SCALE 5/16" . -/-1/2021 - On,- ..,14/..0 I - In, r-.1.1 1-er nysy .e r&rCctlla PatVW)I- Ponbeth A e B 9 BREAKER PANEL 25k AIG RATING 200 AMP MAIN BREAKER 120 / 240 VOLTS 1-PHASE, 3-1^11RE FEEDER SIZE: ALUM: 3 #250 PH, #4 ORD, 2" G SURFAGE MOUNTED ELEGTRIGAL WIRING: GROUNDED 4 BOND PER - GEC, USE XHH1^1-2 Cl) GONDUGTORS LOAD DISTRIBLrION LS REC. MOTOR DATA HEAT MISC. PH-A PH-B . TOTAL AMPS NIP-I SPARE 25% CONNECTED VA 450 560 2.180 0 0 0 1564 1.106 = 5T10 16 4715 20 DIVERSITY FACTOR 125% 100% 125% 100% 100% 100% - DIVERSIFIED VA . 555 560 21ao 0 0 0 1.115 1.165 = 5575 1E, 4547 20 PL T LOAD VA VD% PHW GND CON BKR PH BKR CON GND PHW VD% VA LOAD T PL 1 L LTS & FAN - MEN 138 12 12 1/2 20 1 A 1 30 1/2 10 12 1490 HAND DRYER - MEN M 2 3 L LTS & FAN - WOMEN 138 12 12 1/2 20 1 B 1 30 1/2 10 12 1490 HD - WOMEN M 4 5 L LTS - MECH & ELEC. 56 12 12 1/2 20 1 A 1 20 1/2 12 12 180 REC - ELECTRICAL R 6 7 L LTS-EXTERIOR 98 12 12 1/2 20 1 B 1 20 1/2 12 12 180 REC - MECHANICAL R 8 9 A 10 11 B 12 13 A 14 15 B 16 17 A 18 19 B 20 21 A 22 23 B 24 25 A 26 27 B 28 29 A 30 RONITF-C HAS DES GNED THIS ELECTRICAL SYSTEM TO MEET THE NEEDS OF THIS 5FEGIFIG FACILITY. 51TE DESIGN AND ENGINEERING BY OTHERS. OMER 15 RESPONSIBLE TO PROVIDE ALL SERVCE AND/OR UTILITY ENTRANCE DEBGN. FIELD VERIFY THAT SERVICE CONDUCTOR SIZE 15 ADEOUATE FOR VOLTAGE DROP. ANY ADDITIONAL F'OPNER OR LIGHTING LOADS NOT 5.-.0V,IN ON THESE PLANS SHALL BE ENGINEERED BY OTHERS. 21 Cmcc. t On 2.4,0.21 • 0051 Fw.flFL, 2/4/2021 C,GZAMI tr.glimerlrg, Prep,erc.--eartec., phi uzrksFITO,1- POPiaen e•ark. C.A .O..31s1.21020,e, day S ...Li- NO. E4 111 01.45 00 111 F'OPO 1 DAIL: 11/05/2020 liEVISIONS Pre. en, er CR 4.Blocks shall be manufactured to ASTM C90 designation for load bearing concrete masonry units. 5.L-shaped CA41.1 block privacy walls in front of restrooms shall be supplied by building supplier. B. Rain Guard Blok-Lok anti-graffiti coating on exterior walls supplied by building supplier. C. Block restroom partition walls with phenolic partition doors supplied by building supplier. 1.Solid Phenolic core is composed of compressed cellulose fibers impregnated with resins. The surface laminate is fused to the resin-impregnated core. All edges arc machined and finished smooth with a 15- degree beveled edge. Material will not delaminate even under extreme conditions. Materials are non- absorbent, impact and graffiti resistant. Materials are impervious to steam, soaps and detergents and will not mildew. 2.Partition color shall be Graphite Grafix (006F). D. Door system components shall be supplied by building supplier. I. Doors shall be Steelcrafte SL18 standard laminated honeycomb core and 18-gauge galvanized steel. 2. Door frame shall be pre-welded Steelerafle 3-Sided flush frame, I6-gauge galvannealed A-60 steel. 3.Doors and frames are powder coated RAL 6028 with undercoating. 4.Masonry door clips (3/16" dia.) for door frame shall be fitted between the doorframe and concrete blocks to bond frame to wall. Door clips allow full internal grouting of the frame during installation. 5.Hinges shall meet ANSI A5112 with non-removable pin and two ball bearings. 6.Door closure shall be LCN-4111, grade 1, heavy duty closure with cast iron body, full complement bearing, double heat-treated pinion journal. 7.Restroom doors to have 18" x 18" louvered door vent. S. Door locks to be Schlage lock sets and 6 pin hardware. Note: Keying to be done by City contracted locksmith. 2.4 ROOFING A. Roof shall be supplied by building supplier. 1.Hip trussed roof system over restrooms with boxed soffits. 2.Rough tex plywood ceiling finish. B. Roofing shall be Fabral, 26-gauge, Horizon 16, standing seam panels, with 16 in. coverage width. 1.Roofing package shall include inside and outside foam closures, matching trim (eaves, gables and ridge) and fasteners, sheet metal flashing (all sides), and 30# felt (under metal). 2.Roofing color to be Evergreen 875 as selected by the owner from the manufacturers standard color chart. C. Steel trellis, 22' roof extension with CMU block columns. 1. Steel to be powder coated RAL 9001 with undercoating. D. Steel trellis, 6' roof extension over restroom entrances. 1. Steel to be powder coated RAL 9001 with undercoating. 2.5 PLUMBING FIXTURES & ACCESSORIES A.The following plumbing fixtures and accessories shall be supplied by building supplier. B.Toilets shall be Acorn Dura-Ware blowout jet fabricated from 16 gage, type 304 stainless steel. 1. Flush valve shall be chrome, low flow, manual lever with ADA compliant metal oscillating non-hold-open handle by Sloane. C.Lavatory shall be Acorn Dura-Ware, 18" wide ADA compliant, fabricated from heavy gage, type 304 stainless steel. 1. Faucet shall be deck mounted single hole with chrome push faucet. D.Grab bars shall be Bobrick stainless steel. E.Mirrors to be 18" x 36" glass mirror with stainless steel frame (Bobrick B-290 1836B). F.Soap Dispensers to be surface mounted, 1 per sink (Bocicrick B-41I2 Contura Series). G.Men's restroom to include recessed toilet seat cover and toilet tissue dispenser (Bobrick B3474 Classic Series). H.Women's restroom to include recessed toilet seat cover, toilet tissue dispenser and sanitary napkin disposal (Bobrick B3574 Classic Series). I.Women's restroom to include recessed sanitary napkin/tampon vendors (Bobrick B-3706 Classic Series). J.Free standing, trash receptacles to be supplied by the City. 2.6 ELECTRICAL A. The following electrical fixtures shall be supplied by building supplier. B. Interior and exterior light fixtures shall be supplied by building supplier. 1.Interior & Exterior lights to be Lithonia Contractor Select WF6 vandal resistant LED. 2.Exterior light fixtures located in the soffits. 3 Exterior lights controlled by photocell. 4. Interior lights controlled by motion sensor. C. Electric, Nu-Tone, 210 CFM ceiling fan in each restroom supplied by building supplier. D. Hand dryers shall be XLERATOR XL-SB dryers supplied by building supplier. Romtec Inc. 13 34 23 —Pre-Engineered Resiroom Building Page 2 of 5 2.All floor drains shall be as shown on final building plans. 3.Building water shutoff valve, drain, and all rough piping shall be as shown on fmal building plans. Final location to be set onsite. 4.Minimum water pressure at toilet and urinal flush valves shall be 40 psi. with minimum pipe sizing as per 2009 Uniform Plumbing Code Section 610. 5.Install the supplied fixtures and all other plumbing supplies as specified in final plans. 13. Floor drains shall be supplied by building installer. C.Water line drain valve shall be supplied by building installer. D.Sewer line backflow check valve shall be supplied by building installer. 3.5 ELECTRICAL A. Electrical rough-in, installation and trim shall be supplied by building installer. 1.All underground and/or overhead service to building shall be as specified in the final site plan. 2.The building installer supplies the meter base and meter. 3.Building installer is responsible for all necessary wire, connectors, grounding, conduit etc. to install the components and meet national and local code. The installation of these components shall comply with all state and/or local codes. B. Electric meter base and all rough wiring, switches, plugs and circuit breakers shall be as shown on final plans. 3.6 OTHER MATERIALS & EQUIPMENT A. Unless otherwise specified, the following products and materials are supplied by building installer. 1.All items not specifically listed as supplied by building supplier. 2.Any item listed as supplied by "installer", "contractor", "owner", or "others". B. Unless specified in the plans or specifications, building installer supplies the following: 1.Building installation 2.Asphalt paving 3.Masonry pavers 4.Sidewalks 5.Landscaping 6.Site grading 7.Cast-in-place concrete foundations, footings, interior slabs and exterior/entry slabs 8.Concrete slab sealer 9.Mortar 10.Concrete grout 11.Rebar 12.Latex epoxy paint 13.Caulk for siding 14.Plumbing rough in, installation and trim 15.Electrical rough in, installation and trim 16.Drain valves and backflow check valves 17.Branch circuit breakers 18.Switches & outlets 19.Typical fasteners; for example: roofing nails, staples. etc. 20.Fasteners not included in product packaging 21.Irrigation Equipment 22.Fire alarm and fire suppression equipment 23.Lighting equipment not attached to the building 24.Clear coat finish for all decking, glulam beams, posts, and extensions 25.All other items indicated on final plans or required by building codes which are not specifically stated as supplied by building supplier. 3.7 DELIVERY,STORAGE, AND HANDLING A.The building installer will be responsible for all equipment and labor required for off-loading of the building onsite. B.The building installer will assume responsibility for adequate protection of materials from weather, damage, and pilferage or all warranties, expressed or implied may be voided. 3.8 BUILDING MAINTENANCE AND ACCEPTANCE A.Building installer is responsible for maintenance for the packaged restroom building prior to final acceptance by the owner. B.Owner is responsible for maintenance for the packaged restroom building after final acceptance. Ronuec Inc. 13 34 23 - Pre-Engineered Restroom Building Page 4 of 5 PS E CONSULTING ENGINEERS INC. STRUCTURAL ENGINEERING CALCULATIONS PROJECT: Poinsettia Park Restroom POP01 PROJECT LOCATION: 6600 Hidden Valley Rd. Carlsbad, CA 92011 PSE PROJECT NUMBER: Rontec 220-75 DATE: November 23, 2020 BY: Ralph Hall, P.E. 250-A Main Street F-Mai I: info ©structural tom ph. (541) 850-6300 Klamath Falls, OR. 97601 Web: www.structurel.com fax (541) 850-6233 PSE CONSULTING ENGINEERS INC. 10 PROJECT #: ROMTEC 220-75 References: 1- Literature: a.2019 California Building Code (CBC), based on the 2018 International Building Code (IBC) b.Design of Wood Structures, Donald E. Breyer 4th ED. c.Building Code Requirements for Masonry Structures, TMS 402 d.Building Code Requirements for Concrete, ACI 318 e.Steel Construction Manual, AISC 15th Edition 2- Software: a.RISA 3D Version 17.0, RISA Technologies, b.Wood Works Design Office Version 11.0, American Forest & Paper Association c.Engineering International Spreadsheets Daniel T. Li 250-A Main Street E-Mail: info@structurel.com ph. (541) 850-6300 Klamath Falls, OR, 97601 Web: www.structurel,com fax (541) 850-6233 c,:it.5 C.:11.11 t13 Ft.1L , '11 S. 1,1.y.,..•NC GED,: '; 0.9 0.8 D.7 0.6 0.5 0_4 o.a 0.2 O. i 0., 1 Design Response Spectrum 2 34 5 6 7 Sa (g) vs T(s) Design Vertical Response Spectrum 0.8 • • 07 0.6 0.5 .4„.., -,•,..e.fia..‘" ,at2r 0.1 0 0.5 S ( g) vs T(s) 0.4 0.3 02 4.,z 1.0 1.5 2.0 MCER Vertical Response Spectrum 0.5 1.0 Sa (9) vs T(s) MCER Response Spectrum 0 1 2 3 4 5 6 7 Sa(g) vs T(s) 103 AXE AMERICAN SOCIElY OF CR ENGINEERS Seismic Site Soil Class: Results: C - Very Dense Soil and Soft Rock Ss : 1.062 S01 : 0.383 SI : 0.383 TL : 8 Fa : 1.2 PGA: 0.468 F., : 1.5 PGA m : 0.562 S s 1.274 F PGA 1.2 S M1 0.575 I e : 1 S DS 0.85 CY: 1.112 Seismic Design Category Data Accessed: Date Source: Tue Nov 17 2020 USGS Seismic Design Maps based on ASCE/SEI 7-16 and ASCE/SEI 7-16 Table 1.5-2. Additional data for site-specific ground motion procedures in accordance with ASCE/SEI 7-16 Ch. 21 are available from USGS. Mps://asce7hazardtool.online/ Page 2 of 3 Tue Nov 17 2020 /a IBC SEISMIC DESIGN EQUIVALENT LATERAL FORCE PROCEDURE JOB NUMBER Romtec 220-75 DESIGNER RMH Design Information -,.-...DATti. ;.':',.MLUE:,. Sl= 0.383 Seismic Design Parameters (Software) Sms= 1.274 Seismic Design Parameters (Software) Shm= 0.575 Seismic Design Parameters (Software) re 1.0 ASCE 7-16 Table 1.5-2 Risk Category 2 ASCE 7-16 Table 1.5-1 R 5 ASCE 7-16 Table 12.2-1 hn 14 Height per ASCE 7-16 CI 0.02 ASCE 7-16 Table 12.8-2 1) Design spectral response acceleration SDS: 5% Damped spectral response acceleration at short periods S01: 5% Damped spectral response acceleration at 1 second period Sms: Max considered spectral response acceleration for short periods Smi: Max considered spectral response acceleration for 1-second period 1E: Seismic importance factor R: Response modification factor Sps=2/3(Sms) SOS' SD1=2/3(Sm1) Sol= 2/3 X 1.274 2/3 X 0.575 Sos= 0.849 [ASCE 7-16 Eq. 11.4-3 ] S01= 0.383 [ASCE 7-16 Eq. 11.4-4 ] 2)Seismic design category From Table 11.6-1 ASCE 7-16 From Table 11.6-2 ASCE 7-16 3)Determine design base shear (V) Equivalent Force Procedure [ASCE 7-16, 12.8.1] A. [ASCE 7-16, 12.8.1.1, Eq. 12.8-2 ] Governing Design Category v=Cs xW Cs : Seismic Response Coefficient W: Total dead load and other applicable loads Cs = Cs SOS = 0.849 1.0 Cs= 0.170 R I 5 B.Nor greater than SDI Cs = T(R/I) [ASCE 7-16, 12.8.1.1, Eq. 12.8-3] T= Ts = Ct(h.x ) [ ASCE 7-16, 12.8.2.1, Eq. 12.8-7] Ts : Approximate Fundamental Period 0,145 X 5 0.75 Cs= 0.530 T= 0.020 X14 T= 0.145 C.Nor less than [ASCE 7-16, 12.8.1.1, Eq. 12.8-5] Cs = 0.044 (Sos) ( I ) Cs = 0.044 X 0.849 X1 Cs= 0.0374 Governing Cs = 0.170 V= Cs x W V= 0.17 X W Refer to sheet two for W and Calculated V 1 OF 3 Cs — 0.383 X 1 1. 4 MecaWind v2326 107 : www.meca.biz Calculations Prepared by: Date: Nov 17, 2020 FileLocation Basic Wind Parameters Wind Load Standard ASCE 7-16 Exposure Category C Wind Design Speed = 96.0 mph Risk Category = II Structure Type = Building Building Type = Enclosed General Wind Settings = ASCE 7-16 Wind Parameters Incl_LF - Include ASD Load Factor of 0.6 in Pressures DynType = Dynamic Type of Structure NF . = Natural Frequency of Structure (Mode 1) NF = Natural Frequency of Structure Zg - Altitude (Ground Elevation) above Sea Level Bdist = Base Elevation of Structure GenElcv - Specify the Elevations For Wind Pressures SOB - Simple Diaphragm Building mwrRs — Analysis Procedure being used for MWFRS C&C = Analysis Procedure being used for C&C Reacs - Show the Base Reactions in the output MWFRSType MWFRS Method Selected Topographic Factor per Fig 26.8-1 Tope - Topographic Feature Kzt = Topographic Factor True Rigid 1.000 Hz 1.000 Hz 0,000 ft 0.000 ft Mean Roof Ht False Ch 27 Pt 1 None = False = Ch 27 Pt 1 = None = 1.000 Building Inputs RoofType: Building Roof Type = Hipped : Width Perp to Ridge - 25.000 ft EHt : Rave Height - 10.000 ft RE : Roof Entry Method = Slope OH : Specify Roof to Wall intersection Par : is there a Parapet = False Exposure Constants per Table 26.11-1: Alpha: Const from Table 26.11-1= 9.500 At: Const from Table 26.11-1- 0.105 Am: Const from Table 26.11-1= 0.154 C: Const from Table 26.11-1- 0.200 : Hipped : Length Along Ridge - 19.000 it Hip : Ridge Hipped Length e 4.500 ft Slope : Slope of Roof = 8.0 :12 and Overhang= None Theta : Roof Slope OH ALL Zg: Bt: Bm: Eps: = 33.69 Deg : None = 0.000 ft Const from Table 26.11-1= 900.000 ft Const from Table 26.11-1= 1.000 Const from Table 26.11-1= 0.650 Const from Table 26.11-1= 0.200 = True = None Overhang Inputs: Std Overhangs on all sides are the same OHType = Type of Roof Wall Intersections Main Wind Force Resisting System (MWFRS) Calculations per Ch 27 Part 1: - Mean Roof Height above grade = 14.167 ft Rh = Z < 15 ft (4.572 m)--> (2.01 * (15/zg)^(2/Alpha) (Table 26.10-11= 0.849 Kzt = Topographic Factor is 1 since no Topographic feature specified = 1.000 Rd - Wind Directionality Factor per Table 26.6-1 = 0.85 Zg - Elevation above Sea Level e 0.000 ft Xe - Ground Elevation Factor: Re e^-(0.0000362*Zg) (Table 26.9-1) - 1.000 GCPi = Ref Table 26.13-1 for Enclosed Building = +/-0.18 = 14.167 ft = 18,333 ft •25.000 ft -19.000 ft = 0.760 = 0.746 = 33.69 Deg = -0.18, --0.18, --0.18, = -0.18, = -0.18, --0.18, . -0.18, --0.18, -1.0 -0.802 -0.802 -0.598 -1.0 -0.802 -0.802 -0.598 = -0.18, -0.598 h/L>=1 & (0 To h/2) 109 Roof _X (-X) Roof _X_1 (+X) Roof_X_2 (-X) Roof X_3 (+X) Roof X_4 (-X) Sofit_-Y 0.000 7.083 -0.180 -0.927 0.180 0.28 -3.40 -6.21 -9.89 7.083 14.167 -0.180 -0.873 0.180 0.28 -3.40 -5.74 -9.42 7.083 14.167 -0.180 -0.873 0.180 0.28 -3.40 -5.74 -9.42 14.167 28.333 -0.180 -0.527 0.180 0.28 -3.40 -2.73 -6.41 14.167 28.333 -0.180 -0.527 0.180 0.28 -3.40 -2.73 -6.41 N/A N/A 0.800 0.800 0.000 6.95 -6.95 6.95 6.95 Notes Roof Pressures: Start Dist - Start Dist from Windward Edge End Dist = End Dist from Windward Edge Cp_Max - Largest Coefficient Magnitude Cp_Min = Smallest Coefficient Magnitude Pp_max qh*G*Cp_max - qip*(+GCPi) Pn_max = qh*G*Cp_max - qin*(-Gepi) Pp_min* = gh*G*Cp_min - gip*(+GCPi) Pn_min* = qh*G*Cp min - gin*(-GCPi) OH = Overhang X - Dir along Ridge Y = Dir Perpendcular to Ttidge Z - Vertical *The smaller uplift pressures due to Cp_Min can become critical when wind is combined with roof live load or snow load; load combinations are given in ASCE 7 +Pressures Acting TOWARD Surface - Pressures Acting AWAY from Surface MWFRS Wind Parallel to Ridge (Ref Fig 27.3-1) Mean Roof Height Of Building Ritt = Ridge Height Of Roof = Horizontal Dimension Of Building Normal To Wind Direction = Horizontal Dimension Of building Parallel To Wind Direction L/B - Ratio Of L/B used For Cp determination h/L = Ratio Of h/l, used For Cp determination Slope = Slope of Roof Hip_End - **Hipped End Coeff (0 to h/2) (0.000 ft to 7.083 ft) Hip_End_l = Hipped End Coeff (h/2, to h) (7.083 ft to 14.167 ft) Hip_End_2 = Hipped End Coeff (h/2 to h) (7.083 ft to 14.167 ft) Hip_End_3 = Hipped End Coeff (h to 2h) (14.167 ft to 28.333 ft) Roof = **Roof Coeff (0 to h/2) (0.000 ft to 1.083 ft) Roof _l = Roof Coeff (h/2 to h) (7.083 ft to 14.167 ft) Roof _2 = Roof Coeff (h/2 to h) (7.083 ft to 14.167 ft) Roof _3 Roof Coeff (h to 2h) (14.167 ft to 28.333 ft) Roof _4 = Roof Coeff (h to 2h) (14.167 ft to 28.333 ft) **Includes Reduction Factor 0.85 For roof area, applied To Cp=-1.3 For CP_WW Windward Wall Coefficient (All L/B Values) Cp_LW Leward Wall Coefficient using L/B Cp_SW Side Wall Coefficient (All LIB values) GCpn_WW = Parapet Combined Net Pressure Coefficient (Windward Parapet) GCpn_LW = Parapet Combined Net Pressure Coefficient (Leeward Parapet) = 0.80 •-0.50 --0.70 -1.56 = -1.00 Wall Wind Pressures based On Positive Internal Pressure (-1-GCPi) - Parallel to Ridge All wind pressures include a load factor of 0.6 Ks Kzt qz GCPi Windward Leeward Side Total Minimum Press Press Press Press Pressure* psf psf psf psf psf psf Elev ft 10.00 0.849 1.000 10.21 0.18 5.11 -6.18 -7.92 11.29 9.60 Wall Wind Pressures based on Negative Internal Pressure (-GCPi) - Parallel to Ridge All wind pressures include a load factor of 0.6 Elev Kz Kzt qz GCPi Windward Leeward Side Total Minimum Press Press Press Press Pressure* ft psf psf psf psf psf psf 10.00 0.849 1.000 10.21 -0.18 8.78 -2.50 -4.24 11.29 9.60 Notes Wall Pressures: Kz = Velocity Press Exp Coeff qz = 0.00256*Kz*Kzt*Kci*V"2 Side = ah * G * Cp_SW - qip * +GCPi Leeward. qh * G * Cp_LW - gip * +GCPi *Minimum Pressure: Para 27.1.5 no less +Pressures Acting TOWARD Surface Kzt = Topographical Factor GCPi = Internal Press Coefficient Windward = qz * G * Cp_WW - gip * +GCPi Total = Windward Press - Leeward Press than 9.60 psf (Incl LF) applied to Walls - Pressures Acting AWAY from Surface '..2oof Wind Pressures for Positive & Negative Internal Pressure (+/- GCPi) - Parallel to Ridge All wind pressures include a load factor of 0.6 Roof Var Start End Cp_min Cp_max GCPi Pressure Pressure Pressure Pressure Dist Dist Pn min* Pp_min* Pn_max Pp_max ft ft psf psf psf psf Hip_End (-X) 0.000 7.083 -0.180 -1.000 0.180 0.28 -3.40 -6.85 -10.52 Hip_End_l (+X) 7.083 14.167 -0.180 -0.802 0.180 0.28 -3.40 -5.12 -8.80 PSE CONSULTING ENGINEERS INC. PROJECT #: ROMTEC 220-75 ANALYSIS & DESIGN: Pages 1,000 - 1,999 250-A Main Street E-Mail: info@structurel.com ph. (541) 850-6300 Klamath Falls, OR. 97601 Web: WWW.structurel.com fax (541) 850-6233 Lc 7 ft LOAD TYPE (1=SEISMIC, 0=WIND, 5=GRAVITY) 5 Gravity Only VERTICAL REINF. 0 # 5 @ 24 . in o.c. TENSION REINFORCEMENT -C '0 0.375 = 0.875 k pn +(pn)2 — pn , (SF)2 f,= = 16.1 psi pry= MIN[(SF)1.125V „, + 0.5( AL,Fsd b„d 21,5 (TMS 402 8.3,5) = 43.5711 psi [SATISFACTORY] Masonry Beam Design Based on TMS 402-16/13 INPUT DATA & DESIGN SUMMARY SPECIAL INSPECTION ( 0410, 1=YES ) TYPE OF MASONRY ( 1=CMU, 2=BRICK ) 1 Yes CMU MASONRY STRENGTH fm' = 1.5 ksi REBAR YIELD STRESS fy = 60 ksi ALLOWABLE INCREASING ? (IBC/CBC 1605.3.2) :Na V M = 1.072:ft-k in d = 5 in SERVICE SHEAR LOAD SERVICE MOMENT LOAD WIDTH EFFECTIVE DEPTH CLEAR SPAN ANALYSIS ALLOWABLE STRESS FACTOR SF = 1.000 ALLOWABLE REIN F. STRESS (1.33 or 1.0) F, = 32 ksi ALLOWABLE MASONRY STRESS Fb=(SF)(0.33tm) = 0.495 ksi MASONRY ELASTICITY MODULUS Em = 1350 ksi, (TMS 402 4.2.2) STEEL ELASTICITY MODULUS E5 = 29000 ksi, (TMS 402 4.2.2) EFFECTIVE WIDTH bw = 7.63 in [Satisfactory, Lc < 32 bw] MODULAR RATIO n = 21.48 TENSION REINFORCEMENT RATIO p = 0.005 THE NEUTRAL AXIS DEPTH FACTOR IS THE LEVER-ARM FACTOR IS THE TENSILE STRESS IN REINFORCEMENT DUE TO FLEXURE IS .114- f 5— Asjd — 14.7 ksi < F, [SATISFACTORY] THE COMPRESSIVE STRESS IN THE EXTREME FIBER DUE TO FLEXURE IS Fb [SATISFACTORY] THE SHEAR STRESS IN MASONRY IS 2M = 0.41 ksi < f b = ikbwd2 E PROJECT: Pracasion synuc.rva., emaimrnmcs CLIENT : JOB NO.: PAGE: DESIGN BY: REVIEW BY: Door Header [THE BEAM DESIGN IS ADEQUATE.] loo t 112 (0/10 St nor Ibment PSE PITECISWIN tTF7uCTUR.I IgGINECli,11 PROJECT: CLIENT: JOB NO.: DATE • PAGE: DESIGN BY: REVIEW BY: 8" CMU Walls Lateral Force for One-Story Wall Based on ASCE 7-16 & 2015 IBC INPUT DATA WALL THICKNESS PARAPET HEIGHT WALL HEIGHT TOTAL WALL DENSITY SEISMIC PARAMETER t = In, (203 mm) h, = 0 . ft, (0.0m) Ii = 10 ft, (3.0 tn) P = 126 lbsiTe (2001 kg/m') Sos = 0.85 (ASCE 7 Sec 11.4) SEISMIC DESIGN CATEGOK SOC = DIAPHRAGM FLEXIBLE ? (0=no, 1=yes) 1 Yes SEISMIC IMFORIANCE FACTOR I, = 1 (ASCE 1 Tab 11.5-1) WIND IMPORTANCE FACTOR Iw = 1.0 (ASCE 7 Tab 1.5.2) BASIC WIND SPEED V= 96 mph, (154 kph), (ASCE 7 Sac 26.5.1) EXPOSURE CATEGORY (B, C, D) TOPOGRAPHIC FACTOR K I. 1. Fiat, (ASCE 7 Tab 26.8.1) wi (p11/ 1) Shear DESIGN SUMMARY Out-of-plane force for wall design ve, = 19.8 psf (Seismic governs) , (950 NMI') Out-of-plane force for parapet design w2 = 59.5 psf (Seismic governs) , (2849 Wm') Out-of-plane force for anchorage design = 238 pli (Horizontal direction) , (3471 (The governing seismic & wind forces have been reduced by 0.7 & 0.6 for ASO) WIND ANALYSIS Out-of-plane wind force for wall design (ASCE 7-16 Eq. 30.3-1) (GCpi)] = (0.00256K8KzIK,tK,V2)[(GCp)- GCpin Moment NinI) 15.7 psf Where: 1<6 = 0.85 , I< = 0.85 , (mean roof h = 10 it, changeable) 1<6= 1.00 (ASCE 7-16 26.10-1) Out-of-plane wind force for parapet design (ASCE 7-16 Eq. 30.8-1) GC, = -1.38 , GC, = 0.18 (comer ? Yes , TA = 13.33 ft) (ASCE 7-16 Tab. 26.13-1) (ASCE 7-16 30.3.2) W2.m/ = 0.6qp[(GCp)-- (GCr,)] = (0.00256K8KDKdKeT12)[(GCp) (GCP/)] 36.6 psf, (ASCE 7-16 30.8) Where: K2, = 0.85 , K, = 0.85 . GC, = -1.40 , (ASCE 7-18 26.10-1) (ASCE 7-16 26.10-1) = 1.00 (TA = 0 112) wall, (ASCE 7-16 30.3.2) Ow-of-plane wind force for anchorage design GC, = -2.40 GC,, = 0.18 roof, (ASCE 7-16 30.3.2) ( ASCE 7-16 Tab. 26.13-1) hp F m,elbwind - wind ÷ hp(I• -)W 2 wind 2 ' 2h SEISMIC ANALYSIS Out-of-plane seismic force for wall design (ASCE 7, Sec,12.11.1) MAX(0.41sosw,, ,0.1w) 79 pli (Horizontal) 0.34 W0= 28.3 psi Where: W0 = 83.3 psf , I = 1.0 (CBC/IBC Tab 1604.5 & ASCE 7 Tab 1.6-2) Out-of-plane seismic force for parapet design (ASCE 7, Sec. 13.3.)) MAX[0-38o54,,W, , MAW( •2 a P-.T Ds- P.. P , 1.6S bs1 ,W p) 1.02 W,,= 85.0 psi Rp Where: a„ = 2.5 , (ASCE 7 Tab. 13.5.1) 1,, = 1.0 , R, 2.5 (ASCE 7 See. 13.1.3) (ASCE 7 Tab. 13.5-1) Out-of-plane seismic force for anchorage design For masonry or concrele under seismic design category A & B, both flexible & rigid diaphragm (ASCE 7 Sec. 12.11.2) [ (h+hpy ,...„... .-mAx- 0A, psi W , p( - ")2 0.IW, 2k 2h , 400sos/ , ]Fmk, 4.08 W,, 340 pit (Horizontal) (Not applicable) Where: F,,, = 280 plf (ASCE 7 Sec. 12.11.2 & 11.7.3) For seismic design category C and above, flexible diaphragm (ASCE 7 Sac. 12.11.2.1) I (h-l-hpY (h+h a F row!, .salsnde --'- MAX 0.8Sns/W p , 0.1FV„ 2h 2h , 400sosl F,,.;,, = 4.08 W,,= ] 340 plf (Horizontal) (Applicable) For seismic design category C and above, rigid diaphragm (ASCE 7 Sec. 12.11.2 & Sec. 13.11) p 1.68 Lai p wp(h+hp) R 2 2h , 400S Ds! , F min = 4.08 W„ = Where: = 1.0 (ASCE 7 Tab. 13.6-1) 340 pif (Horizontal) (Not applicable) R, = 1.5 (1.5, ASCE 7 13.4.2 or 2.5, ASCE 7 Tab 13.5-1) lor3 (cont'd) CHECK REGION 1 CAPACITY ba 2 Dte 6308 ft-lbs / ft > M1 [Not applicable] 6 6 6352 ft-lbs / ft > M2 [Satisfactory] CHECK REGION 2 CAPACITY A p te 2 .P 2 282 ft-lbs / ft > M1 [Not applicable] 2 3b„Ft, 154 ft-lbs / tt M2 [Not applicable] CHECK REGION 3 CAPACITY (The moment maybe limited by either the masonry compression or steel tension, MDG-3 page 12-25). 1 T.A kd kd t Min =' A T F b(u — -)— P d , s d + p kd e 2 3 2 3 2 3 { 1152 ft-lbs / ft M1 (Satisfactory] 1070 ft-lbs / ft M2 [Not applicable] THE ALLOWABLE SHEAR STRESS IS GIVEN BY (TMS 402 8.2.6) =(SF)1.125(Z) 58.095 psi f, [Satisfactory] Technical References: 1. "Masonry Designers' Guide, Third Edition" (MDG-3), The Masonry Society, 2001. I (9 /5 OV,. FACTORED SOIL PRESSURE (contd) Factored Loads CASE 1 CASE 2 CASE 3 Pu eu . 1.7 0.0 2.5 0.0 1.9 . 0.0 k / ft in (from center of footing) Y 'Is C 0.24 0.24 0.24 k / ft; (factored surcharge load) /[0.15AC - (0.15-Ws) (C-D) (A-B)1 0.49 0,49 0.37 k/ ft, (factored footing & backfill loads) t Pu eu 2.40 0.0 3.23 0.0 2.52 •0.0 k / ft in E 5.0 5.0 5.0 in clu, max 1.60 2.15 1.68 ksf clu, Vt. 1.60 2.15 1.68 ksf 9u, rm. 1.60 2.15 1.68 ksf 9u, MR 1.60 2.15 1.68 ksf clu.va 1.60 2.15 1.68 ksf 9u, min 1.60 2.15 1.68 ksf 0.10 0.15 0.11 ft-k / ft Mu, R 0.10 0.15 0.11 ft-k / ft Vu, L 0.00 0.00 0.00 k/ ft Vo, R 0.00 0.00 0.00 k / ft CHECK FLEXURE Mu, max ' 0.15 ft-k / ft < SHEAR (ACI 318 14.5) 4 = 4470 = 3.84 where 0 0.6 Vu,”,a„ = 0.00 k/ ft < 95 M , k /ft (Ad I 318 21.2) 0 V n [Satisfactory] [Satisfactory] -6 - As,1 •••• /A /A\ /A\ 7c. ' As2 t [THE WALL DESIGN IS ADEQUATE.] .3 •P9 E PROJECT: CLIENT: JOB NO. : DATE: PAGE: DESIGN BY: REVIEW BY: Free Standing Masonry Wall Design Based on TMS 402-16/13 & AC1318-14 Privacy Wall INPUT DATA & DESIGN SUMMARY SPECIAL INSPECTION ( 0=NO, 1=YES ) I Yes , TYPE OF MASONRY ( 1=CMU, 2=BRICK ) I CMU MASONRY STRENGTH fm' = 2 ksi CONCRETE STRENGTH f: ,.-_ 3 ksi REBAR YIELD STRESS f.,, = 60 ksi PASSIVE SOIL PRESSURE Pp = 250 pcf (equivalent fluid pressure) ALLOW SOIL PRESSURE Qa = 2 ksf FRICTION COEFFICIENT g LI . 0.3 . . SOIL SPECIFIC WEIGHT 7s = ; pal SOIL OVER hp = : in WALL LATERAL FORCE, ASD kkat =20 psf HEIGHT OF STEM H - ft THICKNESS OF WALL t = 6 in WALL VERT. REINF. (A0.1) # 4 @ 24 in 0.c. ALI LOCATION (1=at middle. 2=at each face) 1 at middle FOOTING WIDTH L = 2.6 ft FOOTING THICKNESS tv - 12 in BOT. REINF.OF FOOTING (A.2) # 4 @ .12 in (Lc. TOP. REINF.OF FOOTING (A.2) # 4 @ 12 in c.c. ANALYSIS SERVICE LOADS Hist = wLat H = 0.15 kips /ft Hp = 0.5 Pp (hp + 0,13 kips / ft Ww = t H ym = 0.47 kips / ft Wr = hr L ys = 0.38 klps / ft VVs = hp (L - t) 0.00 kips / ft FACTORED LOADS yHtat = 1.6 Htat = 0.23 kips/It yHa = 0.0 Hp = 0.00 kips / ft yWw = 1.2 Ww 0.57 kips / ft yWt = 1.2 Wf = 0.45 kips / ft yWs = 1.2 Ws = 0.00 kips / fl OVERTURNING MOMENT yH Y Hy yH y HLall 0.15 0.23 4.65 0.68 1.09 Ei 0.15 0.23 0.68 1.09 RESISTING MOMENT Wx Ws 0.00 0.00 1.25 0.00 Wf 0.38 0.45 1.25 0.47 Ww] 0.47 0.67 1.25 0.59 Z o.ss 1.02 1.06 CHECK SOIL BEARING CAPACITY (ACI 318 13.3.1.1) e - L 2 ZWx -EHy < = 0.80 ft EW zw r i+ 6e) L ) for e - BL 6 41,,x = 2EW for e > - Mx OVERTURNING FACTOR OF SAFETY sF = Wx - 1.564 > 1.5 - E fy [Satisfactory] L/ 3 1.26 ksf < Q [Satisfactory] 0.00 0.56 0.71 1.27 (coned) (A S. 2 ) required 0.02 in2 / ft < A s.z = 0.20 in2 I ft [Satisfactory] CHECK SLIDING CAPACITY (2015 IBC 1807.2.3) 1.5 (I1Lai) = 0.22 kips / ft < Hp + }IEW = 0.42 kips I fl [Satisfactory] PAGE: DESIGN BY: REVIEW BY: THICKNESS OF WALL REINFORCING OF WALL Ash, Horizontal 1 A„, Vertical 1 TOP FLANGE (COMPRESSION) 1)11 = • , 8 in, 1 . @ tw= 5 24 in o.c. 5 24 in o.c. = 0 In, b12= In, tin = at each ends, with 4 In center to edge. in o.c., Vertical 8 in ,(TMS 402 5.1.1.2.3) 100 150 200 250 350 - SWAIN DACRAM I PS E PnECI51014 ,77.,..ir.ronp. cam. Masonry Shear Wall Design Based on TMS 402-16/13 & 2015 IBC (both ASD and SD) INPUT DATA & DESIGN SUMMARY SPECIAL INSPECTION ( 0=NO, 1=YES ) 1 Yes (This option only for local jurisdiction amendments to the code, not part of TMS.) TYPE OF MASONRY (1=CMU, 2=BRICK ) 1 CMU MASONRY STRENGTH = 1.5 ksi REBAR YIELD STRESS f = 60 ksi ALLOWABLE 30% INCREASING ? (Yes or No, IBC 1605.3.2) Yes SEISMIC PERFORMANCE CATEGORY D Seismic D ( C,D,E, 0=WIND, 5=GRAVITY) MASONRY LAID IN RUNNING BOND ? (TMS 402 7.3.2.6) SERVICE AXIAL LOAD P = 1.05'. kips at middle of Lw SERVICE SHEAR LOAD V, = 121375 . kips, (in-plane force) SERVICE MOMENT LOAD Mx= 82.5 ft-kips, (top flange, bf1, compression) My= 0.2 ft-kips, (out-of-plane, left b11 & 421, compression) PROJECT: CLIENT: JOB NO.: EFFECTIVE HEIGHT OF WALL LENGTH OF SHEAR WALL hw = 10 ft Lw = 6 - ft, (within vertical control joints) THE WALL DESIGN IS ADEQUATE, BOTTOM FLANGE tf2 = b22= 0- , bt2 = 8 in ,(TMS 402 5.1.1.2.3) 4. •S': in o.c., Vertical ANALYSIS CHECK FLEXURAL & AXIAL CAPACITY BY ALLOWABLE STRESS DESIGN (ASD) M (ft-k) < P (allowable) = Ps = 200.27 kips M (resultant) = (/132 + my)" = 82.5002 ft-kips < M (allowable) = 84.8806 ft-kips [Satisfactory] Where Em= 1350 ksi, (TMS 402 4,2.2.2.1) A, = 555 in2 Es = 29000 ksi, (TMS 402 4.2.2.1) Am = 1.34 in2 Scale Factor = 1.333 . (TMS 402-11 2.1.2) 4 ³ o ksi. (TMS 402 8.3.3 3) Fb = 0.660 kSi, (TMS 402 8-18) h /r= 55 , neglected conservatively flanges. Fs = 32.00 ksi, (TMS 402 8.3.3.1) Pa = 200.27 kips, (TMS 402 8.3.4.2.1) P (load) = 1.05 kips •}-- (Tic 4. Precision Structural' Engineering, Inc. Medford Office 260-A Main Sizest • Klamath Falls, OR 97601 836 Mason Way (off Sage Road) • Madlatd,OR 97601 Tel. (541) 850-6300* FA)( (541) 650-6233 Tel. (541) 868-8600 wvAv.structuretoom • Emall: peelestructuretcom PROJECT NO, to-d-eca 2g 0 SHEET I C9C0 OF 1ROJECT NAME DESIGNED BY 2-c-lig -DATE , . -/SUBJECT CHECKED BY DATE .M11RP ;14154714 43g- / Osp 'MMIe- E:01, Tivis - IL- (tW lb. t?obt p.ej c-4,"; SinNalSild 3dA1-13/1/10C1 .NATIONAL DESIGN SPECIFICATION FOR 1NOOD.CONSTRU 10 (12. --Wale 11E BOLTS: Reference Lateral Design Values, Z, for Single Shear (two member) Connections1,2,3,4 for sawn lumber or SCL to concrete Thickness o Bolt D iame te r ..v ,g, 0 6 , II W 0 W G=0.55 Mixed Maple Southern Pine G=0.50 Douglas Fir-Larch G=0.49 Douglas Fir-Larch(N) G=0.46 Douglas Fir(S) Hem-Flr(N) Embedment p" Depth in Concrete .r. Side Member Z„ Zi lbs. lbs. ZR Zi lbs. lbs. 4. lbs. z, lbs Zg lbs. Zi, lbs. Z„ lbs. Z1 lbs. 1/2 770 480 680 410 650 380 640 380 620 360 518 1070 660 970 580 930 0 920 520 890 470 1-1/2 3/4 1450 890 1330 660 1270 590 1260 560 1230 520 WE 3. ' •. 1890 : , 960 '._ .1750' '. ' 720 1690. ' .630 TOO : sod 1646 ' - ' .so •' MO* - ' 1020 ' -.2250 ,• 7.70 2100 680 2060 650 ' 1930 600 .,.L.'1/2 , -6.18 ... 630 , _510 iiSo 636 :,.„.,. 740 . :.7., L .430 106 Soo . goo 996 :. ..400 si..) _ 690 970 ,.. ,390 550 _ _. _., 670 945 _ . 370 530 1-3/4 3/4 1530 900 1390 770 1330 680 1310 660 1270 600 6.0 and 7/8 ..-. 1 '' ' 1970 1120 2460. • 1190 1800 840 ' '2290 • 890 1730 ' 2210 740 790 1720 2200 700 750 1680 2150 640 700 : 1/2 • . 5/8 . 830' :590 1290 800 .790 520 1230 670 770 1180 470 610 760 1170 460 610 750 ..20576 440 greater 2-1/2 3/4 1840 1000 1630 850 1540 800 1520 780 1460 750 7/8 2290 1240 2050 1080 1940 . 1020 1920 1000 1860 920 ..' 2800'-... 4520 ' .2530 '..' :1280 Nio ' 1130 2390- .' 1080 -2310 1000 •1/2, :: •' :830. , ' 590 ,. - ..:790 540 . 770 510 760 500 750 490 :_:. •5/8.'_.1 ', 1290...*.::.:: 880 :.,;,.."1230 .. 810 _ _1200 _ .... _739 . ..1190 _ _:720 ... 1170_ 670 3-1/2 -374. 1860 1196 -1776— 980 1726- eoo fici Stio 1680 icio 7/8 2540 1410 2410 1190 2320 1100 2290 1070 2200 1020 1 3310 1670 2970 1420 2800 1330 2770 1300 2660 1260 Thickness Bolt Diam eter G= 0.43 Hem -Fir G=a 42 Sp ruce - Pine- Fir G =0.37 Re dwo od (op en gra in) G=0. 36 Eas tern So ftwoo ds Sp ruc e-Pine -Fir( S) Weste rn Ce da rs Weste rn Woo ds G=0. 35 Northern Spec ies Em be dme nt :5r Depth in Concrete SrSide Member zii Z.. lbs. lbs. Z„ lbs. lbs 4 lbs Zh Z1 lbs Z„ lbs. Z1 lbs. z„ z., lbs. lbs. 1/2 590 340 590 340 550 310 540 290 530 290 5/8 860 ' 420 850 410 810 350 800 330 780 320 1-1/2 3/4 . 1200 460 1190 450 1130 370 1120 360 1100 350 .'",. fitt.-:. - .. -"1586 ,:-..... ad : iS-4-6.1"- 496 -: - 13so '- -416 - 71336 "390 ."- 1 tio.- . -376 •.".: 71.'-. : 1800 ' .; 540 . ' 1760 ' 530 1560 440 1520 420 1460 410 ... 1/2 . • 640 ..' 360 . 630 350 580 320 580 310 560 310 310 490 900 480 840 400 830 380 810 370 1-3/4 3/4 1230 540 1220 530 1160 430 1140 420 1120 410 6.0 aticl ' 7/8 1630 580 .2090 ' : 630 1610 - .".:.e.060' 570 610 1540 1820 . 470 510 1520 1770. 460 490 1490 430 . 1710 . 470 112 730 • 410 , 730 . 400 •700 360 690 340 680 340 greater 5/6 1070 540 1060 530 980 480 960 470 940 460 2-1/2 3/4 1400 710 1380 700 1290 620 1270 600 1240 580 7/8 _ _ 1790 830 1770 810 1660 680 1640 660 1600 610 -z.1 --7.....22-375- - 7 - -kid - ..16--- " lib "- -.69.0 - -73.0 ---"a6. - - 766 : ' -16-36-. - --- sgi •1/2' . .. 730 . 470 •730 470 700 430 690 410 .690 400 5/8 .... . ' ' 40 1 .1 I' 620 . .... .. .. .' 1140 610 1090 550 1,080 530 1070 . .520 3-1/2 3/4 1650 780 1640 770 1540 680 1510 670 1470 660 7/8 2100 960 2070 950 1910 870 1880 850 1840 820 1 2550 1190 2520 1180 2340 1020 2310 980 2260 950 1.Tabulated lateral design values, Z, for bolted connections shall be multiplied by all applicable adjustment factors (see Table 10.3.1), 2.Tabulated lateral design values, Z, are for "fiill-body diameter" bolts (see Appendix Table Li) with bolt bending yield strength, Fyb, of 45,000 psi. 3.T.halat.i:d lata.ral design 7., are based on dowel bearing strength, F„ of 7,500 psi for concrete with minimum f,',=-2,500 psi. 4.Six inch anchor embedment assumed. AMERICAN WOOD COUNCIL BUILDING ENERGY ANALYSIS REPORT PROJECT: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) 6600 Hidden Valley Rd Carlsbad, CA 92011 Project Designer: PSE Consulting Engineers, Inc. 250 Main St. , Ste. A Klamath Falls, Oregon 97601 541-850-6300 Report Prepared by: Adrian Starr 5 Star Energy 2809 Bechelli Lane Redding, CA 96002 530-275-3350 Job Number: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Date: 11/16/2020 The EnergyPro computer program has been used to perform the calculations summarized in this compliance report. This program has approval and is authorized by the California Energy Commission for use with both the Residential and Nonresidential 2019 Building Energy Efficiency Standards. This program developed by EnergySoft Software — vwvw.energysoft.com. STATE OF CALIF, .A Indoor Lighting NRCC-LTI-E CALIFORNIA ENERGY COMMISSION CERTIFICATE OF COMPLIANCE NRCC-LTI-E Project Name: 2011-026 PC P01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 2 of 7) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 C. COMPLIANCE RESULTS If any cell on this table says "DOES NOT COMPLY" or "COMPLIES with Exceptional Conditions" refer to Table D. for guidance. Lighting in conditioned and unconditioned spaces must not be combined for compliance per §140.6(b)1 Allowed Lighting Power per §140.6(b) (Watts) > Adjusted Lighting Power per §140.6(al (Watts) Compliance Results 01 02 03 04 = 05 06 07 = 08 09 Complete Building §140.6(c)1 Area Category §140.6(c)2 Area Category Additional §140.6(c)2G Tailored §140.6(c)3 Total Allowed (Watts) Total Designed (Watts) Adjustments Total Adjusted (Watts) *Includes Adjustments 05 must be >= 08 §140.6 PAF Lighting Control Credits §140.6(a)2 (4-) (4-) (-) (See Table I) (See Table I) (See Table J) (See Table K) (See Table F) (See Table P) Conditioned = > = Unconditioned 95 0 = 95 > 90 0 = 90 COMPLIES Controls Compliance (See Table H for Details) COMPLIES Rated Power Reduction Compliance (See Table Q for Details) D.EXCEPTIONAL CONDITIONS This table is auto-filled with uneditable comments because of selections made or data entered in tables throughout the form. E.ADDITIONAL REMARKS This table includes remarks made by the permit applicant to the Authority Having Jurisdiction. F.INDOOR LIGHTING FIXTURE SCHEDULE This table includes all permanent designed lighting and all portable lighting in offices. Designed Wattage: Unconditioned Spaces 01 02 03 04 05 06 07 08 09 10 Name or Item Tag Complete Luminaire Description Modular (Track) Fixture Small Aperture & Color Changel Watts per luminaire2 Howls Wattage determined Total Number of Luminaires Excluded per §140.6(a)3 Design Watts Field Inspector Pass Fail Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 CERTIFICATE OF COMPLIANCE NRCC-LTI-E Project Name: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 4 of 7) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 STATE OF CALIF. .A Indoor Lighting NRCC-LTI-E CALIFORNIA ENERGY COMMISSION H.INDOOR LIGHTING CONTROLS (Not including PAFs) *NOTES: Controls with a * require a note in the space below explaining how compliance is achieved. EX: Conference 1: Primary/Skylight Daylighting: Exempt because less than 120 watts of general lighting; EXCEPTION 1 to 130.1(d)2 4 13 Plan Sheet Showing Daylit Zones: I.LIGHTING POWER ALLOWANCE: COMPLETE BUILDING OR AREA CATEGORY METHODS Each area complying using the Complete 4140.6(c) or adjustments per §140.6(a) Building or Area Category Methods per 4140.6(6) are included in this table. Column 06 indicates if additional lighting power allowances per are being used. Unconditioned Spaces 01 02 03 04 05 06 Area Description Complete Building or Area Category Primary Function Area Allowed Density (Wift2) Area (ft2) Allowed Wattage (Watts) Additional Allowance / Adjustment Area Category PAF Zone 1 - Restroom/Mech Room Commercial Industrial Storage Area 0.45 211.2 95 No No TOTALS: 211.2 95 See Tables J, or P for detail J.ADDITIONAL ALLOWANCE: AREA CATEGORY METHOD QUALIFYING LIGHTING SYSTEM This section does not apply to this project. K.TAILORED METHOD GENERAL LIGHTING POWER ALLOWANCE This section does not apply to this project. L.ADDITIONAL LIGHTING ALLOWANCE: TAILORED WALL DISPLAY This section does not apply to this project. M.ADDITIONAL LIGHTING ALLOWANCE: TAILORED FLOOR AND TASK LIGHTING This section does not apply to this project. N.ADDITIONAL LIGrITING ALLOWANCE: TAILORED ORNAMENTAL/SPECIAL EFFECTS This section does not apply to this project. Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 STATE OF CALIN A Indoor Lighting NRCC-LTI-E CALIFORNIA ENERGY COMMISSION CERTIFICATE OF COMPLANCE NRCC-LTI-E Project Name: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 6 of 7) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 U. DECLARATION OF REQUIRED CERTIFICATES OF ACCEPTANCE Selections have been made based on information provided in this document. If any selection have been changed by the permit applicant, an explanation should be included in Table E. Additional Remarks. These documents must be provided to the building inspector during construction and any with "-A" in the form name must be completed through an Acceptance Test Technician Certification Provider (ATTCP). For more information visit: http://www.energy.ca.gov/title24/attcp/providers.html Yes No Form/Title Field Inspector Pass Fail 0 • NRCA-LTI-02-A - Must be submitted for occupancy sensors and automatic time switch controls. • 0 0 41 NRCA-LTI-03-A - Must be submitted for automatic daylight controls. • • 0 II NRCA-LTI-04-A - Must be submitted for demand responsive lighting controls. • • 0 • NRCA-LTI-05-A. - Must be submitted for institutional tuning power adjustment factor (PAF) • • Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 CERTIFICATE OF COMPLIANCE NRCC-LTO-E Project Name: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 1 of 8) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 STATE OF CALM. A Outdoor Lighting NRCC-LTO-E CALIFORNIA ENERGY COMMISSION A. GENERAL INFORMATION 01 Project Location (city) Carlsbad 04 Total Illuminated Hardscape Area (ft2) 0 02 Climate Zone 7 03 Outdoor Lighting Zone per Title 24 Part 1 §10.114 or as designated by Authority Having Jurisdiction (AHJ): • LZ-0: Very Low - Undeveloped Parkland • LZ-2:Moderate - Rural Areas I • 12-4: High - Must be reviewed by CA Energy Commission for Approval IN LZ-1: Low - Developed Parkland .0 LZ-3:Moderately High - Urban Areas B. PROJECT SCOPE . This table includes outdoor lighting systems that are within the scope §141.0(b)2L for alterotions. of the permit application and are demonstrating compliance using the prescriptive path outlined in ¢140.7 or My Project Consists of: 01 02 New Lighting System Must Comply with Allowances from §140.7 U Altered Lighting System Is your alteration increasing the connected lighting load (Watts)? Q Yes 0 No 03 04 05 % of Existing Luminaires Being Altered' Sum Total of Luminaires Being Added or Altered Calculation Method II < 10% M >= 10% and < 50% IIII >= 50% Please proceed to Table F. Outdoor Lighting Fixture Schedule to define the project's luminaires. 1 FOOTNOTES: % of Existing Luminaires Being Altered = (Sum Total of Luminaires Being Added or Altered/ Existing Luminaires within the Scope of the Permit Application) x 100. Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 STATE OF CALIF, A Outdoor Lighting NRCC-LTO-E CALIFORNIA ENERGY COMMISSION CERTIFICATE OF COMPLiANCE NRCC-LTO-E Project Name: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 3 of 8) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 E OUTDOOR LIGHTING FIXTURE SCHEDULE For new or altered lighting systems demonstrating compliance covered by the permit application are included in the Table below. replacement luminaires being installed as part of the project with §140.7 all new luminaires being installed and any existing lighting systems using the Existing Power method (ie, existing luminaires remaining or existing luminaires remaining or being per §141.0(b)21 only new moved within the spaces luminaires being installed and included). For altered scope are included luminaires being moved are not Designed Wattage: 01 02 03 04 • 05 06 07 08 09 10 Name or Item Tag Complete Luminaire Description Watts per luminairel • 2 How is Wattage determined Total number luminaires 2 Luminaire Status3 Excluded per §140.7(a) Design Watts Cutoff Req. > 6,200 initial lumen output §130.2(b) 4 Field Inspector Pass Fail [F-1 Lithonia OLLWD LED 9w (LF-1) 9 Mfr. Spec 5 New 45 NA: < 6200 lumens NI Linear • • • Total Design Watts: 45 * NOTES: Selections EX: Luminaire is with a * require a note in the space below explaining lighting a statue; EXCEPTION 2 to §130.2(b) how compliance is achieved. 1FOOTNOTES: Authority Having Jurisdiction may ask for Luminaire cut sheets to confirm wattage used for compliance per 4130.0(c) 2 For linear luminaires, wattage should be indicated as W/If instead of Watts/luminaire. Total linear feet should be indicated in column 05 instead of number of luminaires. 3 Select "New" for new luminaires in a new outdoor lighting project, or for added luminaires in an alteration. Select "Altered" for replacement luminaires in an alteration. Select "Existing to Remain" for existing luminaires within the project scope that are not being altered and are remaining. Select "Existing Reinstalled" for existing luminaires which are being removed and reinstalled as part of the project scope. 4 Compliance with mandatory cutoff requirements is required for luminaires with initial lumen output >= 6,200 unless exempted by ¢130.21b) G. CUTOFF REQUIREMENTS (BUG) This section does not apply to this project. Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 STATE OF CALIF, .A Outdoor Lighting NRCC-LTO-E CALIFORNIA ENERGY COMMISSION CERTIFICATE OF COMPLIANCE NRCC-LTO-E Project Name: 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) Report Page: (Page 5 of 8) Project Address: 6600 Hidden Valley Rd Date Prepared: 11/16/2020 J. LIGHTING ALLOWANCE: PER APPLICATION This table includes areas using the wattage allowance per application from Table 140.7-B. 01 02 03 I 04 05 06 I 07 I 08 I 09 10 Area Description Application per Table 140.7-B1 CALCULATED ALLOWANCE (Watts) DESIGN WATTS Additional Allowance (Watts) # of Locations Allowance per Location2 Extra Allowance (Watts) Luminaire Name or Item Tag Watts per Luminaire Luminaires 4 of Design Watts Main Entrances Building Entrance/Exit 7 19 133 LF-1 9 3 27 27 Total Design Watts for this Area: 27 Total Allowance (Watts) All Areas: 27 1 FOOTNOTES: Primary entrance applications are only available for senior care facilities, healthcare facilities, police stations, hospitals, fire stations, and emergency vehicle facilities. 2 The Allowance per Location for ATMs is 100W for the first ATM and 35W for each additional per Table 140.7-8. 3 For luminaires indicatee in Table F as linear, wattage in column 07 is W/If instead of Watts/luminaire. Total linear feet should be indicated in column 08 instead of number of luminaires. K.LIGHTING ALLOWANCE: SALES FRONTAGE This section does not apply to this project. L.LIGHTING ALLOWANCE: ORNAMENTAL This section does not apply to this project. Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601 CERTIFICATE OF COMPLIANCE NRCC-LTO-E 2011-026 POP01 Poinsettia Park Restroom CA (PSE# Romtec 220-75) 6600 Hidden Valley Rd Project Name: Report Page: (Page 7 of 8) Project Address: Date Prepared: 11/16/2020 STATE OF CALIF, A Outdoor Lighting NRCC-LTO-E CALIFORNIA ENERGY COMMISSION P. DECLARATION OF REQUIRED CERTIFICATES OF ACCEPTANCE Selections have been made based on information provided in this document. If any selection have been changed by permit applicant, an explanation should be included in Table E. Additional Remarks. Ti)ese documents must be provided to the building inspector during construction and must be completed through an Acceptance Test Technician Certification Provider (ATTCP). For more information visit: http://www.energy.ca.gov/title24/attcp/providers.html Yes No I Form/Title Field Inspector Pass Fail 0 NRCA-LTO-02-A - Must be submitted for all outdoor lighting controls except for alterations where controls are added to <= 20 luminaires. • • Registration Number: Registration Date/Time: Registration Provider: Energysoft CA Building Energy Efficiency Standards - 2019 Nonresidential Compliance Report Version: 2019.1.003 Report Generated: 2020-11-16 15:55:13 Schema Version: rev 20200601