261
CAPITAL OF SILICON VALLEY SPECIFICATIONS FOR 7890-RINCON SOUTH PARK DEVELOPMENT MATT CANO DIRECTOR OF PUBLIC WORKS Date: 3/ft/ft PROJECT MANAGER: MIKE PRUITT ADDRESS: CITY OF SAN JOSE DEPARTMENT OF PUBLIC WORKS CITY FACILITIES ARCHITECTURAL SERVICES DIVISION 200 EAST SANTA CLARA STREET, 6th FLOOR SAN JOSE, CA 95113 TELEPHONE: FAX: (408) 535-8439 (40,8) 292-6288

7890-RINCON SOUTH PARK DEVELOPMENT

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 7890-RINCON SOUTH PARK DEVELOPMENT

CAPITAL OF SILICON VALLEY

SPECIFICATIONSFOR

7890-RINCON SOUTH PARK DEVELOPMENT

MATT CANODIRECTOR OF PUBLIC WORKSDate: 3/ft/ft

PROJECT MANAGER: MIKE PRUITT

ADDRESS: CITY OF SAN JOSEDEPARTMENT OF PUBLIC WORKSCITY FACILITIES ARCHITECTURAL SERVICES DIVISION200 EAST SANTA CLARA STREET, 6th FLOORSAN JOSE, CA 95113

TELEPHONE:FAX:

(408) 535-8439 (40,8) 292-6288

Page 2: 7890-RINCON SOUTH PARK DEVELOPMENT

CITY OF SAN JOSE PROFESSIONAL SEALS

The technical specifications contained herein have been prepared by or under the direction of the following Registered Persons:

Ron Cheung CiTY OF SAN JOSERegistered Landscape Architect #4826 Expiration Date: 05/31/2020

fu ^Date:

Brian T. Lee CITY OF SAN JOSE Registered Civil Engineer #C88215 Expiration Date: 03/31/2020

CiTY OF SAN JOSERegistered Electrical Engineer #E21938 Expiration Date: 09/30/2019

7890 - RINCON SOUTH PARK DEVELOPMENT 1 PROFESSIONAL SEALS REVISED 09/06/16

Page 3: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

TABLE OF CONTENTS 7890 – RINCON SOUTH PARK DEVELOPMENT

Notice to Contractors Bid Documents

Proposal to the City of San José Noncollusion Affidavit Bidder’s Bond List of Subcontractors Statement of Bidder’s Experience

Contract Documents Contract Contractor’s Bond for Faithful Performance Contractor’s Payment Bond

Special Provisions Attachment 1 - Nondiscrimination / Non-preferential Treatment Applicable to Contracts for Public Works Construction Projects Attachment 2 - (Not Used) Attachment 3 – Contract Provisions Implementing Chapter 4.08 of the San Jose

Municipal Code Attachment 4 – Insurance Requirements Attachment 5 – Contract Provisions for Prevailing Wages DIVISION 01 – GENERAL REQUIREMENTS 011000 Summary of Work 012000 Price and Payment Procedures 013000 Administration Requirements 014000 Quality Requirements 015000 Temporary Facilities and Controls 015713 Temporary Erosion and Sediment Control DIVISION 02 – EXISTING CONDITIONS 024100 Demolition DIVISION 03 – CONCRETE 032000 Concrete Reinforcing DIVISION 04 – MASONRY NOT USED DIVISION 05 – METALS 055000 Metal Fabrications DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES NOT USED DIVISION 07 – 09 NOT USED DIVISION 10 – SPECIALTIES 101400 Signage DIVISION 11 – PLAYGROUND EQUIPMENT 116813 Playground Equipment DIVISIONS 12 – FURNISHINGS 129300 Site Furnishings DIVISIONS 13 – 21 NOT USED

Page 4: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

DIVISION 22 – PLUMBING 224713 Drinking Fountains DIVISIONS 23 – 25 NOT USED DIVISIONS 26 – ELECTRICAL 260500 Basic Materials and Methods 261100 Raceways 261200 Wires Cables and Conductors 261300 Boxes 261400 Wiring Devices 261600 Panelboards 264500 Grounding 265670 Solar Powered Lighting DIVISIONS 27 – 30 NOT USED DIVISION 31 – EARTHWORK 311000 Site Clearing 312200 Grading 313100 Soil Treatment DIVISION 32 – EXTERIOR IMPROVEMENTS 320100 Operation and Maintenance Period 321100 Base Courses 321200 Flexible Paving 321300 Rigid Paving 321320 Pervious Pavers 321540 Decomposed Granite Paving 321816 Playground Protective Surfacing 323113 Chain Link Fences and Gates 323119 Decorative Metal Fences and Gates 323200 Retaining Walls 328400 Planting Irrigation 329100 Planting Preparation 329200 Turf and Grasses 329300 Plants DIVISION 33 – STORM DRAINAGE UTILITIES 333000 Sanitary Sewerage Utilities 334000 Storm Drainage Utilities DIVISIONS 34 – 49 NOT USED APPENDIX: The Final Initial Study

Page 5: 7890-RINCON SOUTH PARK DEVELOPMENT

21CHKLST_150526_.doc Revised: 5/26/15

FORM/DOCUMENT SUBMITTAL CHECKLIST

FOR MAJOR PUBLIC WORKS PROJECT PROPOSAL Note: This checklist is provided for your reference only and is intended to assist bidders in the

submittal of a bid proposal. This checklist is not a part of the bid documents and shall not be submitted with the bid proposal.

The name of the form/document is followed by tasks to complete.

1. Proposal

Company name and contact information is complete 2. Non-Collusion Affidavit

Signed and dated by Bidder Signature for Bidder is Notarized Contractor’s License(s) and DIR Registration numbers are included

3. Schedule of Quantities / Bid Sheet Complete and correctly totaled Add Alternate costs are included, if requested

4. Bidder’s Bond Signed and dated by Bidder and Surety Signatures for Bidder and Surety are Notarized Surety includes Power-of-Attorney

5. Statement of Bidder’s Experience Only specific Form provided is used All required information is included Form is included with Bid

6. List of Subcontractors

Designated subcontractors are listed, if any Subcontractors’ DIR Registration Numbers are included

7. Addendum’s (if included)

Any Addenda requiring signature has cover page signed and included

Page 6: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

NOTICE TO CONTRACTORS

Page 7: 7890-RINCON SOUTH PARK DEVELOPMENT

8469 – 25 NTC Municipal – Notice to Contractors

Public Works Department Procurement Team Telephone: (408) 535-8300

NOTICE TO CONTRACTORS Sealed written proposals are invited by the CITY OF SAN JOSE for:

7890 – RINCON SOUTH PARK DEVELOPMENT In accordance with and as described and provided in the Plans and Specifications thereof and the proposed form of contract thereof, all of which are on file in the office of the Director of Public Works of the City, and which are made a part hereof. PLANS AND SPECIFICATIONS The City is using BidSync, an online bid solicitation website, to facilitate this procurement. You must register with BidSync to participate in this procurement. There is no cost associated with registering. To register, bidders must go online to http://www.bidsync.com. This procurement is registered under the bid number and bid name above and has the following NIGP classifications(s): [988-63] Park Area Construction/Renovation [909-16] Athletic Facility Construction All documents and information related to this procurement are on the BidSync website under the bid number and bid name above. Once registered, bidders can view and download information regarding this procurement, including the bid and contract documents, as well as submit questions related to the bid and contract documents. The City will only respond to questions submitted on BidSync and questions may not be asked or submitted any other way. The City will respond to all questions submitted on BidSync as quickly and as far in advance of the bid filing date as is reasonable. When a bidder views or downloads documents for this bid, the bidder becomes a “planholder.” BidSync will send “planholders” a notification every time the City posts an addendum, responds to a question and/or provides new information related to this procurement. Each bidder is responsible for selecting the appropriate notification options related to its BidSync account. Bidders are responsible for periodically checking BidSync to make sure they have the most recent and up-to-date information about this procurement. Bidders can only rely on information obtained through BidSync. Bidders can not rely on any other written or oral statements of the City or its officers, directors, employees or agents regarding this procurement. In the event a bidder obtains information about this request for bids through any means other than BidSync, the City will not be responsible for the completeness, accuracy or timeliness of the final bid. FILING OF BIDS All proposals must be filed with the Director of Public Works, City of San José, City Hall, 200 E. Santa Clara St., 5th Fl., San Jose, CA 95113-1905, on or before 3:00 p.m. as set forth in the specifications. A representative of the Director of Public Works will publicly open and declare the aggregate bid of each bidder, in Room T550 at 3:00 p.m. on Thursday, April 11, 2019.

Page 8: 7890-RINCON SOUTH PARK DEVELOPMENT

8469 – 25 NTC Municipal – Notice to Contractors

Each bid must be accompanied by cash, a certified check, a cashier's check or a bidder's bond in the sum of not less than 10% of the total aggregate amount of the bid (use for Overhead and Profit %). Checks shall be made payable to the order of the City of San José. Bonds shall be executed by a surety possessing a valid certificate of authority issued by the California Department of Insurance and shall name the City of San José as beneficiary. All bids must be addressed to the Director of Public Works, City of San José, shall bear the Project Number and Name and be in a sealed envelope. DEPOSIT OF SECURITIES IN LIEU OF RETENTION Pursuant to the terms and conditions set forth in Public Contracts Code Section 22300, the contractor may substitute certain securities for any money withheld by City as retention to ensure contractor’s performance under the contract. Such substitution of securities in lieu of retention shall be at the contractor’s request and at contractor’s sole expense. The securities shall be in an amount equivalent to the retention to be released. PREVAILING WAGES (Municipal Affair) This project is a “public works” as defined in Sections 1720 through 1720.6 of the California Labor Code. In accordance with Chapter 14.09 of the San Jose Municipal Code entitled “Prevailing Wage Requirements for City Contracts Involving Public Works,” the contractor will be required to comply with the prevailing wage provisions in California Labor Code Sections 1720 through 1861, and the City’s Office of Equality Assurance is authorized to provide certain local enforcement of those provisions. As such, the contractor will need to pay not less than the general prevailing rate of per diem wages and the general prevailing rates for holiday and overtime work. See Section 7-1.01a(3) of the Special Provisions for the prevailing wage requirements applicable to the contract. Copies of the prevailing rate of per diem wages and the general prevailing wage rates for holiday and overtime work in effect for this project are on file and available for your review from the City’s Office of Equality Assurance at 408-535-8430. CONTRACTOR'S LICENSE REQUIREMENTS All prospective bidders are hereby cautioned that the Contractor’s State License Law regulates contractor licensing matters. The Contractor, in its bid proposal, shall be required to disclose its license type, number, and expiration date. Bidders must have a California contractor’s license, classification A to bid this project. CONTRACTOR DIR REGISTRATION REQUIREMENTS The contractor and all listed subcontractors must be registered with the Department of Industrial Relations in accordance with California Labor Code Sections 1725.5 and 1771.1. The City will not accept a bid in which the contractor or any of the listed subcontractors are not registered in accordance with Sections 1725.5 and 1771.1. See Section 2-1.17 of the Special Provisions for the “registration” requirements applicable to the contract. NONDISCRIMINATION/NONPREFERENTIAL TREATMENT The Nondiscrimination/Nonpreferential Treatment requirements of Chapter 4.08 of the San Jose Municipal Code apply to this project.

Page 9: 7890-RINCON SOUTH PARK DEVELOPMENT

8469 – 25 NTC Municipal – Notice to Contractors

BOND REQUIREMENTS Bidder’s attention is directed to those provisions of the Specifications which require the contractor to whom the contract for the work is awarded, to file with the City Clerk at the time the contract is executed, a Contractor’s Payment Bond and a Bond for Faithful Performance meeting all the requirements of the Specifications and approved by the City Attorney of the City of San José. Bonds shall be executed by a surety possessing a valid certificate of authority issued by the California Department of Insurance and shall name the City of San José as beneficiary. The Contractor’s Faithful Performance Bond shall be for 100% of the contract amount. The Contractor’s Payment Bond shall be for 100% of the contract amount. By order of the Council of the City of San José. DATED: CITY OF SAN JOSE

A Municipal Corporation of the State of California

By DIRECTOR OF PUBLIC WORKS

Page 10: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

BID DOCUMENTS

Page 11: 7890-RINCON SOUTH PARK DEVELOPMENT

30Proposal_161028 Page 1 of 4 Rev. 10/28/16

PROPOSAL TO CITY OF SAN JOSE FOR

Project 7890-RINCON SOUTH PARK DEVELOPMENT

Name of Bidder: __________________________________________________ Contact Information of Bidder: ____________________________________________________________________ Submitter Name Phone Number Email The representations herein are made under penalty of perjury. To: The City of San José, State of California The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named

herein; that this proposal is made without collusion with any other person, firm or corporation; that the bidder has thoroughly read and examined and has full knowledge of and understands all the provisions and contents of this proposal

and the documents which must be attached hereto, the Plans and Specifications approved by the Director of Public Works on 3/11/19, entitled 7890 – RINCON SOUTH PARK DEVELOPMENT

and approved for advertising and opening by the Director of Public Works on 3/11/2019, on file in the office of the Director of Public Works of the City of San José in City Hall, 5th Floor, San Jose, California; that the bidder has thoroughly examined said Plans and Specifications which are on file in the office of the Director of Public Works, and that the bidder has full knowledge of and understands said Plans and Specifications and the requirements thereof; and that the bidder has further read and understands, and has knowledge of the contents of any and all addenda to said Plans and Specifications on file; and that the bidder proposes and agrees, if this proposal is accepted, that the bidder will contract with the City of San José, in the form of the copy of the contract on file in the office of the Director of Public Works, to do all the work and furnish all materials specified or referred to in the contract, in the manner and time therein prescribed, and according to the requirements of the City or Director of Public Works as therein set forth, to furnish the contract, bonds and insurance specified in the Specifications, and to do all other things required of the Contractor by the contract; and will take in full payment therefor the following price or unit prices as shown in the Schedule of Quantities on the next page(s). If the bidder or other interested persons is a corporation, state legal name of corporation, also names of the President, Secretary, Treasurer, and the Manager thereof; if a partnership, state the name of the partnership, if one exists, also the names of all the partners comprising the partnership; if any of the partners are individuals, state the first and last name of every individual in full, if any of the partners are corporations, state for each such corporation, the information required above of corporations; if any of the partners are partnerships, state for each such partnership the information required above of partners; if the bidder or other interested person is a joint-venture, state the name of the joint venture, also names of all joint venturers comprising the joint venture; if any of the joint venturers are individuals, state the first and last name of every individual comprising the joint venture; if any of the joint venturers are corporations, state for each corporation the information required above of corporations; if any of the joint venturers are partnerships, state for each such partnership, the information required above of partners; if bidder or other interested persons is an individual, state first and last names in full. If bidder is an individual, the bidder’s signature shall be placed below; if bidder is an individual, doing business under a fictitious name, the name of the individual followed by the words “doing business under (insert the fictitious name)” shall be set forth above, together with the signature of the individual; if bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers of the corporation, authorized to sign contracts on behalf of the corporation, the corporate title; that is Vice-President, Secretary, etc., should be placed below the name of the officer and the corporate seal affixed; if bidder is a partnership, the legal name of the partnership, if one exists, shall be set forth above, together with the signature of the partner or partners authorize to sign contracts on behalf of the partnership; if any of the partners are corporations, execution for such partners shall be accomplished in accordance with the requirements set forth above for corporations; if any of the partners are partnerships, execution for such partners shall be accomplished in accordance with the requirements set forth above for partnership; if bidder is a joint-venture, the legal name of the joint venture, if one exists, shall be set forth above for partnerships. If signature is by an agent other than an officer of a corporation, or member of a partnership or a joint venture, a Power of Attorney must be on file with the City Clerk prior to opening bids or submitted with the bid; otherwise, the bid may, at the City’s option, be disregarded as non-responsive.

Page 12: 7890-RINCON SOUTH PARK DEVELOPMENT

30Proposal_161028 Page 2 of 4 Rev. 10/28/16

If this proposal shall be accepted and the undersigned shall fail to contract, and to give the Contractor’s Bond For Faithful Performance and the Contractor’s Payment Bond required by the specifications and contract and by law, and to provide all insurance as required by said contract, within eight (8) days after the bidder has received notice from the City of San José, the City may, at its option, determine that the bidder has abandoned his/her contract, and thereupon this proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the City of San José. In accordance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding on contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Signing this Proposal on the signature portion thereof shall constitute signature of this Statement. Accompanying this proposal are the following documents completely filled in by the bidder and the same are incorporated herein by reference;

1. Cash, a cashier’s check or a certified check made payable to City, or a bidder’s bond executed by an admitted surety insurer naming the City as beneficiary, in an amount equal to at least ten percent (10%) of the total amount bid including all alternatives.

2. A “List of Subcontractors”.

3. A “Statement of Bidder’s Experience”.

City may at its option, request additional supplemental information after bid opening. Bidder understands that the City reserves the right to reject any or all bids and to waive any informalities in the bidding. The undersigned, as bidder, declares that in listing subcontractors in this bid, I have not discriminated or given any preference to any firm based on race, sex, color, age, religion, sexual orientation, actual or perceived gender identity, disability, ethnicity, or national origin. I understand that any such discrimination or preference is in violation of Chapter 4.08 of the Municipal Code. Execution of the Non-Collusion Affidavit constitutes execution of this Bid Proposal including the above statement of nondiscrimination and, with the exception of the Bidder’s Bond or Addenda, if any, no other signatures will be required.

Page 13: 7890-RINCON SOUTH PARK DEVELOPMENT

30Proposal_161028 Page 3 of 4 Rev. 10/28/16

NONCOLLUSION AFFIDAVIT Project Title: 7890 – RINCON SOUTH PARK DEVELOPMENT . , being first duly sworn, deposes and says that he/she is

(print name) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof the effectuate a collusive or sham bid.

In accordance with Title 23, United States Code, Section 112, the bidder hereby states, under penalty of perjury, that he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this contract. Bidders are cautioned that making a false certification may subject certifier to criminal prosecution. The undersigned declares under penalty of perjury that the information contained in this proposal and all accompanying documents are true and correct. A Notary Acknowledgement is required. City Business Lic. No.:

Executed on Expiration Date:

State Contractor Lic. No.:

Expiration Date:

Legal Company Name Classification:

DIR Registration Number:

Expiration Date:

Indicate Type of Entity: Sole Proprietorship, Partnership (General/Limited Partners), Corporation, Joint Venture, etc.

Federal I. D. No.:

Address:

Telephone: ______________________________________

By: ________________________________________ Email: ______________________________________ Title:

Local and Small Business Acknowledgement (For informational purposes only) Does your business have a regional, branch or satellite office with at least 1 full time employee located in Santa Clara County? Yes No If yes, provide address if different from above: __________________________________________________________

Does your business have 35 or fewer employees regardless of location? Yes No

Page 14: 7890-RINCON SOUTH PARK DEVELOPMENT

30Proposal_161028 Page 4 of 4 Rev. 10/28/16

NOTARY ACKNOWLEDGEMENT

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 ) On before me, personally appeared

(insert name and title of officer) , 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 the 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) Notary Public

Page 15: 7890-RINCON SOUTH PARK DEVELOPMENT

30PROPOSAL_161028.doc1028 Page 1A of 4 Rev. 10/28/16

Add Schedule of Quantities (Page 1A, 1B, etc. as required)

Page 16: 7890-RINCON SOUTH PARK DEVELOPMENT

33SCHED.DOC Proposal Page 1A Rev. 8/07 1 of 2

SCHEDULE OF QUANTITIES FOR

7890 – RINCON SOUTH PARK DEVELOPMENT

ITEM SPECIFICATION SECTION

DESCRIPTION OF ITEM TOTAL

1

013000, 015000 MOBILIZATION, AND TEMPORARY FACILITIES AND CONTROLS

2 015000 UTILITY CONFLICT ALLOWANCE

$10,000 Allowance

3 015000, 015713 STORMWATER POLLUTION CONTROL PLAN ALLOWANCE

4 015000, 015713 EMERGENCY EROSION AND SEDIMENT CONTROL ALLOWANCE

$10,000 Allowance

5 024100, 311000, 313100

DEMOLITION AND SITE CLEARING

6

101400 SIGNAGE

7 116813 PLAYGROUND EQUIPMENT 8 129300 SITE FURNISHINGS 9

129300 DRINKING FOUNTAIN

10

311000 SITE CLEARING

11 312200 GRADING 12 320100 OPERATION AND

MAINTENANCE PERIOD

13 321200 FLEXIBLE PAVING

14

321300 RIGID PAVING

15 321540 DECOMPOSED GRANITE PAVING

16 321100, 321816 PLAYGROUND PROTECTIVE SURFACING

17 323113 CHAIN LINK FENCES AND GATES

18 323119 DECORATIVE METAL FENCES AND GATES

19

328400 PLANTING IRRIGATION

20 329100 PLANTING PREPARATION

21 329200 TURF AND GRASSES

Page 17: 7890-RINCON SOUTH PARK DEVELOPMENT

33SCHED.DOC Proposal Page 1A Rev. 8/07 2 of 2

22 329300 PLANTS 23 333000 SANITARY SEWERAGE

UTILITIES

24 334000 STOM DRAINAGE UTILITES TOTAL BASE BID AMOUNT

(ITEMS 1 THROUGH 24, INCLUSIVE) FOR THE LUMP SUM TOTAL OF:>>>>>>>>>>> >

ITEM SPECIFICATION SECTION

DESCRIPTION OF ITEM TOTAL

AA-1 321100, 321300, 129300

PAR COURSES, PRECASE CONCRETE SEATING, AND P.C.C. PAD

NOTE TO BIDDERS: The Bidder’s Bond shall be at least 10% of the TOTAL BID AMOUNT.

Page 18: 7890-RINCON SOUTH PARK DEVELOPMENT

http://sjcity.net/publicworks/resources/forms/BiddersBond Page 1 of 2 Rev. 10/27/13

BIDDER’S BOND KNOW ALL PERSONS BY THESE PRESENTS: That we, as PRINCIPAL, and , a corporation duly organized under the laws of the State of and duly licensed to become sole surety on bonds required or authorized by the State of California, as SURETY, are held and firmly bound unto the City of San José (hereinafter called the “City”), in the penal sum of TEN PERCENT (10%) OF THE

Traditional Low Bid] TOTAL AGGREGATE AMOUNT OF THE BID (including all add

alternates)

of the Principal above named, submitted by said Principal to the City of San José, for the work described below; for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. In no case shall the liability of the Surety hereunder exceed the sum of TEN PERCENT (10%) OF THE TOTAL AGGREGATE AMOUNT OF THE BID, including all add alternates.

THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the City of San José, for certain construction specifically described as follows, for which bids are to be opened in the Office of the Director of Public Works, City of San José, City Hall, 200 E. Santa Clara St., Room T550, San Jose, CA 95113-1905, for

7890 – RINCON SOUTH PARK DEVELOPMENT

NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to Principal for signature, enters into a written contract, in the prescribed forms, in accordance with the bid, and files a Faithful Performance Bond and a Contractor’s Payment Bond, and files the required insurance policies with the City, all as required by the specifications and the contract or by law, then the obligation shall be null and void; otherwise it shall be and remain in full force and effect.

The Surety, for value received, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension.

In the event suit is brought upon this bond by the Obligee and judgement is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be fixed by the court.

Page 19: 7890-RINCON SOUTH PARK DEVELOPMENT

http://sjcity.net/publicworks/resources/forms/BiddersBond Page 2 of 2 Rev. 10/27/13

IN WITNESS WHEREOF, we have hereunto set our hands and seals on this

day of , 20 .

PRINCIPAL SURETY

________________________ Legal Company Name Legal Company Name

(Affix Corporate Seal)

_________________________ Indicate Type of Entity

(Affix Corporate Seal) By By

Title: Title: (Attach Notarization Acknowledgement) (Attach Notarization Acknowledgement)

By By _________________________

Title: Title: (Attach Notarization Acknowledgement) (Attach Notarization Acknowledgement)

Page 20: 7890-RINCON SOUTH PARK DEVELOPMENT

37SUBCONT_150204 Revised: 02/4/2015

LIST OF SUBCONTRACTORS Instructions:

1. Complete this form by providing the following information clearly and accurately: the name of the Subcontractor, its state contractor’s license number, Department of Industrial Relations (DIR) Registration number, location of business, and a brief description of the work it will perform.

2. The designation of Subcontractors is required as described in Section 2-1.15A of the City of San Jose Standard Specifications, July 1992.

3. Bidder’s have 24 hours from the time of the Bid Opening to provide any corrections to the state subcontractor license numbers and/or the DIR Registration Number that were submitted with the original proposal.

NAME OF SUBCONTRACTOR STATE

SUBCONTRACTOR LICENSE NUMBER

DIR REGISTRATION

NUMBER LOCATION OR

PLACE OF BUSINESS PORTION (DESCRIPTION)

OF WORK

Page 21: 7890-RINCON SOUTH PARK DEVELOPMENT

40Exper_Options_150507.doc Page 2 Rev. 5/7/15

STATEMENT OF BIDDER’S EXPERIENCE The bidder is required to state below what work of similar magnitude or character the bidder has done, and to give reference that will enable the City Council to judge the bidder’s experience, skill and business standing and of the bidder’s ability to conduct the bidder’s work as completely and as rapidly as required under the terms of the contract. PROJECT NAME AGENCY/ENTITY CONTRACT AMOUNT

STATEMENT OF BIDDER’S EXPERIENCE

Page 22: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

CONTRACT DOCUMENTS

Page 23: 7890-RINCON SOUTH PARK DEVELOPMENT

45CNTRCT_CouncilApproval 150203.doc Page 1 of 3 Rev. 02/03/2015

C I T Y O F S A N J O S É C A L I F O R N I A CONTRACT FOR: 7890 – RINCON SOUTH PARK DEVELOPMENT

THIS CONTRACT, dated for convenience , is made and entered into between the CITY OF SAN JOSE, a municipal corporation of the State of California, by the properly constituted officers thereof (hereinafter referred to as “City”), and , , (hereinafter referred to as “Contractor”);

That Contractor has been awarded the contract for the work hereinafter mentioned: 7890 – RINCON SOUTH PARK DEVELOPMENT on pursuant to Chapter 14.04 of Title 14 of the San Jose Municipal Code.

NOW THEREFORE: Article I. For and in consideration of the payments and agreements hereinafter mentioned, to be

made and performed by City, and under the conditions expressed in the Faithful Performance Bond and the Contractor’s Payment Bond required of Contractor by the Specifications

hereinafter mentioned, the Contractor agrees with the City, at the Contractor’s own proper cost and expense, to do all the work and furnish all the materials and equipment necessary to

construct and complete, in accordance with the Plans and Specifications hereinafter mentioned, in a good, workmanlike and substantial manner and to the satisfaction of the Director of Public Works, and to the satisfaction of the Federal Government, the State of California, the County of Santa Clara, the Santa Clara Valley Water District, or their respective agencies or representatives to the extent that such agencies are concerned by reason of their paying all or part of the costs or

by reason of their having jurisdiction over all or part of the work, all the works and improvements described, mentioned and set forth in those Plans and Specifications on file in the office of Public Works Department of said City, which said Plans, approved by the Director of

Public Works on 3/11/19, are entitled 7890 – RINCON SOUTH PARK DEVELOPMENT and which said Specifications, approved by the Director of Public Works on 3/11/19, are entitled

7890-RINCON SOUTH PARK DEVELOPMENT which said Plans and Specifications, and all the documents therein referred to are hereby specifically referred to and by such reference

made a part of this contract.

Article II. And the said Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and equipment and for doing all the work contemplated and embraced in this Contract; also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements; or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the Director of Public Works, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to Plans and

Page 24: 7890-RINCON SOUTH PARK DEVELOPMENT

45CNTRCT_CouncilApproval 150203.doc Page 1A Rev. 02/03/2015

(The Schedule of Quantities in the Proposal

will be incorporated into this Contract.)

Page 25: 7890-RINCON SOUTH PARK DEVELOPMENT

45CNTRCT_CouncilApproval 150203.doc Page 2 of 3 Rev. 02/03/2015

Specifications, and the requirements of the Director of Public Works, and of any Federal, State or County agency concerned under them; and also for furnishing the required bonds and insurance, and for doing all other things mentioned, contemplated or embraced in the Contract, the Plans, the Specifications or other contract documents, to wit: REFER TO SCHEDULE OF QUANTITIES ON PAGE(S) 1A.

Article III. It is further expressly agreed by and between the parties hereto that the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute this contract is that ascertained by the Director of the Department of Industrial Relations of the State of California, copies of which are on file in the Office of the City Clerk and the Department of Public Works, which shall be made available to any interested party on request, which said rates are hereby made a part hereof, incorporated herein by reference as though set forth in full. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification or type of worker employed on the project.

Article IV. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and equipment and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained.

Article V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor, then, this contract shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith.

Article VI. Pursuant to the terms and conditions set forth in Public Contracts Code Section 22300, the contractor may substitute certain securities for any money withheld by the City as retention to ensure contractor’s performance under the contract. Such substitution of securities in lieu of retention shall be at the contractor's request and at the contractor’s sole expense. The securities shall be in an amount equivalent to the retention to be released.

Article VII. Contractor agrees to comply with all of the applicable provisions of Sections 1777.5 and 1777.6 of the Labor Code, which Sections are hereby specifically referred to, incorporated herein by reference and made a part hereof as though set forth at length herein.

Page 26: 7890-RINCON SOUTH PARK DEVELOPMENT

45CNTRCT_CouncilApproval 150203.doc Page 3 of 3 Rev. 02/03/2015

Article VIII. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Worker’s Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract.

IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the day and year first hereinabove written. CITY OF SAN JOSE A Municipal Corporation

Affix Corporate Seal, if Applicable Attach Acknowledgments of Principals

By: By: TONI TABER, City Clerk Title:

By:

Title: APPROVED AS TO FORM: City Attorney By: City Business Lic. No.:

Expiration Date:

State Contractor Lic. No.:

Classification:

Expiration Date:

DIR Registration No.:

Expiration Date:

Federal I.D. No.:

Address:

Telephone

Page 27: 7890-RINCON SOUTH PARK DEVELOPMENT

50FAITH Page 1 of 2 Rev. 05/16/07

Bond Number:

CONTRACTOR’S BOND FOR FAITHFUL PERFORMANCE

KNOW ALL PERSONS BY THESE PRESENTS:

That , a , as Principal, and incorporated under the laws of the State of , and authorized to execute bonds and undertakings as sole surety, are held and firmly bound unto the CITY OF SAN JOSE, a municipal corporation of the State of California, in the sum of and /100 DOLLARS ($ ), for the payment thereof, well and truly to be made, said Principal and Surety bind themselves, their administrators, successors and assigns, jointly and severally, firmly by these presents.

The condition of the foregoing obligation is such that: WHEREAS, the above bounden Principal is about to enter into a certain contract with the City of San José for the following:

the award of which said contract was made to said Principal by the City of San José on .

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he/she shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect.

PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.

Page 28: 7890-RINCON SOUTH PARK DEVELOPMENT

50FAITH Page 2 of 2 Rev. 05/16/07

IN WITNESS WHEREOF, we have hereunto set our hands and seals on this

day of , 20 .

PRINCIPAL SURETY Legal Company Name By: By: Title: Title: By: Title: Address

Telephone

(Affix Corporate Seals) (Attach Acknowledgments of both Principal and Surety signatures)

Approved by the City Attorney of the City of San José on the day of

, 20 . By:

Deputy

Page 29: 7890-RINCON SOUTH PARK DEVELOPMENT

55PAYMNT.doc Page 1 of 3 Rev. 05/16/07

Bond Number:

CONTRACTOR’S PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS:

THAT WHEREAS, the CITY OF SAN JOSE, a municipal corporation of the State of California, (hereinafter designated as “Public Entity”), is about to enter into a certain contract with , a , as Principal, namely, “Contract for: 7890 – Rincon South Park Development”, for the work hereinafter briefly described, to wit: Specifications for 7890 – Rincon South Park Development and more fully described in and required by said contract, the award of which said Contract was made to said Principal by the City of San José on .

WHEREAS, said Principal is required by Chapter 5 (commencing at Section 3225) and Chapter 7 (commencing at Section 3247), Title 15, Part 4, Division 3 of the California Civil Code to furnish a bond in connection with said contract.

NOW, THEREFORE, we, the Principal and incorporated under the laws of the State of , and authorized to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto the Public Entity in the penal sum of and /100 DOLLARS ($ ), lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or amounts due under the Unemployment Insurance Code with respect to any work or labor performed or materials supplied by any such claimant, which said work, labor or materials are covered by the said contract and any amendments, changes, change orders, additions, alterations, or modifications thereof, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and their Subcontractors, pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum hereinabove specified, and also, in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the court.

Page 30: 7890-RINCON SOUTH PARK DEVELOPMENT

55PAYMNT.doc Page 2 of 3 Rev. 05/16/07

This bond shall insure to the benefit of any of the persons named in Section 3181 of the

California Civil Code, so as to give a right of action to such persons or their assigns in any suit brought upon this bond.

It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining or relating to any scheme or work of improvement hereinabove described or pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement hereinabove described, nor by any rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the owner or Public Entity and original Contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 3110 or 3112 of the California Civil Code, and has not been paid the full amount of their claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration, modification, rescission or attempted rescission, herein mentioned.

It is further stipulated and agreed that no final settlement between the Public Entity and the Contractor with reference to the work, shall abridge the right of any beneficiary hereunder whose claims may be unsatisfied.

This bond is executed and delivered to comply with requirements of the City of San José, and to comply with the provisions of Title 15, Chapters 5 and 7 of Part 4, Division 3 of the Civil Code of the State of California.

Page 31: 7890-RINCON SOUTH PARK DEVELOPMENT

55PAYMNT.doc Page 3 of 3 Rev. 05/16/07

SIGNED AND SEALED this day of , 20 .

PRINCIPAL SURETY

Legal Company Name

By: By:

Title: Title:

By:

Title:

Address

Telephone (Affix Corporate Seals) (Attach Acknowledgments of both Principal and Surety signatures)

Approved by the City Attorney of the City of San José on the day of 20 . By:

Deputy

Page 32: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

SPECIAL PROVISIONS

Page 33: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 1 of 30 Rev. 10/04/2016

CITY OF SAN JOSE San José, California

DEPARTMENT OF PUBLIC WORKS

SPECIAL PROVISIONS

FOR THE _____________________________ PROJECT

SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the City of San José Standard Specifications (July 1992) and the City of San José Standard Details (July 1992) insofar as the same may apply and in accordance with the following special provisions.

AMENDMENTS TO THE JULY 1992 STANDARD SPECIFICATIONS Section 1 of the Standard Specifications (page 1-6) shall have the following paragraph added:

1-1.278 Partnering. - The development of team-based relationships between the Contractor and City in which: (1) trust and open communications are encouraged and expected from participants, (2) parties address and resolve issues and problems promptly and at the lowest possible level, (3) parties seek to develop solutions that are agreeable and meet the needs of everyone involved, (4) all parties have identified common goals for the partnerships and at the same time are aware of and respect each other's goals and values, and (5) parties seek input from each other in an effort to find better solutions for the problems and issues at hand, thus creating synergy in the relationship that fosters cooperation and improves the productivity of the partnership. The term is not intended to have any legal significance or to be construed as denoting a legal relationship of agency, partnership, or joint venture between the City and Contractor.

Section 2-1.095 of the Standard Specifications (pages 2-4 and 2-5) shall be revised to read as follows:

2-1.095 Relief of Bidders. - After the time set for the opening of bids, no bidder shall be relieved of a bid, unless the City consents, and there shall be no change made in any bid because of a mistake. However, if such relief is not granted and the bid guarantee declared forfeit, the bidder may bring an action against the City in a court of competent jurisdiction in Santa Clara County for the recovery of the amount forfeited, without interest or costs.

Page 34: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 2 of 30 Rev. 10/04/2016

The complaint shall be filed, and summons served on the Director of Public Works of the City of San José, within 90 days after the opening of the bid; otherwise, the action shall be dismissed.

To be relieved of its bid without forfeiture of its bid security, the bidder shall establish to the satisfaction of the City, determined in its sole and absolute discretion, that:

(1) A mistake was made. (2) The Contractor gave the City written notice within five

business days after the opening of the bids of the mistake, specifying in detail in the notice how the mistake occurred.

(3) The mistake made the bid materially different than the Contractor intended it to be.

(4) The mistake was made in filling out the bid and not due to an error in judgment or to carelessness by the Contractor in inspecting the site of the work, or in reading the plans or specifications.

Other than the above described notice to the City, no claim is required to be

filed by the bidder before bringing a legal action against the City under this Section to recover a forfeited bid guarantee.

A bidder who claims a mistake and is relieved of its bid or who forfeits its bid guarantee shall be prohibited from participating in further bidding on the contract for the public work on which the mistake was claimed or security forfeited.

Section 2-1.10 of the Standard Specifications shall be revised to read as follows:

2-1.10 Disqualification of Bidders. – The City may disqualify a bidder and reject the bidder’s bid for any one or more of the following causes:

1. The bidder is barred from bidding on City projects under the provisions of Chapter 4.10 of the San José Municipal Code.

2. More than one proposal from an individual, firm, partnership, corporation, or combination thereof under the same or different names is received; all such proposals will not be considered.

3. Evidence of collusion among bidders. 4. Lack of competency as revealed by any financial statement, as

may be required by the special provisions, or by experience or plant and equipment statements submitted.

5. Lack of responsibility as shown by past work on any Public Works project for the City or any other public entity judged from the standpoint of workmanship and/or progress.

6. Incomplete work on any Public Works project for the City or any other public entity which, in the judgment of the City, might hinder or prevent the bidder from promptly completing

Page 35: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 3 of 30 Rev. 10/04/2016

additional work if awarded. 7. Being in arrears on any existing Public Works contract for the

City or any other public entity, in litigation with the City, or having defaulted on a previous contract with any public entity.

8. Failure of the bidder to have a valid Contractor's license in the class specified in the Notice to Contractors at the time of bid opening, except as provided for projects where federal funds are involved as specified in Section 7-1.01.

9. Failure of the bidder to provide prices for all items in the proposal, including alternatives, or submitting an incomplete or otherwise non-responsive proposal.

10. The bidder has engaged in any activity constituting grounds for debarment under the provisions of Section 4.10.355 of the San José Municipal Code.

11. Any other ground which the Engineer determines would significantly impair the ability of the bidder to perform the proposed work. In making this determination, the Engineer may consider, without limitation, items such as any previous or current prevailing wage violations by the bidder, the number of stop notices on previous public works projects performed by the bidder, and the existence of past or current agreements with other public entities to not bid on public works projects.

Issue Date: October 4, 2016 Section 2-1.14 of the Standard Specifications shall be revised to read as follows: 2-1.14 Addenda and Interpretations. Written addenda by way of clarifications, amendments, changes or additional to the Contract Documents including a change to the proposed opening time, date or place may be issued by the City before the opening of proposals. Addenda will be available to all prospective bidders prior to the opening of bids through the City’s online solicitation webpage. Failure of any bidder to receive any addenda shall not relieve the bidder from any obligations imposed by the addenda. All addenda issued shall become part of the contract and the price therefore, set forth in the proposal. The bidder’s failure to sign and submit any or all addenda with the bid may be a cause for rejection of the bid. Every request for interpretation should be submitted through the City’s online solicitation webpage or submitted in writing addressed to the Director of Public Works at 200 E. Santa Clara Street, Tower – 5th Floor, San Jose, CA 95113, and to be given consideration, must be received at least 7 calendar days prior to the date fixed for the opening of bids. Any and all interpretations

Page 36: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 4 of 30 Rev. 10/04/2016

will be in the form of writing which, if issued, will be available to all prospective bidders prior to the opening of bids through the City’s online solicitation webpage. Failure of any bidder to receive any interpretation shall not relieve the bidder from any obligation under their bid as submitted and the bidder shall be required to perform the work as modified by the interpretation. All interpretations issued, shall become part of the contract. No oral interpretation of the meaning of the plans, specifications or other documents will be made. If any such oral interpretation is made, it shall not be considered by the bidder in preparing its proposal.

Issue Date: February 4, 2015 Section 2-1.17, entitled “Registration Requirements,” shall be added to the Standard Specifications to read as follows: 2-1.17 Registration Requirements The Contractor shall comply with the registration requirements set forth in Sections 1725.5 and 1771.1 of the California Labor Code, which are incorporated into this Contract. The registration requirements include, but are not limited to, the following. 1. Contractor Registration: A Contractor must be registered in accordance with Sections

1725.5 and 1771.1 of the California Labor Code in order to be qualified to submit a bid Proposal. The City will reject a bid Proposal from a Contractor that is not properly registered at the time the Contractor submits the bid Proposal.

a. Proof of Registration: The Contractor must include its registration number on its bid Proposal Form.

b. Late Submission of Registration Number: The Contractor’s bid will not be deemed non-responsive for failure to include the Contractor’s registration number if the Contractor submits the number within 24 hours after the bid opening or if the City is otherwise readily able to verify that the Contractor was properly registered. Notwithstanding the foregoing, the Contractor must still be properly registered at the time it submits its bid Proposal.

c. Maintaining Registration: The Contractor must be properly registered in accordance with this provision for the entire term of the Contract.

2. Subcontractor Registration: Every subcontractor performing any Work, whether or not listed in the Contractor’s bid Proposal, must be registered in accordance with

Page 37: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 5 of 30 Rev. 10/04/2016

Sections 1725.5 and 1771.1 of the California Labor Code before starting such Work and for the entire time that it performs such Work.

a. Listed Subcontractors: In addition, subcontractors listed in the Contractor’s bid Proposal must be registered in accordance with Sections 1725.5 and 1771.1 of the California Labor Code at the time they are listed.

i. Unregistered Subcontractors: The City will reject a bid Proposal from a Contractor listing a subcontractor that is not registered unless the Contractor submits adequate proof of one of the following:

• The subcontractor is registered before the bid Proposal is opened; or

• Within 24 hours of the bid Proposal opening, the subcontractor is registered and has paid the penalty registration fee specified in Section 1725.5 of the California Labor Code; or

• The Contractor replaces the subcontractor with another registered subcontractor pursuant to Section 2-1.15C of the Standard Specifications, entitled “Claims of Inadvertent Clerical Error in Listing of Subcontractor.”

ii. Proof of Registration: The Contractor must include on the subcontractor listing form in the bid Proposal the registration number of each listed subcontractor. Notwithstanding the foregoing, the Contractor’s bid will not be deemed non-responsive for failure to include the registration number of a subcontractor if the Contractor submits the number within 24 hours after the bid opening or if the City is otherwise readily able to verify that the subcontractor is properly registered.

iii. Subcontractor Substitution: A subcontractor’s failure to be properly registered is an additional ground for substitution in accordance with Section 2-1.15B of the Standard Specifications, entitled “Substitution of Subcontractors.” The substitution must be with a properly registered subcontractor.

b. Contractor’s Responsibility: The Contractor is responsible for ensuring compliance with all of the subcontractor registration requirements set forth herein.

Page 38: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 6 of 30 Rev. 10/04/2016

3. Noncompliance: Once the Contract is executed, it is a material breach of the Contract for the Contractor to be in violation of any of the registration requirements set forth in this provision.

Issue Date: April 4, 2006 Section 3-1.01 Award of Contract of the Standard Specifications (page 3-1) shall be revised as follows:

3-1.01 Award of Contract - The City will compare all proposals on the basis of the Engineer’s Estimate of the quantities of work to be done.

The City, in its sole discretion, reserves the right to reject any or all proposals. If the City awards the contract, the award will be to the lowest responsive and responsible bidder whose proposal complies with all the requirements prescribed. If two (2) or more bids are the same and the lowest, the City may accept either bid it chooses in its sole discretion.

Depending upon the circumstances, the rejection of any or all proposals, or the award of a proposal, may be done by either the City Council or the Director of Public Works.

3-1.01A Timing of Award - If the City awards the contract, it will award

the contract no earlier than five (5) working days after the opening of the proposals and no later than ninety (90) calendar days after the opening of the proposals.

If the lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the second lowest responsive and responsible bidder. Such award, if made, will be made within 105 calendar days after the opening of the proposals. If the second lowest responsible bidder refuses or fails to execute the contract, the City may award the contract to the third lowest responsive and responsible bidder. Such award, if made, will be made within 120 calendar days after the opening of the proposals. The Department of Public Works may proceed in like manner until the Director either finds a responsible and responsive bidder willing to be awarded the contract or determines that it is not in the best interest of the City to proceed further.

The periods of time specified above within which the award of contract may be made shall be subject to extension for such further period as may be agreed upon in writing between the Director and the bidder concerned.

3-1.01B Notice of Intended Award - If the City intends to award a contract, the City will post on the internet a written notice indicating to which bidder it intends to award the contract along with the bid results. The City will notify or cause to be notified all bidders that these documents have been posted. Irrespective of any changes to the information contained therein (including, without limitation, the identity of the bidder to which the City intends to award the contract), the issuance of any such notice of intended award shall occur only once; however, any such changes will be posted to the internet by the City.

Page 39: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 7 of 30 Rev. 10/04/2016

3-1.01C Protest of Bid Award - A bidder may protest the City’s award of a

contract. A protesting bidder shall submit its protest in writing. The protest shall provide a full and complete statement specifying in detail the ground(s) of the protest and the facts supporting the protest.

A protesting bidder shall deliver its written protest to the project manager at the address shown on the front cover of the bid specifications on or before 5 p.m. of the fifth working day following the day upon which the City issued the notice described in Section 3-1.01B.

Bidders are instructed that, irrespective of any changes to the information contained in the notice described in Section 3-1.01B, there is a single protest period, and any and all protests must be delivered by the deadline specified above, regardless of whether or not the protest is directed at the bid of the proposed awardee or at the bid of another bidder. By way of example only, should the City indicate in its notice that it intends to award to the lowest bidder, the third lowest bidder will be required to deliver any protest it may have as to the bid of the second lowest bidder, regardless of whether or not it is also prepared to protest the bid of the lowest bidder.

The procedure and time limits set forth in this section 3-1.01C are mandatory and the bidders’ sole and exclusive remedy in the event of protest. Failure to comply with these procedures shall constitute a waiver of any right to further pursue the protest, including filing a Government Code claim or legal proceedings.

3-1.01D Add Alternate of the Standard Specifications (page 3-1) shall have the

following paragraph added:

“If there are Add Alternates, the low bid will be determined by adding each of the Add Alternate Bids to the Base Bid in ascending numerical sequence, until a total is reached to which no further Add Alternate Bids may be added without exceeding $ . The low bidder will be the bidder whose total amount calculated under the preceding sentence (1) includes the greatest number of Add Alternates, or (2) offers an equal number of Add Alternates for the lowest price. If the addition of the first Add Alternate Bid to the Base Bid results in a figure greater than the above-stated dollar amount in the case of every responsive bidder, the low bid will be determined by the Base Bid alone. Once the low bidder has been identified in the preceding manner, the City may elect to award the Base Bid item alone or any or all Add Alternate items in any sequence to that low bidder, even if the resulting contract amount no longer represents the lowest total price for the particular items chosen.”

Section 4-1.03 of the Standard Specifications (page 4-2) shall be revised to include the subsections as follows: 4-1.03.1 Cost Determination – Total cost of each and every change order shall be the sum of labor costs, material costs, equipment rental costs and specialist costs as defined in Section 9, ”Measurement and Payment”. This limit applies in all cases of claims for extra work, whether calculating contract modifications, RFPs, or calculating claims of all types, and applies even in the

Page 40: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 8 of 30 Rev. 10/04/2016

event of fault, negligence, strict liability, or tort claims of all kinds, including strict liability or negligence. No other costs, including special damages of any type, arising out of or connected with the performance of extra work, of any nature, may be recovered by Contractor.

4-1.03.1(A) Overhead and Profit – The following constitutes charges that are included in overhead for all contract modifications, including force account work:

(a) Drawings: filed drawings, shop drawings, etc. including submissions of drawings.

(b) Routine field inspection of work proposed.

(c) General superintendence.

(d) General administration of Change Orders.

(e) Computer services.

(f) Reproduction services.

(g) Salaries of project engineer, superintendent, timekeeper, storekeeper and secretaries.

(h) Janitorial services.

(i) Temporary on-site facilities such as offices, telephones, plumbing, electrical (power, lighting), platforms, fencing, etc.

(j) Home office expenses.

(k) Insurance and Bond premiums.

(l) Procurement and use of vehicles and fuel used coincidentally in base bid work.

(m) Surveying.

(n) Estimating.

(o) Protection of work.

(p) Final clean-up.

(q) Other incidental work.

Overhead and profit on labor for extra work shall not exceed a total of 15 percent. Overhead and profit on materials for extra work shall not exceed a total of 15 percent. Overhead and profit on equipment rental for extra work shall not exceed a total of 15 percent. When extra work is performed by a first tier subcontractor, Contractor shall receive a five (5) percent markup on subcontractors’ total costs of extra work.

4-1.03.1(B) Taxes – All applicable taxes shall be included.

4-1.03.1(C) Owner Operated Equipment – When owner-operated equipment is used to perform extra work, Contractor shall be paid for equipment and operator as follows:

Page 41: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 9 of 30 Rev. 10/04/2016

(a) Payment for equipment will be made in accordance with Section 9-1.03A (3) “Equipment Rental.”

(b) Payment for cost of labor will be made at not more than rates of such labor established by collective bargaining agreements for type of worker and location of work, whether or not owner-operator is actually covered by such an agreement.

4-1.03.1(D) Work Performed by Special Forces or Other Special Services – When Owner and Contractor, by agreement, determine that special service or item of extra work cannot be performed by forces of Contractor or those of any subcontractors, service or extra work item may be performed by specialist. Invoices for service or item of extra work on basis of current market price thereof may be accepted without complete itemization of labor, material, and equipment rental costs when it is impracticable and not in accordance with established practice of special service industry to provide complete itemization. In those instances wherein Contractor is required to perform extra work necessitating a fabrication or machining process in a fabrication or machine shop facility away from Site, charges for that portion of extra work performed in such facility may, by agreement, be accepted as a specialist billing. Owner must be notified in advance of all off-site work. To specialist invoice price, less credit to Owner for any cash or trade discount offered or available, whether or not such discount may have been taken, will be added fifteen percent (15%) in lieu of the percentages provided in Section 9-1.03A “Work Performed by Contractor.” Section 4-1.03E of the Standard Specifications (page 4-5) shall be revised to read as follows:

4-1.03E Revocable Contract Items. - Items noted as “Revocable” in the Proposal may be deleted entirely or in part or added to at the sole discretion of the City. The provisions of Section 4-1.03B, “Increased or Decreased Quantities”, shall not apply to entire or partial deletion of or addition to Revocable items.

Section 5 of the Standard Specifications (page 5-12) shall have the following paragraphs added:

5-1.17 Partnering. - The City and Contractor will use good faith efforts to promote the formation of a successful Partnering relationship in order to effectively complete the Contract to the benefit of both parties. The purpose of this relationship is to establish and maintain cooperative communication and to mutually resolve conflicts at the lowest responsible management level. The establishment of a Partnering relationship will not change or modify the terms and conditions of the Contract and will not relieve either party of the legal requirements of the Contract.

The City and Contractor will engage in either Formal Partnering or Informal Partnering, depending upon the size of the project.

5-1.17A Formal Partnering. – In Formal Partnering the City and the Contractor implement the Partnering relationship through at least one pre-construction partnering workshop conducted by an independent facilitator. The purpose of the initial pre-construction workshop is to mutually develop a strategy for forming a successful partnering relationship. The City and Contractor may

Page 42: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 10 of 30 Rev. 10/04/2016

participate in additional facilitated workshops during the life of the project as they mutually agree is necessary and appropriate.

For all projects in which the engineer’s estimate for the entire project prior to advertising for bids is $10 million or more, the City and Contractor shall participate in Formal Partnering.

For all projects in which the engineer’s estimate for the entire project prior to advertising for bids is $1 million or above but less than $10 million dollars, the Contractor may elect to require the parties to participate in Formal Partnering. The Contractor shall elect Formal Partnering by submitting a request in writing to the Engineer after approval of the Contract.

The scheduling of a partnering workshop, selection of the partnering facilitator and workshop site, and other administrative details shall be as agreed to by both parties. The parties shall used good faith efforts to schedule the initial, pre-construction partnering workshop and to select the facilitator for the workshop as soon as reasonably possible following award of the Contract where Formal Partnering is mandatory or as soon as reasonably possible following a Contractor’s election to require Formal Partnering for all other projects.

The costs of Formal Partnering involved in providing the pre-construction partnering workshop, any subsequent, additional partnering workshops, and the facilitator for the partnering workshops shall be borne equally by the City and Contractor. These costs may be provided elsewhere in this Contract either as an allowance item or a specific bid item. If not, then the Engineer may issue a change order in the amount of one-half of the estimated cost of the facilitator and the partnering workshops.

The division of cost for the facilitator and partnering workshops will be made by determining the cost in conformance with the provisions in Section 9-1.03B, “Work Performed By Special Forces or Other Special Services,” of the Standard Specifications, and paying to the Contractor one-half of that costs, except no markups will be allowed.

All other costs associated with Formal Partnering will be borne separately by the party incurring the costs, such as wages and travel expenses, and no additional compensation will be allowed therefor.

5-1.17B Informal Partnering. In Informal Partnering the City and the Contractor will implement the Partnering relationship through partnering discussions that are not conducted by an independent facilitator. The City and Contractor may participate in additional unfacilitated partnering meetings during the life of the project as they mutually agree is necessary and appropriate.

The City and Contractor will engage in informal partnering as follows: (1) on all projects in which the Engineer’s estimate for the entire project prior to advertising for bids is below $1 million, and (2) on all projects in which the engineer’s estimate for the entire project prior to advertising for bids is $1 million or above but less than $10 million and the Contractor has not elected Formal Partnering.

Page 43: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 11 of 30 Rev. 10/04/2016

Section 6-1.05 paragraph 1 of the Standard Specifications (page 6-2) shall be revised to read as follows:

6-1.05 Trade Names and Alternatives – For convenience in designation on the plans or in the specifications, certain articles or materials, to be incorporated in the work may be designated under a trade name or the name of a manufacturer and catalog information and followed by the words “or approved equal.” The use of an alternative article or material which is of equal quality and of the required characteristics for the purpose intended will be permitted, subject to the following requirements and to the special provisions:

Issue Date: February 4, 2015 Section 7-1.01A through 7-1.01A (11) shall be revised to read as follows: Section 7-1.01A Labor Standards The Contractor shall comply with the labor standard requirements set forth below in this Section 7-1.01A.

7-1.01A (1) City Compliance Officer 1. City Compliance Officer: For purposes of this Section 7-1.01A, the “City Compliance

Officer” is the Director of the Office of Equality Assurance or such other City employee as the City Manager may designate as having primary responsibility for administering and enforcing the labor standard requirements set forth in this Section 7-1.01A. The term includes the City Compliance Officer’s staff and any other City employees and agents authorized to assist in the administration and enforcement of these labor standards.

2. Contact Information: The address of the City’s Office of Equality Assurance for purposes of correspondence and inquiries is 200 East Santa Clara Street, 5th Floor, San José CA 95113-1905. The Office’s phone number is 408-535-8430.

3. Scope of Authority: The City Compliance Office has primary responsibility for administering and enforcing the prevailing wage requirements, the payroll requirements and all other labor standards required by this Contract.

7-1.01A (2) Working Hours The Contractor shall comply with the working-hour requirements set forth in Sections 1810 through 1815 of the California Labor Code, which are incorporated into this Contract. Working-hour requirements include, but are not limited to, the following.

Page 44: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 12 of 30 Rev. 10/04/2016

4. General Requirement: Eight hours constitutes a legal day’s work. Employees of the Contractor cannot work more than 8 hours during any one calendar day and more than 40 hours during any one calendar week.

5. Exception: Notwithstanding the general requirement set forth above, the Contractor may permit its employees to work more than 8 hours per calendar day and 40 hours per calendar week if the Contractor pays at least 1 ½ times the basic rate of pay for all hours worked in excess of 8 hours per day.

6. Record Keeping: The Contractor must keep accurate records showing the name and actual hours worked each day and each calendar week by each of its employees. The Contractor shall make the records available at all reasonable hours for inspection by the City Compliance Officer or by the Division of Labor Standards Enforcement. The Contractor’s failure to make and maintain the required records is a misdemeanor.

7. Restitution for Underpayment: If the Contractor requires or permits an employee to work in violation of the working-hour requirements set forth in this Section 7-1.01A(2), then the Contractor shall pay the employee the difference between the amount that should have been paid and the actual amount paid.

8. Penalties: In addition to paying restitution for an underpayment, the Contractor shall forfeit to the City $25 for each employee for each calendar day during which the Contractor requires or permits such employee to work in violation of the working-hour requirements set forth in this Section 7-1.01A(2).

9. Withholding of Restitution and Penalties: The Engineer may withhold and retain from any payments or moneys due the Contractor the following: (1) the amount of any outstanding restitution resulting from an underpayment, and (2) the amount of any penalties resulting from such underpayment. The Engineer’s right to withhold and retain moneys under this provision is separate and independent from any other right to withhold and retain moneys included in this Contract.

7-1.01A (3) Prevailing Wage

The Work in this Contract is a Public Work, as that term is defined for prevailing wage purposes in Sections 1720 through 1720.6 of the California Labor Code, and is subject to the City’s prevailing wage policy set forth in Chapter 14.09 of Title 14 of the San José Municipal Code, entitled “Prevailing Wage Requirements for City Contracts Involving Public Works.” In accordance with Chapter 14.09, the Contractor shall comply with the prevailing wage requirements set forth in Sections 1720 through 1782 of the California Labor Code, which are incorporated into this Contract. The prevailing wage requirements with which the Contractor must comply include, but are not limited to, the following:

Page 45: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 13 of 30 Rev. 10/04/2016

1. Prevailing Wage Requirement: The Contractor shall pay, and shall cause its subcontractors to pay, employees performing Work not less than the general prevailing rates of per diem wages, for each craft, classification and type of worker, as determined by the Director of the Department of Industrial Relations of the State of California.

2. Project-Specific Rates: Copies of the General Prevailing Wage Determinations made by the Director of the Department of Industrial Relations of the State of California for each craft, classification and type of worker required to perform the Work are available from the City Compliance Officer. Please direct all questions regarding prevailing wage requirements to the City Compliance Officer.

3. Unlisted Job Classifications: The prevailing wage rate applicable to a craft, classification or type of worker not shown on the General Prevailing Wage Determinations shall be the rate applicable to the most closely related craft, classification or type of worker. Contact the Office of Equality Assurance at (408) 535-8430 for crafts, classifications or types of workers not listed in the General Prevailing Wage Determinations.

4. Paying Higher Wages: The prevailing wage rates are minimum rates. The Contractor may pay workers more than the applicable prevailing wage rate. The City will not pay extra compensation based on the inability of the Contractor to hire workers at the prevailing wage rates.

5. No Adjustments: The City will not pay extra compensation based on increases in the prevailing wage rates during the term of the Contract.

6. Posting Notice: The Contractor must post at each job site at which Work is performed a sign informing employees that the City’s prevailing wage requirements apply to the Work and that these requirements are enforced by the City Compliance Officer. The sign shall include the City Compliance Officer’s telephone number and address. The Contractor also must post at each job site where Work is performed the General Prevailing Wage Determinations in effect for each craft, classification and type of worker employed required to perform the Work. If the Contractor fails to post the sign or General Prevailing Wage Determinations as required, the Engineer or City Compliance Officer shall have the right to do so.

7. Restitution for Underpayment: The Contractor, or any subcontractor of the Contractor, must pay the following amount to each employee who was paid less than the applicable prevailing wage rate during any period of time that such employee was performing Work: the difference between the applicable prevailing wage rate and the actual amount paid.

Page 46: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 14 of 30 Rev. 10/04/2016

8. Penalties: The Contractor, and any subcontractor of the Contractor, shall forfeit up to $200 for each calendar day, or portion thereof, for each worker paid less than the applicable prevailing wage rate. The City shall determine the amount of the penalty based on the guidelines and factors set forth in Section 1775(2) of the California Labor Code.

9. Liability for Subcontractor’s Penalties: The Contractor is liable for any penalties resulting from the payment of less than the prevailing wage rate by one of its subcontractors unless the Contractor can clearly demonstrate to the City Compliance Officer all of the following:

a. The contract between the Contractor and its subcontractor for the performance of the Work included a copy of Sections 1171, 1175, 1176, 1777.5, 1813 and 1815 of the California Labor Code; and

b. The Contractor periodically reviewed the certified payroll records of its subcontractor for payment of the specified general prevailing rate of per diem wages; and

c. Upon becoming aware of the subcontractor’s payment of less than the applicable prevailing wage rate, the Contractor diligently took corrective action to halt or rectify the violation, including, but not limited to, retaining sufficient funds from payments due the subcontractor for Work performed; and

d. Before making final payment to its subcontractor, the Contractor obtained an affidavit, signed under penalty of perjury, from the subcontractor stating that the subcontractor paid each of its workers not less than the applicable general prevailing rate of per diem wages and any amounts due pursuant to Section 1813 of the California Labor Code.

10. Withholding: The Engineer may withhold and retain from payments or moneys due the Contractor the following: (1) the amount of any outstanding restitution resulting from an underpayment, (2) penalties resulting from such underpayment, and (3) any amounts required to satisfy any civil wage and penalty assessment issued by the California Labor Commission in accordance with the California Labor Code. The Engineer’s right to withhold under this provision is separate and independent from any other right to withhold moneys included in this Contract.

11. Notice of Withholding: The City Compliance Officer will provide written notice to the Contractor and subcontractor, if applicable, of any withholding resulting from a prevailing wage violation. The notice will describe the nature of the violation, the

Page 47: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 15 of 30 Rev. 10/04/2016

amount of wages, penalties and forfeitures withheld, and the procedure for obtaining review of the withholding.

a. Service of Notice: The City Compliance Officer will serve the notice by first-class and certified mail, in a sealed envelope, with postage prepaid, addressed to the person on whom it is to be served, at the office address last given for that person.

b. Service on Surety: The City Compliance Officer will also serve a copy of the notice by certified mail to the surety that issued the payment and performance bonds for the Contract.

c. Appeal of Withholding: In accordance with Section 1771.6 of the California Labor Code, the Contractor or the affected subcontractor may seek review of the City’s withholding by transmitting a written request for review to the Office of the Labor Commissioner for the State of California. The Contractor or the affected subcontractor shall transmit a copy of the written request for review to the City Compliance Officer.

d. Time to Appeal Withholding: In accordance with Section 1742 of the California Labor Code, a written request to review a notice of withholding must be transmitted to the Office of the Labor Commissioner for the State of California within 60 calendar days after service of the notice. If review is not requested within 60 calendar days, then the City Compliance Officer’s determination is final.

12. Attachment 5: The Contractor is directed to review Attachment 5 of the Bid Documents for further information regarding prevailing wage requirements applicable to this Contract.

7-1.01A (4) Payroll Records The Contractor and each of its subcontractors shall make and keep payroll records in accordance with Section 1776 of the California Labor Code and with this Section 7-1.01A(3), both of which are incorporated into this Contract. The requirements to make and keep payroll records are as follows: 1. General Requirement: The Contractor and its subcontractors must keep accurate

payroll records. For each journey-man, apprentice, worker, or other employee performing Work, the payroll records must show the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages.

Page 48: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 16 of 30 Rev. 10/04/2016

2. Form of Payroll Records: The Contractor and its subcontractors must prepare the payroll records on forms provided by the Division of Labor Standards Enforcement for the State of California on forms containing the same information as the forms provided by the Division of Labor Standards Enforcement. The Contractor and subcontractor shall obtain the approval of the City Compliance Officer before using any form other than one provided by the Division of Labor Standards Enforcement.

3. Location of Payroll Records: Within 10 working days of starting Work, the Contractor shall inform the City Compliance Officer of the location of all payroll records, including the street address, city, and county. Within 5 working days of changing the location of the payroll records, the Contractor shall notify the City Compliance Officer of the new location.

4. Submission of Payroll Records with Progress Payment: In accordance with Section 9-1.06A of the Special Provisions, entitled “Application for Progress Payment,” the Contractor must submit the payroll records of its employees and those of its subcontractor(s) to the City with each application for progress payment. The payroll records submitted to the City shall meet all of the requirements set forth in this Section 7-1.01A (3).

a. Verification/Certification: The payroll records submitted to the City must be both verified, and the copies certified, by the Contractor or subcontractor that prepared the record. The verification must be a written declaration, made under penalty of perjury, stating the following: (1) the information contained in the payroll record is true and correct, and (2) the Contractor or subcontractor has complied with the requirements of Sections 1771, 1811 and 1815 for Work performed by its employees.

b. Condition Precedent to Payment: As set forth in Section 9-1.06A of the Special Provisions, the submission of verified and certified payroll records with each application for progress payment is an express condition precedent to the City’s obligation to make a progress payment. An application for progress payment is incomplete in the absence of verified and certified payroll records, and the Engineer is not obligated to approve or make, in whole or in part, any progress payment due the Contractor until the Contractor has submitted the required payroll records.

5. Written Request for Payroll Records: The Contractor or subcontractor must provide verified and certified payroll records to the City Compliance Officer on or before 10 working days following receipt of the written request for such records by the City Compliance Officer.

Page 49: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 17 of 30 Rev. 10/04/2016

a. Penalties: If the Contractor or subcontractor fails to timely comply with the request, then the Contractor or subcontractor, whichever one failed to provide the records, shall pay a penalty to the City of $100 for each calendar day, or portion thereof, for each worker, until the records are provided. The Contractor is not liable for a penalty imposed as a result of a subcontractor’s failure to comply with the City’s written request for payroll records.

b. Withholding: The Engineer may withhold and retain from payments or moneys due the Contractor the amount of any penalties imposed based on a failure to timely respond to the City’s written request for payroll records. The Engineer’s right to withhold under this provision is separate and independent from any other right to withhold moneys included in this Contract.

6. Inspection of Records by Employee: A verified and certified copy of an employee’s pay record shall be made available, on request, for inspection or given to the employee or the employee’s authorized representative. The records shall be available at all reasonable hours at the principal office of the contractor.

7. Inspection of Records by Department: A verified and certified copy of all payroll records shall be made available, upon request, for inspection or furnished to the City Compliance Officer and the Division of Labor Standards Enforcement of the Department of Industrial Relations. The records shall be available at all reasonable hours at the principal office of the contractor.

7-1.01A (5) Employee Sign In/Sign out The Contractor shall maintain a sign-in and sign-out sheet showing which employees are present on the job site. The Contractor shall establish procedures so that all employees sign in and out of the job site. The Contractor shall provide, upon request, a copy of the sign-in and sign-out sheet to the City Compliance Officer and to any employee or the employee’s authorized representative. 7-1.01A (6) Discrimination Prohibited 1. Labor Code Prohibition: The Contractor must comply with, and is subject to, the

employment non-discrimination requirements set forth in Section 1735 of the California Labor Code, which is incorporated into this Contract.

2. City Prohibition: The Contractor also must comply with, and is subject to, the nondiscrimination/nonpreference requirements set forth in Chapter 4.08 of Chapter 4 of the San José Municipal Code, entitled “Nondiscrimination Requirements for Contracts,” which is incorporated into this Contract.

Page 50: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 18 of 30 Rev. 10/04/2016

a. Attachment 1 of Contract: The nondiscrimination/nonpreference requirements set forth in Attachment 1 of this Contract implement, in part, the requirements of Chapter 4.08. The Contractor shall comply with the requirements set forth in Attachment 1.

b. Subcontractors: The Contractor shall include the same provisions in Attachment 1 in every subcontract entered into in furtherance of the Contract so that such provisions are binding on each subcontractor.

7-1.01A (7) Apprentices 1. Compliance: The Contractor and its subcontractors shall comply with the requirements

of the State Apprenticeship Program, as set forth in Section 1777.5 and Chapter 4 of division 3 of the California Labor Code (starting at Section 3070), which collectively are incorporated into this Contract. The Contractor is solely responsible for securing compliance with Section 1777.5 for all apprenticeable occupations.

2. Subcontracts: The Contractor shall include in all of its subcontracts the obligation for subcontractors to comply with the requirements of the State Apprenticeship Program.

3. Evidence of Compliance: The Contractor shall comply promptly with all requests of the City Compliance Officer for documentation that the Contractor and its subcontractors are in compliance with the State Apprenticeship Program.

4. Penalties: The Contractor is subject to the penalties set forth in Section 1777.7 of the California Labor Code for a failure to comply with the requirements of Section 1777.5. Section 1777.7 is incorporated into this Contract.

5. Withholding: The Engineer may withhold and retain from payments or moneys due the Contractor the amount of any penalties imposed based on a violation of Section 1777.5 of the California Labor Code. The Engineer’s right to withhold under this provision is separate and independent from any other right to withhold moneys included in this Contract.

7-1.01A (8) Workers’ Compensation 1. Requirement: The Contractor shall secure worker’s compensation for all of its

employees in accordance with Section 3700 of the California Labor Code. By signing the Contract, the Contractor is certifying and filing with the City the following:

“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in

Page 51: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 19 of 30 Rev. 10/04/2016

accordance with the provisions of that code, and I will comply with such provision before commencing the performance of the Work of this Contract.”

2. Prohibition: The Contractor is prohibited from performing Work if at the time of such Work the Contractor is not in compliance with Section 3700 of the California Labor Code. The Contractor must not allow a subcontractor to perform Work if at the time of such Work the subcontractor is not in compliance with Section 3700 of the California Labor Code.

3. Proof of Compliance: Before starting any Work, the Contractor shall provide the Engineer with one of the following: (1) satisfactory proof that it is properly insured by one or more insurers authorized to write worker’s compensation insurance in California, or (2) a valid certificate of consent to self-insure issued by the Director of Industrial Relations for the State of California.

a. Maintaining Compliance: The Contractor shall maintain such insurance or certificate of consent to self-insure for the term of the Contract.

b. Requests for Proof of Compliance: Upon the request of the Engineer at any time during the term of the Contract, the Contractor must provide satisfactory proof that it is in compliance with Section 3700 of the California Labor Code.

4. Failure to Comply: The Contractor’s failure to comply promptly with a request by the Engineer for proof of compliance with Section 3700 of the California Labor Code, or the Contractor’s failure to be in compliance with Section 3700, is a material breach of this Contract. Such breach is a basis for the Engineer to suspend Work in accordance with Section 8-1.05 of these Specifications. The Contractor is responsible for all costs and damages resulting from any such suspension of Work.

5. Withhold: If any injury occurs to any employee of the Contractor for which the employee, or the employee’s dependents, is entitled to compensation from the City under the California Labor Code provisions applicable to worker’s compensation, the Engineer may withhold and retain from any moneys due the Contractor an amount sufficient to cover such compensation.

6. Subcontractors: The Contractor shall include in all of its subcontracts the obligation for subcontractors to comply with the requirements of this Section 7-1.01A (8).

7-1.01A (9) Certified Electricians

Page 52: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 20 of 30 Rev. 10/04/2016

The Contractor must use, and must cause its subcontractor(s) to use, properly certified persons to perform any Work as electricians in accordance with Chapter 4.5 of Division 1 of the California Labor Code, entitled “Electrician Certification” (Sections 108 – 108.5).

7-1.01A (10) Labor Standards Enforcement

1. Cooperation: The Contractor and its subcontractors shall cooperate fully with the City Compliance Officer as part of any action by the City Compliance Officer to administer and/or enforce the labor standards set forth in this Section 7-1.01A.

2. Inspections: The Contractor and its subcontractors agree that the City Compliance Officer has the following rights in the performance of the Officer’s duties: (1) to engage in random inspections of job sites, (2) to have access to the employees performing Work, and (3) to have access to employee time sheets, inspection logs, payroll records, paychecks and any other documents reasonably related to an appropriate investigation of the Contractor’s and subcontractor’s compliance with the labor standards set forth in this Section 7-1.01A.

3. Audit: The City Compliance Officer may audit such records of the Contractor and it subcontractors as the Officer deems necessary to determine compliance with the labor standards set forth in this Section 7-1.01A.

7-1.01A (11) Subcontractors

Notwithstanding anything to the contrary, the prevailing wage requirements, payroll record requirements and all other labor standard requirements set forth in this Section 7-1.01A are applicable to every subcontractor engaged by the Contractor to perform Work. The Contractor shall include in every such subcontract the following provision(s): (1) an agreement from the subcontractor that it is subject to each of the labor standard requirements set forth in this Section 7-1.01A, (2) an agreement from the subcontractor that it will comply with each of the labor standard requirements, and (3) an agreement from the subcontractor that the City Compliance Officer can enforce each of the labor standard requirements against the subcontractor to the same extent it can enforce the provisions against the Contractor. Section 7-1.04 Permits and Licenses of the Standard Specifications (page 7-14) shall have the following paragraph added:

“The Contractor shall defend, indemnify, and hold harmless the City, its

employees, and its agents from all legal claims, losses, actions in law or equity civil and/or criminal, arising from any and all acts, omissions, or negligence of the Contractor in violation of any permit or license issued.”

Section 7-1.22 Provisions of Law and Venue of the Standard Specifications (page 7-30) shall have the following paragraph added:

Page 53: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 21 of 30 Rev. 10/04/2016

“All depositions, document production, mediations, arbitrations, and any

other meetings will take place in the City of San José.” Issue Date: October 4, 2016

Be advised, a PM can modify Section 8-1.01 of the Standard Specifications, if appropriate. Please review these guidelines if modifying the percentage of work the prime contractor is required to self-perform. Projects with federal funding should also have this percentage further evaluated.

a) Sanitary Sewer / Storm / Utility / Multimodal Roadway and Streetscape project: Typically 30%

b) Park/Trail project: Typically 25% c) Building project: Typically 5%

If a PM determines that a different percentage should be identified, the Section supervisor shall be consulted. Delete these instructions (in gray), or the Section altogether, once a determination is made regarding percentage of self-performance required.

Section 8-1.01 of the Standard Specifications (page 8-1) shall be revised as follows: 8-1.01 Subcontracting – Revise the third paragraph of Section 8-1.01, “Subcontracting”, of the Standard Specifications to read “The Contractor shall perform with the Contractor’s own organization contract work amounting to not less than _____ percent of the original total 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 original total contract price before computing the amount of work required to be performed by the Contractor with the Contractor’s own organization.” Section 8-1.06 of the Standard Specifications shall be deleted because is has been determined to conflict with the new Special Provisions contained herein.

SECTION 8-1.06 Time of Completion – Time of the Essence: All time limits specified in this contract are of the essence of the contract. Unless specifically designated otherwise, the term “day” appearing anywhere in the Contract Documents shall mean a calendar day.

Starting and Completion Date: The City shall designate in the Notice to Proceed the starting date of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor agrees to complete the work on the dates specified for completion of all or designated portions of the Contractor’s performance in the contract unless such time is adjusted, in writing, by change order by the City (“Milestone Dates”). The Contractor may complete the work before the completion date if it will not interfere with the City or their other contractors engaged in related or adjacent work. The work shall be regarded as completed as noted on the City’s Notice of Completion or Notice of Beneficial Occupancy.

Page 54: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 22 of 30 Rev. 10/04/2016

The Contractor shall have no right to an adjustment in the time of completion due to weather conditions or industrial conditions which are normal for the locality of the site. The time period for completion of the contract has been calculated with consideration given to the average climatic range and usual industrial conditions prevailing in the locality of the site.

Time extensions due to inclement weather will be allowed only for weather conditions that

affect the progress of activities that are on the critical path. The contractor shall exercise due diligence in protecting the work area from weather as well as take corrective action after the weather has passed. Time extensions will not be allowed until the average number of days for which precipitation exceeds 0.10 inch and the corresponding average precipitation in any given month or months has been exceeded. Delays due to inclement weather are not compensable.

Abnormal weather conditions are those that exceed the averages indicated in the following

table: Month Days (1) and Precipitation (2) January 6 3.06 February 6 2.49 March 6 2.31 April 3 1.06 May 1 0.40 June 0 0.09 July 0 0.04 August 0 0.09 September 1 0.21 October 2 0.73 November 4 1.73 December 5 2.28 Total 33 14.49

(1) The average number of days in which the precipitation exceeds 0.10 inches in the

24 hour period between midnight of one day and midnight of the next day. (2) The mean precipitation, in inches, for the month indicated, recorded at San Jose

station #047821 over the period from 1948 to 2000. Section 8-1.06B of the Standard Specifications (page 8-4) shall be added as follows:

8-1.06B Annual Holiday Closure. - At the option of the Engineer, the contractor may be required to suspend all work and activities during the City’s annual Holiday Closure in late December and early January of each year. No work shall be done during this suspension except such work as is necessary for the proper care and protection of work already performed, or except in case of an emergency, and in any case, only with the prior written permission of the Engineer.

Page 55: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 23 of 30 Rev. 10/04/2016

This suspension of work will be at no cost to the City. Working days will not be assessed during this suspension of work.

Section 8-1.07 of the Standard Specifications shall be revised as follows:

8-1.07 Liquidated Damages – Replace the words “working days” with “calendar days”.

Section 8-1.07A No Pay for Delay of the Standard Specifications shall be deleted because it has been determined to be wholly inapplicable or conflicting with the new Special Provisions contained herein.

Section 8-1.07A – Contractor Caused Delay – Should the progress of the Work or of the Project be delayed, disrupted, hindered, obstructed, or interfered with by any fault or neglect or act or failure to act of the Contractor or any of its officers, agents, servants, employees, subcontractors or suppliers so as to cause any additional cost, expense, liability or damage to City including legal fees and disbursements incurred by City (whether incurred in defending claims arising from such delay or in seeking reimbursement and indemnity from the Contractor and its surety hereunder or otherwise) or any damages or additional costs or expenses for which City may or shall become liable, the Contractor and its surety shall and does hereby agree to compensate City for and indemnify them against all such costs, expenses, damages and liability.

City, if it deems necessary, may direct the Contractor to work overtime and, if so directed, the Contractor shall work said overtime and, provided that the Contractor is not in default under any of the terms or provisions of this Agreement or of any of the other Contract Documents, City will pay the Contractor for such actual additional wages paid, if any, at rates which have been approved by City plus taxes imposed by law on such additional wages, plus workers' compensation insurance, liability insurance and levies on such additional wages if required to be paid by the Contractor to comply with Contractor’s obligations under this Agreement.

If, however, the progress of the Work or of the Project be delayed by any fault or neglect

or act or failure to act of the Contractor or any of its officers, agents, servants, employees, subcontractors or suppliers, then the Contractor shall, in addition to all of the other obligations imposed by this Agreement upon the Contractor in such case, and at its own cost and expense, work such overtime as may be necessary to make up for all time lost in the completion of the Work and of the Project due to such delay.

Section 8-1.07B – Delay Caused by Other – Should the Contractor be delayed, obstructed,

hindered or interfered with in the commencement, prosecution or completion of the Work by any cause including but not limited to any act, omission, neglect, negligence or default of City or by an employee, agent or representative of the City (other than by reason of the proper exercise of their respective rights, duties and obligations under the Contract Documents), or by damage caused by fire or other casualty or by the combined action of workers or by governmental

Page 56: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 24 of 30 Rev. 10/04/2016

directive or order in no wise chargeable to the Contractor, or by any extraordinary conditions arising out of war or government regulations, or by any other cause beyond the control of and NOT due to any fault, neglect, act or omission of the Contractor, its officers, agents, employees, subcontractors or suppliers, then except where the General Contract has specific requirements at variance with the foregoing, in which case the requirements of the General Contract shall govern the Contractor shall be entitled to an extension of time for a period equivalent to the time lost by reason of any and all of the aforesaid causes; provided, however, that the Contractor shall not be entitled to any such extension of time unless the Contractor:

(1) notifies City in writing of the cause or causes of such delay, obstruction, hindrance or

interference within forty eight (48) hours of the commencement thereof, AND (2) demonstrates that it could not have anticipated or avoided such delay, obstruction,

hindrance or interference and has used all available means to minimize the consequences thereof.

Contractor acknowledges that provision of such notice is an essential condition precedent

to Contractor's rights in connection with any such delays, obstructive hindrances or interferences to City ability to fully identify, and expeditiously, address and avoid such cause or causes, and, accordingly, Contractor expressly waives all rights with respect to any such cause or causes for which notice hereunder was not provided. Notwithstanding the foregoing, if the General Contract is at variance with granting such time extension, then the provisions of the General Contract shall control.

Section 8-1.07C – Damages for Compensable Delay – The Contractor agrees that it shall

not be entitled to nor claim any cost reimbursement, compensation or damages for any delay, obstruction, hindrance or interference to the Work over and beyond that which is specified in the General Contract plus that which is specified by duly executed change orders.

In the event of delay in the Work that is within Section 7102 of the Public Contract Code, the

contractor shall be entitled to an extension of time and compensation for such delay in strict accordance with the provisions of this section. The extension of time and provision for compensation shall not be allowed unless the Contractor provides the City with written notice within forty-eight (48) hours of the commencement of any such delay. The City must provide written approval of any extension of time, or payment of compensation. No verbal approval, either express or implied, or any grant of time extension by City or its agents shall be binding upon City unless and until such approval is expressly ratified in writing.

Contractor’s remedy for a 7102 Delay, in addition to the extension of time, shall be as

follows, upon contractor’s demonstration that these costs were actually impacted by the 7102 Delay:

1. Field or on-site labor according to actual payroll data for the time of the 7102 Delay.

No multipliers will be allowed unless previously approved in writing by the City; 2. Idle field equipment will be priced at a daily rate calculated from the manufacturer

quoted or invoiced costs;

Page 57: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 25 of 30 Rev. 10/04/2016

3. Idle field rental equipment will be priced at a daily rate calculated from the invoiced costs; and

4. Total mark up of items (1) through (3) above for overhead and profit, including all levels of subcontractors and Contractor combined, shall not exceed 20% cumulative. For the purposes of this section, overhead includes (1) all indirect labor such as management, supervision, engineer and consulting, drafting, estimating, secretarial and accounting; (2) all field office expenses, including office supplies and equipment; (3) insurance and bonds; and (4) all corporate office expenses.

In the event of delay in the Work which is not due to Section 8-1.07B ‘Delay by Others’, or is not a 7102 Delay, City may direct that the work be accelerated by means of overtime, additional crews or additional shifts or resequencing of the Work. All such acceleration associated with an inexcusable delay, where the delay is attributable to the Contractor, shall be at no cost to the Owner. In the event of Section 8-1.07B ‘Delay by Others’ or 7102 Delay, City may similarly direct acceleration and Contractor agrees to perform same on the basis of reimbursement of Direct cost plus a fee of five percent (5%) of such costs but expressly waives any other compensation therefore. In the event of any acceleration requested pursuant to this paragraph, Contractor shall provide promptly a plan including recommendations for, in Contractor’s opinion, the most effective and economical acceleration. Section 8-1.10 of the Standard Specifications shall be revised as follows:

8-1.10 Utility and Non-Highway Facilities – Replace the words “highway right-of-way”, “right-of-way” and “highway” with “project site”.

Section 9-1.03A of the Standard Specifications shall be revised as follows:

9-1.03A Work Performed by Contractor – Replace the words “markup of 33 percent to the cost of labor” with “markup of 15 percent to the cost of labor”.

Issue Date: February 4, 2015 Section 9-1.06 of the Standard Specifications (page 9-12) shall be revised to read as follows:

9-1.06A Application for Progress Payment.

1. Once each month, the Contractor shall submit an application for progress payment for the work done in the preceding month. The Contractor shall submit its monthly application for progress payment at a time acceptable to the Engineer, and the Contractor shall include whatever documentation the Engineer reasonably determines is necessary to authorize a progress payment.

2. Before the City makes any partial payment or the final payment, and as a condition of a Contractor’s application for progress or final payment being deemed complete, the Engineer may require the Contractor to submit satisfactory

Page 58: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 26 of 30 Rev. 10/04/2016

evidence that the Contractor is not delinquent in payments to employees or creditors for labor and materials incorporated into the work. 3. The Contractor shall provide to the Engineer, with each application for progress payment, the verified and certified payroll records for all of its employees and those employees of Contractor’s subcontractors, as required in Section 7-1.01A(2), entitled "Prevailing Wage," and in Section 7-1.01A(3), entitled "Payroll Records." The verified and certified payroll records submitted with each application for progress payment shall be for the same period of time as the work for which the Contractor is seeking payment.

a. The Contractor agrees that submission of the verified and certified payroll records with each application for progress payment is an express condition precedent to the Engineer's obligation to make a progress payment. The Engineer is not obligated to approve or make, in whole or in part, any progress payment due the Contractor until the Contractor has submitted the required payroll records.

b. Any payment of a progress payment, in whole or in part, by the Engineer despite the Contractor’s failure to submit the required payroll records in a timely manner is not a waiver of any other term or conditions contained in this Contract or a waiver of the right to withhold payment for any subsequent breach.

Issue Date: July 29, 2013

9-1.06B Partial Payment.

1. Based on the application for progress payment submitted by the Contractor and any other information available to the Engineer, the Engineer shall cause an estimate in writing to be made at least once a month. The estimate shall include the total amount of work done during the time period covered by the application for payment request, and the value thereof. The estimate shall also include any amounts payable for mobilization. 2. The City shall retain 5 percent of such estimated value of the work done, except that at any time after 50 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the City made reduce the total amount being retained from payment pursuant to the above requirements to 2.5 percent of the estimated value of such work. In addition, on any partial payment made after 95 percent of the work has been completed, the City may reduce the amount withheld from payment pursuant to the requirements of this Section 9-1.106, to such lesser amount as the Engineer determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract (but in no event will said amount be reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer). Such reduction will only be made upon the written request of the Contractor and shall be approved in writing by the surety on the Performance

Page 59: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 27 of 30 Rev. 10/04/2016

Bond and by the surety on the Payment Bond. The approval of the surety shall be submitted to the City; the signature of the person executing the approval for the surety shall be properly acknowledged and the power of attorney authorizing him/her to give such consent must either accompany the document or be on file with the City. 3. The Engineer may at any time and in the Engineer’s sole discretion reinstate the retention at the full 5 percent of the value of the work performed upon notice to the Contractor. The Contractor shall immediately repay to the City all amounts paid to the Contractor in excess of the 5 percent retention. If the Contractor fails to repay the amount due within a reasonable time, the City may, in addition to all of the other remedies available to it, withhold such amount from future partial payments made to the Contractor. 4. Based on submittal of a complete application for progress payment and corresponding Engineer’s Estimate, the City shall pay monthly to the Contractor, while carrying on the work, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No such estimate or payment shall be required to be made when, in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract, or the total value of the work done since the last estimate amount to less than $5,000. 5. No such estimate or payment shall be construed to be an acceptance of any defective work or improper materials. 6. Attention is directed to the express prohibition against payment to unlicensed contractors contained in Public Contract Code Section 10164, the provisions of which are set forth in Section 7-1.01C, entitled “Contractor’s Licensing Laws.” 7. The estimates of the Engineer shall be final and conclusive evidence of the amount or work performed by the Contractor under this contract, and shall be taken as full measure of compensation to be received by the Contractor.

Section 9-1.07C of the Standard Specifications (page 9-18) shall be added as follows:

9-1.07C Claims Certification. - All claims submitted by the contractor shall include the following personal certification:

“I, , BEING THE (MUST BE AN OFFICER) OF (GENERAL CONTRACTOR), DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION AND/OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS MADE IN GOOD FAITH; THE SUPPORTING DATA IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE CONTRACTOR BELIEVES THE OWNER IS LIABLE;

Page 60: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 28 of 30 Rev. 10/04/2016

AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE 12650, ET SEQ, PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT, AND/OR OTHER SEVERE LEGAL CONSEQUENCES.” By: Title

Issue Date: October 4, 2016 Section 12 of the Standard Specifications (page 12-4) shall have the following section added:

12-1.05 Temporary Traffic Control. Systems and Devices. - Temporary Traffic Control systems and devices shall be in conformance with the "California Manual of Uniform Traffic Control Devices (MUTCD) for Streets and Highways, November 7, 2015", or latest version, published by Caltrans. Traffic control plans are required to be submitted to the City for review prior to construction. Pursuant to San José Municipal Code Section 11.12.050, flaggers or City of San José Police Officers shall direct traffic through construction zones where warning signs, cones, delineators, barricades and other temporary traffic control devices cannot effectively control moving traffic. Flaggers shall be sufficiently trained and equipped in accordance with California Code of Regulations, Title 8, Section 1599. In addition, flaggers shall be certified by the American Traffic Safety Services Association (ATSSA) or the National Safety Council (NSC). The Director of Public Works reserves the right to require the use of Police Officers when conditions warrant.

Issue Date: July 29, 2013 Section 12 of the Standard Specifications (page 12-4) shall have the following section added:

12-1.06 Traffic Control. Secondary Employment Officers.

1. The standard hourly rate for off-duty uniformed traffic control officers (“Secondary Employment Officers”) at construction zones will be $55.00 per hour. Officers are required to receive a 3 hour minimum payment for each assignment equaling a minimum of $165.00 per assignment. Time and one-half of the hourly rate will be charged on each assignment exceeding eight (8) hours. The 3-hour minimum payment of $165.00 will be required when the Contractor does not cancel the requested assignment within 3 hours of the start time.

Page 61: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 29 of 30 Rev. 10/04/2016

2. Requests for Secondary Employment Officers must be submitted at least three (3) business days in advance of the start date for each assignment. (i.e. if an assignment is scheduled for Tuesday morning, the request must be received no later than the end of the business day on the previous Thursday.) 3. A Secondary Employment Officer request form will be provided to each Contractor. The Contractor making a request for a new assignment will complete section #1 of the request form and email it to the address listed on the request form. After the request form is received by the Secondary Employment Officer supervisor, Secondary Employment Officer(s) will be assigned and the completed form will be emailed back to the requesting Contractor. This form will contain the name(s) of assigned officer(s), direct cell phone numbers, the location of the assignment, and start time(s). 4. The process for canceling assigned Secondary Employment Officer(s) is the responsibility of the requesting Contractor. To cancel an assignment, the Contractor, or designee, shall contact the assigned Secondary Employment Officer(s) directly using the contact information included on the completed request form. Cancellation requires either actual contact with the assigned Secondary Employment Officer(s) or a voicemail message on the Secondary Employment Officer(s) listed cell phone number. Any cancellation less than 3 hours before the start time of the assignment will require the 3 hour minimum payment. 5. For questions related to this process, contact the Secondary Employment Unit at (408) 277-4980.

END OF AMENDMENTS

BEGINNING OF WORK AND TIME OF COMPLETION The Contractor shall diligently prosecute the contract to completion before the expiration of XXX CALENDAR DAYS, which shall include XX CALENDAR DAYS for maintenance, from the first chargeable day as set forth in the one “Notice to Proceed.” NO ADDITIONAL DAYS WILL BE GRANTED FOR INCLEMENT WEATHER OR CONDITIONS RESULTING IMMEDIATELY THEREFROM except as noted in Section 8-1.06 of the Special Provisions. IF NECESSARY There shall be two (2) Notice to Proceeds (NTPs) for this project: NTP #1 shall authorize the Contractor to install the project construction sign at the location directed by the City representative. It shall also authorize the Contractor to submit all material submittals and shop drawings for the play equipment only. NTP #1 shall not authorize erection of the temporary construction fence. Shop drawings shall be delivered to the City representative. The Contractor shall submit proof of order of the play equipment (such as the manufacturer’s invoice) to the City.

Page 62: 7890-RINCON SOUTH PARK DEVELOPMENT

60 SPECPR combo 10-4-16.doc Page 30 of 30 Rev. 10/04/2016

See section 012000-2, Price and Payment Procedures, item number 10, Playground Equipment for payment of the playground equipment. NTP #2 shall authorize the Contractor to erect the temporary construction fence and proceed with the demolition, construction, and work for the Base Bid as identified for the Project.

LIQUIDATED DAMAGES The Contractor shall pay to the City of San José the sum of ONE THOUSAND DOLLARS ($1000) per day for each and every day’s delay in finishing the work in excess of the number of days prescribed above.

EQUALITY ASSURANCE The Contractor shall comply with the Nondiscrimination / Nonpreferential Treatment requirements set forth in Attachment 1 and Attachment 3 pursuant to Chapter 4.08 of the City of San José Municipal Code. The Contractor shall comply with the Prevailing Wage requirements set forth in Attachment 5. Attachment 1, Attachment 3, and Attachment 5 are attached and are a part of these special provisions.

INSURANCE REQUIREMENTS Attention is directed to Attachment 4, “Insurance Requirements”, of these special provisions.

Page 63: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

ATTACHMENT 1

Nondiscrimination/Nonpreferential Treatment Applicable to Contracts for Public Works Construction Projects

Page 64: 7890-RINCON SOUTH PARK DEVELOPMENT

71ATTCH1.doc Rev. 3/10/11

ATTACHMENT 1

NONDISCRIMINATION / NONPREFERENTIAL TREATMENT APPLICABLE TO CONTRACTS FOR PUBLIC WORKS CONSTRUCTION PROJECTS

Statement of Purposes It is the Policy of the City of San Jose that no discrimination or preferences shall be permitted in the subcontracting of the City of San Jose construction contracts. Studies have demonstrated that there has been a pattern of discrimination against certain minority groups and women by contractors in the subcontracting of public works contracts. All contractors shall fully comply with Chapter 4.08 of the San Jose Municipal Code and shall not discriminate against or grant preferential treatment to any subcontractor on the basis of race, sex, color, age, religion, sexual orientation, actual or perceived gender identity, disability, ethnicity, or national origin in the performance of the City of San Jose contracts. Any contractor who so discriminates or gives preferences shall be deemed not to be a responsible bidder in accordance with City of San Jose Charter Section 1217. SECTION I -- REQUIREMENT These provisions, entitled, “NONDISCRIMINATION / NONPREFERENTIAL TREATMENT APPLICABLE TO CONTRACTS FOR PUBLIC WORKS CONSTRUCTION PROJECTS are incorporated in and made part of the Special Provisions. In addition, each bidder must - as part of its “PROPOSAL TO CITY OF SAN JOSE” for this project - declare under penalty of perjury that in listing subcontractors in its bid it has not discriminated or given any preference to any firm based on race, sex, color, age, religion, sexual orientation, disability, ethnicity, or national origin. See, PROPOSAL TO CITY OF SAN JOSE. SECTION II -- CONFLICT WITH APPLICABLE FEDERAL OR STATE LAW In the event that a particular City public works contract is funded or required to be approved in whole or in part by the State or Federal government and any provision contained herein is inconsistent with any applicable state or federal statutes, rules or regulations, orders or controlling policies pertaining to such funding or approval, to the extent that any such provision is inconsistent, it shall not apply to the contract. To the extent a Federal project requires an MBE/WBE Program, the Program set forth in Resolution #67001 shall be applicable. SECTION III -- VIOLATION OF SECTION Be aware that any Prime Contractor who discriminates or gives preferences is in violation of Chapter 4.08 of the San Jose Municipal Code. Any such violation, in addition to all other remedies set forth in the Municipal Code, is further subject to the provisions of the San Jose Municipal Code, Chapter 4.10 of Title 4, Debarment of Contractors From City Contracts .

Page 65: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

ATTACHMENT 2 (not used)

Page 66: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

ATTACHMENT 3

Contract Provisions Implementing Chapter 4.08 of the San Jose Municipal Code

Page 67: 7890-RINCON SOUTH PARK DEVELOPMENT

73ATTCH3.doc Page 1 of 2 Rev. 09/01/03

ATTACHMENT 3

CONTRACT PROVISIONS IMPLEMENTING CHAPTER 4.08 OF THE SAN JOSE MUNICIPAL CODE

In the performance of this Agreement: 1. Prohibition on Discrimination and Preferential Treatment. Contractor shall not discriminate against or grant preferential treatment to any person on the basis of race, sex, color, age, religion, sexual orientation, actual or perceived gender identity, disability, ethnicity or national origin. This provision is applicable to recruiting, hiring, demotion, layoff, termination, compensation, fringe benefits, advancement, training, apprenticeship and other terms, conditions, or privileges of employment, subcontracting and purchasing. Nothing herein shall be interpreted as precluding any reasonable accommodation provided to any person with a disability. 2. Compliance Reports. If directed by the Compliance Officer of the City, Contractor shall file, and cause any subcontractor to file, compliance reports with the Compliance Officer. Compliance reports shall be in the form and filed at such times as may be designated by the Compliance Officer. Compliance reports shall contain such information and be supported by such data or records as may be requested by the Compliance Officer to determine whether Contractor or its subcontractor is complying with the nondiscrimination and nonpreference provisions of this Agreement and Chapter 4.08 of the Municipal Code. 3. Failure to Comply With Nondiscrimination Provisions. If the Compliance Officer determines that the Contractor has not complied with the nondiscrimination or nonpreference provisions of this Agreement, the City may terminate or suspend this Agreement, in whole or in part. Failure to comply with these provisions may also subject Contractor and/or subcontractor to debarment proceedings pursuant to provisions of the San Jose Municipal Code. Failure to comply with these provisions is a violation of Chapter 4.08 of the San Jose Municipal Code and is a misdemeanor. 4. Subcontracts. Contractor shall include provisions 1 through 3, inclusive, in each subcontract entered into in furtherance of this Agreement so that such provisions are binding upon each of its subcontractors. 5. Waiver of Nondiscrimination Provisions. The nondiscrimination provisions of this Agreement may be waived by the Compliance Officer, if the Compliance Officer determines that the Contractor has its own nondiscrimination requirements or is bound in the performance of this Agreement by the nondiscrimination requirements of another governmental agency, and the nondiscrimination provisions of the Contractor or other governmental

Page 68: 7890-RINCON SOUTH PARK DEVELOPMENT

73ATTCH3.doc Page 2 of 2 Rev. 09/01/03

agency are substantially the same as those imposed by the City.

Page 69: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

ATTACHMENT 4 Insurance Requirements

Page 70: 7890-RINCON SOUTH PARK DEVELOPMENT

ATTACHMENT 4

INSURANCE REQUIREMENTS

CONTRACTOR shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of the work hereunder by the CONTRACTOR, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the CONTRACTOR’S bid.

I. Minimum Scope of Insurance

Coverage shall be at least as broad as:

1. The coverage provided by Insurance Services Office Commercial General Liability coverage “occurrence” form CG 0001 including ongoing operations and products completed coverage; and

2. The coverage provided by Insurance Services Office form number CA 0001 covering Automobile Liability. Coverage shall be included for all owned, non-owned and hired automobiles with broadened transportation pollution liability coverage; and

3. Workers’ Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance.

4. CONTRACTOR’S Pollution Liability Insurance, including coverage for all operations, completed operations and professional services with non-owned disposal site liability coverage holding a minimum extended three-year reporting period.

There shall contain no special limitations on the scope of protection afforded to the City, itsofficials, employees, agents and contractors unless approved by the City’s Risk Manager.

II. Minimum Limits of Insurance

CONTRACTOR shall maintain limits no less than:

1. Commercial General Liability: $5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit; and

2. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage with broadened transportation pollution liability coverage; and

Page 1 of3

Page 71: 7890-RINCON SOUTH PARK DEVELOPMENT

3. Workers’ Compensation and Employers Liability: Workers’ Compensation limits asrequired by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident; and

4. CONTRACTOR’S Pollution Liability: $1,000,000 each occurrence/aggregate limit

III. Deductibles and Self-Insured Retentions

Any deductibles or self-insured retentions 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 retentions as respects the City, its officials, employees, agents and contractors; or the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses in an amount specified by the City.

VI. Other Insurance Provisions

The policies are to contain, or be endorsed to contain, the following provisions:

1. General Liability, Contractor’s Pollution Liability, and Automobile Liability Coverages

a. The City, its officials, employees, agents and contractors are to be covered as additional insureds 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 or used by the CONTRACTOR; or automobiles 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, agents and CONTRACTOR.

b. The CONTRACTOR’S insurance coverage shall be primary insurance as respects the City, its officials, employees, agents and contractors. Any insurance or self-insurance maintained by the City, its officials, employees, agents or contractors shall be excess of the contractor’s insurance and shall not contribute with it.

c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees, agents, or contractors.

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.

e. Coverage shall contain a waiver of subrogation in favor of the City, its officials, employees, agents and contractors.

2. Workers’ Compensation and Employers Liability

Page 2 of3

Page 72: 7890-RINCON SOUTH PARK DEVELOPMENT

Coverage shall be endorsed to state waiver of subrogation against the Agency, the City, their officials, employees, agents and CONTRACTOR.

3. All Coverages

Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days’ prior written notice has been given to the City; except that ten (10) days’ prior written notice shall apply in the event of cancellation for non-payment of premium.

4. Claims-Made Policies

If any of the required insurance is written on a claims-made form, CONTRACTOR shall maintain such insurance continuously in force throughout the term of this Agreement and for three years following completion of work under this AGREEMENT.

V. Acceptability of Insurance

Insurance is to be placed with insurers acceptable to the City’s Risk Manager.

VI. Verification of Coverage

CONTRACTOR shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

Copies of ail the required ENDORSEMENTS shall be attached to the CERTIFICATE OF INSURANCE which shall be provided by the CONTRACTOR’S insurance company as evidence of the stipulated coverages.

Proof of insurance shall be either emailed in pdf format to: [email protected], or mailed to the following postal address (or any subsequent email or postal address as may be directed in writing by the Risk Manager):

City of San Jose - Finance Department Risk & Insurance Program

200 East Santa Clara St., 14th Floor San Jose, CA 95113-1905

VII. Subcontractors

Contractors shall include all subcontractors as insureds under its policies or shall obtain separate certificates and endorsements for each subcontractor.

Page 3 of3

Page 73: 7890-RINCON SOUTH PARK DEVELOPMENT

20CONTNT.doc Rev. 9/23/03

ATTACHMENT 5 Contract Provisions for Prevailing Wages

Page 74: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 1of 7 Revised 1/22/2018

ATTACHMENT 5

CONTRACT PROVISIONS FOR PREVAILING WAGES

PREVAILING WAGES

Attention is called to the fact that this project is a public work as defined in the California Labor Code. As such, not less than the general prevailing rate of per diem wages and the general prevailing rates for holiday and overtime work shall be paid on this project. Contractors shall be responsible for compliance with all prevailing wage provisions found in California Labor Code Sections 1720 through 1861.

Copies of the General Prevailing Wage Determinations (DIR Wage Index 2018-1) made by the California Director of Industrial Relations in effect for this project and accompanied by a City of San Jose cover sheet are available at the City’s Office of Equality Assurance, 200 East Santa Clara Street, 5th Floor, San Jose CA 95113-1905. All questions regarding prevailing wage requirements are to be directed to the Office of Equality Assurance at 408-535-8430.

Alternate workweek schedules that allow employees to work more than eight (8) hours per day without overtime pay are not permitted on public works construction contracts. Please see attached DIR May 10, 2007 IMPORTANT NOTICE TO AWARDING BODIES AND INTERESTED PARTIES REGARDING OVERTIME ON PUBLIC WORKS. Effective January 2, 2002, a Congestion Zone Fee (CZF) is required to be paid to each Ironworker [refer to Ironworker Master Agreement]. The CZF is currently $9.00 per worker/per day. The CZF is to be included on the contractors’ certified payroll reports under the Travel & subsistence column. Failure to pay the CZF will result in a prevailing wage violation requiring the contractor to make restitution to the affected worker(s). Additionally, liquidated damages will be assessed. The appropriate craft classification for welding is Ironworker [DIR Wage Index Page 2]. The appropriate craft classification for operating directional boring machine, bobcat, forklift, pilot car and skip loader (up to and including ½ cubic yard) is Operating Engineer [DIR Wage Index Pages 39, 40A, 42]. Please see Page 48 – DIR July 15, 2002 NOTICE REGARDING ADVISORY SCOPE OF WORK FOR THE NORTHERN CALIFORNIA LABORERS’ GENERAL PREVAILING WAGE DETERMINATION. Installation of draperies, blinds, shades and awnings under a construction contract is subject to prevailing wage requirements. The appropriate craft classification is Laborer Group 3 [DIR Wage Index Pages 49-50]. The appropriate craft classification for on-going construction clean-up is Laborer Group 3 [DIR Wage Index Pages 49-50]. The appropriate craft classifications for tree trimming and tree removal are: Laborer Construction Specialist and Laborer Group 3 [DIR Wage Index Pages 49-50]. The appropriate craft classification for final construction clean-up is Laborer Group 4 [DIR Wage Index Pages 49-50].

Page 75: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 2of 7 Revised 1/22/2018

Stator Rewinder San Jose Living Wage rates are higher than the California general prevailing wage rates for the Stator Rewinder craft. Per San Jose City Council Policy, the San Jose Living Wage rates shall apply to the Stator Rewinder classifications. The Living Wage rates for the period July 1, 2017 through June 30, 2018 are:

Living Wage With Health Benefits Living Wage Without Health Benefits $20.57 $21.82

The Living Wage rates for the period July 1, 2018 through June 30, 2019 are:

Living Wage With Health Benefits Living Wage Without Health Benefits $21.73 $22.98

The appropriate craft classifications for streetlight and traffic signal projects and parking lots are: Installation of poles, pull ropes, all conductors, signal display/fire preemption/traffic

camera/service/special electrical equipment, luminaries, splicing of conductors and installation of loop conductors is Electrician: Inside Wireman, Technician [DIR Wage Index Page 145]

General labor work, installation of conduit under direct supervision of Electrician: Inside

Wireman, Technician, installation of pull boxes and assisting in placing concrete is Laborer: Group 3. Laborers are not allowed to install, pull or handle conductors.

Operating boom truck, Bobcat, backhoes, concrete saws, pavers, boring machines, augers and

rollers is Operating Engineer (Heavy and Highway Work) [DIR Wage Index Page 39] Placing, floating and finishing concrete is Cement Mason [DIR Wage Index Page 53]

Attached is an Informational Only Holiday Schedule for the construction trades. Please note that not all DIR classifications are shown. Please refer to the DIR website at http://www.dir.ca.gov/oprl/PWD/index.htm for holidays by classification. Please note the following classifications are not allowed on City of San Jose public works construction contracts:

Electrical Utility Lineman Pole Restoration & Treatment

Stator Rewinder Stator Rewinder Helper (First 6 Months) Stator Rewinder Helper (After 6 Months)

Laborer and Related Classifications Group 7 – Stage 1 (1st 6 months)

Stage 2 (2nd 6 months) Stage 3 (3rd 6 months)

Teamster (Applies Only to Work on the Construction Site)

Page 76: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 3of 7 Revised 1/22/2018

Group 8 (Trainee) Step I – 1st 1,000 Hours

Step II – 2nd 1,000 Hours Step III – 3rd 1,000 Hours

Landscape Maintenance Laborer Tree Maintenance (Laborer)

Carpet, Linoleum Floor Covering Handler Less Than 3 Years

Floor Covering Handler Trainee, First 3 Months Floor Covering Handler Trainee, Second 3 Months

Electrician Material Handler, Fourth Six Months Material Handler, Third Six Months

Material Handler, Second Six Months Material Handler, First Six Months

Plumber Underground Utility Tradesman

Landscape Tradesman I Landscape Tradesman II

Construction Tradesman (Year 2) Construction Tradesman (Year 3) Construction Tradesman (Year 4) Construction Tradesman (Year 5)

Water Well Driller Pump Installer

Helper

Page 77: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 4of 7 Revised 1/22/2018

In the performance of this Agreement: I. Standards of Responsibility: Prevailing Wages (Municipal Code 4.10.200)

The city requires in all of its procurement procedures that all persons who submit bids, proposals or offers to enter into a contract with the city to do so truthfully and in good faith, and shall not attempt to mislead the city with respect to the following including, but not limited to, records regarding the nature or quality of the work performed under the contract, payroll records, classification of employees on payroll records, and payment of prevailing wages where called for by the contract.

II. Labor Standards

Please refer to Special Provisions – Labor Standards set forth in Section 7-1.01A.

Page 78: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 5of 7 Revised 1/22/2018

Holiday Schedule for DIR Wage Determination 2017-2 (Santa Clara County)

P 1 of 2 Please Note - Not all DIR trades are shown - Please refer to DIR website

This is FYI ONLY. PLEASE CHECK HOLIDAYS AS LISTED IN DIR 2017-2

Please see Additional Holidays for classifications with *

TRADE New

Yea

r's E

ve

New

Yea

r's D

ay

MLK

Day

Pres

iden

ts' D

ay

Ces

ar C

have

z D

ay

Goo

d Fr

iday

Mem

oria

l Day

Inde

pend

ence

Day

Labo

r Day

Col

umbu

s D

ay

Vete

ran'

s D

ay

Than

ksgi

ving

D

ay A

fter

Than

ksgi

ving

Chr

istm

as E

ve

Chr

istm

as

Day

Afte

r C

hris

tmas

Ironworker x x x x x x x x

Metal Roofing x x x x x x x x x x x

Asbestos/Heat/Frost Insul Mechanic x x x x x x

tripl

e pa

y

x x x

Asbestos/Hazard Material Handler x x x x x x x

Asbestos Removal (Laborer) x x x x x x x

Bldg Const Inspector/Field Soil Material Tester x x x x x x x x

*Carpenter/Drywall/Lather* x x x x x x x x x

Cement Mason x x x x x x x x x

Elevator Constructor x x x x x x x x

Laborer x x x x x x x x

Modular Furniture Installer x x x x x x x x x

Operating Engineer x x x x x x x x

Slurry Seal Worker x x x x x x x x

Teamster x x x x x x x x

Traffic Control/Lane Closure & Hwy Improvement Painter x x x x x x x x

Additional holidays by Classification: DDO = Designated Days Off *Carpenters/Drywaller/Lather - 4 DDO: 05/25/18; 08/31/18; 12/24/18; 12/31/18

Page 79: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 6of 7 Revised 1/22/2018

Holiday Schedule for DIR Wage Determination 2017-2 (Santa Clara County)

P 2 of 2 Please Note - Not all DIR trades are shown - Please refer to DIR website

This is FYI ONLY. PLEASE CHECK HOLIDAYS AS LISTED IN DIR 2017-2

Please see Additional Holidays for classifications with *

TRADE

New

Yea

r's E

ve

New

Yea

r's D

ay

MLK

Day

Pres

iden

ts' D

ay

Ces

ar C

have

z D

ay

Goo

d Fr

iday

Mem

oria

l Day

Inde

pend

ence

Day

Labo

r Day

Col

umbu

s D

ay

Vete

ran'

s D

ay

Than

ksgi

ving

D

ay A

fter

Than

ksgi

ving

Chr

istm

as E

ve

Chr

istm

as

Day

Afte

r Chr

istm

as

Bricklayer/Tender x x x x x x x x

*Carpet Layer* x x x x x x x x x

*Electrician: Inside Wireman & Comm System* x x x x x x x x x x

Field Surveyeer x x x x x x x x

*Glazier* x x x x x x x x x

*Marble Mason/Finisher* x x x x x x x x x

*Painter* x x x x x x x x x

*Taper* x x x x x x x x x

Plasterer x x x x x x x x

Plasterer Tender x x x x x x x x x Underground Pipefitter x x x x x x x x

*Plumber/Steam Fitter/HVAC* x x x x x x x x x x x x x x

Plumber: Service & Repair x x x x x x x x

*Fire Sprinkler* x x x x x x x x x x x

Roofer x x x x x x x x

Sheet Metal Worker x x x x x x x x x x x

Sheet Metal Decking & Siding x x x x x x x x

Tile Finisher/Setter x x x x x x x x

Additional holidays by Classification: DDO = Designated Days Off *Carpet Layer - 6 DDO: 11/10/17, 12/22/17, 03/30/18, 05/25/18, 06/15/18, 08/31/18, 11/12/18, 12/24/18

*Electrician: Inside Wireman & Comm/System - 5 DDO: Not updated in DIR 2017-2 *Glazier - 9 DDO: 11/10/17, 11/24/17, 12/22/17, 02/16/18, 03/30/18, 05/25/18, 06/15/18 (no further updates)

*Marble Mason/Finisher - 2 Black Fridays: Fridays before Memorial Day & Labor Day

*Painter - 8 DDO: 11/10/17, 11/24/17, 02/16/18, 03/30/18, 05/25/18, 06/15/18, 08/31/18, 11/12/18, 11/23/18, 12/31/18

*Taper - 7 DDO: 09/01/17, 11/10/17, 11/24/17, 12/29/17, 03/30/18, 05/25/18, 06/15/18

Page 80: 7890-RINCON SOUTH PARK DEVELOPMENT

75ATTCH5_150204 Page 7of 7 Revised 1/22/2018

*Plumber - DDO: 1st Friday in August 08/03/18 *Fire Sprinklers - 4 DDO: DIR 2017-2 not updated for 2018

Page 81: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 1

012000-PricePaymentProcedures-6-9-17 - Copy.doc

SECTION 012000 PRICE AND PAYMENT PROCEDURES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: Administrative and procedural requirements necessary to prepare schedule of

values, and those requirements governing handling and processing of allowances and alternates. B. Related Requirements

1.02 PRICE AND PAYMENT PROCEDURES A. Separate measurement or payment will be made for those Alternates in this Section that are

awarded with the Contract or incorporated via Change Order by the City per the Special Provisions.

B. Separate measurement or payment for revocable bid items shall be made as per Section 4-1.03E of the City Standard Specifications.

C. Prior to first application for payment, submit a detailed breakdown of each bid item showing values allocated to each of the various parts of the Work, as specified herein and in the other provision of the Contract Documents.

1.03 REFERENCES A. Definitions

1. Allowances: Amount which includes cost to Contractor of all products and materials required for the completion of the item described, including taxes, freight, and delivery to Project site, as well as labor, installation, overhead, and profit.

2. Revocable Bid Item: Certain items are specified in the Contract as Revocable Bid Items. Revocable bid items have been established in lieu of additional requirements and to defer determination of the actual need of an item to a later date when additional information is available for evaluation.

3. Schedule of Values: A statement furnished by Contractor identifying costs of various portions of the Work and used as the basis for reviewing the Contractor’s Applications for Payment.

4. Alternates: An amount proposed by the bidder and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if City decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract. a. The cost or credit for each alternate is the net addition to or deduction from the Contract

Sum to incorporate alternates into the Work. No other adjustments are made to the Contract Sum.

1.04 ALTERNATE PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work

of the alternate into Project. B. Execute accepted alternates under the same conditions as other work of the Contract. C. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections

referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate.

1.05 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as

certified by Architect and paid for by the City. B. Payment Application Times: Progress payments shall be submitted to the City by the 15th day of

the month. The period covered by each Application for Payment is on the last day of the month.

Page 82: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 2

012000-PricePaymentProcedures-6-9-17 - Copy.doc

C. Waivers of Mechanic’s Lien: With each Application for Payment, submit waivers of mechanic’s lien from every entity who is lawfully entitled to file a mechanic’s lien arising out of the Contract and related to the Work covered by the payment. 1. Submit partial waivers on each item for amount required in previous application, after

deduction for retainage, on each item. 2. When an application shows completion of an item, submit final or full waivers. 3. City reserves the right to designate which entities involved in the Work must submit waivers. 4. Submit final Application for Payment with or preceded by final waivers from every entity

involved with performance of the Work covered by the application who is lawfully entitled to a lien.

5. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptable to the City.

1.06 PAYLETTERS

A. Job superintendent and project inspector shall make rough form on job site (agree on percentage of completion for each pay item). City will pay only for materials satisfactorily installed, not for materials delivered to the site.

B. Contractor shall prepare and submit payletter for processing. With each payletter, the Contractor shall provide the certified payroll records for all of its employees and those employees of the Contractor’s subcontractors as well as mechanic’s lien waivers. Payletters will not be processed without this documentation. See Section 9-1.06 of the Project Special Provisions for additional information.

C. Typical Payletter Schedule: 1. Deadline – Mondays, 12 Noon. 2. Checks are normally mailed out 18 calendar days later, on a Friday. 3. Wire transfers are available in lieu of a check. 4. 5% retained.

D. Retention shall be released 35 calendar days after final acceptance is recorded.

1.07 SCHEDULE OF VALUES A. Coordination: Submit the Schedule of Values to Engineer within ten days of Notice to Proceed. B. Identification: Include the following Project identification on the Schedule of Values:

1. Project name and location. 2. Name of Design Consultant. 3. Contractor’s name and address. 4. Date of Submittal.

C. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: 1. Related Specification Section. 2. Description of the Work. 3. Dollar value per unit (i.e. linear foot, each, square foot, etc).

D. Content: Use the line items below: 1. Section 116813 – Playground equipment – cost per each structure 2. Section 129300 – Site furnishings – cost per each furnishing item 3. Section 211200 – Asphalt paving – cost per square foot of paving 4. Section 312200 – Rough grading – cost per cubic yard of soil 5. Section 321300 – Concrete paving – cost per square foot of paving 6. Section 321300 – Concrete curb – cost per linear foot of curb 7. Section 321300 – Concrete wall – cost per linear foot of wall 8. Section 321300 – Concrete seatwall – cost per linear foot of wall 9. Section 321540 – Decomposed granite surfacing – cost per square foot of surfacing

Page 83: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 3

012000-PricePaymentProcedures-6-9-17 - Copy.doc

10. Section 321816.13 – Playground protective surfacing – cost per square foot of surfacing 11. Section 323113 – Chain link fence – cost per linear foot of fencing 12. Section 323113 – Chain link fence gate – cost per each gate 13. Section 323119 – Decorative metal fence – cost per linear foot of fencing 14. Section 323119 – Decorative metal fence gate – cost per each gate 15. Section 323200 – Retaining wall – cost per linear foot of retaining wall 16. Section 328400 – Planting irrigation – cost per each automatic controller 17. Section 328400 – Shrub/groundcover spray – cost per square foot of shrub/groundcover

spray area 18. Section 328400 – Turf spray – cost per square foot of turf spray area 19. Section 328400 – Bubbler – cost per each bubbler 20. Section 329100 – Import topsoil – cost per cubic yard of import topsoil 21. Section 329100 – Planting preparation – cost per square foot of finish grading and soil

amendment 22. Section 329200 – Turf – cost per square foot of turf 23. Section 329200 – Grasses – cost per each gallon of plant 24. Section 329219 – Hydroseed – cost per square foot of hydroseed 25. Section 329300 – Tree – cost per each twenty four inch (24”) box tree 26. Section 329300 – Tree – cost per each fifteen gallon (15 gal.) tree 27. Section 329300 – Shrub – cost per each five gallon (5 gal.) shrub 28. Section 329300 – Shrub – cost per each one gallon (1 gal.) shrub 29. Section 329300 – Groundcover – cost per square foot of groundcover 30. Section 334000 – Storm drain inlet – cost per each inlet 31. Section 334000 – Storm drain inlet – cost per linear foot of drain pipe

1.08 BASE BID AND ALTERNATES A. The schedule of quantities of the proposal includes one (1) Base Bid and (2) Alternate Bids. B. Base Bid shall include:

1. Bid Item No. 1: TRAFFIC CONTROL ................................................................. Lump Sum Payment for Traffic Control shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 015000, Temporary Facilities and Controls, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

2. Bid Item No. 2: UTILITY CONFLICT COST ALLOWANCE ....................... Fixed Lump Sum Payment for Utility Conflict Cost Allowance shall include full compensation for all labor, materials, tools and equipment necessary to complete the work described in Section 015000, Temporary Facilities and Controls, to the satisfaction of the Engineer in accordance with the Plans and Specifications. Work under this item shall be considered as extra work paid for on a force account basis per Section 9-1.03 of the City of San Jose Department of Public Works Standard Specifications and per Section 4-1.03.1(D) of the Special Provisions. This pay item shall be considered as a revocable bid item per Section 4-1.03 (E) of the City Standard Specifications.

3. Bid Item No. 3: WATER POLLUTION CONTROL PLAN .......................... Fixed Lump Sum Payment for Storm Water Pollution Prevention Plan (SWPPP) shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 015000, Temporary Facilities and Controls, including compensation for Temporary Erosion and Sediment Control, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

4. Bid Item No. 4: EMERGENCY EROSION AND SEDIMENT CONTROL .. Fixed Lump Sum Payment for Emergency Erosion and Sediment Control shall include full compensation for all labor, materials, tools and equipment necessary to complete the work described in Section 015000, Temporary Facilities and Controls, to the satisfaction of the Engineer in accordance with the Plans and Specifications. Work under this item shall be considered as extra work paid for on a force account basis per Section 9-1.03 of the City of San Jose Department of Public Works Standard Specifications and per Section 4-1.03.1(D) of the Special Provisions. This pay item shall be considered as a revocable bid item per Section 4-1.03 (E) of the City Standard Specifications.

Page 84: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 4

012000-PricePaymentProcedures-6-9-17 - Copy.doc

5. Bid Item No. 5: DEMOLITION .............................................................................. Lump Sum Payment for Demolition shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 024100, Demolition, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

6. Bid Item No. 6: SIGNAGE .................................................................................... Lump Sum Payment for Signage shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 101400, Signage, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

7. Bid Item No. 7: PLAYGROUND EQUIPMENT .................................................... Lump Sum Payment for Playground Equipment shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 116813, Playground Equipment, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

8. Bid Item No. 8: SITE FURNISHINGS .................................................................. Lump Sum Payment for Site Furnishings shall include full compensation for furnishing and installing the following items: 1) 6 Picnic Tables with Concrete Pads, 2) 7 Benches, 3) 4 Trash Receptacles, 4) 6 Bollards. Payment shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 129300, Site Furnishings, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

9. Bid Item No. 9: DRINKING FOUNTAIN ............................................................... Lump Sum Payment for Drinking Fountain shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 224713, Drinking Fountains, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

10. Bid Item No. 10: SITE CLEARING ...................................................................... Lump Sum Payment for Site Clearing shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 311000, Site Clearing, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

11. Bid Item No. 11: GRADING ................................................................................. Lump Sum Payment for Grading shall include full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work described in Section 312200, Grading, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

12. Bid Item No. 12: OPERATION AND MAINTENANCE PERIOD .......................... Lump Sum Payment for Operation and Maintenance Period shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 320100, Operation and Maintenance Period, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

13. Bid Item No. 13: FLEXIBLE PAVING ................................................................... Lump Sum Payment for Flexible Paving shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 321200, Flexible Paving, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

14. Bid Item No. 14: RIGID PAVING .......................................................................... Lump Sum Payment for Rigid Paving shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 321300, Rigid Paving, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

15. Bid Item No. 15: DECOMPOSED GRANITE PAVING ........................................ Lump Sum Payment for Decomposed Granite Paving shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 321540, Decomposed Granite Paving, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

16. Bid Item No. 16: PLAYGROUND PROTECTIVE SURFACING .......................... Lump Sum Payment for Playground Protective Surfacing shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 321816, Playground Protective Surfacing, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

17. Bid Item No. 17: CHAIN LINK FENCES AND GATES ........................................ Lump Sum

Page 85: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 5

012000-PricePaymentProcedures-6-9-17 - Copy.doc

Payment for Chain Link Fences and Gates shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 323113, Chain Link Fences and Gates, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

18. Bid Item No. 18: DECORATIVE METAL FENCES AND GATES ........................ Lump Sum Payment for Decorative Metal Fences and Gates shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 323119, Decorative Metal Fences and Gates, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

19. Bid Item No. 19: PLANTING IRRIGATION .......................................................... Lump Sum Payment for Planting Irrigation shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 328400, Planting Irrigation, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

20. Bid Item No. 20: PLANTING PREPARATION ..................................................... Lump Sum Payment for Planting Preparation shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 329100, Planting Preparation, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

21. Bid Item No. 21: TURF AND GRASSES.............................................................. Lump Sum Payment for Turf and Grasses shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 329200, Turf and Grasses, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

22. Bid Item No. 22: PLANTS .................................................................................... Lump Sum Payment for Plants shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 329300, Plants, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

23. Bid Item No. 23: SANITARY SEWERAGE UTILITIES ........................................ Lump Sum Payment for Storm Drainage Utilities shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 334000, Storm Drainage Utilities, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

24. Bid Item No. 24: STORM DRAINAGE UTILITIES ............................................... Lump Sum Payment for Storm Drainage Utilities shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 334000, Storm Drainage Utilities, to the satisfaction of the Engineer in accordance with the Plans and Specifications.

C. Alternate Bid No. 1 shall include: 1. Alternate Bid Item No. 1: PAR COURSES AND PRECAST CONCRETE SEATING ON

CONCRETE PADS Lump Sum Payment for installation of fitness stations and precast concrete seating on p.c.c. pads shall include full compensation for all labor, materials, tools, and equipment necessary to complete the work described in Section 129000 Site Furnishings, 321300 Rigid Paving to the satisfaction of the Engineer in accordance with the Plans and Specifications.

D. No separate payment shall be made for the items listed below. Payment for the following items will be included in payment for the related work. 1. Price and Payment Procedures 2. Administrative Requirements 3. Temporary Facilities and Controls 4. Concrete Reinforcing 5. Soil Treatment 6. Base Courses 7. Pavement Markings 8. Planting Accessories 9. Sanitary Sewerage Utilities 10. Watering (See Section 015000, 1.06 Watering)

Page 86: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PRICE AND PAYMENT PROCEDURES 012000 – 6

012000-PricePaymentProcedures-6-9-17 - Copy.doc

END OF SECTION

Page 87: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 1

013000-AdministrativeRequirements.doc

SECTION 013000 ADMINISTRATIVE REQUIREMENTS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: Administrative and procedural requirements for preparing Site for Work under

Contract; mobilization of all equipment, materials, suppliers, appurtenances, and the like; assembling and delivering to the site of equipment, materials, and supplies necessary for completing the Work; submitting Shop Drawings, Product Data, Samples, and other Submittals; and documenting the progress of construction during performance of the Work.

B. Related Requirements 1. Section 012000, Price and Payment Procedures 2. Section 014000, Quality Requirements 3. Section 015000, Temporary Facilities and Controls

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Abbreviations and Acronyms: Abbreviations and acronyms are frequently used in the

Specifications and other Contract Documents to represent the name of a trade association, standards-developing organization, authorities having jurisdiction, or other entity in the context of referencing a standard or publication. The following abbreviations and acronyms, as referenced in the Contract Documents, mean the associated names. Names are subject to change and are believed, but are not assured, to be accurate and up-to-date as of the date of the Contract Documents. 1. Federal Government Agencies: Names and titles of Federal Government standards- or

specification- developing agencies are often abbreviated. The following abbreviations and acronyms referenced in the Contract Documents indicate names of standards- or specification- developing agencies of the Federal Government. Names and addresses are subject to change and are believed, but are not assured, to be accurate and up-to-date as of the date of the Contract Documents. CFR Code of Federal Regulations CPSC Consumer Product Safety Commission CS Commercial Standard (U.S. Department of Commerce) DOC Department of Commerce DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration (U.S. Department of Transportation) FCC Federal Communications Commission NIST National Institute of Standards and Technology (U.S. Department of Commerce)

Page 88: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 2

013000-AdministrativeRequirements.doc

NMFS National Marine Fisheries Service OSHA Occupational Safety and Health Administration (U.S. Department of Labor) PS Product Standard of NBS (U.S. Department of Commerce) UFAS Uniform Federal Accessibility Standards USACESPN U.S. Army Corps of Engineers San Francisco District USFWS U.S. Fish & Wildlife Service USPS U.S. Postal Service

2. State Government Agencies: The following state government agencies develop standards referenced in the Contract Documents. CalTrans California Department of Transportation CCR California Administrative Code CBHF State of California, Department of Consumer Affairs Bureau of Home Furnishings and Thermal Insulation CDFW California Department of Fish & Wildlife DPR California Department of Pesticide Regulation IPM City of San José Integrated Pest Management Policy SBWR South Bay Water Recycling

3. Miscellaneous Agencies and Other Abbreviations: The following miscellaneous agencies and abbreviations are used in the Contract Documents. AA Aluminum Association AABC Associated Air Balance Council ACQ Alkaline Copper Quaternary AAMA American Architectural Manufacturers Association AAN American Association of Nurserymen (See ANLA) AASHTO American Association of State Highway and Transportation ABMA American Boiler Manufacturers Association ACI American Concrete Institute ACPA American Concrete Pipe Association

Page 89: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 3

013000-AdministrativeRequirements.doc

ADC Air Diffusion Council AFPA American Forest and Paper Association AGA American Gas Association AHA American Hardboard Association AI Asphalt Institute AIA The American Institute of Architects AIA American Insurance Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALA American Laminators Association ALCA Associated Landscape Contractors of America ALI Associated Laboratories, Inc. ALSC American Lumber Standards Committee AMCA Air Movement and Control Association International, Inc. ANLA American Nursery and Landscape Association ANSI American National Standards Institute APA APA-The Engineered Wood Association APA Architectural Precast Association APHA American Public Health Association ARI Air-Conditioning and Refrigeration Institute APWA American Public Works Association ARMA Asphalt Roofing Manufacturers Association ASA Acoustical Society of America ASC Adhesive and Sealant Council ASCA Architectural Spray Coaters Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air-Conditioning

Engineers

Page 90: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 4

013000-AdministrativeRequirements.doc

ASLA American Society of Landscape Architects ASME American Society of Mechanical Engineers ASPE American Society of Plumbing Engineers ASQ American Society for Quality ASSE American Society of Sanitary Engineering AASHTO American Society of State Highway and Transportation Officials,

Specifications for Materials ASTM American Society for Testing and Materials ATIS Alliance for Telecommunications Industry Solutions AWCI Association of the Wall and Ceiling Industries-International AWCMA American Window Covering Manufacturers Association (See WCMA) AWG American Wire Gage AWI Architectural Woodwork Institute AWPA American Wood-Preservers' Association AWPB American Wood Preservers' Bureau (This organization is now defunct.) AWS American Welding Society AWWA American Water Works Association BAC Brick Association of the Carolinas (Formerly: Brick Association of North Carolina) BHMA Builders Hardware Manufacturers Association CAGI Compressed Air and Gas Institute CBMA Certified Ballast Manufacturers Association CCC Carpet Cushion Council CGA Compressed Gas Association CISCA Ceilings and Interior Systems Construction Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association (Formerly: National Particleboard Association)

Page 91: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 5

013000-AdministrativeRequirements.doc

CPSI Certified Playground Safety Inspector CRI Carpet and Rug Institute CRSI Concrete Reinforcing Steel Institute CSI Construction Specification Institute CTI Ceramic Tile Institute of America C-UL Canadian Underwriters Laboratories Inc. DASMA Door and Access Systems Manufacturers Association, International (Formerly: National Association of Garage Door Manufacturers) DHI Door and Hardware Institute (Formerly: National Builders Hardware Association) DIPRA Ductile Iron Pipe Research Association DLPA Decorative Laminate Products Association (Dissolved in 1995-Now part of KCMA) ECSA Exchange Carriers Standards Association (See ATIS) EIA Electronic Industries Association EJMA Expansion Joint Manufacturers Association FCI Fluid Controls Institute FCICA Floor Covering Installation Contractors Association FGMA Flat Glass Marketing Association (See GANA) FHWA Federal Highway Administration FM Factory Mutual System GA Gypsum Association GANA Glass Association of North America (Formerly: Flat Glass Marketing Association) HI Hydronics Institute Division of Gas Appliance Manufacturers Association HMA Hardwood Manufacturers Association (Formerly: Southern Hardwood Lumber Manufacturers Association) HPVA Hardwood Plywood and Veneer Association

Page 92: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 6

013000-AdministrativeRequirements.doc

ICEA Insulated Cable Engineers Association IEC International Electrotechnical Commission (Available from ANSI) IEEE Institute of Electrical and Electronics Engineers IESNA Illuminating Engineering Society of North America IGCC Insulating Glass Certification Council IPEMA International Play Equipment Manufacturers Association INCE Institute of Noise Control Engineering ISA ISA-International Society for Measurement and Control ISEA Industrial Safety Equipment Association ISS Iron and Steel Society KCMA Kitchen Cabinet Manufacturers Association (Formerly: National Kitchen Cabinet Association) LGSI Light Gage Structural Institute LMA Laminating Materials Association (Formerly: American Laminators Association) LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MCAA Mechanical Contractors Association of America MEA Municipal Engineers of America MFMA Maple Flooring Manufacturers Association (Formerly: Wood and Synthetic Flooring Institute) MFMA Metal Framing Manufacturers Association MIA Marble Institute of America MIA Masonry Institute of America ML/SFA Metal Lath/Steel Framing Association MSS Manufacturers Standardization Society of the Valve and Fittings Industry NAA National Arborist Association NAAMM National Association of Architectural Metal Manufacturers NAAMM North American Association of Mirror Manufacturers

Page 93: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 7

013000-AdministrativeRequirements.doc

(See GANA) NACE NACE International (Formerly: National Association of Corrosion Engineers) NAIMA North American Insulation Manufacturers Association (Formerly: Thermal Insulation Manufacturers Association) NAPA National Asphalt Pavement Association NBHA National Builders Hardware Association (See DHI) NCAC National Council of Acoustical Consultants NCCA National Coil Coaters Association NCMA National Concrete Masonry Association NEBB Natural Environmental Balancing Bureau NECA National Electrical Contractors Association NEI National Elevator Industry NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFPA National Fire Protection Association NFPA National Forest Products Association (See AFPA) NFRC National Fenestration Rating Council Incorporated NGA National Glass Association NHLA National Hardwood Lumber Association NIA National Insulation Association (Formerly: National Insulation and Abatement Contractors Association) NIAC National Insulation and Abatement Contractors Association (See NIA) NKCA National Kitchen Cabinet Association (See KCMA) NLGA National Lumber Grades Authority NPCA National Paint and Coatings Association NPSI National Playground Safety Institute NRCA National Roofing Contractors Association

Page 94: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 8

013000-AdministrativeRequirements.doc

NRMCA National Ready Mixed Concrete Association NSF NSF International (Formerly: National Sanitation Foundation) NSSEA National School Supply and Equipment Association NTMA National Terrazzo and Mosaic Association NUSIG National Uniform Seismic Installation Guidelines NWMA National Woodwork Manufacturers Association (See NWWDA) NWWDA National Wood Window and Door Association (Formerly: National Woodwork Manufacturers Association) PCA Portland Cement Association PCI Precast/Prestressed Concrete Institute PDCA Painting and Decorating Contractors of America PDI Plumbing and Drainage Institute PGE Pacific Gas and Electric PGI PVC Geomembrane Institute/Technology Program PPFA Plastic Pipe and Fittings Association PPI Plastics Pipe Institute (The Society of the Plastics Industry, Inc.) PUC Public Utilities Commission QAC Qualified Applicator Certificate RCMA Roof Coatings Manufacturers Association Center Park RFCI Resilient Floor Covering Institute RMA Rubber Manufacturers Association SAE SAE International SCVWD Santa Clara Valley Water District SDI Steel Deck Institute SDI Steel Door Institute SFRWQCB San Francisco Bay Regional Water Quality Control Board SGCC Safety Glazing Certification Council

Page 95: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 9

013000-AdministrativeRequirements.doc

SIGMA Sealed Insulating Glass Manufacturers Association SJWC San José Water Company SMA Screen Manufacturers Association SMACNA Sheet Metal and Air Conditioning Contractors' National Association SPI The Society of the Plastics Industry, Inc. Spray Polyurethane Division SPRI SPRI (Formerly: Single Ply Roofing Institute) SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings STI Steel Tank Institute SWRI Sealant, Waterproofing and Restoration Institute TCA Tile Council of America TIMA Thermal Insulation Manufacturers Association (See NAIMA) UBC Uniform Building Code UL Underwriters Laboratories Inc. WA Wallcoverings Association WCMA Window Covering Manufacturers Association (Formerly: American Window Covering Manufacturers Association) WEF Water Environment Federation (Formerly: Water Pollution Control Federation) WIC Woodwork Institute of California WMMPA Wood Moulding & Millwork Producers Association WPCF Water Pollution Control Federation (See WEF) WRI Wire Reinforcement Institute WSC Water Systems Council WSFI Wood and Synthetic Flooring Institute (See MFMA) WWPA Western Wood Products Association

Page 96: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 10

013000-AdministrativeRequirements.doc

4. The following abbreviations are units of measurement.

FT foot or feet CF cubic feet IN inch CY cubic yard LF lineal foot GAL gallon YD yard Amp Ampere ac acre BTU British Thermal Unit SQFT square foot Hz hertz SQYD square yard kW kilowatt VA Volt-ampere KSI kilopound per square inch VAC Volts alternating current PSI pounds per square inch lb (lbs) pound (pounds) oz ounce

B. Definitions 1. "Approved": The term "approved," when used in conjunction with Architect's action on

Contractor's submittals, applications, and requests, is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract.

2. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Engineer, Construction Manager, or Architect, requested by Engineer, Construction Manager or Architect, and similar phrases.

3. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings; or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference.

4. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work.

5. "Furnish": The term "furnish" means to supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations.

6. "Install": The term "install" describes operations at Project site including unloading, temporary storage, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.

7. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use.

8. "Installer": An installer is Contractor or another entity engaged by Contractor, as an employee, subcontractor, or contractor of lower tier, to perform a particular construction operation, including installation, erection, application, and similar operations.

9. The term "experienced," when used with the term "installer," means; being familiar with the special requirements indicated; and having complied with requirements of authorities having jurisdiction.

10. Using a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradesmen of the corresponding generic name.

11. "Project site" is the space available for performing construction activities, either exclusively or in conjunction with others performing other work as part of Project. The extent of Project site is shown on the Drawings and may or may not be identical with the description of the land on which Project is to be built.

C. Industry Standards 1. Applicability of Standards: Unless the Contract Documents include more stringent

requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference.

Page 97: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 11

013000-AdministrativeRequirements.doc

2. Publication Dates: Comply with standards in effect as of the date of the Contract Documents, unless otherwise indicated.

3. Conflicting Requirements: Where compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Engineer for a decision before proceeding. a. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall

be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of the requirements. Refer uncertainties to Engineer for a decision before proceeding.

4. Copies of Standards: Each entity engaged in construction on the Project must be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents.

5. Where copies of standards are needed to perform a required construction activity, obtain copies directly from the publication source and make them available on request.

6. Abbreviations and Names: Abbreviations and acronyms are frequently used in the Specifications and other Contract Documents to represent the name of a trade association, standards-developing organization, authorities having jurisdiction, or other entity in the context of referencing a standard or publication. Where abbreviations and acronyms are used in the Specifications or other Contract Documents, they mean the recognized name of these entities. Refer to Gale Research's "Encyclopedia of Associations" or Columbia Books' "National Trade & Professional Associations of the U.S.," which are available in most libraries.

1.04 ORDER OF WORK A. Shall conform to the provisions of these Special Provisions.

1.05 MOBILIZATION A. Work under this section shall conform to Section 11 of the Caltrans Standard Specifications.

1.06 SUBMITTALS, SHOP DRAWINGS, PLANS AND SPECIFICATIONS A. Description: The purpose of this section is to define the submittals and shop drawings required for

this project. Should one of these requirements be found elsewhere in the specifications or on the plans and not be listed herein below, it shall still be the Contractor's responsibility to provide said submittals and shop drawings. The Contractor shall submit one (1) hard copy and one (1) PDF copy of the submittal to the City for review and approval. The City shall return one (1) electronic (PDF) copy of the submittal to the Contractor. Submittals and shop drawings shall be submitted in a timely manner to the City to allow a two (2) week minimum review period.

B. The Contractor's superintendent shall retain a copy of approved submittals at the work site at all times for the Engineer's use and review. The submittals shall be kept in a binder and cataloged for ease of reference. In addition, pursuant to Section 5.1.02 of the Standard Specifications, the contractor shall at all times have on the work site an approved and signed set of bid document plans and specifications, issued revisions and authorized change orders available for the engineers use and review. Failure on the contractor’s part to comply with these requirements will result in the suspension of work until conformance with this section.

C. Unless stated otherwise, it is intended that any specified material or equipment items shall be deemed to include the term “or approved equal”.

D. Submittals required on items noted within each specification section. E. Upon receipt of the "Notice to Proceed," the Contractor shall order all materials in order to insure

that all materials will be available and to insure that all materials will arrive at the job site within the time limit for completion of the project. A copy of the invoices shall be submitted to the Project Engineer.

Page 98: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 12

013000-AdministrativeRequirements.doc

1.07 AWARD OF CONTRACT A. Refer to the Special Provisions, page 2 of 3, Section 3-1.01, Award of Contract for the

determination of the low bid and award of contract.

PART 2 - EXECUTION

2.01 REQUIRED NOTICE OF OPERATIONS A. Forty-eight (48) hours prior to commencing operations, Contractor shall notify the City of San

José, Division of City Facilities Architectural Services, (408) 535-8350. B. After work has started and the Contractor "pulls off" the job for any period of time, he shall again

notify the Division twenty-four (24) hours prior to resuming operations.

2.02 PROGRESS SCHEDULE A. A written progress schedule shall be required of the Contractor for this project.

1. Submit two (2) copies of the construction schedule to the Engineer for review. 2. The Construction Schedule shall indicate weekly construction activities showing critical paths. 3. The Construction Schedule shall show order and delivery of equipment and supplies for the

project. 4. The Construction Schedule shall be the basis for the Progress Schedule. The Construction

Schedule shall be submitted to the Engineer within eight (8) Calendar Days following the pre-construction meeting.

B. As changes in the scheduling are necessitated by supply problems, etc., an updated schedule shall be delivered to the Engineer, bi-weekly.

C. The Contractor shall be responsible for obtaining additional sets of construction documents required to construct the project at his own expense.

2.03 ARCHAEOLOGICAL REQUIREMENTS A. Should evidence of prehistoric cultural resources be discovered during construction, work within

50 feet of the find shall be stopped to allow adequate time for evaluation and mitigation by a qualified professional archaeologist.

B. The material shall be evaluated and if significant, a mitigation program including collection and analysis of the materials at a recognized storage facility shall be developed and implemented under the direction of the City’s Environmental Principal Planner.

C. As required by County ordinance, this project has incorporated the following guidelines. 1. Pursuant to Section 7050.5 of the Health and Safety Code, and Section 5097.94 of the Public

Resources Code of the State of California in the event of the discovery of human remains during construction, there shall be no further excavation or disturbance of the site or any nearby area reasonably suspected to overlie adjacent remains.

2. The Santa Clara County Coroner shall be notified and shall make a determination as to whether the remains are Native American. If the Coroner determines that the remains are not subject to his authority, he shall notify the Native American Heritage Commission who shall attempt to identify descendants of the deceased Native American.

3. If no satisfactory agreement can be reached as to the disposition of the remains pursuant to this State law, then the land owner shall re-inter the human remains and items associated with Native American burials on the property in a location not subject to further subsurface disturbance.

2.04 FINAL GUARANTEE A. Contractor's attention is directed to Section 7-1.23, "Final Guarantee," of the City Standard

Specifications which states: "Unless otherwise specified, all work shall be guaranteed by the Contractor against defects resulting from the use of inferior materials, equipment, or workmanship for one year from the date of final acceptance of the contract.”

B. If, within any guarantee period, repairs or changes are required in connection with guaranteed work, which, in the opinion of the Engineer, is rendered necessary as the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract, the Contractor shall, promptly upon receipt of notice from the Engineer, and without expense to the City:

Page 99: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT ADMINISTRATIVE REQUIREMENTS 013000 – 13

013000-AdministrativeRequirements.doc

1. Place in satisfactory condition in every particular all of such guaranteed work, correcting all defects therein.

2. Make good all damage to the structure, site or work, or equipment or contents thereof, which, in the opinion of the Engineer, is the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract.

3. Make good any work or material, or the equipment and contents of said structures, site or work disturbed in fulfilling any such guarantee.

C. If the Contractor, after notice, fails to proceed promptly to comply with the terms of the guarantee, the City may have the defects corrected and the Contractor and the Contractor's surety shall be liable for all expense incurred.

2.05 FINAL INSPECTION AND ACCEPTANCE A. In conformance with the General Provisions of the City Standard Specifications, the following is

the procedure for final inspection and acceptance. 1. When the Contractor feels that all work on this project is complete, he shall request a final

inspection of this project. 2. The Engineer and other City representatives shall make a visual inspection of the project. 3. If during this inspection the project is found to be complete, a final inspection will be granted

by the City. 4. Any deficiencies, corrections, or repairs as noted during this inspection must be completed by

the Contractor prior to the City's acceptance of the project. B. The Contractor shall continue to be responsible for all facilities, structures, equipment, and all

landscape maintenance that is part of this contract until all items are corrected and complete and a final acceptance by the City is granted.

2.06 DELIVERABLES A. Contractor shall be deliver project documentation to the City of San Jose to include but not be

limited to: 1. As-Builts (.pdf) 2. Controller Charts (see section 328400 – Planting Irrigation for more information)

END OF SECTION

Page 100: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT QUALITY REQUIREMENTS 014000 – 1

014000-QualityRequirements.doc

SECTION 014000 QUALITY REQUIREMENTS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: Administrative and procedural requirements for quality assurance and quality

control. B. Related Requirements:

1. Section 012000, Price and Payment Procedures 2. Section 013000, Administrative Requirements 3. Section 015000, Temporary Facilities and Controls

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Definitions

1. 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.

2. 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.

3. Preconstruction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria.

4. Product Testing: Tests and inspections that are performed by a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards.

B. Reference Standards 1. Attention is directed to Section 6, Control of Materials, of the City of San José, Department of

Public Works, Standard Specifications, July 1992 edition and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.04 CONFLICTING REQUIREMENTS A. General: If compliance with two or more standards is specified and the standards establish

different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement.

B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified or it may exceed the minimum within reasonable limits.

1.05 SUPERINTENDENCE A. Contractor shall have an authorized representative at the site of the work at all times during

construction in conformance with Section 5-1.06, Superintendence, of the City Standard Specifications.

1.06 VARIATIONS TO EXPEDITE WORK A. Contractor shall consult the Engineer if at any time a variation in the construction or in the quality

of materials as specified is desired. Contractor will be allowed to vary from the documents only after written approval of the City is obtained.

Page 101: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT QUALITY REQUIREMENTS 014000 – 2

014000-QualityRequirements.doc

1.07 BUILDING CODES A. Building Codes of this State and the specific County and City and the latest rules and regulations

of the National Board of Fire Underwriters and all other applicable codes and regulations shall be accurately complied with.

1.08 SUBSTITUTIONS A. Substitutions in material or methods of construction, when necessary because of material

shortages or in order to avoid serious delay, may be made only after they are approved by the City in writing.

1.09 ALTERATIONS AND EXTRAS A. No alterations shall be made in the work from that shown in the Drawings and Specifications, and

no claims will be allowed except in pursuance of a written change order countersigned by the City and the Engineer, and any alterations or changes so ordered shall in no way invalidate the contract. Should the Contractor deem any work to be an extra, the City shall be notified in writing and a written change order shall be issued before any work is executed, or no claim shall be allowed.

1.10 REQUIRED INSPECTION POINTS A. During the course of construction, inspection by the Engineer shall be required.

1. Inspection Required On: Prior To: a. Rough grading Layout of surface features b. Layout of surface features Construction c. Form work Placing of concrete d. Layout of underground utilities Trenching e. Electrical installations Covering trenches and connection f. Play equipment Placement of play surface g. Safety Audit Acceptance of play equipment h. Irrigation mains and laterals Covering joints i. Fine grading Planting j. Irrigation coverage Planting k. Plant materials Installation l. Irrigation and planting Maintenance m. Record drawings Preparing controller charts

2. In the event the Contractor continues operations without receiving the above inspections, the Engineer may, at his discretion, require the Contractor to return all construction status to the previous inspection point. There shall be no additional payment for any removal or reconstruction required under this section.

END OF SECTION

Page 102: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY FACILITIES AND CONTROLS 015000 – 1

015000-TemporaryFacilitiesAndControls.doc

SECTION 015000 TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: requirements for temporary utilities, support facilities, storm water pollution

prevention, erosion control, traffic control, support, and security and protection facilities. B. Related Requirements

1. Section 012000, Price and Payment Procedures 2. Section 013000, Administrative Requirements 3. Section 014000, Quality Requirements

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 GENERAL REQUIREMENTS A. Maintaining Traffic: Attention is directed to Section 7-1.08, Public Convenience; Section 7-1.09,

Public Safety; and Section 12, Construction Area Traffic Control Devices of the City Standard Specifications and these special provisions. The Contractor shall be responsible to provide for all signs, barricades, flagmen, etc., necessary to meet all traffic requirements for this project as specified in Section 3.06, Traffic Control of these specifications.

B. Protection of the Work: The Contractor shall provide adequate protection of all work until final completion and acceptance. Contractor shall take particular precautions to protect all existing trees and shrubs to remain, existing buildings and structures, underground piping, other facilities, etc. All damaged or disturbed items shall be replaced at the expense of the Contractor prior to acceptance and to the satisfaction of the Engineer.

1.04 UTILITY CONFLICT COST ALLOWANCE: A. Utility Conflict Cost Allowance: Work under this section is provided to account for new and

unforeseen utility work not specifically identified on the plans or in the specifications. This work shall be performed only upon written authorization from the Engineer and daily Extra Work reports will be submitted to and approved by the Engineer in accordance with the provisions of Section 9-10.3C, Records of the Standard Specifications. Payment will be made in accordance with provisions of Section 9-1.03A, Work Performed by the Contractor of the Standard Specifications. This work shall include all labor, materials, tools, equipment, and incidentals for doing all work involved in unforeseen underground conduit replacement, irrigation main and lateral replacement, and other related miscellaneous site work and incidentals to the satisfaction of the Engineer.

1.05 LAYOUT OF IMPROVEMENTS A. Shall be done under the supervision of the Contractor by a City-approved Land Surveyor licensed

in California using professional-type instruments. Contractor shall establish elevations and locate and stake all on-site improvements and grading for approval by the City prior to proceeding and shall be responsible for any damage that may be sustained by the City or others from incorrect locations of site improvements.

1.06 WATERING A. Water used for dust control, trenching, and earthwork on this project shall be non-potable water.

Page 103: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY FACILITIES AND CONTROLS 015000 – 2

015000-TemporaryFacilitiesAndControls.doc

B. One source of non-potable water is available at the San José/Santa Clara Regional Wastewater Facility (RWF) at 700 Los Esteros Road, San José. Additional information regarding this facility is available from South Bay Water Recycling (SBWR) at (408) 277-3671. A free training, provided by SBWR, for at least one hour is required for the use of non-potable water. Cost for attending training will be deemed included in the various items of work and no additional compensation will be allowed.

C. The Contractor shall submit to the Engineer for review, a water supply plan. Contractor shall include the approved exemption permit, if applicable, in the submittal.

D. Payment for compliance with this section will be deemed included in the various other items of work, and no additional compensation will be allowed.

1.07 DUST CONTROL A. All work on this project shall conform to Section 10, Dust Control, of the City Standard

Specifications and per Section 1.06 above.

1.08 PROTECTION OF EXISTING TREES A. All work related to the protection, removal, pruning and other items related to trees shall be as

directed by an ASCA Registered Consulting Arborist or ISA Board-Certified Master Arborist.

1.09 TREE PRUNING A. The tree pruner shall follow the most current version of the arboriculture industry standards.

1. Best Management Practices, Tree Pruning. 2002. International Society of Arboriculture, PO Box 3129, Champaign, IL 61826-3129. 217-355-9411.

2. ANSI Z1331 American National Standards fro Tree Care Operations. 2006 Edition. Secretariat: National Arborist Association, Inc. American Standards Institute, 11 West 42nd St., New York, New York, 10036.

3. ANSI A300 Pruning Standards. 2001 Edition. Ibid.

1.10 TRAFFIC CONTROL A. Attention is directed to Section 7-1.08, Public Convenience; Section 7-1.09, Public Safety; and

Section 12, Construction Area Traffic Control Devices of the City Standard Specifications and these Special Provisions.

PART 2 - PRODUCTS

2.01 TEMPORARY CONSTRUCTION SIGN A. Shall be installed at a location at the site as directed by the Engineer in accordance with the

details on the plans. The Contractor shall fabricate and install the sign at the designated location within seven (7) calendar days of the effective date of the Notice to Proceed. The Contractor shall provide all hardware, posts, and other miscellaneous materials in accordance with the details on the plans. See Section 055000, Metal Fabrications and Section 061010, Miscellaneous Carpentry of these specifications and the details on the plans. The City shall provide additional wording for the sign at the pre-construction meeting.

2.02 TEMPORARY FENCING A. A six feet (6') high temporary chain link construction fence shall be installed along the entire

perimeter of the project site as shown on the plans and shall be maintained for the duration of the project. The temporary construction fencing shall be in good condition, driven into ground wherever possible, with a top tension wire. The fence posts shall be one and five eights inch (1-5/8”) diameter galvanized steel. The fence fabric shall be eleven (11) gauge, with knuckled barbs on the top edges. The contractor shall supply and attach a “No Trespassing” sign to the temporary chain link fence a minimum of every two hundred feet (200’), at every entry gate into the construction site, and as directed by the Engineer per the detail in the plans.

2.03 TREE PROTECTION MATERIALS A. Fencing: Four feet (4') high interwoven snow fencing or approved equal. B. Stakes for Fencing: Metal, minimum four feet (4') above grade.

Page 104: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY FACILITIES AND CONTROLS 015000 – 3

015000-TemporaryFacilitiesAndControls.doc

PART 3 - EXECUTION

3.01 LAYOUT OF IMPROVEMENTS A. The Contractor shall be responsible for all survey work and shall be responsible for replacing

points lost or damaged during the course of construction. B. Refer to Section 5-1.07, Lines and Grades of the City Standard Specifications for layout of street

work.

3.02 PROTECTION OF EXISTING TREES A. Includes maintenance and protection of all existing trees. B. Existing Trees: Every tree shall be fenced off under the dripline of the tree wherever possible.

When this is not possible, because of extraneous site conditions, the fence perimeter shall be a minimum of ten feet (10') in radius from the tree trunk for all trees twelve inches (12") in caliper or greater when measured twelve inches (12") above the ground. For trees less than twelve inches (12") in caliper, the protective fencing shall be installed at a minimum of four feet (4') radius around the entire tree. Wherever possible, groups of trees shall be fenced off rather than individual trees.

C. Protection of Existing Trees: All trees to remain on site shall be protected from all trades working on the job, and it shall be the General Contractor's responsibility to insure that all Subcontractors are aware of and held responsible for any damage to existing trees. In addition, the General Contractor shall be held responsible to insure that the following protective measures are carried out throughout the entire construction period. 1. The fence shall consist of two inch (2”) diameter metal stakes (a minimum of four feet (4')

above grade) placed six feet (6') o.c. maximum and covered with an interwoven four foot (4') high snow fencing or approved equal. The fencing fabric shall be taught between posts and shall be tied to the stakes with wire ties.

2. Excavation, filling, parking of equipment, or storage of materials shall not be allowed within the fenced area.

3. If, because of limiting site conditions, trenching is unavoidable within the above fenced area, the Project Arborist shall approve trenching procedure prior to commencing the work.

4. All trees shall be pruned and otherwise maintained by a reputable Arborist or Tree Surgeon to be approved by the Project Arborist.

5. If any roots one and one half inches (1-1/2") or greater are encountered, all trenching within the fenced area shall be done by hand or as directed by the Project Arborist. a. Pruning of existing trees shall be limited to those trees within the demolition area and as

required for construction clearance and shall concern itself with removing all dead wood, two inches (2") or greater in size, and removing vines and/or sucker growth. Branches that are removed to allow for construction clearance shall be cut back to an appropriately sized lateral branch whenever possible. All pruning work shall be done by a qualified tree service with an ISA Certified Arborist on staff in a supervisory position and pre-approved by the Project Arborist.

6. Tree limbs in the way of proposed structures shall only be trimmed by a reputable Arborist or Tree Surgeon to be approved by the Project Arborist.

7. The General Contractor shall be liable for all damages and necessary repairs to all existing trees, including trunk, branches, or roots. Repairs shall be made by a reputable Arborist or Tree Surgeon to be approved by the Project Arborist.

8. The General Contractor shall be liable for the loss in value to damaged trees and for all repair costs resulting as determined by the Project Arborist. Because of the irreplaceable nature of many of the existing trees, the liability to the Contractor shall be set at $5,000 minimum per tree. The amount of assessment shall be determined by the Project Arborist and the Project Engineer.

D. Exposed or Damaged Roots: If roots two inches (2”) in diameter or greater are encountered during any construction, the Project Arborist shall be consulted. If roots are too removed, the root shall be cut using a hand pruning saw or gas or electric recipro-saw. The root end or any nicks on roots to remain shall be sprayed with TreeSeal or equivalent asphalt-based pruning paint.

Page 105: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY FACILITIES AND CONTROLS 015000 – 4

015000-TemporaryFacilitiesAndControls.doc

3.03 TRAFFIC CONTROL A. Attention is directed to Section 7-1.09, Public Convenience; Section 7-1.09, Public Safety; and

Section 12, Construction Area Control Devices, of the City Standard Specifications and these special provisions.

B. The Contractor shall be responsible to provide for all signs, barricades, flagmen, etc., necessary to meet all traffic requirements for this project as specified in Section 3.06, Traffic Control, of these specifications.

C. All traffic control shall be under the direction of and coordinated with the Engineer. Construction shall be organized so as to cause the least possible inconvenience to traffic. The Contractor shall provide all required signs, barricades, lights, high level flagtrees, flagmen, and devices at his own expense.

D. Should the Contractor fail, be neglectful, or be negligent in furnishing and/or maintaining the required warning and protective facilities, the City may furnish and/or maintain these facilities. The City shall charge the Contractor the cost for providing the required warning and protective facilities by deducting this cost from the periodic progress payments due the Contractor as these costs are incurred by the City.

E. General Requirements 1. The Contractor shall restrict traffic lanes from 9:00 am to 3:30 pm only. 2. The Contractor shall maintain property access at all times. 3. The Contractor shall maintain pedestrian access at all times. 4. No equipment shall be allowed to be parked within any traffic lanes or medians after work

hours. 5. The Contractor shall provide traffic control by Reserve Police at all signalized intersections.

The Contractor shall schedule police at least 14 days in advance by calling Dave Longacre, Jr. at pager (408) 231-6667 and leaving a message, or by calling (408) 277-4963.

6. The standard hourly rate for off-duty uniformed traffic control officers at construction zones will be $55.00 per hour. Officers will still receive a 3 hour minimum for all assignments with a minimum of $165.00 per assignment. Time and one-half will be charged on any assignment exceeding eight (8) hours. A minimum payment of $165.00 will be made to the officer when the company does not cancel within 3 hours of the start time.

7. Requests for Officers must be made at least three business days in advance of the date the officers are needed. (i.e. if a job is scheduled for Tuesday morning, the request must be received no later than end of business day Thursday)

8. Request for officers. A new request form has been developed using an Excel spreadsheet and will be provided to each company. The company making a request will complete section #1 of the request form and e-mail it to the SEU supervisor. After the request form is received by the SEU supervisor, officers will be assigned and the form will be e-mailed back to the requesting company. This form will contain the names of assigned officers, their cell phone numbers, location of the assignment, and start times. This information will make it possible for a company to notify the officers of any cancellations.

9. Cancellation of officers. The process for canceling assigned off-duty officers will be the responsibility of the requesting company. The company or designee will utilize the information included on the form to cancel off-duty officers within the 3 hour time frame. Cancellation requires either actual contact or voicemail message on the officers listed phone number. Any cancellation less than 3 hours before start time will require the 3 hour minimum payment to the officer.

10. The Contractor shall notify City of San José Police Department Traffic Enforcement of any detours and street closures at (408) 277-4341.

11. If construction will obstruct a bus stop, the Contractor shall notify Ron Wong, Santa Clara County Transit, 48 hours in advance at (408) 321-7054.

12. On streets with one traffic lane in each direction, the Contractor shall maintain one 14 foot lane for two-way operation. Two flagmen shall be required.

13. On streets with two or more traffic lanes in each direction, the Contractor shall reduce traffic by one lane only in each direction.

14. On one-way streets, Contractor shall reduce traffic by one lane only.

Page 106: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY FACILITIES AND CONTROLS 015000 – 5

015000-TemporaryFacilitiesAndControls.doc

15. The Contractor shall provide electric arrow board(s) for lane reductions. All traffic lane diversions and separations shall be delineated with Type II barricades, twenty eight inch (28") traffic cones, or forty eight inches (48") delineators spaced twenty five feet (25') o.c. The tapered transition length shall be one hundred and fifty feet (150') minimum. Post "KEEP RIGHT" or "KEEP LEFT" signs on high level flagtrees or Type II barricades at the beginning of each diversion or separation.

16. The Contractor shall be responsible for informing the public of traffic conditions existing within the construction area at all times by placement of appropriate warning and advisory signs.

17. The Contractor shall provide and maintain all traffic control and safety items. The Contractor assumes sole and complete responsibility for the job and site conditions during the course of construction, including safety of all persons and property. This requirement shall apply continuously twenty four (24) hours and shall not be limited to normal work hours.

18. Upon completion of all work requiring use of lane closures, the Contractor shall remove all signs, barricades, and markers and shall return the roadway and roadside areas to a condition equal to that which existed prior to construction.

19. The Contractor shall not work within two (2) adjacent intersections at the same time. 20. The Contractor shall not close two (2) adjacent streets at the same time. 21. All trench excavations shall be backfilled or steel plated at the end of each work day, when

working in an intersection, median, or traffic lane. A two inch (2") temporary A.C. surface shall be installed on backfilled trenches. Contractor shall maintain temporary A.C. surface to provide safe and comfortable passage over or along same, for pedestrian and public vehicular traffic to the satisfaction of the Engineer in the field. In sidewalk areas, three fourths of one inch (3/4") plywood may be substituted for steel trench plates.

22. Any excavation permitted to be left open shall be barricaded with Type II and Type III barricades with flashers. "OPEN TRENCH" signs shall be posted at thirty feet (30') o.c. A minimum of fifteen (15) Type III barricades shall be available for diverting traffic and barricading trenches. See "Securing Open Trench Detail "A" or "B" for K-railing and Chain Link Fencing”.

23. All open excavated areas shall be barricaded with at least two Type III barricades at the end of the excavation that faces oncoming traffic. The longitudinal edge of pavement excavation shall be delineated with Type II barricades spaced twenty five feet (25') o.c. Attach "OPEN TRENCH" signs to barricades two hundred feet (200') o.c.

24. Spillage resulting from hauling operations along or across any public traveled way shall be removed immediately by the Contractor.

25. The Contractor shall leave the project site in a neat, clean, and presentable state at the close of every work day.

26. If material from the trench excavation spills onto the roadway, the roadway area shall be swept and washed with water to provide a safe and dust free surface before the lane is re-opened.

27. All personnel occupying the roadway or median shall be required to wear approved safety vests with protective coloration.

END OF SECTION

Page 107: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY EROSION AND SEDIMENT CONTROL 015713 – 1

015713- Temporary ErosionAndSedimentControl

SECTION 015713 TEMPORARY EROSION AND SEDIMENT CONTROL

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: requirements for temporary utilities, support facilities, storm water pollution

prevention, erosion control, traffic control, support, and security and protection facilities. B. Related Requirements

1. Section 012000, Price and Payment Procedures 2. Section 013000, Administrative Requirements 3. Section 014000, Quality Requirements 4. Section 015000, Temporary Facilities and Controls

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 WATER POLLUTION CONTROL PLAN A. Temporary Erosion and Sediment Control: Contractor shall implement and maintain

temporary erosion and sediment control (Water Pollution Control Plan) for the project that shall conform to these special provisions, the Plans and the provisions in Section 7-1.01 G, Water Pollution, of the City of San José Standard Specifications, and the Bay Area Stormwater Management Agencies Association Blueprint for a Clean Bay.

B. Water Pollution Control Plan Implementation: Contractor shall implement erosion and sediment control practices detailed in the Erosion Control and Sediment Control Field Manual, 3rd Edition and the California Stormwater BMP Handbook, Construction, prepared by the California Regional Water Quality Control Board, San Francisco Bay Region.

1.04 EROSION CONTROL A. Section 20-5, Erosion Control, of the Standard Specifications (page 20-5) shall have the

following added: B. 20-5.06 Temporary Erosion and Sediment Control – Temporary erosion and sediment control

within the total project shall conform to the Provisions in Section 20-5, Erosion Control, of the Standard Specifications, these Special Provisions and the Plans.

C. The Contractor’s attention is directed to Section 10-2, Storm Water Pollution Prevention, of these Special Provisions.

PART 2 - PRODUCTS

2.01 BEST MANAGEMENT PRACTICE (BMP) PRODUCTS A. Shall be as specified in the most current CASQA BMP Handbook.

PART 3 - EXECUTION

3.01 WATER POLLUTION CONTROL PLAN A. Erosion and sediment control work shall consist of applying Best Management Practices

(BMP’s) to control the discharge of stormwater pollutants in full compliance with the revised state regulations. BMP’s shall be used to cover all temporary erosion and sediment control situations that arise during construction including unanticipated field conditions year-round. These erosion and sediment control measures shall control and contain erosion-caused silt deposits and provide for the safe discharge of silt-free storm water into existing and proposed storm drain facilities.

B. Contractor shall implement and maintain all Water Pollution Control Plan work for the project that shall include:

1. Prohibition of illicit discharge (non-rain water) into the storm drainage system.

Page 108: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TEMPORARY EROSION AND SEDIMENT CONTROL 015713 – 2

015713- Temporary ErosionAndSedimentControl

2. Construction of any and all necessary systems to eliminate contaminants from entering the storm water system.

3. Clean up and control of work site materials, spoils and debris. 4. Removal of contaminants produced by equipment used for the construction of the project. 5. Provision of all labor, materials, equipment and apparatus not specifically mentioned

herein or noted on the plans, but which are incidental and necessary to complete the work specified.

C. Contractor shall be responsible for ensuring that all sub-contractors, and suppliers are aware of all storm water quality measures and that they implement such measures. Failure to comply with the stormwater quality regulations and specifications will result in the issuance of correction notices, citations and/or a project stop order.

D. Contractor shall maintain erosion and sediment control measures daily. The name of the person responsible for the daily maintenance of these facilities shall be on record with the City of San José Department of Public Works along with a phone number where they can be reached twenty four (24) hours a day.

3.02 EROSION AND SEDIMENT CONTROL

A. Temporary erosion and sediment control work shall consist of applying erosion control materials to embankment slopes, excavation slopes and other areas designated on the plans, installing silt fence, inlet protection, gravel bags, headwall protection and stabilized construction entrance ways, or other measures as specified in the project SWPPP or necessary for compliance with the CGP.

3.03 EMERGENCY EROSION AND SEDIMENT CONTROL A. Sediment Control including unforeseen measures not addressed in the Storm Water Pollution

Plan pay item in accordance with the National Pollution Discharge Elimination System (NPDES), the City of San Jose and the Plans and Specifications and to the satisfaction of the Engineer. Work under this item shall be considered as extra work paid for on a force account basis per Section 9-1.03 of the City of San Jose Department of Public Works Standard Specifications and per Section 4-1.03.1(D) of the Special Provisions.

END OF SECTION

Page 109: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DEMOLITION 024100 – 1

024100-Demolition.doc

SECTION 024100 DEMOLITION

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for Demolition. This work shall consist of measures that may or may not be shown on the plans to remove existing surface improvements and underground utilities encountered during construction of the improvements.

B. Project Includes 1. Demolition 2. Disconnection, capping, and removal of utilities. 3. Notification to Engineer of schedule of shut-off of utilities which serve occupied spaces. 4. Removal and legal disposal of materials.

C. Related Requirements 1. Section 013000, Administrative Requirements 2. Section 015000, Temporary Facilities and Controls 3. Section 311000, Site Clearing 4. Section 312200, Grading 5. Section 313100, Soil Treatment

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. ANSI A10.6 Safety Requirements for demolition operations. 2. Section 15, Existing Facilities of the City Standard Specifications. 3. Section 16, Clearing and Grubbing of the City Standard Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate continued occupancy and accessibility of adjacent building, and other

portions of the site. B. Meetings: Prior to commencing the work, Contractor shall perform a site review with the Engineer

to determine the exact extent of this portion of work to identify existing areas of damage to existing items to remain.

C. Provide a minimum of forty-eight (48) hours advance notice to Engineer of demolition activities. Do not begin demolition activities until receipt of notification to proceed from Engineer.

D. Do not commence demolition activities until temporary erosion and sediment control measures are in place.

1.05 SUBMITTALS A. Record Documentation: Accurately record actual locations of capped and active utilities and

subsurface construction. Submit record drawings to Engineer. B. Schedule

1. Contractor shall submit a schedule indicating proposed methods and sequence of operations for selective demolition work. Schedule shall include coordination for shut-off, capping, and continuation of utility services as required. See Section 013000, Administrative Requirements.

PART 2 - PRODUCTS

2.01 MATERIALS A. Fill Materials: Shall be as specified in Section 312200, Grading.

Page 110: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DEMOLITION 024100 – 2

024100-Demolition.doc

PART 3 - EXECUTION

3.01 EXAMINATION A. Hazardous Materials: If hazardous materials are discovered during demolition activities, stop work

and notify the Engineer immediately.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during demolition.

2. Provide temporary barricades and other forms of protection as required to protect general public from injury due to selective demolition work.

3. Provide protective measures as required to provide free and safe passage of general public to and from occupied portion of park.

B. Surface Preparation: All work on this project shall conform to Section 10, Dust Control, of the City Standard Specifications.

3.03 DEMOLITION A. All deleterious material shall be removed and cleared from the site. See Section 15, Existing

Facilities and Section 16, Clearing and Grubbing of the City Standard Specifications. B. Selective Demolition: Perform selective demolition work in a systematic manner. Use methods

required to complete work indicated on the drawings in accordance with demolition schedule and governing regulations. Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Perform demolition with a manner that maximizes salvaged and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recycled, and salvaged materials; store and deliver to collection point or

point of reuse. 3. All items so indicated on drawings shall be carefully removed and returned to the City storage

yard as directed by the Engineer to facilitate possible reuse by the City. C. Contractor Salvage: Items indicated to be removed but of salvageable value to the Contractor

may be removed from structure as work progresses. Transport Contractor salvage items from site as they are removed. Storage or sale of removed items on site will not be permitted.

D. Extent: Demolish walls and footings to a depth of not less than twelve inches (12”) below finish grade. Demolish and remove below-grade wood or metal construction. Break up below grade concrete slabs. Completely fill below-grade areas and voids resulting from demolition work. Provide fill consisting of approved earth, gravel or sand, free of trash and debris, stones over 6 inch diameter, roots or other organic matter.

E. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface.

3.04 REPAIR A. Damages: Promptly repair damage by demolition work caused to adjacent facilities at no

additional cost to the City. B. Fill excavations, open pits, and holes in ground areas generated as result of removals, using

specified fill; compact fill as required per Section 312200, Grading.

3.05 CLEANING A. Remove debris, rubbish and other materials resulting from demolition operations from building

site. Transport and legally dispose of materials off site. Leave site in clean condition, ready for subsequent work.

END OF SECTION

Page 111: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BASIC MATERIALS AND METHODS 260500

260500-BasicMaterialsandMethods 1 of 3

SECTION 260500

BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 SCOPE OF WORK: The project shall include, but not limited to the following:

A. All labor, material, equipment and services necessary to construct and install a complete electrical system as shown on the plans and as specified herein. All General Conditions and Requirements outlined elsewhere in these specifications or drawings shall be applied to this electrical section.

B. All materials and equipment shall be furnished and installed in support of all electrical work described in these plans and specifications including but not limited to, raceways, boxes, enclosures, feeders, branch circuiting, supports, terminal cabinets, sleeves, gutters, panels, lighting fixtures, controls, in order to complete and make fully functional the systems described.

C. Electrical distribution system including distribution panels, branch circuit panels, conduit, wires, pull boxes, pedestal, controls, supports, fasteners, straps, and miscellaneous mounting hardware and support structures for such equipment, all necessary cutting, patching, trenching and back-filling, complete grounding system, painting, labeling and equipment identification.

1.02 SYSTEM DESCRIPTION

A. The electrical plans indicate the general layout and arrangement; the architectural drawings and field conditions shall determine exact locations. Field verify all conditions and modify as required to satisfy design requirements as well as code minimums. Maintain all required working clearances as described in CEC Article 110 as well as other applicable articles.

B. Discrepancies shall be brought immediately to the attention of the Architect for clarification. The Architect shall approve any changes. Prior to rough-in, refer to architectural plans that shall take precedence over electrical plans with respect to locations.

C. Verify all power and communications requirements prior to commencement of electrical work. Make proper adjustments to the construction to satisfy all requirements if they differ from the construction documents.

1.03 SUBMITTALS AND SHOP SRAWINGS

A. Before construction, submit in accordance with the General Conditions of this Specification: A complete list of all materials proposed to be furnished and installed under this section.

B. Manufacturers' specifications, catalog cuts and shop drawings as required to demonstrate compliance with the specifications. Identify specific intended use for each component where submittal may be ambiguous. Submit entire bound submittal at one time; partial submittals will not be accepted. At a minimum, submittals will be required for the following:

C. The intent of these specifications is to establish a standard of quality for materials and equipment. Therefore, some items are identified by manufacturer or trade name designation. Substitutions shall be subject to the Architect's approval. Samples of the proposed and substitute materials may be required for inspection prior to approval. Costs, if any, for evaluation of substitutions shall be the Contractor's responsibility. The decision of the Architect shall be final. Where the substitution will affect other trades, coordinate all changes with those trades concerned and pay any additional costs incurred by them as a result of this substitution. Approval of substitutions shall not relieve the Contractor from providing an operational system in accordance with all applicable codes and ordinances.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Storage of equipment for the job is the responsibility of the Electrical Contractor and shall be scheduled for delivery to the site, as the equipment is required. Damage to the equipment delivered to the site or in transport to the job shall be the responsibility of the Electrical Contractor.

Page 112: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BASIC MATERIALS AND METHODS 260500

260500-BasicMaterialsandMethods 2 of 3

1.06 QUALITY ASSURANCE A. Qualifications of installers: 1. For the actual fabrication, installation, and testing of the work of this Section, use only

thoroughly trained and experienced personnel who are completely familiar with the requirements for this Work and with the installation recommendations of the specified items. Electrical contractor shall possess C-10 license registered in the State of California.

2. In acceptance or rejection of installed electrical system, no allowance will be made for lack of skill on the part of installers.

B. Codes and Standards: In addition to complying with all pertinent state and local codes and regulations, comply with: 1. California Electrical Code, latest adopted edition. Contractor is expected to comply with

the CEC edition being enforced at the time the electrical permit for the project is obtained. 2. Requirements of Underwriters Laboratories, Inc. for all items installed for which UL

standards have been established. 3. Manufacturer's recommendations and installation instructions. 4. California State Administrative Code. 5. City of San Jose, Department of Public Works, Standard Details and Standard

Specifications, July 1992 edition. 1.07 PERMIT AND INSPECTION

A. “No Fee” Electrical Permit shall be obtained from the City of San Jose, Department of Public Works, City

Facilities Architectural Services Division, 200 E. Santa Clara St., Sixth Floor, San Jose, CA 95113 prior to project commencement.

B. All Work shall be inspected for compliance with all pertinent Code requirements and the Drawings and Specifications.

C. The Electrical Inspector shall be given 48 hours notice for each scheduled inspection or power shutdown requested by the Contractor.

D. All materials shall be inspected and approved in the field by the inspector prior to installation. Contractor shall bear the responsibility and cost for all materials installed without field inspection/approval. If installation is unacceptable, Contractor shall reinstall as required without additional cost to the City.

PART 2 – PRODUCTS 2.01 MATERIALS

A. Materials shall be new and bear the label of or be listed by a nationally recognized testing laboratory. The quality and suitability of all materials shall conform to the standards and practices of this trade.

PART 3 - EXECUTION 3.01 INSTALLATION

A. Professionalism and appearance of all installations shall be in accordance with accepted practices of this trade. Installation methods shall conform to manufacturers' specifications. The Contractor shall man the job with qualified journeymen and helpers in this trade for the duration of the job. It is the Contractor's responsibility to communicate with and keep the job superintendent appraised of changes or clarifications, etc.

B. Materials shall be installed in a professional fashion according to manufacturers' specification and recommendations. They must conform to the 2001 CEC and all applicable codes and standards, including but not necessarily limited to California Code of Regulations Title 24, NFPA, National Electrical Manufacturers Association, ANSI, CBC, and any other adopted ordinances of applicable agencies having jurisdiction. Refer to general conditions of specifications.

C. Electrical Contractor shall lay work out in advance in order to avoid unnecessary cutting, chasing, and drilling of floors, walls, ceilings and other surfaces. Work of this nature shall be carefully done so as not to damage work already performed by other trades. Any damage which results must be properly repaired at no extra cost to the Owner. Such alterations shall

Page 113: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BASIC MATERIALS AND METHODS 260500

260500-BasicMaterialsandMethods 3 of 3

not depreciate the integrity of the structure. Approval for cuts or penetrations in structural members shall be by the Architect.

D. Coordinate work with other trades as required to eliminate any delays during construction. Coordinate any and all changes with other prime contractors to avoid construction conflicts.

E. Engineer's Field Observation: When Electrical Engineering representative performs a field observation, the Electrical Contractor shall be present and available to remove equipment covers as needed.

F. Drawings of Record: 1. Provide a full and accurate set of field record drawings marked up in a neat and understandable manner submitted to the Owner Representative, Construction Manager, or Architect upon completion of the work and prior to issuance of a certificate of completion. The drawings shall dimension all electrical facilities including but not limited to underground conduit, vaults, boxes as well as conduit routing scaled to within 12" of actual field conditions and shall be kept up to date on a daily basis reflecting any and all changes or deviations. 2. All electrical facilities shall be accurately drawn on the plan to scale. Refer to the general conditions of these specifications for additional requirements. 3. Record drawings shall be required to identify both horizontal and vertical dimensions to visible and fixed points such as concrete, asphalt, buildings, sidewalks, etc. G. Identification: Provide engraved laminated plastic nameplates for all switchboards,

panelboards, main devices, control panels, time clocks, contactors and safety disconnect switches accurately identifying each device. Labels shall be attached to the equipment by means of screws or rivets. Self-adhering labels will not be acceptable. See Section 16141 Nameplates and Warning Signs.

H. Safety: 1. The Electrical Contractor is responsible to maintain all equipment in a safe and

responsible manner. 2. Keep dead front equipment in place while equipment is energized.

3. Conduct all construction operations in a safe manner for employees as well as other work persons or anyone visiting the job site.

4. Provide barriers, flags, tape etc. 5. The Contractor shall hold all parties harmless of negligent safety practices that

may cause injury to others on or near the job site. I. Guarantees: 1. All equipment and labor shall be guaranteed and warranted free of defects,

unless otherwise stated to be more restrictive, for a period of one year from the date of final acceptance by the Owner.

2. A written warranty shall be presented to the Architect at the time of completion prior to final acceptance. Equipment deemed to be damaged, broken or failed should be repaired or replaced at no additional cost to the Owner. 3. Materials or system requiring longer than a one-year warranty as described herein shall be separately warranted in separate letters of guarantee stating the duration of warranty.

J. Operating and Installation Manuals: 1. Provide two copies each of all manuals, operating and installation instructions

for equipment indicated in submittal packages. 2. Instruct the Owner's representative as to the operation and location of all

equipment necessary to allow them to operate the facility upon final acceptance. This instruction period shall be prearranged with the Owner's representative prior to occupancy of the facility.

END OF SECTION

Page 114: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RACEWAYS 261100

261100-Raceways 1 of 3

SECTION 261100

RACEWAYS PART 1 - GENERAL 1.01 WORK INCLUDED

A. Minimum conduit size shall be ½ inch except if plan shows or code requires larger size. Exception: Use minimum 3/4" for under slab and below grade applications outside of building exterior walls.

B. All wiring within the building shall be installed in metallic conduit. C. Empty or future conduits shall be properly plugged with plastic caps or inserts with a 3/8 inch

polyethylene pull rope. Plastic or "duct" tape will not be acceptable. D. Exterior installations: After conductors are installed, seal conduit ends to prevent entrance of

foreign material using pliable duct seal, caps or waterproof expanding foam. E. Underground conduits entering building shall have the open end of conduit within building

above the elevation of the conduit outside the building such that water cannot enter building through conduit. If such a condition exists, a pull box outside of building footprint shall be installed in conduit route before conduit enters building whereby top of pull box is below finish floor of building and moisture may exit box before entering building.

G. No single conduit run of any type shall exceed 300 degrees of radius bend from termination box to termination box.

PART 2 - PRODUCTS 2.01 MATERIALS

A. Galvanized rigid steel (GRS) conduit shall be hot dipped galvanized, zinc coated and shall comply with Underwriters Laboratories UL-6, ANSI Specification C-80.1 and Federal Specification WW-C-581E.

B. Electrical metallic tubing shall be zinc coated, with a protective coating applied to the inside surface and shall comply with Underwriter Laboratories UL-797 ANSI Specification C-80.3 and Federal Specification WW-C-563A.

C. Flexible metal conduit shall be continuous wound reduced wall galvanized steel produced to UL standards as manufactured by Alflex, American Flexible Conduit or equal.

D. Liquid tight flexible metal conduit shall have a thermoplastic cover over a galvanized steel core containing an integral copper ground in sizes to 1-1/4" and shall be in compliance with UL standards and CEC Article 351a. Approved manufacturers are Anaconda (type UA), Electriflex Liquatite or equal.

G. Surface mount or exposed raceway shall not be used. PART 3.0 - INSTALLATION

A. All conduit systems listed below are for use in installations where they are permitted to be used by CEC and/or other occupancy restrictions. The below installation methods do not intend to suggest that these materials be installed in conflict with any applicable code. Special attention to applications shall be made in building types such as Educational, wet location, hazardous locations, assembly occupancy and multi-story, but not limited to these. Requirements which are more restrictive than the CEC may be called for by the drawings and / or these specifications. These requirements must be adhered to. The Electrical Contractor shall be responsible to use the proper conduit system for the application. Exposed conduit is not allowed below ceilings or above slab of floor, without the permission and approval of the Architect. All conduits shall be concealed except in electrical and telecommunication rooms or where shown to be surface mounted. Exposed conduit shall be run square and plumb with building lines in an approved manner. Strap conduits with proper sized conduit straps. Spacing of support shall be a minimum as provided for in the CEC. All conduit mounted below 8 feet above finished grade shall be strapped at a minimum of 5 foot spacing.

B. Electrical metallic tubing (EMT) may be used as allowed by code and as permitted by this

Page 115: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RACEWAYS 261100

261100-Raceways 2 of 3

specification. It shall not be in contact with soil or the concrete slab on the ground floor of any structure. Connectors and couplings may be steel set screw type where installed in indoor dry locations not subject to moisture. Where the potential for moisture is present, compression type weathertight fittings are required. One hole conduit straps are permitted from ½ inch to 1 inch and two hole conduit straps are required for size 1-1/4 inch and larger. Diecast fittings shall not be acceptable. EMT shall not be allowed in areas subject to severe physical damage. Install copper ground wire sized per CEC 250-122 in all EMT conduits.

C. Flexible conduit may be used where concealed in building construction or above dropped ceilings, but shall meet the following criteria: No individual circuit path from distribution panel to last device shall exceed a cumulative length of 30 feet of flexible conduit from start to end. Flexible conduit shall not exceed a total directional change of 270 bending degrees in any one run between conduit terminations. Squeeze type steel flex fittings of a grounding type are required. Flexible conduit must be supported in accordance with CEC. Where exposed to the weather, moisture, or spray down flexible conduit shall be of the liquidtight type. Fittings shall be manufactured for use with liquidtight flexible conduit. All motor connections shall be made with liquidtight flex. Flexible conduit may not be used where exposed except for last 2 feet of equipment connection and unless otherwise noted or approved. A copper ground wire sized per CEC 250-122 shall be installed in all flexible conduit runs. Flexible conduit may not be used exposed. Weatherproof liquid tight conduit shall not be used on roofs for equipment connections with lengths exceeding 24 inches nor shall it be used to circumvent a rigid conduit system in a horizontal direction. Connect recessed lighting fixtures to conduit runs with a maximum of six feet of flexible metal conduit extending from junction box to fixture. “Master” “Slave” fixtures are permitted to use manufactured flexible cable of longer dimension up to 12 feet between “Master” and “Slave” only and only as a U.L. listed system component.

D. Non-metallic rigid conduit shall be used in concrete slabs, below concrete slabs on grade, or underground outside of a building slab or foundation. Maintain minimum depth requirements and cover with appropriate fill material. Minimum 4 inches of bedding and cover of backfill material ¼ inch size grain and smaller maximum. Conduit shall be heavy wall Schedule 40 or 80, rigid PVC only. Rigid utility P&C duct shall not be used in any application. Properly sized grounding conductors shall be installed per CEC article 250, in all non-metallic conduit branch circuit and feeder runs. All elbows and conduit risers from below grade into junction boxes, receptacles, switches, panelboards or terminal cabinets through slab, shall be galvanized rigid steel PVC coated or 1/2 lapped tape wrapped. PVC conduit shall be formed or field bent only with the use of properly approved bending tools such as to not decrease the internal bore of the conduit. All conduits shall be cut square and reamed of burrs. Approved and compatible glue shall be used on all PVC fittings to attain watertight joints. Use schedule 40 PVC below grade to within 18 inches of finish grade and use galvanized rigid steel (GRS) above grade and where exposed. All conduit runs over 150 feet in length and out 1 ¼” trade size shall utilize galvanized rigid steel elbows.

E. Galvanized rigid steel (GRS) conduit shall be used where exposed less than 8 feet – 0 inches above finished grade to 18 inches below finished grade and where subject to physical damage. Conduits shall be cut square and reamed to remove burrs and sharp edges. Strap conduit below 8’ above grade at 5 foot intervals. Unless otherwise noted, threadless setscrew and threadless weathertight fittings may be used in lieu of threaded fittings. All threaded ends entering a junction box of any type shall require one locknut on the inside and one on the outside of the enclosure and be provided with a plastic bushing or grounding bushing where necessary for proper grounding. Where exposed to moisture, a watertight hub or other approved method shall be required. Where below grade, GRS conduit shall be PVC coated or tape-wrapped. All risers including elbows if they are located within 18 inches of finish grade, shall be tape wrapped or PVC coated galvanized rigid steel from below grade to junction boxes, panelboards, terminal cabinets, etc. Elbows shall be tape wrapped or PVC coated. All conduits shall be stubbed up straight and uniform into junction boxes, panels, cabinets, etc., and shall be properly supported and strapped. Refer to Section 16402 3.3 Underground Electric Service for additional information.

F. Conduit Supports: Conduit runs may be supported by one-hole and two-hole straps or supports

Page 116: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RACEWAYS 261100

261100-Raceways 3 of 3

as manufactured by Unistrut, Minerallac, Caddy or equals. Supports may be fastened by means of anchors, shields, beam clamps, toggle bolts, or other approved methods appropriate for the application and size of conduit. Pipe nailers (J-hooks) may only be used for 1 inch conduit and smaller and only in wood frame construction. Conduit support methods are subject to review by the engineer and authority having jurisdiction for adequacy. Installations deemed inadequate shall be corrected by the contractor at no cost to the Owner.

G. Bends and offsets shall be made with approved tools for the type of conduit being utilized. Bends shall be made without kinking or destroying the smooth bore of the conduit. Parallel conduits shall be run straight and true with bends uniform and symmetrical. Minimum radii shall be per CEC 346-10.

H. Conduit Stub-outs below grade shall be capped with plastic cap (not duct tape), and identified placing a pull box marked with correctly identified utility such as “Elec”, “Tel”, etc. Dimension for exact location on field record drawings. Provide lids for proper field application (i.e. traffic, incidental, pedestrian).

I. Conduit Seals: Where below grade conduits enter structure through slab or retaining wall of building or basement, seal the inside of each conduit as follows:

1. Provide damming material around conductors 3 inch into conduit. 2. Fill 3 inches of conduit with 3M #2114 sealing compound.

3. Wrap conductors where they exit the conduit with 3M #2229 "Scotch Seal" mastic tape. Lap tape to approximate diameter of the raceway and wrap outside of conduit opening with (minimum) one turn.

4. Use conduit sealing bushings type CSB (O-Z/Gedney) or equal. 5. Empty conduits shall be sealed with standard non-hardening duct seal compound and

then capped to prevent entrance of moisture and gases and to meet fire resistance requirements.

J. Marker tape: Place plastic yellow marker tape at 12 inches below finish grade along and above buried conduits. Label tape "CAUTION: ELECTRICAL LINES BELOW" or similar wording.

K. Conduits for high voltage (12kv) systems shall be separated from all other conduits by a minimum of 12”. All power system conduits shall be separated from low voltage systems by a minimum of 12” when running parallel to each other and no less than 6” when running perpendicular to each other at conduit crossings.

L. Duct bank conduit spaces and saddles shall be required in all trenches where more than two conduits over 2 inch in diameter travel in the same trench. Proper spacing between systems as outlined above shall be required and spacers shall be located each five feet (maximum) along trench route from point to point.

M. Conduits, routed below footings, slabs, grade beams, columns, and other structural elements shall be installed in strict compliance with structural details and criteria shown on structural plans. Clearances below structural elements and sleeves through structural elements must be carefully planned to avoid conflict.

N. All conduit or raceways passing through fire rated walls, floors, or ceilings shall be installed with a listed penetration method which protects the opening to the same rating as the assembly and is non hardening.

O. Expansion Joints 1. Conduits 3 inches and larger, that are secured to the building structure on opposite sides of a

building expansion joint, require expansion and deflection couplings. Install the couplings in accordance with the manufacturer’s recommendations.

2. Provide conduits smaller than 3 inches with junction boxes on both sides of the expansion joint. Connect conduits to junction boxes with sufficient slack of flexible conduit to produce 5 inch vertical drop midway between the end. All conduit shall have a copper green grounding bonding conductor installed.

P. Seismic Joints 1. At seismic joints, provide conduits rigidly secured to the building structure on opposite sides

of a building expansion joint with junction boxes on both sides of the joint. Connect conduits to junction boxes with 15 inches of slack flexible conduit. Flexible conduit shall have a copper green ground bonding jumper installed.

END OF SECTION

Page 117: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRES, CABLES AND CONDUCTORS 261200

261200-WiresCablesConductors 1 of 3

SECTION 261200

WIRES, CABLES AND CONDUCTORS PART 1 - GENERAL 1.01 SUMMARY

A. Section Includes: 1. Wires and cables.

2. Connectors. 3. Lugs and pads.

1.02 SYSTEM DESCRIPTION

A. Provide wires, cables, connectors, lugs, and the like for a complete and operational electrical system.

1.03 SUBMITTALS A. Provide product data for the following equipment:

1. Wires. 2. Cables. 3. Connectors. 4. Lugs.

B. Provide the insulation cable testing report in the project closeout documentation, see Project Closeout Requirements in Division 1.

1.04 REGULATORY REQUIREMENTS

A. Conform to requirements of the NEC, latest adopted version with amendments by local AHJs. B. Furnish products listed by UL or other testing firm acceptable to AHJ.

PART 2 - PRODUCTS 2.01 MANUFACTURERS

A. Wires and Cables: Carol, General Cable, Okonite, Rome, Southwire, or approved. B. Connectors: Stranded conductors by Anderson, Burndy, Ilsco, Thomas & Betts, or approved. C. Wire connectors shall be minimum 75 degree rated and properly sized for the number of

conductors being connected, terminated, spliced etc. All above grade connectors shall be solderless lug or plastic wire nut type, screw on, pressure cable type, 600 volt, 105 degree C, with skirt to cover all portions of stripped wires. Connector shall be U.L. rated for number and size of conductors being joined together as a splice.

D. Splices: 1. Branch Circuit Splices: Ideal, Scotch-Lock, 3M, or approved.

2. Feeder Splices: Compression barrel splice with two layers Scotch 23 and four layers of Scotch 33+ as vapor barrier.

2.02 WIRES AND CABLES

A. Copper, 600 volt rated throughout. Conductors 14AWG to 10AWG, solid or stranded. Conductors 8AWG and larger, stranded.

B. Phase color to be consistent at all feeder terminations; A-B-C, top to bottom, left to right, front to back. Phase tape shall be permitted on sizes #6 and larger.

C. Color Code Conductors as Follows: PHASE 208 VOLT WYE A Black B Red C Blue Neutral White Ground Green Isolated Ground Green w/yellow trace D. All conductors shall be copper unless otherwise noted. Minimum size for individual conductors

shall be #12 AWG unless otherwise noted. Sizes #8 AWG and larger shall be stranded conductor. Individual conductors shall be insulated with type, XHHW, THW, THHN/THWN 600-volt insulation unless otherwise noted. Control, signal, communication conductors shall be as dictated by the vendor of that equipment or as specified here-in. Proper insulation type shall be used for the proper environmental application (i.e., waterproof, wet location, plenum, temperature rated). If a condition exists where the application is uncertain, contact the engineer

Page 118: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRES, CABLES AND CONDUCTORS 261200

261200-WiresCablesConductors 2 of 3

for direction. Contractor is responsible to follow specific cabling requirements described in other

sections of this specification relative to various communications and controls systems as well as the respective riser diagrams shown on plans. If a discrepancy occurs, communicate such discrepancy to the Architect and Engineer immediately for resolution.

E. Insulation types THWN, THHN or XHHW. Minimum insulation rating of 90C for branch circuits. F. Refer to signal and communications Specification Sections for cable requirements.

2.03 CONNECTORS

A. Copper Pads: Drilled and tapped for multiple conductor terminals. B. Lugs: Indent/compression type for use with stranded branch circuit or control conductors. C. Solid Conductor Branch Circuits: Spring connectors, wire nuts, for conductors 18 through

8AWG. 2.04 LUGS AND PADS

A. Ampacity: Cross-sectional area of pad for multiple conductor terminations to match ampere rating of panelboard bus or equipment line terminals.

PART 3 - EXECUTION 3.01 INSTALLATION

A. Installation: Conductors shall not be installed until after conduit systems are permanently in place. Use an approved non hardening type wire pulling lubricant if lubricant is to be used. Maintain all conduits and wire pulls free from foreign material. If due to field conditions, more than a total of 300 degrees of bend are required; a pull box may be furnished and installed for ease of installation. Said pull boxes must be sized and rated for the appropriate application and must remain easily accessible upon completion of the project (approval of the location shall be obtained from the Architect prior to installation). Show these pullboxes on the field record drawings. Conductors installed in underground raceways on site shall be duct sealed and taped where they exit the raceway to prevent the entrance of foreign material and moisture after the conductors are installed.

B. Insulation: Use proper insulation types where temperature and environment are a factor. C. Splices at or below grade level shall be made with wet location rated and approved mechanical

connectors and shall be encapsulated in epoxy or plastic molded poured kits. The connections must be insured to be watertight. Splices at or below grade shall always be avoided and minimized.

D. Labeling: All conductors in panels, switchboards, terminal cabinets, vaults, pull boxes, and junction boxes shall be labeled with tape number markers indicating circuit number and identifying system. All labeling shall be permanent. In manholes and vaults, provide embossed brass tags identifying system serviced and function. See Section 16141 Nameplates and Warning Signs.

E. All conductors, wiring, cable where installed below floor, slab or underground shall be considered wet locations, and shall be rated accordingly. Non waterproof cabling is not allowed in any below grade or wet application.

F. Cable and conductors routed through pull boxes and vaults shall be properly supported on porcelain or equal insulators mounted on steel rack inserts. Bend radius of cable or conductor shall not be less than six times the overall cable diameter.

G. Wires and Cables: 1. Conductor Installation:

a. Install conductors in raceways having adequate, code size cross-sectional area for wires indicated. b. Install conductors with care to avoid damage to insulation. c. Do not apply greater tension on conductors than recommended by

manufacturer during installation. d. Use of pulling compounds is permitted. Clean residue from exposed

conductors and raceway entrances after conductor installation. Do not use pulling compounds for installation of conductors connected to GFI circuit breakers or GFI receptacles.

Page 119: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRES, CABLES AND CONDUCTORS 261200

261200-WiresCablesConductors 3 of 3

2. Conductor Size and Quantity:

a. Install no conductors smaller than 12AWG unless otherwise shown. b. Provide all required conductors for a fully operable system. 3.02 FIELD QUALITY CONTROL

A. Tests 1. Test conductor insulation on feeders of 100 amp and greater for conformity with 1000 volt

megohmmeter. Use Insulated Cable Engineers Association testing procedures. Minimum insulation resistance acceptable is 1 megohm for systems 600 volts and below. In the condition that the insulation resistance is less than 1 megohm notify Architect.

B. Test Report: 2. Prepare a typed tabular report indicating the testing instrument, the feeder tested,

amperage rating of the feeder, insulation type, voltage, the approximate length of the feeder, conduit type, and the measured resistance of the megohmmeter test. Submit report with operating and maintenance manual.

END OF SECTION

Page 120: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BOXES 261300

261300-Boxes 1 of 3

SECTION 261300 BOXES

PART 1 - GENERAL 1.01 SUMMAR

A. Section Includes: 1. Outlet boxes. 2. Weatherproof outlet boxes. 3. Junction and pull boxes. 4. Exterior in-grade boxes

1.02 SYSTEM DESCRIPTION

A. Outlet System: Provide electrical boxes and fittings as required for a complete installation. Include but not limited to outlet boxes, junction boxes, pull boxes, bushings, locknuts, and all other necessary components.

B. Code Compliance: Comply with CEC as applicable to construction and installation of electrical boxes and fittings and size boxes according to CEC 370, 373 and 374 except as noted otherwise.

C. Flush Outlets in Insulated Spaces: Maintain integrity of insulation and vapor barrier. 1.03 PROVIDE SHOP DRAWINGS AND PRODUCT DATA FOR THE FOLLOWING EQUIPMENT:

1. Outlet boxes. 2. Weatherproof outlet boxes.

3. Junction and pull boxes. 4. Cabinets, termination cabinets.

5. Concrete boxes and vaults. 6. Fiberglass or composite boxes and vaults. 1.04 REGULATORY REQUIREMENTS A. Conform to requirements of the CEC, latest adopted version with amendments by local AHJs. B. Furnish products listed by UL or other independent and nationally recognized testing firm. PART 2 - PRODUCTS 2.01 MANUFACTURERS

A. Outlet Boxes: Bowers, Raco, Steel City or approved. B. Weatherproof Outlet Boxes: Bell, Red Dot, Carlon, or approved. C. Floor Boxes: Wiremold/Walker, Hubbell, Steel City, or approved. D. Junction and Pull Boxes: Newbasis model #PCA132418-90091 or approved. E. Box Extension Adapter: Bell, Red Dot, Carlon, or approved. F. Conduit Fittings: O-Z Gedney, Thomas & Betts, or approved. G. Vaults: Christy, Brooks, Utility Vault or approved equal.

2.02 OUTLET BOXES

A. NEMA 1 gutter, junction and pull boxes shall be fabricated from code gage steel finished in grey enamel with screw cover fronts and concentric knockouts in all sides.

B. NEMA 3R gutter, junction and pull boxes shall be fabricated from code gage galvanized steel with screw cover fronts and concentric knockouts in the bottom only. Any penetrations to the side, top or back shall be weatherproofed in an approved manner such as “MYERS” gasketed type hub or equal.

C. Steel outlet boxes and plaster rings shall be galvanized rigid assemblies, either one piece pressed or factory welded construction containing the size and number of knockouts required.

Page 121: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BOXES 261300

261300-Boxes 2 of 3

Steel outlet boxes shall be manufactured, sized and installed in accordance with CEC Article

370. Device Outlet: Installation of one or two devices at common location, minimum 4 inch square, minimum 1 ½ inches deep. Single or 2 gang flush device plaster ring. Raco Series 681 and 686 or equal.

D. Luminaire Outlet: minimum 4” square with correct plaster ring depth, minimum 1-1/2” deep with 3/8-inch luminaire stud if required. Provide proper depth plaster ring on bracket outlets and on ceiling outlets.

E. Multiple Devices: Three or more devices at common location. Install 1 piece gang boxes with 1 piece device plastering. Install one device per gang unless otherwise allowed.

F. Masonry Boxes: Outlets in concrete, Raco Series 690 or equal. G. Construction: Provide galvanized steel interior outlet wiring boxes, of the type, shape and size,

including depth of box, to suit each respective location and installation; constructed with stamped knockouts in back and sides, and with threaded holes with screws for securing box covers or wiring devices. Boxes shall be properly secured to the structure such that they are flush with the finish surface. Boxes shall be made structurally secure by means of the proper fastening devices.

H. Accessories: Provide outlet box accessories as required for each installation, including mounting brackets, wallboard hangers, extension rings, plaster rings, luminaire studs, cable clamps and metal straps for supporting outlet boxes, compatible with outlet boxes being used and meeting requirements of individual wiring situations.

2.03 WEATHERPROOF OUTLET BOXES

A. Construction: Provide corrosion-resistant cast iron, with zinc finish, weatherproof outlet wiring boxes, of the type, shape and size, including depth of box, with threaded conduit ends, cast metal face plate with spring-hinged waterproof cap suitably configured for each application, including face plate gasket, blank plugs and corrosion proof fasteners. Weatherproof boxes to be constructed to have smooth sides, zinc, galvanized finish.

B. Surface mounted device boxes shall be provided with screw holes to accommodate cast device covers.

2.04 JUNCTION AND PULL BOXES

A. Construction: Provide galvanized sheet steel junction and pull boxes, with screw-on covers; of the type shape and size, to suit each respective location and installation; with welded seams and equipped with steel nuts, bolts, screws and washers.

B. Location: 1. Install junction boxes above accessible ceilings for drops into walls for receptacle

outlets from overhead. 2. Install junction boxes and pull boxes as required to facilitate the installation of

conductors and limiting the accumulated angular sum of bends between boxes, cabinets and appliances to 300 degrees.

3. Locations: Junction boxes shall be located only where necessary and only in equipment rooms, closets, and accessible attic and underfloor spaces. A horizontal distance of 24 inches shall separate outlet boxes on opposite sides of occupancy separation walls, fire-rated walls or partitions.

4. Labeling: Junction box covers shall be marked with indelible ink indicated the circuit numbers passing through the box.

2.05 BOX EXTENSION ADAPTER

A. Construction: Diecast aluminum. B. Location: Install over flush wall outlet boxes to permit flexible raceway extension from flush

outlet to fixed or movable equipment. Bell 940 Series, Red Dot IHE4 Series. 2.06 CONDUIT FITTINGS

A. Requirements: Provide corrosion-resistant punched-steel box knockout closures, conduit locknuts and plastic conduit bushings of the type and size to suit each respective use and installation.

Page 122: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BOXES 261300

261300-Boxes 3 of 3

2.07 EXTERIOR IN-GRADE BOXES FOR NON-UTILITY COMPANY USE SHALL BE:

A. Precast concrete or polymer concrete type with full bottoms and draining into gravel drywell. Acceptable manufacturers are Utility Vault and Christy.

B. Flushmount in hardscape and 1” above grade in softscape. C. Provided with correct traffic type lid, i.e., full vehicular, intermediate vehicular or pedestrian-rated

as applicable stamped with “ELECTRIC”, “LIGHTING”, COMMUNICATIONS”, etc. cover identification as shown on the drawings or as applicable.

D. Provided with brass hold-down bolts in cover. E. Provided with necessary box extensions to gain proper depth. F. Provide properly rated covers for application, i.e., pedestrian, incidental traffic, and/or traffic

rated. All boxes or vaults located in streets, driveways, sidewalks wider than 8 feet, and turf areas where mowing takes place shall be traffic rated.

PART 3 - EXECUTION 3.01 INSTALLATION

A. Location: Locate boxes and conduit bodies so as to ensure accessibility of electrical wiring. B. Anchoring: Secure boxes rigidly to the substrate upon which they are being mounted, or solidly

embed boxes in concrete or masonry. C. Special Application: Provide weatherproof outlets for locations exposed to weather or moisture. D. Knockout Closures: Provide knockout closures to cap unused knockout holes where blanks

have been removed. E. Mount Center of Outlet Boxes, unless Otherwise Required by ADA, or Noted on Drawings, the

Following Distances above the Floor: Control Switches: 48 inches. Receptacles: 18 inches. Telecom Outlets: 18 inches. Other Outlets: As indicated in other sections of specifications or as detailed on

drawings. F. Coordinate all electrical device locations with the architectural floor plan and interior and exterior

elevations to prevent mounting devices within elements that they may conflict such as cabinetry, mirrors, planters, etc.

END OF SECTION

Page 123: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRING DEVICES 261400

261400-WiringDevices 1 of 3

SECTION 261400 WIRING DEVICES

PART 1 - GENERAL 1.01 DESCRIPTION

A. This section specifies the furnishing, installation and connection of wiring devices. 1.02 RELATED WORK

A. Section 260500, BASIC MATERIALS AND METHODS. B. Section 261100, RACEWAYS. C. Section 261200, WIRES AND CABLES. D. Section 264500, GROUNDING.

PART 2 - PRODUCTS 2.01 RECEPTACLES A. General: 1. All receptacles shall be listed by Underwriters Laboratories, Inc. 2. Mounting straps shall be plated steel, with break-off plaster ears and shall include a self-

grounding feature (this feature does not substitute for a grounding conductor terminated on grounding strap of device). Terminal screws shall be brass, brass plated or a copper alloy metal.

3. Receptacles shall be of a screw terminal type, “pressure type quick wire” terminations are not allowed. B. 1. Duplex receptacles shall be single phase, 20 ampere, 120 volts, 2-pole, 3-wire, and

conform to the NEMA 5-20R configuration in NEMA WD 6. The duplex type shall have bussing break-off feature for two-circuit operation. The ungrounded pole of each receptacle shall be provided with a separate terminal.

2. Bodies shall be gray in color. Switched duplex receptacles shall be wired so that only the top receptacle is switched. The remaining receptacle shall be unswitched. Duplex Receptacles on Emergency Circuit: Receptacle bodies shall be red in color. Wall plates shall also be power coat painted red finish. Ground Fault Interrupter Duplex Receptacles: Shall be an integral unit suitable for mounting in a standard outlet box. 3. Ground fault interrupter shall be commercial grade and consist of a differential current

transformer, solid state sensing circuitry and a circuit interrupter switch. It shall be rated for operation on a 60 Hz, 120 volt, 20-ampere branch circuit. Device shall meet CEC requirements. Device shall have a minimum nominal tripping time of 1/30th of a second. Devices shall meet UL 943.

4. Isolated Ground Type Duplex Receptacles: Bodies shall gray color with orange dot or triangle. Shall be commercial grade and 20 amp 120 volt, UL listed as “Isolated Ground”.

C. Receptacles; 20, 30 and 50 ampere, 250 volts: Shall be complete and match with appropriate cord grip plug. Devices shall meet UL 231.

D. Weatherproof Receptacles: Shall consist of a duplex receptacle, mounted in box with a gasketed, weatherproof, cast metal cover plate and cap over each receptacle opening. The cap shall be permanently attached to the cover plate by a spring-hinged flap. The weatherproof integrity shall not be affected when heavy duty specification or plug caps are inserted. Cover plates on outlet boxes mounted flush in the wall shall be gasketed to the wall in a watertight manner.

Page 124: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRING DEVICES 261400

261400-WiringDevices 2 of 3

2.02 TOGGLE SWITCHES AND DIMMERS

A. 1. Toggle switches shall be totally enclosed tumbler type with bodies of phenolic

compound. Toggle handles shall be gray in color unless otherwise specified. 2. Switches installed in hazardous areas shall be explosion proof type in accordance with

the CEC and as shown on the drawings. 3. Shall be single unit toggle, butt contact, quiet AC type, heavy-duty general-purpose use

with an integral self grounding mounting strap with break-off plasters ears and be of a screw terminal type.

4. Shall be color coded for current rating, listed by Underwriters Laboratories, Inc., and meet the requirements of NEMA WD 1, Heavy-Duty and UL 20.

5. Ratings: a. ts: 20 amperes at 120-277 volts AC. 277 volt circuits: 20 amperes at 120-277

volts AC. b. The switches shall be mounted on the strike plate side of doors. c. Incorporate barriers between switches with multi-gang outlet boxes where

required by the CEC. d. All toggle switches shall be of the same manufacturer.

B. 1. Dimmers: Incandescent modular dimming systems. 2. Incandescent dimming system shall be 2000 watt modular type, with capability for "slaving" larger loads from the "master". System shall have capability of adding additional "slaves", controlled from the original basic dimmer "master". All units shall track with "master". 3. Color of all dimmers shall be gray.

C. 1. Dimmers: Incandescent lamp loads. Wall-mounted incandescent dimmers shall be specification grade with capability of raising and lowering the lighting from completely off at extreme counter-clockwise rotation, to full intensity.

2. Dimmers shall include an “off” position. 3. Dimmers shall maintain full load rating even when two or more units are installed adjacent

to one another. 4. All wall-mounted dimmers shall be of the same manufacturer and of a “slide” type. D. 1. Dimmers: Fluorescent lamp loads. Wall-mounted fluorescent lamp dimmers shall be

specification grade and shall be capable of raising and lowering the lighting from completely off at extreme counter-clockwise rotation, to full intensity.

2. Dimmers shall include an “off” position. 3. Dimmers shall have low end intensity adjustment and maintain full load rating even

when two or more units are installed adjacent to one another. 4. All wall-mounted dimmers shall be of the same manufacturer and of a “slide” type. 5. Dimming ballast shall be provided for each lamp or pair of lamps. 6. Dimmers shall have adequate capacity for the load served and the environment in

which installed. 2.03 WALL PLATES

A. Wall plates for switches and receptacles shall be type 302 stainless steel. B. Standard NEMA design, so that products of different manufacturers will be interchangeable.

Dimensions for openings in wall plates shall be accordance with NEMA WD1. C. For receptacles or switches mounted adjacent to each other, wall plates shall be common for

each group of receptacles or switches. D. Wall plates for data, telephone or other communication outlets shall be as specified in the

associated specification. E. Surface mounted boxes, NEMA1, shall be industrial grade raised galvanized steel covers. In

shop areas all receptacles shall be dust proof and or waterproof where applicable. F. Waterproof device covers shall be cast iron, 4-corner screw type, for FS and FD type mounting.

Device covers shall be zinc galvanized finish. Weatherproof covers shall be lockable.

Page 125: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT WIRING DEVICES 261400

261400-WiringDevices 3 of 3

PART 3 - EXECUTION 3.01 INSTALLATION

A. Installation shall be in accordance with the CEC and as shown as on the drawings. B. Ground terminal of each receptacle shall be bonded to the outlet box with an approved green

bonding jumper, and also connected to the green equipment grounding conductor. C. General: 1. Devices shall be of the type specified herein. All devices shall be installed with “pigtailed”

leads from the outlet box. 2. No device shall be used in the “feed through” application. 3. Screw terminals shall be used to connect all devices to the circuit and shall be grounded

by means of a ground wire where grounding terminals are provided in the device. D. Installation: Devices and plates shall be installed in a “plumb” condition and must be flush with

the finish surface of the wall where boxes are recessed. E. Mounting heights: All control and convenience devices shall comply with California Code of

Regulations Title 24 and ADA with respect to accessibility requirements. Switches shall be mounted between 36 and 48 inches above finish floor; mounting heights indicated on plans shall have precedence.

END OF SECTION

Page 126: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PANELBOARDS 261600

261600-Panelboards 1 of 4

SECTION 261600 PANELBOARDS

PART 1 - GENERAL 1.01 DESCRIPTION

A. This section specifies the furnishing, installation and connection of panelboards. 1.02 RELATED WORK

A. Painting Section: Identification and painting of panelboards. B. Section 260500, BASIC MATERIALS AND METHODS. C. Section 261100, RACEWAYS. D. Section 261200, WIRES AND CABLES (600 VOLTS AND BELOW): Cables and wiring. E. Section 264500, GROUNDING: Requirements for personnel safety and to provide a low

impedance path for possible ground fault currents. 1.03 APPLICABLE PUBLICATIONS

A. Publications listed below (including amendments, addenda, revisions, supplements and errata) form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only.

B. Underwriters Laboratories, Inc. (UL): No. 50-1995 Enclosures for Electrical Equipment No. 67-1993 Panel boards No. 489-1991 Molded Case Circuit Breakers and Circuit Breaker enclosures

C. National Fire Protection Association (NFPA): No. 70-2002 California Electrical Code (CEC)

D. National Electrical Manufacturers Association (NEMA): No. PB-1-2002 Panelboards.

No. AB-3-1996 Molded Case Circuit Breakers and Their Application. PART 2 - PRODUCTS 2.01 PANELBOARDS

A. Panelboards shall be in accordance with UL, NEMA, NEC, CEC and as shown on the drawings. Approved manufacturers are Cutler Hammer, Square D, Seimens, General Electric.

B. Panelboards shall be standard manufactured products. All components of the panelboards shall be the product and assembly of the same manufacturer. All similar units of all panelboards to be of the same manufacturer.

C. All panelboards shall be dead front safety type. Arrange sections for easy removal without disturbing other sections.

D. All panelboards shall be completely factory assembled with molded case circuit breakers. All

factory wiring shall be checked for correct tightness and visually inspected to insure that bussing and terminations have not become loose in transit to job site.

E. Panelboards shall have main breaker or main lugs, bus size, voltage, phase, top or bottom feed, and flush or surface mounting as scheduled on the drawings. Refer to single line diagram and panel schedules on drawings. Terminals shall be minimum 75 degree rated. Back fed main circuit breakers are not allowed. Main circuit breakers shall be vertically mounted.

F. Panelboards shall have the following features: 1. Nonreduced size copper bus bars, and connection straps bolted together and rigidly supported on molded insulators. 2. Bus bar taps for panels with single pole branches shall be arranged for sequence phasing of branch circuit devices.

3. Full size neutral bar, mounted on insulated supports. 4. Ground bar and isolation ground bar (where called for in panel schedule) with

Page 127: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PANELBOARDS 261600

261600-Panelboards 2 of 4

sufficient terminals for all grounding wires. Buses braced for the available short

circuit current. 5. All breakers and phase bus connections shall be arranged so that it will be

possible to substitute a 2-pole breaker for two single pole breakers, and a 3-pole breaker for three single pole breakers, when trip is 30 amps or less and frame size is 100 amperes or less, without having to drill and tap the main bus bars at bus straps. Where used for heating and air conditioning, and refrigeration equipment, use only HACR type U.L. listed circuit breakers.

6. Design interior so that protective devices can be replaced without removing adjacent units, main bus connectors, and without drilling or tapping.

7. Where designated on panel schedule as "space", include all necessary bussing, device support and connections. Provide blank cover for each space.

8. In two section panelboards, the main bus in each section shall be full size. The first section shall be furnished with subfeed lugs on the line side with cable connections to the second section. Panelboard sections with tapped bus or crossover bus are not acceptable.

9. Series rated panelboards are not permitted. 10. Label all panels in accordance with Section 16141 Nameplates and Warning

Signs. 11. Recessed panel space conduit: Provide (1) ¾ inch spare conduit stubbed to

accessible ceiling space and/or interstitial space below floor for every (5) spaces and spares indicated on panel schedules.

G. Panelboards serving as building mains shall be “service entrance rated” and UL Listed as “service equipment”.

2.02 CABINETS AND TRIMS

A. Cabinets: 1. Provide galvanized steel cabinets to house panelboards. Cabinets for outdoor

panels shall be factory primed and suitably treated with a corrosion-resisting paint finish meeting UL standard for outdoor applications.

2. Cabinet enclosure shall not have ventilating openings. 3. Cabinets for panelboards may be of one piece formed steel or of formed sheet

steel with end and side panels welded, riveted, or bolted as required. 4. Provide necessary hardware for "in" and "out" adjustment of panel interior. 5. Cabinets for two section panelboards shall be arranged side by side, and shall be

the same height. Flush mounted cabinets should be 1-1/2 inches apart and coupled by conduit nipple if necessary.

6. Gutter size in panel boxes, on all sides, shall be in accordance with the CEC. Penetrations through gutter to live area of the panelboard shall incorporate approved non-metallic grommet type of insulation to protect wire passing through.

B. Trims: 1. Fabricate trim of sheet steel consisting of frame with door attached by concealed

hinges. 2. Provide flush or surface trim as shown on the drawings.

3. Flush trims shall overlap the box by at least 3/4-inch all around. 4. Surface trim shall have the same width and height as the box. 5. Flush or surface trims shall not have ventilating openings. 6. Secure trims to back boxes by indicating trim clamps. 7. Provide a welded angle on rear of trim to support and align trim to cabinet. 8. Provide separate trims for each section of multiple section panelboards. Trims

and doors of sections shall be of the same height. C. Doors:

1. Provide doors with flush type latch and manufacturer's standard lock. Doors over 48 inches in height shall have a vault handle and a three-point catch, arranged to

Page 128: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PANELBOARDS 261600

261600-Panelboards 3 of 4

fasten door at top, bottom, and center.

2. In making switching devices accessible, doors shall not uncover any live parts. 3. Provide concealed hinges welded to the doors and trims. 4. For lighting or power contactors incorporated in panelboards, provide separate

doors for the contactors. 5. Provide keyed alike system for all panelboards. 6. Provide a directory card, metal holder, and transparent cover. Permanently mount

holders on inside of doors. D. Painting:

1. Thoroughly clean and paint trims and doors at the factory with primer and manufacturer's standard finish.

2.03 MOLDED CASE CIRCUIT BREAKERS FOR PANELBOARDS

A. Breakers shall be UL listed and labeled, in accordance with the CEC, as shown on the drawings, and as specified.

B. 1. Circuit breakers in panelboards shall be bolt on type on phase bus bar or branch circuit bar.

2. Molded case circuit breakers for lighting and appliance branch circuit panelboards shall have minimum interrupting rating as indicated.

3. Molded case circuit breakers shall have automatic, trip free, non-adjustable, inverse time, and instantaneous magnetic trips for 100 ampere frame or less. Magnetic trip shall be adjustable from 3 times to 10 times for breakers with 600 ampere frames and higher. Factory setting shall be HI, unless otherwise noted.

C. Breaker features shall be as follows: 1. Integral housing of molded insulating material.

2. Silver alloy contacts. 3. Arc quenchers and phase barriers for each pole. 4. Quick-make, quick-break, operating mechanisms. 5. A trip element for each pole, thermal magnetic type with long time delay and

instantaneous characteristics, a common trip bar for all poles and a single operator.

6. Electrically and mechanically trip free. 7. An operating handle which indicates ON, TRIPPED, and OFF positions. 8. Line connections shall be bolted. 9. Interrupting rating shall not be less than the maximum short circuit current

available at the line terminals as indicated on the drawings, and as shown on the electrical system protective device study as required in Section 16051. The interrupting rating shall not be less than the minimum identified requirement.

10. An overload on one pole of a multi pole breaker shall automatically cause all the poles of the breaker to open.

2.04 SEPARATELY ENCLOSED MOLDED CASE CIRCUIT BREAKERS:

A. Where separately enclosed molded case circuit breakers are shown on the drawings, provide circuit breakers in accordance with the applicable requirements of those specified for panelboards.

B. Enclosures are to be of the NEMA types shown on the drawings. Where the types are not shown, they are to be the NEMA type most suitable for the environmental conditions where the breakers are being installed.

PART 3 – EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with CEC, as shown on the drawings, and as specified.

B. Locate panelboards so that the present and future conduits can be conveniently connected. Coordinate the sizes and layout of cabinets within the designated spaces. All equipment must be

Page 129: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PANELBOARDS 261600

261600-Panelboards 4 of 4

dimensioned in order to physically fit in the spaces provided and to comply with all code required clearances. C. Install a typewritten schedule of circuits in each panelboard. Include the room numbers (as finally

described by the Owner) and items served on the cards. Obtain final room numbers from Architect prior to creating schedule.

D. Mount the panelboard so that maximum height of the top circuit breaker above finished floor shall not exceed 78 inches. E. For panelboards located in areas accessible to the public, paint the exposed surfaces of the trims,

doors, and boxes with finishes to match surrounding surfaces after the panelboards have been installed.

F. Circuit numbers shall correspond to the approved panel schedule. Provide as-built drawings showing the actual circuit numbers being used for each device on each branch circuit if changes are required.

G. Verify depth of all flush mounted enclosures in walls to be certain wall depth will accommodate panel depth prior to installation.

END OF SECTION

Page 130: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GROUNDING 264500

264500-Grounding 1 of 4

SECTION 264500 GROUNDING

PART 1 - GENERAL 1.01 DESCRIPTION

A. This section specifies general grounding and bonding requirements of electrical installations for personnel safety and to provide a low impedance path for possible ground fault currents as described in CEC Article 250.

B. “Grounding electrode system” refers to all electrodes required by CEC, as well as including made, supplementary, lightning protection system and telecommunications system grounding electrodes.

C. The terms “connect” and “bond” are used interchangeably in this specification and have the same meaning.

1.02 RELATED WORK

A. Section 260500, BASIC MATERIALS AND METHODS. B. Section 261200, WIRES AND CABLES.

PART 2 - PRODUCTS 2.01 GROUNDING AND BONDING CONDUCTORS

A. Equipment grounding conductors shall be UL 83 insulated stranded copper, except that sizes No. 10 AWG and smaller shall be solid copper. Insulation color shall be continuous green for all equipment grounding conductors, except that wire sizes No. 4 AWG and larger shall be permitted to be identified per CEC.

B. Bonding conductors shall be ASTM B8 bare stranded copper, except that sizes No. 10 AWG and smaller shall be ASTM B1 solid bare copper wire.

C. Conductor sizes shall not be less than what is shown on the drawings and not less than required by the CEC, whichever is greater.

2.02 GROUND RODS

A. Copperclad steel, ¾ inch diameter by 10 feet long, conforming to UL 467 unless otherwise noted on drawings and details.

B. Quantity of rods shall be as required to obtain the specified ground resistance or additional rods shall be driven to obtain specified resistance or less.

2.03 SPLICES AND TERMINATION COMPONENTS

A. Components shall meet or exceed UL 467 and be clearly marked with the manufacturer, catalog number, and permitted conductor size(s).

PART 3 - EXECUTION 3.01 GENERAL

A. Ground in accordance with the CEC, as shown on drawings, and as hereinafter specified. B. System Grounding:

1. Secondary service neutrals: Ground at the supply side of the secondary disconnecting means and at the related transformers.

2. Separately derived systems (transformers downstream from the service entrance): Ground the secondary neutral.

C. Equipment Grounding: Metallic structures (including ductwork and building steel), enclosures, fire sprinklers, plumbing piping, raceways, junction boxes, outlet boxes, cabinets, machine frames, and other conductive items in close proximity with electrical circuits shall be bonded and grounded.

Page 131: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GROUNDING 264500

264500-Grounding 2 of 4

3.02 INACCESSIBLE GROUNDING CONNECTIONS

A. Make grounding connections which are buried or otherwise normally inaccessible (except connections for which periodic testing access is required) by exothermic weld.

3.03 SECONDARY EQUIPMENT AND CIRCUITS

A. Main Bonding Jumper: Bond the secondary service neutral to the ground bus in the service equipment.

B. Metallic Piping, Building Steel, and Supplemental Electrode(s): 1. Provide a grounding electrode conductor sized per CEC between the service

equipment ground bus and all metallic water and gas pipe systems, building steel, and supplemental or made electrodes. Jumper insulating joints in the metallic piping. All connections to electrodes shall be made with fittings that conform to UL 467.

2. Provide a supplemental ground electrode and bond to the grounding electrode system.

C. Service Disconnect: Provide a ground bar bolted to the enclosure with lugs for connecting the various grounding conductors.

D. Switchgear, Switchboards, Unit Substations, and Motor Control Centers: 1. Connect the various feeder equipment grounding conductors to the ground bus in the enclosure with suitable pressure connectors.

2. For service entrance equipment, connect the grounding electrode conductor to the ground bus.

3. Connect metallic conduits, which terminate without mechanical connection to the housing, by grounding bushings and grounding conductor to the equipment ground bus.

E. Transformers: 1. Exterior: Exterior transformers supplying interior service equipment shall have the

neutral grounded at the transformer secondary. Provide a grounding electrode at the transformer.

2. Separately derived systems (transformers downstream from service equipment): Ground the secondary neutral at the transformer. Provide a grounding electrode conductor from the transformer to nearest component of the grounding electrode system and the ground bar at the service equipment.

F. Conduit Systems: 1. Ground all metallic conduit systems. All metallic conduit systems shall contain an

equipment grounding conductor sized per CEC. 2. Non metallic conduit systems shall contain an equipment grounding conductor,

except that non-metallic feeder conduits which carry a grounded conductor from exterior transformers to interior or building-mounted service entrance equipment need not contain an equipment grounding conductor.

3. Metal conduit containing only a grounding conductor, and which is provided for mechanical protection of the conductor, shall be bonded to that conductor at the entrance and exit from the conduit.

G. Feeders and Branch Circuits: Install equipment grounding conductors with all feeders, power and lighting branch circuits.

H. Boxes, Cabinets, Enclosures, and Panelboards: 1. Bond the equipment grounding conductor to each pullbox, junction box, outlet box,

device box, cabinets, and other enclosures through which the conductor passes. 2. Provide lugs in each box and enclosure for equipment grounding conductor

termination. 3. Provide ground bars in panelboards, bolted to the housing, with sufficient lugs to

terminate the equipment grounding conductors. I. Motors and Starters: Provide lugs in motor terminal box and starter housing or motor control

center compartment to terminate equipment grounding conductors. J. Receptacles shall not be grounded through their mounting screws. Ground with a jumper from

Page 132: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GROUNDING 264500

264500-Grounding 3 of 4

the receptacle green ground terminal to the device box ground screw and the branch circuit

equipment grounding conductor. K. Ground lighting fixtures to the equipment grounding conductor of the wiring system when the

green ground is provided; otherwise, ground the fixtures through the conduit systems. Fixtures connected with flexible conduit shall have a green ground wire included with the power wires from the fixture through the flexible conduit to the first outlet box.

L. Fixed electrical appliances and equipment shall be provided with a ground lug for termination of the equipment grounding conductor.

M. Panelboard Bonding: The equipment grounding terminal buses of the normal and emergency branch circuit panelboards shall be bonded together with an insulated continuous copper conductor not less than No. 8 AWG where panels are in same room together or within 25 feet of each other. These conductors shall be installed in rigid metal conduit.

3.04 CONDUCTIVE PIPING

A. Bond all conductive piping systems, interior and exterior, to the building to the grounding electrode system. Bonding connections shall be made as close as practical to the equipment ground bus.

3.05 TELECOMMUNICATIONS SYSTEM

A. Bond telecommunications system grounding equipment to the electrical grounding electrode system. Refer to Intercommunications Section 16741of specification.

3.06 GROUND RESISTANCE

A. Grounding system resistance to ground shall not exceed 5 ohms. Make necessary modifications or additions to the grounding electrode system for compliance without additional cost to the Owner. Final tests shall assure that this requirement is met.

B. Resistance of the grounding electrode system shall be measured using a four-terminal fall-of potential method as defined in IEEE Standard 81. Ground resistance measurements shall be made before the electrical distribution system is energized and shall be made in normally dry conditions not less than 48 hours after the last rainfall. Resistance measurements of separate grounding electrode systems shall be made before the systems are bonded together below grade. The combined resistance of separate systems may be used to meet the required resistance, but the specified number of electrodes must still be provided.

C. Services at the electric utility company interface point shall comply with their ground resistance requirements.

D. Below-grade connections shall be visually inspected by the City Inspector prior to backfilling. The Contractor shall notify the City Inspector 24 hours before the connections are ready for inspection.

E. Furnish a copy of tests to Owner at completion of project. 3.07 GROUND ROD INSTALLATION

A. Drive each rod vertically in the earth, not less than 9.5 feet in depth. B. Where permanently concealed ground connections are required, make the connections by the

exothermic process to form solid metal joints. Make accessible ground connections with mechanical pressure type ground connectors.

C. Where rock prevents the driving of vertical ground rods, install angled ground rods or grounding electrodes in horizontal trenches to achieve the specified resistance.

3.08 GROUNDING FOR RF/EMI CONTROL

A. Install bonding jumpers to bond all conduit, cable trays, sleeves and equipment for low voltage signaling and data communications circuits. Bonding jumpers shall consist of 4” wide copper strip or two No. 10 copper conductors spaced minimum 4” apart. Use No. 6 copper where exposed and subject to damage.

B. Comply with the following when shielded cable is used for communication circuits. 1. Shields shall be continuous throughout each circuit.

Page 133: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GROUNDING 264500

264500-Grounding 4 of 4

2. Connect shield drain wires together at each circuit connection point and insulate

from ground. Do not ground the shield. 3. Do not connect shields from different circuits together. 4. Shield shall be connected at one end only. Connect shield to signal reference at the

origin of the circuit. Consult with equipment manufacturer to determine signal reference.

END OF SECTION

Page 134: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CONCRETE REINFORCING 032000 - 1

032000-ConcreteReinforcing.doc

SECTION 032000 CONCRETE REINFORCING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for furnishing and placing reinforcing steel and welded wire fabric reinforcing for concrete structures including roadway, retaining walls, and pavement, as indicated.

B. Related Requirements 1. Section 321100, Base Courses 2. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. AISC, Specifications for Design, Fabrication, and Erection of Structural Steel for Buildings. 2. American Welding Society, Code for Arc and Gas Welding, latest edition. 3. Standard Specifications of the ASTM Latest Edition for Structural Steel for Buildings. 4. ASTM A-615, Specification for Deformed and Plain Billet-Steel Bars for Concrete

Reinforcement. 5. ASTM A-706, Specification for Low Alloy Steel Deformed Bars for Concrete Reinforcement. 6. Section 52, Reinforcement of the City Standard Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Installation of concrete reinforcing shall occur prior to placement of concrete.

1.05 SUBMITTALS A. Certificates

1. The Contractor shall provide Mill Certificates for reinforcing steel in accordance with the requirements of Section 013000, Administrative Requirements, of these specifications. a. The Contractor shall provide Mill Certificates for each size of bar for each heat to be used

on project. b. Mill Certificates shall include name of mill, date of rolling, date of shipping to fabricator

and shall be signed by fabricator certifying that each material complies with or exceeds the specified requirements. A Mill Certificate shall be furnished with each lot of material delivered to the project and the lot shall be clearly identified in the Certificate.

B. Shop Drawings: Location, spacing, and site of concrete reinforcement to be included in shop drawings as required bends, splices, and embedment length shall also be included in shop drawings.

1.06 QUALITY ASSURANCE A. Qualifications

1. Fabrication and welding shall be licensed operations.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City of Department of

Public Works Standard Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Storage and Handling Requirements 1. Reinforcing materials shall be stored in a manner that will avoid excessive rusting or coating

with grease, oil, dirt, or other objectionable substances. Storage shall be in separate piles or racks so as to avoid confusion or loss of identification after bundles are broken.

Page 135: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CONCRETE REINFORCING 032000 - 2

032000-ConcreteReinforcing.doc

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 CONCRETE REINFORCING A. Description

1. Materials and fabrication shall be in accordance with the standards as shown in Section 1.03A.

2. Bars for reinforcement shall conform to the requirements of ASTM A706, Grade 60. No. 3 ties or spirals may conform to the requirements of ASTM A706 or A615, Grade 60.

3. All other materials, not specifically described by these specifications but required for complete and proper placement of reinforcement shall be new, first quality of their respective kinds, and subject to the approval of the Engineer.

2.02 SOURCE QUALITY CONTROL A. Tests and Inspections

1. Product Test Reports: Tests of reinforcing steel may be made by a Testing Laboratory approved by the Engineer if requested by the City. The cost of the required tests shall be paid by the City. Three (3) copies of verified reports showing results on the tests shall be submitted to the Engineer. Said reports shall state definitely whether or not materials tested conform to the aforementioned specifications and/or standards. a. The Contractor shall cooperate with the Testing Laboratory making the required tests. b. Laboratory test reports shall show the name of testing agency; date of testing, types of

tests performed and shall be signed by a principal of the testing agency who is a registered Civil Engineer in the State of California.

c. When required by other portions of these specifications, laboratory test reports shall be submitted for each size of bar tested for each heat to show compliance with appropriate ASTM Standards and these specifications.

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions: In the event conduits, pipes, inserts, sleeves, or any other items

interfere with placing the reinforcement as indicated on the drawings or approved shop drawings, or as otherwise required, immediately notify the Engineer and obtain approval on procedure before placement of reinforcement is started.

B. Evaluation and Assessment 1. All reinforcement, at the time concrete is placed, shall be free from rust, scale, oil, mortar, or

other coatings that will destroy or reduce the bond.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of concrete reinforcing.

B. Cleaning Reinforcement 1. Take all means necessary to ensure that steel reinforcement, at the time concrete is placed

around it, is completely free from rust, dirt, loose mill scale, oil, paint and all coatings which will destroy or reduce the bond between steel and concrete.

3.03 INSTALLATION A. Special Techniques

1. Welding shall conform to best modern practice, be of adequate strength, with jointing made tight and flush and in true planes.

2. Bending: Bends for reinforcing steel shall be made in accordance with ACI 318 latest edition. Bend all bars cold. Do not field bend reinforcing steel in a manner that will injure material, cause the bars to be bent on too tight a radius, or that is not indicated as allowed on drawings

Page 136: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CONCRETE REINFORCING 032000 - 3

032000-ConcreteReinforcing.doc

or permitted by Engineer. Do not straighten bent or kinked bars for use on project without permission of Engineer.

3. Placing of reinforcement shall conform to the City Standard Specifications as they apply to this project and in accordance with CRSI, Placing Reinforcement Bars and ACI 301. a. All reinforcement shall be placed in strict conformity with the requirements of the

engineering drawings, both as to location, position and spacing members. It shall be supported and secured against displacement by the use of adequate and proper wire supporting and spacing devices, tie wires, etc. so that it will remain in its proper position in the finished structure.

b. Preserve clear space between parallel bars of not less than one and one half (1-1/2) times the nominal diameter of round bars and in no case let the clear distance be less than one and one half inches (1-1/2”) nor less than one and one third (1-1/3) times the maximum size of aggregate for concrete.

4. Cutting: Bars shall not be cut by gas torch. 5. Splicing shall conform to the City Standard Specifications, except the laps shall be at least 40

bar diameters for reinforcing bars and six inches (6”) for welded wire fabric. a. All splices not shown on the Project Drawings shall be shown on the shop drawings and

approved by the Engineer. 6. Unless otherwise noted, welding of crossing bars (tack welding) for assembly of

reinforcement is prohibited. 7. Support and fasten together all reinforcement to prevent displacement by construction loads

or placing of concrete. 8. Lifting of bars and welded wire fabric into position during placement of concrete is not

permitted. 9. Where the concrete surface will be exposed to the weather in the finished structure, the

portions of all accessories within one half inch (1/2”) of the concrete surface shall be non-corrosive or protected against corrosion.

10. Provide minimum protective cover given in of ACI 318 if not indicated on Drawings. 11. All embedment lengths not shown on the Project Drawings shall be shown on the shop

drawings and approved by the Engineer of Record. B. Interface with Other Work

1. Jointing and intersections of metals shall be accurately made.

3.04 SITE QUALITY CONTROL A. Correction During Pouring: Capable steel setters shall be kept at the work site at all times during

the placing of concrete and shall properly reset any reinforcement displaced by runways, workmen, or other causes.

B. Non-Conforming Work 1. Defective Work: At the discretion of the Engineer, all defective work shall be replaced at no

extra cost to the City.

3.05 CLEANING A. Exposed reinforcing at construction joints shall be cleaned and/or bent at least twenty four (24)

hours after concrete is placed.

END OF SECTION

Page 137: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT METAL FABRICATIONS 055000– 1

055000-Metal Fabrications.doc

SECTION 055000 METAL FABRICATIONS

PART 1 - GENERAL

1.01 SUMMARY

A. Section Includes: Miscellaneous metal fabrications and related connections including but not limited to the following: 1. Fencing 2. Site Furnishings 3. Signage 4. Miscellaneous metals

1.02 PRICE AND PAYMENT PROCEDURES

A. Refer to Section 012000, Price and Payment Procedures

1.03 REFERENCES

A. The editions referenced herein of Federal Specifications (Fed. Spec.) and of the other standards and specifications published by the following organizations, apply to the work only to the extent specified by the reference. Refer to Section 013000 for information concerning availability and use of references. 1. American National Standards Institute (ANSI) 2. Aluminum Association (AA) 3. American Institute of Steel Construction (AISC) 4. American National Standards Institute (ANSI) 5. American Society for Testing and Materials (ASTM) 6. American Welding Society (AWS) 7. National Association of Architectural Metal Manufacturer's (NAAMM)

1.04 SUBMITTALS

A. Shop Drawings:

1. Submit shop drawings of miscellaneous metal work giving sizes, details of fabrication and construction, methods of assembly and bracing, and locations of hardware, anchors, and accessories.

2. Contractor shall be responsible for all fabrication and for correct fitting of metal members shown on shop drawings.

B. Product Data: Submit manufacturer's specifications, anchor details and installation instructions for products used in miscellaneous metal fabrications, including paint products and grout.

C. Submittal procedures and quantities are specified in Section 013000.

1.05 REGULATORY REQUIREMENTS:

A. Provide products meeting the accessibility requirements of the Governing Building Code, Chapter 11B.

B. Governing codes, regulations and fire and building officials are identified in Section 013000.

Page 138: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT METAL FABRICATIONS 055000– 2

055000-Metal Fabrications.doc

1.06 DELIVERY, STORAGE AND HANDLING:

A. Deliver material in time to insure uninterrupted progress of the work. Store materials in a manner to preclude damage and permit ready access for inspection and identification of each shipment. Store steel materials, either plain or fabricated, above the ground upon platforms, pallets, skids, or other supports. Keep materials free from dirt, grease, and other foreign matter, and protect from corrosion. Material showing evidence of damage will be rejected; immediately remove rejected materials from the work.

1.07 FIELD MEASUREMENTS:

A. Secure all field measurements required for proper and adequate fabrication and installation of the work. Furnish templates for exact location of items to be embedded in concrete and masonry and setting instructions required for all installation work.

PART 2 - PRODUCTS

2.01 MATERIALS:

A. Aluminum:

1. Extrusions: ASTM B 221-02, alloy and temper specified for each item specified herein.

2. Sheet: ASTM B 209-02a, alloy and temper specified for each item specified herein.

3. Tubing: ASTM B 241-02, 6063-T6 alloy and temper.

B. Ferrous Metal:

1. Steel, Rolled Shapes, Bars and Plates: Standard structural sections, ASTM A 36-03a.

2. Steel Tubing: ASTM A 500-03 or ASTM A 501-01, grade B, seamless.

3. Steel Pipe: ASTM A 53-02, Type E or S, Grade B, schedule 40, unless otherwise specified.

4. Steel Sheet: a. Uncoated Sheet: Hot-rolled, ASTM A 1011-03; or cold-rolled ASTM A 1008-03,

Class 1; of grade specified for the fabricated item. b. Galvanized Sheet: ASTM A 653-03, Grade SQ, coating designation of G-90

unless otherwise indicated or specified.

5. Anchors, Bolts, and Fastenings: ASTM A 307-02, Grade A and ASTM A 563-00.

6. Electrodes: AWS A5.1-91 or A5.5-96 E60XX or E70XX.

7. Pipe Sleeves: Pipe sleeves through concrete walls and footings shall be standard weight, wrought iron, mild steel, or cast iron sleeves with not less than 1/2 inch space all around between the sleeve and pipe.

C. Shop Primer:

1. Acceptable Products: Provide one of the following products or equal product approved in accordance with Section 01600: a. Carboline Co.; No. GP-20 or GP-818 b. Rust-O-Leum Corp.; No. 678 or 7669 c. The Sherwin Williams Co.; No. B50 N 2 or B50N Z 6 d. Tnemec Co., Inc.; 10-99 or P10-99

2. Composition: Fast curing, lead and chromate free, modified alkyd primer.

Page 139: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT METAL FABRICATIONS 055000– 3

055000-Metal Fabrications.doc

D. Galvanizing Repair Compound:

1. Available Products: Provide one of the following products or equal product complying with the specified requirements: a. Cominco, Ltd.; GalvaGuard b. Keeler & Long; Kolorane Zinc Rich Primer #9700 c. ZRC Worldwide; ZRC Cold Galvanizing Compound

2. Requirements: High zinc dust content galvanizing repair paint or cold or hot applied zinc rich material complying with ASTM A 780-01.

E. Quick Setting Hydraulic Cement: Provide one of the following available products or equal product approved according to Section 01600.

a. Burke/Edoco Construction Chemicals; Burke Stone b. Dayton Superior Chemical Division; Ankertite Cement c. Lambert Corp.; Super Por-Rok d. Tamms Industries Co.; Rapid Rock

F. Nonmetallic, Nonshrink Grout

1. Available Products: Provide one of the following products or equal product complying with the specified requirements: a. Burke/Edoco Construction Chemicals: Burke NFNS b. Dayton Superior Chemical Division; Sure-Grip Grout c. Tamms Industries Co.; Horn Grout

2. Requirements: For grout in exposed to view locations use premixed, nonmetallic, non-corrosive, non-staining grouting compound containing silica sands, portland cement, shrinkage compensating agents and water reducing agents, meeting the requirements of ASTM C 1107-02.

2.02 FABRICATION:

A. Metal Surfaces: For fabrication of miscellaneous metal work which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness.

B. Fabricate and assemble materials in the shop to the greatest extent possible. Perform shearing, flame cutting, and chipping carefully and accurately. Coordinate all connection details to concrete or masonry. Verify all lines, levels, and dimensions, where possible, just before commencing fabrication of connection details. Correct work that does not fit. Schedule and coordinate work under this section with that specified elsewhere in order to produce a workmanlike installation. When not otherwise indicated or specified, comply with applicable requirements of AISC "Specifications for Design, Fabrication and Erection of Structural Steel for Buildings". Finish surfaces of exposed members smooth and free of markings, burrs, or other defects.

C. Bolt, braze or weld connections as indicated. One-sided or other types of eccentric connections will not be permitted unless indicated, and shown in detail on the shop drawings.

D. Cut, drill, or punch holes at right angles to the surface of the metal; do not enlarged by burning. Drill holes in base or bearing plates. Provide holes in members to permit connecting the work of other trades.

E. Galvanizing:

1. Galvanizing for rolled, pressed and forged steel shapes, plates, bars and strip and for assembled steel products: Zinc coating meeting the requirements of ASTM A 123-02.

Page 140: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT METAL FABRICATIONS 055000– 4

055000-Metal Fabrications.doc

2. Galvanizing for iron and steel hardware: Zinc coating meeting the requirements of ASTM A 153-03.

F. Shop Painting: Apply shop primer to surfaces of metal fabrications except those which are galvanized or indicated to be embedded in concrete or masonry, unless otherwise indicated.

2.03 MISCELLANEOUS ROLLED STEEL PLATES AND SHAPES:

A. Support Framing for Mechanical and Electrical and Other Equipment: Fabricate of structural steel angles or other shapes as indicated or required, to support the full weight of the equipment. All connections shall be fully welded together.

B. Edge and Corner Guards: Fabricate from steel angles and furnish with welded anchors spaced as indicated but not less than 6 feet on centers if not shown.

C. Shop prime exposed steel surfaces of interior steel items and galvanize exposed steel surfaces of exterior steel items.

PART 3 - EXECUTION

3.01 GENERAL REQUIREMENTS:

A. Steel and miscellaneous metal work shall conform with the applicable requirements of the referenced "Codes and Standards". Details indicated are typical, similar details apply to similar conditions. Check drawings for dimensions, elevation, size, and locations of installations. Supply miscellaneous metal items in ample time for incorporation in the work. Include reinforcing angles, plates, straps, brackets, hangers, clips, lugs, holes, sleeves, shims, other hardware as indicated or required for erection of steel and miscellaneous metal work and as required to complete the work as indicated.

3.02 WELDED CONNECTIONS:

A. All welders shall be certified qualified welders. All welders welding light gage metal shall be qualified for light gage metal welding.

B. Welded connections shall be made in accordance with AWS D1.1-00. All welding shall be done in the shop unless otherwise indicated or specified.

C. All welds and other connections exposed in the finished work shall be ground and dressed smooth and so that the shape and profile of the item welded is preserved.

3.03 INSTALLATION:

A. Per manufacturer’s recommendation and per direction of the project Engineer.

3.04 GALVANIZED FINISH:

A. Touch up all damaged galvanized finish due to installation, welding, threading or other work with treatment specified herein.

END OF SECTION

Page 141: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SIGNAGE 101400 – 1

101400-Signage.doc

SECTION 101400 SIGNAGE

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for fabrication or furnishing and installation of Signage. B. Related Requirements

1. Section 055000, Metal Fabrications 2. Section 129300, Site Furnishings 3. Section 321100, Base Courses 4. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings for all sign faces in accordance with Section 013000,

Administrative Requirements, of these specifications. B. Samples: Submit all color samples for all sign faces in accordance with Section 013000,

Administrative Requirements, of these specifications.

1.04 QUALITY ASSURANCE

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.06 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23 of the City Standard

Specifications. B. Manufacturer’s Warranty: Submit manufacturer’s warranty and ensure that forms have been

completed in the City of San José’s name and registered with manufacturer.

PART 2 - PRODUCTS

2.01 PARK SIGN A. Precast Concrete Park Sign

1. Product: Shall be custom concrete with inlaid metal letters and signage. 2. Material: Shall be concrete with form liner finish. 3. Finish: Shall be finish to be Fitzgerald Formliners #16938 Random Plank, or approved equal.

B. Park Rules and Regulations and Park Hours Signs

1. Manufacturer: Shall be the City of San José Department of Parks, 2. Three-Sided Kiosk 3. Manufacturer: Playworld. Contact: Gary Kimbrough, NSP3 (877) 473.7619, or approved

equal. 4. Product: Shall be Model: ZZLT0066 - without roof, with three in-ground mount posts and

three signs that shall be Park Rule signs – one in English, the other in Spanish, and the third in Vietnamese.

2.02 PREPARATION A. Protection of In-Place Conditions

Page 142: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SIGNAGE 101400 – 2

101400-Signage.doc

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of signage.

2.03 INSTALLATION A. All signage shall be installed in accordance with the details as shown on the plans and applicable

sections of these specifications as shown in section 1.01B. 1. Poles shall be placed in a ten inches (10”) diameter x three feet six inches (3’-6”) deep

concrete footing leaving ten feet six inches (10’-6”) height from top of grade. B. Park Rules and Regulations sign shall be mounted flush with top of pole with Park Hours sign

mounted directly under, allowing seven feet (7’-0”) clearance from the base of the Park Hours sign to grade.

END OF SECTION

Page 143: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 1

116813-PlaygroundEquipment.doc

SECTION 116813 PLAYGROUND EQUIPMENT

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required to furnish and install Playground Equipment, including play area age appropriateness signs and playground safety audit.

B. Related Requirements 1. Section 312200, Grading 2. Section 321100, Base Courses 3. Section 321300, Rigid Paving 4. Section 321816, Playground Protective Surfacing

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. ASTM F1487-17: Standard Consumer Safety Performance Specification for Playground Equipment for Public Use, latest edition.

2. U.S. Consumer Product Safety Commission (‘CPSC publication #325’): Public Playground Safety Handbook, latest edition.

3. ASTM F1292, Standard Specification for Impact Attenuation of Surfacing Materials Within the Use Zone of Playground Equipment, current version.

4. ASTM F1951: Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment, latest edition.

5. ASTM F2373: Standard Consumer Safety Performance Specification for Public Use Play Equipment for Children 6 Months Through 23 Months, latest edition.

6. International Play Equipment Manufacturers Association (‘IPEMA’) Certification Service.

7. 2016 California Building Code (2016 CBC) 8. Department of Justice Title II regulation of ADA (28CFR Part 35) 9. Department of Justice Title III regulation of ADA (28 CFR Part 36) 10. Department of Justice 2010 American Disabilities Act Standards for Accessible Design (‘2010

ADA’).

1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination

1. Contractor shall coordinate between playground equipment manufacturer and playground protective surfacing installer.

2. Coordinate construction of equipment use zones and fall heights during installation of playground equipment with installation of protective surfacing specified. Sequence work so playground protective surfacing can be installed immediately after concrete footings, subsurface utilities and piping, flatwork and foundations have set.

3. Contractor shall coordinate with a Structural Engineer registered in the State of California. 4. Contractor shall coordinate with a Certified Playground Safety Inspector as certified by the

National Playground Safety Institute and as approved by the City. B. Pre-Installation Meeting: Convene a meeting one week before starting earthwork for playground

equipment to discuss coordination between various installers. 1. Require attendance by personnel responsible for grading and installation of playground

equipment, protective surfacing, footings, and adjacent work. 2. Include representatives of Contractor.

Page 144: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 2

116813-PlaygroundEquipment.doc

3. Notify the Engineer at least two (2) weeks prior to meeting. C. Sequencing: Contractor shall perform the following tasks in this order:

1. Installation of playground equipment shall occur prior to installation of playground protective surfacing.

2. Documentation of a Safety Audit shall be provided prior to acceptance of playground equipment. The Contractor shall provide documentation of a safety audit of the playground equipment.

The safety audit shall be paid for by the Contractor and performed by a third party CPSI. The audit shall be performed prior to any occupancy by the general public. Any corrections necessary shall be paid for by the Contractor and to the satisfaction of the Engineer.

1.05 SUBMITTALS A. Playground Equipment Shop Drawings: Prior to the purchase of the Playground Equipment items

and within ten (10) days after notice to proceed, Contractor shall submit the following items to Engineer for review and approval. No materials for this section shall be purchased until such approval is granted. Incomplete submittals shall be returned without review. 1. Plan view drawing of playground equipment at eighth scale with overall dimensions, all

components labeled, and deck heights shown. 2. Isometric drawing of playground equipment. 3. Listing of color and finish for posts, plastic components, decks and accessories. 4. Show locations and dimensions of footings and anchorage points. 5. Clearly identify mounting elevations in relation to a fixed survey point on site and to sub-

grade elevation and depth of playground protective surfacing. 6. Show locations of underground utilities, storm drainage system, and irrigation system (where

occurs). 7. Show locations of related construction such as walkways and roadways, fences, site

furnishings, and plantings. 8. Indicate capacity and numbers of play activities. 9. Shop drawings must be signed and sealed by a structural engineer registered in the State of

California. 10. Calculations and drawings for play equipment footings shall be submitted, signed and sealed,

by a structural engineer registered in the State of California. 11. Manufacturer’s contact information. 12. Maintenance / repair instructions. 13. Manufacturer’s Parts Lists. 14. Manufacturer’s Installation instructions

B. Color chart showing full range of manufacturer’s colors or six inches (6”) length of actual units showing the full range of colors and textures available for components with factory applied color finishes.

C. Certificates 1. All components of the playground equipment shall be IPEMA certified. Manufacturer’s Letter

of Compliance with IPEMA. Warranty must be equal to or better than the standard warranty of the specified manufacturer for all components for coverage against structural failure due to corrosion, deterioration, or workmanship. Coverage to be provided by the manufacturer.

2. Supplemental insurance coverage as offered by manufacturer and/ or manufacturer’s sale representative for equipment and surfacing indicating a limit of product liability of not less than $5,000,000.

D. Manufacturer’s Instructions and Details and Installation of playground equipment. E. Maintenance Data: Provide manufacturer’s recommended maintenance instructions and list of

replaceable parts for each equipment item, with address and phone number of source of supply. F. Proposals for Substitutions: Substitutions that will increase the fall height, platform height, or

maximum equipment height will not be considered. G. Proposals for Modifications: Submit shop drawings with proposed modifications clearly identified

and sufficient information to determine compliance with specified criteria. H. Playground Safety Audit Report and Installation Compliance Letter by Certified Playground Safety

Auditor.

Page 145: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 3

116813-PlaygroundEquipment.doc

1.06 QUALITY ASSURANCE A. Maintain one copy of the latest edition of ASTM F1487-17 and CPSC publication #325 at project

site. B. Manufacturer Qualifications: Provide only playground equipment and play structure components

bearing the IPEMA Certification Seal. C. Playground Safety Audit: Shall be provided by a Certified Playground Safety Auditor in

compliance with the audit techniques outlined in the National Playground Safety Institute’s Certification Course for Playground Safety Inspectors.

D. Installer Qualifications: An experienced installer who is specialized in installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer of playground equipment.

E. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E548.

1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver manufactured products in manufacturer’s unopened containers, fully identified with

manufacturer’s name, brand, type and grade. B. Protect from weather, soiling and damage using handling equipment and storage techniques

recommended by manufacturer. C. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications. B. Manufacturer’s warranty: Submit manufacturer’s warranty and ensure that forms have been

completed in the City’s name and registered with manufacturer.

PART 2 - PRODUCTS

2.01 General A. Play equipment posts for decking support shall be five-inch (5”) O.D. steel tubing and shall meet

all requirements as specified in the current California Building Code and approved by a professional structural engineer licensed in California. Posts shall be galvanized and shall have a corrosion-resistant coating applied to the inside walls and cut ends of the steel tubes. The top “domed” cap for posts shall be die cast aluminum and shall be installed and secured in place by the manufacturer. Both post and cap shall be color powder-coated the same color.

B. All swing chains shall be galvanized finished. C. Decks for post & deck structures shall be steel, perforated, and reinforced, if necessary. Decks

shall receive a long-lasting, texturized color coating to provide protection from corrosion and prevent direct contact with the steel. The size and configuration of decks shall be based on a based on a 42” on center modular system. All play elements (climbers, slides, panels, etc.) shall be designed and manufactured to fit the modular size.

D. The overall theme of the youth & tot play equipment is based on [insert theme of equipment]. Play equipment designated as “[insert type of theme] Theme” shall be designed to include details, facades, textures, and play apparatus which evoke the feeling of the [insert theme].

2.02 Playground Equipment A. Tot and Youth Play Areas - Landscape Structures, Inc.

1. Contact: Judy Ogburn, Ross Recreation Equipment, 100 Brush Creek Road #206, Santa Rosa, CA, (707) 538-3800. Quote number 00018617.

2. Design #92759-1-1 including Swings, or approved equal. 3. Design #92759-1-1 including swings, or approved equal

B. Standing Spinner 1. Contact: Melissa Rubbo, Recreation republic, 1782 La Costa Meadows Drive, Suite 104 San

Marcos, CA, (760) 690-4030. Quote number 20155.

Page 146: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 4

116813-PlaygroundEquipment.doc

2. Manufacturer: Shall be Goric, or approved equal. 3. Product: Shall be Dancer, Model Charleston 4. Material: Shall be stainless steel. 5. Finish: Shall be colored sides, Red

2.03 PLAY AREA AGE APPROPRIATENESS SIGNS A. Manufacturer: Shall be Landscape Structures, Inc., or approved equal. B. Description: Playground equipment and age appropriateness signs shall be constructed per the

manufacturer’s specifications and in accordance with the layout as shown on the plans. C. Material: Shall be powder coated aluminum and permalene, or approved equal. D. Finish: Shall be matched to play equipment.

2.04 PLAYGROUND SITE INVESTIGATION AND SAFETY AUDIT A. The playground site investigation and safety audit (“audit’) shall be performed by the Certified

Playground Inspector as required by State law for the following types of public playground improvements: construction of new playgrounds, modifications to existing playground equipment and/or the installation of new equipment in an existing playground. The audit shall assess the layout and condition of the play equipment and surfacing and identify any and all equipment, surfacing and signage that is not in compliance with ASTM F1487-17 and CPSC publication #325. The audit shall be in a written report format, detailed and legible, utilizing checklists as recommended by the National Playground Safety Institute’s Certification Course for Playground Safety Inspectors. The audit shall establish playground equipment and surfacing standard of care.

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions

1. Verify that playground equipment footings and slab-on-grade have been installed in proper locations and at proper elevations.

2. Verify location of underground utilities and facilities in the playground area. Damage to underground utilities and facilities will be repaired at Contractor’s expense.

3. Verify locations of playground perimeter and pathways. Verify that playground layout and equipment locations comply with requirements for each type and component of equipment.

4. Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, site surface, sub-grade drainage, and other conditions affecting performance.

B. General 1. Design Assumptions: Because the safety of the play area depends on strict conformance to

the design criteria, this information is provided for Contractor’s information. The play area has been designed for children ages “x” through “x”. If deviations from specified dimensions, especially fall heights, are required, obtain approval

prior to proceeding; follow approval request procedure as specified for substitutions. 2. Mount all equipment on concrete footings, unless otherwise indicated.

Protective Surfacing Depth: As noted on plans. Provide supports as required to mount equipment at proper height above finish and sub-

grades to allow installation of sufficient depth of protective surfacing; portion of support below top of surfacing must comply with specified requirements for equipment.

Paint the portion of the support that is intended to be installed below the top surface of the protective surfacing a different color, or mark in other permanent way, so that installers and maintainers of protective surfacing can easily determine whether sufficient depth has been installed.

C. Label each equipment item with permanent labels stating age group that equipment was designed for, manufacturer identification, and warning labels in accordance with ASTM F1487-17.

3.02 PREPARATION A. Protection of In-Place Conditions

Page 147: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 5

116813-PlaygroundEquipment.doc

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of playground equipment.

B. Layout 1. Stake the location of all playground elements, including Use Zone perimeters, perimeter of

protective surfacing, access and egress points, hard surfaces, walls, fences, and structures, and planting locations.

2. Stake the layout of the entire Use Zone perimeter before starting any work. a. Verify that Use Zone perimeters do not overlap hard surfaces, whether currently installed

or not. b. Verify that Use Zones are free of obstructions that would extend into the protective

surfacing. c. Do not begin installation before final grading required for placing protective surfacing is

complete, unless otherwise permitted by Engineer. d. If conflicts or obstructions exist, notify Engineer. e. Do not proceed until revised drawings have been provided, showing corrected layout,

and obstructions have been removed.

3.03 INSTALLATION A. Install in accordance with CPSC Publication #325, ASTM F1487-17, manufacturer’s instructions,

and requirements of authorities having jurisdiction. Anchor playground equipment securely, positioned at locations and elevations indicated on Shop Drawings.

B. When installed in accordance with the manufacturer’s instructions, fasteners, connecting devices, and covering devices shall be installed to minimize loosening, or not be removable without the use of tools. Lock washers, self-locking nuts, locking pins, or other locking means shall be provided for all nuts and bolts to protect them from detachment. Hardware in moving joints shall also be secured against unintentional loosening.

C. Coordinate work with preparation for and installation of protective surfacing specified in Section 321816. The protective surfacing is to be installed after playground equipment installation.

D. Maximum Equipment Height: Coordinate installed heights of equipment and components with installation of protective surfacing. Set equipment so fall heights and elevation requirements for age group use and accessibility are within required limits. Verify that playground equipment elevations comply with requirements for each type and component of equipment.

E. Post and Footing Excavation: Excavate holes for posts and footings to dimensions, profile, spacings, and in locations indicated on Drawings, in firm, undisturbed or compacted sub-grade soil. Level bearing surfaces with drainage fill to required elevation.

F. Post Setting: Set main-frame equipment posts in concrete footing. Protect portion of posts above footing from concrete spatter. Place concrete around posts and vibrate or tamp for consolidation. Verify that posts are set plumb or at the correct angle and are aligned and at the correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured.

G. Install concrete footings with top surface a minimum of one half inch (1/2” or 12 mm) below required sub-grade elevation. Concrete footings to have smoothed top and shaped to shed water.

H. Anchor equipment securely below the bottom elevation of the resilient surfacing layer. I. Install without sharp points, edges, or protrusions; entanglement hazards; or pinch, crush, or

shear points. J. Do not modify playground equipment on site without written approval of manufacturer. K. Install required signage if not factory-installed. L. Adjust movable playground equipment components to operate smoothly, easily, and quietly, free

from binding, warp, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range.

3.04 SITE QUALITY CONTROL A. Obtain the services of the third party CPSI to review that the finished installation is in compliance

with specified requirements and with design criteria to the extent known to the Contractor; submit report of filed review. Notify Engineer forty eight (48) hours in advance of date and time of final review. Third party CPSI to certify compliance with: 1. ASTM F1487-17

Page 148: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND EQUIPMENT 116813 - 6

116813-PlaygroundEquipment.doc

2. CPSC publication #325 B. Non-Conforming Work: Repair or replace rejected work until compliance is achieved. Any

corrections necessary shall be paid for by the Contractor and to the satisfaction of the Engineer.

3.05 CLEANING A. Restore adjacent existing areas that have been damaged from the construction. B. Clean playground equipment of construction materials, dirt, stains, filings, and blemishes due to

shipment or installation. Clean in accordance with manufacturer’s instructions, using cleaning agents as recommended by manufacturer.

C. Clean play areas of excess construction materials, debris, and waste. D. Remove excess and waste material and legally dispose of off-site.

3.06 PROTECTION A. Protect installed products until Substantial Completion. B. Repair damaged finishes to match original finish or replace damaged products before Substantial

Completion.

END OF SECTION

Page 149: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE FURNISHINGS 129300 – 1

129300-SiteFurnishings.doc

SECTION 129300 SITE FURNISHINGS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required to furnish and install benches, tables, trash receptacles and bollards. B. Related Requirements

1. Section 013000, Administrative Requirements 2. Section 055000, Metal Fabrications 3. Section 321100, Base Courses 4. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 SUBMITTALS A. Product Data: Within thirty (30) days after award of the Contract, and before any materials of this

Section have been delivered to the jobsite, submit to the Engineer: 1. A complete materials list and catalog cuts of all items proposed to be furnished and installed

under this Section; and 2. The manufacturer’s recommended methods of installation which, when approved by the

Engineer, shall become the basis for inspecting and accepting or rejecting actual installation methods used on the work.

B. Shop Drawings: Submit complete shop drawings for approval of all work items showing elevation, details, information for fabrication and installation. 1. Picnic Tables 2. Benches 3. Trash Receptacles 4. Bollards

C. Samples: For each item which color must be selected, provide color chart showing full range of manufacturer’s colors or six inches (6”) length of actual units showing the full range of colors and textures available for components with factory applied color finishes.

D. Maintenance Material Submittals 1. Maintenance Data: Provide manufacture’s recommended maintenance instructions and list of

replaceable parts for each equipment item, with address and phone number of source of supply.

1.04 QUALITY ASSURANCE A. All work covered in this section shall be performed in a shop skilled in the relevant work, in

accordance with the best quality of the specified trade.

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Delivery schedules shall be verified and certified in writing to the Engineer within ten days after the project commences.

C. Delivery 1. Accept no deliveries at the work site until proper storage is available. 2. Verify that all products delivered comply with the requirements of the approved shop

drawings and schedules, bear proper inspection certificates and are not damaged. D. Storage

Page 150: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE FURNISHINGS 129300 – 2

129300-SiteFurnishings.doc

1. Store all products level, in an interior space, elevated above floor level, with adequate supports, ventilation and heat.

2. Protect products at all times from exposure to weather, excessive chance in moisture content and physical impact.

1.06 SITE CONDITIONS A. Installer shall examine substrate, supporting structure, and the conditions under which the work is

to be installed. Do not proceed with the installation until unsatisfactory conditions have been correction.

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications. B. Manufacturer’s Warranty: Submit manufacturer’s warranty and ensure that forms have been

completed in the City of San Jose’s name and registered with manufacturer.

PART 2 - PRODUCTS

2.01 SITE SEATING A. Bench

1. Manufacturer: Shall be Forms+Surfaces (800) 703-3434, or approved equal. 2. Product: Shall be Balance Bench SBBAL-72BPC 3. Material: Shall be cast aluminum and stainless steel. 4. Finish: Shall be powder coated aluminum texture. 5. Accessories: Shall be a seat divider.

B. Precast concrete bench 1. Manufacturer: Shall be Quick Crete (866) 451-0410, or approved equal. 2. Product: Shall be Shear Table 3. Material: Shall be concrete 4. Finish: Slate Gray

2.02 TABLES A. Picnic Table

1. Manufacturer: Shall be Victor Stanley, Inc. (530) 272-8005, or approved equal. 2. Product: Shall be Model #FBF-56 6’ and 8’ In-ground mount. 3. Material

a. Color: Shall be Titanium. 4. Finishes: Shall be Titanium. 5. Accessories: Unless otherwise shown picnic tables are to be installed on a concrete pad.

2.03 TRASH RECEPTACLE A. Trash Receptacle

1. Manufacturer: Shall be Forms+Surfaces (800) 451-0410, or approved equal. 2. Product: Shall be SDC-36 3. Material: Shall be recycled solid steel 4. Finish: Shall be Titanium. Accessories: Hooded Top and Hex Key Lock. Unless otherwise

shown receptacles are to be installed on a concrete pad.

2.04 BOLLARD A. Removable Bollard

1. Manufacturer: Shall be Reliance Foundry Co. Ltd., #207-6450-148th Street, Surrey, British Columbia, Canada V3S-7G7, Phone 1-888-735-5680, or approved equal.

2. Product: Shall be Model CycLoops 2172-E-C. 3. Size: Size: 35 inches high x 10 inches diameter at base. 4. Standard permanently fixed. 5. Material: Shall be Ductile Cast Iron: ASTM A536, Grade 65-45-12; 30 percent recycled-

material content.]

Page 151: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE FURNISHINGS 129300 – 3

129300-SiteFurnishings.doc

6. Finish: a. Type: Polyester powder coat finish utilizing an epoxy prime coat and a polyester top coat. b. Performance: 2 years in accordance with ASTM D1654 and manufacturer’s Bollard

Warranty. c. Color: Semi-gloss black with hammered (stippled) texture.

7. Accessories: Shall provide anchor bolts or other types of hardware as recommended by manufacturer for substrates and installation condition.

2.05 GREESCREEN COLUMN A. Column Trellis

1. Manufacturer: Shall be Greenscreen (800) 450-0526, or approved equal. 2. Product: Shall be 6’ tall column 3. Material: Shall be solid steel 4. Finish: Shall be powder coated green. Install column on concrete footing. Footing shall be

designed and stamped by a licensed Structural Engineer in the state of California.

2.06 PAR COURSE EQUIPMENT A. Health Beat - Landscape Structures, Inc., or approved equal

1. Contact: Judy Ogburn, Ross Recreation Equipment, 100 Brush Creek Road #206, Santa Rosa, CA, (707) 538-3800. Quote number 00018617.

2. Design #92759-1-1, or approved equal.

2.07 BASKEBALL GOAL A. A. Basketball Goal

1. Manufacturer: Shall be Goalsetter Systems, Inc. (641) 594-4625, or approved equal. 2. Product: Shall be Model: MVP - Signature Series with 72” Backboard, with in-Ground. 3. Material: Backboard shall be Acrylic. 4. Color: Pole and frame shall be Black. 5. Finishes: Shall be Powder Coat 6. Install column on concrete footing. Footing shall be designed and stamped by a licensed

Structural Engineer in the state of California.

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions: Prior to fabrication or installation of work covered in this section,

carefully inspect and measure where required the existing conditions and installed work of all other trades to verify that such work is complete to the point where installation may commence. In the event of discrepancy, immediately notify Engineer.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of site furnishings.

3.03 INSTALLATION A. All site furnishings shall be installed in accordance with the details as shown on the plans and

applicable sections of these specifications as shown in section 1.01B and in accordance with manufacturer’s specifications and instructions.

B. Finishes 1. Shop Application: All finishes shall be shop applied.

3.04 SITE QUALITY CONTROL A. Damaged Items: Immediately remove from site damaged items. Repair in appropriate shop, or

replace at the discretion of the Engineer.

Page 152: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE FURNISHINGS 129300 – 4

129300-SiteFurnishings.doc

3.05 PROTECTION A. Finish Protection: Prior to delivery to the site, apply weather resistant protection to all items.

Maintain protection until completion of project. Protection shall be adequate to prevent damage during installation.

END OF SECTION

Page 153: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DRINKING FOUNTAINS 224713 – 1

224713-DrinkingFountains.doc

SECTION 224713 DRINKING FOUNTAINS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required to furnish and install drinking fountains. B. Related Requirements

1. Section 032000, Concrete Reinforcing 2. Section 321100, Base Courses 3. Section 321300, Rigid Paving 4. Section 333000, Sanitary Sewerage Utilities

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. CCR, Title 24, Part 5, 2007 California Plumbing Code. B. All work shall conform to State and local codes and the latest version of the SBWR Rules and

Regulations. All potable water piping installation shall be installed to meet requirements for present or future recycled water use. Refer to the plans and these specifications for required materials and proper installation procedures for recycled water and potable water piping installation. Where both SBWR details and City details are shown for pipe trench backfill, the City details shall prevail.

C. AWWA Standard C605-05, Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water. D. AWWA Standard C511-07, Reduced-Pressure Principle Backflow Prevention Assembly. E. AWWA Standard C510-07, Double Check Valve Backflow Prevention Assembly. F. AWWA Standard C651-05, Disinfecting Water Mains. G. AWWA Standard C900-07, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in.

Through 12 in. (100 mm through 300 mm), for water distribution. H. NSF-61, Drinking Water System Components.

1.04 SUBMITTALS A. Product Data: Within thirty (30) days after award of the Contract, and before any materials of this

Section have been delivered to the jobsite, submit to the Engineer: 1. A complete materials list and catalog cuts of all items proposed to be furnished and installed

under this Section; and 2. The manufacturer’s recommended methods of installation which, when approved by the

Engineer, shall become the basis for inspecting and accepting or rejecting actual installation methods used on the work.

B. Shop Drawings: Submit complete shop drawings for approval of all work items showing elevation, details, information for fabrication and installation. 1. Drinking Fountains

C. Samples: For each item which color must be selected, provide color chart showing full range of manufacturer’s colors or six inches (6”) length of actual units showing the full range of colors and textures available for components with factory applied color finishes.

D. Maintenance Material Submittals 1. Maintenance Data: Provide manufacture’s recommended maintenance instructions and list of

replaceable parts for each equipment item, with address and phone number of source of supply.

Page 154: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DRINKING FOUNTAINS 224713 – 2

224713-DrinkingFountains.doc

1.05 QUALITY ASSURANCE A. All work covered in this section shall be performed in a shop skilled in the relevant work, in

accordance with the best quality of the specified trade.

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Delivery schedules shall be verified and certified in writing to the Engineer within ten days after the project commences.

C. Delivery 1. Accept no deliveries at the work site until proper storage is available. 2. Verify that all products delivered comply with the requirements of the approved shop

drawings and schedules, bear proper inspection certificates and are not damaged. D. Storage

1. Store all products level, in an interior space, elevated above floor level, with adequate supports, ventilation and heat.

2. Protect products at all times from exposure to weather, excessive chance in moisture content and physical impact.

1.07 SITE CONDITIONS A. Installer shall examine substrate, supporting structure, and the conditions under which the work is

to be installed. Do not proceed with the installation until unsatisfactory conditions have been correction.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications. B. Manufacturer’s Warranty: Submit manufacturer’s warranty and ensure that forms have been

completed in the City of San José’s name and registered with manufacturer.

PART 2 - PRODUCTS

2.01 GENERAL A. Use only new materials of brands shown on Drawings, specified herein or as acceptable to the

Engineer. B. All valves and fittings shall be designed for and shall meet the requirements for service at an

operating pressure of one hundred and fifty pounds (150 lbs.) per square inch, unless otherwise specified.

C. All valves and fittings shall have connections compatible with the type of pipe joint selected by the Contractor. If mechanical joints or slip-type joints are used, the Contractor shall furnish and install necessary Portland.

2.02 DRINKING FOUNTAINS A. Manufacturer: Shall be Most Dependable Fountains (M.D.F), or approved equal. B. Description: Shall be Model No. 10145 SM pedestal drinking fountain, surface mount, with eight

and one half inches by twelve inches (8-1/2” x 12”) access plate. C. Materials: Shall be stainless steel. D. Finish: Shall be Chrome

2.03 POTABLE WATERLINE: PER PLAN

2.04 PIPE FITTINGS: SEE SECTION 333000 SANITARY SEWERAGE UTILIES

2.05 BACKFLOW PREVENTER AND ENCLOSURE: PER PLAN

2.06 DRAINLINE: SEE SECTION 333000 SANITARY SEWERAGE

Page 155: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DRINKING FOUNTAINS 224713 – 3

224713-DrinkingFountains.doc

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions: Prior to fabrication or installation of work covered in this section,

carefully inspect and measure where required the existing conditions and installed work of all other trades to verify that such work is complete to the point where installation may commence. In the event of discrepancy, immediately notify Engineer.

B. Prior to starting work, test and verify that water pressure levels meet the requirements specified on the Drawings. Notify the Engineer immediately of any discrepancies.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of drinking fountains.

3.03 INSTALLATION A. All drinking fountains shall be installed in accordance with the manufacturer’s specifications and

in accordance with the details as shown on the plans. B. Systems Integration

1. Installation of the drinking fountain shall include the potable water line, the drain line, concrete pad, quick coupler, and cleanout per the detail on the plans.

C. Finishes 1. Shop Application: All finishes shall be shop applied.

Page 156: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DRINKING FOUNTAINS 224713 – 4

224713-DrinkingFountains.doc

3.04 FLUSHING A. After the trench has been backfilled, all water pipe installed shall be flushed clear and clean of all

dirt and foreign material. Mains shall be flushed prior to backfilling.

3.05 SITE QUALITY CONTROL A. Damaged Items: Immediately remove from site damaged items. Repair in appropriate shop, or

replace at the discretion of the Engineer.

3.06 SYSTEMS STARTUP A. Refer to Section 320100, Operations and Maintenance Period.

3.07 ADJUSTING A. Adjust drinking fountain to achieve a constant jet of water extending two inches (2”) in height, per

California Plumbing Code.

3.08 CLEANING A. Disinfecting: Disinfectant potable lines per AWWA Standards.

3.09 PROTECTION A. Finish Protection: Prior to delivery to the site, apply weather resistant protection to all items.

Maintain protection until completion of project. Protection shall be adequate to prevent damage during installation.

END OF SECTION

Page 157: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 1

SECTION 265670 SOLAR POWERED LIGHTING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required to furnish and install Solar Powered Outdoor Lighting B. Related Requirements

1. Section 013000, Administrative Requirements 2. Section 055000, Metal Fabrications 3. Section 321100, Base Courses 4. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. American National Standards Institute / Institute of Electrical and Electronic Engineers

(ANSI/IEEE) 1. ANSI/ESD S20.20 2007 Development of an Electrostatic Discharge Control Program

B. International Electrotechnical Commission 1. (IEC) 801 2 Electrostatic Discharge Testing Standard

C. International Organization for Standardization (ISO) 1. 9001 2008 – Quality Management Systems

D. D. Underwriters Laboratories 1. UL 1598 2. UL 60950 1:2007

E. Canadian Standards 1. CSA C22.2

F. National Electrical Manufacturers Association (NEMA) 1. NEMA 250 2003 – Enclosures for Electrical Equipment 2. ANSI/IEC 60529 2004 – Degrees of Protection Provided by Enclosures

G. IDA, International Dark Sky Association (www.darksky.org)

1.04 SUBMITTALS A. Product Data: Within thirty (30) days after award of the Contract, and before any materials of this

Section have been delivered to the jobsite, submit to the Engineer: 1. A complete materials list and catalog cuts of all items proposed to be furnished and installed

under this Section; and 2. The manufacturer’s recommended methods of installation which, when approved by the

Engineer, shall become the basis for inspecting and accepting or rejecting actual installation methods used on the work.

B. Shop Drawings: Submit complete shop drawings for approval of all work items showing elevation, details, information for fabrication and installation. 1. Solar Powered Lighting

C. Samples: For each item which color must be selected, provide color chart showing full range of manufacturer’s colors or six inches (6”) length of actual units showing the full range of colors and textures available for components with factory applied color finishes.

D. Maintenance Material Submittals

Page 158: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 2

1. Maintenance Data: Provide manufacture’s recommended maintenance instructions and list of replaceable parts for each equipment item, with address and phone number of source of supply.

E. Product Data: Catalog cut sheets with performance specifications demonstrating compliance with specified requirements.

F. IES electronic files of lamp output or Photometric Plots on a surface from a defined lamp height compliant with IES LM 79.

G. Calculation of Effective Projected Area (EPA) and weight of the solar lighting system, and EPA rating of the pole (if provided).

H. Days of battery back up be based on an assumption of no sun and Battery cycle life taking into account temperature impact on cycle life.

I. PV sizing based on worst case average insolation data from an accredited source (e.g. NREL TMY2), with an additional safety factor to account for worst case conditions. Consideration given for temperature, PV obstruction and other obstructions.

J. Line drawing or photograph of lighting system(s). K. Wiring diagram(s). L. Customer references of at least 5 installation sites. M. Installation Instructions.

1.05 QUALITY ASSURANCE A. Manufacturer: Minimum 10 years of experience in manufacture of solar powered lighting

systems. B. Manufacturer’s Quality System: Registered to ISO 9001:2008 Quality Standards, including in

house engineering for product design activities.

1.06 SAFETY COMPLIANCE A. Charge controller/LED driver, harnessing, (battery and PV if required) is NTRL listed per UL/CSA. B. Luminaire approved by a Nationally Recognized Testing Laboratory to UL 1598. C. EternO® 4 Charge Controller/LED driver listed by a Nationally Recognized Testing Laboratory

TÜV listed to UL 60950 1:2007 and CSA C22.2.60950 1:2007.

1.07 OTHER COMPLIANCES A. Charge Controller complies with Part 15 of the FCC Rules. Operation is subject to the condition

that this device does not cause harmful interference. B. Battery shall be rated “non spillable” by ICAO/IATA/DOT

1.08 PROJECT CONDITIONS A. Ambient temperature: 5°to 45° C. B. Relative humidity: 0 to 100%. C. Pole (if provided) and all coupling components exceed maximum specified EPA ratings

required for local wind loading conditions. D. Photo Voltaic Panel rated to withstand hailstone impact described in ASTM E1038 93 and surface

Cut Susceptibility tests (UL 1703 24).

1.09 WARRANTY A. Provide manufacturer’s warranty covering 5 years on solar lighting system from date of purchase. B. Solar Voltaic Panel covered for 20 years. C. Mounting hardware, arms & brackets covered for a minimum of 20 years. D. Pole and associated components covered by original manufacturer’s warranties. E. LED light engine, lamps and fixtures covered for a minimum of 10 years. F. Wire harnessing, connectors and terminals covered for a minimum of 10 years. G. Electronics: LED driver, charge controller, communications covered for a minimum of 10 years. H. Batteries have a limited warranty with a replacement cost credit for up to 5 years with the

Page 159: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 3

following minimum coverage: 100% credit for the first 2 years, 60% credit for year 3, 40% coverage for year 2 and 20% credit for year 5.

1.10 REGULATORY REQUIREMENTS A. Solar lighting system meets or exceeds NEC 2011 code requirements. B. Local regulatory requirements – See City of San Jose Lighting Policy

1.11 FACTORY CERTIFIED INSTALLATION SERVICES A. Manufacturer offers pre installation site survey to certify the proposed system locations

and/or provide design assistance for locating systems for photometrics and insolation. B. Manufacturer offers factory certified field service engineer to a site visit to ensure proper

installation and operation under following parameters: 1. Qualifications for factory certified field service engineer:

a. Minimum experience of 2 years training in the electrical/electronic field. b. Certified by the equipment manufacturer on the system installed.

2. Make a visit upon completion of installation to:

a. Verify connection of system components b. Validate performance c. Train owner or owner’s representative on system operation and support

1.12 BATTERY STORAGE AND SHIPPING A. Battery(ies) approved for shipping via ground, air, or sea. B. Battery(ies) retains 80% charge or higher from 2 months of shipment. C. Battery(ies) ship sufficiently charged to operate the light 2 nights without any solar charging. D. If storing batteries for future installation: must be stored inside above ground level or covered

with tarp or other material to prevent weather damage.

1.13 MAINTENANCE A. Make ordering of new equipment for expansions, replacements, and spare parts available to

end user twenty four hours a day, seven days a week B. Make replacements available for minimum of five years from date of manufacture. C. Provide evidence of currently existing factory direct technical support hotline 24 hours per day,

7 days per week with a response time within 24 hours. D. Provide on site service support within three (3) days anywhere in continental United States

and within five (5) days worldwide except where special visas are required.

PART 2 - PRODUCTS

2.01 MANUFACTURERS A. Acceptable Manufacturer: Sol Inc. B. Local Contact = Sean Cheney 805.441.0070 C. SOL Deco TPM system - TPK-1K7293E60-Q4H-3D-P16-KA57S-BCMON1942 D. Substitutions:

1. All proposed substitutions must be submitted in writing for approval by the design professional a minimum of 10 working days prior to the bid date and must be made available to all bidders.

2. Proposed substitutes must be accompanied by a review of the specification noting compliance on a line by line basis.

3. Any substitutions provided by the contractor shall be reviewed at the contractor’s expense by the electrical engineer.

4. By using pre approved substitutions, the contractor accepts responsibility and

Page 160: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 4

associated costs for all required modifications to circuitry, devices, and wiring. 5. Provide complete engineered shop drawings with deviations for the original design

highlighted in an alternate color to the engineer for review and approval prior to installation.

2.02 GENERAL – Solar Powered Light Systems A. Solar Powered Light System consists of eight (8) components and assemblies: (1) Photovoltaic

(PV) Module(s) and mounting structure, (2) Charge Controller/LED Driver, (3) LED Luminaire, (4) Battery(ies), (5) Battery Enclosure, (6) Quick Connect Wire Harnessing with Fuse, (7) Pole and (8) Arm. 1. Photovoltaic (PV) Module

a. Construction: 1) Crystalline silicon solar cells 2) Framed in an all aluminum structure 3) Sealed behind UV stabilized tempered glass 4) Covered by a 20 year power warranty 5) Meet or exceed IEC61215 (if required) 6) UL 1703 Listed (if required) 7) RoHS compliant 8) Harnessing and cabling is 12 AWG THHN stranded wire with over molded insulation with UV stabilized polymer rated for exterior usage 9) Photo Voltaic Panel rated to withstand hailstone impact described in ASTM E1038 93 and surface Cut Susceptibility tests (UL 1703 24) 10) Supplemental PV 1/8” aluminum panel pan backer color matched to solar light system 11) Water tight wire junction box on PV module

b. Performance: 1) PV generates adequate power to fully recharge system batteries within three (3) days at the installation location given that minimum insolation is available on those days as defined by NREL (National Renewable Energy Laboratories). 2) PV electrical junction box and connectors (MC4 type) are sealed per IP 65. 3) PV is fastened to support system at a minimum of four locations.

2. Charge Controller/LED Driver a. Construction: 1) Enclosed within the light system with touch proof covers to prevent

damage 2) Fully resin potted design and suitable for wet locations. 3) The device complies with Part 15 of the FCC Rules. Operation is subject to the condition that this device does not cause harmful interference. 4) Approved by a Nationally Recognized Testing Laboratory TÜV listed to UL 609501:2007 and CSA C22.2.60950 1:2007. 5) Charge controller/ LED driver is designed without electrolytic capacitors. 6) All other capacitor devices are de rated by at least 20° C below the capacitor’s maximum temperature rating under fully loaded conditions and ambient temperature of 30° C. 7) LED driver must be integrated with the solar charge controller as one unit. 8) Charge controller/ LED driver must be capable of controlling and dimming one or two outdoor LED light systems. 9) Complies with FCC part 15 noise threshold requirements 10) Ten day/night memory averaging to ensure accurate turn on and turn off lights to prevent false response due to weather variations. 11) Over Voltage Protection. 12) LED Short Circuit Protection. 13) Internal PV Disconnect (no external Diodes required). 14) Test button and diagnostic LEDs. 15) Self Test mode. 16) Reverse battery polarity protection. 17) Self calibrating load, timing, and charging circuitry. 18) Minimum 10 year operational life when operating at minimum or maximum rated system environmental specifications (10° C to 50° C at 0 – 100% relative humidity, non condensing). 19) Designed and tested to withstand electrostatic discharges up to 15,000 V without impairmentper IEC 801 2. 20) Withstand up to a 6,000 Volt surge without impairment of performance as defined by ANSI C62.41 Category A. 21) Manufactured in a facility that employ ESD reduction practices in compliance with ANSI/ESD S20.20. 22) Connects to all system components via a quick connect – latching connector.

b. Performance

Page 161: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 5

1) Factory set to operate in Dusk to Dawn mode. Must also be capable of following functionalities if desired: a) Programmed Run – Light operates for [10] [8] [6] [4] hours after dusk. b) Split night with dimming – Light operates at [10] [8] [6] [4] [2] hours, dims at the customers option from 10 to 50% then returns to full light for [1] [2] [3] [4] hours before dawn. c) Split night Light operates at [10] [8] [6] [4] [2] hours, turns off then returns to full light for [1] [2] hours before dawn]

2) The preceding mode where during the off or dimmed period a motions sensor activates the light to full intensity for [2][5][10] minutes (when charge controller/ LED driver is equipped).

3) Perform Power Management to increase a system’s run time even with inclement weather conditions. 4) Charge Controller operates with temperature compensated limits ensuring battery charging algorithm protects battery (ies) from over and under voltage stress a) Charge controller adapts maximum (charged) voltage based on temperature (14V maximum at 21° C). b) Charge controller prevents discharge below temperature compensated battery Low Voltage Disconnect (LVD) limit (11.5V at 21° C) 5) Operate the light for a minimum of at least five [5] nights without adequate insolation during the day to charge the batteries. 6) Charge controller never discharges more than 20% depth of discharge per night. 7) Charge Controller differentiates between actual sunlight and solar panel illumination from the system’s own LED light.

4) LED Luminaire a. Construction:

1) Decorative Pendant style 60W “K729” pedestrian scale 2) UV stabilized powder coated. 3) Flat Lens finish. 4) IP 65 sealed and rain proof LED 5) Wet location listed. 6) Dark Sky Compliant 7) Provide fixture mount leveling device 8) Designed and factory installed LED light source only.

b. Performance:

1) LED source designed for 65,000 hour performance with over 70% initial lumen

c. Maintenance. 1) 2) LED chamber of the luminaire provides IP65 protection. 3) Use of

reflectors or lenses to produce high efficacy lighting patterns. 4) Available in Type III or Type V photometric distribution. 5) Pole spacing: Must provide light levels equal or better to originally designed layout with use of K729 fixture. 7) LED junction temperature does not exceed 100 °C in worst case site temperature conditions 8) High brightness LEDs only rated at a typical minimum of 85 lumens/watt by manufacturer). 5 mm type LEDs are not acceptable. 9) Bright white LEDs with a color temperature no greater than 4500K or less than 4000K. 10) Manufacturer provides relevant .IES files to indicate light dispersion and intensity of LED source. 11) IES file is measured using the IESNA LM 79 testing method for LED luminaires by a laboratory approved by the US DOE’s CALiPER program. Scaled photometric testing files are not acceptable. 12) Option to add motion detector to adjust lighting between peak and off peak levels for defined periods of time. 13) Must have integrated luminaire HSS (House Side Shield) available, mounting options for house, left and right side, and front side shields.

d. Batteries 1) a. Construction: 1) Sealed valve regulated Gel cell type. 2)

Maintenance free. 3) Air shippable. 4) Battery shall be rated “non

Page 162: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 6

spillable” by ICAO/IATA/DOT. 5) 100% recyclable. 6) Battery must be built to comply with IEC 896 2, DIN 43534, BS 6290 Pt4, and

e. Eurobat. 1) Performance 1) Capable of over 2000 cycles. 2) Deep cycle technology. 3) Maintains over 80% of charge after 2 months if left disconnected. 4) Batteries should provide no less than 5 days of back up in no sun

conditions. 5) Warranted for a minimum of two (2) years, and an additional pro rated

warranty to cover five (5) years. 5) Battery Enclosure

a. Construction: a. All aluminum vented enclosure. b. Aluminum doors and body powder coated to match the system color. c. Installed below the solar panels on the panel support structure with a minimum 4” of air

barrier to prevent overheating. d. NEMA 3R rated. e. Holds up to 4 large size (100 Ah) batteries to a maximum enclosure weight of 200 lbs. f. All battery wire terminals and harnessing connect via quick connect type with keyed

connections to prevent miswiring. g. Most feature hinged front cover and optional additional locking device. h. Performance: i. Access provided for battery service via two (2) bolts for hinged covers or four (2) bolts for

non hinged covers. j. Wire harness is 12AWG THHN wire and finished to prevent accidental shorts. k. Terminal covers, ring washers, terminals, etc. are non corrosive non rusting. l. Wire Harnessing & Fuse

6) Wire Harnesses Construction a. All UV stabilized jacketed wiring and connectors. b. Quick disconnect connector plugs have latch to ensure secure connection. c. Provided with in line fuse and holder in water tight enclosures. d. Provided in variable lengths to eliminate all field wiring. e. Color coded connectors make circuit purpose identification simple. f. Individually matched quick disconnect plugs for battery, PV and luminaire to charge

controller/LED driver. 7) Wire Harness Performance:

a. Sealed gasketed connectors prevent dust intrusion IP 66. 2) All wire gauges exceed NEC 2009 wire gauge and maximum current draw by 25%.

8) Solar Lighting Pole, PV Structure a. Pole Construction: b. Aluminum 16ft pole c. SCL “Montreal” Style 2-piece clam shell base d. Stainless steel or zinc plated steel hardware for rust proof and corrosion resistant mounting

equipment. e. Factory supplied with powder coating to match luminaire and battery enclosure precisely, per

city specification. f. Provided with 3.5” aluminum alloy tenon to support direct mounting of the PV array and

battery box. g. Pole meets ANSI C136.36A 2010, for Roadway and Area Lighting Equipment Aluminum

9) Lighting Poles. a. Pole Performance 140 mph wind zone):

1. Maximum EPA of 13 square feet (20 foot pole). 2. Maximum Weight of 190 lbs (incl. base and tenon) and 500 lbs (entire solar light

Page 163: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOLAR POWERED LIGHTING 265670 – 7

system). 3. Independently verified pole strength and base details by licensed Professional

Engineer and Test Lab. b. PV Support Structure Construction

1. 1) Extruded high strength Aluminum alloy body. 2. 2) Powder coated to match the battery box and luminaire color.

c. PV Support Structure Performance: 1. Supports up to 3 PV modules for up to 140mph wind zone. 2. Top of Pole mount provides selectable tilt options of 5, 15, 30, 45, and 60 degrees. 3. Side of Pole mount provides selectable tilt options of 15 and 45 degrees.

10) Arm Structure a. Arm Construction:

1. KA57-S Arm Style. 2. Satin finish. 3. “A” Rated for corrosion resistance.

b. Performance: 1. Mounts directly to pole via two (2) thru bolts.

c. Leveling: Provide leveling devise at point which fixture mounts to arm 2.03 SOURCE QUALITY CONTROL

A. Perform full function testing on 100% of all lighting systems at the factory. B. Manufactured by an ISO 9001:2008 listed manufacturer

PART 3 - EXECUTION

3.01 INSTALLATION A. Install equipment in accordance with manufacturer’s installation instructions. B. Provide complete installation of system in accordance with Contract Documents. C. Contractor responsible to provide stamped foundation/footing detail accounting for complete

weight & EPA of decorative solar assembly as specified

END OF SECTION

Page 164: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE CLEARING 311000-1

311000-SiteClearing.doc

SECTION 311000 SITE CLEARING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for clearing and grubbing, selective tree and shrub removal and trimming, and soil stripping and stockpiling.

B. Related Requirements 1. Section 015000, Temporary Fencing 2. Section 024100, Site Clearing 3. Section 312200, Grading 4. Section 313100, Soil Treatment

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. ANSI A10.6, Safety Requirements for site clearing operations. B. Section 15, Existing Facilities, of the City Standard Specifications. C. Section 16, Clearing and Grubbing, of the City Standard Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate continued occupancy and accessibility of adjacent building(s), and other

portions of the site. B. Meetings: Prior to commencing the work, Contractor shall perform a site survey with the Engineer

to determine the exact extent of this portion of work to identify existing areas of damage to existing items to remain.

C. Schedule 1. Contractor shall submit a schedule indicating proposed methods and sequence of operations

for selective site clearing work. Schedule shall include coordination for shut-off, capping, and continuation of utility services as required. See Section 013000, Administrative Requirements.

2. Provide a minimum of seventy-two (72) hours advance notice to Engineer of site clearing activities. Do not begin site clearing activities until receipt of notification to proceed from City of San José.

D. Do not commence site clearing activities until temporary erosion and sediment control measures are in place.

E. Prior to the start of construction and removal of any trees, the Contractor shall meet with the Engineer on site to post all trees slated for removal with the City’s Tree Removal Notices. The trees shall be posted a minimum of ten (10) calendar days prior to removal. The Contractor will also receive extra copies of the Tree Removal Notice which will be used to replace any that are removed prior to the tree removal date. The Contractor will also receive a signed copy of the Public Project Authorization Information which will remain posted on the Project’s temporary construction sign at least until the date of the actual tree removal. In addition to the posted copy, the Contractor will keep a copy of the Public Project Authorization Information and the Project plans on site for the duration of the project.

F. Prior to commencement of site grading work the Contractor shall notify the Engineer that the site has been cleared. Site grading shall not commence until the Engineer has completed review of the site and has given approval to proceed.

Page 165: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE CLEARING 311000-2

311000-SiteClearing.doc

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.06 SITE 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 authorities

having jurisdiction.

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 MATERIALS A. Fill Materials: Shall be as specified in Section 312200, Grading.

1. Herbicide: See Section 313100, Soil Treatment.

PART 3 - EXECUTION

3.01 EXAMINATION A. Hazardous Materials: If hazardous materials are discovered during site clearing activities, stop

work and notify the Engineer immediately. B. Existing Utilities

1. Where any marked or unmarked utility lines or other underground obstruction or piping may be encountered within the work area, notify the City or the agencies or service utility companies having jurisdiction thereof, and take necessary measures to prevent interruption of service (if live). Should such lines or service be damaged, broken, or interrupted through the Contractor’s own negligence, those services shall be repaired immediately and restored by him at his own expense. It shall be the responsibility of the Contractor to ascertain whether any public facilities exist along the line of work, whether or not shown on the plans; and Contractor shall, at the Contractor’s expense, do any necessary work to save from damage all such property in or adjacent to the work, and shall repair all damage thereto caused by the Contractor’s operations.

2. Service connections to adjacent properties requiring removal or adjustment, due to new construction, will be so removed or adjusted during the course of construction operations. The Contractor shall cooperate with the utility companies and/or agencies in such work.

3. The right is reserved by the City and the owners of public utilities and franchises or their authorized agents, to enter upon the work for the purpose of making such changes as are made necessary by the proposed work or for making necessary connections or repairs to their properties.

4. Abandoned lines, meters and boxes, obstructions or piping shall be removed, plugged or capped in accordance with the requirements and approval of the agencies affected.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Protect and maintain benchmarks and survey control points from disturbance during construction.

2. Locate and clearly flag trees and vegetation to remain or to be relocated. 3. Protect existing site improvements to remain from damage during construction.

a. Restore damaged improvements to their original condition, as acceptable to Engineer. B. Clearing and Grubbing

Page 166: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SITE CLEARING 311000-3

311000-SiteClearing.doc

1. Contractor shall clear the area within the limit of work of all plant material not to remain, to include roots, snags, brush, grass, weeds, and similar undesirable vegetation and any other debris found at the site not specified as improvements to be included as part of this project.

2. The area shall be grubbed to a depth of six inches (6") below finish grade, of debris and rocks over one inch (1") in size.

3. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. a. Place fill material in horizontal layers not exceeding a loose depth of eight inches (8”) and

compact each layer to a density equal to adjacent original ground. C. Selective Tree and Shrub Removal and Trimming: To perform the grading operations, it will be

necessary to remove 21 existing trees. Existing trees average 15 feet tall with a 6-inch trunk diameter. Contractor shall demolish and remove from the site trees as indicated on the plans. Tree removal shall include all branches, leaves, roots, and entire stump.

D. Topsoil Stripping 1. Remove sod and grass before stripping topsoil. Prior to removal of any turf from the site, the

turf shall receive an application of herbicide at a rate of 5 quarts minimum per acre. After application, allow 10-15 days before removing the dry turf from the site.

2. The top six inches (6”) of finish grade in turf and planting areas shall consist of topsoil existing on site. This topsoil shall be approved by the Engineer for suitability prior to spreading.

3. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust.

E. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off site. 1. Items to be disposed of off-site include, but are not limited to the following:

a. Grass, weeds, roots, shrubs, and other organic material, wood, and trash. b. Pavements, base rock, and subgrade.

F. Salvage: All items so indicated on the drawings shall be carefully removed and returned to the storage yard as directed by the Engineer to facilitate possible re-use by the City.

G. All above-grade components of existing irrigation system shall be removed. Existing mainline shall be capped where shown on drawings. All below-grade components may remain where they do not interfere with new construction.

H. Tree stumps shall be removed to a minimum of three feet (3’) below existing grade and deeper if necessary to accomplish construction.

I. All excavation within the drip line of trees to remain shall be accomplished in a careful manner. No roots greater than one inch (1”) diameter shall be cut. Where excavation reveals roots greater than one inch (1”) diameter that will interface with construction, Contractor shall notify the Landscape Architect for direction prior to proceeding.

J. Any surface exposed during the site clearing process which is to remain exposed shall be sandblasted to a smooth finish. Rough cut exposed surfaces will not be acceptable. Newly exposed walls shall be stained to match the existing adjacent wall surfaces.

3.03 PROTECTION A. See Section 015000, Temporary Facilities and Control.

END OF SECTION

Page 167: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GRADING 312200 – 1

312200-Grading.doc

SECTION 312200 GRADING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for Grading, including: 1. Excavation and/or mounding of project site. 2. Furnishing and placing approved borrow or import as necessary to meet grades shown on

the plan. 3. Subgrade preparation and compaction.

B. Related Requirements 1. Section 015000, Temporary Facilities 2. Section 024100, Demolition 3. Section 328400, Planting Irrigation 4. Section 311000, Site Clearing 5. Section 313100, Soil Treatment 6. Section 333000, Sanitary Sewerage Utilities 7. Section 334000, Storm Drainage Utilities

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. ASTM

1. C33: Concrete Aggregates. 2. D1557: Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures

Using ten pound (10 lb. or 0.54 kg) Rammer and eighteen inch (18” or 457 mm) Drop. 3. D2922: Density of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depths).

B. California Administrative Code, Title 24, Part 2 – Basic Building Regulations, Chapter 24 – Excavations, Foundations, and Retaining Walls.

C. Current CalTrans Standard Specifications 1. Standard Test Methods: No. 231.

D. CCR, Title 8, Industrial Relations. E. Section 19, Earthwork of City Standard Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Contractor shall perform the following tasks in this order:

1. Rough grading shall occur prior to layout of surface features. 2. Layout of underground utilities shall occur prior to trenching. 3. Fine grading shall occur prior to planting.

1.05 SUBMITTALS A. All tests indicating conformance to project requirements shall be paid for by the Contractor. Costs

of retesting and reinspection required as the result of inadequate, insufficient, or incomplete work by the Contractor shall be deducted from the contract amount.

B. Site Test Reports: Provide a complete soil analysis of any proposed imported soil from Soil and Plant Laboratory, Inc., 352 Mathew Street, Santa Clara, CA, 95050, (408) 727-0330, or approved equal.

C. Samples: Samples of all proposed imported materials, minimum eighty (80) pounds, tagged with source location and supplier shall be submitted to the Geotechnical Consultant or his representative at least fifteen (15) days prior to import. Materials shall not be imported to jobsite without written approval by the Engineer.

Page 168: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GRADING 312200 – 2

312200-Grading.doc

D. Trench Excavation and Shoring: The Contractor shall provide the Engineer with a letter identifying the company’s “Competent Person” overseeing excavation activities, and a copy of the company’s current OSHA permit. The Contractor shall also submit for approval a trench excavation safety plan conforming to Sections 5-1.02A and 7-1.01E of the State Standard Specifications.

E. Compaction Test Method: Where referred to in these specifications, “compaction” or “relative compaction” shall mean the in-place dry density of soil expressed as a percentage of the maximum dry density of the same material as determined by ASTM D-1557.

F. The Contractor shall provide compaction testing as required to confirm compliance with these plans and specifications. All costs of such testing will be borne by the City, except as specified in Section 014000, Quality Requirements.

G. Engineer shall be present during all site clearing and grading operations to test and to observe earthwork construction. Engineer shall be notified at least two working days prior to commencement of any grading operations to allow for discussion and planning with the earthwork, underground and paving contractors.

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.07 SITE CONDITIONS A. Reference Points: All bench marks, monuments, signs, and other reference points shall be

maintained; if disturbed or destroyed, they shall be replaced by the Contractor as directed by the Engineer.

B. Ambient Conditions: When unfavorable weather conditions necessitate interrupting filling and grading operations, areas shall be prepared by compaction of surface and grading to avoid collection of water. Adequate temporary drainage shall be provided to prevent erosion. After interruption, compaction specified in last layer shall be verified or reestablished before resuming.

C. Dewatering: No soil shall be compacted during periods of rain or when the ground is not drained of all free water. Soil that has been stockpiled and wetted by rain or by any other cause shall not be compacted until completely drained and until the moisture content is within the limits approved by the City.

PART 2 - PRODUCTS

2.01 FILL MATERIALS A. Existing material may be used for fill after removal of all debris, and after being moisture-

conditioned, if it meets the criteria in paragraph B below. B. Soil imported to the site and used for compacted fill shall be free of perishable organic material,

and shall meet the following requirements: 1. Physical: One hundred percent (100%) passing four inches (4”) size; at least twenty percent

(20%) but no more than forty five percent (45%) of its particles passing the No. 200 sieve: Plasticity Index of twelve (12) maximum when tested in accordance with ASTM D-4318-75; a minimum “R” Value of twenty five (25).

2. Chemical: Salinity Limit (ECe) saturation extract of 4.0 sodium (SAR) limit of less than 8.0. 3. Boron: Saturation extraction concentration less than 1.0 ppm.

C. Minor quantities of material not meeting the above gradation may be mixed and blended with other on-site material if the resulting mixture conforms to the specifications. If the quantity of material not in conformance with the specifications becomes excessive in the opinion of the Geotechnical Engineer, it shall be removed from the site.

D. Topsoil: See Section 329100, Planting Preparation, for topsoil requirements.

PART 3 - EXECUTION

3.01 EXAMINATION

Page 169: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GRADING 312200 – 3

312200-Grading.doc

A. Verification of Conditions: Prior to commencement of site grading work the Contractor shall notify the Engineer that the site has been cleared. The Engineer shall have sufficient time to review the site. Site grading shall not commence until the Engineer has completed review of the site and the City has given approval to proceed.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during grading.

B. Existing irrigation lines to be abandoned shall be capped as directed by Engineer. All hose bibs, valves and sprinkler heads removed from the project area prior to commencement of construction shall be salvaged in accordance with these Specifications or as directed by the Engineer.

C. In the event irrigation lines are discovered passing through the project area to other areas, lines shall be rerouted and maintained in operation during construction as directed by the Engineer.

3.03 GRADING A. The Contractor shall be responsible for meeting the finish grades as shown on the plans. Should

importation of material be required, the source of import shall be approved by the Engineer prior to delivery to the site. Should a net cut result, the Contractor shall dispose of the excess material off-site.

B. All areas covered by the project, including excavated and filled areas and adjacent transition areas, shall be uniformly graded so those finished surfaces are at the elevations established by the Plans. See Section 329100, Planting Preparation, for more specific planting area requirements.

C. Finished surfaces and surfaces to receive paving and aggregate base shall be smooth, compacted, and free from irregular surface drainage and shall not vary more than 0.10 feet from the established grade.

D. Ditches, gutters, and swales shall be finished to provide proper surface drainage, per approved plans.

E. Any excavated trenches deeper than two (2) feet deep shall be backfilled at the end of each day. All other trenches less than two (2) feet deep shall be adequately barricaded at the end of each day to the satisfaction of the Engineer.

3.04 SUBGRADE PREPARATION A. Subgrade preparation is required under all paved areas, curbs, gutters, walks or structures. B. Surfaces outside designated Tree Protection Zones (TPZ) shall be scarified to a depth of at least

six inches (6”) below the final subgrade elevation. The soil material shall be brought to a finely divided condition by harrowing, drying rolling and breaking clods. All boulders or solid rock encountered shall be removed. The soil material shall be uniform for the full depth and width of the subgrade.

C. For surfaces within TPZ, allowance depth and methods of scarification shall be coordinated with the Project Arborist.

3.05 FILLING A. The placement of fills shall be done under the supervision of the Engineer. B. Jetting of material shall not be permitted. C. All areas to receive fills shall be uniformly moisture conditioned as required to obtain the required

compaction. Where slopes exceed four (4) horizontal to one (1) vertical, initial fill shall be keyed into slope. Areas to receive fills within TPZ shall be coordinated with the Project Arborist.

D. Fill material outside of planting areas shall be spread in uniform lifts of not more than eight inches (8”) in uncompacted thickness. Prior to commencing compaction, fills shall be brought to a uniform water content that will permit proper compaction by either aerating the material if it is too wet, or spraying the material with water if it is too dry. Each lift shall be thoroughly mixed before compactions to assure uniform distribution of water content. All fills shall be brought to suitable elevations above grade to provide for anticipated settlement, slope trimming or shrinkage thereof.

Page 170: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GRADING 312200 – 4

312200-Grading.doc

E. Fill shall not be dropped on any structure. Backfill shall not be placed around, against, or upon any concrete or masonry structure until structure has attained sufficient strength to withstand the loads imposed and the horizontal structural system has been installed.

3.06 COMPACTION A. Fill material shall be compacted with equipment of such weight and design as necessary to obtain

the specified compaction. Fill shall be compacted to eighty-five percent (85%) relative compaction in areas to be planted and at least ninety percent (90%) relative compaction in areas to be paved unless otherwise directed. In pavement areas, the upper nine inches (9”) of subgrade shall have a minimum relative compaction of ninety-five percent (95%). The resulting subgrade should be smooth and essentially unyielding. Between successive lifts, the fill surface shall be scarified or otherwise processed to obtain satisfactory bonding between the fill lifts.

B. Recompaction: Where, in the judgment of the Geotechnical Engineer, the moisture content is not suitable or insufficient compaction has been obtained, the fill shall be reconditioned and/or recompacted to the specified density prior to placing any additional fill material. The Contractor shall be responsible for placing and compacting approved fill material in accordance with these specifications. If the Contractor fails to meet the compaction requirements, he shall reduce his rate of haul, furnish additional spreading, moisture conditioning and/or compacting equipment or make any other adjustments necessary to produce a satisfactory compacted fill.

3.07 SITE QUALITY CONTROL A. Excess Material: Excess material shall be removed by the Contractor to an off-site in a legal

manner. The Contractor shall submit to the Engineer the locations of the off-site for approval. B. All excavation, filling, and compaction shall be performed under the direct observation of the

Engineer or designated Geotechnical Consultant. The Contractor shall cooperate with the Engineer or designated Geotechnical Consultant in all aspects of the work. Any materials placed or improvements constructed in the absence of the Engineer’s or designated Geotechnical Consultant’s approval to proceed shall be presumed to be defective. At the discretion of the Engineer, the areas in question shall be removed and replaced at no cost to the City. The Engineer or designated Geotechnical Consultant shall be notified at least forty-eight (48) hours prior to require observation or testing.

C. Embankments shall be maintained to the grades shown on the plans until completion and acceptance of the Contract. Suitable allowance for shrinkage shall be provided for by the Contractor.

D. The Contractor shall be responsible for the stability of all constructed embankments, and shall replace any portion which, in the Engineer’s opinion, has been displaced due to the Contractors negligence.

E. The finish soil grade tolerance at the completion of grading is as follows: building and paved areas: +0 to -0.10 feet. Other areas: ±0.10 feet.

F. Site Tests and Inspections 1. When the Contractor indicates that site grading is complete and conforming to the plans. City

Surveyors may verify the grades. Any discrepancies with the grading plan must be corrected by the Contractor.

2. Engineer shall approve finish grades prior to removal of earth moving equipment from project site and prior to turfing and planting operations.

3. Resistance Value (R Value): The R Value of soil materials shall be as determined by California Test Method No. 301.

3.08 PROTECTION A. The Contractor shall protect open excavations, trenches, and the like with fences, covers and

railings as required, to maintain safe pedestrian and vehicular traffic passage. B. The Contractor shall prevent erosion of freshly graded areas during construction and until such

time as a permanent drainage and erosion control measures have been installed. C. Earthwork operations shall be conducted so as to prevent windblown dust and dirt from interfering

with the surrounding normal operations. Contractor shall assume liability for all claims related to windblown dust and dirt. Water shall be applied in conformance with applicable provisions of Section 17 of the State Standard Specifications and with Section 1590 (e) of CAL/OSHA, Title 8.

Page 171: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT GRADING 312200 – 5

312200-Grading.doc

3.09 CLEANING: A. Excess Material: Removal of excess excavated material: Excess material shall be removed by

the Contractor to an off-site location in a legal manner. The Contractor shall submit to the Engineer the locations for approval. The Contractor shall be responsible to pay for any analytical testing of the excess material that may be required by the disposal facility.

END OF SECTION

Page 172: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOIL TREATMENT 313100 – 1

313100-SoilTreatment.doc

SECTION 313100 SOIL TREATMENT

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for Soil Treatment. B. Related Requirements

1. Section 311000, Site Clearing 2. Section 312200, Grading 3. Section 323100, Planting Preparation

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Definitions

1. Herbicides are classified as pesticides. B. Reference Standards

1. State of California, Department of Pesticide Regulations (DPR). 2. County of Santa Clara’s Integrated Pest Management (IPM) and Pesticide Use Ordinance

(www.goo.gl/zbfCYX). 3. City of San José Integrated Pest Management (goo.gl/BZob9B). 4. Section 20, Landscaping of City Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Prior to the application of organophosphate or copper-based pesticides, Contractor

shall obtain explicit permission from the City. B. Contractor shall follow all requirements outlined in the City's Integrated Pest Management (IPM)

Policy

1.05 SUBMITTALS A. Product Data: The Contractor shall submit a Chemical Control Recommendation, in accordance

with the DPR, prior to use at the pre-construction meeting phase of the project. B. Site Reports: The Contractor shall provide copies of monthly Pesticide Use Reports specific to

the site(s) to the Engineer in a timely manner. C. Certification of a qualified applicator. D. The City's Integrated Pest Management (IPM) Policy requires the Contractor to submit chemical

use application and alternative method records to the City once a month, by the 10th of each month, for the previous month's activities.

E. Questions should be directed to Amber Schat, Environmental Services Specialist, City of San Jose - Environmental Services Department Watershed Protection Division, 200 E. Santa Clara St, 7th Floor, San Jose, CA 95113, Phone: (408) 793-5365, Fax: (408) 271-1930, Email: [email protected]

1.06 QUALITY ASSURANCE A. Agencies: The precise prescription for chemical use shall be provided by means of a written

recommendation by a State of California Licensed Pest Control Advisor. B. Licensed Professional: Pesticide applications shall be under the direction and supervision of a

Qualified Applicator holding a QAC from the DPR. C. Qualifications of Workers: Provide at least one person who shall be trained in the skills required,

and familiar with the design and application of work described for this section.

1.07 DELIVERY, STORAGE, AND HANDLING

Page 173: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SOIL TREATMENT 313100 – 2

313100-SoilTreatment.doc

A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

PART 2 - PRODUCTS

2.01 GENERAL A. The Contractor shall determine if a non-chemical solution is feasible to address the target pest. B. At no time shall the use of diazinon, chlorpyrifos, chlopyralid be used on City Property.

2.02 PESTICIDES A. Submit a written recommendation from a State of California appropriately license individual along

with complete product data sheet from proposed manufacturer, fr review by the Engineer.

2.03 HERBICIDES A. Submit a written recommendation from a State of California appropriately license individual along

with complete product data sheet from proposed manufacturer, fr review by the Engineer.

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during application of pesticides.

3.02 APPLICATION A. All chemicals are to be mixed and applied per manufacturer’s specifications.

END OF SECTION

Page 174: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-1

320100-operationandmaintenance.docx

SECTION 320100 OPERATION AND MAINTENANCE PERIOD

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for preparation for the beginning of the Operation and Maintenance Period for the site improvements; inspections prior to beginning, during, at two weeks prior to ending, and at completion of the Operation and Maintenance Period; and any other items of work pertaining to the Operation and Maintenance Period.

B. Related Requirements 1. Drawings, general and special provisions of the Contract.

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 ADMINISTRATIVE REQUIREMENTS A. Scheduling

1. The Operation and Maintenance Period shall be thirty (30) calendar days or until acceptance of all items of work under this Contract, whichever is the later.

1.04 SUBMITTALS A. Final Site Survey

1. Include with record documents and instructions B. Maintenance Contracts C. Operation and Maintenance Manuals

1. Submit one (1) original hard copy and one (1) electronic format (PDF format) upon Project Acceptance.

D. Product Warranties and Bonds 1. Submit one (1) original hard copy and one (1) electronic file (PDF format) upon Project

Acceptance. E. Project Record Documents

1. Maintain an “As Constructed” set of documents at the project site at all times. 2. Submit CAD/Computer Record Documents and one (1) hard copy directly to Engineer at

closeout meeting. F. Spare Parts and Maintenance Materials

1. Submit items to City with transmittal upon project acceptance. G. Product Data

1. Herbicide: Submit a written recommendation from a State of California appropriately licensed individual along with complete product data from proposed manufacturer, for review by Engineer.

H. Samples 1. Soil Testing: Contractor shall collect three one-quart samples in the turf area and one one

quart (1 qt) samples in the groundcover areas of the in-place topsoil twenty (20) days after completion of planting and submit to Soil and Plant Laboratory, Inc. of Santa Clara, (408) 727-0330, for maintenance period fertilizer recommendation. Test results shall be made available to the Engineer. Sample shall be a representative composite taken from several planting areas. Cost of soil test shall be paid for by the Contractor.

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this Contract shall be furnished by the Contractor.

Page 175: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-2

320100-operationandmaintenance.docx

1.06 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications. B. One (1) Year Guarantee: Following the Operation and Maintenance Period, the Contractor shall

provide a warranty which guarantees all trees for one (1) year from date of final acceptance of the contract. The Contractor shall replace any tree which has died, and the tree replacement shall be the same size container as originally designated on the plans.

C. Warranty Exemptions: Warranty shall not include damage or loss of plant materials caused by fires, floods, freezing rains, lightning storms, winds over seventy-five (75) MPH, or winter kill caused by extreme cold and severe winter conditions not typical of the project site.

PART 2 - PRODUCTS

2.01 MATERIALS A. Cleaning 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.

B. Water: During the course of construction and maintenance period, water shall be paid for by the Contractor.

C. Fertilizer: Used during the course of the maintenance period shall be determined by soils test required under Part 1 of this Section. For bidding purposes only, assume the use of ammonium sulfate (21-0-0) at five pounds (5 lbs.) per one thousand square foot (1000 sf), minimum of two (2) applications; or as recommended by soils analysis.

D. Herbicide: Shall be a commercially available pre-emergent herbicide material recommended for this project and these plantings by a State of California appropriately licensed individual. The licensed individual shall review all planting, including but not limited to seed, sod, groundcovers, shrubs, and trees, the types and extent of soil preparation, the irrigation systems, drainage patterns, and other project characteristics to verify type, compatibility, and recommend the appropriate herbicide(s) for use. Contractor shall be responsible for all overspray, spreading, runoff, plant health, and other impacts from the use of the herbicide.

PART 3 - EXECUTION

3.01 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial

Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the

list, and reasons why the Work is not complete. 2. Obtain and submit releases permitting the City unrestricted use of the Work and access to

services and utilities. Include occupancy permits, operating certificates, and similar releases. 3. Deliver tools, spare parts, extra materials, and similar items to location designated by the

City. Label with manufacturer’s name and model number where applicable. 4. Make final changeover of permanent locks and deliver keys to the City. Advise City personnel

of changeover in security provisions. 5. Complete startup testing of systems. 6. Submit test/adjust/balance records. 7. Submit changeover information related to City occupancy, use, operation, and maintenance. 8. Complete final cleaning requirements, including touchup painting. 9. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual

defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of

request, Engineer will either proceed with inspection or notify Contractor of unfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor’s list or additional items identified by Engineer, that must be completed or corrected before certificate will be issued. 1. Coordinate inspection schedule with Engineer to accommodate appropriate City’s General

Service personnel to be present during the final inspection.

Page 176: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-3

320100-operationandmaintenance.docx

2. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected.

3. Results of completed inspection will form the basis of requirements for final completion.

3.02 FINAL COMPLETION/FINAL ACCEPTANCE A. Preliminary Procedures: Before requesting final inspection for determining date of Final

Completion/Final Acceptance. 1. Submit a final Application for Payment according to Section 012000, Price and Payment

Procedures. 2. Submit certified copy of Engineer’s and City’s Substantial Completion inspection list of items

to be completed or corrected (Punch List), endorsed and dated by Engineer. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance.

3. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

4. Instruct City personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes/CD.

B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfilled requirements. Engineer will prepare a final Certificate of Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Coordinate inspection schedule with Engineer to accommodate appropriate City’s General

Service personnel to be present during the final inspection. 2. Re-inspection: Request re-inspection when the Work identified in previous inspection as

incomplete is completed or corrected.

3.03 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit eight (8) copies of list to Engineer. Include name and identification of each

space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A or approved equivalent. 1. Include the following information at the top of each page:

a. Project name b. Date c. Name of City of San José d. Name of Design Consultant e. Name of Contractor f. Page Number

3.04 SITE QUALITY CONTROL A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions.

3.05 SYSTEMS STARTUP A. Backflow Inspection: The Contractor shall perform a “Reduced Pressure Principle” test and

maintenance report by a certified tester on an annual basis after the initial certification by the water company. The annual test shall be performed by the Contractor until final acceptance by the City. If the project is scheduled for final acceptance prior to the one year anniversary of the initial certification, then the Contractor shall provide a test and maintenance report two weeks prior to final acceptance or as directed by the Engineer.

B. Coverage Test: Upon notification by the Contractor, the Engineer shall schedule a full coverage test of the irrigation system. The coverage test shall include the entire site to ensure that all irrigation systems are in operation and functional, including any City maintained areas. Any discrepancies in the condition of the irrigation system between the beginning of the maintenance period and the end of the maintenance period shall be noted. The Engineer shall determine any repair work which shall be done prior to acceptance to the Project.

Page 177: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-4

320100-operationandmaintenance.docx

3.06 CLEANING A. Final Cleaning

1. Cleaning Materials: Only non-hazardous cleaning materials shall be used in the final cleanup. a. Refer to Green Seal website for a list of approved products,

www.greenseal.org/certproducts.htm. 2. Complete the following cleaning operations before requesting inspection for certificate of

Substantial Completion for the entire Project or for a portion of the Project: a. Recycle, salvage, and off-haul construction and demolition waste from Project in

accordance with City requirements. b. Arrange for pick-up of salvageable materials in accordance with the Waste Management

Plan. Clean Project site, yard, and ground, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste materials, litter, and other foreign substances.

c. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.

d. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. e. Remove tools, construction equipment, machinery, and surplus materials from Project

site. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of

stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition.

g. Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces.

Replace finishes and surfaces that cannot be satisfactorily repaired or restored or which show evidence of repair or restoration.

i. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours of use, and defective and nosy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures.

j. Leave Project clean and ready for occupancy. 3. Pest Control: Engage a licensed exterminator to make a final inspection and rid Project of

rodents, insects, and other pests. Prepare a report. 4. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris

or excess materials on City property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully.

5. Disposal Operations: Promptly and legally transport and dispose of any trash.

3.07 CLOSEOUT ACTIVITIES A. At two weeks prior to the end of the maintenance period, the Contractor and the City shall agree

upon, and the City shall take control of the irrigation scheduling. The Contractor shall not do any "hand watering" or in any way adjust the irrigation schedules during this two week period. If any problems or questions arise, the Contractor shall contact the Engineer for a determination of proper action.

3.08 MAINTENANCE A. Work shall include, but is not limited to all watering, weeding, fertilizing, cultivating, spraying,

cutting, and pruning necessary to keep the plant material in a healthy, growing condition and to keep the planted areas neat and attractive in appearance throughout the Operation and Maintenance Period.

B. This work shall also include any additional watering by hand which may be necessary. All plants shall be watered not less than twice a week. Each watering shall be of such quantity as to provide optimum growth conditions. The Contractor shall provide equipment and means for the proper applications of water to planted areas not provided with an irrigation system.

Page 178: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-5

320100-operationandmaintenance.docx

C. Maintenance shall also include keeping all planting areas throughout the entire project site free from weeds, paper, glass, debris, and trash during the entire duration of the contract. The Contractor shall clear the project site of all weeds, paper, glass, debris, and trash a minimum of once a week.

D. Trees and Shrubs: Shall be watered, cultivated, and sprayed as required to assure a vigorous, thriving condition from day of planting to end of maintenance period.

E. Turf: Shall be watered, re-seeded/re-sodded, edged, and mowed as required to assure a neat appearance and a healthy and vigorous growth from day of seeding/sodding to end of maintenance period. 1. First Mowing: The first mowing shall not be done until the grass is generally at least two

inches (2”), but less than three inches (3”), high. For the first mowing and all subsequent mowings, the mower shall be set to cut at a height of one and one half inches (1-1/2”).

2. Subsequent Mowings: Subsequent mowings, as required, shall be done before the grass is three inches (3”) high. Grass clippings for all mowings shall not be allowed to lie after mowing. A grass catcher shall be used on the mower, and grass clippings shall be removed and discarded off site.

3. End of Maintenance Period: Just prior to the end of maintenance period, Contractor shall cut all grass, weed all beds, and generally put the whole work in first-class condition.

4. Additional Fertilizers during Maintenance Period: Immediately following the first mowing of the turf, all turf areas shall be fertilized with a 21-0-0 fertilizer at the rate of eight pounds (8 lbs.) per one thousand square feet (1,000 sf) or as recommended by soils analysis. Reapplication of fertilizer shall take place seven days after the first application on the maintenance period.

5. The Contractor shall provide a weed free, even stand of the lawn grass (with ninety five percent (95%) coverage) of the varieties specified. If such stand does not develop as a result of the first seeding, the Contractor shall re-seed and care for thin spots until an even stand with ninety five percent (95%) coverage is produced.

F. Planting Packets: Shall be as specified in Section 329100, Planting Preparation. G. Should the Contractor fail, be neglectful, or be negligent in furnishing the required maintenance

and/or maintaining the project site, the City may maintain these facilities. The City shall charge the Contractor the cost for providing the required maintenance by deducting this cost from the periodic progress payments due the Contractor as these costs are incurred by the City.

H. Guarantee and Replacement 1. Prior to and during the plant establishment period, should the appearance of any plant

material indicate weakness and probability of dying, in the Engineer's opinion, that plant shall be replaced immediately by the Contractor, at his own expense.

2. Replacements shall be made in the same manner as specified for the original planting. 3. At the end of the plant establishment period, all plant material shall be in a healthy growing

condition. 4. Any plant material replaced within the last thirty (30) days of the plant establishment period

must be maintained by the Contractor for thirty (30) days from the date of replacement. I. Weed Control

1. Weed control herbicides, in addition to that which is specifically required elsewhere, may be applied to planted areas at no expense to the City if the Contractor deems it necessary. Type of herbicide to be used and method of application shall be approved by the City Horticulturist.

2. Herbicide shall not be used until all plant material has been planted a minimum of 20-days. All planting areas shall be kept weed-free by non-herbicide methods during this time period. Herbicide shall not be applied to any areas that are or have been seeded. Contractor must apply the material in conformance with the written recommendations of the State appropriately licensed individual.

J. Beneficial Occupancy: If, at any time prior to or during the Operation and Maintenance Period, the City and the Contractor agree in writing, a portion or the entire park shall be opened to the public for use. The Contractor and the City shall agree upon responsibilities of the maintenance and repair of those facilities during the remainder of the Operation and Maintenance Period.

Page 179: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT OPERATION AND MAINTENANCE PERIOD 320100-6

320100-operationandmaintenance.docx

END OF SECTION

Page 180: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BASE COURSES 321100 – 1

321100-BaseCourses.doc

SECTION 321100 BASE COURSES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for furnishing and installing aggregate base under. 1. Flexible paving 2. Rigid paving 3. Concrete mow bands 4. Concrete curb and gutter 5. Concrete play area curb walls 6. Miscellaneous picnic table pads, signs, electroliers, drinking fountains, and other items as

indicated on the plans. B. Related Requirements

1. Section 032000, Concrete Reinforcing 2. Section 321200, Flexible Paving 3. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. Section 21, Subgrade Preparation, of the City Standard Specifications 2. Section 26, Aggregate Bases, of the City Standard Specifications

1.04 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.05 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 BASE COURSES A. Materials

1. Rigid Paving Base Courses: Aggregate base course for concrete paving shall be Class 2, three fourths inch (3/4”) maximum as per Section 26, Aggregate Bases, of the City Standard Specifications.

2. Flexible Paving Base Courses: Aggregate base course for asphalt paving shall be Class 2, three fourths inch (3/4”) maximum, as specified in Section 26, Aggregate Bases, of the City Standard Specifications.

3. All subgrade to receive aggregate base shall have been completely tested and approved by the Engineer prior to the importation of aggregate base onto the site. See Section 21, Subgrade Preparation, of the City standard Specifications for subgrade preparation.

Page 181: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT BASE COURSES 321100 – 2

321100-BaseCourses.doc

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of base courses.

B. Surface Preparation 1. Subgrade preparation shall be performed on all areas to receive aggregate base as per

Section 21, Subgrade Preparation, of the City Standard Specifications.

3.02 INSTALLATION A. Placement: Place the aggregate base course in accordance with Section 26, Aggregate Bases, of

the City Standard Specifications. B. Compaction: Compact the aggregate base course as specified in Section 312200, Grading, of

these specifications and Section 26, Aggregate Bases, of the City Standard Specifications. Compact to ninety five percent (95%) minimum relative density.

C. Surface Preparation: Roll the aggregate base course until entire surface is firm, dense, and free from rock pockets and mud pads; do not slurry the base course. Clean the surface of all loose and extraneous material.

D. Water the base course after compaction. E. Tolerances: Finish all surfaces to the following tolerance:

1. Aggregate Base Course: Plus 0.00 feet to minus 0.10 feet from line and grade shown on the Drawings.

END OF SECTION

Page 182: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-1

321200-FlexiblePaving.doc

SECTION 321200 FLEXIBLE PAVING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for furnishing and installing Flexible Paving improvements as indicated on the Plans and these Specifications including, but not necessarily limited to: 1. Asphalt base course 2. Asphalt surface course 3. Asphalt concrete game courts 4. All prime, tack, and seal coats

B. Related Requirements a. Section 032000, Grading b. Section 321100, Base Courses c. Section 321723, Pavement Markings d. Section 334000, Storm Drainage Utilities

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Definitions

1. Asphalt Surface Course: The top layer or lift of asphaltic concrete pavement. 2. Asphalt Base Course: The lift or lifts of asphaltic concrete pavement constructed on the

aggregate base course or prepared subgrade and upon which the asphalt surface course is constructed. It shall not be the top lift of an asphalt pavement.

3. Aggregate Base Course: The layer of aggregate base constructed on a prepared subgrade and upon which asphaltic concrete is constructed.

4. Subgrade: The prepared soil upon which the pavement section as shown on the drawings is constructed. It is the foundation for the pavement structure.

B. Reference Standards-City Standard Specifications: All work performed under this section shall be performed as specified in the City Specifications, the City Standard Details and all pertinent codes and regulations with the following two (2) revisions to the General Requirements for Pavement Designs. 1. Section 39-2.02 of the Standard Specifications, in the chart located at the bottom of page 39-

3, delete the 2-5 percent voids for both Type A and Type B Asphalt Concrete and insert 3-6 percent voids for both Type A and Type B Asphalt Concrete. At the end of Section 39-2.02 insert the following sentence: “The air void content shall be determined in accordance with ASTM D3203 except that the bulk specific gravity of the compacted mixture shall be determined per Cal Test 308 on specimens fabricated in accordance with Cal Test 304 Part II.”

2. Delete the first sentence in the second paragraph of Section 39-6.03 of the Standard Specifications and insert the following: “To establish compliance with these specifications, final compaction of the paving shall be tested by nuclear gage using test method ASTM D-2950. The laboratory maximum specific gravity shall be determined per CAL 308 on laboratory compacted specimens fabricated in accordance with Cal Test Part II. Final compaction of the paving may also be tested by the random selection of cores in accordance with ASTM D-979 and ASTM D-3665 and testing the cores in accordance with Cal Test 308. The test results from the coring shall take precedence when determining if the paved areas meet the required relative compaction.”

Page 183: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-2

321200-FlexiblePaving.doc

1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Contractor shall notify the Engineer at the completion of the various stages of the

operation as indicated below and shall allow two (2) working days for testing operations prior to proceeding with subsequent construction. 1. After all rough grading is complete and subgrade has been prepared to receive aggregate

base. 2. After final placement and compaction of aggregate base or subbase and subgrade has been

prepared to receive asphalt lifts or other following operation. 3. When paving equipment is at the site and paving operation is ready to start.

1.05 SUBMITTALS A. Within thirty five (35) days after award of contract, but before any asphalt pavement is installed,

the Contractor shall submit to the Engineer for his approval, in accordance with Section 013000, Administrative Requirements, of these Specifications, the following: 1. The proposed mix design for each type of asphaltic concrete specified.

a. The mix design shall include mix number, gradation and source of aggregate, percentage and type of asphalt binder used, bin quantities, and supplier.

2. Soil Sterilant: Submit written recommendation from a State of California appropriately licensed individual along with complete product data from proposed manufacturer, for review by Engineer.

1.06 QUALITY ASSURANCE A. Qualifications

1. Installers/Applicators/Erectors a. Provide at least one person who shall be trained in the skills required, and who shall be

familiar with the design and application of the Work described for this Section, and who shall be present at all times during progress of the Work of this Section and shall direct all work performed under this Section.

b. For actual finishing of asphaltic concrete surfaces and operation of the required equipment, use only personnel trained in the skills required.

B. Tolerances: Tolerances for subgrade, subbase and finished grade shall be as specified by DTSS Section 19, Earthwork, except that Contractor shall deliver the full aggregate base and asphaltic concrete thickness shown. No combination of high and low tolerances that compromise the section will be permitted.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City of Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Storage and Handling Requirements 1. Use all means necessary to protect asphaltic concrete pavement materials before, during,

and after installation and to protect the installed work and materials of all other trades. 2. In the event of damage, immediately make all repairs and replacements necessary to the

approval of the Engineer and at no additional cost to the City.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee, of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 EQUIPMENT A. Description: All equipment furnished for the hauling, spreading, compaction, and spraying of

asphalt concrete mixes, asphalt coatings, and aggregate base courses shall be as specified in Section 26, Aggregate Bases, and Section 39, Asphalt Concrete, of the City Standard Specifications and shall be subject to the approval of the Engineer.

B. GAME COURTS

Page 184: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-3

321200-FlexiblePaving.doc

1. Sub Grade: All subgrade shall be Class "A" as specified in Section 21, Subgrade Preparation, of the City Standard Specifications.

2. Aggregate Base: All aggregate base shall be Class 3 aggregate base as specified in Section 321100, Base Courses, of these specifications.

3. Prime Coat: Shall be SS-1h Emulsion as per Section 4, Emulsion, of the City Standard Specifications.

4. Tack Coat: Shall be SS-1h as per Section 94, Asphaltic Emulsions, of the City Standard Specifications.

5. Asphalt Concrete: Shall be paving asphalt, PG 64-10 with the following aggregate grading requirements: a. Surface course: one half inch (1/2”) maximum, fine. b. Base course: Type “A”, three fourths inch (3/4“) maximum, medium.

6. Asphalt Paving Wearing Courses: Trench Repair within existing asphalt: Type “A”, one half inch (1/2”) maximum size aggregate, course class asphalt concrete as specified in Section 39, Asphalt Concrete, of the City Standard Specifications.

7. The aggregate quality requirements listed in Section 39-2.02, Aggregate, of the City Standard Specifications shall be modified as follows: a. Durability (Calif. Test Method No. 229), 45 (Minimum) b. The results of the Los Angeles Rattler (LAR) test, loss at 500 revolutions, shall be a

maximum of forty percent (40%) loss. Prime coat shall be SS-1h Emulsion as per Section 4, Emulsion, of the City Standard Specifications.

8. Acrylic Surface with Color and Filler: "The Plexipave Acrylic Latex Color Surface System" as manufactured by California Products Co., Cambridge, MA. and as supplied by Fraser-Edwards Co., 2412 Harrison Street, San Francisco, CA 94110, Phone: (415) 826-9595, Fax: (415) 826-4125; "The Novacrylic Novaplay Standard" as manufactured by Nova USA and as distributed by L&M Distributing, Inc., P.O. Box 10548, San Rafael, CA 94912-0548, Phone: (415) 459-5565, Fax: (415) 459-5569; or an approved equal. The Contractor or subcontractor shall be certified or recommended, in writing, by the approved supplier/distributor to apply the acrylic surfacing system. Colors shall be Bruin Blue. Line color shall be white.

Page 185: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-4

321200-FlexiblePaving.doc

9. Plaster Sand: Shall be clean, free from deleterious or other foreign materials, and graded as follows: Passing No. 10 sieve 100% Passing No. 40 sieve 30-70% Passing No. 80 sieve 10-30% Passing No. 200 sieve (incl. wash) 0-2%

10. Water: The water in all mixtures shall be fresh and potable. 11. Other Materials: Furnish all other material required for a complete pavement installation.

PART 3 - EXECUTION

3.01 GENERAL A. Ambient Conditions

1. Do not work under weather conditions that will adversely affect the quality of paving. 2. Prime Coat, Seal Coat and Paint Binder

a. Apply only when the ambient temperature is above fifty degrees Fahrenheit (50oF) and when temperature has not been below thirty five degrees Fahrenheit (35oF) for twelve (12) hours immediately prior to application.

b. Do not apply when base or surfaces are wet or contain an excess of moisture. 3. Construct asphaltic concrete surface course only when atmospheric temperature is above 40

degrees F and when base is dry. 4. Acrylic Surfacing System

a. Do not apply filler coat unless ambient temperature is fifty degrees Fahrenheit (50oF) and rising. Do not apply filler coat if surface temperature of asphaltic concrete court is above one hundred and forty degrees Fahrenheit (140oF).

b. Rain will damage filler coat if it has not had time to dry. Therefore, when rain is threatening, work should be stopped. As soon as the rain is over, and the sun comes out, the surface should be swept free of all puddles and allowed to dry prior to resuming work.

5. Color Coat a. If rain is threatening, work should cease. Do not apply color coat over a damp or wet

surface or when the temperature is below sixty degrees Fahrenheit (60oF). Colors shall be applied as shown on the plans.

B. Examination 1. Verification of Conditions: Prior to all Work of this Section, carefully inspect the installed work

of all other trades, and verify that all such work is complete to the point where this installation may properly commence. a. Verify that asphaltic concrete pavement may be installed in strict accordance with the

original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards.

b. Discrepancies: In the event of discrepancy, immediately notify the Engineer. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

c. Notification: Notify the Engineer at least forty eight (48) hours before commencing with any phase of the work.

2. Pre-installation Testing a. All aggregate base or subgrade shall have been completely tested and approved by the

Engineer prior to placement of any prime coat. C. Preparation

1. Protection of In-Place Conditions a. Surrounding areas, surfaces and appurtenances already in place shall be protected

during installation of flexible paving.

Page 186: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-5

321200-FlexiblePaving.doc

b. Before beginning base and paving work and during construction, take all steps necessary for protection of existing improvements. As the asphalt concrete is being placed, extreme care shall be taken not to discolor or damage the curbs, fences, or wall surfaces. If damage occurs, repair, and if satisfactory repair cannot be made, remove and replace the section as directed.

3.02 INSTALLATION A. GAME COURTS

1. Installation a. Subgrade

i. Subgrade for court work shall be prepared in accordance with Section 21, Subgrade Preparation, of the City Standard Specifications. Relative compaction shall be as designated in Section 21-1.05, Compaction, of the City Standard Specifications.

ii. Compaction: The top six inches (6") of subgrade shall be compacted to ninety five percent (95%) relative density.

iii. Soil Sterilant: Shall be applied to the surface of the subgrade soil of areas to be paved prior to baserock operations after scarification and compaction; uniformly applied per manufacturer’s recommendations; minimum rate of ten pounds (10 lbs.) per acre and watered with a minimum of three gallons (3 gal.) per one hundred square feet (100 sf) Contractor shall take all precautions necessary to avoid spray onto or runoff into planting areas.

b. Aggregate Base i. Placement: Place the aggregate base course in accordance with Section 321100,

Base Courses. ii. Compaction: Compact the aggregate base course as specified in Section 10-3,

Earthwork, of these specifications and Section 26, Aggregate Bases, of the City Standard Specifications. Compact to ninety five percent (95%) minimum relative density.

iii. Water the base course after compaction. c. Placement of Prime Coat

i. Prime coat shall be applied as per Section 39-4.02 of the 1988 Caltrans Standard Specifications.

d. Binder: Apply paint binder in accord with DTSS Section 39.4. Paint binder shall be diluted with equal parts of water and applied to all vertical surfaces of existing pavement, curbs, gutters, catch basins, and construction joints in the surfacing, existing bases and pavements to be surfaced, and other surfaces designated by the Engineer. Asphaltic paint binder shall be provided in sufficient quantity to produce a thin, uniform black, glossy coat of asphalt. Pools in unevenly distributed areas shall be redistributed by means of hand brooms.

e. Installation of Flexible Paving i. Before placing surfacing, additional prime coat or paint binder shall be applied to

areas where the prime coat or paint binder has been destroyed. ii. Asphalt concrete base course and surface course shall be constructed in accordance

with the applicable sections of the City Standard Specifications. iii. Asphalt concrete pavement courses shall be compacted to 98% as specified in

Section 39, Asphalt Concrete, of the City Standard Specifications, using working and test method as described in Section 39-6.03 of the City Standard Specifications.

iv. Tack coat shall be applied in accordance with, and to the surfaces designated in, Section 39-4.02 of the 1988 Caltrans Standard Specifications.

v. The asphalt surface to be coated shall be sound, smooth and free from dust, dirt, or oily materials.

f. Tack Coat i. Apply the specified asphaltic emulsion tack coat between lifts or course of asphalt

paving in accordance with Section 94, Asphaltic Emulsions of the City Standard Specifications.

ii. Tack coats shall be applied at the rate of 0.1 gallons per square yard in accordance with Section 94, Asphaltic Emulsions, of the City Standard Specifications.

Page 187: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-6

321200-FlexiblePaving.doc

g. Tolerances i. After asphalt concrete surface course has been constructed, but prior to applying

filler and color coats, the entire court area shall be flooded and inspected for low spots or "birdbaths". Court surface variation should not exceed 1/8 inch in ten feet, when measured in any direction with a straightedge in any one plane. The court surface shall not exceed a slope of one inch in ten feet in any plane. Any ponding or "birdbath" remaining forty five (45) minutes after flooding which cover an area greater than one square inch, shall be filled with the approved acrylic patching and leveling compound. Should drainage be inadequate or should "birdbaths" or depressions occur, no further work shall proceed until these deficiencies are rectified.

h. Acrylic Surfacing System i. Asphalt concrete shall be cured a minimum of 14 days prior to application of acrylic

surfacing system, without the use of curing compounds. ii. Prior to the application of the acrylic surfacing and color coats, the Contractor shall

saw-cut the asphalt for the footings for posts, benches, etc. The size of the footings shall be per manufacturer’s specifications. The saw-cut areas shall be limited to the footing size with no “over cutting” allowed at the corners of the footings. All footings and posts shall be installed prior to the applications of the acrylic surfacing and color coats.

iii. Filler Coat: Shall be applied as follows: a) Filler coat shall be applied per the manufacturer’s specifications. Surface shall

be dry and clear. Filler coat shall be applied over entire court area. b) Place contents of filler coat container in an approved plaster mixer; add not more

than the volume of water recommended by the manufacturer. c) Apply the blended mixture using a rubber-faced squeegee. d) Remove all ridges and lap marks with a scraper before proceeding with

additional applications. e) Minimum amount of undiluted filler coat to be used in all applications shall not be

less than eight gallons (8 gal.) per one thousand square feet (1,000 sf) of area total.

f) In applying the material to a dark surface on a very hot day, it may be necessary to use the maximum specified dilution on the first coat. After the first coat is applied, the reflective characteristics of the product will reduce the surface temperature, and subsequent applications will very likely not need the same dilution. Filler coat windrows should not be allowed to drop long distances and spatter. The application of the windrows should be made as close to the surface as possible and the width of the windrow controlled closely, so the material is not spread out over an excessive area. In spreading, two squeegee operators can only handle approximately sixty to feet (60”-80”)of windrow. If the material begins to dry out in the windrow and becomes impossible to spread, the material must be discarded.

g) Since filler coat applications dry very rapidly, the time between applications will usually be about thirty (30) minutes on a clear day. In any event, subsequent applications can be applied as soon as the material is dry to the touch and will not scuff under foot.

i. Color Coat: Shall be applied as follows: i. Color coat shall be applied per the manufacturer’s specifications. Surface shall be dry

and clear. Entire court area and out-of-bound areas shall be covered with appropriate color coat.

ii. Place contents of color coat container in an approved plaster mixer. Add not more than the volume of water recommended by the manufacturer.

iii. Apply the blended mixture by spreading with a rubber-faced squeegee and smoothing out with a long handled hair broom.

iv. Minimum amount of undiluted color coat to be used is eight gallons (8 gal.) per one thousand square feet (1,000 sf) of area total for all applications.

j. Playing Lines

Page 188: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT FLEXIBLE PAVING 321200-7

321200-FlexiblePaving.doc

i. After the final color coat has dried for a minimum of forty eight (48) hours, accurately lay out playing lines by snapping a chalk line, and apply line paint by hand brush method. Paint shall be applied in such a manner that the surface of the courts may be seen.

ii. The finished lines shall be straight, and no jagged edges shall be acceptable.

3.03 REPAIR A. Pavement Repair: All existing pavement to receive an asphalt concrete overlay (with or without

reinforcing fabric) shall be repaired as follows prior to commencing overlay operations: 1. Cracks one eighth inch (1/8”) to one half inch (1/2”) in width shall be cleared of dirt and other

deleterious materials and repaired with a hot, liquid asphalt crack sealer applied in accordance with the manufacturer’s recommendations or with slurry seal.

2. Cracks or holes larger than one half inch (1/2”) in width shall be cleared of dirt and other deleterious materials and repaired with hot-mix asphalt concrete or slurry seal.

3.04 SITE QUALITY CONTROL A. Non-Conforming Work: Upon direction of the Engineer, cut out and/or rework all surfaces and

subgrade areas which do not meet the requirements of this Section; perform all remedial measures at no additional cost to the City.

END OF SECTION

Page 189: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-1

321300-RigidPaving.doc

SECTION 321300 RIGID PAVING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for concrete in: 1. Mow bands 2. Picnic table pads 3. Walks 4. Curb and gutter 5. Play area curb walls 6. Sign wall 7. Handicap ramps and driveways 8. Footings for:

a. Park luminaires and park signs b. Benches c. Bicycle racks d. Play equipment e. Athletic equipment and exercise stations f. Trash receptacles g. Drinking fountain h. Fence posts

9. Other miscellaneous concrete items as they appear on plans B. Related Requirements

1. Section 032000, Concrete Reinforcement 2. Section 101400, Signage 3. Section 129300, Site Furnishings 4. Section 224713, Drinking Fountains 5. Section 312200, Grading 6. Section 321100, Base Courses 7. Section 321200, Flexible Paving 8. Section 334000, Storm Drainage Utilities

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Definitions

1. Exposed to View: Situated so that it can be seen from eye level from a public location. A public location is that which is accessible to persons not responsible for operation or maintenance of project site.

B. Reference Standards 1. Section 73, Concrete Curbs and Sidewalks, and Section 90, Portland Cement Concrete, of

the City Standard Specifications. 2. Applicable ASTM Specifications as they reasonably apply to this work. 3. ACI current standards.

1.04 ADMINISTRATIVE REQUIREMENTS A. Notification

1. Notify other crafts so they may deliver anchors, inserts, etc., or other material required to be embedded in concrete.

Page 190: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-2

321300-RigidPaving.doc

2. Notify the Engineer in writing at least forty-eight hours in advance of each concrete placement. The Engineer will notify the Testing Laboratory to order out the necessary concrete technicians to cover the work.

3. During the placement of the concrete, notify the Engineer immediately of any delay at the concrete plant or at the job site. Do not mix concrete or add admixtures unless the Technician is present as per the Building Code.

B. Sequencing: The Contractor shall notify the Engineer at least forty eight (48) hours prior to placing any concrete. No concrete shall be placed in any unit of work until all form work and shoring has been constructed and all reinforcements and items to be built into concrete have been placed and secured and approved by the Engineer.

1.05 SUBMITTALS A. Product Data

1. Submit manufacturer’s information for the following: a. Admixtures b. Curing compounds c. Bonding agent d. Reinforcing bars e. Expansion joint filler f. Expansion joint sealant g. Embedded items h. Exposed aggregate i. Color pigments

B. Shop Drawings 1. Refer to Administrative Requirements, Section 013000. 2. Immediately after award of Contract, prepare shop drawings showing all fabrication

dimensions and locations for placing of the reinforcing steel and accessories. Follow detailing recommendations of ACI 315. Shop drawings are to be prepared by a rebar detailer.

3. Do not order or deliver reinforcement to job site prior to approval of the shop drawings. C. Samples

1. A 24”x24” sample of the medium broom finish concrete pavement shall be poured and finished at the site for Engineer’s review prior to commencing concrete pouring. Once the samples have been reviewed, the Contractor shall meet or exceed that quality of finish in all subsequent work. Contractor shall be responsible for removal of the samples at the completion of the work.

2. Color Samples: A 24”x24” sample of each concrete exposed glass aggregate concrete color is required for review by the Engineer.

D. Quality Control 1. Design Data: Submit design mixes for concrete, including list of admixtures to be used, to the

Testing Laboratory and the Engineer of Record. After approval and prior to placement, send the approved mix to the Testing Laboratory. Provide compressive strength history for all concrete mixes. Strength history shall be within one (1) year of proposed use.

E. Certificates 1. Cement and Aggregate: Furnish to the Engineer the following data:

a. Mill certificates from cement manufacturer certifying that cement meets ASTM specification and is suitable for purpose intended.

b. Proof of aggregate's compatibility with cement to be used and certification that aggregates meet ASTM specification. City reserves the right to have his testing laboratory perform additional tests on cement and aggregates which may be deemed advisable.

2. MEA approval for the admixtures and cement used. 3. Concrete producer’s certificate must be presented at site before concrete is placed in

accordance with 2000 IBDC with current California State Amendments. Also to be submitted to the Planning, Building & Code Enforcement Department.

4. The Contractor’s superintendent’s (the person superintending the concrete work) affidavit that all items have been installed as per the documents. Also to be submitted to the Planning, Building & Code Enforcement Department.

Page 191: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-3

321300-RigidPaving.doc

F. Test and Evaluation Reports 1. Compression Tests: If any test report indicates twenty eight (28) day specimen below

required strength and if requested by the Engineer, the Contractor shall take test cores of hardened concrete in accordance with ASTM C-42 Specifications. Test cores not meeting applicable ASTM standards shall deem the concrete defective. All concrete shown to be defective shall be removed and replaced. Cost of test cores, repairs, removal, and replacement of defective concrete shall be paid for by the Contractor.

2. Inspection: All concrete and other related work shall be inspected by the Engineer or his representative. Notify the Engineer at least forty eight (48) hours prior to placing any concrete.

1.06 QUALITY ASSURANCE A. Concrete Final Finishes: The Contractor shall demonstrate to the satisfaction of the Engineer that

he, or his subcontractor, possesses sufficient skills and experience to perform the work. Photographs and/or site visits of past work may be required to supply this information.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee according to Section 7-1.23, Final

Guarantee, of the City Standard Specifications.

PART 2 - PRODUCTS

2.01 RIGID PAVING EQUIPMENT A. Description: Conveying equipment shall be adequate in size and capacity as practicable to avoid

re-handling or flowing. Conveying equipment shall be adequate in size and capacity to handle the work efficiently and shall be thoroughly cleaned before each pouring session.

2.02 RIGID PAVING MATERIALS A. Rough Formwork: Shall be Commercial Douglas Fir, DFPA: five eighth inch (5/8”) thick minimum. B. Release Agent: VOC compliant material such as those of the Cresset Chemical Company for

coating forms. C. Form Ties: Wire ties not permitted. Form ties for exposed concrete shall be adjustable, leave no

metal closer than one and one half inches (1-1/2”) to the surface, and free of devices which leave holes or depressions larger than seven eighths of an inch (7/8”) back of exposed surface.

D. Reinforcement: Per Section 032000, Concrete Reinforcing. E. Supports for Reinforcement: Support for reinforcement supported by ground shall be coated wire

bar supports or bar supports made of dielectric material or other acceptable materials or precast concrete block, four square inch (4 sq in.) minimum, having a compressive strength equal to that of the concrete being placed. Wire bar supports shall be coated with dielectric material for a minimum distance of two inches (2”) from the point of contact with the epoxy-coated reinforcing bars.

F. Cement: All cement shall be Portland cement conforming to ASTM C-150, Specifications for Portland Cement and as per Section 90, Portland Cement Concrete of the City Standard Specifications. All concrete shall be Class A.

G. Exposed glass aggregate paving shall be Lithocrete, or approved equal. 1. One 1-pound sample of each Lithocrete aggregate specified. 2. One 100-pound sealed bag of each Lithocrete aggregate specified for use by Owner in future

repairs of damaged Lithocrete concrete paving 3. Prior to construction, provide (1) 4-foot x 4-foot x 4-inch sample of each Lithocrete paving

type specified on Drawings. 4. Ensure that each mock-up contains joint types specified on project, i.e. construction,

contraction, and isolation.

Page 192: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-4

321300-RigidPaving.doc

5. Locate mock-ups in a conveniently accessible and protected place. Approved mock-ups will be standard for future Lithocrete installation review.

6. Remove mock-ups from site upon completion of Work and approval by Owner’s Authorized Representative.

H. Admixtures 1. The use of admixtures shall comply with the requirements of paragraph 27-608 of the

Building Code. The final soluble chloride content in concrete, percent by weight of cement, due to the addition of admixtures and other ingredients shall not exceed 0.05 at twenty eight (28) days.

2. Air-entraining admixtures shall conform to ASTM C-260. 3. Chemical admixtures shall conform to ASTM C-494. 4. Slag cement: ASTM C-989, Grade 100 or 120. The amount of cement required by the

Building Code may be reduced by eight percent (8%) as per the code with the use of slag cement that has been reviewed and approved by the City.

I. Water: Shall be clean, potable water free from impurities detrimental to concrete and shall conform to the City Standard Specifications.

J. Concrete Aggregate 1. Concrete aggregate shall conform to Section 90, Portland Cement Concrete, of the City

Standard Specifications as it applies to this Project. 2. Maximum Size of Aggregate for Various Portions of the Work: The maximum size of the

aggregate shall not be larger than one fifth (1/5) of the narrowest dimension between the forms of the members for which the concrete is used or larger than three fourths (3/4) of the clear space between reinforcing bars.

K. Curing Method: Shall be as specified in the City Standard Specifications. 1. Clear Curing and Sealing Compound (A.I.M. Regulations – VOC Compliant, 350 g/l): Liquid

type membrane-forming curing compound, clear styrene acrylate type, complying with ASTM C1315, Type I, Class A, twenty five percent (25%) solids content minimum. Moisture loss shall be not more than 0.40 Kg/m2 when applied at three hundred square feet (300 sq. ft.) per gallon. Manufacturer’s certification is required. a. Curing Compounds shall be “Super Diamond Clear VOX” by The Euclid Chemical

Company or “Masterkure 100W” by Master Builders. L. Bonding Agent

1. Epoxy/acrylic resin that will not form a vapor barrier with the concrete with the following properties: a. Bond strength of 1800 psi in two (2) hours when tested in accordance with ASTM C-882. b. Flexural strength of 2000 psi in twenty eight (28) days when tested in accordance with

ASTM C-78. c. Tensile strength of 600 psi in twenty eight (28) days when tested in accordance with

ASTM C496. 2. Bonding agent shall be “CR246 Sto Bonding and Anti-corrosion Agent” by Sto Concrete

Restoration Division or Armatec 110 by Sika Corp. M. Expansion Joints: Shall be as shown on plans. N. Aggregate for Exposed Aggregate Finish: Shall be Terri Beach variety or approved equal. Texture

shall be water worn and naturally smooth, One fourth inch to three eighths inch (1/4"-3/8") diameter stones, with equal amounts of reds, blacks, golds, and beiges. The Contractor shall submit a sample of the aggregates for approval.

O. Concrete Sign Wall 1. Manufacturer: Shall be custom, or approved equal. 2. Description: Refer to Plans. 3. Materials: Shall be concrete and steel 4. Finishes: medium broom finish

P. Aggregate Base: All aggregate base shall be as specified in Section 321100, Base Courses, of these Specifications.

2.03 SOURCE QUALITY CONTROL A. Testing

1. The Testing Laboratory must be present when the concrete is being placed.

Page 193: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-5

321300-RigidPaving.doc

2. Sample every one hundred and fifty (150 CY) cubic yards or each pour. Sample for seven (7) day and twenty eight (28) day compressive strength.

B. Maintain the same brand, type, and source of cement throughout the project. C. Obtain aggregate from source with proven history of successful use. Source shall remain

constant throughout the project unless approved by the Engineer. Submit notice ten (10) days prior to changing source to allow for new mix design.

PART 3 - EXECUTION

3.01 EXAMINATION A. Ambient Conditions

1. Cold Weather: Concrete shall not be placed when the atmospheric temperature is below forty degrees Fahrenheit (40oF) or when conditions indicate that the temperature will fall below forty degrees Fahrenheit (40oF) within seventy two (72) hours. Concrete when deposited shall have a temperature of not less than sixty degrees Fahrenheit (60oF). All reinforcement, forms, and ground which concrete will be in contact with shall be completely free of frost. The concrete and form work must be kept at a temperature of not less than fifty degrees Fahrenheit (50oF) for not less than seventy two (72) hours after pouring.

2. Hot Weather: Concrete shall not have a placing temperature higher than eighty five degrees Fahrenheit (85oF). All concrete shall be delivered to the forms at the coolest temperature practicable. Crushed ice, in lieu of mixing water, may be used to maintain the temperature. Concrete shall not be placed, when in the opinion of the Engineer, the sun, heat, wind, or humidity will prevent proper placement and consolidation.

B. Verification of Conditions 1. Prior to placement of concrete, verify that the concrete cover over the reinforcement is that

specified on Drawings. 2. Verify that reinforcement and all other embedded items are provided and held securely,

positioned accurately, and will not be a detriment to concrete placement. 3. Examine all adjoining work on which this Work is in anyway dependent for proper installation

and workmanship. Report to the Engineer any condition that prevents the performance of this Work.

4. Verify that the subgrade and/or aggregate base is properly compacted and at suitable grade.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Protect all exposed surfaces, including flatwork, as required to protect the work from damage by impact, stains from rubbish, and work from other trades. Damaged surfaces shall be replaced at no added cost to the City.

B. Surface Preparation 1. Clear area to be paved of all debris and organic material. Recompact and regrade as

necessary prior to placement of concrete. C. Grade Control: Establish and maintain the required lines and grades, including cross-slope during

construction operations. All concrete shall slope to drain with no ponding of water.

3.03 INSTALLATION A. Formwork

1. Provide formwork wherever necessary to confine concrete to the required shapes shown on Drawings. Follow all procedures ACI 301 and ACI 347. Formwork, reinforcement, and embedded items shall be clean of all accumulated mortar from previous concreting and other foreign material. Repair or replace any formwork as required.

2. Attention to Forms: Strengthen any portion of framework that may show deflection or movement of any nature. Any deflection or movement of forms which may cause variation in the concrete lines will be considered cause for rejection of the concrete work affected. All form work and material shall be inspected and approved by the Engineer prior to pouring of any concrete.

Page 194: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-6

321300-RigidPaving.doc

3. Cover the surfaces of the rough formwork with an approved form release agent that will effectively prevent absorption of moisture, prevent bond with the concrete, and which will not stain the concrete surfaces. Do not apply oil or release agents on formwork for concrete to receive additional concrete (such as at construction joints). Apply at a rate that will help achieve the finish specified below. Follow manufacturer’s recommendations.

4. Adequately support and substantially brace formwork to hold lines and shape. Securely brace forms against lateral deflection. Formwork shall be tight jointed to prevent leakage of concrete.

5. Place chamfer strips in the corners of forms to produce beveled edges (chamfers) on permanently exposed surfaces.

6. Provide “Rough Form Finish” for surfaces not exposed to view. Use plywood or metal forms coated with a release agent.

7. Provide “Smooth Form Finish” for surfaces exposed to view and the elements. Use dress, square-edged lumber with form liner or overlaid plyform forms with applicable release agent. Do not exceed manufacturer’s recommendations for number of re-uses for the form liner or overlaid plyform. Arrange the forms or form liner in an orderly and symmetrical fashion, keeping the number of seams to a practical minimum.

8. Remove forms in such a manner as to assure the complete safety of the structure. Formwork not supporting the weight of the concrete may be removed as soon as the concrete has hardened sufficiently to resist damage from removal operations and as required by #9 below.

9. When repair of surface defects or finishing is required at an early age, remove forms as soon as the concrete has hardened sufficiently to resist damage from removal operations.

B. Reinforcement: Per Section 032000, Concrete Reinforcing. C. Mixing

1. Mixing of Concrete: All mixing shall conform to Section 90, Portland Cement Concrete of the City Standard Specifications as it applies to this project.

2. All Concrete Placed for Flat Work Shall Be Transit Mixed Concrete: Transit mixed concrete shall conform to ASTM C-9467. The rate of delivery, haul time, mixing time, and hopper capacity shall be such that all mixed concrete delivered shall be placed in the forms within ninety (90) minutes from the time the cement and water are introduced into the mixer. Any interruption in placing in excess of ninety (90) minutes will be cause for shutting down of the work for the day and the wasting of any remaining concrete in hoppers and mixers. In case such interruptions occur, the Contractor shall provide construction joints where and as directed by the Engineer. Cut concrete back to such line. Construction joints shall be as detailed in the plans.

D. Conveying Concrete: Concrete shall be conveyed as rapidly as practicable from the mixer to the place of final disposition without separation or loss of ingredients. It shall be conveyed as close to the final location as practicable to avoid re-handling or flowing.

E. Placing Concrete: Reinforcing or other material that has been set shall not be disturbed. Before placing concrete, all forms, except sealed forms, shall be thoroughly soaked with water. All moldings and wood strips shall be soaked to prevent swelling and probable ensuing spilling of concrete. Concrete shall be placed in a manner that will prevent damage to, or displacement of, forms, reinforcing, pipes, etc., that are to be contained in the concrete.

F. Construction Joints: Location and details of construction joints shall be as approved by the Engineer. 1. All construction joints shall be well roughened, keyed, and thoroughly cleaned or broomed, so

as to remove all dirt and laitance, and saturated with water before commencement of pour. 2. Make joints not shown on Drawings at locations that will least impair the strength of the

structure. Such location is subject to the approval of the Engineer of Record. 3. Continue reinforcement across joints. Provide longitudinal keys at least one and one half

inches (1-1/2”) deep in walls and provide other keys as required. G. Expansion Joints

1. Do not extend reinforcement or other embedded metal items bonded to concrete continuously through expansion joint. Provide smooth dowels greased on one end at the joints or insert into PVC sleeve of length greater than the dowel length by three fourths inch (3/4”) minimum.

Page 195: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-7

321300-RigidPaving.doc

2. Provide expansion joint filler at the joint of the sizes indicated on the Drawings or specified herein.

H. Embedded Items 1. Place all railing sleeves, shoes, and other embedded items required for the Work of other

Divisions or for their support prior to concreting. 2. Provide ample notice and opportunity for items of other Division to be introduced and/or

furnished for installation before concrete is placed. Coordinate the Work of the other Divisions so all items are placed in their proper location.

3. Set metal pipe sleeves, sockets, shoes, etc. into concrete to receive fence posts or any other items, all as indicated on details.

I. Impressions: No impressions for advertising of Contractor name or other messages shall be impressed in any concrete.

J. Finishes 1. Slope pavements uniformly toward drains. If pitch or elevations are not shown on Drawings,

provide a minimum of one eighth inch (1/8”) per foot. 2. Finish pavement surface to a true smooth plane and texture with a toothed roller or float with

a wood float. Score concrete pavement in squares of approximately five feet (5’-0”) and/or as shown on Drawings. Each rectangular slab shall have all edges neatly rounded with proper tools and be bounded on all sides by a toweled border about one inch (1”) in width.

3. Level ramp, step and driveway surfaces with wood float and follow with finish noted on plans. 4. Medium Sandblast: Provide a uniformly textured medium sandblast finish to expose the sand

particles in the mix. Sample finish shall be reviewed prior to pouring the concrete. 5. Broom Finish: Provide a light broom finish with strokes perpendicular to direction of travel

along walks. 6. Trowel Finish: Smooth, parallel to longest surface direction.

K. Waterproofing: Apply to wall as shown on drawing per manufacturer’s instructions. L. Patching and Bonding to Existing Concrete

1. Provide bonding agent whenever new concrete is to be poured against existing concrete, whenever the time between concrete pours is longer than that allowed for proper bond, and wherever bonding agent is indicated on the Drawings to be applied.

2. Remove loose concrete from surface to be bonded with new concrete and clean. Remove rust from reinforcement and structural steel by power chipping and power driven brushes.

3. Apply bonding agent in accordance with manufacturer’s specifications. Pour concrete as soon as bonding agent has cured and within twenty four (24) hours after placement. If the twenty four (24) hour period has elapsed, then the bonding agent must be reapplied.

3.04 SITE QUALITY CONTROL A. Inspections

1. After forms are removed, the Engineer shall inspect all concrete surfaces. All surface defects, including projecting fins, rock pockets, honeycombs, foreign matter, cracks, and holes shall be filled and patched. Bolts, wires, nails, form ties, etc., extending from the face of the exposed concrete surfaces shall be cut off at least one inch (1") deep in the concrete immediately after removal of forms. a. Patching: Fill holes with a one part to three parts (1:3) mixture of cement and sand

mortar, the same color as the adjoining concrete. Mix and place mortar as dry as practicable, and finish flush with adjacent surface. All patching and corrective work shall be done at the Contractor's expense to the satisfaction of the Engineer. Concrete surfaces so repaired shall duplicate the appearance of the unpatched surfaces.

2. The limits of all units of pour shall be approved by the Engineer, before any concrete is placed. The unit of operation selected for continuous pouring and the location of construction joints shall be such as to least impair the strength and appearance of the various sections.

B. Non-Conforming Work 1. Defective work, such as under strength of concrete, surface out of line, level, or plumb,

excessive cracks, honeycomb, rock pockets, voids, exposed reinforcing, etc., shall be repaired, removed, and replaced by the Contractor as directed and to the satisfaction of the Engineer at no cost to the City.

Page 196: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RIGID PAVING 321300-8

321300-RigidPaving.doc

2. All concrete work which is not true to line and plane, not conforming to specified finishes, exceeds tolerances, does not slope to drain, improperly cured, and others not conforming to plans as specified herein shall be deemed defective.

3. All such defective work shall be removed and replaced with proper work meeting plans and specifications requirements at no cost to the City.

3.05 PROTECTION A. Curing

1. General a. Begin curing concrete immediately after placement and finishing. Protect all freshly

deposited concrete from premature drying and excessively hot or cold temperatures and maintain it with minimal moisture loss at a relatively constant temperature for the period of time necessary for the hydration of the cement and proper hardening of the concrete. Detailed procedures are given in ACI 308.

b. Do not apply curing compounds to surfaces receiving additional concrete. Provide only wet curing.

B. Procedure 1. Concrete surfaces not in contact with forms:

a. Ponding or continuous non-manual sprinkling b. Absorptive mat or fabric, sand, or other covering kept continuously wet. c. Curing compounds conforming to ASTM C-309, C-1315.

2. Concrete surfaces in contact with forms: a. Minimize moisture loss from forms exposed to heating by the sun by keeping forms wet

until they are removed. b. After form removal, cure with one of the methods listed in #1 above.

3. Continue curing until a total of seven (7) days has elapsed during which the temperature of the air in contact with concrete has remained above fifty degrees Fahrenheit (50°F). Prevent rapid drying during and at the end of the curing period.

C. Cold Weather Curing 1. Concrete must be protected from water loss. This shall be accomplished by the application as

soon as possible without harm to the concrete surfaces of either (a) exhaust steam, or vapor-resistant paper or polyethylene film, or (b) curing compounds. In all other respects, curing shall conform to applicable provisions of this Section. Concrete temperature shall be maintained between fifty degrees Fahrenheit (50°F) and seventy degrees Fahrenheit (70°F).

D. Hot Weather Curing 1. During the period June 1 to October 1 or when hot weather conditions require it, maintain

continuous water curing for a minimum period of twenty-four hours. Provide for wind breaks, shading, and other necessary provisions.

2. After twenty four (24) hours, curing shall be by one of the methods specified under B above. In all other respects, curing shall conform to applicable provisions of this Specification. Upon termination of the specified moist curing, every effort should be made to reduce the rate of drying by avoiding air circulation.

E. During the curing period, and thereafter as conditions may require, protect the concrete from damaging mechanical disturbances, particularly excessive load stresses, heavy shock, and excess vibration. Protect all finished concrete surfaces from damage caused by construction equipment, materials or methods, and by rain or running water.

END OF SECTION

Page 197: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PERVIOUS PAVERS 321320-1

321320-Pervious_Pavers.doc

SECTION 321320 PERVIOUS PAVERS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for permeable interlocking concrete pavers including: 1. Crushed stone bedding materials 2. Open-graded subbase aggregate 3. Bedding and joint/opening filler materials 4. Edge restraints 5. Geotextiles 6. Other miscellaneous paver items as they appear on plans

B. Related Requirements 1. Section 321300, Rigid Paving 2. Section 321100, Base Courses 3. Section 312200, Grading

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. American Society for Testing and Materials (ASTM)

1. C 67, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units

2. C 131, Standard Test Methods for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angele Machine.

3. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 4. C 140, Test Methods for Sampling and Testing Brick and Structural Clay Tile, Section 8

Freezing and Thawing. 5. D 448, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 6. C 936, Standard Specification for Solid Interlocking Concrete Pavers. 7. C 979, Specifications for Pigments for Integrally Colored Concrete 8. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures

Using a 5.5 lb (2.49 kg) Rammer and 12 in. (305mm) drop. 9. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures

Using a 10 lb (4.54 kg) Rammer and 18 in. (457mm) drop. 10. D 1883, Test Method for California Bearing Ratio of Laboratory-Compacted Soils. 11. D 4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils

B. Interlocking Concrete Pavement Institute, (ICPI)

1. Permeable Interlocking Concrete Pavement Manual.

1.04 ADMINISTRATIVE REQUIREMENTS A. Notification

1. Notify other crafts so they may deliver anchors, inserts, etc., or other material required to be embedded in concrete.

2. Notify the Engineer in writing at least forty-eight hours in advance of each paver placement. The Engineer will notify the Testing Laboratory to order out the necessary base course technicians to cover the work.

Page 198: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PERVIOUS PAVERS 321320-2

321320-Pervious_Pavers.doc

B. Sequencing: The Contractor shall notify the Engineer at least forty eight (48) hours prior to placing any paver. No paver shall be placed in any unit of work until all form work and shoring has been constructed and all reinforcements and items to be built into concrete have been placed and secured and approved by the Engineer.

1.05 SUBMITTALS A. Product Data

1. Submit manufacturer’s information for the following: a. Permeable interlocking concrete pavers b. Bedding and joint/opening filler materials c. Open-graded base aggregate d. Edge restraints e. Geotexiles

B. Shop Drawings 1. Refer to Administrative Requirements, Section 013000. 2. Immediately after award of Contract, prepare shop drawings showing all fabrication

dimensions and locations for placing of the interlocking paver. Indicate perimeter conditons, junction with other materials, expansion and control joints, paver layout, patterns, and color arrangement.

C. Samples 1. Representative full-size samples of each paver type, thickness, color, and finish. Submit

samples indicating the range of color expected in finished installation. 2. Minimum 3 lb samples of subbase, base, and bedding aggregate materials.

D. Quality Control 1. Manufacturer’s written quality control procedures including representative samples of

production record keeping that ensure conformance of paving products to the project. E. Certificates

1. A copy of subcontractor’s current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification Program.

2. Three job references from projects within the last 5 years of similar size and complexity. F. Test and Evaluation Reports

1. Sieve analysis of aggregates for subbase, base, and bedding materials per ASTM C 136. 2. Soil report indicating density test reports, classifications, and infiltration rate measured on-site

under compacted conditions, and suitability for intended project.

1.06 QUALITY ASSURANCE A. Paver Installation Subcontractor Qualifications:

1. A copy of subcontractor’s current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification Program.

2. Three job references from projects within the last 5 years of similar size and complexity. B. Review the manufacturers’ quality control plan, paver installation subcontractor’s method

statement and quality control plan with appropriate personnel involved with the project. C. Mock-ups:

1. Install a 10 ft x 10 ft paver area 2. Use this area to determine surcharge of the bedding layer, joint sizes, lines, laying pattern(s),

color(s) and texture for this job. 3. Subject to acceptance by owner, mock-up may be retained as part of this finished work.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials, of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee according to Section 7-1.23, Final

Guarantee, of the City Standard Specifications.

Page 199: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PERVIOUS PAVERS 321320-3

321320-Pervious_Pavers.doc

PART 2 - PRODUCTS

2.01 Permeable Interlocking Pavers 1. Manufacturer: Pacific Interlock Paverstone, Inc. or approved equal, 1193 S. DeAnza Blvd

Ste B, San Jose, Ca 95129, Website: www.pacinterlock.com . 2. Manufacturer’s Sales Representative: Paul Hathaway, Phone (408) 257-3645, Fax: (408)

257-3849. 3. Paver Models: Permeable Interlocking Concrete Paver Units; “Hydro-Flo™ Plaza Pavers”

style or approved equal; a. “Plaza” style shall be 100% 15.875” x 7.875” x 2.75” in a running bond paving pattern.

4. Material Standard: Comply with ASTM C936 5. Color Pigment Material Standard: Comply with ASTM C979

a. Color: “Plaza” for a running bond paving pattern is gray or approved equal. 6. Accessories: Installed per manufacturer’s recommendations and as shown on the details.

2.02 Crushed Stone Filler, Bedding, and Base 1. Crushed stone filler and bedding:

a. Crushed stone with 90% fractured faces, LA abrasion < 40 per ASTM C 131, minimum CBR of 80% per ASTM D 1883.

b. Do not use rounded river gravel. c. All stone materials shall be washed with less than 1% passing the No. 200 sieve. d. Joint/opening filler conforming to ASTM D448 gradation as shown in Table 1 below: e. Granite sand/crushed granite or course washed sand from Granite Rock or approved

equal may be used to fill permeable pavers with narrow joints TABLE 1 ASTM NO. 8 Grading requirements for Bedding and Joint/Opening Filler a. Sieve Size Percent Passing b. 12.5mm (1/2”) 100 c. 9.5mm (3/8”) 85 to 100 d. 4.75mm (No. 4) 10 to 30 e. 2.36mm (No. 8) 0 to 10 f. 1.16mm(No. 16) 0 to 5

2. Base Courses: See 321100 Base Courses of these Specifications.

2.03 Accessories 1. Provide accessory materials as follows:

a. Concrete mowband shall be used as edge restraint b. Geotexile fabric shall be non-woven polypropylene fabric equivalent to Mirafi FW700 or

approved equal. The grab tensile strength shall be 370 lbs and flow rate shall be a minimum of 18 gal/min/ft2.

2.04 SOURCE QUALITY CONTROL A. Testing

1. The Testing Laboratory must be present when the base courses are being placed. B. Obtain aggregate from source with proven history of successful use. Source shall remain

constant throughout the project unless approved by the Engineer.

PART 3 - EXECUTION

3.01 EXAMINATION A. Acceptance of Site Verification of Conditions

1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers.

Page 200: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PERVIOUS PAVERS 321320-4

321320-Pervious_Pavers.doc

a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements.

b. Provide written density test results for soil subgrade to the Owner, General Contractor and paver installation subcontractor.

c. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage pipes and inlets.

2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated subcontractor.

3.02 PREPARATION A. Verify that the soil subgrade is free from standing water. B. Stockpile joint/opening filler, base and subbase materials such that they are free from standing

water, uniformly graded, free of any organic material or sediment, debris, and ready for placement.

C. Edge Restraint Preparation 1. Install edge restraints per the drawings.

D. Protect all exposed surfaces as required to protect the work from damage by impact, staints from rubbish, and work from other trades, Damaged surfaces shall be replaced at no added cost to the City.

E. Grade Control: Establish and maintain the required lines and grades, including cross-slope during construction operations. All concrete shall slope to drain with no ponding of water.

3.03 INSTALLATION A. General

1. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment form adjacent construction activities shall be removed before application of the geotexile fabric and subbase materials.

2. Keep area where pavement is to be constructed free from sediment during entire job. Geotexile fabric, base, and bedding materials contaminated with sediment shall be removed and replaced with clean materials.

3. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the project engineer.

B. Geotexile Fabric 1. Place on the bottom and sids of soil subgrade. Secure in place to prevent wrinkling from

vehicle tires and tracks. 2. Overlap a minimum of [0.3 in (12 in.)] [0.6 m (24 in.)] in the direction of drainage.

C. Base Course 1. The upper 6 to 8 inches of the subgrade at the base should be scarified, moisture conditioned

and compacted. The moisture content should be within 2 percent of the optimum moisture content and the subgrade should be compacted under the observation and testing of the soil engineer to relative compaction of 85 to 90 percent of the maximum dry density as evaluated by ASTM D1557-07.

2. Moisten and spread the rock aggregate in 4 to 6 in lifts without wrinkling and folding the geotexile.

3. For each lift, the rock material should be rolled and densified with vibratory compaction equipment under the observation of the soil engineer.

D. Bedding Layer 1. Moisten, spread, and screed the No. 8 stone bedding material. 2. Fill voids left by removed screen rails with the No. 8 stone. 3. The surface tolerance of the screeded No. 8 bedding layer shall be +-3/8 in over 10 ft

straightedge. 4. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving

unit installation begins. E. Permeable interlocking concrete pavers and joint/opening fill material

1. Lay the pavers in the patterns indicated in the specifications and joint widths per manufacturer’s recommendations. Maintain straight patterns lines.

Page 201: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PERVIOUS PAVERS 321320-5

321320-Pervious_Pavers.doc

2. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit.

3. Cut pavers and place along the edges with a masonry saw. or double bladed splitter. 4. Fill the openings and joints with No. 8 stone or approved equal. 5. Remove excess aggregate on the surface by sweeping pavers clean. 6. Compact and seat the pavers into the bedding material using a low-amplitude, 75-90 Hz plate

compactor capable of at least 4,000 lbs centrifugal compaction force. This will require at least two passes with the plate compactor.

7. Do not compact within 6 ft of the unrestrained edges of the paving units. 8. Apply additional aggregate to the openings and joints, filling them completely. Remove

excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor.

9. All pavers within 6 ft of the laying face must be left fully compacted at the completion of the day.

10. The final surface tolerance of the compacted pavers shall not deviate more than +-3/8 in over 10 ft straightedge.

11. The surface elevation of pavers shall be 1/8” to 1/4 “ above adjacent drainage inlets, concrete collars, or channels.

3.04 SITE QUALITY CONTROL A. After sweeping the surface clean, check final elevations for conformance to the drawings. B. Lippage: No greater than 1/8” (3mm) difference in height between adjacent pavers. C. The surface elevation of pavers shall be 1/8” to 1/ 4” (3 to 6mm) above adjacent drainage inlets,

concrete collars or channels. D. Non-Conforming Work

1. Defective work, such as surface out of line, level, or plumb shall be repaired, removed, and replaced by the Contractor as directed and to the satisfaction of the Engineer at no cost to the City.

2. All interlocking paver work which is not true to line and plane, not conforming to specified finishes, exceeds tolerances, does not slope to drain, improperly cured, and others not conforming to plans as specified herein shall be deemed defective.

3. All such defective work shall be removed and replaced with proper work meeting plans and specifications requirements at no cost to the City.

3.05 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting

work from sediment deposition and damage due to subsequent construction activity on the site.

END OF SECTION

Page 202: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECOMPOSED GRANITE PAVING 321540-1

321540-DecomposedGranitePaving.doc

SECTION 321540 DECOMPOSED GRANITE PAVING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for Decomposed Granite Paving. B. Related Requirements

1. Section 312200, Grading 2. Section 321100, Base Courses 3. Section 329400, Planting Accessories

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Standards: Comply with pertinent provisions of following standards, in case of conflict between

referenced standards, the more stringent requirements shall govern. 1. ASTM, latest edition. 2. AASHTO Specifications for Materials, latest edition.

B. Standard Specifications: Conform to all applicable requirements of the Standard Specifications listed below, whether specifically referred to or not, except as modified hereinafter. 1. CalTrans Standard Specifications.

1.04 ADMINISTRATIVE REQUIREMENTS A. Scheduling

1. Inspection: The City will determine the location, timing, and number of compaction tests to assure that specified requirements are met.

1.05 SUBMITTALS A. Product Data

1. Soil Sterilant: Submit written recommendation from a State of California appropriately licensed individual along with complete product data from proposed manufacturer, for review by Engineer.

2. Decomposed Granite a. Sieve analysis of aggregate materials. b. Manufacturer’s specifications and other data needed to prove compliance with the

specified requirements. c. Certificates of compliance with the specified standards for natural materials and

manufactured items. 3. Material list of items proposed to be furnished under this section.

B. Samples 1. Decomposed Granite Paving with stabilizer: Contractor shall submit a 5 lb. sample of

decomposed granite and 1 lb. stabilizer to the Engineer for approval prior to delivery of material to the site.

2. The Contractor shall demonstrate to the satisfaction of the Engineer that he or his subcontractor possesses the skills to perform the work in all aspects required.

3. A five-square-foot sample of decomposed granite paving shall be installed at the site for the Engineer’s review and approval. The Contractor shall meet or exceed that quality of work in all subsequent work. Contractor shall be responsible for the removal of the sample at the completion of work.

1.06 QUALITY ASSURANCE A. Tests and Inspections

Page 203: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECOMPOSED GRANITE PAVING 321540-2

321540-DecomposedGranitePaving.doc

1. The City will provide a qualified testing laboratory to observe and test placement of aggregate in accordance with the specifications.

2. Tests will include inspection of subgrade prior to placing aggregate, inspection and testing of materials after mixing, and compaction tests to determine compliance with specification requirements.

B. Grading Tolerance: Construct grades described in this section within a tolerance of plus or minus five hundredths (0.05) foot maximum variation in any ten foot length from the grades shown on drawings.

C. Surface Drainage: No area of the finished paving will hold water. D. Qualifications of Workers: Provide at least one person who shall be thoroughly trained and

experienced in the skills required, completely familiar with the design and application of work described for this section and present at all times during progress of the work of this section and direct all work performed under this section.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.08 SITE CONDITIONS A. Protection from Water Accumulation: Perform all operations in a manner which continuously

allows proper disposal of surface run-off and prevents accumulation of water potentially causing soft areas impeding Work. Before leaving after each work day perform such operations as may be necessary to minimize possible damage or work slowdown caused by rain.

1.09 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 DECOMPOSED GRANITE PAVING A. Description: Shall be California gold track fines. B. Performance

1. With Stabilizer

Sieve Size % Passing #4 85-100 #8 55-80 #30 30-45 #200 10-20

2. Maximum dry density: 130 p.c.f. 3. Optimum moisture: 8.8% 4. Color: Shall be uniform tan or buff color. 5. The performance characteristics of the decomposed granite should not be impacted by minor

variations of the gradation (± 10%).

2.02 STABILIZER A. Manufacturers

1. Stabilizer Solutions of Phoenix, Arizona (1-800-336-2468) or approved equal as supplied by Supply Side Products (888) 222-4341 or approved equal.

B. Description 1. Stabilizer™ binder additive. The organic binding agent shall be a premium non-toxic,

colorless, odorless, non-staining concentrated powder that binds decomposed granite together to provide a natural appearing firm surface.

Page 204: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECOMPOSED GRANITE PAVING 321540-3

321540-DecomposedGranitePaving.doc

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of decomposed granite paving.

B. Surface Preparation 1. Prior to any installation, the area shall be treated with weed control treatment and pre-

emergent treatment per Section 329100, Planting Preparation. 2. Immediately prior to placing the decomposed granite, the subgrade shall be moistened.

C. Mixing 1. The binding agent shall be premixed at a standard rate of twelve to sixteen pounds (12-16

lbs.) per ton of decomposed granite. It is critical that Stabilizer be thoroughly and uniformly mixed throughout the decomposed granite.

2. Perform blending by the stationary plant method or a truck mounted mixer. 3. Portable mixers may not be used. 4. Mixing granular surfacing and stabilizer in situ is not acceptable. 5. Do not mix during, just prior to, or immediately following rainfall. 6. Blend for a minimum of 15-minutes.

3.02 INSTALLATION A. DECOMPOSED GRANITE PAVING

1. Decomposed granite shall be as shown and detailed on the Plans and be approved by the Engineer, both to color and gradation.

2. Upon thorough moisture penetration, compact aggregate screenings to ninety five percent (95%) relative compaction by compaction equipment such as double drum roller (2-4 ton) or single drum roller (1,000 lbs.) vibratory plate tamp. Do not begin compaction for six (6) hours after placement and up to forty eight (48) hours.

3. Decomposed granite shall be installed in two inches (2") lifts compacted to a four inches (4") depth. Each lift shall be wetted, rolled, and compacted to ninety five percent (95%) relative density.

4. In general each layer shall be placed in spreads as wide as practicable and to the full width of the course before a succeeding layer is placed.

5. Installation of decomposed granite shall not occur on rainy days. 6. Fill in any low spots or cracks with additional decomposed granite. 7. Grade to smooth uniform slopes between elevation points or lines, and between such

elevations and existing grades. 8. Tolerances: The finish grades of the decomposed granite paving shall conform to the lines

and grades on the drawings and allow for drainage. 9. Finish rake granular surfacing smooth with a steel tine rake. 10. Final thickness of the completed path section shall not vary more than ½-inch from the

dimensions indicated. B. Watering

1. Water heavily to achieve full depth moisture penetration of the granular surfacing to activate entire depth of stabilizer. Apply minimum of twenty (20) GPM per one thousand square feet (1,000 sf) for a one hour duration.

2. Spray water in such a manner as to not disturb the path surface. 3. Test for depth of water penetration by random inspection of pavement cores. Following

inspection fill holes with removed material and smooth to match adjacent surfacing. 4. Let watered surface stand for six to twenty four (6-24) hours until surface water is no longer

present and the granular surfacing is moist but not wet. 5. Fill in any low spots or cracks with additional decomposed granite.

C. Compaction 1. While granular surfacing is still thoroughly moist, roll with a heavy lawn roller (minimum two

hundred and twenty five pounds (225 lbs.) and maximum width of thirty inches (30”) to achieve finish grade and initial compaction.

2. Hand tamp edges and areas inaccessible to the roller.

Page 205: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECOMPOSED GRANITE PAVING 321540-4

321540-DecomposedGranitePaving.doc

3. Perform final compaction with a minimum 1-ton roller to achieve a dense, smooth, uniform surface texture.

4. Do not use whackers or vibratory rollers as the granular surfacing will not harden for weeks.

3.03 SITE QUALITY CONTROL A. Non-Conforming Work

1. Remove and replace decomposed granite paving that is damaged, defective, or does not meet requirements of this section.

B. Site Tests and Inspections 1. Finished surface shall be smooth, uniform and solid, with no evidence of chipping or cracking.

Dried, compacted surfacing shall be firm all the way through with no spongy areas. 2. Loose material shall not be present on the surface prior to extensive use. 3. Loose and unconsolidated material is evidence of improper bonding due to poor mixing or

insufficient watering. Test the loose material for adequate stabilizer by wetting, then tamping and allowing it to dry. If the material is still unconsolidated, the stabilizer did not get mixed adequately throughout the surfacing. If the material now is solid, initial watering was insufficient, cracking or sponginess is evidence of excessive stabilizer in the mix.

4. Remove all unconsolidated surfacing material and replace in accordance with the pertinent requirements of this section.

3.04 CLEANING A. Planting Areas: All excess decomposed granite shall be removed from planting areas.

3.05 PROTECTION A. General: Following construction of each layer and following completion of the decomposed

granite paving take all required measures necessary to prevent or repair segregation, raveling or rutting, and to maintain the layer in the specified condition until it is covered with a following layer or until all work is completed.

B. Final Acceptance: Immediately prior to final acceptance smooth any irregularities be rewetting rough areas thoroughly and rolling with one thousand to one thousand five hundred pound (1000-1500 lbs.) roller.

END OF SECTION

Page 206: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND PROTECTIVE SURFACING 321816-1

321816-PlaygroundProtectiveSurfacing.doc

SECTION 321816 PLAYGROUND PROTECTIVE SURFACING

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: all labor, materials, equipment, tools, accessories, transportation, and services

as required to furnish Playground Protective Surfacing. B. Related Requirements

1. Section 321100, Base Courses 2. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. U.S. Consumer Product Safety Commission, CPSC publication #325: Handbook for Public Playground Safety, latest edition.

2. ASTM F1487-07: Standard Consumer Safety Performance Specification for Playground Equipment for Public Use

3. ASTM F2223-04: Standard Guide for ASTM Standards on Playground Surfacing. 4. ASTM F1292-09: Standard Specification for Impact Attenuation of Surfacing Materials within

the Use Zones of Playground Equipment, current version. 5. ASTM F1951: Specification for Determination of Accessibility of Surface Systems Under and

Around Playground Equipment. 6. ASTM F2075-10a: Standard Specification for Engineered Wood Fiber for Use as a

Playground Safety Surface Under and Around Playground Equipment. 7. Certification: Playground Protective Surfaces shall be certified at the time of bid by IPEMA. 8. 2010 California Building Code (2010 CBC) 9. Department of Justice Title II regulation of ADA (28CFR Part 35)

10. Department of Justice Title III regulation of ADA (28 CFR Part 36) 11. Department of Justice 2010 American Disabilities Act Standards for Accessible Design (‘2010

ADA’).

1.04 ADMINISTRATIVE REQUIREMENTS A. Sequencing: Contractor to perform the following tasks in this order:

1. Installation of playground equipment prior to placement of Playground Protective Surfacing. 2. Placement of Playground Protective Surfacing after installation of sub-base.

B. Manufacturer’s Services: For Playground Protective Surfacing, services of the manufacturer’s representative who is familiar with the installation of Playground Protective Surfacing shall be provided. The representative shall supervise the installation to ensure that the Playground Protective Surfacing meets the impact attenuation requirements as specified herein.

1.05 SUBMITTALS A. General: Prior to the purchase of the items and within 10 days after award of contract, Contractor

shall submit the following items to Engineer for review and approval. No materials for this section shall be purchased until such approval is granted. Incomplete submittals shall be returned without review.

B. Playground Protective Surfacing, Poured-In-Place Rubber: 1. One pint sample of rubber granules showing color, manufacturer’s test data identifying the

critical height of material per specified base and wear course depths, and certification of compliance with ASTM F2223-04, ASTM F1292 and ASTM F1951.

Page 207: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND PROTECTIVE SURFACING 321816-2

321816-PlaygroundProtectiveSurfacing.doc

2. A listing of at least five installations where products similar to those proposed for use have been installed and have been in successful service for a minimum period of three years. This list shall include owner or purchaser, address of installation, date of installation, contact person, and phone number.

C. Certifications 1. All playground surfacing shall be IPEMA certified. Manufacturer’s Letter of Compliance with

IPEMA. 2. Supplemental insurance coverage provided by the manufacturer and/ or manufacturer’s sale

representative for equipment and surfacing material indicating a limit of product liability of not less than $5,000,000..

D. Agreement to inspection by manufacturer’s representative of each installation and certification of compliance with manufacturer’s installation guidelines for each when compliance is achieved.

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Playground Protective Surfacing 1. Delivery and Acceptance Requirements

a. All materials shall be delivered in original unopened packages with labels intact. b. Labels shall clearly state the product contained within the packages.

2. Storage and Handling Requirements a. Store all materials protected from weather and at a temperature not less than forty

degrees Fahrenheit (40° F).

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications. B. Warranty: Playground Protective Surfacing shall maintain required impact attenuation

characteristics and be guaranteed against defects in workmanship AND material for a period of five (5) years or as specified and agreed upon per alternate contract. Warranty shall note maintenance requirements and performance standards of completed product.

PART 2 - PRODUCTS

2.01 GENERAL A. All Playground Protective Surfacing, with the exception of sand, shall meet ASTM F1951. B. Playground Protective Surfacings intended to serve as accessible routes for persons with

disabilities shall be firm, stable and slip resistant, and shall meet the requirements of ADA and ASTM F1487-07.

2.02 PLAYGROUND PROTECTIVE SURFACING A. Poured-in-Place Rubber

1. Manufacturers a. Manufacturer shall be Sport Surface Specialties, Robertson Tot Turf, or approved equal.

For Sport Surface Specialties, contact the California Office at (916) 698-4257, 808 Sao Jorge Way, Sacramento, CA 95831. For Robertson Tot Turf, contact Detmers & Associates, (800) 221-3992, P.O. Box 4106, Rancho Cucamonga, CA 91729.

2. Performance Criteria a. Capacities

i. Surfacing shall comply with current ASTM F-1292. 3. Finishes

a. Colors shall be standard manufacturer colors as indicated on the plans. b. The UV Resistant Aliphatic binder shall be used.

Page 208: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND PROTECTIVE SURFACING 321816-3

321816-PlaygroundProtectiveSurfacing.doc

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions: Verify that finished elevations of adjacent areas are as indicated on the

drawings, that the appropriate sub-grade elevation has been established for the particular Playground Protective Surfacing to be installed, and that the subsurface has been installed in a true, even plane, and sloped to drain as indicated in drawings.

B. Subsurface: Tolerance of concrete or bituminous subsurface shall be within 1/8 inch in 10 feet. Tolerance of aggregate subsurface shall be within three eighths inch (3/8”) in ten feet (10’). Verify that aggregate subsurface has been fully compacted in two inch (2”) lifts to ninety five percent (95%) or greater.

C. Curing of Concrete: If Playground Protective Surfacing is to be installed, over concrete, verify that concrete sub-surface has cured and that all concrete curing compounds and other deleterious substances that might adversely affect adhesion have been removed. Surface shall be clean and dry.

D. Drainage: Verify that sub-surfacing drainage, if required, has been installed to provide positive drainage.

E. Ambient Conditions: Playground Protective Surfacing shall be installed on a dry subsurface, with no prospect of rain within the initial drying period, at temperatures recommended by the manufacturer. Installation in weather condition of extreme heat, less than fifty five degrees Fahrenheit (55°F), and/or high humidity may impact cure time, and the structural integrity of the final product. Immediate surrounding of site shall be reasonably free of dust conditions and poor particulate air quality which will impact the final surface look. The manufacturer’s installation manager shall reserve the fight to control installation based on such factor without penalty to the installer.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of Playground Protective Surfacing.

3.03 INSTALLATION A. The surfacing shall be constructed and installed in accordance with the manufacturer’s

specifications and with the details as shown on the plans and per applicable sections of these specifications.

B. Playground Protective Surfacings intended to serve as accessible routes for persons with disabilities shall be firm, stable and slip resistant, and shall meet the requirements of 2010 ADA and ASTM F1951..

C. Substrate: Whenever practical, substrate layer of surfacing material shall be installed in one continuous pour on the same day. When a second pour is required, fully coat the edge of the previous work with polyurethane binder to ensure one hundred percent (100%) bond with new work. Apply adhesive in small quantities so that new substrate can be placed before the adhesive dries.

D. Wear Surface: 1. The maximum thickness of the color wear surface shall be as shown on the details on the

plans. 2. The color wear surface shall be completed in one continuous pour with no seams or joints

except where wearing surface is composed of differing color patterns. 3. The color shall be consistent throughout the entire surface as shown on the plans. 4. Wearing surface shall be bonded to substrate. Apply adhesive to substrate in small quantities

so that wearing surface can be applied before adhesive dries. 5. Surface shall be hand trowelled to a smooth, even finish. 6. Where seams are required due to color change, a step configuration will be constructed to

maintain wear surface integrity. The edge of initial pour shall be coated with adhesive and wearing surface mixture shall be immediately applied.

7. Pads with multiple seams are encouraged to include a top coating of urethane before being placed into use.

Page 209: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLAYGROUND PROTECTIVE SURFACING 321816-4

321816-PlaygroundProtectiveSurfacing.doc

8. Butt joint seams are not acceptable. 9. Under special conditions and with Engineer’s written approval, seams may be permitted in

same color pad. E. Perimeter: Concrete perimeter must be saw cut to size indicated on plans, or formed during pour,

with Playground Protective Surfacing rolled down inside void. Primer adhesive must be applied to all sides of the void. When connecting to a concrete curb the hardened edge shall be primed with adhesive and the final two inches (2”) shall be tapered to allow the wear surface material to be a minimum of one inch (1”) thick where it joins the concrete edge.

F. Thickness: Construction methods, such as use of measured screeds one and one sixteenth inches (1-1/16”) thicker than the required surfacing depth, shall be employed to ensure that full depth of specified surfacing material is installed. Playground Protective Surfacing system thickness throughout the playground equipment use zone shall be as required to meet the impact attenuation requirements specified herein.

3.04 SITE QUALITY CONTROL

A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Non-Conforming Work 1. No subsequent layers of color surfacing shall be allowed to repair flaws, vandalism, etc. 2. If color and thickness is not consistent, the entire surface of the color coat shall be removed

and replaced at the direction of the Engineer, at no additional cost to City.

3.05 CLEANING A. Manufacturer’s installers shall not leave adhesive on adjacent surface or play equipment. B. Spills of excess adhesive shall be promptly cleaned.

3.06 PROTECTION A. The Playground Protective Surfacing shall be allowed to fully cure in accordance with

Manufacturer’s instructions. The surface shall be protected by the Contractor from all traffic during the curing period of forty eight (48) hours or as instructed by the manufacturer.

END OF SECTION

Page 210: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-1

323113-ChainLinkFenceandGates.doc

SECTION 323113 CHAIN LINK FENCES AND GATES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for Chain Link Fences and Gates. B. Related Requirements:

1. Section 055000, Metal Fabrications 2. Section 032000, Concrete Reinforcing 3. Section 321100, Base Courses 4. Section 321200, Flexible Paving 5. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. Section 80, Fences of the City Standard Specifications. 2. ASTM A-123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and

Steel Products. 3. ASTM A-500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel

Structural Tubing in Rounds and Shapes 4. ASTM A-525, Standard Specification for General Requirements for Steel Sheet, Zinc-Coated

(Galvanized) by the Hot-Dip Process (Withdrawn 1994). 5. ASTM F-567, Standard Specification for Castings, Iron, Cobalt, and Nickel-Base Alloy, for

High Strength at Elevated Temperatures (Withdrawn 1985). 6. ASTM F-668, Standard Specification for Poly (Vinyl Chloride) (PVC) – Coated Steel Chain

Link Fence. 7. ASTM F-1043, Standard Specification for Strength and Protective Coatings on Steel

Industrial Chain Link Fence Framework. 8. ASTM F-1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized)

Welded, for Fence Structures. 9. ASTM F-1664, Standard Specification for Poly (Vinyl Chloride) (PVC)-Coated Steel Tension

Wire Used with Chain-Link Fence. 10. ASTM F-1665, Standard Specification for Poly (Vinyl Chloride) (PVC) and Other Conforming

Organic Polymer-Coated Steel Barbed Wire Used With Chain-Link Fence. 11. AWS, Code for Arc and Gas Welding. 12. SSPC, Surface Preparation Specifications, latest edition. 13. Section 75 of the CalTrans Standard Specifications. 14. Applicable sections of ASTM as noted.

1.04 SUBMITTALS A. Product Data: Manufacturer’s catalog cuts indicating material compliance and specified options. B. Shop Drawings: Layout of fences and gates with dimensions, details, and finishes of components,

accessories, and post foundations. C. Samples: Color selection for polyolefin finishes. If requested, samples of materials [e.g., fabric,

wires, and accessories]. D. Certificates of Compliance: Certificates of Compliance shall be provided for all products and

materials proposed to be used under this Section.

Page 211: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-2

323113-ChainLinkFenceandGates.doc

E. Coordination: Coordinate all metal work with adjoining work for details of attachment, fitting, etc. Do all cutting, shearing, drilling, punching, threading, tapping, etc., required for miscellaneous metal or for attachment of adjacent work.

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City of San José,

Department of Public Works, Standard Specifications, July 1992 edition and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.06 WARRANTY A. Qualifications

1. Fabrication and welding shall be licensed operations. B. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 CHAIN LINK FENCING, COATED A. Manufacturer: Master Halco/Anchor Fence, Orange, CA, Phone (800) 229-5615, Fax (714) 385-

0104, or approved equal. B. Description

1. Vinyl coated chain link fencing shall be black polyvinyl chloride coated steel chain link fabric and fittings.

C. Materials 1. Chain link fabric shall be eleven (11) gauge for baseball backstops, nine (9) gauge for all

other fencing a. One and three fourths inches (1-3/4”) for tennis court fencing. b. Two inches (2”) mesh for all other fencing over a zinc substrate.

2. Polyolefin elastomer coating, 6 mil (0.15mm) to 10 mil (0.25mm) thickness, thermally fused to zinc-coated steel wire: Per ASTM F-668 Class 2b. Core wire tensile strength 75,000 psi (517 MPa).

3. Steel Fence Framing a. Steel pipe – ASTM F-1083, standard weight schedule forty (40); minimum yield strength

of 25,000 psi; sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/ft^2 of coated surface area.

b. Steel pipe – Type II: Cold formed and welded steel pipe complying with ASTM F-1043, Group IC, with minimum yield strength of 50,000 psi, sizes as indicated. Protective coating per ASTM F-1043, external coating Type B, zinc with organic overcoat, 0.9 oz/ft^2 minimum zinc coating with chromate conversion coating and verifiable polymer film. Internal coating Type B, minimum 0.9 oz/ft^2 zinc or Type D, zinc pigmented, 81% nominal coating, minimum 3 mils (0.08 mm) thick.

c. Formed steel (“C”) sections: Roll formed steel shapes complying with ASTM-F 1043, Group II, produced from 45,000 psi yield strength steel; sizes as indicated. External coating per ASTM F-1043, Type A, minimum average 2.0 oz/ft^2 of zinc per ASTM A-123, or 4.0 oz/ft^2 per ASTM-A 525.

d. Steel square sections: [ASTM A-500, grade B] Steel having minimum yield strength of 40,000 psi; sizes as indicated. Hot-dipped galvanized with minimum 1.8 oz/ft^2 of coated surface area.

e. Polyolefin coated finish: In accordance with ASTM F-1043, apply supplemental color coating of minimum ten (10) mils of thermally fused polyolefin in black to match fabric. i. End and Corner Post __3.5”___od __9.1___lbs/ft

OR End and Corner Post __3.5”___od __9.1___lbs/ft

ii. Line (intermediate) Post __3.5”___od __9.1___lbs/ft OR

iii. Rail and Braces __1 5/8”___od __2.27___lbs/ft

Page 212: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-3

323113-ChainLinkFenceandGates.doc

D. Selvage E. Fastenings

1. Anchors and Bolts: Shall conform to ASTM 307. 2. Intent of Drawings: The drawings are intended to show the number, size and spacing of nails,

bolts and screws, etc., required for structural strength. If any particular joint is not shown on the drawings, it shall be provided with bolts, screws, and/or nails, as required to be consistent with the fully detailed joints, and shall be subject to the approval of the Engineer.

3. Furnish all hardware required for fastenings, as shown on the drawings, and as specified herein, and as required to complete the work. All fasteners shall be hot-dip galvanized. Fasteners shall include, but not be limited to, the following: a. Bolts: Shall be machine bolts, lag bolts, or carriage bolts of structural grade steel

conforming to ASTM A-153, of sizes indicated on the drawings. Anchor bolts shall have cut threads.

b. Washers: Shall be of standard malleable iron, ASTM 153. c. Galvanizing

i. All ferrous metal fabrications shall be hot dipped galvanize per ASTM A-153. Fabrications to be painted shall be acid etched prior to painting. Add panting spec or note painting requirement on detail(s). Galvanizing for iron and steel hardware shall be in accordance with ASTM 153.

ii. If necessary, the threads of nuts shall be retapped after galvanizing repair compound.

F. Finishes 1. Primer Materials

a. Two (2) coats of black metal paint shall be applied over a metal primer. 2. Finish Materials

a. Posts and rails shall be hot dipped galvanized with two (2) coats of black metal paint.

2.02 CHAIN LINK FENCING WITH SLATS A. Manufacturer

1. Manufacturer shall be Security Contractor Services, San José, CA or approved equal. B. Description

1. Chain link with slats shall be Viewguard Fabric with PDS slats C. Materials

1. Chain link fabric shall be nine (9) gauge, three inches by five inches (3” x 5”) mesh, pre-woven.

2. Slats shall be two and three eighth inches (2-3/8”) wide brown virgin polyethylene slats with ultra violet inhibitors with a wall thickness of .030” (± 0.003”).

D. Finishes 1. Chain link fabric shall be hot dip galvanized.

2.03 FENCE ACCESSORIES A. Post Caps: Formed steel, cast malleable iron, or aluminum alloy weather tight closure cap for

tubular posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. “C’ shaped line post without top rail or barbed wire supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.)

B. Top Rail and Bottom Rail and/or Tension Wire: The fence shall have a continuous top and bottom rail for its full length of galvanized steel 1-5/8 inches o.d. tubing, weighting 1.73 pounds per foot; and a bottom six (6) gauge tension wire.

C. Top Rail Sleeves: Seven inches (7” or 178 mm) expansion sleeve with spring, allowing for expansion and contraction of top rail.

D. Wire Ties: Nine (9) gauge [0.148” (3.76 mm)] galvanized steel wire for attachment of fabric to line posts. Double wrap thirteen (13) gauge [0.092” (2.324 mm)] for rails and braces. Hog ring ties of twelve and one half (12-1/2) gauge [0.0985” (2.502 mm)] for attachment of fabric to tension wire.

E. Posts shall be one-piece without circumferential welds, and shall be: 1. Line Posts

a. Fence with slats – posts shall be two inch (2”) Schedule forty (40) pipe, 3.65 lb./ft. b. Fence without slats – posts shall be 1 ½ to 2-inch Schedule forty (40) pipe, 2.72 lb./ft.

Page 213: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-4

323113-ChainLinkFenceandGates.doc

2. End and Corner Posts a. Fence with slats – Posts shall be two (2) and one half inch (2-1/2”) Schedule forty (40)

pipe, 5.79 lb./ft. b. Fence without slats – Posts shall be two inches (2 inches) Schedule forty (40) pipe, 3.65

lb./ft. 3. Gate posts shall be three and one half inches (3-1/2”) Schedule forty (40) pipe, 9.1 lb./ft.

F. Braces shall be one and one fourth inch (1-1/4”) Schedule forty (40) pipe, 2.27 lb./ft. G. Truss rod and turn buckle shall be in conformance with Section 80-4, Chain Link Fence of the

State Standard Specifications. H. Fence stretcher bars shall be ¼-inch by ¾-inch galvanized steel bars, and steel bands for

fastening stretcher bars to the posts shall be one eighth inch (1/8”) by three fourths inch (3/4”). I. Tension wire: Thermally fused polyolefin applied to metallic coated steel wire: Per ASTM F-1664

Class 2b, six (6) gauge, [0.192”] diameter core wire with tensile strength of 75,000 psi. J. Barbed Wire: Thermally fused polyolefin coated per ASTM F-1665 Class 3b steel wire double-

strand, thirteen and three fourths (13-3/4) gauge, [0.083” (2.10 mm)] twisted line wire with galvanized steel, four (4) point barbs (without polyolefin finish) spaced approximately three inches (3”) o.c..

K. Barbed Wire Supporting Arms: Pressed steel arms with provisions for attaching three (3) rows of barbed wire. Arms shall withstand two hundred and fifty pounds (250 lb. or 113.5 kg) downward pull at outermost end of arm without failure. 1. Provide [45°] [3 strands, single arm] [and] [6 strands double “V” arms]. 2. Provide intermediate arms with hole for passage of top rail.

L. Nuts, Bolts, Etc.: Shall be of steel, hot-dipped galvanized after fabrication, minimum size 3/8-inch diameter. 1. For coated fence, nuts and bolts are galvanized but not polyolefin coated. Cans of touch up

paint are available to color coat nuts and bolts if desired.

2.04 GATES A. Manufacturer: Gates to be manufactured by same manufacturer as adjacent fence. B. Description

1. Swing Gates: Swing gate frames shall be constructed of one (1) one half inch (1/2”) Schedule forty (40) pipe, minimum, and shall be fabricated by welding with all welds ground smooth prior to hot-dip galvanizing. Each gate leaf shall be provided with at least one diagonal brace. Frames shall be galvanized after fabrication. Galvanized malleable iron fittings for latching the gate shall be provided. Swing gates shall be hung by at least two (2) steel or malleable iron hinges not less than three inches (3”) in width. Fabric shall match the fabric used in the fence. Each pair of gates shall be provided with a heavy drop rod latch assembly with a locking device for a padlock.

2. Sliding Gates: Shall be track guided cantilever type. They shall be engineered and designed special for opening size and opening directions. Their construction shall be similar to that specified for swing gates. The gate components shall be engineered for proper piping and bracing size, and shall be provided complete with all necessary operating hardware including, but not necessarily limited to the following: tracks, supports, brackets, guides, heavy duty rollers with roller or ball bearings, and finish hardware. They shall be engineered for not less than a wind load of twenty five pounds per square foot (25 lb./sq. ft.) and maximum deflection of 1/160 of the full span with a two hundred pound (200 lb) live load at the free end. The complete, welded, gate frame units and any ungalvanized hardware shall be hot-dip galvanized after fabrication. The cantilever gates shall have a free clear space under them of not less than four inches (4”).

2.05 WELDING MATERIALS A. Description

1. Materials and fabrication shall be in accordance with the standards as shown in section 1.03A.

2. Welding and equipment shall conform to American Welding Society’s “Code for Arc and Gas Welding.”

3. ANSI D.1.1; Type required for materials being welded.

Page 214: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-5

323113-ChainLinkFenceandGates.doc

B. Performance/Design Criteria 1. Capacities Nails: Unless otherwise noted, nails shall be hot-dipped 2 oz/SF common wire of

adequate size for type of fastening, ASTM 153. a. Anchors and bolts shall conform to ASTM 307.

2.06 SETTING MATERIALS A. Concrete: Minimum twenty eight (28) day compressive strength of 3,000 psi. Or B. Drive Anchors: Galvanized angles, ASTM A-36 steel one inch by one inch by thirty inches (1” x 1”

x 30”) galvanized shoe clamps to secure angles to posts.

PART 3 - EXECUTION

3.01 EXAMINATION A. Verify areas to receive fencing are completed to final grades and elevations. B. Ensure property lines and legal boundaries of work are clearly established. C. Verification of Conditions: Verify all measurements at site prior to ordering materials.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of chain link fences and gates.

B. Demolition/Removal: All earth, brush, or other obstructions which interfere with the proper alignment of construction of fences and gates shall be removed and disposed of at the expense of the Contractor.

3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Framing Installation

1. Install chain link fence in accordance with ASTM F-567 and manufacturer’s instructions. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction

of 15° or more. a. Posts shall be set plumb, and shall be centered in twelve inch (12”) diameter concrete

footings extending thirty nine inches (39”) into the ground. b. Fence corner posts shall be installed in lieu of line posts at intervals not exceeding five

hundred feet (500’) and shall be braced horizontally in both directions. 3. Space line posts uniformly [at eight feet (8’) o.c.] [at 10’ o.c.].

a. Line posts shall be set plumb and shall be centered in twelve inch (12”) diameter concrete footings extending thirty nine inches (39”) into the ground.

4. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts.

5. Gate posts shall be provided with a concrete footing in accordance with the manufacturer’s printed recommendation. a. Concrete for footings shall be placed immediately after mixing in a manner such that

there will be no concentration of the large aggregates. The concrete shall be consolidated by tamping or vibrating in an approved manner. Concrete for footings may be placed without forms, providing the ground is firm enough to permit excavation to neat line dimensions. Prior to placing the concrete, the earth around the hole shall be thoroughly moistened. The concrete shall completely fill the hole and top surfaces of the concrete shall be crowned and sloped away from the post to shed water and shall have a neat appearance. Not less than seven (7) days shall elapse after placing the concrete footings before the fence fabric is fastened to the posts.

6. Drive anchor [line] posts: With protective cap, drive post thirty six inches (36” or 914 mm) into ground. Slightly below ground level install drive anchor shoe fitting. Install two (2) diagonal drive anchors and tighten in the shoe.

7. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations.

Page 215: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-6

323113-ChainLinkFenceandGates.doc

8. Bracing: Bracing shall be provided at all end, gate, and corner posts, the latter in both directions. Horizontal brace rails shall be set 6 inches below top of fence fabric running from the corner, end, or gate post to first line post. Diagonal tension members shall connect tautly between posts below horizontal braces.

9. Tension wire: Provide tension wire at bottom of fabric [and at top, if top rail is not specified]. Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with twelve and one half (12-1/2) gauge (0.0985”) hog rings twenty four inches (24”) oc.

10. Top rail: Install lengths, twenty one feet (21’). Connect joints with sleeves for rigid connections for expansion/contraction. a. Top rail shall pass through openings provided in the post tops and each length shall be

coupled with a sleeve coupling, or by a three inch (3”) long swaged end. 11. Center rails (for fabric height twelve feet (12’) and over). Install mid rails between posts with

fittings and accessories. 12. Bottom rails: Install bottom rails between posts with fittings and accessories. 13. Posts are to be installed integral with mow band, where occurs, per drawings.

C. Fabric Installation 1. Fabric: Install fabric on park side and attach so that fabric remains in tension after pulling

force is released. Leave approximately two inches (2”) between finish grade and bottom selvage. Attach fabric with wire ties to line posts at fifteen inches (15”) o.c. and to rails, braces, and tension wire at twenty four inches (24”) o.c.

2. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of fifteen inches (15”) o.c.

3. The truss rod shall be stretched tight with turnbuckles at the end and corner posts. D. Accessories

1. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 2. Fasteners: Install nuts on side of fence opposite fabric side for added security. 3. Barbed wire: Uniformly space parallel rows of barbed wire on security side of fence. Pull wire

taut and attach in clips or slots of each extension. 4. Slats: Install slats in accordance with manufacturer’s instructions.

E. Special Techniques 1. Cutting: Drill or punch holes; do not use cutting torch. Shearing and punching shall leave true

lines and surfaces. 2. Welding shall conform to best modern practice, be of adequate strength, with jointing made

tight and flush and in true planes. a. Make all permanent connections in ferrous metal surfaces using welds where at all

possible. b. Regalvanize all welds. c. Do not use bolts or screws where they can be avoided. d. Welds shall be made only by operators experienced in performing the type of work

indicated. e. Welds normally exposed to view in the finish work shall be uniformly made and shall be

ground smooth. f. Where welding is done in proximity to glass or finished surfaces, such surfaces shall be

protected from damage due to welds, sparks, splatter, or tramp metal. 3. Conceal all fastenings where practicable. 4. Form joints exposed to weather to exclude water.

F. Bolted, Screwed and Riveted Connections 1. In general, use bolts for field connections only as detailed. Provide washers under all heads

and nuts. Draw all nuts tight and nick threads of permanent connections to prevent loosening. Use beveled washers where bearing is on sloped surfaces.

2. Each bolt hole in wood shall be drilled one sixteenth inch (1/16”) larger than the bolt diameter. 3. Where screws must be used for permanent connections in ferrous metal, use flat head type,

countersunk, with screw slots filled and finished smooth and flush. G. Interface with Other Work

Page 216: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT CHAIN LINK FENCES AND GATES 323113-7

323113-ChainLinkFenceandGates.doc

1. Jointing and intersections of metals shall be accurately made. Bolted work shall be screwed up tight, threads distorted to prevent loosening, but smooth enough to be safe, or tack welded as indicated on the plans.

3.04 REPAIR A. Damaged Materials: Any galvanized coating damaged during construction of the fencing and

gates shall be repaired by application of molten Galvo-Weld; Galvinox; or equal.

END OF SECTION

Page 217: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECORATIVE METAL FENCES AND GATES 323119-1

323119-DecorativeMetalFencesandGates.doc

SECTION 323119 DECORATIVE METAL FENCES AND GATES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: all labor, materials, equipment, tools, accessories, transportation, and services

as required for Decorative Metal Fences and Gates. B. Related Requirements:

1. Section 032000, Concrete Reinforcing 2. Section 321100, Base Courses 3. Section 321300, Rigid Paving 4. Section 055000, Metal Fabrications

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. AWS, Code for Arc and Gas Welding. B. Society for Protective Coatings, Surface Preparation Specifications, latest edition. C. Section 75 of the Caltrans Standard Specifications. D. Applicable sections of ASTM as noted.

1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate all metal work with adjoining work for details of attachment, fitting, etc.

Do all cutting, shearing, drilling, punching, threading, tapping, etc., required for miscellaneous metal or for attachment of adjacent work.

1.05 SUBMITTALS A. Submit shop drawings where required by the technical specifications or on the drawings for:

1. Metal Fence B. Shop drawings shall show dimensions, sizes, thicknesses, gauges, finishes, joining, attachments,

and relationship of work to adjoining construction. Where concrete, masonry, or other materials must be set to exact locations to receive work, furnish assistance and direction necessary to permit other trades to properly locate their work. Where welded connectors, concrete or masonry inserts are required to receive work, shop drawing shall show exact locations required, and all such drawings shall be furnished to the trades responsible for installing the connectors or inserts. Catalog work sheets showing illustrated cuts of item to be furnished, scale details and dimensions may be submitted for standard manufactured items.

1.06 QUALITY ASSURANCE A. Qualifications

1. Fabrication and welding shall be licensed operations. B. Field Measurements: Verify dimensions with work of other sections that adjoins the Decorative

Metal Fencing work. 1. Measurements of adjoining work shall be taken, so that the Decorative Metal Fencing work

shall fit closely into the spaces provided. 2. If any conflicts between design and actual on-site conditions are encountered, Shop

Drawings showing the nature and location of conditions shall be submitted to the Engineer for determination, prior to fabrication of Decorative Metal Fencing.

C. Shop Assembly: Insofar as practicable, fitting and assembly of work shall be done in shop. 1. Work that cannot be permanently shop assembled, shall be completely assembled, marked,

and disassembled in shop before shipment to insure proper field assembly. 2. Shop fabricated items shall properly fit in the field condition. In event that shop-fabricated

items do not fit the field condition, the item shall be returned to the shop for correction.

Page 218: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECORATIVE METAL FENCES AND GATES 323119-2

323119-DecorativeMetalFencesandGates.doc

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Finished materials: Protect existing finishes and new Decorative Metal Fencing finishes against soiling, staining or damage from scratches and abrasion. Maintain protection during construction and until Final Occupancy.

C. Special Handling: All tools and equipment utilized in handling, storage, and installation of the stainless steel must be of stainless steel or of a non-metallic material to prevent iron particle marking or scoring of the stainless steel finish.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 MATERIALS A. General: use new and clean materials as specified, having structural properties sufficient to safely

sustain or withstand stresses and strains to which materials and assembled work will be subjected.

B. Wind Load: Decorative Metal Fencing shall be designed, fabricated and installed to withstand a wind load of at least one hundred and twenty miles per hour (120 MPH) on entire assembly, and shall meet all building codes, code load requirements, seismic, and other regulatory requirements applicable to the proposed installation.

2.02 DESCRIPTION A. Steel Tubing: Shall conform to ASTM A500, Grade B cold formed structural tubing.

1. Steel Plates, Shapes, and Bars: Conforming to ASTM A 36. 2. Concrete Inserts: Malleable iron, ASTM A-47, or cast steel, ASTM A-27, inserts, with steel

bolts, washers and shims; hot-dip galvanized. 3. Anchors and insert: Furnish inserts and anchoring devices to be built into other work for

installation of miscellaneous metal items. Coordinate delivery to job site to avoid delay. Use non-ferrous metal or hot-dip galvanized anchors and inserts for exterior resistance. Use toothed steel or lead expansion bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work.

B. Fasteners 1. Furnish of basic metal and alloy, matching finished color and texture as metal being fastened,

unless otherwise indicated. 2. Provide fasteners with rated holding power four (4) times design working load. 3. Where exposed to view, fasteners shall be tamper resistant. 4. For Stainless Steel: Stainless steel, AISI Type 304, non magnetic. 5. Anchors and Bolts: Shall conform to ASTM 307. 6. Intent of Drawings: The drawings are intended to show the number, size and spacing of nails,

bolts and screws, etc., required for structural strength. If any particular joint is not shown on the drawings, it shall be provided with bolts, screws, and/or nails, as required to be consistent with the fully detailed joints, and shall be subject to the approval of the Engineer.

7. Furnish all hardware required for fastenings, as shown on the drawings, and as specified herein, and as required to complete the work. All fasteners shall be hot-dip galvanized. Fasteners shall include, but not be limited to, the following:

8. Nails: Unless otherwise noted, nails shall be hot-dipped two ounces per square foot (2 oz/sf) common wire of adequate size for type of fastening, ASTM 153.

9. Bolts: Shall be machine bolts, lag bolts, or carriage bolts of structural grade steel conforming to ASTM A-153, of sizes indicated on the drawings. Anchor bolts shall have cut threads.

10. Washers: Shall be of standard malleable iron, ASTM 153. 11. Galvanizing

Page 219: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECORATIVE METAL FENCES AND GATES 323119-3

323119-DecorativeMetalFencesandGates.doc

a. All ferrous metal fabrications shall be hot dipped galvanize per ASTM A-153. Fabrications to be painted shall be acid etched prior to painting. Galvanizing for iron and steel hardware shall be in accordance with ASTM 153.

b. If necessary, the threads of nuts shall be retaped after galvanizing repair compound.

2.03 WELDING MATERIALS A. Description

1. Materials and fabrication shall be in accordance with the standards as shown in section 1.03A.

2. Welding and equipment shall conform to AWS, Code for Arc and Gas Welding. 3. ANSI D.1.1; Type required for materials being welded.

B. Performance/Design Criteria 1. Capacities Nails: Unless otherwise noted, nails shall be hot-dipped two ounces per square

foot (2 oz/sf) common wire of adequate size for type of fastening, ASTM 153. a. Anchors and bolts shall conform to ASTM 307.

PART 3 - EXECUTION

3.01 INSTALLATION A. All parts and all members of the work of this section shall be the size, shape, and profile indicated

by the Contract Documents. Methods of fabrication, assembly and erection, unless otherwise specifically stated, shall be at the discretion of the Contractor.

B. Exposed Work: In addition to requirements specified herein or shown on drawings, all surfaces exposed to view shall be clean, and free from dirt, stains, grease, scratches, distortions, waves, dents, buckles, tool marks, burrs, and other defects which mar appearance of finished work. 1. Metal work exposed to view shall be straight and true to line or curve, smooth arises and

angles as sharp as practicable without draft, miters formed in true alignment, profiles accurately intersecting, and with joints carefully matched to produce continuity of line and design.

2. Exposed fastenings, where permitted by Engineer, shall be of the same material, color, and finish as the metal to which applied, unless otherwise indicated, and shall be of the smallest practicable size.

C. Structural/ Loading Criteria: Install Decorative Metal Fencing to provide items with capabilities to safely sustain or withstand stresses and strains to which materials and assembled work will be subjected. Comply with project loading and structural criteria and local building code authorities.

D. Coordinate completion of surrounding and adjacent construction to assure flush and, where applicable, waterproofed installation.

3.02 INSPECTION A. General: The Engineer will inspect Decorative Metal Fencing at the Contractor's facility and

delivery location, and in accordance with Section 6, Control of Materials of the referenced Caltrans Standard Specifications. The Engineer will inspect Decorative Metal Fencings for damage and defects before and after installation.

3.03 METAL FABRICATIONS AND COMPONENTS A. Edges and Cutting: Make edges and cuts accurate, clean, sharp, square, smooth, and free of

burrs. Make cuts without deforming adjacent surfaces or materials. B. Holes: Drill or cleanly punch holes (do not burn), so that holes will be accurate, clean, neat, and

sharp without deforming adjacent surfaces. C. Connections: Make connections with tight joints capable of developing full strength of member,

flush unless indicated otherwise, and formed to exclude water where exposed to the elements. 1. For work exposed to view, use concealed threaded fasteners (unless welded or other

connections indicated) with joints accurately fitted, flush, and rigidly secured with hairline contacts (unless joints other than hairline indicated).

D. Threaded Fasteners (Bolts and Screws): 1. In general, use bolts for field connections only as detailed.

Page 220: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECORATIVE METAL FENCES AND GATES 323119-4

323119-DecorativeMetalFencesandGates.doc

2. Provide washers under all heads and nuts. Use beveled washers where bearing is on sloped surfaces.

3. Draw all nuts tight and nick threads of permanent connections to prevent loosening. 4. Where screws must be used for permanent connections in ferrous metal, use flat head type,

countersunk, with screw slots filled and finished smooth and flush. 5. Make threaded connections tight with threads entirely concealed. 6. Use lock nuts. 7. Where exposed to view, fasteners shall be of the tamper proof type with head size as small

as possible. E. Welding: Comply with recommendations of the AWS using electrodes and methods

recommended by the manufacturer of the metals being welded. 1. Welds shall be continuous, except where spot welding is specifically permitted. 2. Welds exposed to view shall be ground flush and dressed smooth with and to match finish of

adjoining surfaces so that the joint will not be visible. 3. Undercut metal edges where welds are required are to be ground flush and dressed smooth. 4. All welds on or behind surfaces which will be exposed to view shall be executed to result in a

finished surface free of imperfections such as pits, runs, splatter, cracks, warping, dimpling, depressions, or other forms of distortion or discoloration. Remove weld spatter and welding oxides from all welded surfaces.

5. Maintain continuity of the finish at exposed surfaces and edges near the exposed joints, which shall be sharp and square, without burrs, flattening, thinning, easing of edge or other irregularities.

6. Make all permanent connections in ferrous metal surfaces using welds where at all possible. 7. Regalvanize all welds. 8. Do not use bolts or screws where they can be avoided. 9. Welds shall be made only by operators experienced in performing the type of work indicated. 10. Where welding is done in proximity to glass or finished surfaces, such surfaces shall be

protected from damage due to welds, sparks, splatter, or tramp metal.

3.04 SUPPLEMENTARY PARTS INCLUDING FRAMING, BRACING, SUPPORTS, AND THE LIKE A. Provide as necessary to complete each item of work, even though such supplementary parts are

not shown or specified. B. Use materials compatible with adjacent and connecting elements. C. Framing, plate reinforcing, supplementary framing or reinforcing, bracket assemblies, and the

like, required for the support, framing, reinforcing, bracing, etc. of Decorative Metal Fencing shall be of such sizes and shapes as indicated on the drawings and details, or as required to suit the conditions.

D. Provide all necessary supports and accessory items such as inserts, hangers, braces, struts, clip angles, anchors, bolts, nuts, welds, etc. as required to properly and rigidly fasten, anchor or attach work of this Section in place and to the concrete and other connecting and adjoining work.

3.05 FINISHES A. General

1. All finishes shall be shop applied, unless otherwise approved in writing by the Engineer.

3.06 ATTACHMENTS A. Unless otherwise indicated, work to be attached to concrete shall be anchored by bolts previously

placed for Decorative Metal Fencing installations into embedded metal inserts, or drilled in expansion shields.

B. Work attached to miscellaneous steel shall be anchored by bolts or screws to suit condition. 1. Power-actuated fasteners are not permitted.

C. Provide shims, slotted holes, or other means necessary for leveling, plumbing, and other required adjustments.

D. Do all necessary drilling, tapping, cutting or other preparation of surrounding construction in the field accurately, neatly and as necessary for the attachment and support of the Decorative Metal Fencing. Obtain approval of the Engineer prior to such preparation to work of others where cutting or other preparation s may affect structural integrity or exposed finish.

Page 221: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT DECORATIVE METAL FENCES AND GATES 323119-5

323119-DecorativeMetalFencesandGates.doc

3.07 PROTECTION A. Regardless of kind, size, type, or whether delivered by the Contractor or by a common carrier,

Decorative Metal Fencing panels shall be protected by thorough wrapping, tarping, or other methods to ensure that Decorative Metal Fencing panels are not damaged by weather conditions and during transit. Decorative Metal Fencing panels shall be dry during transit and shipped on palettes, in crates, or tier racks. Padding and protective materials shall be placed between Decorative Metal Fencing panels as appropriate. Finished Decorative Metal Fencing panels shall be transported and stored by method that protects the face of Decorative Metal Fencing panels from damage. The Contractor shall replace wet, damaged, and defective Decorative Metal Fencing panels.

B. Decorative Metal Fencing panels shall be stored in a dry environment at all times. Decorative Metal Fencing panels shall not rest directly on the ground or become wet during storage. Decorative Metal Fencing panels shall be stored indoor if duration of the storage will exceed thirty (30) days.

C. After completion of the work of this Section and the work of adjacent trades, or at such times as directed by the Engineer, all temporary protection shall be removed and the exposed surfaces of all work of this Section shall be cleaned and left free of smears, scratches, and abrasions, to the satisfaction of the Engineer. 1. Any damages to finishes shall be repaired at no additional cost to the City. 2. In the event that damage is not repairable, remove and replace such items at no additional

cost to the City.

END OF SECTION

Page 222: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 1

323200-RetainingWalls.doc

SECTION 323200 RETAINING WALLS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for construction of Retaining Walls. B. Related Requirements

1. Section 032000, Concrete Reinforcement 2. Section 312200, Grading 3. Section 321100, Base Courses 4. Section 321300, Rigid Paving

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. Section 51, Concrete Structures and Section 90, Portland Cement Concrete of the City Standard Specifications.

2. ASTM C90-93, Hollow Load Bearing Masonry Units. 3. ASTM C140-91, Sampling and Testing Concrete Masonry Units 4. ACI 315, Detail and Detailing of Concrete Reinforcement-WITHDRAWN-Incorporated into

ACI SP66. 5. ASTM D1557, Standard Test Methods for Laboratory Compaction Characteristics of Soil

Using Modified Effort.

1.04 SUBMITTALS A. Product Data

1. Submit manufacturer’s information for the following: a. Admixtures b. Curing compounds c. Bonding agent d. Reinforcing steel e. Vertical joint filler f. Vertical joint sealant g. Embedded items h. Exposed aggregate i. Color pigments

B. Shop Drawings 1. Immediately after award of Contract, prepare shop drawings showing all fabrication

dimensions and locations for placing of the reinforcing steel and accessories. Follow detailing recommendations of ACI 315. a. Shop Drawings are to be prepared by a rebar detailer. b. Do not order or deliver reinforcement to job site prior to approval of the shop drawings.

C. Samples 1. A 3’x3’ sample of the formliner retaining wall shall be poured and finished at the site for

Engineer’s review prior to commencing concrete pouring. Once the samples have been reviewed, the Contractor shall meet or exceed that quality of finish in all subsequent work. Contractor shall be responsible for removal of the samples at the completion of the work.

2. Color Samples: A quart sample of each wall color and finish is required for review by the Engineer.

D. Quality Control

Page 223: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 2

323200-RetainingWalls.doc

1. Design Data: Submit design mixes for concrete, including list of admixtures to be used, to the Testing Laboratory and the Engineer of Record. After approval and prior to placement, send the approved mix to the Testing Laboratory. Provide compressive strength history within one (1) year of proposed use for all concrete mixes.

E. Certificates 1. Cement and Aggregate: Furnish to the Engineer the following data:

a. Mill certificates from cement manufacturer certifying that cement meets ASTM specification and is suitable for purpose intended.

b. Proof of aggregate's compatibility with cement to be used and certification that aggregates meet ASTM specification. City reserves the right to have his testing laboratory perform additional tests on cement and aggregates which may be deemed advisable.

2. BSA or MEA approval for the admixtures and cement used. 3. Concrete producer’s certificate must be presented at site before concrete is placed in

accordance with 2000 IBDC with current California State Amendments. Also to be submitted to the Planning, Building & Code Enforcement Department.

4. The Contractor’s superintendent’s (the person superintending the concrete work) affidavit that all items have been installed as per the documents. Also to be submitted to the Planning, Building & Code Enforcement Department.

F. Test and Evaluation Reports 1. Compression Tests: If any test report indicates twenty eight (28) day specimen below

required strength and if requested by the Engineer, the Contractor shall take test cores of hardened concrete in accordance with ASTM C42 Specifications. Test cores not meeting applicable ASTM standards shall deem the concrete defective. All concrete shown to be defective shall be removed and replaced. Cost of test cores, repairs, removal, and replacement of defective concrete shall be paid for by the Contractor.

2. Inspection: All concrete and other related work shall be inspected by the Engineer or his representative. Notify the Engineer at least forty eight (48) hours prior to placing any concrete.

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.06 SITE CONDITIONS A. Ambient Conditions

1. Cold Weather: Concrete shall not be placed when the atmospheric temperature is below forty degrees Fahrenheit (40oF) or when conditions indicate that the temperature will fall below forty degrees Fahrenheit (40oF) within seventy two (72) hours. Concrete when deposited shall have a temperature of not less than sixty degrees Fahrenheit (60oF). All reinforcement, forms, and ground which concrete will be in contact with shall be completely free of frost. The concrete and form work must be kept at a temperature of not less than fifty degrees Fahrenheit (50oF) for not less than seventy two (72) hours after pouring.

2. Hot Weather: Concrete shall not have a placing temperature higher than eighty five degrees Fahrenheit (85oF). All concrete shall be delivered to the forms at the coolest temperature practicable. Crushed ice, in lieu of mixing water, may be used to maintain the temperature. Concrete shall not be placed, when in the opinion of the Engineer, the sun, heat, wind, or humidity will prevent proper placement and consolidation.

B. Grade Control: Establish and maintain the required lines and grades, including cross-slope during construction operations. All concrete shall slope to drain with no ponding of water.

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

Page 224: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 3

323200-RetainingWalls.doc

PART 2 - PRODUCTS

2.01 CONCRETE RETAINING WALLS A. Performance/Design Criteria

1. Capacities a. Cement: All cement shall be Portland cement conforming to Specifications for Portland

Cement, ASTM C-150. Maintain the same brand, type, and source of cement throughout the project.

B. Materials 1. Concrete Strength: All concrete shall be Class A. 2. Concrete Aggregate

a. Concrete aggregate shall conform to Section 90, Portland Cement Concrete of the City Standard Specifications as it applies to this Project. Obtain aggregate from source of proven history of successful use. Source shall remain constant throughout the project unless approved by the Engineer. Submit notice ten (10) days prior to changing source to allow for new mix design.

b. Maximum Size of Aggregate for Various Portions of the Work: The maximum size of the aggregate shall not be larger than one fifth (1/5) of the narrowest dimension between the forms of the members for which the concrete is used or larger than three fourths (3/4) of the clear space between reinforcing bars.

3. Water: Shall be clean, potable water free from impurities detrimental to concrete and shall conform to the City Standard Specifications.

4. Curing Method: Shall be as specified in the City Standard Specifications. C. Mixes

1. Color Concrete Mixture: Gray D. Finishes

1. Aggregate for Exposed Aggregate Finish: Shall be Terri Beach variety or approved equal. Texture shall be water worn and naturally smooth,

E. One fourth to three eighths inch (1/4"-3/8”) diameter stones, with equal amounts of reds, blacks, golds, and beiges. The Contractor shall submit a sample of the aggregates for approval.

2.02 MODULAR WALL UNITS A. Description: Wall units shall be Allan Block “Rocks” Retaining wall units or approved equal as

produced by a licensed manufacturer. B. Performance Criteria

1. Wall units shall have minimum twenty eight (28) day compressive strength of 3,000 psi (20.67 MPA) in accordance with ASTM C90.

2. Wall units shall provide a minimum of one hundred and ten pounds (110 lbs.) total weight per square foot of wall face area.

C. Finish: Exterior face shall be textured. D. Color: Color tan.

2.03 BACKFILL A. Description: Backfill material shall be site excavated soils when approved by the Geotechnical

Engineer.

2.04 GRID MATERIALS A. Manufacturer: Tencate, 365 S. Holland Drive, Pendergrass, GA 30567, (800) 685-9990, or

approved equal. B. Description: Mirafi Miragrid XT C. Materials: High density polyethylene or polyester yarns encapsulated in a protective coating

specifically fabricated for use as a soil reinforcement material.

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

Page 225: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 4

323200-RetainingWalls.doc

1. Protect all exposed surfaces, including flatwork, as required to protect the work from damage by impact, stains from rubbish, and work from other trades. Damaged surfaces shall be replaced at no added cost to the City.

B. Foundation Soil Preparation 1. Foundation soil shall be excavated as dimensioned on the plans and compacted to a

minimum ninety percent (90%) compaction prior to placement of the base material. 2. Foundation soil shall be examined by the Geotechnical Engineer to ensure that the actual

foundation soil strength meets or exceeds assumed design strength. Soil not meeting the required strength shall be removed and replaced with acceptable material.

3.02 INSTALLATION A. Base

1. Base material shall be placed as shown on construction drawing. Top of base shall be located to allow bottom wall units to be buried to proper depths as per wall heights and specifications.

2. Base material shall be installed on undisturbed native soils or suitable replacement fills compacted at ninety five percent (95%) standard proctor.

3. Base shall be compacted per ASTM D1557 to provide a level hard surface on which to place the first course of blocks. The base shall be constructed to insure proper wall embedment and the final elevation shown on the plans. Well-graded sand can be used to smooth the top one half inch (1/2”) on the leveling pad.

4. Base material shall be three inches (3”) depth minimum for walls under four feet (4’) and six inches (6”) minimum depth for walls over four feet (4’).

B. Concrete Retaining Wall 1. Formwork

a. Provide formwork wherever necessary to confine concrete to the required shapes shown on Drawings. Follow all procedures ACI 301 and ACI 347. Formwork, reinforcement, and embedded items shall be clean of all accumulated mortar from previous concreting and other foreign material. Repair or replace any formwork as required.

b. Attention to Forms: Strengthen any portion of framework that may show deflection or movement of any nature. Any deflection or movement of forms which may cause variation in the concrete lines will be considered cause for rejection of the concrete work affected. All form work and material shall be inspected and approved by the Engineer prior to pouring of any concrete.

c. Cover the surfaces of the rough formwork with an approved form release agent that will effectively prevent absorption of moisture, prevent bond with the concrete, and which will not stain the concrete surfaces. Do not apply oil or release agents on formwork for concrete to receive additional concrete (such as at construction joints). Apply at a rate that will help achieve the finish specified below. Follow manufacturer’s recommendations.

d. Adequately support and substantially brace formwork to hold lines and shape. Securely brace forms against lateral deflection. Formwork shall be tight jointed to prevent leakage of concrete.

e. Place chamfer strips in the corners of forms to produce beveled edges (chamfers) on permanently exposed surfaces.

f. Provide “Rough Form Finish” for surfaces not exposed to view. Use plywood or metal forms coated with a release agent.

g. Provide “Smooth Form Finish” for surfaces exposed to view and the elements. Use dress, square-edged lumber with form liner or overlaid plyform forms with applicable release agent. Do not exceed manufacturer’s recommendations for number of re-uses for the form liner or overlaid ply form. Arrange the forms or form liner in an orderly and symmetrical fashion, keeping the number of seams to a practical minimum.

h. Remove forms in such a manner as to assure the complete safety of the structure. Formwork not supporting the weight of the concrete may be removed as soon as the concrete has hardened sufficiently to resist damage from removal operations and as required by ‘i’ below.

Page 226: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 5

323200-RetainingWalls.doc

i. When repair of surface defects or finishing is required at an early age, remove forms as soon as the concrete has hardened sufficiently to resist damage from removal operations.

2. Reinforcement: Per Section 032000, Concrete Reinforcing. 3. Mixing

a. Mixing of Concrete: All mixing shall conform to Section 90, Portland Cement Concrete of the City Standard Specifications as it applies to this project.

b. All Concrete Placed for Flat Work Shall Be Transit Mixed Concrete: Transit mixed concrete shall conform to ASTM C94-67. The rate of delivery, haul time, mixing time, and hopper capacity shall be such that all mixed concrete delivered shall be placed in the forms within ninety (90) minutes from the time the cement and water are introduced into the mixer. Any interruption in placing in excess of ninety (90) minutes will be cause for shutting down of the work for the day and the wasting of any remaining concrete in hoppers and mixers. In case such interruptions occur, the Contractor shall provide construction joints where and as directed by the Engineer. Cut concrete back to such line. Construction joints shall be as detailed in the plans.

4. Conveying Concrete: Concrete shall be conveyed as rapidly as practicable from the mixer to the place of final disposition without separation or loss of ingredients. It shall be conveyed as close to the final location as practicable to avoid rehandling or flowing.

5. Placing Concrete: Reinforcing or other material that has been set shall not be disturbed. Before placing concrete, all forms, except sealed forms, shall be thoroughly soaked with water. All moldings and wood strips shall be soaked to prevent swelling and probable ensuing spalling of concrete. Concrete shall be placed in a manner that will prevent damage to, or displacement of, forms, reinforcing, pipes, etc., that are to be contained in the concrete.

6. Vertical Joints a. Do not extend reinforcement or other embedded metal items bonded to concrete

continuously through expansion joint. Provide smooth dowels greased on one end at the joints or insert into PVC sleeve of length greater than the dowel length by three fourths inch (3/4”) minimum.

b. Provide expansion joint filler at the joint of the sizes indicated on the Drawings or specified herein.

7. Embedded Items a. Place all railing sleeves, shoes, and other embedded items required for the Work of other

Divisions or for their support prior to concreting. b. Provide ample notice and opportunity for items of other Division to be introduced and/or

furnished for installation before concrete is placed. Coordinate the Work of the other Divisions so all items are placed in their proper location.

c. Set metal pipe sleeves, sockets, shoes, etc. into concrete to receive fence posts or any other items, all as indicated on details.

8. Impressions: No impressions for advertising of Contractor name or other messages shall be impressed in any concrete.

9. Finishes a. Finish pavement surface to a true smooth plane and texture with a toothed roller or float

with a wood float. Each slab shall have all edges neatly rounded with proper tools. b. Medium Sandblast: Provide a uniformly textured medium sandblast finish to expose the

sand particles in the mix. Sample finish shall be reviewed prior to pouring the concrete. c. Trowel Finish: Smooth, parallel to longest surface direction.

10. Waterproofing: Apply to wall as shown on drawing per manufacturer’s instructions. 11. Patching and Bonding to Existing Concrete

a. Provide bonding agent whenever new concrete is to be poured against existing concrete, whenever the time between concrete pours is longer than that allowed for proper bond, and wherever bonding agent is indicated on the Drawings to be applied.

b. Remove loose concrete from surface to be bonded with new concrete and clean. Remove rust from reinforcement and structural steel by power chipping and power driven brushes.

Page 227: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 6

323200-RetainingWalls.doc

c. Apply bonding agent in accordance with manufacturer’s specifications. Pour concrete as soon as bonding agent has cured and within twenty four (24) hours after placement. If the twenty four (24) hour period has elapsed, then the bonding agent must be reapplied.

C. Modular Wall Units 1. The first course of wall units shall be placed on the prepared base with the raised lip facing

out and the front edges tight together. The units shall be checked for level and alignment as they are placed.

2. Insure that units are in full contact with base. Proper care shall be taken to develop straight lines and smooth curves on base course as per wall layout.

3. All cavities in and around the base row shall be filled with base materials and compacted. Backfill front and back of entire base row to firmly lock in place. Check again for level and alignment. All excess material shall be swept from top of units.

4. Install next course of wall units on top of base row. Position blocks to be offset three inches (3”) from seams of blocks below. Perfect “running bond” is not essential, but a three inches (3”) minimum offset is recommended. Check each block for proper alignment and level. Fill all cavities in and around wall units and to a twelve inches (12”) depth behind block with drainage material. Spread backfill in uniform lifts not exceeding eight inches (8”). Employ methods using lightweight compaction equipment that will not disrupt the stability or batter of the wall. Hand-operated plate compaction equipment shall be used on the block and within three feet (3’) of wall to achieve consolidation. Compact to 90% S.P. in backfill beyond consolidation zone.

5. Install Allan Block wall to designated height of first geogrid layer, backfill and compact behind wall to depth equal to designated grid length.

6. Cut geogrid to designed embedment length and place on top of wall units to back edge of lip. Extend horizontally on compacted backfill.

7. Place next course of wall units on top of grid and fill block cores with drainage fill to lock in place. Remove slack in grid and stake to maintain tension.

8. Backfill shall be placed, spread and compacted in such a manner that minimizes the development of wrinkles in and/or movement of the geogrid.

9. Install each subsequent course in like manner. Repeat procedure to the extent of wall height. 10. Allowable construction tolerance at the wall face is two (2) degrees vertically and one inch in

ten feet (1” in 10’) horizontally. 11. Caps shall be epoxy set on top block.

3.03 SITE QUALITY CONTROL A. Site Tests and Inspections

1. Patching: After forms are removed, the Engineer shall inspect all concrete surfaces. All surface defects, including projecting fins, rock pockets, honeycombs, foreign matter, cracks, and holes shall be filled and patched. Bolts, wires, nails, form ties, etc., extending from the face of the exposed concrete surfaces shall be cut off at least one inch (1") deep in the concrete immediately after removal of forms. a. Fill holes with a 1:3 mixture of cement and sand mortar, the same color as the adjoining

concrete. Mix and place mortar as dry as practicable, and finish flush with adjacent surface. All patching and corrective work shall be done at the Contractor's expense to the satisfaction of the Engineer. Concrete surfaces so repaired shall duplicate the appearance of the unpatched surfaces.

b. Defective work, such as understrength of concrete, surface out of line, level, or plumb, excessive cracks, honeycomb, rock pockets, voids, exposed reinforcing, etc., shall be repaired, removed, and replaced by the Contractor as directed and to the satisfaction of the Engineer at no cost to the City.

c. The limits of all units of pour shall be approved by the Engineer, before any concrete is placed. The unit of operation selected for continuous pouring and the location of vertical joints shall be such as to least impair the strength and appearance of the various sections.

B. Non-Conforming Work

Page 228: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT RETAINING WALLS 323200 - 7

323200-RetainingWalls.doc

1. All concrete work which is not true to line and plane, not conforming to specified finishes, exceeds tolerances, does not slope to drain, improperly cured, and others not conforming to plans as specified herein shall be deemed defective.

2. All such defective work shall be removed and replaced with proper work meeting plans and specifications requirements at no cost to the City.

END OF SECTION

Page 229: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 1

328400-plantingirrigation.doc

SECTION 328400 PLANTING IRRIGATION

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for proper installation and operation of a complete and fully automated irrigation system. Work includes all elements relating directly to the irrigation system from the point of connection with the water utility meter to the most distant sprinkler head and includes furnishing of all labor, tools, materials, etc. necessary for installation. 1. The system shall efficiently and evenly irrigate all areas, shall be complete in every respect,

and shall be left ready for operation to the satisfaction of the Engineer. B. Related Requirements

1. Section 311000, Site Clearing 2. Section 312200, Grading 3. Section 329100, Planting Preparation

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. All work shall conform to State and local codes and the latest version of the SBWR Rules and Regulations. All irrigation and potable water piping installation shall be installed to meet requirements for present or future recycled water use. Refer to the plans and these specifications for required materials and proper installation procedures for recycled water and potable water piping installation. Where both SBWR details and City details are shown for irrigation pipe trench backfill, the City details shall prevail.

2. AWWA Standard C605-05, Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water. 3. AWWA Standard C511-07, Reduced-Pressure Principle Backflow Prevention Assembly. 4. AWWA Standard C510-07, Double Check Valve Backflow Prevention Assembly. 5. AWWA Standard C651-05, Disinfecting Water Mains. 6. AWWA Standard C900-07, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings,

four inches through twelve inches (4”-12”), for water distribution. 7. ASTM

a. B 62-85, Standard Specifications for Composition Bronze or Ounce Metal Castings. b. D 1784-81, Standard Specifications for Rigid (PVC) Compounds and Chlorinated Poly

(vinyl Chloride) (CPVC) Compounds. c. D 1785-86, Standard Specifications for (PVC) Plastic Pipe, Schedules 40 and 80. d. D 2241-84, Standard Specifications for PVC Pressure-Rated Pipe (SDR Series). e. D2564, Standard Specifications for Solvent Cements for (PVC) Plastic Pipe and Fittings. f. F477, Specification for Elastomeric seals (gaskets) for joining plastic pipe.

8. NSF, requirements for Seal of Approval. 9. PPI, recommendations for hydrostatic design stresses for PVC pipe.

1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination

1. The Contractor shall consult all other sections to determine the extent and character of related work and to properly coordinate work specified herein with that specified elsewhere to produce a finished workmanlike installation satisfactory to the City.

Page 230: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 2

328400-plantingirrigation.doc

B. Reviews 1. Contractor shall specifically request the following inspections prior to progressing with work,

with two (2) working days minimum notices. a. Layout of system. b. Points-of-connection excavation. c. Trenching and pipe assembly. d. Pressure testing of mains and laterals. e. Coverage adjustment of all heads prior to planting. f. Valve box installation. g. Operation of system, pre-maintenance.

2. Contractor shall provide all equipment and personnel required to conduct tests. 3. Provide up-to-date Project Record Drawings at each review. 4. If Engineer is called out for review prior to the system being ready as specified, the contractor

shall be back-charged for the full cost of the review. C. Permits and Fees: Contractor is responsible to obtain all required permits and pay all associated

fees unless otherwise noted. D. Sequencing

1. The entire irrigation system shall be under full automatic operations for a period of two days prior to any planting.

2. Final Acceptance and start of guaranty period shall occur no later than the end of the specified Operation and Maintenance of Irrigation Period.

1.05 SUBMITTALS A. Product Data: Submit for each type of product specified. B. Closeout Submittals

1. Record Documentation a. "As Constructed" Records: The Contractor shall maintain reasonable clear and detailed

records of all underground installations. These records shall be available to the Engineer at all times for verification while the work is in progress. These records are part of the work under this contract and shall be delivered to the Engineer in a good and acceptable condition prior to final acceptance of the work.

b. Controller Charts: The Contractor shall provide controller charts, one (1) for each controller, which shall be placed on the inside face of each controller enclosure door. Record drawings from which the charts are to be made shall be approved by the Engineer prior to preparing the charts. i. Each chart shall show the area controlled by the automatic controller and shall be the

maximum size which the controller door will allow. Items on the controller chart shall include: a) Connection to existing water lines. b) Routing of pressure lines. c) Routing of control valves. d) Locations of remote control valves, gate valves, and quick coupling valves.

ii. The chart shall be a reduced drawing of the actual as-built system. However, in the event the controller sequence is not legible when the drawing is reduced, irrigation symbols shall be enlarged to a size that will be readable when reduced.

iii. The chart shall be a black line or blue line ozalid print, and a different color shall be used to indicate the area of coverage for each station.

iv. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum ten (10) mils.

v. These charts shall be completed and approved prior to final inspection of the irrigation system.

C. Tools 1. One (1) Quick Coupler attachment key equipped with standard thread hose bib per (5) Quick

Couplers installed on the project. 2. One (1) key for locking Quick Coupler covers per (5) Quick Couplers installed on the project.

Page 231: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 3

328400-plantingirrigation.doc

1.06 QUALITY ASSURANCE A. The Engineer shall inspect all pipes before it is laid and reject any section that is damaged by

handling or is found to be defective to a degree which will materially affect function and service of pipe.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Storage and Handling Requirements 1. The Contractor shall provide all temporary storerooms and shops that he may require at the

site for the safe and proper storage of his materials, tools, etc. These rooms shall be constructed only in locations approved by the Engineer, as designated on the location map, and must in no way interfere with the work of any other Contractor. At such times as these rooms interfere with the proper installation and completion of the work, they shall be removed by this Contractor at his expense, within three (3) days after having been notified by the Engineer that such removal is necessary.

2. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing plastic pipe and fittings. All plastic pipe and fittings shall be stored under cover before using, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subject to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded until said section of pipe is cut out and rejoined with a coupling.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications. B. Repairs: Contractor shall make necessary repairs to the system as well as to other work affected

by defects in the system during guarantee period. Repairs shall be made at the Contractor’s sole expense.

PART 2 - PRODUCTS

2.01 GENERAL A. Use only new materials of brands shown on Drawings, specified herein or as acceptable to the

Engineer. B. All valves and fittings shall be designed for and shall meet the requirements for service at an

operating pressure of one hundred and fifty pounds (150 lbs.) per square inch, unless otherwise specified.

C. All valves and fittings shall have connections compatible with the type of pipe joint selected by the Contractor. If mechanical joints or slip-type joints are used, the Contractor shall furnish and install necessary Portland Cement Concrete thrust blocks as approved by Engineer, Class A, six-sack.

2.02 PIPE A. All plastic pipe shall be continuously and permanently marked with the following information:

a. Manufacturer’s name b. Kind of pipe c. Material d. Size NSF approved e. Schedule of type f. The manufacturer shall also mark the date of extrusion on his pipe. This dating shall be

done in conjunction with records to be held by the manufacturer for two years covering quality control tests, raw material batch numbers, and any other information deemed necessary by the manufacturer. Guarantee shall cover workmanship of materials from the plastic pipe manufacturer for all plastic pipe and fittings.

B. Materials

Page 232: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 4

328400-plantingirrigation.doc

1. Main irrigation lines shall be Schedule 40 PVC for lines one and one half inches (1-1/2”) and smaller and Class 315 PVC for lines two inches (2”) and larger.

2. Lateral irrigation lines shall be Schedule 40 PVC. PVC pipe shall conform to ASTM D-2241. 3. Potable main lines beyond the backflow prevention unit shall be Schedule 80 PVC. 4. Water service pipe from the meter through the backflow prevention unit shall be copper water

tube Type K per ASTM B 88. C. Pipe shall conform to the AWWA Standard C400-80. D. Asbestos cement (A.C.) pipe is no longer acceptable for new pipe.

2.03 PIPE FITTINGS A. Pipe Fittings: Pipe fittings shall be of the same material as pipe where applicable and

recommended by the pipe manufacturer for the particular type of pipe to which they are to be connected and shall conform to the requirements of one of the following specifications:

B. Standard Galvanized pipe fittings shall conform to the requirements of the AWWA Committee 8620D report, Collected Standards for Service Line Materials. Galvanized pipe shall be joined by means of couplings. Couplings, elbows, tees, and other fittings shall be galvanized conforming to the above requirements.

C. Cast Iron pipe fittings shall conform to the AWWA Standard C-110-52, Short Body Cast Iron Fittings, three inches to twelve inches (3”-12”) for 250 psi Water Pressure Plus Water Hammer. Cast iron pipe joints shall be the "push-in" type sealed by means of rubber gaskets. Cast iron fittings shall be used on existing A.C. mains and shall be Tifco or approved equal. A.C. pipe is no longer acceptable for new pipe.

D. PVC Fittings: Polyvinyl chloride (Type I) plastic fittings 1120, Schedule 40 or Schedule 80 as may be noted in the Drawings. 1. All slip-joint PVC fittings shall be Schedule 40. 2. All Schedule 40 PVC couplings, four (4) inches in diameter or larger, shall be a minimum of

seven (7) inches in length. E. If C-900 Class 200 psi DR 14 Ring-Tite PVC pipe is used, all fittings shall be compatible with that

type of pipe. F. PVC Nipples: Polyvinyl chloride (Type I) plastic fittings 1120, Schedule 80. G. Blue-colored PVC pipe shall not be used unless the blue color is completely obscured by

encasement of the pipe with purple polyethylene wrap or other methods approved by SBWR. H. The use of purple colored pipe with continuous wording "CAUTION-RECYCLED WATER" printed

on opposite sides of the pipe is an accepted alternative to warning tape for identification of new below grade irrigation water piping. The pipe shall be protected from the elements prior to installation.

I. If the irrigation mainlines and laterals are not purple PVC, the following shall be installed: All new buried irrigation lines, both pressure and non-pressure, shall be identified by continuous lettering on three inch (3") minimum width, purple tape with one-inch (1") black or white contrasting lettering bearing the continuous wording "CAUTION-RECYCLED WATER" permanently affixed at ten foot (10') intervals atop all horizontal piping, laterals, and mains. Identification tape shall extend to all valve boxes and/or vaults and exposed piping. Partially buried pipe shall have purple marking tape attached to the top of the pipe extending its entire length.

2.04 VALVES, COCKS, STOPS, ETC. A. Description: Provide as indicated on the drawings and /or as required for the proper control of the

piping systems in which they are incorporated. 1. Valve shall be 150 psi test water pressure unless otherwise specified.

B. Materials 1. All main shut-off valves shall be gate valves.

a. Gate valves two and one half inches (2-1/2”) and smaller shall be bronze or brass. b. Gate valves three inches (3”) and larger shall be cast iron. c. All valves and sizes shall be as indicated on the plan.

2. A concrete box and cover of adequate size to allow maintenance freedom shall be installed over each main shut-off valve in the system. See plan details for proper box installation.

2.05 MASTER VALVE

Page 233: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 5

328400-plantingirrigation.doc

A. Manufacturer: Shall be Superior, or approved equal. B. Description: Model 3100 or approved equal, fully compatible with the automatic controller.

2.06 BACKFLOW PREVENTER AND ENCLOSURE A. Manufacturer: Manufacturer: Shall be Wilkins Model 975XL2 Lead Free or Model 375XL Lead

Free or approved equal. B. Description: Shall be the reduced pressure principle (RPP) assembly for both irrigation and

potable systems. The potable backflow prevention device shall be lead free [or approved equal. Provide as indicated on the drawings. 1. The Contractor shall meet all requirements of the appropriate water company for testing and

certification at time of activation. See Section 320100, Operation and Maintenance for certification after activation.

2.07 AUTOMATIC CONTROLLER AND FLOW SENSOR A. Manufacturer

1. Manufacturer shall be Calsense California Sensor Corporation, available from United Green Mark, Quote Center (925) 551-7070, or approved equal.

2. The flow sensor shall be as supplied by Calsense and per the plans and details. B. Description

1. The field unit shall be a computerized irrigation controller capable of fully automatic or manual operation of the irrigation system. The unit shall be a stand-alone controller which is capable of being programmed by a central computer, such as the IBM PC. Refer to the drawings for the controller model number.

C. Materials D. Controller unit:

1. Shall be Calsense CS3000, or approved equal. 2. Flow sensor: As supplied by Calsense and per the plans and details. 3. Controller enclosure: As supplied by Calsense and per the plans and details. 4. Control wires for automatic control valves. 5. All other appurtenances and tests necessary to complete installation of unit.

2.08 VALVE BOXES A. Manufacturer: Christy Concrete or approved equal.

2.09 REMOTE CONTROL VALVES A. Description

1. Remote control valves shall include housing, cover, and other appurtenances, each of which shall conform to the requirements of one of the following specifications:

B. Remote control valves shall be Hunter ICV, or approved equal and as indicated on the Plans. a. Glass-filled nylon construction globe pattern body rated at 200 psi. b. Internal manual bleed. c. Captive solenoid plunger. d. Captive bonnet bolts with matching brass body inserts. e. Fabric reinforced diaphragm. f. The approved remote control valves and controller shall be compatible. g. Included as part of this item shall be gravel bed, splicing to control wires and common

ground, tee or saddle, all other fittings for connection to main, and all other appurtenances necessary to complete this item as shown on the plans.

C. Manufacturer: Shall be Hunter or approved equal.

2.10 QUICK COUPLING VALVES A. Description: Quick coupling valves shall be Rainbird 44 LRP or approved equal and shall be two

(2) piece brass construction one inch (1") angle slot type with locking purple rubber cover, capable of withstanding working pressure of 125 psi without leakage.

2.11 SPRINKLER HEADS A. Description: As specified on the plans.

Page 234: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 6

328400-plantingirrigation.doc

2.12 ELECTRICAL EQUIPMENT AND WIRING A. Materials: Electrical wiring, fittings, and appurtenances shall conform to the requirements of the

following specifications: 1. Underground Conductor: The conductors which serve the automatic control valves shall be

14 AWG, continuous copper direct bury wire of the size shown on the Plans. The insulation shall be 4/64 inches, U.L. approved Type U.F. and shall be able to withstand a crush test of 5000 psi. Common or neutral conductors shall be white. a. The control wires to the automatic control valves shall be red. b. The spare wires used when necessary shall be black. c. If more than one controller is necessary, the automatic control valve wires for the other

controller(s) shall be a different color than red. d. The color(s) shall be approved by the Engineer prior to installation.

2. Locator Wires and Accessories: Locator wires shall be #12 AWG, continuous, bare copper conductor. a. The locator wire shall be identified as "Locator Wire" using Thomas and Betts E-Z Code

Type SM markers, or approved equal and self-locking cable ties. b. The alpha-numeric characters for cable markers shall be hot stamped machine printed on

sleeves with permanent black ink. c. Printed alpha-numeric character sleeves shall be white PVC tubing resistant to

temperature extremes, excessive moisture, common solvents, oils, gasoline, and ultra-violet and gamma radiation.

d. Adhesive strip labels are not acceptable. Marker holders shall be fastened to the wire with a cable tie.

e. All identification devices shall be provided complete with all holders, supports, and fastening accessories at each remote control valve and backflow device.

f. Wire splices shall be connected with "Snap-Tite" connectors by Rain Bird, "Splice-Kote" connectors by Global Span Products, Inc., or approved equal.

g. Conductors may be installed in the same trench as the water pipe. All clearances between conductors, pipes, and trench walls shall conform to the dimensions shown on the typical cross sections and other details on the plans.

h. Sharp bends or kinks in the conductor shall not be permitted. Conductors shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. Under no condition shall the conductor be unreeled and pulled into the trench from one end.

i. Where two or more conductors are laid parallel in the same trench, they shall be taped together not less than every twenty five feet (25’). Wherever a splice occurs, a valve box shall be installed.

2.13 ADDITIONAL MATERIALS A. Primer: Shall be IPS Corporation Weld-on #P-70, or approved equal. B. Cement

1. IPS Corporation Weld-on #P-705 for Class 200 PVC or Schedule 40 PVC (up to six inches (6”) diameter). IPS Corporation Weld-on #711 shall be used for larger pipe diameters and Schedule 80 PVC, or approved equal.

2. IPS Corporation Weld-on #P-795 for flexible PVC to rigid PVC connections, or approved equal.

C. Pipe Sleeving: See 3.05 D 1. of this specification. D. Teflon Tape: A variety commonly used for wrapping threaded connections.

1. Conductors may be installed in the same trench as the water pipe. All clearances between conductors, pipes, and trench walls shall conform to the dimensions shown on the typical cross sections and other details on the plans.

2. Sharp bends or kinks in the conductor shall not be permitted. Conductors shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. Under no condition shall the conductor be unreeled and pulled into the trench from one end.

Page 235: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 7

328400-plantingirrigation.doc

3. Where two (2) or more conductors are laid parallel in the same trench, they shall be taped together not less than every twenty five (25) feet. Wherever a splice occurs, a valve box shall be installed.

E. Contractor shall use only the solvent supplied and recommended by the manufacturer to make plastic pipe joints.

F. Galvanized steel threaded connections: Soft setting pipe thread compound. G. Trench Backfill Material

1. Sand: shall be Quail Hollow Utility Sand from Graniterock, 350 Technology Drive, PO Box 50001, Watsonville, CA 95077-5001, 831.768.2000 or approved equal. Sand shall be white in color and jetted lightly after being placed in trench. Sand backfill shall be used for all irrigation pipe including laterals and main lines.

H. Concrete thrust blocks as specified by the Engineer, Class A, six (6) sacks.

PART 3 - EXECUTION

3.01 EXAMINATION A. Verification of Conditions

1. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions and shall report any variations to the Engineer.

2. Prior to starting work, test and verify that water pressure levels meet the requirements specified on the Drawings. Notify the Engineer immediately of any discrepancies.

B. Ambient Conditions 1. PVC shall not be cemented during wet conditions per the discretion of the Engineer. 2. Trench excavation and backfilling shall not be performed during excessively wet conditions

per the discretion of the Engineer.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of planting irrigation.

B. Surface Preparation 1. Grading: Contractor shall be responsible for installing all irrigation features to their finished

grade and at depths indicated. All rough grading shall be completed before trenching commences.

2. Layout and Trenching: All features of the irrigation system shall be staked and pipe alignments marked prior to trenching for review by the Engineer. a. Irrigation plans are diagrammatic. Pipe lines shown parallel in the Drawings may be

placed in a common trench, provided that a minimum horizontal distance of three inches (3”) is maintained between buried lines.

b. Sprinkler heads are shown schematically. Suspected discrepancies in coverage or sizes of areas to be irrigated shall be brought to the attention of the Engineer prior to installation. Contractor shall re-direct work to avoid delay while awaiting resolution.

c. Where an R.C.V. is shown at the edge of turf and shrub area, the intent is that the R.C.V. shall be placed in the shrub area rather than in the turf area.

3.03 GENERAL A. All work shall conform to State and local codes and the latest version of the SBWR Rules and

Regulations. All irrigation and potable water piping installation shall be installed to meet requirements for present or future recycled water use. Refer to the plans and these specifications for required materials and proper installation procedures for recycled water and potable water piping installation. Where both SBWR details and City details are shown for irrigation pipe trench backfill, the City details shall prevail.

B. Details of installation and construction shall conform to the plans and these specifications.

Page 236: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 8

328400-plantingirrigation.doc

C. The Contractor shall install the specified pipe, valves, fittings, wiring, switches, controls, and appurtenances at the approximate locations indicated on the plans and as per the latest version of the SBWR Rules and Regulations. The Engineer shall indicate specific locations. Cross connections between the irrigation/recycled water system and the potable water system are strictly prohibited at all times.

3.04 TRENCHING A. Pipe Separation: A minimum ten-foot (10') separation between parallel buried recycled and

potable water pipelines shall be maintained where possible. In no cases is horizontal separation of less than four feet (4') allowed between buried recycled and potable water pipelines. Potable and recycled water pipelines shall not be installed in the same trench.

B. Constant pressure recycled water pipelines shall be located a minimum of twelve-inches (12") below the potable water pipelines. Lateral recycled water pipelines (non-pressure) are allowed over potable pipelines with a minimum of twelve inches (12”) vertical separation.

C. Trenches for pipe and electrical conductors may be excavated manually or with mechanical trenching equipment. Mechanical trench diggers used on the site shall be essentially vertical so that a minimum of surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Trenches for pipe shall be excavated to the depth shown on the plans.

D. Excavate trenches with vertical walls, uniform bottom, free of deleterious materials, and wide enough for pipes to lay side by side, fully supported on bottom. There shall be a minimum three inch (3”) vertical clearance between all pipes. 1. No lines shall be installed parallel to and directly over another line. 2. When lines must cross, the angle shall be forty-five to ninety degrees, and a minimum of

three inches (3”) clearance shall be maintained. E. Coverage: Provide minimum coverage depths as follows:

1. Mainline: Twenty four inches (24”) in landscape areas, thirty inches (30”) under paving. 2. Lateral Lines: Eighteen inches (18”) in landscape areas, thirty inches (30”) under paving.

F. Hydraulic driving methods shall not be used under paved surfaces.

3.05 PIPE INSTALLATION A. Solvent Weld Joints: Contractor shall use only the solvent supplied and recommended by the

manufacturer to make plastic pipe joints. 1. The pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before applying

solvent. 2. The Contractor will make solvent weld joints with nonsynthetic bristle brush in the following

sequence: a. Apply a liberal even coat of purple-colored PVC primer to the pipe and fittings

immediately prior to applying the solvent. b. Then apply a liberal even coat of solvent to the inside of the fittings and then to the

outside of the pipe, making sure that the coated area is equal to the depth of the fitting socket.

c. Insert the pipe quickly into the fitting and turn the pipe approximately one fourth (1/4) turn to distribute the solvent and remove air bubbles. Hold the joint for approximately fifteen (15) seconds so the fitting does not push off the pipe.

d. Use a clean rag and wipe off all excess solvent. This is to prevent weakening at joint. e. Be sure that in going to the next joint, the pipe is not twisted, disturbing the last

completed joint. f. Allow at least fifteen (15) minutes set up time for each welded joint before moving.

B. Threaded Connections for Irrigation Heads and Remote Control Valves 1. For all PVC threaded connections, use Teflon tape only. In no event shall an oil base joint

compound be used on a PVC joint. On plastic to steel connections, the Contractor shall work the steel connections first.

2. All galvanized steel threaded connections and exposed threaded areas, use soft setting pipe thread compound (Whitlam Blue Magic Industrial Grade or approved equal).

3. All galvanized or PVC swing joints shall move freely upon installation. C. Installation of Pipe

Page 237: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 9

328400-plantingirrigation.doc

1. The Contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade, as staked by the Engineer. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed.

2. All pipes shall be assembled free from dirt and pipe scale and shall be reamed and burrs removed. The main line supply shall be flushed out and tested for leaks before backfilling and with control valves in place and before lateral pipes are connected to valves. Each section of lateral pipes shall be flushed out before sprinkler heads are attached.

3. The underground galvanized steel pipe and fittings at the backflow prevention device shall be triple wrapped with plastic.

4. Plastic pipe will expand approximately six inches (6") per thousand feet (1,000') between day and night temperatures in hot climates. Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction.

5. All foreign matter or dirt shall be removed from the inside of the pipe before it is lowered into position in the trench, and it shall be kept clean by approved means during and after laying of pipe.

D. Installation of Pipes Under Paving 1. Where irrigation mains or laterals are to be installed under paving, a Class 200 or Class 315

sleeve shall be installed, depending on the size. The inside diameter of the sleeve shall be a minimum of two inches (2”) larger than the outside diameter of the main, lateral, or sleeve, whichever is greater.

2. A separate sleeve shall be installed for irrigation control wires. The minimum diameter shall be two inches (2”).

3.06 OTHER EQUIPMENT A. Flow Sensor and Master Valve

1. Shall be installed per the detail as shown on the Plans and per the manufacturer’s recommendations. Particular attention shall be paid to the requirements for upstream and downstream distance measurements for the flow meter and master valve to other components, and the depth of the installation from the top of the meters to finished grade.

B. Remote Control Valves (RCV) 1. Shall be installed as shown on the plans. Particular attention shall be paid to the depth of the

installation from the top of the valve to the bottom of the valve box lid. 2. Contractor shall tag all remote control valves indicating the number of the station in relation to

the irrigation controller and irrigation plan. C. Installation of Conductor in Trenches

1. Under no circumstances shall a splice be allowed other than within a remote control valve box or other pull box as shown on the plans and no additional splice boxes shall be allowed without the written approval of the Engineer.

2. Not less than one (1) foot of cable slack shall be left on each side of all splices at all points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves.

3. The contractor shall install four (4) 14 gauge wires from the master valve and flow sensor to the irrigation controller inside of a 1 inch electrical PVC conduit.

4. The wires shall be spliced inside of a #3-1/2 pull box at two hundred feet (200’) maximum interval between the master valve and flow sensor and the controller.

D. Installation of Locator Wires 1. Strap the locator wire to the top of all main lines and quick coupling valve lines every ten feet

(10'). a. One locator wire is required in every main line and quick coupling valve line trench,

spliced per City Standard Detail E-54. b. Loop locator wires up into each valve box and attach a plastic identification marker onto

the locator wire with a nylon tie. E. Quick coupling valves shall be installed on a swing joint assembly. F. Installation of Sprinkler Heads

Page 238: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 10

328400-plantingirrigation.doc

1. Sprinkler heads in open areas shall be installed at least four inches (4") above finished grade at the time of installation. Within five (5) days of notification by the Engineer, Contractor shall, as part of the work under this contract, make whatever adjustments of pipe, fittings, valves, or sprinkler heads necessary to bring the system to the proper level of the permanent grade. At this time, heads shall be made completely firm with sand.

2. Sprinkler heads along walks, mow bands, and driveways, where the finished grade level is established, shall be set flush at the time of installation.

G. Installation of Backflow Preventer

3.07 BACKFILLING A. The procedure for backfilling shall be the same for trenches with pipe only, conductor only, both

pipe and conductor only, or both pipe and conductor or conduit and conductor. B. All lumber, rubbish, and large rocks shall be removed from the trenches. Pipe shall have a firm,

uniform bearing for the entire length of each pipe line to prevent uneven settlement. Wedging or blocking of pipe shall not be permitted.

C. After the pipe and/or conductor have been installed, the trench shall be backfilled to the level shown on the plans with white sand as shown on the plans.

D. The remainder of the backfill shall be topsoil material, which shall not be less than eight inches (8") deep.

E. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations.

F. Extreme care shall be exercised by the Contractor while backfilling. Any materials or equipment damaged while backfilling shall be repaired or replaced by the Contractor as directed by the Engineer, at no cost to the City.

3.08 FLUSHING A. After the trench has been backfilled, all water pipe installed shall be flushed clear and clean of all

dirt and foreign material. Mains shall be flushed prior to backfilling.

3.09 REPAIR A. Should any damage to the conductors occur during the construction of the facility, the Contractor

shall be responsible to remove all damaged conductors and replace with new conductors from the previous pull box to the next pull box.

3.10 SITE QUALITY CONTROL A. Pressure Tests

1. After flushing, mains shall then be submitted to a leakage test. All tests on pressure lines shall be completed prior to backfilling; however, sufficient sand shall be placed in trenches between fittings to insure the stability of the line under pressure. In all cases, fittings and couplings must be open to visual inspection for the full period of the test. No testing shall be done until the last solvent welded joint has had twenty-four (24) hours to set and cure.

2. Do not install remote control valves, quick couplers, or any other valve assembly until testing of pressure main lines has been accepted by the Engineer.

3. All control valves shall be closed. The sprinkler system main shall be slowly filled with water to line pressure.

4. Before testing, all air shall be expelled from the pipe. 5. Where any section of the pipe system is provided with a concrete thrust block, the test shall

not be made until at least five (5) days have passed after the concrete thrust block was installed. If higher early-strength cement is used in the concrete thrust block, the test shall not be made until at least two (2) days have elapsed.

6. The duration of each test shall be four (4) hours, and during the test, the system shall be subjected to 150 psi line pressure.

7. Should any section of pipe laid disclose leakage, locate and repair defective pipe or joint and retest to the satisfaction of the Engineer.

B. Coverage Tests

Page 239: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING IRRIGATION 328400 – 11

328400-plantingirrigation.doc

1. Perform coverage tests after all systems are completed and operational, after finish grading (Refer to Section 329100, Planting Preparation) has been completed, but prior to any planting, in the presence of the Engineer.

2. Correct all deficiencies to the satisfaction of the Engineer prior to planting. C. Valves

1. The Contractor shall adjust all remote control valves to close within forty five (45) seconds to one minute upon shut-down from the irrigation controller.

3.11 ADJUSTING A. Adjust and balance system to eliminate over spray and fogging/misting and as directed by

Engineer.

3.12 CLEANING A. Disinfecting: Disinfect potable lines per AWWA standards.

3.13 CLOSEOUT ACTIVITIES A. Demonstration

1. After the system has been completed, the Contractor shall instruct the Engineer in the operation and maintenance of the system and shall furnish a complete set of operating instructions prior to final acceptance.

END OF SECTION

Page 240: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 1

329100-plantingpreparation.doc

SECTION 329100 PLANTING PREPARATION

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for the fertilization and conditioning of the soil, mulching, and placement of topsoil and finish grade to contours shown on the plans.

B. The Contractor shall be responsible for meeting the finish grades as shown on the grading plan. C. Related Requirements

1. Section 311000, Site Clearing 2. Section 312200, Grading 3. Section 313100, Soil Treatment 4. Section 320190, Operation and Maintenance of Planting 5. Section 328400, Planting Irrigation 6. Section 329200, Turf and Grasses 7. Section 329300, Plants

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Definitions

1. Planting Areas: All areas to be planted, whether in seed, sod, container stock, flats, or otherwise, are defined as planting areas in these documents.

2. Reference Standards a. USDA

1.04 SUBMITTALS A. Product Data: Should importation of material be required, the source of import shall be approved

by the Engineer prior to delivery to the site. B. Test and Evaluation Reports

1. Soil Samples: Contractor shall provide a one-quart sample of the native or import topsoil to Soil and Plant Laboratory of Santa Clara, (408) 727-0330, for their testing for conformance to this specification. No material shall be delivered to site, grade on-site, or otherwise modified until the Engineer approves the material. All testing costs shall be paid for by the Contractor. In addition, a five-gallon representative sample of native soil shall be supplied to the testing laboratory for areas previously covered by paving for contamination testing. Contamination testing requires four or five weeks. Contractor shall allow for sufficient time for such testing prior to construction. Testing cost for the initial samples and costs for any additional samples due to non-compliance shall be paid for by the Contractor.

2. Amendment Samples: Contractor shall provide a one-quart sample of each proposed amendment to Soil and Plant Laboratory of Santa Clara (408) 727-0330, for their testing for conformance to this specification. No material shall be delivered to the site until the Engineer approves the samples. Testing costs shall be paid for by the Contractor.

3. Top Dressing: Contractor shall provide a one-quart sample of the proposed top dressing soil and a separate one-quart sample of the proposed organic amendment to Soil and Plant Laboratory of Santa Clara for their testing for conformance to this specification. No material shall be delivered to the site until the Engineer approves the material. All testing costs shall be paid by Contractor. Contractor shall allow for sufficient time for such testing prior to construction. Testing costs for the initial samples and costs for any additional samples due to non-compliance shall be paid by the Contractor.

Page 241: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 2

329100-plantingpreparation.doc

C. Certificates 1. Written certificates stating quantity, type, and composition, weight and origin for all

amendments and chemicals shall be delivered to the Engineer before the material is used on the site.

D. Manufacturer’s Reports 1. Fertilizers: Submit manufacturer’s analysis of all fertilizers for the approval of the Engineer.

E. Closeout Submittals 1. After grading operations have been completed, the Contractor shall take a minimum of two

soil samples at locations throughout the improvement area and a complete soil analysis report shall be submitted by Soils and Plant Lab. The formula in this section shall be used for bidding purposes. The results of the soils test shall form the actual soil amendment recipe. Any changes in materials or quantities as a result of the soils test shall be approved by the Engineer.

1.05 QUALITY ASSURANCE A. Qualifications of Workers

1. Provide at least one person who shall be present at all times during execution of this portion of the work, who shall be familiar with the type of materials being installed and the proper materials and methods for their installation, and who shall direct all work performed under this section.

2. Staff shall be of sufficient size to be able to furnish required materials, deliver, and install all materials as shown on plans and promptly expedite the work.

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 NATIVE TOPSOIL A. Shall be the existing surface layer of soil on-site. This layer typically will be a different color and

texture than the subsoil, and may be of varying thicknesses. The Contractor shall be responsible for reviewing the area limits and depths of native topsoil on site with the Engineer.

2.02 IMPORT TOPSOIL A. Shall be a homogeneous mineral soil classified as sandy loam, or fine sand.

1. Particle size data shall be based upon standard USDA methodology. a. Of the material falling in the sand category, a minimum of eighty percent (80%) shall fall

in the fine sand range .05 – 5 mm. b. Gravel content greater than 2.0 mm shall be less than fifteen percent (15%). c. Import topsoil shall not contain more silt and clay than the on-site native soil. d. The sum of silt plus clay shall be less than twenty (25%). e. The soil shall be nonsaline as determined on the saturation extract. Salinity shall not

exceed three (3.0) mmhos/cm, boron shall not exceed one (1.0) ppm and the sodium absorption ration (SAR) shall not exceed six (6.0).

f. Soil reaction as determined on a saturated paste shall fall between 5.5 and 7.5. g. The soil shall be free of organic herbicides, or other growth-restricting chemicals. h. Contamination: If directed by the Engineer, Contamination may be tested by greenhouse

trials using rye grass and radish as test crops using the proposed import soil as substrate. These trials require four to five weeks for completion.

2.03 SOIL PREPARATION AND MULCH

Page 242: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 3

329100-plantingpreparation.doc

A. Materials 1. Soil Amendment: Shall be as follows per 1,000 square feet:

5 cubic yards Compost 18 pounds 27-8-11 Commercial Fertilizer 160 pounds Agricultural Gypsum a. The materials shall be uniformly spread and incorporated with a rotary cultivator to obtain

a homogeneously blended soil six inches (6") in depth. b. Compost shall conform to the following specification guidelines:

i. Gradation: A minimum of ninety percent (90%) of the material by weight shall pass a one half (1/2") screen. Material passing the one half (1/2") screen shall meet the following criteria: Percent Passing Sieve Designation 85-100 9.51 mm (3/8") 50-80 2.38 mm (No. 8) 0-40 500 micron (No. 35)

ii. Organic Content: Minimum fifty percent (50%) based on dry weight and determined by ash method. Minimum two hundred and fifty (250 lbs.) organic matter per cubic yard of compost.

iii. Carbon to Nitrogen Ratio: Maximum 35:1 if material is claimed to be nitrogen stabilized.

iv. pH: Five and a half to eight (5.5-8.0) as determined in saturated paste. v. Soluble Salts: Soluble nutrients typically account for most of the salinity levels, but

sodium should account for less than twenty five percent (25%) of the total. To avoid a leaching requirement, the addition of the compost shall result in a final ECe of the amended soil of less than four (4.0) dS/m at twenty five degrees Celsius (25oC) as determined in a saturation extract.

vi. Use the following table to determine the maximum allowable ECe (dS/m of saturation extract) of compost at desired use rate and allowable ECe increase:

Desired Use Rate Maximum Allowable ECe

Increase from Amendment Cu. Yds. Amendment per 1,000 sq. ft. for incorporation to 6"

depth

Volume

Percentage of Amendment

3 dS/m

2 dS/m

1 dS/m

Maximum ECe of Compost 1 5 14 28 42 2 11 7 14 21 3 16 5 9.5 14 4 22 3.5 7 10.5 5 27 3 5.5 8.5 6 32 2.5 4.5 7

Example: Specification calls for five cubic yards (5 cy) compost per one thousand square feet (1000 sf) for incorporation to six inches (6") depth, and site soil has an ECe of two (2.0). In order to avoid exceeding ECe of four (4) in final blend, compost ECe should be less than five and a half (5.5) dS/m.

2. Moisture Content: Thirty five to sixty percent (35-60%) 3. Contaminants: The compost shall be free of contaminants such as glass, metal, and visible

plastic. 4. Maturity: Physical characteristics suggestive of maturity include:

a. Color: Dark brown to black b. Odor

i. Acceptable = none, soil-like, musty, or moldy

Page 243: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 4

329100-plantingpreparation.doc

ii. Unacceptable = sour, ammonia, or putrid c. Particle Characterization: Identifiable wood pieces are acceptable, but the balance of

material should be soil-like without recognizable grass or leaves.

2.04 FERTILIZERS A. General

1. Standard commercial grade of organic or inorganic fertilizer containing the amounts of total nitrogen, available phosphoric acid and water soluble potash specified below.

2. Furnish in standard unopened containers with weight, name of plant nutrients and manufacturer’s guaranteed statement of analysis clearly marked, in accordance with state and federal laws.

B. Fertilizer 1. As recommended by soils testing.

2.05 MAGNESIUM SULFATE A. General

1. Agricultural grade Epsom Salts.

2.06 LIME A. General

1. Agricultural grade mineral soil conditioner containing thirty five percent (35%) minimum magnesium carbonate and forty nine percent (49%) minimum calcium carbonate, one hundred percent (100%) passing No. 65 sieve.

2. Kasier Dolomite 65 AG or approved equal.

2.07 PHOSPORUS A. General

1. Agricultural grade fertilizer providing the amount of available phosphoric acid specified below. 2. Bone Meal (1-23-0), Superphosphate (0-20-0), or approved equal.

2.08 PLANTING MIX A. Planting mix for backfilling planting holes shall consist of two parts of soil excavated from the

planting holes (free of rock over one-half inch (1/2") in diameter) and one part soil amendment. The materials shall be thoroughly mixed until they lose their individual identities.

2.09 POT SOIL MIX A. Pot Soil Mix: Shall be a pre-mixed planter mix, if tested and approved by the Engineer, composed

of fine sand, untreated fir bark, spaghnum peat moss, and fertilizers as follows: 1. Sand

percent passing sieve sieve size 100 No. 4 95-100 No. 10 90-100 No. 18 65-100 No. 35 0-50 No. 60 0-20 No. 140 0-10 No. 270 salinity (ECe x 103) Nil – 3.0 boron in saturation extract Nil – 1.0 ppm SAR Nil – 6.0

2. Fir Bark percent passing sieve sieve size 100 3/8"0

Page 244: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 5

329100-plantingpreparation.doc

95-100 1/4" 75-100 No. 8 0-30 No. 35 dry bulk density 450-580 lbs./cu.yd. organic content (dry weight basis) 94%-100% Fertilizer urea formaldehyde 38-0-0 single superphosphate 0-20-0 potassium nitrate 13-0-44 dolomite lime kaiser 65 AG or equal gypsum ---

3. Sphagnum Peat Moss percent passing sieve sieve size 95-100 3/8" 0-40 No. 35 organic content (dry weight basis) 94%-100% salinity (ECe x 103) Nil-3.0 chemical p.H. 3.0-4.5 nitrogen (dry weight basis) 0.6-3.0%

2.10 TOP DRESSING SOIL A. Topdressing Soil: Organic matter content should be in the range of five to eight percent (5-8%) by

weight. Gravel two to twelve (2-12) mm less than five percent (5%) total weight of soil. On a weight basis the particles passing a two (2) mm sieve should comply with the following: Coarse sand half to two (0.5-2.0) mm less than fifteen percent (15%), silt twenty to thirty percent (20-30%), and clay ten to twenty five percent (10-25%). The soil shall be nonsaline as determined on the saturation extract. Salinity shall not exceed three (3.0) mmhos/cm, boron shall not exceed 1.0 ppm and the sodium absorption ratio (SAR) shall not exceed six (6.0). Soil reaction as determined on a saturated paste shall fall between five and a half (5.5) to seven and a half (7.5). The soil shall be free of organic herbicides, or other growth restricting chemicals.

2.11 MULCH A. Shall be ground, screened fir bark, one half inch to one inch (1/2" - 1") size. B. For all bioretention areas, the mulch shall be Premium Arbor Mulch available from:

Lyngso Garden Materials Inc., 345 Shoreway Rd, San Carlos, CA 94070, (f) 650.364.1730 or approved equal.

PART 3 - EXECUTION

3.01 EXAMINATION A. Grade Review: Prior to commencing soil preparation operations, Contractor shall request a

review by the Engineer to verify specified limits and grades of work completed to date and soil preparation work to commence. Contractor shall complete the rough grading as necessary to round the top and toe of all slopes, providing naturalized contouring to integrate newly graded areas with the natural topography. Finish grading under this section shall be completed in accordance with the grades indicated on the landscape drawings.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during planting preparation.

Page 245: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 6

329100-plantingpreparation.doc

B. Subgrade Preparation 1. Subgrade Scarification: Scarify all subgrades (existing finish grade prior to soil placement) to

a minimum six (6) inch depth. Do not scarify within driplines of any existing tree. 2. pH

a. Soil shall have a pH range of 6.5 to 7.5. b. Lower existing pH 1 unit by installing one hundred and fifty to two hundred pounds per

one thousand square feet (150-200 lbs./1000 sf) of Magnesium Sulfate. c. Liming: As recommended by soil test results.

3.03 TOPSOIL PLACEMENT AND GRADING A. The top 6 inches of finish grade in turf and planting areas shall consist of topsoil, either existing

on site or import. This topsoil shall be approved by the Engineer for suitability prior to spreading. B. In planting areas, material shall be placed in 6-inch maximum layers, and shaped as shown on

the plans and as directed by the Engineer. 1. Mounds shall be formed with gently sloping sides and crowns and smoothed even transitions

at the bases so that power mowers can be operated efficiently over all areas. 2. No abrupt changes in slope or contour will be accepted. 3. Contractor shall take special care to feather or taper graded areas to match grade at edge of

existing turf. 4. Apply organic fertilizers, as specified by Section 2.04. 5. Apply compost as specified by Section 2.03. 6. Rototill and thoroughly mix the planting soil and organic fertilizers into and with the aerated

subgrade to a minimum depth of 8 inches, 7. Do not rototill within driplines of any existing trees. 8. Remove all rocks greater than one inch (1”) in diameter, and fine grade. 9. Compact all planting areas to eighty five percent (85%) relative compaction prior to planting.

10. Apply “Starter Fertilizer” to all sod areas prior to planting. C. Existing Topsoil to Remain: In those planting areas where native topsoil is to be left in place,

cross rip to a depth of ten inches. Then incorporate the amendments to a homogeneously blended soil depth of six inches.

D. Infill Spots for Top Dressed Turf Areas: All turf areas covered by the irrigation system are to have all the bare spots (exposed soil) infilled with topdressing soil and seeded. For the purposes of this project, bare spots are defined as any single exposed soil area over 36 square inches in size.

3.04 PLANT PITS A. Refer to Section 329300, Plants.

3.05 BACKFILL A. Backfill Material and Placement: Only unamended soil shall be used beneath the root ball;

cultivate bottom of plant pit to improve porosity. Backfill around sides of rootball shall be the amended soil taken from adjacent prepared areas. Spread material excavated from plant pits onto adjacent areas as replacement. Should additional backfill be necessary, a mixture of one-third organic amendment/fertilizer mix and two-thirds topsoil may be used.

3.06 ACID BACKFILL MIX A. Mix Quantities: For those plants noted shall be half (1/2) by volume of the above specified backfill

mix and half (1/2) by volume of sphagnum peat moss (pre-moistened). This shall be thoroughly premixed with "49er Brand Acid Food" 4-8-5 at half (1/2) the manufacturer’s suggested application rate.

3.07 FINISH GRADING

Page 246: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTING PREPARATION 329100 – 7

329100-plantingpreparation.doc

A. Grading Operations: Contractor shall finish grade all irrigated planting areas unless otherwise noted, and shall remove all rocks and clods over one cubic inch to a depth of one inch below finish grade. All areas shall be smooth and uniformly graded. All erosion damage during the construction period shall be repaired by the Contractor.

B. Finish Grades: Unless otherwise noted, all soil finish grades shall be one inch below finish grade of walks, pavements, and curbs.

3.08 MULCH A. Mulch: Top dressed on the surface to a depth of three inches (3") minimum.

END OF SECTION

Page 247: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TURF AND GRASSES 329200 – 1

329200-TurfandGrasses.doc

SECTION 329200 TURF AND GRASSES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required to install, establish and maintain Turf and Grasses. B. Related Requirements

1. Section 313100, Soil Treatment 2. Section 328400, Planting Irrigation 3. Section 329100, Planting Preparation 4. Section 329400, Planting Accessories 5. Section 320190, Operation and Maintenance of Planting

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Steps

1. Standardized Plant Names, second edition. 2. AAN’s American Standard for Nursery Stock. 3. Federal, State and County laws requiring inspection for plant disease and insect control.

1.04 SUBMITTALS A. Product Data

1. Fertilizer: Manufacturer’s statement of analysis for specified fertilizer. 2. Sod: Dealer’s statement of analysis stating grass type and percent included in mix; name and

address of grower. B. Certificates

1. All seed shall be certified and guaranteed by the supplier as to purity and germination. 2. Sod shall be certified and guaranteed by the supplier as to the purity and mixture of seed

from which it was grown.

1.05 QUALITY ASSURANCE A. Reviews: The Contractor shall specifically request the following reviews prior to progressing with

the work: 1. Plant material approval 2. Finish grade 3. Substantial completion 4. Final completion

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Delivery and Storage: Sod shall be harvested, delivered and installed within an elapsed time of twenty four (24) hours. Sod not transplanted within this period shall be inspected and approved or rejected by Engineer prior to installation.

Page 248: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TURF AND GRASSES 329200 – 2

329200-TurfandGrasses.doc

1.07 SITE CONDITIONS A. Ambient Conditions: All soil preparation and planting operations shall be conducted under

favorable weather conditions only. Soil shall not be worked when excessively dry or wet, and the Engineer reserves the right to stop any work taking place during a period when conditions are considered detrimental to soil structure or plant growth.

1.08 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 SOD A. Description

1. Shall be Tifway 419, or approved equal. B. Thickness of Cut: Sod shall be machine cut at a uniform soil thickness of one inch, plus or minus

5/8 inch, at the time of cutting. Measurement for thickness shall exclude top growth and thatch. C. Pad Size: Individual pieces of sod shall be cut to eighteen inches (18”) width and eighty inches

(80”) length. Broken pads and torn or uneven ends will not be acceptable. Sod shall have a minimum of one inch (1”) soil adherence.

D. Strength of Sod Sections: Standard size sections of sod shall be strong enough to support their own weight and retain their size and shape when suspended vertically from a firm grasp on the upper 10% of the section. Only sod without netting of any sort shall be used.

E. Moisture Content: Sod shall not be harvested or transported when moisture content (excessively dry or wet) may adversely affect its survival.

F. Age: Not less than ten (10) months or more than thirty (30) months old. G. Mowing Heights: Before harvesting, sod shall be mowed uniformly at a height of 1 inch. H. Diseases, Nematodes, and Insects: Sod shall be reasonably free of diseases, nematodes, and

soil-borne insects. I. Weeds: Sod shall be free of objectionable grassy and broad leaf weeds. Sod shall be considered

free of such weeds if less than one (1) such plants are found per one hundred (100 sf) of area.

2.02 FERTILIZER A. General: Standard commercial grade of organic or inorganic fertilizer containing the amount of

total nitrogen, available phosphoric acid and water soluble potash in amounts specified below. Furnish in standard unopened containers with weight, name of plant nutrients and manufacturer’s guaranteed statement of analysis clearly marked, in accordance with state and federal laws. 1. 27-8-11 Fertilizer

2.03 WATER A. Potable water supplied by the irrigation system.

2.04 SOURCE QUALITY CONTROL A. Tests and Inspections

1. All sod shall be inspected by the Engineer at the time of delivery. 2. Sod shall be sufficiently moist so that the soil will adhere to the roots when handled. 3. Delivered sod shall contain not more than five percent (5%) broken rolls. 4. Sod that has become moldy, withered, or yellow from storage or drying will be rejected at the

time of planting. 5. Sod out for more than twenty four (24) hours from the time of cutting shall not be used.

PART 3 - EXECUTION

3.01 EXAMINATION A. Preinstallation Testing: The Contractor is required to conduct an irrigation coverage test prior to

the installation of any planting material, including seeded turf or sod.

Page 249: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TURF AND GRASSES 329200 – 3

329200-TurfandGrasses.doc

B. The coverage test shall take place in the presence of the Engineer. C. The Contractor shall add any irrigation heads as necessary to obtain the proper irrigation

coverage as directed by the Engineer at the Contractor’s own expense. D. The Contractor shall notify the Engineer a minimum of forty eight (48) hours prior to the coverage

test.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of site furnishings.

3.03 SEED INSTALLATION A. Seed mixture shall be pre-mixed by a mechanical mixer. B. Soil Conditioning: See Section 329100, Planting Preparation. C. After application of soil amendments and preparation of soil has been completed as specified, the

areas to be seeded in turf shall be brought to a smooth, uncompacted grade. D. Seeding: Turf seed shall then be sown at the rate of ten pounds (10 lbs.) per one thousand

square feet (1000 sf), raked in lightly, and rolled. E. Top Dressing: Shall be nitrified sawdust.

3.04 SOD INSTALLATION A. The turf sod shall be installed per manufacturer's specifications and to the satisfaction of the

Engineer. B. Soil Conditioning: See Section 329100, Planting Preparation. C. After application of soil amendments and preparation of soil has been completed as specified, the

areas to be sodded in turf shall be brought to a smooth, uncompacted grade. Light rolling with a roller will show any irregularities.

D. Laying Sod: Turf sod shall be laid on a firm, moist bed. Sod shall be installed to the smooth finish grade with tight edges and no gaps between sod pieces. Lay the first strips end to end along a straight line. Butt joints tightly together, but do not overlap the edges. Stagger joints as you would when laying bricks. Special care shall be given to placement of sprinkler heads and other various irrigation equipment. Use a sharp knife or other tool to cut sod to fit curves, edges, and sprinklers. Contractor shall install turf sod in conformance with all Manufacturer's recommendations.

E. Do not wait until entire lawn is laid to begin watering. Lightly water one section at a time to keep it from drying out. Repeat until entire lawn is complete. Any mounds or depressions occurring after sodding shall be corrected.

F. After laying sod and watering lightly, roll lawn lightly with a roller to form good contact between sod and soil. Then water the entire lawn thoroughly to a depth of at least six inches (6"). A daily watering is vital for the first ten days. After sod is established, decrease the frequency of waterings, but increase the amount of water per application.

3.05 SITE QUALITY CONTROL A. Site Tests and Inspections

1. Inspection for Starting of Operation and Maintenance Period: Upon completion of the irrigation, turf, planting, and hydroseeding work, when a satisfactory stand of turf (between two and three inches (2” to 3”) high) has been established, and after the first cutting, the Contractor shall notify the Project Engineer that the project is ready for maintenance. The Project Engineer shall then schedule a pre-maintenance walk-through inspection for the project and shall notify the Contractor and various City representatives as to the time and date.

2. Upon inspection, if the Project Engineer finds the irrigation, turf, planting, and hydroseeding work complete and in compliance with the plans and specifications, the City shall authorize the start of the operation and maintenance period. Written notice will be given the Contractor to inform him as to the starting date of the maintenance period.

3.06 CLEANING

Page 250: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT TURF AND GRASSES 329200 – 4

329200-TurfandGrasses.doc

A. Waste Management: After all planting operations have been completed, the Contractor shall remove all trash, empty plant containers, tools, and equipment used in this work, or any other debris accumulated by the work, from the site of the work, and all scars, ruts, or other marks in the area caused by this work shall be repaired at the Contractor's expense, and the ground left in a neat and orderly condition throughout the site of the work.

3.07 PROTECTION A. The Contractor shall avoid any compaction of the soil treatment or sod after installation and shall

not permit vehicular or equipment traffic over such areas. In the event of such compaction, the Contractor shall be required to re-sod any areas thus compacted, at his own expense.

END OF SECTION

Page 251: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 1

329300-Plants.doc

SECTION 329300 PLANTS

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for the furnishing and planting of trees, shrubs, and ground covers, protection of the work, and cleaning up as shown on the drawings and herein specified.

B. Related Requirements 1. Section 320100, Operation and Maintenance 2. Section 313100, Soil Treatment 3. Section 328400, Planting Irrigation 4. Section 329100, Planting Preparation 5. Section 329200, Turf and Grasses

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Steps

a. Standardized Plant Names, second edition, and secondly, A Checklist of Woody Ornamental Plants of California, Manual 32, University of California.

b. AAN’s American Standard for Nursery Stock. c. Federal, State and County laws requiring inspection for plant disease and insect control.

1.04 ADMINISTRATIVE REQUIREMENTS A. Schedule

1. Submit a proposed planting schedule to the Engineer for approval at least thirty (30) days prior to start of work under this section.

2. After above approval, no modification shall be made to this schedule without written authorization by Engineer.

1.05 SUBMITTALS A. Certificates: All plant materials shall meet the specifications of Federal, State, and County laws

requiring inspection for plant diseases and insect infestations. Inspection certifications required by law shall accompany each shipment, invoice, or order for stock, and when such plants arrive at the site of the work, the certificate of inspection shall be filed with the Engineer.

B. Materials Lists 1. Within forty five (45) days after award of the Contract, submit to Engineer a complete list of

materials proposed to be furnished and installed demonstrating conformance with the requirements specified.

2. Submittal to include invoices identifying sizes and quantities and the names and addresses of all plant material suppliers and growers.

1.06 QUALITY ASSURANCE A. Plants not meeting the specified sizes and quantities at time of inspection are subject to rejection

and replacement. B. Reviews: The Contractor shall specifically request the following reviews prior to progressing with

the work: 1. Plant material approval. 2. Plant layout. 3. Finish grade. 4. Substantial completion.

Page 252: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 2

329300-Plants.doc

5. Final completion. C. Nomenclature and Labels: Plant botanical names shall conform to Standardized Plant Names,

second edition, and secondly, A Checklist of Woody Ornamental Plants of California, Manual 32, University of California. All plants of each clone, species, and cultivar shall be delivered to the site labeled with their full botanical names. Every plant species shall be labeled with no less than one label for every ten plants of a species.

1.07 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Delivery and Acceptance Requirements 1. The Contractor shall notify the Section of Engineer at least two (2) days prior to the delivery

date of each shipment of plant materials. 2. Any plants delivered to the job site, which are found to be not true to name or unsuitable in

growth or conditions, shall be removed from the site and replaced with acceptable plants. 3. All plants shall be of the genus, species, cultivar, size, age, and condition as specified herein

and as shown on the Plans. 4. Under no condition will there be any substitution of plants or sizes for those listed on the

accompanying plans, except with the written consent of the Engineer. 5. Inspection of all plant material for acceptance shall be made at the project site at time of

delivery. All plant material shall be approved by the Engineer prior to installation. Any and all rejected plant material shall be marked as such and removed from the project site immediately.

C. Storage and Handling 1. Plant materials shall be protected and maintained in good condition. Bare root and balled

materials shall be watered regularly and placed in a cool area, protected from sun and wind. D. Substitutions

1. Substitutions of plant materials will not be permitted unless authorized in writing by Engineer. 2. If proof is submitted that any plant specified is not obtainable, a proposal will be considered

for use of the nearest equivalent size or variety with corresponding adjustment of Contract price.

3. Such proof shall be substantiated and submitted in writing to the Engineer at least 30 days prior to start of work under this section.

4. These provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing conditions or other arrangements must be made in order to supply specified materials.

1.08 SITE CONDITIONS A. Planting Conditions

1. Boxed or container material may be installed at any time. 2. Air Temperature

a. Do not install plant materials during freezing weather or when the ground is frozen. b. Protect plants from desiccation in hot, dry conditions by keeping moist, or use an anti-

desiccant.

1.09 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications. B. General: Contractor shall warrant that all plants installed under this Contract will be healthy and in

flourishing condition of active growth on year from date of Final Acceptance. C. Plant Replacements

1. Replace, without cost to City, and as soon as weather conditions permit, all dead plants and all plants not in a vigorous, thriving condition, during and at the end of the Warranty Period. Plants shall be free of dead or dying branches and branch tips, and shall bear foliage of a normal density, size and color. Replacements shall closely match adjacent specimens of the same species and shall be subject to all requirements of this specification.

Page 253: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 3

329300-Plants.doc

2. Rejected plants may be retained in place or be required to be removed at the discretion of the City.

3. Contractor shall not be held responsible for failures due to neglect by the City or vandalism during Warranty Period. Report such conditions to the City in writing.

4. Warranty shall not include damage or loss of plant materials caused by fires, floods, freezing rains, lightning storms, winds over seventy-five (75) MPH, or winter kill caused by extreme cold and severe winter conditions not typical of the project site.

5. Plant replacement during the warranty period shall be limited to one replacement unless the prior plant installation did not meet the requirements of these specifications.

D. A final inspection will be held in presence of Contractor and City at the end of the one-year period. It shall be the Contractor’s responsibility to notify the City fourteen (14) days prior to the anticipated meeting.

PART 2 - PRODUCTS

2.01 PLANT MATERIALS A. Description

1. Tagging: All plants shall be true to name, and one of each bundle or lot shall be tagged with the name and size of the plant in accordance with the standards of practice recommended by the AAN.

2. Plants shall be as specified in the Plant List on the Plans and shall be healthy, vigorous stock, free of insects and disease.

3. Use only plant materials that are first class representations of the genus, species, and cultivars specified and that conform to all State and local laws governing the sale, transportation, and inspection of plant materials.

4. Only healthy and shapely plants of the size and type indicated and only plants with a normal plant and root structure will be acceptable.

5. All plants shall be nursery grown stock and shall have been grown in the specified containers for not less than six (6) months but shall not have been overgrown in the containers so as to become root-bound. They shall have straight, single trunks, unless otherwise specified on the plans.

6. No pruning shall be undertaken before planting. 7. Plants specified to be multi-trunk shall have at least three main leaders from the base. 8. Any and all plants that have any encircling roots (not root-bound) shall have root balls lightly

slashed on a minimum of three (3) sides to stop encircling root growth. 9. All plants shall be free from disfiguring knots and sunscald injuries, abrasions, abrasion of

bark, or other objectionable disfigurements. Tree trunks shall be sturdy and well "hardened off".

2.02 SOIL AMENDMENTS A. As specified in Section 329100, Planting Preparation.

2.03 MULCH A. As specified in Section 329100, Planting Preparation.

2.04 ACCESSORIES A. Guying Materials for trees less than four inch (4”) diameter.

1. Polypropylene Weave a. Manufacturer: DeepRoot Arbor Tie, or approved equal.

B. Tree Stakes 1. Two stakes per tree. 2. Eight to ten foot (8’-10’) lengths depending on tree height. 3. Two inch by two inch (2” x 2”) Lodge Pole Pine Stakes, pressure treated with Chemonite.

C. Anti-desiccant: Wilt-Pruf anti-desiccant: Wilt-Pruf Products, Inc., PO Box 469, Essex, CT 06426, (800) 972-0726, or approved equal.

2.05 SOURCE QUALITY CONTROL

Page 254: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 4

329300-Plants.doc

A. Damaged Plants 1. Plants shall not be pruned before delivery. 2. Trees which have damaged or crooked leaders, or multiple leaders, unless specified, will be

rejected. 3. Trees with abrasions of the bark, sunscalds, disfiguring knots, or fresh cuts of limbs over

three fourths inch (3/4 inch) which have not completely callused, will be rejected. 4. Trees with asymmetrical canopies, skirted canopies (excessively high branching) and topped

or lollipop pruned in the nursery will be rejected.

PART 3 - EXECUTION

3.01 EXAMINATION A. Preinstallation Testing: The Contractor is required to conduct an irrigation coverage test prior to

the installation of any planting material, including seeded turf or sod. B. The coverage test shall take place in the presence of the Engineer. C. The Contractor shall add any irrigation heads as necessary to obtain the proper irrigation

coverage as directed by the Engineer at the Contractor’s own expense. D. The Contractor shall notify the Engineer a minimum of forty eight (48) hours prior to the coverage

test.

3.02 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of plants.

3.03 TREE AND SHRUB INSTALLATION A. Location Staking: Each tree and shrub location shall be as indicated on the Plans and shall not be

in conflict with any existing utilities, utility boxes, etc. Any and all plants improperly located shall be replanted in their proper location at no additional cost to the City. 1. Notify Engineer immediately of any discrepancy.

B. Excavate holes by auger, unless otherwise specified for particular situations. Before an augured hole is made, the top six inches (6") of amended soil shall be removed and stockpiled at one side of hole.

C. An augured hole of the appropriate size shall be made to a depth of the container. The size of the auger shall depend on the size of the plant container. The hole shall be broken in with a crowbar until it is twice the width of the container, leaving the sides rough with no "auger slick". Break up the bottom six inches (6") of soil prior to placing plant.

D. The plant shall then be set in an upright position in the center of the hole and the space around it backfilled with planting mix so that a minimum of four inches (4") of amended soil is around the sides of the root ball. Do not place organic matter beneath the plant's root ball. The plant shall be set so that the root crown is one half inch to three fourths inch (1/2" to 3/4") higher than average surrounding grade. Dispose of balance of borings around plant in a manner that water is shed away from the crown or trunk of plant.

E. When the backfill around the plant is approximately two-thirds (2/3) completed, the plant shall be thoroughly watered, after which the backfill shall be completed to the grade of the surrounding area.

F. Install planting packets within six inches to eight inches (6”- 8”) of the soil surface and as per the following schedule:

1 gal. stock: 1 packet 2 or 5 gal. stock: 3 packets 15 gal. stock: 9 packets 24 inch box stock or larger: 12 packets

Page 255: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 5

329300-Plants.doc

G. No boxed, balled, or canned trees shall be planted if the ball is broken or cracked, either before or during the process of planting.

H. Tree Wrap: Protect all trees from sun scald with tree bark-wrap prior to staking. Remove prior to Final Acceptance.

I. Tree Staking: All trees shall be provided with two (2) Lodge Pole Pine Stakes, pressure treated with Chemonite (See Plans for Tree Planting Detail). Tree stakes shall not be driven into the rootball. 1. Fifteen (15) gallons trees or smaller: two inches (2") diameter x ten feet (10') long stake, six

feet (6') above ground. 2. Twenty four (24) inches box trees or larger: three inches (3") diameter x twelve feet (12') long

stake, eight feet (8') above ground, with three one inch by four inches (1" x 4") wood cross ties.

3. The tree ties shall be pieces of corded rubber placed in one place just below the main fork or branches.

J. Soil Berm: In all planting areas (excluding turf), each plant shall have a soil berm constructed around it to retain water. The soil berm shall be at least four inches (4") high and shall have a minimum diameter of two feet (2') for shrubs and three feet (3') for trees.

K. Edging: Each tree in turf areas shall have the turf removed in a ring from the tree base diameter as follows: 1. Twenty four inches (24") diameter to five (5) gallon trees. 2. Thirty inches (30") diameter to fifteen (15) gallon and larger trees.

L. Pruning: Pruning shall be limited to a minimum necessary for removal of injured twigs and branches, with cuts over one-half (1/2) inch in diameter painted with a tree wound compound.

M. Watering: Immediately after planting, each tree or shrub shall be thoroughly watered, and the areas between soil berms shall be raked smooth.

3.04 GROUND COVERS A. Spacing: The spacing of all ground cover plants shall be as indicated on the Plans and in the

Plant List. B. They shall be planted in evenly spaced rows with staggered triangular spacing and around the

shrubs (to within one (1) foot) and trees (to within eighteen (18) inches).

3.05 WEED CONTROL A. Prior to applying mulch, all planted areas to be treated for pre-emergent weed control shall

receive: Four and one half pounds (4-1/2 lbs.) of Ronstar-G. 1. Uniformly distributed per 1,000 square feet. After application of pre-emergent weed control,

apply one half inch (1/2") to one (1") of irrigation water within two (2) to three (3) hours.

3.06 MULCH A. Refer to Section 329100, Planting Preparation.

3.07 SITE QUALITY CONTROL A. Site Tests and Inspections

1. Inspection for Starting of Operation and Maintenance Period: Upon completion of the irrigation, turf, planting, and hydroseeding work, when a satisfactory stand of turf (between 2 to 3 inches (2” to 3”) high) has been established, and after the first cutting, the Contractor shall notify the Project Engineer that the project is ready for maintenance. The Project Engineer shall then schedule a pre-maintenance walk-through inspection for the project and shall notify the Contractor and various City representatives as to the time and date.

2. Upon inspection, if the Project Engineer finds the irrigation, turf, planting, and hydroseeding work complete and in compliance with the plans and specifications, the City shall authorize the start of the operation and maintenance period. Written notice will be given the Contractor to inform him as to the starting date of the maintenance period.

3.08 CLEANING A. Waste Management

Page 256: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT PLANTS 329300 – 6

329300-Plants.doc

1. After all planting operations have been completed, the Contractor shall remove all trash, empty plant containers, tools, and equipment used in this work, or any other debris accumulated by the work, from the site of the work, and all scars, ruts, or other marks in the area caused by this work shall be repaired at the Contractor's expense, and the ground left in a neat and orderly condition throughout the site of the work.

END OF SECTION

Page 257: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SANITARY SEWERAGE UTILITIES 333000 – 1

333000-SanitarySewerageUtilities.doc

SECTION 333000 SANITARY SEWERAGE UTILITIES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for the installation and construction of Sanitary Sewerage Utilities as shown on the plans.

B. Related Requirements 1. Consult all other Specification sections, determine the extent and character of related work,

and properly coordinate work specified herein with that specified elsewhere to produce a complete operational installation.

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. Section 1301, Trench Excavation, Bedding, and Backfill of the City Standard Specifications. 2. Section 1302, Pipe Installation of the City Standard Specifications. 3. CLR, Title 24, Part 5, 2007 California Plumbing Code. 4. Section 207-8, Vitrified Clay Pipe of the APWA Standard Specifications. 5. Section 207-19, Polyethylene (PE) Solid Wall Pipe of the APWA Standard Specifications. 6. ASTM C-700, Standard Specification for Vitrified Clay Pipe, Extra Strength, Standard

Strength, and Perforated. 7. ASTM D-3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. 8. ASTM F-714, Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on

Outside Diameter.

1.04 SUBMITTALS A. Product Data: Submit for each type of product specified.

1.05 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Handling: Pipe, fittings, precast concrete manhole sections, and cast iron frames and manhole covers shall be handled carefully at all times. Only suitable equipment and appliances shall be used for the safe loading, hauling, unloading, handling, and placing of materials. Special care shall be exercised so that the preformed resilient joints on pipe and fittings are not damaged.

1.06 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 SANITARY SEWERAGE EQUIPMENT A. Materials

1. For the sanitary sewer system, SDR 21 plastic pipe or vitrified clay pipe (VCP) shall be used. 2. VCP shall be extra strength in accordance with ASTM C-700. 3. Plastic pipe shall conform to ASTM D-3330 of ASTM F-714. 4. Use PVC C900 under one to three feet (1’-3’) of soil.

Page 258: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT SANITARY SEWERAGE UTILITIES 333000 – 2

333000-SanitarySewerageUtilities.doc

5. Use ABS rigid wall under three to thirty feet (3’-30’) 6. Joints and joint material for concrete pipe shall conform to Section 1302-4.2, Field Joining of

Pipe of the City Standard Specifications.

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of sanitary sewerage utilities.

3.02 INSTALLATION A. Excavation, backfill, pipe laying and joints shall conform to the City Standard Specifications. B. Backfill shall conform to Section 1301, Trench Excavation, Bedding, and Backfill of the City

Standard Specifications, except that ninety five percent (95%) relative compaction on the top six (6) inches of trench shall be required only where surface improvements other than plantings are made under this contract.

C. Lines shall be flushed in accordance with the City Standard Specifications. D. No trench shall be left open at the end of the day except as specifically authorized by the Project

Engineer. E. Debris Control: The interior of the sewer pipe shall be kept clean of dirt and debris at all times.

When work is not in progress, open ends of pipe and fittings shall be temporarily plugged. F. VCP shall be used between sewer main and property line. Provide cleanout at property line per

CPC requirements.

3.03 SYSTEMS STARTUP A. Flushing and Cleaning

1. After all backfilling and pavement restoring operations have been completed, the Contractor shall flush and clean all sanitary sewer lines under the supervision of the Engineer’s representative.

2. During the flushing and cleaning operation, a wire screen with a one quarter inch (1/4”) mesh or smaller shall be placed over the downstream outlet of the lower manhole to prevent any debris from being washed into the existing sewer system.

3.04 ADJUSTING A. Frames, Grates and Covers

1. Frames, grates and covers of all surface structures (manholes, clean outs, etc.) shall be adjusted to proposed finish grade. Grade rings shall be supplied and installed as required.

2. Frames of new or adjusted surface structures shall be supported by concrete with minimum dimensions as follows: six inches (6”) wide by ten inches (10”) deep.

B. Structures within Paved Areas 1. A structure located in an area resurfaced with asphalt concrete shall not be constructed to

final grade until the adjacent pavement or surfacing has been compacted. 2. The Contractor shall be responsible for referencing structures prior to paving and locating

them after paving operations are completed. 3. After asphalt concrete resurfacing is complete, the asphalt shall be cut out six inches (6”)

wider than the frames of all surface structures. Each frame shall then be raised too finished grade (sloped as necessary) and concrete shall be placed to approximately one and one half inches (1-1/2”) below finish grade as noted above. After concrete collar has cured, a tack coat shall be applied and asphaltic concrete placed to finish grade. (See related City of San José Detail Drawings.)

END OF SECTION

Page 259: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT STORM DRAINAGE UTILITIES 334000-1

334000-stormdrainageutilities.doc

SECTION 334000 STORM DRAINAGE UTILITIES

PART 1 - GENERAL

1.01 SUMMARY A. Section Includes: All labor, materials, equipment, tools, accessories, transportation, and services

as required for the installation and construction of storm subdrainage utilities, storm drainage structures, and connections to street man-hole as shown on the plans.

B. Related Requirements 1. Section 312200, Grading

1.02 PRICE AND PAYMENT PROCEDURES A. Refer to Section 012000, Price and Payment Procedures.

1.03 REFERENCES A. Reference Standards

1. Section 101-2.03, Concrete Pipe, and Section 1207-2, Reinforced Concrete Pipe (RCP), of the City Standard Specifications, C1 IV, Wall B ASTM C76.

2. Section 1302, Pipe Installation, of the City Standard Specifications. 3. Section 1301, Trench Excavation, Bedding, and backfill, of the City Standard Specifications.

1.04 SUBMITTALS A. Product Data: Submit for each type of product specified. B. Record Drawings: Contractor shall maintain a daily log of on-site installation and changes from

the Contract Documents on a set of prints provided to Contractor by City for record purposes. A clearly legible and detailed print of said log, acceptable to the Engineer, shall be submitted to the City prior to final payment.

1.05 QUALITY ASSURANCE A. Reviews: Twenty four (24) hours prior to placement of backfill above the pipe bedding, the

Engineer shall be notified by the Contractor and shall be allowed such reasonable time to inspect placement of the pipe and pipe bedding.

1.06 DELIVERY, STORAGE, AND HANDLING A. Materials: Attention is directed to Section 6, Control of Materials of the City Standard

Specifications and these Special Provisions. All materials required to complete the work under this contract shall be furnished by the Contractor.

B. Handling: Reinforced concrete pipe, pre-cast concrete manhole sections, inlet frames and grating, and fittings must be handled carefully at all times. Only suitable and proper equipment and appliances shall be used for the safe loading, hauling, unloading, handling, and placing of materials. Material that is checked, spalled or damaged shall not be installed and must be permanently removed from the job site.

1.07 WARRANTY A. Final Guarantee: Contractor shall provide guarantee per Section 7-1.23, Final Guarantee of the

City Standard Specifications.

PART 2 - PRODUCTS

2.01 PLAY AREA DRAINAGE A. Description: HDPE plastic pipe.

1. perforated 2. corrugated

Page 260: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT STORM DRAINAGE UTILITIES 334000-2

334000-stormdrainageutilities.doc

3. size as noted on drawings

2.02 SITE DRAINAGE, ON SITE TRAFFIC AREAS A. Description: SDR 26 plastic pipe.

2.03 SITE DRAINAGE, NON-TRAFFIC LANDSCAPE AREAS A. Description: SDR 26 or 35 plastic pipe.

1. Non-perforated. 2. Rigid plastic pipe. 3. Size as noted on drawings.

2.04 DRAINAGE WITHIN STREET RIGHT-OF-WAY A. Description: Reinforced concrete pipe shall be as specified in Section 101-2.03, Concrete Pipe,

and Section 1207-2, Reinforced Concrete Pipe (RCP), of the City Standard Specifications, C1 IV, Wall B per ASTM C76. 1. Minimum twelve inches (12") diameter.

2.05 FRAMES AND GRATES A. Description: As indicated on the plans.

2.06 STORM DRAINAGE STRUCTURES STENCIL A. Manufacturer: The stencil may be obtained, at no charge, through the Environmental Services

Department by calling (408) 945-3000. B. Finishes

1. Background-Bauer white. 2. Lettering-Bauer blue (handicap). 3. Paint will be semi-gloss curb paint formulation.

2.07 OTHER MATERIALS A. Drain Rock: 3/8 inch pea gravel. B. Catch Basin: Christy V-64 or approved equal, with appropriate extensions to extend 2 inches

below invert elevations as shown on drawings. C. Area Drains: Christy V-64 or approved equal, with appropriate extensions to extend 2 inches

below invert elevations as shown on drawings. D. Filter Fabric: Light weight polyester engineering fabric, LandMaster Polyspun “XL” or approved

equal, as supplied by Horizon Irrigation, 4060Campbell Avenue, Menlo Park, CA 94025, (650) 323-51561.

E. Rock for Rock Outfall: Smooth rocks, one foot to two feet and six inches (1’0”-2’6”) in diameter as supplied by Langley Hill Quarry, or approved equal, 19500 Skyline Boulevard, Woodside, CA (650) 851-0179.

F. Geotextile Fabric: Mirafi 140N non-woven geotextile fabric or approved equal. As available from United Green Mark, 1675 Nichols Drive, Rocklin, CA 95765, Larry Hood, (916) 947-5128.

2.08 ACCESSORIES A. Contractor shall provide all necessary fittings and coupling systems for both systems. B. Joints and joint material for concrete pipe shall conform to Section 1302-4.2, Field Joining of

Pipe, of the City Standard Specifications.

PART 3 - EXECUTION

3.01 PREPARATION A. Protection of In-Place Conditions

1. Surrounding areas, surfaces and appurtenances already in place shall be protected during installation of storm drainage utilities.

3.02 INSTALLATION A. Excavation, pipe laying, joints, and backfill shall conform to the City Standard Specifications.

Page 261: 7890-RINCON SOUTH PARK DEVELOPMENT

7890 – RINCON SOUTH PARK DEVELOPMENT STORM DRAINAGE UTILITIES 334000-3

334000-stormdrainageutilities.doc

B. Backfill shall conform to Section 1301, Trench Excavation, Bedding, and Backfill of the City Standard Specifications, except that ninety percent (95%) relative compaction on the top six inches (6”) of trench shall be required only where surface improvements other than plantings are made under this contract.

C. Lines shall be flushed in accordance with the City Standard Specifications. D. Inlet boxes shall be constructed in accordance with the plans. E. The Contractor shall stencil all hooded storm drain inlets and catch basins with "No Dumping-

Flows to Bay" stencil. The Contractor shall locate the stencil on the face of the curb adjacent to the catch basin hood. The left side is preferred.

3.03 ADJUSTING A. Frames, Grates and Covers

1. Frames, grates, and covers of all surface structures (manholes, clean outs, etc.) shall be adjusted to proposed finish grade. Grade rings shall be supplied and installed as required.

2. Frames of new or adjusted surface structures shall be supported by concrete with minimum dimensions as follows: Six inches (6”) wide by ten inches (10”) deep.

B. Structures within Paved Areas 1. A structure located in an area resurfaced with asphalt concrete shall not be constructed to

final grade until the adjacent pavement or surfacing has been compacted. 2. The Contractor shall be responsible for referencing structures prior to paving and locating

them after paving operations are completed. 3. After asphalt concrete resurfacing is completed, the asphalt shall be cut out six inches (6”)

wider than the frames of all surface structures. Each frame shall then be added to the concrete to produce a dark finished surface which matches the surrounding asphalt concrete surface.

END OF SECTION