260
? It.- o o f'tt t - CITY OF DUBLIN DEFARTMENT OF PUBLIC WORKS CALIFORNIA NOTICE TO CONTRACTOR$ l $PESIAL PRSVI$IONS, PROPOSAL ANCI SOT*TRACT ,A FoR k co*rRAcrNo. rz-os [) I ) a t t r rr rll r r lr rt trl lt rarr rr r.r r r l r l r r rt r r r r rrltra l.rltrr rtr-rr r rrr lrt trt I Positano Hills Park BID OFENING DATE: THURSDA,Y, TARCH 29TH, 2O12,AT 2:fi1 p.m. I 'l / b $'k

Bid Info and Specs 01

Embed Size (px)

Citation preview

Page 1: Bid Info and Specs 01

?

It.- o o f'ttt -

CITY OF DUBLINDEFARTMENT OF PUBLIC WORKS

CALIFORNIA

NOTICE TO CONTRACTOR$l

$PESIAL PRSVI$IONS, PROPOSAL ANCI SOT*TRACT

,A FoR

k co*rRAcrNo. rz-os

[)I

) a t t r r r r l l r r l r r t t r l l t r a r r r r r . r r r l r l r r r t r r r r r r l t r a l . r l t r r r t r - r r r r r r l r t t r t

I

Positano Hills Park

BID OFENING DATE:

THURSDA,Y, TARCH 29TH, 2O12,AT 2:fi1 p.m.

I'l

/

b

$'k

Page 2: Bid Info and Specs 01

IIIIIIIIttIItIItIII

CITY OF DUBLINCity Holl, i00 Civic PlozoDublin, Cqlifornio 94,558

COVERLETTER TO PROSPECTIVE BIDDERS

Deor Prospeclive Bidder:

Enclosed is o complete bid pockoge tor the project entitied Positono Hilis Pork, conirqct no. L?$9.project no. 950013. This bid pockoge includes ihe following:

L Controct Documenis qnd Technicol Specificotions

Notice Inviling BidsInstruciions to BiddersConiroct Check ListControciGenerol ConditionsPerformcnce BondPoyment BondMointencnce BondEscrow for Security Deposil AgreementTechnicol Specificotions

ll. Bid Forms

Eidder's Check ListBid LobelProposol Cover Poge ond Bid ScheduleBid BondConlrocior License lnformoiionList of Proposed SubconirociorsBidder's QuestionaireWorkers Compensotion Insuronce Ceriifi coiionNon-collusion AffidovitDebormenf CertificoiionBidder's Signolure Form

lll. Projeci Plcns

Project Plons

Ihe projeci work is generolly described as 8_qsiteng_ilills Pork ond includes iurfgross oreos,pothwoys, resiroom, bosketboll court, picnic oreos ond children's plcy oreo os furiher descrfbed inthe bid pockoge.

Seqled, compleied bids musi be received by the Public Works or o designee ol lhe plocespecified in ihe Notice Inviling Bids prior io the doie ond time specified in ihe Notice Inviting Bids.Any bids thot ore lote occording io the officiol time kept by fhe City will be returned unoponed.Bids ihot do not conform io the requirernenis specified in the bid packoge mcy be rejecied.

Questions regording the bid pockoge should be directed in writing os soon os possibie {but no loterthon seven (7) co{endor doys prior fo ihe opening of bids to:

Cify of Dublin - Pqrks ond Comrnuniiy Services DeporlmeniAtin: Rosemqry Alex. Porks qnd Faciiities Developmeni Coordinotp!:100 Civic PlozoDublin, Colifornio 94568Fccsimile : i.925ll 829 -9248

Page 3: Bid Info and Specs 01

ItTItIIIIIIIIIIItII

CITY OF DUBLINCify Hon, 100 Civic PlozoDublin, Cotifomio 94568

NOTICE INVITING BIDS

The City of Dublin, Caiiforniq hereby invites bids for the Positono Hilis pok conlroct no. I *03 projeci no. 950013in cccordonce wilh Colifornio Public Coniroct Code section ZOrg+ onC other opplicoUt. row, ond thefollowing:

All bids musl be delivered to fhe Pubtic Works Depcrtrnent ol 100 Clvic Plqzo, Dublin. Csltfornlq ?4569 on orbefore 2:00 p.rn., pocific stondord lime, on Th,ursdqy. Mqrch 29,2912. A[ blds Mlt be opened and reqd publlctyol thqt fime. Bids musf be mqde on the bid lorms inabaed'rn the bld pockoge. Bids fhqt ore submiiled loteoccording to lhe officlql time kept by the City Clerk or o designee wlll be retirrned unopened. Bids submiitedby focsimile or other eleclronlc meons will nol be occepted. Bids thol orE incomplefe or thof olherwise do notconform fo the requiremenls specified in the bld pockcge rncy be deErned non-responsive.

Nollce ls hereby given of o pre-bid meeflng at l0:00 o.m.. pocific stondqrd time, on Tuesdoy. Morch 13th, 2012.Attendqnce of fhe pre'bid meefing is ms$.dqtqry. The pre-bio meellng will be ol lhe pcrk sile 2301 VclentanoDrive, Dublin, CA t4558,

The proiect controcior sholl furnish oll iools, equipment. opporolus, focilities, lobor ond moieriol necessory toperform ond complele in o good ond workrnqnlike monner the construclion of the foliowing improvemenis: theWork of this Coniroct for the Pork Lighting Replocement Project, Ciiy of Dublin, includes turfgrosi oreas, pothwoys.restroom, bosketboll courf, picnic orecs ond children's plcyareo. The work includes but is not limited iol dust sndnoise control, demolifion, cleoring ond grubbing, eorthwork, trenching, utiliiy eorthwork, eroslon control, subgrodepreporclion, woiersystems. storm droin system, sonitory sewer syslem, boskeibollcourt povement, decomposedgronite poving. inigotion, ploniing. turfgoss seeding, plcy equipment, site furnishings, hondroils, truncoted domes,pre-monufoctured buildings, electricql os shown in ihe technicolspecificotions cnb plons ond in accordqnce withthe conlroci documenis within 180 (one-hundred ond eighiv) colendor dcys of the projeci commencemeni dotespecified in the notice to proceed forthe project.

All of the proiect work is lo be done in qccordonce with the bid pockoges on file in the Dublin public WorksDeportment, 100 Civic Plozo, Dublin, Ccliforniq, ?4568 ond oi the locctions specifled betow. Requests forinformolion on receiving'bid pockoges should be directed 1o the Dublin Public Works Depcrtment Otfice of ihecify of Dubiin civic cenfer, 100 civic Plozo, Dublin, colifonrio 94568 {925) 833-6630. There wiil be c sixfy douor($60) non+efundoble chorge for eoch bid pockoge. Checks ond money orders musf be mode poyoble io theCity of Dublin. Cosh or Viso/Mastercord cords will be occepied for ihose picking up the bid pockoges inperson' Bid pockoges wilf be mqiled upon request ond receipi of the non-refundoble chorge and the bidder'sUPS or FedEx qccounl number.

ore ovoilobls forvi

Quesi ionsconcerning.theprojec}orthebidpockogemusfbesuR.Qsemory.Alex, Porks qnd FocililielD-evelopment Cocrdinoior of leosf seven colendcr (7) doys before the timespecified for bid opening. Where oppropriote, the City mcy respond to such questions'by sddendctronsmitted io ollbid pockcge recipients.

City of DublinControct No. 12{3Projeci No.950013Notice Inviting Bids

Builder's Exchonge of Alamedo CountyBuilder's Exchonge of Conirs CostoDcily Pqcific BuilderStockion Bldrs. ExchongeSon Froncisco Bldrs. ExchongePeninsulo BuildersBuilder's Exchonge of Sonio Cloro County

3055 Alvcrodo Street2440 Stqnwell Drive1 I875 Dublin Blvd. Suite A1 l87500 W. Lone850 Soufh Von Ness Ave.735 lndustriql Road400 Reed Sireei

Sqn Leondro CA 94577Concord CA 94520Dublin CA 94565Slockton CA 952lASan Froncisco CA 941l0Scn Corlos CA 94A70Sonto Cloro CA 95050

Page 4: Bid Info and Specs 01

' ln occordonce wilh Coiifornio Public Controct Code Section 20170, ollbids must be presen.ted under seoledcover ond include one of the following forms of bidder's security: cosh, ccshier's check mode poyoble io theCiiy, certified check mode poyoble io the City. or o bidder's bond. The omount of bidder's security providedmust equol oi leost len {l0i per cenl of the totol of the bid price for the bose bid ond f he qdditive or deductiveitems lisied in this notice. The successful bidder must submit to the City compleie, executed copies of olldocuments speclfied in the coniroct checklist included in Section I of the bid pockoge within ien (10)cqlendor doys of receiving written notice of owqrd of the projecl. Bidder's security oiony successful bidderihol foils to do so wiltbe forfeiled lo the City. The documentsiequired pursuoni io the controct checklistinclude. bui ore not limiied to, o poyment or lobor ond mqteriols bond in qn omouni of of leosi 100 percenl ofihe qmouni pcyoble by the terms of the projecl controct ond thoi sotisfies the requiremen'fs of Colifornio CivilCode Section3248, cnd o performonce bond in qn omount of oi leost i00 percent of ihe omouni poyoble bythe terms of 'the proiect. All project bonds rnust be executed by on odmiited surely insurer in occordcnce wilhopplicable lsw ond ccceplobte io the City.

Pursuonlto Cclifornio Fublic Conlrocf Code Section 3300, on A or C-.?J_Collfornio confuoclor's license isrequired io bid on lhe projecl. In occordonce with Colifornio Busineit ond Professions Code Seciion Z02B.tS, o1lproject work musi be performed by properiy licensed controcton ond subcontrociors with octive licenses ingood stonding cs of the dote ond lime specified for bid opening. However, in occordonce wjth ColiforniaPublic Controct Code Seciion 20103.5, if the project involves federql funds, projecl coniractors qndsubconlroctors must hove cciive licenses in good stcnding no loter thcn ihe fime the projeci confroct isoworded. Bids thot do not soiisfy opplicoble licensing teqi.,hemenis will be considered non-responsive.Licenses must be issued by ihe Controctor's Stoie License Boord of Colifornio ond must be moinioined in goodstonding lhroughout ihe projeci lerm. in occordonce with CoJifonrio Business ond Professions Code Section7030.5, bidders musl verify their Controcior's License number ond license expirciion dote on the bid formsunder penoliy of perjury.

In occordonce wiih Colifomio Public Coniroct Code Seciion 6,l09, conlrcctors ond subcontrqcfors who oreineligible lo perform work on public works projects pursuonl to Colifornio Lobor Code Seclions ll7\.1 or 1777.7moy neither bid on, nor be qworded or perform work qs o subconlroctor on ihe projecf.

This project is o public works profect os defined in Coiifonrio Lobor Code Section 172O. lnoccordonce withCslifornio Lobor Code Section 1771, not less thon the generol prevoiling rcte of per diem woges ror *ork or qsimilcr chsrocter in the locolity in which the project is to be performed. ond noi less lhon .the generol prevoilingrofe of per diem wages for holidoy ond overiime work fixed os provided in the Collfornic Lobor Code sholl bepcidlo cllworkers engoged in performing the project. ln qccordonce with Cslifornio Lobor code Section 1770ond following, the Director of Industriol Relotions hos determined the generol prevoiling woge per diem rotesforwork in Alamedo county. In occordonce with Cotifonrio Lobor Code Seciion 17rc:the-ity t",os obtainedthe genero{ prevciling rote of per diern wsges ond the generol rote for holidoy ond overtime work in AlomedoCouniy for eoch croft, clqssificotion or type of worker needed to perform the project. ln occordcnce withColifornio Lobor Code Section 1773.2, copies of ihe prevoiling rote of per diem wqges ore on file ci the CityPublic Works Deportment ond will be mode ovoiloble on reqJest or online of wqw.iir-c#.gav In cccordoncewifh Colifornio Lobor Code Section 1777.1, conirociors ond subcontrcciors thot ore founO guilfy of wiilfugyvioloting Chapter I of Pqrl' 7 of Division 2 of ihe Lobor Code {except for Section tTtT .S) , or thot'cre found' guiltyof such violotions with intent to defroud, and entities in which such contraciors or subcontrqctors hove qnyinieresl. moy be ineligible to bid on, be oworded, or peform projecl work os o subconfrqctor.

ln qccordonce with Colifornio Public Conkqct Code Section 3400, bidders mcy propose equols of produclslisted in the iechnicol specificoiions or project plons by monufocturer nome, brond or model number, unlessthe iechnicolspecificc.fions or plons specify thot the product is necessory io motch others in use. Completeinformotion for producis proposed os equols must be submitted to the City of Dublin, porks cnd communityServices Depcrtmeni otln: Roserncry Alex, Porks ond Focilities Development Coordinolor i00 Civic plozo,Dublin, CA 94568 for review qt leost seven {7) colendor doys before the fime specified for bid opening inoccordcnce wiih the bidders insiructions conloined in the bid Dockoqe.

City of DublinControct No. l2-03Project No.95S13Noiice inviting Bids

ItTItttIIIIIIIIIIII

Page 5: Bid Info and Specs 01

IItIIIIIIIIIItITIII

ln occordonce wiih colifornio Public Conlrocl code section 2zgw,ihe successfulbidder moy, on requesl ondol its expense' subslitute securiiies in lieu of omounls withheld by lhe City from progres, poyments to ensureperformonce under the contrcct in occordonce wiih the conlroci documenls. Such securities will be subjectto the ierms of the escrow for security deposii ogreement contained in the conkoct documents. The Ciiyprocessing fee for this escrow requesl is o one-hundred. dollor {$100J hondling chorge per billing tronsoction.

The City reserves the righi to reject ony ond oll bids ond/or lo.wcive cny bid inegulorifies to the exientpermifled by low. lf the City elects io oword o conirqct for performonce of the-projecl, the contract wil{ beaworded in qccordonce with Colifornio Public Controct Code Seciion 201d2 and oiher oppticoble low fo ihoresponsible bidder submitting c responsive bid wiih the lowesl loiol bid price for the bose'niO or furiher9.:::1?:9.line-pil

pockoge:PosrJqnq Hills Pqlk. All bids will remoin votid ror e0 doys ofrer rhe bid openins.!f:ql^9: ryry1ttej bv low,cnd lubigqt lo oll opplicoble remedies, lnctuding forfeiture ot oiJoei;irJlrriiv)bidders moy noi withdrow their bid the 90 doy period ofter the bid opening.

The City of Dubtin

By: Tiile: Public Works DirectorGory

-t o,bt,Dofed fhis

PUBLISH: Volley Times

DATES: Tuesdoy, Februory 28,-20i2 ond Tuesdgy, M-grch 6.2012

City of DublinContract No. 12{3Project No. 950013Notice lnviting Bids

Page 6: Bid Info and Specs 01

2.

IIItIIIIITtIITItTII

1 .

CIry OF DUBLINCity Hcll, .l00

Civic PlozoDublin, Colifornio 94568

INSTRUCTIONS TO BIDDERS

DEFINITIONS

I.l Bid forms. The bid forms ore the forms conloined in Section 2 of the bid packoge.

1.2 Bid pockoge. A complete bid pockoge consists of ihe following documents: Seclion I - ControctDocuments ond Techniccl Specificotions includes ihe Coverletier io Prospective Bidders, NoiiceInviiing Bids, Instructions to Bidders. Coniract Check Lisf, Controct, Performonce Bond, Poymeni Bond,Mointenonce Bond, Escrow for Securily Deposii Agreement, Technicol Specificotions, ondSupplementol Reports or Doio {if onyJ, Seciion 2 - Bid Forms, inciudes ihe Bidder's Check List, BidLobel, Proposol Cover Poge ond Bid Schedule, Bid Bond, Coniroctor License Information, Lisl ofProposed Subcontrqciors, Bidder's Questionnoire, Workers Compensction Insurqnce Certificofion,Non-collusion Affidovii, Debcrmenl Certificotion, Bidder's Questionnoire cnd Bidder's Signoture Poge.Section 3 - Projecf Plcns, includes the Projecf Plcns,

.}.3 Controct documents. Depending on the contexl, fhe controct documenis refer either io ihedocumenls in Seciion I of the bid pockoge excluding lhe TechnicolSpecificotions, or 1o ollof thedocuments incorporoted info the finol Project conirocl os lisled in the controct.

|.4 Project. The Project is ihe PoSilono Hiils Psrk project <rs described in lhe Technicol Specificolions ondProject Plons included in the projeci bid pockoges.

L5 Project Plons. The Project Plcns ore primorily grophic detoiled requiremenls concerning the Projeciond ore contoined in Seciion 3 of the Bid Pockoge

I .6 Technicol Specificotions. The Technicol Specificcrtions provide detoiled requiremenfs concerning theProject ond ore contoined in Seciion I of the Bid Pockoge.

BIDDER'S REPRESENTATIONS

[och bidder by submitting o bid represenls thoi:

2.1 The bidder hos reod end understcnds the bid pockoge ond the bid is in occordonce wiih allof iherequiremenfs of the bid pockage ond oppiicoble low

2.2 Neither the bidder nor ony subcontroclor included on the list of proposed subcontroclors submitiedwith fhe bid ore ineligible lo perform work on public works projecls pursucnt to Colifornio Lqbor CodeSect ions 1777.1 ar 1777.7.

2.3 The bidder understonds thoi quoniities of unil price iiems may vqry from the estimotes provided in fhetechnicol specificotions.

2.4 Represenfotives of the bidder hove visited lhe Project site ond hove fomiliorized lhemselves with iheconditions underwhich the Project work is io be performed so os to ensure thot the Projecf work moybe performed for ihe omount bid.

2.5 The bidder hos informed the City in writing no loler thon seven (7) colendor doys prior to fhe limespecified for bid opening of ony opporent conflicts, erors, or ombiguities contoined in the bidpockqge or between the conients of the bid pockoge ond lhe Project site.

City of DublinControcl No. 1243Project No.950013

lnstructions to Bidders

Page 7: Bid Info and Specs 01

IIIIIlItIIIIIIItItI

4.

5.

PRE-BID COMMUNICAIION AND ]NTERPRETATION OF lHE BID PACKAGE

3.1 Any bidder thot discovers qny opporent confiicts, enors, or ombiguities contoined in ihe bld pockogeor beiween the conienis of ihe bid pockoge ond lhe Projeci siie, or thot hos questions or requiresclorificotion concerning the bid pockoge or its intent musl inform ihe City in wriiing os soon osreosonobly possible, but no loter'fhon seven {7) colendor doys before the doio specified for bidopening. Such notice io the City must be senl to the oddress specified in the Nolice lnviling Bicls forquestions concerning the bid pcckcge. Quesiions received less lhon seven {7) colendor dcys beforethe iime specified for opening bids mcy nolbe onswered.

3.2 Any interpretoiion, conection or chonge of the bid pockoge prior io bid opening will be mode byoddendum signed by on outhorized represeniotive of fhe Cily ond lronsmitted to oll bid pockogerecipients. lnterpreiotions, corrections or chonges of the bid pockoge mode prior to bid opening inony other monner will not be binding. No other inierpretotion or informotion concerning the bidpockoge issued prior to the dofe specified for opening bids shqll be binding. All oddendo signed byon outhorized representolive of ihe Ciiy ond issued prior to the time ond doie specified for openingbids shollform o port of the controcf documents ond shollbe ocknowledged on ihe bid forms. Anychonges, exceplions or conditions concerning the Project ond/or the bid pockoge submifled by anybidder os port of o bid moy render thot bid non-responsive.

PRE-BID ACCESS TO }HE PROJECT SITE

4-1 Prior 1o submiiiing o bid, it wllt be the sole responsibility of eoch bidder lo conducf any cddiiionolexomina1ion. invesligotion. explorolion, test. study or other inquiry ond lo obioin ony oddilionolinformotion pertoining 1o the physicol conditions {including surfoce, subsurface, cnd undergroundulilities) ct or neor the Project siie thoi moy offect the cost, progress, or performonce of ihe Project,ond thot the bidder deems ore necessory to prepore its bid for performonce of the Project Inoccordonce wiih the bid pockoge ond coniroct documents. Bidders seeking cny such odditionolexqminotion or other inquiries or informolion concerning fhe Project will do so ot lhe bidder's soleexpense.

4.2 Bidders seeking lo conduct ony oddiiionol exominotion or oiher inquiry ot the Project sife mustrequest siie occess from the City ct leost iwo (2) dcys in odvonce. The locoiion of ony excovoiion,boring or other invosive testing will be subject to opprovcl on beholf of the City ond ony otherogencies wiih jurisdiction over such testing. Bidders moy nof conduci tesfs at the Project site prior ioobtoining City opprovof. The City moy require bidders to execute un sccess ogreement prior ioopproving festing ot or new the Projeci site. Once testing is complete, Bidders musi fill oll irenches orholes, restore oll povemeni to motch existing slructurol seciion, ond olherwise clecn up ond restorethe tesi site lo its pre-tesi condition.

BIDDING PROCEDURE

5.1 Bids must be delivered io the Dublin Public Works Deportment ot 100 Civic Plozo Dublin, Colifornio,94568 no lqler thon the lime ond dofe specified in the Notice Inviiing Bids. All bids will be opened ondreod publicly oi thqt time. Bids thol ore submitied lote occording to the officiol iime kept by ihe CityClerk or o designee will be returned unopened. Telephones for use by bidders ore nol qvoiloble st iheCify offices.

5.2 In cccordonce wilh Colifornio Public Contract Code Section 20170, bids must be presented underseqled cover. A completed bid lobel form furnished wiih ihe bid forms must be offixed to ond visibleon the outside of the sealed bid cover ot ihe lime ihe bid is submitted. Bids must be submifted usingthe bid forms furnished wlth ihe bid packoge. Bids must include cli documenls listed in the Bidder'sCheck List conioined in Section 2 compleied in cccordonce wiih ihe bid pockoge. Bids musf beor

City of DublinControct No. l2-03Project No.950013

Inslruclions to Bidders

Page 8: Bid Info and Specs 01

A E

5.4

5.6

5.7

IItIII1IItIII;

IIIIT

5.5

the bidder's legol nome ond be signed by o representoiive ouihorized to bind ihe bidder. Bids musibe lyped or wrilien in ink. Correciions moy be rnode if iniiioled by the individuql signing the bid. Noorol or telegrophic rnodificolions of bids, including focsimile modificotions, will be considered. Bidsihot ore incomplele or lhot ore nof presenied on the bid forms furnished with the bid pockoge moybe deemed non-responsive.

At the dote ond lirne spocified in the Noiice Inviiing Bids the ProposolCover Poge ond Bid Schedulesholl be submitied with the bid os o lump sum. Upon bid opening oll bidders will be required to submilunil cosls on alllisfed projeci componenis of the project wifhin iwenly-four hours of bid opening osspecified in the Notice lnvifing Bids. lf unit costs ore noi submiited to the Ciiy of Dublin within iwenty-four hours ofler bid opening bid pockoge moy be deemed non-responsive. Unii cosls musl bedelivered to ihe Dublin Public Works Deporimenf ot 100 Civic Plazo Dublin, Colifornio, 94568.

Eoch bid must give the fullbusiness oddress of the bidder. Bids of portnerships must furnish the fullnorne of oll portners cnd musf be signed in the pcrinership ncme by one of the mernbers of theporlnership. or by on outhorized representotive, followed by the printed nome ond title of lhe personsigning. Bids of corporoiions musf be signed with the legol nome of lhe corporotion, followed by thenome of the siote of incorporotion ond by fhe signoture ond designotion of the presidenl, secretoryor other person outhorized lo bind the corporolion. The norne of eoch person signing sholl olso betyped or prinled below lhe signoiure. Upon request of ihe City, bidders willfurnish sctisfoctoryevidence of the outhority of ihe person signing the bid. Bids of joint ventures must include o certifiedcopy of ihe legol ogreement constiluting the joint venture.

No person, firm, corporotion, porinership or legol joint venture moy submit more ihon one bid for theProject. However, o person, firm, corporciion, porlnership or legol joint venture thot hos submitted asubcontroct proposol to o bidder, or thot hcs quoted prices on moteriols io o bidder moy submii osubconlroct proposol, quole prices to other bidders ond submii ifs own bid.

ln occordonce wiih Cqlifornio Public Controct Code Secfion 20170, oll bids musi include one of theforms of bidder's security specified in fhe Nolice to Bidders in on omounl of of leosl ten il0) per centof the totol of the bid prices for the bose bid qnd those odditive or deduciive items specificcllyidentified in ihe Notice to Bidders for the purpose of determining ihe lowest price bid. Bidders ihateleci lo provide bidder's security in ihe form of o bid bond musi execule o bid bond using the formprovided in the bid forms. The bidder's security is tendered os o guorontee ihol the successful bidder.if owarded the Projecl conlrqcl, will execute ond submit to ihe City ollrequired bonds, ceriificoles ofinsuronce, completed controci forrns ond oiher documenis listed in the Coniroct Check List inSeciion I of the bid pockoge ond enler into c conlrqci with ihe City within ten (i0) colendcr doys ofreceipf of the Notice of Aword. The bidder's securiiy of cny successful bidder thot foils io do so will befor-feiied to the City, All bidders' security nol forfeited to the City will be returned once o successfulbidder provides oll required documenls ond enters o controct with the City in occordonce with ollcpplicoble bid pockoge requirements. Forfeiture of fhe bidder's security to the Cify wili nol woive orotherwise limit cny oiher remedy ovoilcble to the City under opplicoble lqw.

ln occordonce with Colifornio Business ond Professions Code Section 7A28.15, Public Controct CodeSection 20103.5, ond os specified in ihe Notice to Bidders, oll Project work must be perforned byproperly licensed conlroctors ond subcontrociors with octive licenses in good stonding os of ihe doteond time specified for bid opening, or. if ihe project involves federolfunds, no loter ihon lhe iime theProject controct is oworded. Bidders must verify their Contrcctor's License number ond licenseexpirotion date on the proposcl cover poge under penoliy of perjury. Bids thoi do not sotisfyopplicoble licensing requirements will be considered non-responsive ond rejected ond moy subjectihe bidder lo criminol ond/or civil penolties. The successful bidder must provide the iicense number ofeoch subcontrocior included in ihe list of proposed subcontrociors olong wlih oll other documentslis'ied in the conlrqci checklist within l0 doys of receiving wrilten nolice of oword of the Project.

Cily of DublinConiroct No. 12{3Project No.950013

Instructions io Bidders

Page 9: Bid Info and Specs 01

5.8 lf the bid forms include o bidder's questionnoire. oll bids must include o completed bidder'squesiionnoire on the forms provided. By submifting o bid, bidders oufhorize Ciiy representoiives toverify ony snd oll informo.tion provlded on the bidder's questionnoire ond ogree 1o indemnify, defendond hold hormiess the City ond its officiols, officers, employees, ogents ond volunteers to full iheextent permiited by lcw from ond ogoinst ony cloims, liobility or couses of cciion, including, withoutlimitotion, legol fees ond cos'ts, orising out of verificoiion of the informotion provided on lhe bidder'squestionnoire, ond/or orising out of use of informolion provided in lhe bidder's guestionnoire lodetermine, in occordance with opplicoble low, lhe quolificotion of the bidder for performing iheProject.

5.9 Bids moy be withdrown prior to the time sef for bid opening by o written request signed by onouihorized represenlotive of the bidder filed with ihe Ci'ty Clerk. The bid securily submilted with bidsso withdrown will be reiurned io the bidder. Bidders thqf hove withdrown their bid in occordoncewith this provision moy submil o new bid prior to the lime set for bid opening in occordonce wilh ollapplicoble bid pcckoge requiremenis. Bids moy noi be withdrown during the ninely doy period ofierthe time set for bid opening excepl os permitled by low pursuont to Colifornio Public Controct CodeSection 5100 ond following. Any oiher bid withdrowol will result in foneifure of the bidder's bid securityio the City.

6. BID PROTESTS

6.1 Bid proiests must be submiiled in writing fo the Cily monoger before 5:00 p.m. on the third {3d}business doy following the dofe specified for opening bids. To be considered, bid protests muslcontoin: lhe nome of the protesting porty, the nome, oddress, ond lelephone number of the personrepresenting fhe protesting porty, lhe nome of the porly or poriies ihsl ore the subject of the protesl,o complete statement of ihe focluol ond legol bosis for the protest, cilotions to ony relevonl portionsof 'the bid pockoge, ond all reievont supporting documentotion.

6.2 Ai the some iime ihe proiesl is submiiled io the Ciiy, ihe protesting porty musl provide c copy of lheenlire protesl to eoch bidder wifh o direct finonciol interesf in the oulcome of the protest. includingeoch other bidder thoi, depending on the prolest outcome, hos o reosonoble prospeci of beingdeemed lhe opporent low bidder.

6.3 The City will provide nolice to the porty or porties lhot qre the subject of the profest. The Porty orpcrties subject to the proiest will hove three {3} colendor doys from receipt of the City's notice losubmit to the City informotion concerning the responsiveness of iheir bid. Any such informotion lhoithe porty or poriies subject io fhe proiesl submit to fhe City musi be submitled of the some lime ioeach bidder wifh q direct finonciol inlerest in the outcome of the profesi, including eoch otherbidder thot, depending on the protest outcome, hos o reosonoble prospect of being deemed thecpporent low bidder.

6.4 These procedures governing bid prolesis ore mondciory cnd the sole ond exclusive remedy forproiesling ony Projecl bids. Foilure of o bidder to submi{ o proiesi, or to comply with theseprocedures woives ony right of ihot bidder to protest ony Project bids, including, without limifoiion,ony right to file o cloim pursuont to Colifornio Government Code Seclion 900 ond followingconcerning ony Project bids. Bidders moy preserve iheir bid protest rights pursuonl to theseprocedures os to ihqi bidder only. No protest submitied by a bidder pursuont to these proceduresmqy preserue the protest rights of ony ofher bidder.

6.5 Unless ihe City elects io reject cll bids in occordonce with Colifornio Public Conirocf Code Section20166, ond without in ony woy limiling the City's options concerning disposition of ihe Projectpursucnt fo applicobfe low, if ihe Cify, in ils sole discreiion, determines thct ihe proiest worronis oresponse, the City will notify in wriiing the profesting pcrty, the porty or poriles subjecf to the protest,ond ecch bidder with o direct finonciol interesi in ihe outcome of the Drotest, includino each bidder

Ciiy of DublinControct No. 12-03Projecl No.950013

Instructions to Bidders

IIlItIIttIIIItIIIII

Page 10: Bid Info and Specs 01

7.2

7-3

7.4

B , l

8.2

IIIItIIIIIIIIITltIT

lhol, depending on the protesl oulcome, hcs o recsonoble prospect of being deemed theopporent low bidder, of ihe Cily's determinoiion concerning the protest. lf the City delermines thotthe protest is frivolous, thot determinotion moy offect the eiigibility ol ihe prolesting bidder to bid onfulure City projects pursuont to the requiremenis of the Bidder's Questionnoire conioined in the bidpockoge.

7. AWARD

ln cccordance wiih Colifornia Public ConJroci Code Seclion 20166 ond other opplicoble low, the Ciiyreserves the right fo reject ony or oll bids cnd to wcive ony informolity in ony bid. The Ciiy reserves theright to occepf cny portion of ony bid, unless lhe bid pockoge expressly provides thoi lhe oword willbe mode cs o whole. lf the City elects to owcrd o conlrcct for performonce of the Projeci, theconlroci will be oworded in occordonce with Coliforniq Public Coniroci Code Section 20162 ondother opplicoble iaw to lhe responsible bidder submilling o responsive bid with lhe lowest toiol bidprice for the bose bid without considerofion of the prices on the odditive ond deductive items lisied inthe Notice Inviling Bids. ln occordonce with the contrqct documents ond oiher opplicoble low, theCity moy odd or deduci ifems of work from the Projec'l ofter ihe lowest responsible bidder isdetermined.

The successful bidder rnust submit to ihe City complete, execuied copies of oll documenis specifiedin lhe coniract checklist included in Seciion I of fhe bid pockoge within ten {10} colendor doys ofreceiving written notice of qword of the Project. Bidder's security of ony successful bidder thot foils fodo so willbe forfeifed to the City.

The documents specified in the controct checklist include o verificoiion of locol business license form.The successful bidder ond ony subcontrcctors ond others engcged in performonce of theperformonce of lhe Projeci mus'f hove o volid locol business license ond must submii o comple'leverificofion of locol business license form (olong wiih oll olher documenfs specified in the conlrocicheck list) wi'thin i0 cclendor doys of receiving notice of oword of 'the projecl.

Upon verifying thot the successful bidder hos provided completo, executed copies of oll documenlsspecified in the controct checklisl included in Section I of ihe bid pockoge, on outhorized Cityrepresentotive will execute the Project confrqct. ond the Cify willissue io the successful bidder onoiice io proceed specifying the Project commencemenl doie. The number of doys wiihin with theProject musf be complefe begin to run on the Project commencement doie.

PRICING

lf qn inconsistency exists belween the omount listed for o unit price in o bid ond ihe totol lisled for thotbid item (e.9.. lf the tolol listed for o bid ilem does not equol the unit price lisled in the bid multipliedby the quontity fisfed], subject to oppliccbie low, the unit price willbe deemed to occurotely refleclfhe bidder's intenl concerning the bid item ond fhe iniended iotol for ihe bid ilem will be deemed tobe the unit price os listed in the bid multiplied by the quontiiy listed.

lf the Project bid price is o lump sum lotol mode up of smoller individuol bid iiem prices ond oninconsislency exisis between fhe lump sum totolbid price ond ony individuolbid iiem price, subject toopplicoble low, the individuol bid item prices os listed in the bid will be deemed lo cccurolely refleclthe bidder's intended bid for lhe Projeci ond the intended lump sum toiol bid for the Projecf will bedeemed to be the sum of the individuol bid item prices os listed in lhe bid, even if ihoi sum is differentfrom ihe omounl octuolly listed os lhe iump sum toiol bid for ihe Projeci.

Any federol, stote, or locol tcx poyoble on orticles'to be lurnished for the Project sholl be included inihe lump sum totol bid price ond poid by ihe Con'froctor under the controct. The Cify is exempi homfederql excise tox will provide o certificoie of exempiion to ihe successful bidder.

City of DublinControct No. l2{3Projeci No.950013

lnstructions fo Bidders

8.3

Page 11: Bid Info and Specs 01

ttItITIIITIITIIIIII

1 n

QUANTITIES

9.1 Quqniities, including of moleriolor lobor, lhqt ore provided in the bid pockoge concerning iheProject ore estimotes only ond ore provided solely to provide o generol indicofion of the Projectscope. The City does not worronl lhot such quontity estimotes provided in'the bid pockoge represenlihe qctuol quontities required to perform lhe Projecf in occordcnce with the conircrct documents-Such quoniity estimoies do nol bind ihe City, ond bidders should nof rely on them in preparing iheirbids. Eoch bidder is solely responsible for determining lhe quontilies on which io bose their bids in lightof informoiion confcined in the bid pockoge. bidder investigotion ond onolysis of the Project ond theProject site, ond ony other onoiysis or expertise of the bidder concerning the Project.

9.2 The City moy omend, decreose or increose the Project work in occordonce with the biddingpockoge and the controci documents. lf the City omends, decreoses or increoses ihe Project workprior to oword of the Projecl eoch bidder will be solely responsible for determining the revisedquoniities, If ony, on which to bose their bid in light of informotion conioined in the bid pockoge ondony ornendments or oddendo io the bid pockoge, bidder investigotion ond onolysis of the Project osomended, decreosed or increosed ond the Project site, ond ony other onolysis or experlise of thebidder concerning the Projeci.

SUBSTITUTION OF "OR EQUAL" ITEMS

I0.'l In occordonce with Colifornio Public Controcl Code Seciion 3400, where ihe technicolspecificotions or Project plons lisl producls by monufociurer's nome, brond or model numbersuch informotion indicotes the quolity ond utilily of the iiems desired crnd does not reslricl biddersfo thqt monufocturer's nome, brond or model number, unless lhe technicol specificoiions orProject plons specify thot ihe lisied product is necessory io motch olhers in use on c poriiculorpublic improvement either completed or in the course of complelion. Except where theSpecificoiions indicqie thot o porliculor brond product is necessory lo moich others in use, wheno monufocturer's nome, brond or model number is listed, it sholl be construed to be followed bylhe words "or equol" whether or not ihose words in foct follow the manufocturer's nome, brandnqrne or model number lisied in the lechnicol speciflcotions or Projecf plons. Unless thetechnlcol specificotions or Project plons indicote thot o porticulor brond produci is necessory iomotch oihers in use, bidders moy propose equqls of products lisied by monufocturer nome,brond nome or model number.

10.2 Compleie informotion for producfs proposed os equols must be submitied io the City of Dublin, Porksond Community Services Deporimenl; oitn: Rosemory_Alex. Porks ond Fociliiies DeveiopmentCeqfdinoior Dublin, CA 94568 tox925-829-9248lor review ol leost seven {7} colender doys before ihelime specified for opening bids. To be considered, proposols concerning producls proposed osequols must include sufficienf informotion lo permit the Cify to deiermine whether ihe productsproposed os equols will sotisfy lhe same performonce requiremenis os products lisied bymonufociurer's neme, brond or model number. Such performcnce requirements moy include. buicre not limited lo, size, sirength, function, oppeoronce, ecse of mointenonce ond repoir, ond usefullife requiremenis. Proposols concerning products proposed os equols thot ore submitted less thonseven {7} days before the iime specified for opening bids will noi be considered. Foilure to bidproducts specified by monufocturer nome, brond ncme or model numberwhere the technicolspecificotions or Projecl plons specify ihoi o porticulor produci is necessory io motch others in use, orwhere no proposol concerning products proposed cs equols hos been submitted in occordcnce withthis provision moy render o bid non-responsive.

City of DublinConlrocl No. l2-03Project No. ?5@13

Insiructions to Bidders

T 1. SUBCONTRACTING

Page 12: Bid Info and Specs 01

IIIIITIIIItIItIIIII

I I.l Bids musl be in cccordonce wilh the requiremenls of the Subletting ond Subconfrociing FcirProctices, Act. Coliforniq Public Controci Code Secfion 4100 cnd following. Bids must include ocompleied list of proposed subconiroctors on the form inciuded in the bid pockoge. In occordoncewith Colifornio Public Coniracl Code Seciion 4104, completed lisis of proposed subcontrqciors musiinclude the nome, business locoiion, lhe porlion {type or trode), ond dollor omounl of lhe Projectwork lo be subcontrocted for eoch subconiractor thoi will perform o poriion of the Projecl wok{including specidl fobricofion ond instoilotion of o porlion of the work) volued in excess of one holf {%)of one {l ) percent of fhe ioiol Project bid price. lf the Project woft includes construclion of streets orhighwoys, the completed lisi of proposed subcontrocton musi include fhe subcontrcctor nome,business locclion, type of work ond dollor omounl to be subcontrocled for eoch subcontroctor thotwill perform o poriion of the Projecl work (including specicl fobricolion and insiollotlon of o poriion ofthe wo*) volued in excess of one half (t/z) of one {lJ percenf of fhe toiol Project bid price, or lenihousond dollors t$10.000), whicheveris greoter. Bids thoi foilto include compiete lists of proposedsubcontroctors in occordonce wilh Public Conirocf Code Section 4100 and following ond thisprovision moy be deemed non*responsive.

I 1.2 In occordonce with Colifornia Public Controci Code Section 4i06, for ony portion of the Project workwith o volue of more lhon one holf [%) of one {1 } percent of the tolal Project bid price for which nosubcontroctor is listed, or for which more thon one subcontroctor is lisied, bidders certify by submittingtheir bids thof they ore quolified to perform thot poriion of the Project wok qnd thot lhey will performthot portion of the Projecl work wiih their own forces. Bidders moy noi subsliiute onoihersubcontroctor for s subconlrocior listed in their bid excepf cs permiiled by the City in occordoncewith Section 4i07 ond following of ihe Cglifornio Public Controct Code.

12. ASSIGNMENT

Bidders moy noi ossign, sublet, sell, tronsfer, or otherwise dispose of their bid or ony right, title or inierest in theirbid. or their obligotions under their bid, wiihoui the writien conseni of on outhorized representotive of the City.Any purported ossignment, subletting, sole, ironsfer or other disposition of o bid or ony interesl in o bid. or of onyobligotions under o bid withoui such writlen consent sholl be void ond of no effect.

13. BONDS

The documenls listed in the conlrsct checklisl ihoi the successful bidder musi submit io the City within ten {10}colendar dcys of receiving writien notice of oword include o performonce bond. lf lhe Project involvesexpenditures in excess of fweniy five thousqnd dollors ($25,000), the documents listed in the conlroci checklistthoi the successful bidder must submit io the City within len (10) colendor dcys of recelving writfen notice ofoword include o poyment or iobor ond moteriols bond. Prior 1o issuonce of the finol Projeci poyment, lhesuccessful bidder must submit o wononty or mointenonce bond. All bonds must be executed by corporciesureiies who ore cdmitted surely insurers in the Stote of Ccrliforniq in occordonce wiih opplicoble low sndocceploble io the City. Individuolsureiies willnot be occepted, Allprojecl bonds must be executed using theforms provided in the bid pockcge.

I3.l ln occordonce with Colifornio Civil Code Seclion3247, the poyment or lobor ond materiols bondmust be in fhe amount of one hundred {100) percent of ihe tofol omount payoble by the terms of theProjeci controct ond guorontee poyment lo persons lisied in Colifornio CivilCode Seciion 3lSlforwork performed ond for chorges for moteriols, supplies, cnd equipment provided under the Projectconiroct (including omounts due under or subjeci io the Unernployment lnsuronce Code) inoccordonce with the requiremenis of Colifornio CivilCode Section 3248.

13.2 The performonce bond must be in the omount of one hundred {100) percenl of the omount poyobleby the terms of ihe Projeci controct to guorontee the foithfulperformcnce of the Project work.

City of DublinContract No, 12{3Project No.950Ol3

lnstructions to Bidders

Page 13: Bid Info and Specs 01

,l3.3 The worronty or maintenonce bond musl be in the omount of ten [10] percent of the finol Projectcon'froct omount ond guoronly ihe Project work ogcinsl defects in materiols, equipment.workmonship, or needed repoir tor one il) yeor from the City's occepfonce of the Project work.

14. LAEOR LAWS

l4.l Bidders sholl comply with opplicoble provisions of Chop'ter 1 of Port 7 of the Coiifornio Lobor Code,beginning with Section i720.

I 4.2 ln occordonce wiih Colifornio Lobor Code Section I 85l, bids must include o completed workencompensoiion insuronce ceriiflcotion on ihe form included in ihe bid pockoge.

I4.3 ln occordcnce with Californio Lcbor Code Section 1771, not less thon the generol prevoiiing rote ofper diem woges forwork of c similcr chorocter in lhe locolity in which the projeci is to be performed,ond not less thon the generoi prevoiling rote of per diem woges for holidcy and overtime work fixedos provided in the Coliforniq Lobor Code shqll be poid to ollworkers engoged in performing iheprojeci.

14.4 ln qccordonce wilh Cslifornio Lobor Code Section 1770 and following, fhe Direcior of IndusiriolRelotions hos delermined the generol prevoiling woge per diem roies for work in lhe loccliiy in whichthe project is to be performed. In occordcnce wifh Colifornia Lobor Code Section 1773, the City hosobtqined the generol prevoiling rote of per diem woges cnd the generol roie for holidcy ondoverlime work in the iocolity in which the project is to be performed for eoch crqfi, ciassiflcotion ortype of worker needed lo perform the project. In occordonce wilh Caiifornio Lobor Code Seciion1773.2, copies of the prevoiling rcte of per diem woges ore on file of the Cify Public WorksDepcrtment qnd will be mode ovoiloble on requesi, or online ot www.dir.co.qov .

14.5 ln occordonce with Coliforniq Lobor Code Secfion 1777.1 , controciors ond subcontroctors fhot qrefound guiliy of willfully violoting Chopter I of Pori 7 of Division 2 of lhe Lobor Code {except for Section1777.5), or thoi ore found guilty of such violstions with intent to defrcud, ond entities in which suchcontroctors or subconiroctors hove ony interest, moy be ineligible lo bid on, be qworded, or performprojecl work os a subcontroctor.

City of DublinConiroct No. l2-03Projeci No.950013

lnstrucfions to Bidders

IIITtItTIIIIIItIIII

Page 14: Bid Info and Specs 01

ItIIIItIIIIIIIIIIJI

CITY OF DUBLINCiiy Holl, 100 Civic PlszoDublin. Colifornio 94568

CONTRACT CHECK I.IST

Complefe, occurote, execuled copies of lhe following documents must be submitied to the Cityof Dublin in cccordsnce wilh the bid pcckcge issued by the Cify for the Pqsitono Hills_Pgtk,Contrqct No. 12-03, Project No. 950013 within ten (10) colendor doys of receiving written nolice ofoword of the projecf. The bidder's security of ony successful bidder thot fqils to do so will beforfeited to lhe City.

Confract Check List

Agreemeni

Performcnce Bond

Poyment Bond

Cerlificotes of lnsuronce ond Endorsemenls

Escrow for Deposlt Agreemeni, if oppticoble

Controctors Sofety Plcn

City of DublinControct No. l2{3Project No.950013

Controct Check List

Page 15: Bid Info and Specs 01

2.

IIIIIIIIIIIIIIIIIII

The City of Dublin,with

CIry OF DUBLINCily Hcll, 100 Civic PlozoDublin, Coliforniq 94568

AGREEMENT

("Ciiy") enters inlo this ogreement, doted for reference purposes only,{"Controctor"}.

BACKGROUNDt . NOTICE INVITING BIDS. The City gove notice inviling bids io be submified by Thursdoy, Morch 29TH

2O12 ot 2:00 p.m. for the PositonO Hillg..PCrK project by pubiished notice ond/or posting inoccordonce with Colifornio Public Conhocl Code Section20l64 ond other opplicoble lcw.

BID OPENING. On Thursdqy. Morch 29td,2012 st 2:O0 p.m., City representotives opened the bids forthe Positono Hills Pork projecf ond reod the bids aloud.

3. EROJECIAWABD. on fhe City Councilaworded lhe Positano Hills Pork projeclto 'fhe Controcfor ond directed City sioff to send fhe Controctor written notice of oword of theprojecf. The Cily Councilcondilioned oword of the project on ihe Coniroctor's providingexecuted copies of oll documenis specified in the conlroct check lisi included in the bid pcckogewilhin ten {10} colendor doys of receiving wrilten notice of cwcrd of the pro.ject.

4. RFQUIRED DOCUMENTS. The Controctor hos provided the City execuied copies of olldocumentsspecified in the coniroct checklist included in the bid pockoge wilhin ien (10) cclendor dcys ofreceiving wrilten notice of aword.

AGREEMENT TERMS

The City ond the Controctor ogree cs follows:

l. THE.WORK. The Confroctor sholl furnish cll equiprneni, lools, opporclus, focilities, moteriol lobor,snd sklll necesscry to perfonn ond comp{ele in o good ond workmcnlike monn€r ihe Positong. HillsPork project {"Work"} os shown in the Technicol Speciflcotions cnd Projeci Plons in occordcncewilh the Conlroct Documents ond opplicoble lcw.

2. LOCATION OF WORK.

the Work will be performed at the foliowing locotion:2301 Volentcno Drive Dublin, CA 94568

3. TIME fOR COMPLETION. The Contrcclor must complete the Woft in cccordonce-wifh the ControciDocumenis wilhin one-hundred ond eighty (.l80) conseculive colendor doys from the dqiespecified in the City's Noiice io Proceed {"Time for Complelion"}.

4. REMED1ES FQE.IAII"URE.TO TIMELY CQ."MPL_ETE THE WQBK. lf the Conirocior foils to fully perform theWork in occordonce with the Controci Documents within the lime for Completion, qs such timemoy be ornended by chonge order or other modificotion to ihis ogreement in occordonce with itsierms, and/or if the Conlroctor fcils, by ihe Time for Completion, to fully perform oli of theConiroctor's obligaiions under ihis ogreement thqi hove occrued by the Tlme for Completion, iheConlrocior sholi become lioble to the City for oll resuliing loss ond domoge in occordonce withihe Controci Documenis ond cpplicoble low. The City's remedies for the Controctor's foilure ioperform include. but sre nof limited to, cssessment of liquidoted domoges of $500 per day inoccordonce with Colifornic Government Code Section 53069.85 ond the Coniroct Documents,ond/or obtoining or providing for substitute performonce in occordonce with ihe ConiroctDocurnenls.

Page 16: Bid Info and Specs 01

IIIIIIIIIIIIItIIIII

C..O. NTRACI PRIC_E AND PAYjyIENT. As full compensotion in considerotion of completion of the Workin occordonce with the Conirscf Documenis ond in consideroiion of the fulfillment of oll of theContrcctor's obligclions under the Conlroct Documenis, the Cify wll poy the Controcior in lowlulrnoney of the Uniled Stoles ihe tolol price of $ { ) {the "ConlroclPrice") os specif,ed in the Controclor's completed Bid Schedule dcted ondottqched to ond incorporoted in this ogreemenl. Poyment to the Conirqctor under thisogreemenl will be for Work octuolly performed in occordonce with the Controct Documents cndwill be mode in occordonce with the requiremenls of fhe Conlroct DocumenJs ond opplicoblelow. Tho Ciiy will hove no obligotion to poy the Controclor ony omounl in excess of the ConlrociPrice unless fhis ogreemenf is first modified in occordonce with its terms. The Cily's obiigoiion iopoy {he Controctor under lhis ogreement is subject to ond moy be offset by chorges thol mcyopply to lhe Controctor under lhis ogreemenf. Such chorges include, bul ore noi limiied to,chorges for liquidoted domoges ond/or substitute performonce in occordcnce with the ContrcrciDocuments.

P*BEVAILING WAGES. ln occordonce with Colifornio Lobor Code Section 1771, not less thqn ihegeneroi prevoiling rote of per diem woges for work of o similor chorocter in the locolity in which theWork is io be performed, ond not less ihsn ihe generol prevoiling role of per diem woges forholldoy ond overlirne work fixed os provided in the Colifornio Lobor Code musl be poid to ollworkers engaged in perforrning ihe Work. ln occordonce wilh Caiifornio Lcbor Code Section 1770qnd following, the Director of lndusiriol Reloiions hos deiermined ihe generol prevoiling wago perdiem rofes for ihe locolity in which lhe Work is io be performed. In occordonce with ColiforniaLobor Code Section 1773,the City hos obtoined ihe general prevailing roie of per diem wcgesond the generol rote for holidoy and overtime work in fhe iocolity in which lhe Work is to beperformed for each croft, clossificotion or lype of worker needed io perform the project. Inqccordonce with Colifornlo Lobor Code Seclion 1773.2, copies of fhe prevoiling roie of per diemwoges ore on file of the City Public Works Deportment ond will be made avciloble on request.Throughout the performonce of ihe Work ihe Controctor must comply with oll provisions of theConiract Documenls ond oll opplicoble lows ond regulolions ihot opply to woges eorned inperformonce of the Work.

THE.C_QNTRACI DOCUMENTS. This ogreemeni consists of the following documents {"ConfracfDocumenis"), oll of which ore incorporoted inlo ond mode o porl of this ogreement os if set forthin full. In lhe event of o conflici between or omong the Controci Documenfs, precedence will bein the following order:

7.1 This ogreement ond chonge orders ond other omendrnents io this cgreement signed byouthorized represeniotives of ihe Ciiy ond the Coniroctor.

7.2 The Generol Conditions ond chonge orders ond olher omendments to the GenerolConditions signed by ouihorized representoiives of the Cily cnd the Controctor.

7.3 lhe Technicol Specificotions, oddendo to the Technicol Specificotions signed byouthorized representotives of lhe City ond issued prior to bid opening, Equol ProductProposols occepted by the City ond signed by outhorized City representolives prior to bidopening, cnd chonge orders ond other omendments io ihe Technicol Speciflcotionssigned by ouihorized represeniotives of the Ciiy ond the Conlroclor.

7.4 The Project Plqns, oddendo io ihe Projeci Plons signed by ou'thorized represeniotives ofthe City ond issued prior to bid opening, Equol Producf Proposols occepted by the Cilyond signed by oulhorized Ciiy represenfolives prior to bid opening. ond chonge ordersond olher omendmenls to the Projecl Plons signed by outhorized representoiives of lheCify ond the Contractor.

7.5 Notice Inviting Bids7.6 Insiructions to Bidders7.7 The successful bidder's compleied Proposol Cover Poge ond Bid Schedule7.8 The successful bidder's completed Controclor License lnformotion7.9 The successful bidder's completed Lisi of Proposed Subcontroctors7.1A The successful bidder's compieted Workers Compensotion Insuronce Certificction7..II Thesuccessfulbidder'scompleted Non-collusionAffidovit7.12 The successful bidder's completed Deborment Certificotion

Page 17: Bid Info and Specs 01

By:

By:

by

6 .

9 .

r0,

IIIIIlIIItIIIItIIII

7 . 1 37 . 1 47 . 1 57 . 1 6

The successful bidder's completed Certificoies of lnsurcnce snd EndorsemenlsThe successful bidder's executed Performonce BondThe successful bidder's executed Poyment BondThe Mqinlenonce Bond form included in the bid pockoge thot lhe Conlrcctor mustexecute prior 1o releose of flnql poymenf under the Controct

7.17 The successful bidder's Quolificotion Stoiement7.lB The successful bidder's signed Signolure Form

INTFRPRETAT1ON OF CONTRACT DOCLTMENTS. Any question concerning the inteni or meoning ofony provision of lhe Controct Documenis, including, but not limiied lo, ihe TechnicolSpecificotionsor Projecf Plons, musf be submitted to the Project Monoger for issuonce of on interpretotion ond/ordecision by the culhorized Cily represenlotive in cccordonce wifh ihe requiremenls of theConiroct Documents. Inierpretotions or decisions by ony other person concerning the ConlroctDocumenis will nol be binding on the City.

ASSIGNMENT PRO{IBILED. The Controctor moy not ossign porl or oll of this ogreernent, or onyrnoneys due orio become under this ogreemenf, or ony oiher right or inierest of lhe Controcforunder this ogreemeni, or delegoie ony obligotion or duiy of the Conlroclor under lhis ogreemenfwfthout the pnorwn'tlen opprovolof on officiol ouihoflzed lo bind lhe City ond on outhorizedrepresentctive of Controctor's surety or sureties. Any such purported ossignmenl or delegcfionwiihout such written opprovol on behclf of the City cnd the Controctor's sureties will be void ond omqleriol bresch of this ogreemenf subject to oll ovoilobie remedies under this cgreement ond ailow ond equity.

CERTIFICATION RF CONTRACTOR'S LICENSE. By signing ihis Agreemeni lhe Controclor cerlifies thoithe Controctor holds o volid Type Aq: C-27 license issued by ihe Colifornio State ContraclorsLicensing Boord. ond thot ihe Controclor understonds thot foilure to moinioin its license in goodslonding throughout the performcnce of the Work moy result in discipline cnd/or other penoltiespursuont io the Californio Business ond Professions Code, ond moy consiituie o moieriol breoch ofthis ogreemeni subjecl lo oll avoiloble remedies under this ogreement ond at low ond equily.

AUTHORIZATION Tq EXECUTE AGREEMENT. lf the Controctor is o corporaiion, o ceriified copy of theby lows ouihorizing lhe officiolsigning below to execute this cgreemenl and fhe bonds requiredpursuont io this ogreement on beholf of lhe corporqiion must be cnnexed to ond is hereby modeo port of this ogreement. An ottesied copy of ihe resolulion or oiher oulhorizoiion of ihe CityCouncil cuthorizing execution of this ogreement on behotf of the City is onnexed io and is herebymqde o porf of this ogreement.

SEVERABILITY. lf ony term or provision or portion of o term or provision of lhis Agreemenl is declaredinvolid or unenforceoble by ony courl of lowful jurisdiction, then ihe remoining terms ond provisionsor portions of terms or provisions will not be offected thereby ond will remcin in full force ondeffeci.Executed on

CONTRACTOR CITY OF DUBLIN

By: By:Title: Moyor

Attesi:

City Clerk

Approved os lo Form:

I t .

Ciiy Attorney

Page 18: Bid Info and Specs 01

IIItIIIItItIIIIIIII

CIIY OF DUBLINCity Holl, 100 Civic PlozoDublin, Colifornio 94568

GENERAT CONDITIONS

I. DEFINITIONS:

The following lerms os used in any ogreement of which lhese Generql Condifions ore a pcrt are defined osfollows:

l.l Agreement: The ogreement between ihe Owner cnd Controctor concerning the Project, os evidencedby cnd comprised of the Controcl Documenis.

1.2 Londscope Architect: The person or persons so specified on the title sheet of the Technicol Speciflcotionsond/or Projeci Plons.

1 . 1 I

Bid Pockoge: All of lhe documents listed os comprising lhe entire Bid Pockoge os specified in theInstructions io Bidders ond representing the fullsef of documents mode ovoiloble io bidders on theProjeci.

Ciiy: Ihe City of Dublin.

Controci Documen'fs: All those documents listed in ihe Project cgreement os comprising the enlireogreemenl between ihe Cily ond the Coniroctor.

Confroctor: The successfui bidder for ihe Project ond porly io the Project cgreement with fhe Cily osspecified in ihe Projecl ogreement.

Dcys: Unless otherwise specified in ihe Conkoct Documents, doys meon colendor doys, ond ore notlimited to lhe hours between 7:00 o.m. ond 3:30 p,m.

Projecl: The P_oSiJono HillS P_grK project os described in ihe lechnicqlSpecificotions qnd Project Plcns.

Conslruciion Monoger: The Ciiy's outhorized representoiive for odministrotion ond overoll mcnogemenlof ihe Project ogreement ond Work. The Construciion Monoger is ihe officiol point of contocl betweenihe Ciiy. the Lcndscope Archifect. ond lhe Confroclor.

Project Plons: The primorily grophic deloiled requiremenls concerning ihe Projecf conioined in Sectlon 3of ihe Bid Pockoge ond ony oddendo to the Project Plons signed by outhorized City represenfolives ondissued prior to bid opening, Equol Product Proposols cccepted by the City ond signed by cuihorized Cityrepresentofives prior to bid openlng, ond chonge orders ond olher omendments to the Project Plonssigned by outhorized represenlalives of the City ond the Coniroctor in occordonce wilh the requiremenlsof the Conlroct Documenls.

Project Inspeclor: The poriy or porties chcrged by the City wilh inspecfing the Work for complionce withthe requirements of ihe Conlroci Documents cnd opplicoble lows ond regulcfions, The Project lnspectorocts under ihe direcfion of the City ond shqll coordinote with the Conslruction Monoger ond LondscopeArchiiecl qs direcled by the Cltv in occordonce with the Controct Documents.

Subconlroctor: A person, finn or corporotion lhot is obligoted os o pcrty to a confroct with iheContracior to perform pofl of fhe Project work. For purposes of these Generol Conditions Subconlrsclorsinclude, but ore not limiied to, those lhaf ore obligcied os pcrties io o coniroctwiih the Controcior to

Ciiy of DubllnControci No. l2-03Projeci No.950013

General Conditions

l 2

t . 4

1 . 6

1 . 7

r .8

1 . 9

l . l 0

| . 1 2

Page 19: Bid Info and Specs 01

speciolly fobricole ond insloll o portion of the Projecl Work occording to the Technicol Specificolionsond/or Projecl Plons.

l.l3 Technicol Specificotions: The detoiled Project requirements conioined in Section I of the Bid Pockogeond ony oddendo to lhe Technicol Specificoiions signed by outhorized City represenlolives ond issuedprior to bid opening, Equol Product Proposols occepted by the City and signed by outhorized Cityrepreseniotives prior to bid opening, ond chonge orden ond olher omendments to the TechnicolSpecificotions signed by outhorized represeniotives of ihe City ond lhe Controcior in occordcnce withihe requiremenis of the Conlrocf Documenis.

Ll4 Work: The furnishing of ollequipment, lools. opporotus, focilities, moieriol, lobor ond skill necessory ioperform ond compleie in o good ond workmonlike monner the Project cs shown in ihe TechnicolSpecificofions ond Project Plons in occordonce with the Coniroci Documents ond opplicoble law.

I . ' l 5 Wri f tenNotice: Wil l bedeemediohovebeendulyservedforpurposesof iheseGeneral Condit ionscndony ogreement of which they ore o port if deiivered in person to the individuol orio o member of the firmor lo ony office of lhe corporction for whom 'fhe notice is intended, or if senl by regisiered or certified moilto lhe losl known business oddress known io the poriy giving notice. Unless otherwise specified in iheControct Documents, ihe lost known oddress of lhe Conkoctor sholl be thot listed in lhe Contractor'scompleted ProposolCover Poge ond Bid Schedule.

2, SCOPE OF WORK

Documenls Furnished by City. The City will furnish lo the Confroctor. free of chorge. one {l ) set ofreproducible Project Plons ond five {5} seis of prinis of fhe Project Plons ond TechnicolSpecificofions forexecution of the Work. Ihroughoui ihe performonce of the Work the Coniroctor shoil keep one copy ofthe Project Plqns ond TechnicolSpecificotions in good order ond qvqiloble for revlew by the ConsiructionMcnoger, the Lsndscope Architect, ond ony olher City confrcclors or represenfoiives.

Ownership of Documenfs Furnished by Ciiy, All documents furnished by ihe City, including. but not limitedto the IechnicolSpecificotions, Projeci Plons. ond ony copies. the properiy of the Ciiy. Documentsfurnished by ihe Ciiy moy not to be used on ony otherwork. Altdocumenls furnished by the City must berelurned 1o Ciiy upon complelion of ihe Work.

Technicol Speclficcfions ond Project Plons,

2.3.1 The TechnicolSpecificotions ond Project Plons qre complementory ond intended to mutucllydescribe the Work necessory to complete the Project in occordonce with the ControctDocumenls.

2.3.2 In generol, the Projeci Plons indicole dimensions, posilion ond kind of consiruction, ond theTechniccl Specificotions indicote quolities ond methods. Any Work indicoted on the ProiecfPlons ond not mentioned in ihe Technicol Specificotions or vice verso must be furnished osthough fully set forlh in both. Work ihqt is noi porficulcrly detoiled. morked or specified sholl bethe some cs similor Work ihot is detqiled, morked orspecified, The Controcfor must furnish iiemsnecessory for the operoiion of equipment depicted in lhe Project Plons or specified in lheTechnicol Specificotions thol ore suilcble to ollow such equipmenf lo function properly ot noexiro chorge.

2.3.3 The Conlroclor musi notify ihe Construciion Moncger ond the Londscope Archifeci cs soon ospossible of ony oppcrent errors or inconsistencies, incluciing, but not limiied io, typogrophicol ornotoiionol errors in ihe Projeci Ptons, Technicol Specificotions, ond/or in work done by othersoffeciing ihe Work. The Consiruclion Monoger will issue instrucilons concerning ony suchopporenl erors or inconsistencies. lf the Controcior proceeds with Work impocted by opporen'terrors or inconsistencies without instructions from the Construction Monooer, ihe Controctor sholl

City of DubllnConlroci No. l2-03Projec l No.950013

General Condii ions

ITIIItIItIIIIIIIIII

2.1

2.2

Page 20: Bid Info and Specs 01

J . J

J . t

IIIIIIIIIIIIIIIIIII

hove sll of ihe obligotions ond the City sholl hove all of the rights ond remedies specified inprovision I 1,1.2 concerning ony resulting damoge or defeci.

2.3.4 lhe General Conditions cpply wiih equof force to oll of ihe Work, including exlro work outhorizedby ihe Cily in sccordonce with the Coniroct Documents. The Coniroctor must submi'f onyrequired shop dicgroms ond/or drowings by the fimes ond in lhe quontities indicoied in theTechnicol Specificclions. Any such shop diogroms ond/or drowings must show cornpletely theWork io be done, exponding on fhe Project Plons concerning detoils noi previously shown, fleldcondilions ond the condilion of ihe Work. The Londscope Architect's review of such shopdiogroms ond/or drowings will concern conformonce wiih the requirernenis of the ControcfDocumenis only. The Londscope Architeci ossumes no responsibilify for ihe conectness oroccurocy of fhe dimensions or ony other contenis of ony shop diogrcms ond/or drowingssubmitted by ihe Coniraclor. The Controctor must check oll dimensions ot the Work site. Shopdiogroms ond/or drowings must be cleorly mcrked with the nome of the Project ond lhe nomeof the Confrocior, subcontrqctor or supplier mcking the submiiiol, ond must be slomped andsigned by the Confroclor ond submitted under o signed irqnsmiiisl leitor from lhe Conirocforcertifying thot oll dimensions hove been checked oi the Work site. These requiremenls oremondoiory, The Londscqpe Architect will not review shop diogrcms cnd/or drowings ihol do notsotisfy lhese requirements. The Coniroctor will be responsible for ony ond oll discreponciesbetween dimensions of lhe ociuol Project siie ond/or Work ond those shown on shop diogromond/or drowings submitted by the Controctor, cnd for ony oiher enors contoined in or resullingfrom such shop diogroms qnd/or drowings, including, but not limited to, errors in rnateriol ond/orequipmenl quoniities ond ony resulfing errors, deloys or additionol cost in the performonce oflhe Work. The Controctorwill hove oll of the obligoiions ond fhe City will hsve oll of the rightsand remedies ihot ore specified in provision I 1.1.2 concerning ony discreponcies or errors inshop diogroms and/or drowings submitted by the Conlrsctor, ond concerning ony rosullingenors, deloys or odditionol costs in the performonce of the Work.

3. CONTROL OF WORK AND MATERIAL

Consfrucfion Monoger's Sf ofus. The Consiruciion Monoger will odminisler the Project in occordonce wilhthe Controct Documents. Afier execution of lhe ogreement ond issuonce of the Notice to Proceed, ollconespondence and/or inslructions concerning the Projecl between ihe Confrocior ond/or City sholl beforworded through ihe Construc'lion Moncger. Excepi os otherwise provided in ihe Controci Documenis,the Conslruction Monoger will not be responsible for ond will not hove control or chorge of construclionmeons, meihods, lechniques, or procedures or forsofety preccuiions in conneclion wiih ihe Work. TheConslruciion Monoger, however, will have cuthorily'to reject moleriols ond/orwo*monship thqt do notconform io the requiremenls of the Controci Documents, The Construclion Mcnoger will olso hove theouthority io require inspection or testing of the Work regcrdless of wheiher such Work is then fobricqled,inslolled or completed.

Londscope Archiiecf's Sioius. The Londsccpe Architecl will odvise the Construclion Monogerconcerning decisions on cll cloims of the Conlroctor ond oll other mctiers reloiing to ihe execution ondprogress of the Work or the interprelofion of the Controci Documents. The Londscope Architect will alsoodvise the Projeci Monger concerning Work thct does not conform to the Confroct Documenls.Whenever. in the Lqndscope Archilect's opinion, ii is necessory or odvisoble in occordonce wiih lheControcl Documents, ihe Londscope Architect moy recommend to lhe Construclion Monogerinspeciion or testing of the Wok, whether or nol such Work is then fobricqied, instolled or compleied.

Inspection ond Testing of Work ond Moterial.

3.3..} The Ciiy, ihe Consiruciion Monoger, ihe Lqndscope Architect ond their representotives shollhove occess io the Work cf oll times wherever ii is in preporolion or progress. The Conircctormust provide proper fqcilities for such occess ond for inspection.

Ciiy of DublinControcl No.

.l243

Projeci No.950013Generol Conditions

Page 21: Bid Info and Specs 01

ITIIIIIIIIlIIIItIII

3.4

3.5

3.3.2 The Controcior musl inspect oll moteriols os delivered ond promptly return oll defective moterialswithout woiting for iheir rejection by fhe Construc'tion Manoger or Londscape Architect.

3.3.3 lf ihe Conslruciion Monager, the Technicol Specificolions, or ony lows, ordinonces. or ony publicouthority require ony Work io be'lesied or opproved, lhe Controctor musf give the ConslructionMonoger timely notice of the Coniroctor's reodiness for inspection. Inspections will be promptlymsde, ond where prociicoble, oi lhe source of supply, Any work subject to such testing thot iscovered up withoui timely nolice io ihe Consiruction Monoger or withoui the opprovol orconsent of the Conslruciion Monoger must, if required by the Consiruction Mcncger, beuncovered for exominqtion ol the Coniroclor's expense. The Contrcrcior will hove oll of theobligotions ond the City will hove all of ihe rights ond remedies thoi ore specified in provisionI L1.2 concerning ony work subjecf to tesiing ihoi is covered up withouf fimely notice to f heConsiruction Monoger ond lhoi is not uncovered for exominolion ot lhe Conlrcclor's Expense ifrequired by the Construclion Monoger.

3.3,4 Tes'ts of moteriols or quolificoiion lests required by ihe Coniroct Documenis musl be mcde inqccordonce with the Technicol Specificoiions ond the requirements of ihe Cslifornio BuildingSiondords Code os odopted by the City ond other opplicoble lsw. Copies of oll ies'ting reporissholl be disiributed os required in lhe Technicol Specificolions.

3.3.5 The Ciiy or iis represenlolives moy order re.exominolion of questioned Work. lf ordered to do so,the Controctor must uncover such Work. lf such Work is found to be occording io the ContraciDocumenfs. the City sholl poy the cost of uncovering cnd restoring ihe Work, unless such Workwos subject to testing ond covered up withoui timely notice to or opprovol of lhe ConstructionMonoger. lf re-exomined Work is found not in occordonce Wlh the Controci Documents, theConiractor musl poy the cost of uncovedng ond restoring the Work. The Conlroclor will hove ollof the obligctions ond the City will hove oll of ihe rights ond remedies ihot ore specified inprovision I l.l.2 concerning any re-exomined Work not in occordonce with the ControciDocuments thqt the Controctor foils lo uncover ond restore ot the Conkactor's expense.

3.3.6 The Controctor must reploce or correct without chorge ony molericl or workmqnship found notio conform lo the requirements of ihe Controct Documents, unless the City consenis to occepisuch moieriol or workmqnship with on opproprioie odjuslment in lhe Conirocl Price. TheControc'tor musf promptly segregole ond remove non-conforming moleriol from the Work site.The Conlroclor will hove oil of the obligotions ond the City will hove oll of the rights ond remediesthof ore specified in provision I LI -2 concerning cny fcilure by the Controctorto reploce orconect wilhout chorge ony moteriol orworkmonship ihot does not conform to the requlremenisof fhe Controct Documents ond thot the City hos not consented'fo occepi.

Sornples Furnished by ihe Controctor. The Controclor must furnish oll sornples for opprovol os direcied insufficient lime to permii ihe Londscope Architect io exomine, opprove ond seleci samples before iheycre required by the progress of lhe Work. Porfions of lhe Work for which somples ore required ond forwhich the Londscope Archiiect hcs selecled somples must be in occordonce with such opprovedsomples. Somples must be seni prepoid to the office of ihe Construclion Monoger or os lhe ConstructionMonoger moy direct.

Moleriols ond Subslilutions.

3.5.1 Moieriols used for the Work must be new ond of the quolity specified. When not pqrticulorlyspecified, moleriols must be the besi of their closs or kind. The Conirocior must, if required,submit solisfoctory evidence os to lhe kind ond quoliiy of moteriols.

3.5.2 lf lhe Controclorsubmiited complete informotion to the City of Dublin for producls proposed osequcls in occordonce with the Bid Pockoge, ond fhe City opproved such products proposed osequols in wriiing, the Conlroctor moy eiiher furnish such producis opproved as equols, or furnishthe products listed by monufocturer nome, brond or model number in fhe lechnicql

Cify of DublinContrcct No. l2-03Projeci No.950013

Generol Condiiions

Page 22: Bid Info and Specs 01

J . /

? R

IIITIIIIIIIItIIIIII

Specificolions or Project Pians. The City retoins lhe righi, in iis sole discretion, to occept or rejectony other proposed subsfitution. To be considered, proposcls concerning producis proposed osequols must includo sufficient informolion lo permii the Cify io determine whether the productsproposed os equols will soiisfy the sdme performcnce requiremenls os products lisied bymonufocturer's nome. brond or model number. Such performonce requiremenls moy include,buf ore not limifed to, size, skengih, function, qppeqronce, eose of mointenonce and repcir,ond useful life requiremenfs. lf the City does noi occept o proposed substitution, the Controciormusi furnish the product specifi'ed in the Technicol Specificolions or Projecl Plons for the ConiroclPrice, regordless of wheiher the product is specifled by monufocturer's nome, brqnd or modelnumber, or otherwise.

3.5.3. During fhe perfonnonce of the Work, oll moteriols must be neotly stocked, property profeciedfrom the weother ond other odverse impocts, ond plcced so os fo ovoid inlerference withefficient progress of the Work, wiih other sctivities of the City, or with ihe use of exisfing Ciiyfocilities by the public. All moteriols must be delivered so os to ensure efflcient ond uninterruptedprogress of the Work. Moterials must be stored so os to couse no obstruction ond so os to preventoverlooding of ony portion of ihe Wort. The Confrocior will be responsible for domoge or loss ofmoteriols delivered to ond/or stored oi the Work site due to weoiher or other couses. TheConfrqctor must promptly remove from the Work site oll mcteriols rejecied by the Ciiy or itsrepresenloiives cs foiling lo conform to the requiremen'fs of lhe Contrcct Documents, whethersuch non-conforming moieriols hove been incorporoted in the Work or not. lf the City or itsrepreseniotives so direci, fhe Coniroctor musl promptly reptoce ond re-execule Work performedby ihe Coniroclor ond order the replocement ond re-execufion of Work performed bysubcontroctors using non-conforming moleriols with moteriols thot sclisfy ihe requiremenis of theControct Documents without expense io lhe Owner. The Confrocior will beor the expense ofmoking good oll Work deslroyed or domqged by such removol. The Contrscior witl hove qll ofthe obligoiions ond the City will hove oli of the rights ond remedies fhot ore specified in provisionI 1.1.2 concerning ony foilure by the Conlrcclor lo reploce or re-execuie Work using non-conforming moleriols, ond/or lo moke good oll work destroyed or domoged by such removolond/or rexecuiion.

Audit ond Exorninciion of Records. The City moy exarnine ond oudit ot no oddilionol cost to the City ollbooks, esfimotes, records, conirqcts, documents, bid documenis, bid cost dsto, subcontroct job cosireporis and oiher Project reioted doto of the Controctor, subconfroctors engoged in performonce of theWork, ond suppliers providing supplies, equipmenl ond olher moteriols required for the Work, includingcompuloiions ond projeciions reloied to bidding, negotioting, pricing or performing the Work or controclmodificotions qnd olher mcteriols concerning lhe Work, including, bui not iimiied to. Coniroclor doilylogs, in order to evoluote lhe sccurocy, completeness, ond cunency of cosl, pricing, scheduling ond onyolher project relqted doto. The Coniroctor will moke avoiloble oil such Pro.ieci reioted dqio oi oilreqsonqble times for exominotion, oudit, or reproduction at lhe Controctor's business office of or neor lheWork sile, ond of ony o'ther locstion where such Project reloted doto moy be kept until three yeors oflerfinol poyment under the Agreernent.

Adverfising. No odverlising signs ol ony kind moy be disployed on the Work sife, or on fences, offices orelsewhere odjocent to the Work site.

Projeci Schedule. Within len (10) colendor doys of the Notice to Proceed, the Conlroctor sholl submit oschedule for the Projeci, showing eoch ociivily of Work {os defined below), ihe sequence of eochoctiviiy, the number of doys required fo comple'te eoch tosk, os well os showing all field consiruciionoperotions, compiionce ond shop drowing submittols, procurement of moteriol cnd eguipmenl furnishedby the controcior, eguipmeni instollotion ond tesiing, ond the criticof polh conirolling ihe completion ofthe Work. The schedule willshow the completion of the entire Work within lhe Time for Completion. Thisschedule sholi, ot o rninimum, include cllthe elemenls sel forl'h in ihis Section {including work performedby fhe Ciiy's ouiside vendors) ond shcllbe supporled by c schedule of volues submiited by theControctor concurrently with the schedule. Progress poyments to lhe Controclor sholl be bqsed on lheprogress the Controctor mokes toward completion of the Projeci os shown on this schedule.

Ciiy of DublinControct No. 1243Project No.950013

Generol Condilions

Page 23: Bid Info and Specs 01

3.8.1 City Review of Schedule. The City moy review the Controctor's submifted schedule and moy noteony exceptions. The Controctor shqll conect ony exceplions noted by the City within five (5) workingdcys of being notified of ihe exceptions. The City's occeptonce of o schedule does not relieve theControcior from sole responsibility for scheduling, sequencing, ond pursuing the Work to cornpty wiih therequiremenis of the Controc't Documenls. lf ihe Controctor submits ony scheduie thot provides for ocornplelion dote eorlier thon ihe Time of Complelion if is expressly understood thol ihe Cily will nol poyodditioncl money for eorly completion or domoges, no motter whot the ccuse for the controclor'sinability oi'meet the originol completion dote. The Conlroctor sholl not submii cny Projecl schedule orschedule of volues lhal shows the Conlroctor hos engoged in fronf-end looding. "Fronl*end looding" isdefined io meqn lhe overesiimotion of lhe cosl of work to be performed at ihe beginning of the Projeciond underestimoting lhe cost of work to be performed al fhe end.

3.8.2 Updote of Schedule. After submission of o schedule fo which the City hos token no exceptions, theControcior shollsubmit on updoied schedule on o biweekly bcsis unlil completion of ihe Work. Iheupdoied schedule shqllinciude os-built informotion on the octuol progress of Work os of the dotespecified in the updoted schedule cnd onticipcled chonges to plonned octivifies.

3.8.3 Floof. The schedule sholl show eorly ond loie compleiion dotes for eoch tosk. The number of doysbelween these dcfes sholl be designoted os "floot". The Flooi shall be designoted to lhe Projeci ondshoil be ovoiloble to the City os needed.

3.8.4 Foilure to Submit Schedule. lf lhe Controclor foils to submil ihe schedule wiihin lhe lime periodspecified in Section 3.8, or the updoled schedule os specified in Section 3.8.2, or submit o schedule towhich the Ciiy hos loken unconected excepiions, the City shcll be en.iitled fo withhold poyment for thenexl opplicoiion for poyment submitled ofler lhe schedule or updoted schedute becomes lole uniil suchfime os.on ccceploble schedule or updoled schedule is submitled to the Cily.

3.8.5 Responsibiliiy for Schedule. The Controctor sholl hove sole cnd exclusive responsibility for creotingthe schedule ond properly updoting if. The City hos no outhority to opprove tho schedule. The City moynote excepiions fo ony schedule submitted by the Conlroclor. However, it shsll be lhe Controctor's soleresponsibility io determine the proper method io oddress exceptions ond ihe City's review of thescheduie sholl not serve io place ony such obligotion on ihe City. Whenever o schedule updofe shows ocompletion dote beyond fhe Tlme for Compleiion, the Controctor shcll submil o proposed recoveryschedule io ihe City.

3.8.6 Submission of Schedules. Schedules ond updoted schedules sholl be submitted in hqrd copy ond incn eleclronic formot. Conlroctor moy use Primovero, Microsolt Project, or oiher scheduling softworesubjeci to the opprovol of ihe Project Monoger. The submission of q schedule in complionce with thisSection sho{fnot reiieve the Contrqclor of ony other reporting requiremenfs sei forih in the ContrsciDocumenls.

4. CHANGfS IN WORK

City Directed Chonge Orders. The City moy ol ony time during the progress of the Work direct onycmendmenfs to ihe Work or ony of the Conirocl Documenis. including, without limitqiion the TechnicolSpecificotions, or Project Pions. Such omendmenis will in no wsy void the ogreement. but will be oppliedto cmend the Coniroci Price, if such omendments offect the Controct Price, the Projeci schedule, if suchomendments offect lhe Project schedule, or ony other provision of the Controct Documenis bosed on ofoir ond reosonoble voluolion of ihe omendment in occordonce with this Section 4.

Writing Requiremenl. Chonge orders ond ofher omendmenls fo the Technicol Specificotions. the ProjeciPlons, or oiher Coniroct Documents moy be mode only by wrilten documentotion execufed byoulhorized representclives of the City ond the Coniroctor.

City of DublinControct No. l2{3Projeci No.950013

General Conditions

IIIIIIIIItIIIIIIIII

, t

4 .2

Page 24: Bid Info and Specs 01

4.3

4.4

4.5

4.5

4.6

IIIIIIIITtIIIIIIIII

Coniroctor Proposed Chonge Orders. Unless the Construciion Monoger otherwise oulhorizes or the Ciiyond lhe Controctor oiherwise ogree. chonge order proposols submiited by ihe Controcior must besubmiited to the Consiruciion Monoger no loter thcn the time of the proposed chonge.

AllChonge Orders. Allchonge order proposols must itemize ollcost impacis (both downword ondupword impocis) of the proposed chonge order ond include o toiqlprice for{hof chonge order ond theomended Controct Price ihol would become effective upon execulion of the chonge order. All chongeorder proposols musf specify ony chonge in lhe Project schedule, or in ony project milestone including,bui not limited to, ihe Time for Complelion, under the chcnge oi'dei'. ll is understood ihol chonge ordersihoi do noi specify c chonge in ony milesione, inc{uding, but not limited the Time for Completion, moy beoccomplished by ihe Time for Completion then in effeci.

Chonge Order Pricing. Chonge order pricing will be governed by the foilowing:

4.5,1 Unil pdces specified in ihe Coniroct Documents willopply to cosi impocts involving items forwhich ihe Coniroct Documenls specify unit prices,

4.5.2 Cost impocts involving items for which no unil prices ore specified will be cqlculoied by oddingthe itemized octuol direct cost thot would be odded or reduced under the chonge order ondon ollowonce for indirect costs in occordonce wiih this provision. liemizotion for direcl costs forrequired lobor musi include lhe clossificotions of lobor required, fhe totol hours required for eochclossificoiion, ihe hourly rote for eoch clqssificotion ond other lobor rel<rted costs such os iiobiliiyond workers compensofion insuronce, sociol security, reiirement ond unemployment insursnce.All other cosl impocts forwhich no uni't prices ore specified must be ilemized os oppropriote,including the cost of power iools ond equipmeni, snd the cosl of oll required moleriols orsupplies. Indirecl cosls odded under o chonge order moy noi exceed on oilowonce of lifleen{15} percent of the tolal of combined Controctor and subconiroctor direcl costs added underthe chonge order. Such ollowonce covers Controctor overheod and profit under lhe chongeorder ond includes ihe cosl of insuronce in oddition to ihoi required pursuoni io Seciion 8.8.bond premiums, superinlendenl lobor. clericol lobor, home office expenses, Work site officeexpenses ond utility costs under lhe chonge order. Such costs moy noi be itemized os directcosts under o chonge order. Indireci cosis deducted under s chcrnge order will be colculqtedin excctly ihe some woy os indireci cosfs odded under o chonge order, except indirect costsdeducted under o chonge order moy not exceed sn ollowonce of seven ond o holf [7.5)percent of the lolol of combined Controclor ond subconlroctor direci cosis deducfed underthe chonge order.

Liobiliiy Under Unopproved Chonge Orders. The Contrqctor shqll be solely responsible for ony and olllosses. costs, or liobilities of ony kind incurred by lhe Conlroclor, ony subconiroctor engoged in theperformonce of the Work, ony poriy supplying moteriol or equipmenl for lhe Work or cny third porly thotore incurred pursuoni to Conlrcclor-proposed chonge orders prior io issuonce of on opproved chongeorder execuled in occordonce with this Seciion 4. The Confractor will have oll of ihe obligotions and fheCity witl have oll of ihe dghh ond remedies thci ore specified in provision I ,l..l.2

concerning cny work orresulting losses, cosis, or liqbililies pursuont to o Controctor proposed chonge order before issuonce of onopproved change order executed in occordonce with this Section 4.

Chonges Subject to Coniraci Documents. Any chcnges in the Work qnd/or the Controct Documentspursuont to chonge orders ond ony oiher omendmenis issued in occordonce wiih lhe ControctDocuments, including this Section 4, willin oli respects be subjeci to oll provisions of fhe ContraclDocumenis, including, but not limited to, the TechnicqlSpecificotions ond the Project Plons, excepf osmodified by such chonge orders or cmendrnents.

Chcnge Order Disputes.

4.7.\ Dispuled City Direcied Chcnge Orders. lf the Conirocfor disputes o City directed chcnge orderfoilowing c reasonqble effort by the Ciiy ond the Coniractor io resolve ihe dispule including, ol

Cily of DublinControct No. l2-03Project No.950013

Generol Condiiions

4.7

Page 25: Bid Info and Specs 01

o minimum, o meeling beiween oppropriote represenlctives of the Confrsclor ond the Ciiy, theConlroctor must commence performing the Work consistent wiih the dispufed chcnge orderwithin five (five) cclendor doys of ihe lost meeting beiween represeniolives of the Controctorond the City to resolve ihe dispute. or within ihe time specified in ihe dispuied City directedchonge order, whichever is loter. In performing Work consisieni with o disputed City-direcfedchonge order pursuoni to this provision the Controctor will hove oll of the Controcfor's righisconcerning cloims pursuont lo the Controct Documents ond opplicoble low.

4.7.2 Disputed Contracior Proposed Chonge Ordbrs. lf the Ci'ty dispules o Controctor proposedchonge order, the City ond the Controctor will use reosonoble fo resolve fhe dispule Including,of q minimurn, holding c meeting between oppropriofe representotives of fhe Contrcctor andthe City. Regordless of ond throughout ony such efforts to resoive ihe dispute the Conlroctormusl continue performing ihe Work inespective of ond unmodified by the dispuled chongeorder. In continuing to perform the Work inespective of ond unmodified by ihe dispuiedConirocfor-proposed chonge order pursuon't to this provision will Controctor refqin oli rightsunder controct or low perloining to resolution of dispuies ond protesis befween con'iroctingporties. Disputes belween the City ond the Controctor concerning ony Coniroctor-proposedchonge order or olher omendment do not excuse the Coniroctor's obligciion io perform theWork in occordonce with the Controci Documents excluding such Controclor-proposed chcngeorder or other omendment by the Time for Compleiion or woive ony other Project milesione orolher requirement of the Conirocl Documenls excluding fhe Controcfor-proposed chonge orderor olher omendment.

5, TRENCHING AND UTILITIES

Excqvotion More Thon four Feet Deeo. ln occordonce with Colifornio Public Controcl Code Seclion71O4, tt the Work involves excovotion more thon four feel deep the Controclor musf promptly noiify theCity in writing before dislurbing: ony mofericl thot the Controcior believes moy be hozardous wcste, osdeftned in Section 25117 of the Heolth ond Sofety Code, thot is required io be removed io o Closs l. Clossll or Closs lll disposol site in occordonce with provisions of existing low; ony subsurfoce or lofent physicolconditions of the Work site differing from those indicoted; or ony unknown physicslconditions of the Worksite of ony unusuol nolure, differenl moteriolly from ihose ordinorily encounlered cnd generollyrecognized os inherenl in work of the chorocter provided for in ihe Conlroct Documents. The City willprompily investigoie ony such condilions for which notice is given. lf lhe City finds thai the condjtions domoteriolly differ, or involve hozordous wosle, ond would couse o decrecse or increose in lhe cost or iimeof performonce of the Work, ihe Cily will issue o chcnge order pursuont to Section 4 of these GenerolCondilions. lf o dispufe orises belween the City ond the Controctor concerning whether the conditionsmoieriolly differ, or involve hozordous woste, or couse o decrecse of increose in the cost or time ofperformonce, the Conlrocior will not be excused from ony completion dole provided in the ContractDocuments, bui sholl proceed wifh oll Work to be performed. The Controclor will retoin oll rights undercontroct or low pertoining to resolution of dispuies ond protesis beiween controciing pcrties.

fixccvction of Five Feei or More. ln cccordonce with Colifornio Lobor Code Seciion 6705, controclorsperforming controcls exceeding $25,000 in cost ond involving excovotion five or more feet deep mustsubmit for the City's occepfonce, prior to excovotion, o detoiled plon showing the design of shoring,brocing, sloping, or other provisions to be mode for worker protection from the hozord of coving groundduring excovo'tion. lf the plon vories from the shoring system stondords, it must be prepored by oregistered civil or structurol engineer.

Utility Relocotion Costs.

5.3.l In occordonce with Colifornio Government Code Seciion 4215, the Ciiy ossumes iheresponsibility for the timely removol, relocotion or profection of exisling msan or irunkline utilityfocilities locoled on the Work siie if such ulilities ore noi identified by ihe Cify in ihe TechnicclSpecificotions ondlor Project Plons. The City will compensote ihe Conlroctor for the cosis ofiocoiing. repoiring domoge not due lo ihe Controctor's foilure to exercise reosonqble core, ond

City of DublinControcl No. l2{3Project No.950013

Generol Corrditions

IIIIIItIlIItIIIIIII

5 . ]

5.2

5.3

Page 26: Bid Info and Specs 01

IIIIIIItITIIIIIIIII

removing or relocoiing exisiing mcin or trunkline utility focilities locqled of ihe Work site ond notidentified with reosonoble occurocy in the Technicol Specificotions qnd/or Projeci Plans. TheCity will olso compensote the Conirocior for the cosl of equipmenl on ihe Projeci necessorilyidled during such work. The Controctor will nol be ossessed liquidoied domoges for Workcomplelion deloys coused by the City's failure to provide for removql or relocotion of such mainor irunkline utility focilities.

5.3.2 Noihing in ihis provision orihe Coniroc'f Docr.rmen'ls willbe deemed to require the City toindicoie fhe presence of exisiing service loterols or oppurtenonces whenever the presence ofsuch utilities on fhe Work siie con be inferred from ihe presence of other visible focilities, such ssbuildings, meler ond junclion boxes, on or cdjocent to lhe Work siie; provided, however, lholnothing in lhis provision or the Coniroct Documents sholl relieve the Ciiy from identifying moin ortrunklines in the Technicol Specificoiions ond/or Projecl Plons.

5.3.4. Nothing in lhis provision or ihe Controct Documents will preclude the Cify from pursuing onyopproprioie remedy ogoinst ihe utility for deloys, which ore ihe responsibility of ihe ufility.

5.3.5 Noihing in fhis provision or the Coniroci Documents willbe consirued to relieve ihe utility fromcny obligotion os required either by low or by confrocf to poy lhe cost of removol or relocotionof existing utility fociliiies.

5.3.6 lf lhe Coniroctor while performing the Wok discovers utility fociliiies not idenlified by the City inthe TechnicalSpecificotions cnd/or Project Plans. the Controcior musl immediotely notify theCity ond utiliiy in writing.

5.3.7 Either ihe City or the utility, whichever owns exisiing moin or trunkline utility focilities locqted onthe Work site, sholl hsve sole discretion to effect repcirs or relocoiion work or to permil theConfroctor io perform such repoirs or relocciion work of o recsonoble price.

6. PROJECT FAC]LITIES

6,1 Work Siie Cffices. Any Work sile office fociliiies used by the Controcior ond/or its privities must conform iooll opplicoble codes, ordinonces ond reguloiions. The cosf of such Work site office faciii'ties must beincluded in the Conlroci Price. Work site offices ore not required for ?his project.

6.2 City Rights of Access ond Ownership. Ihe City ond iis ouihorized representoiives will oi ollreosonoblelimes while such office fociliiies ore locoted of the Work site lincluding, ol o minimum, olltimes duringwhich the Work is performed), hove occess to ony such Work site office focilities used by the Contrsctorond/or ifs privities. With respect to the right of qccess of the Ciiy ond its oulhorized representotives, neitherthe Controctor nor its privilies sholl hove o reosonoble expectotion of privocy pursuoni to ihe FourlhAmendmeni to the Unites Slotes Constituiion or other opplicoble low concerning such Work sile officefocililies used by the Conirocior ond/or its priviiies. Withoui exception, ony ond oll Projecl relotedmoferiols locoted ot such Work siie focilities will be deemed of cll iimes to be City property subjeci ioinspection ond copying by the City ond its quihorized represenioiives oi o1l reosonqble iimes while suchfocilities ore locoted qt the Work site (including, ol o minimum, oll times during which the Work isperforrned|. Any interference by the Controctor or iis priviiies with ihe Cify's righis of qccess ond/orownership pursuonf to ihis Section 6 will consiitute o moteriol breoch of the Agreement subject to cny ondqll remedies avoiloble pursuont lo ihe Controct Documenfs ond ct lqw ond equity.

5.3 Construction Sioging Areo. Construciion sioging qreo shqlt be within ihe pork's oreo boundqry io bedetermined upon oword of controct. Relocotion, exponsion or olher modificolion to ihe oreo idenlifiedmusi be opproved by ihe Conslruction Monoger-

7. PROSECUTION AND PROGRESS OF THE WORK

City of DublinControcl No. 12-03Projeci No.950013

Generol Conditions

Page 27: Bid Info and Specs 01

ttIIIIIIIIIIIIIIIII

/ - l

7.2

/ . 5

Liquidofed Domoges. Time is of the essence in the Agreemenf. The Ciiy ond the Conirocior ogree lhat itwill be difficuli ond/or impossible lo determine the octuol domoge which the Cify will sustoin in the eventof the Controctor's foilure lo fully perform the Work or to fully perform oll of the Contrccior's obligotionsthot hove occrued pursuont to ihe Agreement by ihe Time for Completion. Accordingly, ihe Cily cndthe Confroctor ogree in occordonce with Colifornio Government Code Secfion 53069.85 thqt iheControctorwillforfeit ond poy to the Ciiy liquidoted domoges in fhe sum of five hundred dollors {$500iper doy for eoch ond every colendor doy completion of the Work ond/or performonce of oll of theControctor's obligotions thot hove occrued pursuon't to fhe Agreement is deloyed beyond the Time forCompletion. The City ond ihe Controclor further ogree in occordonce wilh Cclifornio Government CodeSeciion 53069.85 thol lhe liquidoted domoges sum specified in this provision is not mcnifesilyunreosonoble under ihe circumstonces exisling of ihe fime the Agreemeni wos mode, ond ihoi the Ciiymoy deducf liquidoled domoges sums in occordonce with ihis provision from ony poyments due or thoimoy become due the Controclor under the Agreement.

No Domoge for Deloy Beyond City ond Contrqcior Conirol. The Conirqciorwillnoi be held responsiblefor deloys in performonce of the Work cqused by deloy beyond ihe control of both City ond Conlraclor,such os by strikes, lockoufs, lobor disturbonces, lock or fcilure of tronsportotion, or scls of othergovernment entiiies. The Cify will not be lioble to the Coniroctor, cny subcontroclor or other eniityengoged in ihe performonce of the Wok, ony supplier, or cny other person or orgonizolion, or to onysureiy or employee or ogenf of any of ihem, for domoges orising out of or resutling from (i) deloys beyondthe conlrol of the City ond the Conlrocfor including but nol limited to fires, floods, epidemics, cbnormolweolher condiiions, eorthquokes ond octs of God or ocls or negleci by utility owners or other controclorsperforrning oiherwork, or {iif deloys coused by the City, its officiols, officers, employees, ogenls, orvolunteers, or deloys coused by the Conslruction Monoger or ihe Londscope Architect, which deloys orerecsonoble under the circumstonces involved ond/or ore within ihe contemplaiion of 'lhe Clty ond iheControcJor. An extension of the Time for Periormonce in on omouni equol to the lime loss due to suchdeloy{s) will be ihe Contractor's sole ond exclusive remedy for such deloy(s}.

No Dcmoge for Conlroctor Coused Deloy. Controctor will be entitled to no compensotion in excess ofthe Controct Price, including, but not limited fo, extended field or home office overheod, fieldsupervision, costs of copitol, inleresi, escolation chorges, occelerolion costs or other impocts for onydeloys lo the extent such delcys ore coused by the foilure of the Conircclor or ony subconfroclor orother entiiy engoged in performonce of the Work 1o perform the Work in occordcnce with the ControclDocuments. Conlroctor moy be eligible for odditionol compensotion in excess of the Contrqct Price fordeloys coused direcily ond solely by the City. However, Conirociorwill noi be entiiled to domoges fordeloy io lhe Work coused by the following, which ihe City ond Con'froc'tor ogree willbe deemed forpurposes of Colifornio Public Conirocl Code Seciion 7102 eiiher nol coused by ihe Ciiy, ond/or within theconiemplotion of the Ciiy ond the Controctor, qnd/or reosoncble under the circumsfcnces:

7 .3 .1 Exercise of ihe City right io sequence the Work in o monner thoi wouid ovoid disrupiion to iheCity ond other confroclors bqsed: on ihe foilure of ihe Controcior or cny subconlroctor or othereniily engoged in ihe performonce of fhe Work to perform ihe Work in sccordance with fheControct Documents. enforcement by ihe Ciiy or ony oiher governmentcJ ogency ofcompetent jurisdiciion of ony governmenl oct or regulotion, or enforcemeni by the Ciiy of onyprovisions of ihe Agreement.

7.3.2 Chonged site conditions thot ore beyond contemplaiion of Cify ond the Controclor.

2.3.3 Requesls for clorificotion or informqtion concerning the Coniroct Documenls or proposedchonge orders or modificotions to the Conlroct Documents, including extensive ond/ornurnerous such requesfs for clorificotion or informotion or proposed chonge orders ormodifico'tions, provided such clorificotions or informotion or proposed chonge orders ormodificoiions ore processed by the City or its represenialives in o reosonoble time incccordonce with the Coniroct Documents.

Ciiy of DublinControcf No. l2€3Project No.95ffi13

Generol Conditions

i 0

Page 28: Bid Info and Specs 01

il

7.4

7.5

7.6

IIIIItIIIIIIItItIII

Weother Deloys. Exlensions of the Time for Cornplelion wili noi be ollowed for weother condiiions lhqlore consistent with the following ioble of onticipoted roin doys bosed on hisloricol weother dclo of theNofionol Oceonogrophic ond Almospheric Adminisirolion of ihe U.S. Deporiment of Commerce for therecord sloiion lhst is neoresl or rnosi cpplicoble to ihe Work sile. Exlensions of lhe Time for Completionfor deloys due io odverse weolher will be allowed onfy if the number of roin doys exceeds those listed inthe following toble ond the Controctor cqn verify io the City's recsonoble sofisfccfion'lhot such odverseweolher coused aciuol deloy in the timely complelion of the Work. No exfensions of the Tirne forComplelion will be gronted for roin doys in oddilion lo those listed in the following foble thot merely resultin delcys thci do noi or would not, ihemselves, result in foilure 1o complele lhe Woi'k by the Tirne forCompietion. Anticipoied rcin doys ore os follows: Jonuory, [3]; Februory, fi41;Morch, {l0l; April, [8];Moy, {5J; June, [2]; iuly, [0];Augusl. []; September. [1]; Octob6r. [4];November, il01; December, il2J.

Deloy Cloims. Whenever the Coniroctor cloims a deloy for which the Time for Complelion moy beexlended, lhe Confrocior musl requesi on exiension of lime wiihin five dcys of the siort of the deloy. Therequest must be in writing qnd describe in detoil the couse for lhe delcy.

Deloys Csused by ihe Ciiy ond/or lis Privities. Either the Ciiy or the Controctor mcy propose o chcnge inthe Tme for Completion for deloys lhot are purported fo be ccused by ihe City ond/or iis priviiies ondthot ore not reosoncbie under ihe circumstonces involved ond/or ihot ore not wifhin the contemplolionof tho City ond ihe Coniroclor. Such proposed chonges in the Time for Cornpletion will consfitutechonge order proposols subjecf lo Section 4. In occordonce with Section 4. the Ciiy ond ihe Controctormoy ogree upon pricing for the cost impocts, if ony, resulting from such deloys. lf such pricing is inoniicipotion of cosi impocis thot moy, bul hove noi yei occuned. ihe City will be obligoted to poy theControctor for such onticipoted impocts in occordonce wilh the Controci ond ony opplicoble,opproved chonge orders only io the extent'lhe Coniroctor octuolly incurs lhe oniicipoied cost impocis.Noiwilhstonding onything to ihe controry in Section 4.5.2, the Cily ond the Controc'tor moy ogree io odoily rote or cop or lump sum ihoi will opply to the cost impocts, if ony, resulting from deloy purporiedlycqused by ihe City ond/or its privities subjeci to ihis provision. l"lowever, if such doily rote or cop or lumpsum is in onticipotion of cost impocts lhoi hove not yet occurred, lhe City will be obligoied to poy suchdoily rote or cop or lump sum only'io lhe extent the Controctor octuolly incurs such cost impocts,

7.7 Conirocior Coordinolion of fhe Work.

7.7.1 The Ciiy reserves ihe right io do other work in connecfion with or in the viciniiy of the Project byconiroct or ofhenrvise, ond Controctor shall ol oll limes conduct the Work so os to impose nohordship on ihe City, others engoged in the Work or other controctors working at the Work sile.The Contrcctor will odjusi, conecl ond coordinote fhe Work with ihe work of ofhers so thaf nodeloys result in ihe Work or other work at or neor the Work site.

7.7.2 tf ony port of ihe Work depends for proper execution or resulis upon ihe work of the Owner orony other controclor, ihe Controclor will, before proceeding wilh such Work, promptly repori'fothe City ony opporent discreponcies or defects in such oiher Work. Failure of the Controclor lopromptly report ony qpporent discreponcy or defect will be deemed on occeplonce of iheCily's or other conlroctor's Work os fii ond proper to receive such pori of lhe Work.

7 -7.3 The Controctor will onticipoie the relotions of the vorious lrodes lo progress of the Work ond willensure lhot required onchoroge or biocking is furnished ond sel of proper iimes. Anchoroge ondblocking necessory for eoch frode shall be port of the Work except where stoied otherwise.

7.7.4 The Coniroctor will provide proper faciliiies ot cll times for occess of the City, the ConstructionMonoger, Londscope Archilecl. ond other outhorized City represeniotives io convenienllyexomine ond inspecl the Work.

8. CONTRACTORRESPONSIBILITIES

City of DublinControct No. I2-03Projecl No.950013

Generql Condilions

Page 29: Bid Info and Specs 01

d . J

IIIIIIIIItIIIIIIIII

8.2

8.4

8.5

8.6

8.7

Eligibiliiy. By executing ihe Agreement, the Coniroctor cerlifies thaf ihe Coniroctor is nol ineligible toperform work on public works projects pursuont to Colifornio Lobor Code Sections 1777.1 or )777.7. lnoccordonce wilh Colifornio Public Coniroct Code Secticn 6109{o}, controctors who ore ineligible ioperform work on public works proiecls pursuonf lo Colifornio Lobor Code Sections 1777 -l or 1777.7 moyneitherbid on, be cworded or perform ihe Work.

Supervision of the Work. The Controctor will be solely responsible for the performonce of the Work,including portions of the Work io be performed by subcontroctors. The Conirscior is chcrged wiihensuring ihct cll orders ci'instruciions from lhe City, Construction Monoger or Londscope Ai'chiteci oi'edisseminoted to ond followed by oll subconiroctors engoged in performonce of the Wo*. TheContractor will supervise ihe Work using the Controclor's best skill ond otteniion. At ony time during fheprogress of the Work ihe City, the Conslruclion Monager, or the Londscope Archifect moy require theControctor and/or subcontrociors engoged in performonce of the Wok io oitend o Project Meeting ondihe Contrqctor will ottend, ond ensure the otlendonce of ony subcontroclors whose oitendonce isrequired by the City ond/or odvisoble in light of ihe mqtlers to be oddressed of the meeting.

Confroctor's Superintendeni. The Confroclor will keep on the Work, ihroughout its progress, o competenfsuperintendent ond ony necessory ossisionis, oll sotisfqctory to the City. The superintendeni moy not bechonged without the consent of fhe Ciiy. The superintendent will represeni ihe Controctor ond olldireclions given lo ihe superiniendeni will bind lhe Conirocior. Superiniendent iime included inConirocior's Completed bid schedule ond/or in opproved chonge orders, if cny. must be included inContrcctor's cpproved overheod rote ond moy not be chorged os o direct cost.

Cornpetenf Employees. The Controctor must of oll limes enforce strict discipline ond good order omonglhe Contrqctor's employees, ond moy not employ on lhe Work ony unfit person or onyone noi skilled inthe Work cssigned, or onyone incompelenl or unfii for the duties of thoi person. When the Cilydetermines thot o Controctor employee does not sotisfy the requirements of this provision, upon noticefrom ihe City, the Conlrcctor must ensure thot employee performs no furiher Work ond is no longerpreseni oi ihe Work site. Any such Controctor employee moy noi ogoin be employed on the Workwithout Cily opprovol.

liems Necessary for Proper Complelion of ihe Work. Fxcept os oiherwise noied in ihe ConiroctDocumenis, the Coniractor will provide ond poy for oli lobor, moteriols, equipment, permifs, fees,Iicenses, focilifies ond services necessory for lhe proper execution ond timely completion of the Work inoccordonce wi'fh the Conlroct Documenis.

Consiruction Reports. Doily construclion reporis must be submitied io the Consiruction Monoger on cweekly bosis.

Subconirociing.

8.7.1 By execuling lhe Agreemeni, lhe Coniroclor ceriifies lhot no subconfroctor included on lhe lislof proposed subconlroctors submitted wiih the Controctor's bid is ineligible to perform work onpublic works projects pursuoni to Colifornio Lobor Code Sections 1777.1 or 1777.7. lnoccordonce with Colifornio Public Coniroct Code Seciion 6109io), subcontroctors who oreineligible to perform work on public works projecis pursuont to Colifonnio Lobor Code Seciions1777.1 or 1777.7 moy neiiher bid on, be oworded or perform os o subconlroctor on lhe Work. lncccordcnce with Colifornio Public Controcf Code Section 510?{b), ony conlrcct on o publicworks projeci entered inlo between o coniroctor qnd a debcrred subcontrqctor is void os omofter of low. The Coniroclor will ensure thot no debcrred subcontrcclor receives any publicmoney for performing ihe Work, ond ony public money ihoi moy hove been poid to o deborredsubcontroclor for the Work is returned to the City. The Controctor will be responsible for poymeniof woges io workers of o deboned subcontroclor who os been allowed to perforrn the Work.

8.7.2 The Agreement ond the performcnce of the Work ore subject to ihe requiremenis of theSubletting cnd Subconirocting Foir Prociices Acf codified ol Colifomi<: Public Contrqcl Code

City of DublinContract No. l2-03Project No.950013

Generol Conditions

l l

Page 30: Bid Info and Specs 01

IIIIIIIIIIIIIIIIIII

Seciion 4100 ond following. lf ihe Confroctor foils io specify o subconfrocior or specifies morethon one subcontrocior for lhe scme poriion of the Work in excess of one-ho{f of I percent of lheContrqctor's toiol bid, lhe Controctor ogrees fhoi the Conirocfor is fully quolified io perform thqtporiion of lhe Work with ihe Conirocior's own forces, ond ihat the Controciorwill perform fhotportion of the Work with the Contrccior's own forces, lf afler oword of the Agreement theConircrcior subcontrocls. except os provided for in Colifonrio Public Conlroci Code Sections4107 or 4l 09, ony such poriion of the Work, the Coniroclor will be subject to the penolties nomedin Colifornio Public Controci Code Sections 4l l0 and 4l I 1, including concello'iion of lheAgreemeni, ossessmenl of o penolty of up to l0 percent of the omouni of the subcontrsct, onddisciplincry oction by the Conlroctors Stole License Boord.

8.7.3. No coniroctuol relotionship exists between the City ond ony subcontrocior engoged inperformonce of ihe Work.

8.7.4 Incorporotion of Controct Documents. The Controctor must incorporoie the ControctDocumenls in eoch conirccf with o subconirocfor engoged in the performcnce of ihe Wo*.

8-7.5 Coordinolion of Subcontroct Wo*: The Controcior is responSible for scheduling the Work ofsubcontrociors so os to ovoid deloy or injury to either Work or mo'teriols.

8.8 Insuronce.

8.8. I The Conlroctor moy nof commence performonce of ihe Wort until the Coniroctor hos obtoined.provided cerlificoies of insuronce ond endorsemenls evidencing. cnd received opprovol by theCity for oli insuronce coveroge required under this Section, nor mcy the Controclor permil cnysubconiroctor io commence lhe Work until all insuronce required of ihe subcontroctor hqs beenobtoined. All required insuronce shall be provided in the forrn of "occurrence"-type policiesundewvritfen by cdmitled insurers in lhe Stole of Colifornio with o raiing of A or better fromcurreni yeor Besi Roting Guide, or wiih insurers olherwise occepioble io ihe Ciiy. All policiesmust be issued of the expense of lhe Coniroclor snd musl be mointoined of fhe Controclor'sexpense throughoui fhe performonce of lhe Work ond for ol leosi one yeor from occepionce ofthe Work by the City.

8.8.2 The Controctor ond ony subcontroctors engcged in performonce of lhe Work must securepoyment of workers compensotion in occordonce wiih Colifornio Lobor Code Section 3700 ondother opplicoble lsw. The Coniroclor musi verify thoi oll Subcontroctors compiy with thisrequiremenl.

8.8.3 Within ten (10) colendor doys following notice of oword fhe Conirocfor must submii io the Ciiyolong with execuled copies of oll other documents specified in lhe Con'troct Check Listceriificstes of insuronce ond endorsernents evidencing fhct lhe Coniroclor hos in effect ond willmoinloin throughoul the performonce of ihe Work the foilowing kinds ond omounls of insuronce:

8.8.3.1 Worker's Compensoiion Insuronce. Workers Compensofion ond Employers Liobilityinsuronce os required by ony opplicoble low, reguloiion or stolute, including theprovisions of Division lV of lhe Lobor Code of the Slcte of Cclifornio, cnd ony ocl or octsomending it. Such insurcnce musl provide statutory limiis, The Conlrocior's Employer'sLiobiliiy Insurqnce must be in on omount no less thon $1,000,000.00 per clcim.

8.8.3.2 CommerciolGenerol Liobility ond Auiomobile Licbility lnsuronce. Coveroge for liobilitybecouse of Bodily Injury ond Property Domcge including. bul not limited lo the followingcoverooe:

Co*pf*"t"0 Operotions ond Products LicbilityPersoncllnjuryConlrociuol Licbilify insuring the obligofions ossumed by

City of DublinControci No. l2{3Project No.950013

Generol Condilions

l 3

Page 31: Bid Info and Specs 01

the Controctor under the Con'trocl DocumentsAulomobile Licbility, including owned, non-owned ond hked ouiomobilesCovercge for lhe XCU hozcrds of Explosion, Collcpse ond Underground

8.8.3.3 Comprehensive Umbrello Policy. The Comprehensive policy is to insure losses oboveGenerolliobility, Employers liobility, ond outo liobility timits.

8.8.3.4. Builders Risk. The Controcior musl, of the Controctor's own expense, moiniain o builder'srisk insuronce policy, specioi form inciuding exiencied coveroge oncj vondolism, ondmolicious mischief endorsemenls. The policy must be jointly in ihe ncme of ihe City ondihe Controctor. Such insuronce musl be comed in lhe omouni of 100% of the ConlroctPrice. ln the event of o porliol or iotol destruction of ony or oll of the Work ot ony timeprior to the compleiion ond occepfonce thereof, lhe Controctor sholl promptlyreconsirucl oll Work so desiroyed or injured of fhe Controctor's own cost ond expenseond of no cosi io the City.

8.8.3 The insuronce furnished by the Controctor must be primory in fhe omouni of ony loss.

8.8.4 The limits of lhe insuronce required obove willbe of leosi:

IIIIItIIIIIIItIIIIt

Comprehensive Generol Liobility

Bodily Injury Liobility

Properly Dcmoge Liobilify

Comprehensive Automobile Liobiliiy

Bodily injury Liobility

Property Domoge Licbilily

$2.000,000$4,[email protected]$2,00o,000$4,000,000

$r,000,000$r,000,000

$i,m.000

eocn occurrenceeoch oggregoteeoch occurrenceeoch oggregate

eoch personeoch occurrence

eqch occurrence

ComprehensiveUmbrelloPolicy $1,000,000

Builders Risk issued for the volue of lhe Conirocl Price

8.8.5 To meel the requirements of the Agreement oll insuronce coveroge musl be "occurrence" lype;cloirns mode policies ore not occeptoble.

8.8.6 For each insuronce policy required under ihe Agreement excepi for lhe required workerscompensotion insuronce policy, the Controctor musl provide endorsements thqt odd the Cilyond Dublin Son Romon Services Disirici {DSRSD}os on odditionol insured. Such endorsementsmusl: provide thot the insuronce required to be furnished by lhe Controctor will be primory osregords the City ond DSRSD, ond thoi the City's ond DSRSD's insuronce will be excess of and nolconlribuie io the insurqnce required to be furnished by ihe Conlrocton ihqt the City ond DSRSDwiii receive 30 doy written nolice of ony reduclion or concellotion of such insuronce required tobe fumished by the Controcior; ond include o severobiiity of inieresl clouse occeptoble to theCiiy ond DSRSD.

8.8.7 Controcior hereby gronis to Cify o woiver of ony right to subrogolion which ony insurer of scidwoiver of subrogction endorsemen.t from the insurer.

City of DublinControcf No. 12-03Project No.950013

Generol Conditions

1 4

Page 32: Bid Info and Specs 01

IIIIIIIIItIIIIItIIt

8,9 Indemnifies.

8.9.I The Controcior will toke o|l responsibility for ihe Work, ond will beor all losses ond domogesdirecily or lndirectly resulting to the Controcior, ony subcontrqctors engoged in performonce ofthe Work, fhe City, iis officiols, officers, employees, ogenls, volunteers ond consultonis, ond tothird porlies on occount of the performonce or choroc?er of fhe Work, unforeseen difficulties,occidents, or occurrences of other couses predicoted on octive or pcssive negligence of theControctor or of ony subcontroctor engoged in performonce of the Work, To fhe fullest exientpermilied by low ihe Coniroctorwill indemniiy, defend ond hold hormless the City, iis officiols,officers, employees, ogents, volunteers ond consulton'ls from ond ogoinst ony or oll loss, liobility,expense, cloims, cosis {including costs of defense}, suits, qnd domoges ol every kind, noture onddescription {including, but noi limiied to. penolties resulting from exposure to hozords in violotionof the Colifornio Lobor Code os sel forth in Section 8.14.7, below) directly or indirectly orising fromthe performonce of the Work ("Cloims").

8.9.2 The Controctor will indemnify, defend qnd hold hqrmless the City, the City's officiols, officers,employees, volunteers, ogenis ond ihe Consfruction Monoger ond Londscope Archiiect for ollliobili'ty on occount of ony potenf rights. copyrights. trode nomes or other intellectuol properiyrights ihot moy opply io fhe Contrqctor's performonce of ihe Work. The Contrqctorwill poy cllroyoliies or other chorges os o resull of inlelleciuol properiy rights thot moy cpply to methods,lypes of conslruciion, processes, moteriols, equipmenl used in lhe performonce of the Work, ondwill furnish wrilfen ossursnce sotisfocfory to the Cify lhot ony such chorges hove been poid.

8.9.3 The Coniroctor ossumes oll liobility for ony occident or occidents resulting to ony person orproperiy ss q resulf of inodequote protecfive devices for the preveniion of occidents inconnection with the performonce of lhe Work. The Conirociorwillindemniiy, defend, and holdhcrmless ihe City snd ifs officiols, officers, employees, ogents, volunteers ond consultonts fromsuch liobility.

8.?.4 Approvol of the Controclor's certificotes of insuronce ond/or endorsements does not relieve theControcior of licbility under lhis provision 8.9. The Conirocior will defend ony ociion or octionsfiled in connec'fion with ony Cloims ond will poy oll reioted costs cnd expenses, includingciforney's fees incuned. Ihe Controctor will prompily poy ony iudgment rendered cgoinst theCity, its officicls, officers, employees, ogents, volunfeers or consuitonfs for ony Cloims. In iheevent lhe City. its officiols, officers, employees, ogenis, volunfeers or consultonts is mode o podrylo ony oclion or proceeding filed or prosecuted ogoinst Controcior for ony Cloims, Conirociorogrees to poy ihe City, ils officisls, officers, employees, ogenls, volunteers ond consultonts onyond oll costs ond expenses incurred in such sction or proceeding, including buf not limited to.ressonoble ctiorneys' fees.

8.9.5 In occordonce with Colifornio CivilCode Section 2782ta1, noihing in fhe Agreemenl willbeconsirued to indemnify fhe City for ils sole negligence, willful misconducl, or for defecfs in designturnished by City. In occordonce wiih Collfornio Clvil Code Secfion 27821blr, nothing in iheAgreement will be construed lo impose on the Controclor or to relieve the Ciiy from liobility forthe Ciiy's octive negligence. By execution of the Controci Documents the Controctorocknowledges ond ogrees thoi the Coniroctor hos read ond understonds the insuronce ondother requirements of Agreement, ond lhis indemnity provision, which is o moteriol element ofconsiderqlion.

8.10 Licenses/Perrnits. The Controctor musi, wiihoui oddifionol expense fo ihe Ciiy, obioin oll l icenses, permitsond other opprovols required for the performonce of the Work.

8.i 1 Cofifornio Labor Code Reouiremenfs.

B.l' l. l ln occordonce with Colifornio Lobor Code Section 1810, eight {8) hours of lcbor in performonceof fhe Work shall consiiiuie o legol doy's work under ihe Agreemeni.

City of DublinControcf No. l2-03Projeci No.9500i3

Generol Condilions

Page 33: Bid Info and Specs 01

8.11 .2 In occordonce wilh Colifornia Lobor Code Seclion l8l l, lhe iime of service of ony workeremployed in performonce of the Work is limited to eight hours during qny one colendor doy, ondforly hours during ony one colendor week. except in occordonce with Colifornio Lqbor CodeSeclion lBl5; which provides thot work in excess of eighi hours during ony one colendcr doy cndforty hours during ony one colendor week is permitled upon compensqiion for qll hours workedin excess of eighl hours during ony one colendor doy ond forty hours during any one cqlendorweek qi noi less thqn one-qnd-one-holf times ihe bosic rote of poy.

B.l 1.3 The Coniroctor ond its subconlroctors will forfeit os q penolty fo ihe Cify $25 for ecch workeremployed in tho performonce of ihe Work for eoch colendor doy during which the worker isrequired or permitted to work more lhon eighf {8) hours in cny one colendor doy, or more thonforly {40) hours in ony one colendor week, in violotion of the provisions of Colifornio Lobor CodeSeclion lB10 ond following.

8.1 I .4 In occordonce wiih Colifornio Lobor Code Section 1773.2,ihe Ciiy hos deiermined the generolprevciling woges in the locoliiy in which the Work is to be performed for eoch croft or type ofwork needed fo be os published by the Stoie of Colifornio Deporlment of lndusiriol Relotions,Division of Lobor Slotistics ond Reseorch, o copy of which is on file in the City Public WorksDeportmenl snd sholl be mode ovoiloble on request. The Controclor ond subcon'trcctorsengoged in the performqnce of lhe Work sholl poy no less ihon these rotes to oll personsengoged in performonce of the Work.

8. I I .5 ln occordonce with Colifornio Lobor Code Section 177 5, the Controctor ond qny subconiroctorsengoged in performonce of lhe Work must comply Lsbor Code Seciion 1775 which esioblishes qpenolty of up to $50 per doy for eoch worker engoged in ihe performonce of the Work lhot'theConirqcior or ony subconlrcctor poys less thon ihe specified prevciling wage. The amount ofsuch penolly shcll be determined by the Lobor Commissioner ond sholl be bqsed onconsiderotion of the mistoke, inodverience, or negleci of fhe Controctor or subcontroclor infoiling to poy ihe coneci rote of prevoiling woges, or lhe previous record of the Controctor orsubcontroctorin meeling opplicoble prevoiling woge obligotions, or lhe willful failure by iheControctor or subcontroctor io pcy lhe coneci rotes of prevoiling woges. A mistqke,inodvertence, or neglect in foiling 1o poy the conect roie of prevoiling woges is nol excuscbie iflhe Controctor or subconlroclor had knowledge of their obligoiions under the Colifornia LoborCode. The Controcior or subconlroctor sholl pqy ihe difference between ihe prevoiling wogeroies ond the omounl poid to eoch worker for eoch colendor dcy or portion thereof forwhicheoch worker wos poid less thon the prevoiling woge rote. lf o subcontrocfor worker engoged inperformonce of the Work is nol poid the generol prevoiling per diem woges by ihesubcontroclor, the Controctor is not lioble for ony penolties lherefore unless the Conircctor hodknowJedge of ihai foilure or unless ihe Controctor foils io comply wifh oll of the followingrequirements:

8.1 1.5.1 The controct execuied between the Controctor ond the subcontroctor for iheperformonce of pori of the Work must include a copy of ihe provisions of ColifornioLabor Code Sect ions 1771, 1775, 1776, 1777.5, 1813, ond 1815.

8.1 L5.2 The Controctor must monifor poymenl of the specified general prevoiling rote of perdiem woges by the subconiroctor by periodic review of lhe subcontrocior's certifiedpoyroli records.

8.1 1.5.3 Upon becoming cwore of o subconiroctor's foilure io poy the specified prevoiling roieof woges, the Controclor must diligently ioke correciive oction fo holl or rectify thefcilure, including, buf noi limited fo, relcining sufficienl funds due lhe subcontroctor foroerformonce of the Work.

City of DublinControci No. 12-03Projeci No.950013

Generol Conditions

IIIIIITIIIIIITIIIII

t o

Page 34: Bid Info and Specs 01

tIIIIITIIilIIlIIIII

B.i L5.4 Priorto moking finol pcyment lo the subconlroctor, lhe Contrcctor musi obtain anoffidovil signed under penoliy of perjury from the subcontractor thot the subcontroctorhas poid the specified generol prevoiling role of per diem woges employees engogedin the performonce of lhe Work ond ony omounis due pursuont io Colifornio LoborCode Sect ion 18i3.

8.1 L6 ln occordcnce with Colifornio Lobor Code Section 1776, the Contrsctor ond eochsubconiroctor engoged in performcnce of the Work, must keep occurcte poyroll recordsshowing lhe nome, oddress, sociolsecurily number, work clossificotion, stroighilime ondoverfime hours worked eoch doy ond week. ond the octuql per diem woges poid io ecchjourneymon, opprenlice, worker, or other employee employed in performonce of the Work.Eoch pcyroll record must conlqin or be verified by o wriifen declorotion ihoi it is mode underpenolty of peiyury, stoting thot he informotlon conlcined in lhe poyroll record is lrue ond correctond thoi the employer hos complied with lhe requirements of Sections 1771,l9l l, qnd l8l5 forony work performed by the employer's employees on the public works project. The poyrollrecords required pursuoni lo Colifornia Lobor Code Seciion 177 6 musl be certified ond must beavoiloble for inspection by ihe City ond its ouihorized represenlctives, the Division of LoborStondords Enforcement, ihe Division of Apprenliceship Stondords of lhe Depcrtmenf of lndusirialRelotions ond must otherwise be ovailoble for inspeclion in occordonce with Californio LoborCode Section 1776.

8.1 I .7 In occordonce wilh Colifornio Lobor Code Seclion 1777.5, ihe Conlrocior, on behoif of theControclor ond cny subcontroctors engoged in performcnce of ihe Work, will be responsible forensuring complionce with Colifornio Lobor Code Section 1777.5 governing employmenl ondpoyment of oppreniices on public works controclr.

8.1 1.8 In cose it becomes necessory for ihe Confrocior or ony subcontrcclor engoged in performonceof fhe Work lo employ on the Work ony person in c trode or occupoiion (except executive,supervisory, odministrqtive, clericql, or olher non monuol workers os such) for which no minimumwoge role has been determined by the Direclor of lhe Department of Industriol Reloiions, theConfroctor musl pcy ihe minimum rote of woges specified therein for the clossificotion whichmosi neorly corresponds to Work lo be performed by thot person. The minimum rote ihusfurnished will be opplicoble os o minimum for such lrode or occupcfion from ihe iime of theinitiol employment of fhe person qffected ond during ihe coniinuonce of such employment.

B.l2 Lqws ond Ordinonces. The Controctor ond oll subconfroctors engoged in the performonce of the Workmust conform to the foltowing specific rules qnd regulotions os well os oll oiher lows, ordinonces, rules ondregulotions thot opply to ihe Work. Nothing in the TechnicolSpecificolions or Projeci Plons is to beconstrued io permit Work nof conforming lo these codes:

NalionolElectricolSofety Code, U. S. Deporl'meni of CommerceNotionol Boord of Fire Underwriiers' RegulotionsCoiifomio Building Slondords Code os odopted by the CityMonuolof Accident Prevention in Consiruction, lotest edition. published by A.G.C. of Americolndusiricl Rccident Commission's Sofely Orders, Siote of ColiforniaReguloiions of the Slote Fire Morsholl {Tiile i9, Colifornio Code of Regulotion) ond Appliccble Locol FireSnfotrr ftnriotv v r v r t v v v v e

Lobor Code of lhe Slote of Californio - Division 2, Port 7, Public Works ond Public Agencies.

8.I 3 Guaronty. Controctor guoron'f ees oll of the Work for one yeor from ihe dote ihe City occepts the Work.Upon receiving wrilten notice of o need for repoirs which ore directly otiribuloble lo defeciive moferiolsor workmonship the Coniroctor musl moke good ony defecis orising or discovered in ony pori of iheWork by diilgently moking the necessory repoirs wiihin seven {7} doys from ihe dote of nolice from theCiiy. lf the Controctor foils to mqke good ony defects in the Work in occordonce with this provision, inoddition lo cny oiher availoble remedy under the controcl or ot low or equiiy, the City moy mcke goodo: hove mode good such defects in the Work ond deduct ihe cosl from omounts ihat mqy be due or

City of DubiinControct No. 1243Project No.950013

Generol Condiiions

t ll f

Page 35: Bid Info and Specs 01

become due ihe Conlroctor, ond/or coll on the Conlroctor's moiniensnce bond for the cost of mokinggood such defects ond for the Owner's reosonoble legol cosis, if ony. of recovering ogoinst ihe bond.

B.I4 Sofefv.

8.14.1 ln occordonce with generolly occepted construction proctices cnd opplicoble low, theConiroctor will be solely ond completely responsible for conditions of the Work site, includingsofety of oll persons cnd property during performonce of lhe Work, this requirement will opplyconiinuously ond noi be limiied io normol woking hours. For purposes of Colifornic Lcbor CodeSeclion 64O0 ond reloted provisions of low ihe Controcior ond the Coniractor's privities ond cnyother entities engoged in the performonce of lhe Work will be "employers" responsible forfurnishing employment ond o plqce of empioyment that is scfe ond heqlthfulforthe employees,if ony, of such entities engoged in the performonce of the Work. Neither lhe City nor iis officiols,officers, employees, ogents, volunieers or consultcnis will be "employers" pursuont to ColiforniaLcborCode Section 6400 snd relqled provisions of low with respeci to the Conirocior. theConirocfor's privities or other enlities engoged in the performqnce of the Work.

8.14.2 Review ond inspection by.the City, the Consfruclion Monoger. ihe Londscope Archiiect, ond/orother representotlves of the City of fhe Conlroclor's performonce of the Work will not constitulereview of lhe odequocy of the Conlroclo/s sofety meosures in, on, or neor ihe Work sile. Suchreviews ond inspeclions do noi relieve ihe Controctor of ony of fhe Coniroctor's obligotionsunder the Controct Documenls ond opplicoble iow to ensure thqi the Work sile is mointqinedcnd ihe Work is performed in o sofe monner.

8.,l4.3 The Conirocior will be solely responsible for the impiemenfotion and rnointensnce of sofelyprogroms'|o ensure thol fhe Work si'fe is mointoined ond the Work is performed in o sofe monnerin occordonce with the Controct Documents ond opplicoble low.

8..14.4 Within ten (10) colendor doys folloWng notice of qword the Controctor must submit to lhe Ciiyolong wifh execuied copies of oll other documenis specified in ihe Controct Check List o copyof the Conlrqclors Sofety Plon. The Ciiy moy, bul is not required to, review the Sofety Plon ondnote ony exceplions. The Controctor sholl omend the Sofety Plon as necesscry lo conecl onyexceplion identified by the City. The Sofety Plon sholl contoin the following documents, ifrequired by Col-OSHA regulotions:

A. Code of Sofe ProcticesB. lllness ond Injury Preveniion Progrom {llPP)C. Hozordous Cornmunicotions {Hoz-Com) ProgrcmD. FoliProtection PlonE. Confined Spoces ProceduresF. Emergency Action Plon

8..|4.5 lhe Controctor musl furnish ond ploce proper guords ond syslems for the prevention ofcccidents. including, but nol iimited to, those systems required pursuont to Tlile 8, Section 1670ond following of ihe Colifornio Code of Reguloiions concerning sofety belts ond nets. The' Coniroctor musl provide ond mointoin ony ofher necessory systems or devices required tosecure safety of life or properly of the Work siie in occordqnce with occepied standords of theindustry ond oppliccble low. The Controctor must mointoin during oll nighf hours sufficient lightsfo prevent occident or domoge to life or property.

8..14.6 The Controelor ogrees thot for purposes of Colifornio Lobor Code section 6400 cnd relotedprovisions of low, lhe Confroctor, the Coniroctor's privities, ond ony other entiiies ociing pursuonito ihis Controct willbe "employers" responsible for furnishing empioyment ond o place ofemployment thot is sofe ond heolthful for ihe employees, if cny, of such eniilies cciing pursucntto this controcl ond thot the Clty will noi be responsible for hcving hozords conected orremoved ot'fhe locotion where the Work is to be performed. The Conirocior ogrees thai the

City of DublinControct No. l2-03Projeci No. ?50013

Generol Conditions

IlIIItiltI3IItIIIII

l 8

Page 36: Bid Info and Specs 01

9 . 1 .

9.2

IItIIIIIIIItttIilIII

Cily will not be responsible for toking sieps to prolecf lhe Controctor's employees from suchhczords. or for inslructing the Contrqctor's employees to recognize such hozords, or to ovoid theossociofed dongers. The Controctor qgrees ihot with respect io the Work to be performed ondthe locoiion{s} where ihe Work is to be performed, ihe Controctor will be responsible for nolcreoting hqzords qnd for hoving hozords corrected or rernoved. Ihe Controctor ogrees thqi ii isowore ond hos been notified of the hozords to which the Conlrocior's employees moy beexposed in the performonce of the Work. The Controctor hcs ioken or will loke oppropriote,feosible steps io proiecl lhe Controctor's employees from such hozords, snd hos insirucied orwill instruct iis employees to recognize such hozords ond how to ovoid the cssocioted dongers.

8.14.7 The Controclor ogrees fhot neither fhe Ciiy, nor iis officiols, officers, employeos, or volunleers willbe "employers" pursucni lo Cqlifornio Lobor Code section 6400 ond relaied provisions of lowwifh respect io the Controclor, the Coniroclor's priviiies, or other entities ociing pursucnt tothese Controct Documents. The Controctor ogrees lo occepi oll responsibility for loss ordomoge lo ony person or enliiy ond indemnity, fully defend, ond hold hormfess cnd releose iheCity, its officiols, officers, employees, ond volunieers from ony cnd oll liobilily, qctions, cloims,domoges, costs, disqbiliiies, or expenses, including but nol limited to, oll cosls of defense qnd ollfosses, dqmoges, or penol?ies directly or indirectly resulting form exposure io hozords in viololionof the Cclifornio Lobor Code ihoi moy be osserled by ony person or entity, including but notlimited to, the Coniroclor orising oui of or in connection with the negligent ociivilies of theControctor, its ogenls, employees or privities pursuonl lo ihese Conlroci Documenis, whelher ornot there is concunent negligence on the port of lhe Ci'ty, but excluding liobiliiy due to lhe soleor ociive negligence or willful misconduci of ihe Ciiy. The Coniroctor's obllgoiions pursuonl tothis subsection sholl survive the expirction or eorlier terminoiion of this Controcl.

8.15 Assignment of Unfoir Business Prociice Cloims. In occordonce with Colifomio Public Coniroct CodeSeclion 1703.5, ihe Conlroctor ond ony subconirqctors offer ond ogree lo ossign to lhe City oll righfs, title,ond interesl in ond to oll couses of oction ihe Controctor or ony subcontrqciors moy hove under Section4 of the Cloyion Aci {l 5 U.S.C. $ l5) or under the Ccrtwright Act {Chopler 2 (commencing with $ 16700)of Port 2 of Division 7 of the Business ond Professions Code), crising from purchcses of goods, services ormoleriols pursuont lo this conlroct. Ihis ossignmenl shcll be mode cnd become effeciive of ihe lime lheCity ienders finot poyment to the Controctor, without furiher ocknowledgemenl by the porfies.

9, MEASUREMENT AND PAYMENT

F.O.8. All shipments rnust be F.O.8. destinofion lo'the Work site ond/or other sifes indicoted in theControct Documenls. The Contrqci Price is oll-inclusive {including soles tox}. There moy be no chorge forcontoiners, pocking, unpocking, droyoge or insuronce.

Poymenl

9.2.1

9.2.2

On or oboui the first doy of ecch colendar monlh the Conirociorwill submit lo the ConstructionMonoger o verified opplicoiion for poyment ond schedule of volues supported by o slotemenfshowing oll moteriols ociuolly inslolled during the preceding mon'lh ond fhe cost of loborocluolly expended in the performonce of the Wok. Unless otherwise provided in the ControcfDocuments, no ollowonces or poyments will be mqde for moteriol or equipment not plcced otthe Work siie.

To be eligible for pcyment ihe Controctor's cpplicofions for poymeni must include ceriifiedpoyroll reporis prepored in occordonce with Colifornio Lobor Code Section I776 ond theAgreemenl for eoch employee of the Controclor ond cny subconlroctors engcged in lheperformonce of lhe Work during lhe for poyment will noi be processed withoui cerlified psyrollreporis.

Unless the Controclor hos elected 1o posl securities in lieu of retention in occordonce withColitornio Public Confroct Code Section 22300 ond the Agreement, ond the Controctor ond lhe

Cily of DublinConiroct No. 12{3Projeci No.950013

Generol Condilions

9.2.3

1 . ,

Page 37: Bid Info and Specs 01

City hove executed on escrow ogreemenl in occordonce with ihe Public Controcl Code ondthe Agreement, the City sholl moke progress poyments to the Controcior in occordance wilhopplicoble low in the omount of ninety-five (95) perceni of fhe volue of ihe lqbor octuollyperformed ond lhe moteriol incorporoled in lhe Work os specified in Coniroclor's verifiedopplicotion for pcyment upon opprovol by the Owner's cuthorized representoiive{si. Poymenlof progress poymenls wil{ not be construed os occeplonce of the Work performed. lf theControctor hos elected to post securilies in lieu of refention in occordance with Public ControctCode Section 22300 ond th€ Agreement ond the Conlroctor ond the Cify hove executed snescrovr' ogi'eemeni in occoi'donce with ihe Public Conii'cci Code ond ihe Agreement, the Citywill moke poyments io the Conlroctor or lhe Controctor's escrow ogent in occordonce wiihsuch escrow ogreement.

9.2.4 The City wi{l poy the Controctor's finollnvoice in occordonce with oppliccble low ond Jhisprovision 9 following occeptonce of the Work provided thot:

9.2.4.1 The Controctor hos furnished evidence sotisfociory io the Ciiy thot oll clqims for lqborond moieriol hove been poid; or the fime for filing volid siop notices hos possed ond nostop notices hove been filed, or oll stop notices filed hovo been releosed by volidreleose or releose bond occepied by the City.

9.2,4.2 No cloim hos been presented to fhe City by ony person bosed upon any octs oromissions of lhe Coniroctor or ony subcontroclor engoged in fhe performonce of theWork.

9.2.4.3 No olher cloim or dispute exists under the Agreemeni or opplicoble low concerningpoymenl of lhe Controclor's finol invoice ond/or releose of the Agreement retention.

9.2.4.4 The Controctor hos filed wiih the City fhe Moinlenonce Bond provided in the ControciDocumenis wiih duly notorized signotures of cn oulhorized representotive of fheConlroctor ond on otlorney-in-foct of on odmitted surety insurer occeptoble'to the Cityond such Mointenonce Bond binds the Contrcclor cs Principol ond the Surefy inoccordonce wiih ils lerms in ihe omouni of l0% of fhe final Contrcct Price.

9.3 Relention. The Owner or its ogent moy. in occordonce with the Controci Documents cnd applicoblelow, withhold ony poyment of monies due or thot moy become due'fhe Coniroctor becouse of:

9.3.1 Defecfive work not remedied or uncompleted work,

9.3.2 Cloirns filed or reosonoble evidence indicoiing proboble filing of cloims.

9.3.3 Foilure to properly poy subcontrociors or to poy for moteriol or lobor.

9.3.4 Reosonoble doubt thot the Work con be completed for the bolonce then unpoid.

9.3.5 Domoge 1o onother controctor.

9.3.6 Domoge to the Owner.

9.3.7 Domoge to o third poriy.

9.3.8 Deloy in the progress of the Work, which, in the City's judgment, is due io ihe foilure oi iheControclor io properly expedite lhe Work.

9.3.9 Liquidoied domoges or ofher chorges thot spp{y to ihe Controctor under ihe Agreement.

9.3.1 0 Any other lqwful bosis for wi'thholding poymenl under the controcl.Ciiy of Dublin

Conlroct No. l2-03Project No.950013

Generol Conditions

tIIIIItIIIIil

;

IItI1

Page 38: Bid Info and Specs 01

2 l

ITIIIIIIIIIIIIIIIII

9.4 Securiiies in Lieu of Relention.

9.4.1 ln occordonce with Public Confrqcl Code Seclion 22304, except where federqlreguloiions orpolices do noi perrnit substitution of securities, the Conirsctor rnoy subsiituie securities for onymoneys withheld by fhe City to ensure performonce of the Work, At the Conirocior's requestond expense, securiiies equivolent io the omount withheld will be deposited wiih the City, or wiiho sioie or federolly choriered bonk in Californio os lhe escrow ogenf, who will ihen pcy lhosemoneys to the Contrqcior under lhe terms of on Escrow for Security Deposi? ogroemeni. Thefucrow for Securily Deposii ogreement is provided in the Controct Documenls. Upon sotisfoctorycomplelion of the Work, the securilies Wllbe relurned to the Coniroctor.

9.4.2 Allernoiively, ot the Controctor's requesi ond expense, the City witl pcy retentions eorneddirecily lo the escrow ogent. Ai ihe Conirqcior's expense, lhe Controclor moy direciinveslmeni of ihe poymenls inlo securiiies. Upon sotisfoctory completion of ihe Work, iheConiroctor will receive from the escrow ogeni oli securities, interest, ond poyments received bylha escrow ogenl from lhe City pursuoni to ihis provision ond the ierms of lhe Escrow for SecurityDeposit ogreement. The Coniroctor will, within 20 doys of receipt of poyment, poy to eochsubcontroclor the respeclive omount of interesi eorned, less cosis of reteniion withheld fromeoch Subcontroctor, on monies withheld to ensure the Controcior's performonce of lhe Work.

9.4.3 Securiiies eligible for investment in occordonce wilh this provision include those listed inGovernmenl Code Seclion .l6430, bonk or sovings ond loon cerfificoles of deposil, interestbeoring demond deposit sccounts, slondby letters of credit, or qny other securily rnutuollyogreed to by the Controctor ond the City.

L4A The Conlrocior will be ihe beneficiol owner of ony securities substituted for moneys wilhheld ondwill receive ony interesi ihereon.

]0. PROJECT ACCEPTANCE AND CLOSEOUT

l0.l Occuponcy. The Ciiy reserves f he right lo occupy or use ony pcrf or psrts or the eniire of the Workbefore the Work is fully performed. Subject to opplicoble low, exercising this right willin no way constituleocceplonce of ony pori of the Work so occupied or used or occeptonce of the entire Work, nor will suchoccupqncy or use in ony way offect lhe times when pcymenls will become due lhe Conirsctor, norwillsuch occuponcy or use in ony woy prejudice the Ciiy's rights under the Agreement, ony Agreemenfbonds, or of low or equity.

10.2Work Complelion ond Finol Inspeciion. When the Contrccior considers lhe Work is subsionliqlly compiele,ihe Controctorwillsubmil wriilen cerlificotion to lhe Londscope Architect specifying thoi: ihe ControctDocumenls hove been reviewed; the Work hcs been inspecled for complionce wilh the ControciDocuments; ihe Work is substonliolly complele in occordonce with lhe Coniracl Documents; thotequipmeni ond systems hove been tested in fhe presence of the Ci'ty's representotive ond creoperofionoh ond include o list of items to be compleied or conecled. The Cify ond/or the City'sor,.rlhorized representotives will moke on inspection lo verify thci the Work is substoniioliy complele ond willnotify lhe Controctor in wriiing of ony incomplele or deficient Work. The conslruciion period is consideredconcluded upon ihe Londscope Archiiect's certificoiion thot the project is substsntiqlly complete. TheConlroctorwill toke immediote steps to remedy the s'toted deficiencies ond give notice of correction tothe Lqndscope Architect. Upon receiving o nolice of correction. the City or the Ciiy's auihorizedrepresentotives will reinspect lhe Work, The Controctor musf correct oll punch list items within 20 colendordoys ofler the issuonce of the punch lisl. Before finol occepfonce of the Work the Conlroctor muslsubmit: one entire sel of project plans on reproducible mylors of the Project Record Drowings {As-Builis},Projeci Record Drowings{ns-Builts) shollolso be provided electronicolly in a PDF formct ond onyequipment operoting ond mointenonce instructions and doto, woncnties.

i0.3 Work Acceplonce.City of Dublin

Confrocl No. 1243Project No.950013

Generol Condilions

Page 39: Bid Info and Specs 01

10.3.1 All flnished Work will be subjeci to inspeclion ond occepiqnce or rejection by 'the City, theConsiruclion Monoger. ond the Londscope Architect ond other government ogencies hovingiurisdiciion over lhe Work. Finol occeptonce of lhe Work wil{ be si the discre'tlon of the Ci'ty.

10.3.2 The Ciiy will occepi f he Work in wifing only when fhe Work hos been compleied to the City'sreosonoble soiisfociion. Should the Londscope Archiieci ond Construclion Monoger find theWork to be occeptoble ond the Plonting Estoblishmeni Maintenonce Period to be complete. hewili occordingly certify project occepionce. Fornclocceplonce of ihe proleci willoccur uponCily Council opprovol that will be the beginning of the worronty period. Progress poyments willin no woy be consirued os occeplonce of ony pari of the Work.

10.3.3 ln evoluoting ihe Work, no ollowonce will be mqde for devioiions from fhe TechnicolSpecificctions, Projecf Plons or oiher Coniroct Documents unless clreody opproved in writing inoccordonce with the requirements oi provision 4, obove.

10.3.4 lhe fact thoi the work snd msteriols hove been inspecied from lime to time ond thoi progresspcyments hqve been mode does nof rolieve lhe Controctor from'lhe responsibiliiy of replocingond mcking good ony defective or omitled work or moteriols in cccordonce with iherequiremenis of the Conlrocl Documents.

REMEDIES AND DISPUTES

Terminotion.

I .].1.1 In accordonce with Cclifornio Public Controcf Code Seclion 7105, in addition to olloiherovoiloble remedies thot the City moy hove under the Agreemenf, ond crt low or equity, the Citymoy terminote the Agreement:

I I - l ,I .l lf lhe Controcf or or ony of its subconlroctors engoged in the performonce of ihe Workfoils to limely perform the Work ond/or ony of the Coniroclor's moleriol obligoiionsunder lhe Coniroci Documenis ihol hove occruod except for due lo reosons beyondthe conlrol of the Controctor pursuonl to the Controci Documents.

1 l.l.l.2 lf ihe Conlrqctoris odjudged bcnkrupt, or if i i should moke o generol ossignment for lhebenefil of crediton. or if o receiver should be oppointed on occounl of its credilors.

I I . L I .3 lf lhe Conlroctor or ony of lhe subconirqctors engoged in the performonce of the Workpersislently or repeofedly refuses or foils, except in coses for which exlension of time isprovided. lo supply enough properly skilled workmen or proper mqleriols for the iimeiycompletion of 'the Work.

I l.l.l.4 lf ihe Controcior foils to make prompt poymenl to subconirociors engoged in iheperformonce of the Work or for moteriol or lobor used in the peformonce of the Work inoccordonce wilh the Controct Documenis ond opplicoble lcw.

I 1.1.1.5 lf ihe Conlroctor or ony subcontroctors engoged in the performonce of lhe Workpersistenily disregords lows or ordinonces opplicoble 1o fhe performcnce of the Work, orthe instructions of lhe Cily, the Construction Monoger, the Lcndscspe Architect, or otherouthorized represeniotives of the City. For ony reqson or for no reeson, qt lhe Ciiy's solediscretion.

| 1.1 .1.6 For ony reoson or for no reoson, of fhe Ciiy's sole discretion.

Ciiy of DublinControcl No. 12{3Project No. ?500i3

Generol Condilions

IIIIIIIItttIIIIII1I

22

Page 40: Bid Info and Specs 01

I1tI

11.1 .2 lf ihe Ciiy intends lo terminoie lhe Agreement for ony of ihe reosons specified in provisions1l. l , l . l lhrough I1.1,1.5, obove, fhe City wi l l immedictely serve wri t len not ice io the Conirociorond its sureties in occordcnce with lhe Controct Documenls. Notice of the City's inteni toierminote the Agreement will be given by registered or certified moil qnd specify the grounds forierminoiion, the required cure ond the time by which the cure must be effected. Upon receiptof notice of the City's intenl to terminote the Agreemenf for ony of the reosons specified inprov is ions 11 .1 .1 .1 th rough l l . l . l .S ,sbove, theCont rsc io rw i l lhove len (10) doys f romrece ip to fthe notice to cure ils defouli. lf lhe Coniracior does nol effect lhe required cure by the iimespecified in ihe nolice, the City willissue o wrilten notice of lerminotion to tfre Controcior ond itssureiies by registered or certified moil. Ihe notice of terminotion will specify: thcl upon receiplof lhe notice the Confroctor's righi 1o perform or complefe the Work, including on beholf of theContracior's surelies, is ierminoted; ihqt the Controcior's sureiies will have ihe right fo ioke overond complete the Work ond perform oll of ihe Controctor's remoining obiigoiions thol hoveoccrued under the Agreernent; ond ihot if the Controctor's sureties do not both give the Cilywriiten notice of iheir inieniion fo ioke over ond perform the Agreement ond commencecompletion of the Work ond performonce of oll of the Conlrsclor's remolning obligotions thothove occrued under lhe Agreement within ten (10) doys afier receipl of nolice of terminofionihot ihe Ciiy moy declore the Conlroctor's sureiies in defcull snd foke over lhe completion ofthe Work or hcve the Work completed for lhe occouni ond of fhe expense of fhe Controciorond its sureties, ond the Conirocfor ond its sureties will be lioble io ihe City for cny restritingexcess cost. The City moy, in cddiiion to oll other ovoiloble remedies ihot the City moy hoveunder the Coniroct Documents ond ct low or equity, deduct ony such excess cosl ofcompleiing the Work from emounts thot ore due or thoi moy become due the Conloctor.

11.1.3 Uponterminoi ionof thecontroctforonyof ihereosonsspecif iedinprovisions l l .1. l . l ihroughI I .l .1.5, obove, ihe Conlroctor will, if so direcied by ihe City, immediolely remove from lhe Worksite ony and ollmsterials cnd personolproperty belonging to the Coniractorwhich hove noibeen incorporoted in the Work ond the Controctor ond ils surelies will be lioble upon their bondfor oll domqges coused ihe City by recson of lhe Controcfor's foilure to complele the Work,

I t.1.4 Upon'terminolion of the contrcct for ony of the reosons specified in provisions I l.l.l.lihough I I . I .l .5, obove. the City reseryes the right lo refuse tender of ihe Controc'tor by cnysurety to complete lhe Work.

I l.l .5 lf ihe Cify completes or hos completed ony portion of, or the whole of fhe Work, followingterminofion of the coniroct for ony of the reasons specified in provisions I 1.1.1.l through 1 'i..l.1.5,

obove, the City wlli neiiher be lioble for nor cccouni to f he Coniroclor or ihe Controctor'ssureties in ony woy for the iime within which. or the mcnner in which such Work is performed, orfor ony chonges mode in such Work or for the money expended in sciisfying cloims ond/or suitsond/or other obligotions in connection wiih completing the Work. lf, following terminotion of lheAgreemenl for ony of 'lhe reosons specified in provisions I 1.'|.1.l through I 1.1.1.5, obovo, iheunpoid bolonce of the Controcl Price exceeds the expense of compleling the Work, includingcompensotion for odditionol legol, monogericl ond odministrofive services ond oll other omountsdue for the completion of the Work ond/or soiisfqclion of cloims of the Ciiy ond/or others crisingou't of the Agreement ond ony olher chorges ihot opply fo the Confroctor under theAgreement, ihe difference will be poid io the Conirqctor, li such expenses of completing theWork exceed the unpoid bclonce of the Coniroct Price, ihe Coniroctor or ils sureties will poy thedifference to the City.

I 1.1.6 lf the Agreement is ierminqied for ony reoson, no ollowonces or compensofion will be groniedfor ihe loss of ony oniicipoted profil by the Controctor.

I Ll./ In cccordonce wiih Colifornio Government Code Section 44.]0, in the event o nationalemergency occurs, cnd public work, being performed by controci. is stopped, directly orindirectly, becouse of the freezing or diversion of moteriols, equipment or iobor, qs ihe result ofon order or o proclomotion of lhe President of ihe United Sloles, or of on order of ony federol

IIIIItIItIIII City of Dublin

Conlrocl No. l2-03Projeci No.950013

Generol ConditionsIA

IIJ

Page 41: Bid Info and Specs 01

outhoriiy, qnd the circumsiances or conditions ore such thol il is improcticoble within areosonoble lime io proceed with o substontiol portion of the work, lhen lhe City ond theControctor moy, by written ogreemeni, ierminole the Agreement. In cccordcnce withCclifornio Governmeni Code Secfion 44i l, such on ogreement will include the terrns andcondiiions of the terminoiion of ihe controcl ond provision for the pcymeni of compensotion ormoney, if ony, which either porty will poy to lhe other or cny oiher person, under the focls ondcircumstonces in the cose. Compensotion to lhe Controctorwill be determined on the bosis ofthe reosonqble volue of the work done, including preporotory work. As on exceplion fo theforegoing, in lhe ccse of any fully cornpleieci sepoi'cie iiei^r'r oi'porliorr of ihe Work foi'whichthere is o seporoie contract price, the controct price sholl conirol. The porties moy in ony othercose odopt the contrccl price os lhe reosonoble volue of the work or cny portion of the workdone.

1 1.2 Disputes.

I 1.2..} In occordonce with Colifornio Public Controcf Code Section 201A4.2, the following proceduresopply fo cloims of $375,000 or less between the Conlrocior ond ihe City:

I 1 .2. I .1 The cloim sholl be in writing ond include lhe documents necessory to substontioie thsclqim. Cloims musi be filed on or before the dqte of finol poymeni. Nothing in thissubdivision is intended lo exiend ihe iime limit or supersede notice requirernentsotherwise provided by controci for fhe filing of cloims.

11.2,1.2 For cloims of less thon fiffy thousond dollors ($50,000), the City sholl respond in writing toony wriiten cloim within 45 doys of receipt of ihe cloim, or mqy request, in writing, within30 doys of receipt of the cloim, ony odditionol documenloiion supporfing the cloim orrelciing io defenses to lhe cloim fhe City moy hove ogoins't ihe Controctor.

11.2.1.2.1 lf oddiiionol informolion is thereofter required, it sh<rll be requesied cndprovided pursuont 1o this subdivision. upon mutuologreement of the Cityond fhe Conirocior.

11.2.1.2.2 The Cily's wrillen response to the cloim, os further documenled, shollbesubmitted io the Controctor within l5 days qfler receipt of the furiherdocumentciion or wilhin c period of lime no grecier thon thqt token by theConiroclor in producing the oddiiionol informotion, whichever is grecier.

1 1.2.1.3 For cloims of over flfty ihousond dollors {$50,000) ond less thon or equol 1o three hundredsevenly{ive thouscnd dollors ($375,000), the City shollrespond in wriiing to ollwrittencloims within 60 doys of receipt of the cloim. or rnoy requesi, in writing, wiihin 30 doys ofreceipt of the cloim, ony additionol documeniclion supporting the cloim or reloting todefenses to the cloim fhe Ciiy moy hove ogoinst the Contrcclor.

1 I .2.1 .3,l lf odditionol informolion is thereofler required, it shcll be requested ondprovided pursuont fo lhis subdivision, upon mutuol ogreemeni of the Cityond the Conirocior.

I I .2.1 .3.2 The Cily's writien response io lhe cloim, os furlher documented, sholl besubmitled lo the Conlroclor within 30 doys offer receipt of ihe furtherdocumeniotion, or wifhin o period of lime no grecter thon f hoi loken by iheConirocior in producing ihe odditionol informotion or requesfeddocumeniotion, whichever is greoter.

1 L2.1 .4 lf the Controctor dispules the City's writ'len response, or the City foils to respond Wihinfhe time prescribed, the Contracior moy so notify the City, in writing, either within l5doys of receipt of the City's response or within l5 doys of the City's foi{ure 1o respondwi'ihin the time prescribed, respectively, ond demond on inforrnol conference io meel

Ciiy of DublinConlroci No. l2-03Projeci No.950013

Generol Condiiions

IIIIII

I;

IIItIIIIIIA

t

Page 42: Bid Info and Specs 01

TtIItTIIIII'lI

IIIIIIl

ond confer for settlemeni of the issues in dispule. Upon q dernond, the Ciiy shollschedule o meel ond confer conference within 30 doys for seitlemenf of the dispuie.

1 L2. 1.5 Following lhe meet qnd confer conference, if lhe cloim or ony poriion remoins indispute, the Coniroctor moy file o clcim os provided in Chcpler I {commencing withSection 900) ond Chopter 2 (commencing wilh Section ?l0f of Port 3 of Division 3.6 ofTitle 1 of the Governmenl Code. For purposes of those provisions, lhe running of lheoeriod of time wifhin which o cloim musl be flled shull be tolled from the iime theControctor submits his or herwrit'fen cloim pursucrnt to subdivision (o) until the time thofcloim is denied os o resull of the meef ond confer process, including ony period of iimeutilized by the meel ond confer process.

11.2.1.6 This oriicle does noi opply to fori cloims ond nothing in this orticle is intended nor sholl beconslrued to chonge the time periods for filing lort cloims or oclions specified byChcpter I (commencing with Section 900) ond Chopler 2 {commencing with Section910) of Port 3 of Division 3.6 of litle I of lhe Government Code.

11.2.2 In occordonce with Cclifornio Public Contrqcl Code Secfion 2}rc4.4, the following proceduresopply to civil octions io resolve cloims of $325,000 or less between the City ond the Controclor:

11.2.2.1 Within 60 doys, but no eorlier thon 30 doys, following the filing or responsive pleodings,fhe court shollsubmit the motter to non-binding mediotion unless woived by mutuolstipuloiion of boih pcrties. The mediolion process shcll provido for ihe selection within l5doys by both porlies of o disinlerested third person qs mediolor, sholl be commencedwiihin 30 doys of ihe submittol, ond sholl be concluded wiihin l5 doys from thecommencernenl of lhe mediction unless o time requiremenf is extended upon o goodcouse showing io the courf or by stipulotion of both pcriies. lf ihe porlies foil to select cmedioiorwithin the lS-doy period, ony porty moy peiition lhe couri fo oppoinl themediqtor.

11.2.2.2If the motter remoins in dispute, fhe cose shollbe subrnilted to judiciolorbitrolionpursuoni to Chopter 2.5 (commencing with Section i I 4l .I 0) of Title 3 of Porf 3 of theCode of Civil Procedure, nofwiihsionding Seciion 1 l4l.l I of thot code. The CivilDiscovery Act of 1986 [Article 3 {commencing wiih Section 2016) of Chopter 3 of Title 3of Part 4 of the Code of Civil Procedure) shoil cpply io ony proceeding broughi underthis subdivision consislent wiih the rules pertoining to judiclcl orbitrotion.

11.2.2.2.1 Notwithslonding ony other provision of low, upon stipulotion of ihe porfies.orbitrators oppointed for purposes of ihis orticle sholl be exporienced inconstruction low, ond, upon stipulotion of the porties, mediotors ondorbilrotors sholl be poid necessory ond reosonoble hourly rotes of pay not foexceed lheir customory role, ond such fees qnd expenses sholl be pcidequolly by the porl'ies. except in the cose of orbitrotion where lhe orbiiroior.for good couse, delermines o differeni division. In no event sholl these feesor expenses be poid by siote or couniy funds.

I 1 .2.2.2.2 In oddition fo Chopier 2.5 {commencing with Section I 141.10) of Title 3 ofPort 3 of the Code of Civil Procedure, ony porl'y who sfter receiving onorbitrotion oword requests o lriol de novo but does not obtoin c morefavoroble judgrneni sholl. in oddition io poymenl of costs ond fees underthct chcpier. pcy ihe oitorney's fees of ihe other porty orising out of the iricfde novo.

I 1.2.2.3 The couri may, upon requesi by ony poriy, order ony witnesses 1o porticipote in ihemediqiion or orbilroiion process.

i 1.2.3 In occordonce with Coliforniq Public Conlrqct Code Seciion 20104.6:City of Dublin

Conlroct No. l2-03Project No.950013

Generol Conditions

Page 43: Bid Info and Specs 01

1 L2.3.1 The City sholl not foil to poy money os fo ony portion of q cioim which is undispuiedexcepi os otherwise provided in the contrcct.

11.2"3.2In ony suil fi led under Public Controct Code Seciion 20104-4 concerning this conlroct,the City shollpoy interest ol lhe legol rote on ony orbitnrlion cword or judgmeni. Suchinteresi sholl occrue ftom dote the suit wos filed,

IIIIIlIIIIIIt

I

IIItI

City of DublinControcl No. l2{3Project No.950013

Genercl Condilions

Page 44: Bid Info and Specs 01

TIIIttI!IllIIilttttIf

CITY OT DUBLINCity Ho1l, 100 Civic PlozoDublin, Cclifornio 94558

PERFORMANCE BOND

KNOW AtL MEN BY THESE PRESENTS:

WHEREAS the City Councilof the City of Dublin hos oworded fo{designoted os the "PRINCIPAL"} o conlroct for the

Positono Hills Pork, Projecl No. 950013, which conhoct ond oll of lhe coniroct documents osdefined therein {designoted os the "Coniroci") oro hereby mode c port hereof; ond

WHEREAS, soid PRINCIPAL is required under the terms of the Contrect to furnish o bond for lhefsithful performonce of the Controcl;

NOW, THEREFORE, WE, ihe PRINCIPAL qndcs surety {designoled os "SURffY"), on odmitted sureiy insurer outhorized to do business in theStole of Colifornio.,ore held ond firmly bound unto ihe City {designcted os "OBLIGEE"}, in the penolsum of

dollors {$*-..---),lowfulmoney of the Uniied Stotes for the poymeni of which sum well ond lruly fo be mode, we bindourselves, our heirs, executors, and odministrqtors, ond successors, jointly ond severolly, firmly bylhese presenls.

THE CONDITION OF THIS OBLIGATION lS SUCH thot. if ihe obove bound PRINCIPAL, his or its heirs,executors, odrninistrotors, successors, or ossigns, sholl in oll things stond to ond obide by, ond wellond truly keep ond perform the covenonis, conditlons cnd ogreements in lhe Confrocl ond onyolferotion lhereof mode os iherein provided, on his or their port io be kept ond performed at ihetime ond in the monner lherein specified ond in oll respects occording to their true intenl ondmeoning, ond sholl defend, indemnify ond sqve hormless the OBLIGEE, it's officiols, officers,empioyees, volunteers ond cgenis, os therein stipuloted, then'this obiigotion sholl become nullondvoid, otherwise it sholl be qnd remqin in full force ond virlue.

And ihe soid SURFTY, for vclue received, hereby siipulcies ond ogrees lhot no chonge, extensionof time, olterclion or oddition to ihe ierms of the Conlroc'f or fo the work to be performedihereunder or to the specificotions or the plons occomponying the some or to ony other port ofthe controct documenfs, os defined therein, shqll in qny woy qffecf soid SURETY's obligotion on thisbond, qnd the SURETY does hereby woive notice of ony such chonge, exfension of iime, alterolionor oddition.

And the soid SURETY. for volue received, hereby stipulotes ond ogrees ihot upon terminsiion of theControci for ony of the reosons specified in provisions I I .l,l .1 ihoughl .l.1.1.5 of the Generol

City of Dui:rlinConiroct No. l2-03Project No.950013Performcnce Bond

Page 45: Bid Info and Specs 01

Conditions of the Controci, the OBLIGEE reserves ihe righl to refuse tender of the PRINCIPAL by iheSURffY to compleie ihe Controct work.

lN WITNESS WHEREOF, the obove-bound porlies hove execuled this instrument under their seversl seclsdoy of lhe nome qnd

corporcte seols of eoch corporote porly being hereto offixed qnd fhese presents duly signed by theirundersigned represeniotives, pursuont to outhority of their governing bodies.

{Corporote Secl}

{Acknowledgement)

PRlNCIPAI

SURFTY{Corporoie Seol)

By(Attorney-in-foct)

IAcknowledgement) Title

INOTF IO SUREIy COMPANY: A certified copy of unrevoked resolufion of ovthoity for the ottomey-in-focf musf be submitied with and oftoched io lhe executed bid bond.l

City of DublinControct No. l2*03Project No.95ffii3Performcnce Bond

ITI!ITI,lIIIttIII;

II

By

Title

Page 46: Bid Info and Specs 01

TItI'ItIlIItIIIIlIIt

CITY OF DUELINCily Holl, l00Civic PlozoDublin, Colifornio 94568

PAYMENT/LABOR AND MATERIALS BOND

KNOW ALL MEN BY THESE PRESENTS:

WHEREAS the City Councilof the City of Dublin hos owarded fo(designoled os the "PRINCIPAL") o controcf for the Positono Hilis Pork. Projecl 950013, whichcontroct ond oll of the controci documents os defined therein fdesignoted os the "Conlroct") orehereby mode o port hereof; ond

WHEREAS, pursuoni io Colifornio Civil Code Section 32+7, the PRINCIPAL is required. before enieringupon ihe performonce of the Controci, to file o poyment bond with and hove such bondopproved by the officer or public entity by whom lhe Coniroct is oworded; ond

WHEREAS, pursuont'lo Colifornio Civil Code Section 3248, such poymeni bond rnusi be in o sum notless thon one hundred percenl (100%) of fhe tofol omounl poycble by fhe terms of the Conirocl,ond must sciisfy the olher requirements specified in thot section; ond

WHEREAS, the PRINCIPAL is required in occordonce with the Controci lo furnish o poyment bond inconnection with lhe Contrqct to secure poymenl of cloims of loborers, mechonics ondmqleriolmen enrployed on work under the Controct in occordonce with crpplicabte tow;

NOW, THEREFORE, IHESE PRESENTS WITNESSETH:

Thot the PRINCIPAL ond the undersigned, os surely (designoted os "SURffY"), on odmiited sureiy insurer oufhorized lo do

business in lhe Stote of Colifornio ore held ond firmly bound unlo all loborers, moterial men, ond olloiher persons nomed in Colifornio Civil Code Section 318'l in ihe sum of

Dollors {$--). lowful money of theUniied Stoles, being o sum not less thon one hundred percent of the fotol omount poycble by theterms of fhe Controct, for the poyment of which sum well ond fruly to be mcde, we bind ourselves,our heirs, executots, odminislrolors, successors. or ossigns, joinlly ond severolly, by these presenis.

THE CONDITION OF TH|S CBLIGATION lS SUCH ihoi if the PRINCIPAL or ony of the PRINCIPAL'ssubconirociors, or ihe heirs, executors, odminisirofors. successors. or ossigns of ony, oll, or either ofihem, sholl foil io poy ony persons nomed in Colifornia Civil Code Section 3'181, or foil io poy forony lobor, moteriols, provisions, provender, or other supplies used in, upon, for or obout theperformcnce of lhe work conlrocted lo be done, or for ony work or lobor thereon of cny kind, orfoil to pcy omounts due under ihe Unemployment Insuronce Code with respecl io such work orlobor, or foil to poy for ony omounts required to be deducted, withheld, ond poid over io theEmploymeni Development Deportment from ihe woges of employees of the PRINCIPAL or onysubcontroclors of the PRINCIPAL pursuont lo Section 13020 of the Unemploymeni Insurqnce Codewith respect lo such work or lobor, lhot the SURETY will poy for ihe scmo in qn amount noiexceeding ihe omount herein cbove sai forth, ond olso, in cose suit is brought upon this bond, willpoy o reasonoble ottorney's fee io be awcrded cnd fixed by lhe Court; otherwise this obligoiionshol lbe void.

It is hereby expressly siipuloted ond ogreed by the soid Surety, for volue received, fhol lhis bondsholl inure io the benelit of ony ond oll of ihe persons nqmed in Seciion 3181 of fhe Colifornio CivilCode so os to give o right of aciion to them or their ossigns in ony suit brought upon this bond.

City of DublinControci No. 12-03Project No.950013

Poyment Bond

Page 47: Bid Info and Specs 01

lf is hereby furiher expressly stipuloted ond ogreed by ihe soid Surely, for volue received. thot nochonge, exlension of iime, olierotion or oddition to the terms of ihe Controci or lhe specificoiionsor drowings qccompqnying fhe scme or to ony other port of the coniroct documents, as definediherein, sholl in ony monner otfeci the obligoiions of lhe SURfiY on lhis bond, and SURETY doeshereby woive nolice of ony such chonge, exiension, olterotion, or oddition.

lN WITNESS WHEREOF. the obove-bound porties hove executed'this instrumenl under iheir severql seolsdoy of fhe nome ond

corporoie seals of eoch corporote porty being hereto otfixed cnd ihese presents duly signed by iheirundersigned representotives, pursuont to outhority of lheir governing bodies.

{Corporoie Secl} PRINCIPAL

IAcknowledgement)

{Corporote SeofJ

(Acknowledgement)

(Attorney-in-foct)

Tltle

{NOIF IO SURFIy COMPANY; A certified copy of unrevoked resolution of authoity for lhe attarney-in-focf musf be submitled wiih ond oftoched fo the executed bid bond,)

City of DublinConiract No. I2-03Project No.950013

Pcymeni Bond

III1I

ITIItIIIIIt!I

By

TitleSURETY

By

Page 48: Bid Info and Specs 01

IttIItIIItII;

!tlIII

CITY OF DUBLINCity Hoil, 100 Civic PlqzoDublin, Colifornio 94568

MAINTENANCE BOND

KNOW ALL MEN BY THESE PRESENTS:

WHEREAS the City Council of the City of Dublin hos oworded 1o(designoted os fhe "PRINCIPAL") o conirocf for lhe Positono Hills Pork, Projecl No. 950013, whichconlroci cnd oll of ihe conlroci documenls cs defined therein (designoted os the "Controct") orehereby mode o porl hereof; ond

WHEREAS, lhe PRINCIPAL is required under ihe lerms of ihe Controct lo furnish o bond for thecoreciion of ony defecls due to defective moteriols or workmonship in the work performed underlhe Coniroct.

NOW, THEREFORE, we the PRINCIPAL ond the undersignedcs surety {designoted os "SURfiTY"}, on cdmitted surety insurer outhorized to do business in theStoie of Colifornio, ore held ond firmly bound unto the City of Dublin, (designoled os the"OBLIGEE"], in lhe penolsum of Dollors ($_), lawful moneyof the United Stofes , being c sum not less ihon len percent (10%) of the finsl Controct price, forthe poyment of which sum well ond lruly to be mode, we bind ourselves, our heirs, execuiors,cdminislrotors, successors, ond ossigns joinily ond severolly, firmly by these presents.

THE CONDIIIONS OF THIS OBLIGATION ARE SUCH thot if. during o moinienonce period of one (i )yeor from ihe doie of occeptonce by the OBLIGEE of the conirccted work, the PRINCIPAI uponreceiving writlen notice of o need for repoirs which ore direcily otiributoble to defeciive maieriqlsor workmonship, shqll diligently take the necesscry sieps to correct soid defects within seven {Z)doys from'lhe dole of soid nolice, then this obligotion sholl be null ond void; otherwise it shollremoin in fullforce ond effect.

lf ony oclion sholl be brought by the OBLIGEE upon fhis bond, o reosoncble cttorney's fee, fo befixed by the Courf , sholl be ond become o pori of OBLIGEE's judgment in any such ociion.

Ciiy of DublinControci No. l2-03Project No.950013

Moinienonce Bond

Page 49: Bid Info and Specs 01

No right of oclion sholl occrue on this bond to, or for ihe use of, ony person or corporotion otherthon ihe OBLIGEE nomed herein or the heirs. executors. odministrotor or successor of ihe OBLIGEE.

lN W|TNESS WHEREOF, lhe obove bound porties hove executed this instrumenl under fheir seols thisdoy of ,lhe nome ond corporole seols of eoch corporote porfy being

hereto offixed ond these presents duly signed by its undersigned representotive. pursuont loouthority of ils governing body.

{Corporote Seol) PRINCIPAL

{ocknowledgment}

{Corporote Seol) SUREIY

By(Atiorneys-in-foct)

{Acknowledgmen'f )

{Seql}

/NOIF IO SURffy COMPANy: A cerfified copy of unrevoked resolufion of authority for fhe otforney-in-fact musl be submifted wilh ond oftoched lo lhe executed bid bond.)

City of DublinControct No. l2{3Project No.950013

Moinfencnce Bond

tIIIIIIUIIIIIIIItII

e I _

Tiile

Title

Page 50: Bid Info and Specs 01

It

IIIII

CITY OF DUBLINCity Holl, I00 Civic PlozoDublin, Californio 94568

ESCROW AGREEMENT TORSECURITY DEPOSITS IN LIEU OF RETENTION

This Escrow Agreemenl is mqde and enlered into by ond between the City of Dublin, whoseqddress is 100 Civic Plozo, Dublin, Colifornio, 94568, hereinofler colled "Ciiy",

whose oddress ishereinofler colled "Conlroctot'', sndwhose oddress ishereinofier colled "Escrow Agenl"

For considerotion hereinofter sel forth, the City, Controctor, ond Escrow Agent ogree qs foliows:'1. Pursucnt io Seciion 222Co of the Public Confroct Code of lhe Stoie of Colifornio, Controcfor

hos fhe opiion lo deposit securiiies with Escrow Ageni os q substilute for reteniion eorningsrequired to be withheld by City pursuoni to ihe Conslruction Conlroct entered inio beiweenthe City ond Controctor for the projeci entitled Posi.lgno Hills Ps* in the cmount of

dqied (hereinofter referred io os ihe"Coniroct'). Allernctively, on writien requesi of ihe Controclor, the City sholl moke poymenisof the retention eornings directly lo the Escrow Ageni. When Conirccior deposits ihesecuriiies os subsiilute for Controct eornings, lhe Escrow Agent sholl nofify fhe City within l0doys of lhe deposit. The morkel volue of ihe securi'lies ct the iime of the substitution shqll beol lecsl equql io the ccsh omount then required'to be withheld os relenlion under the lermsof the Coniroct between the Ciiy ond Conirocior. Securities shollbe held in the nome of

ond shqll designote ihe Contrqctor os the beneficiol owner.

The City sholl moke progress poyments io the Conlroctor for such funds which otherwisewould be withheld from progress poyments pursuont lo ihe Controci provisions, providedthst the Escrow Agent holds securities in the form ond omount specified qbove.

When the City mokes poyment of reientions eorned directly to fhe Escrow Ageni, lhe EscrowAgeni sholl hold them for lhe benefii of the Controctor un'til such iime os lhe escrow creotedunder lhis conirccf is ierminqted. The Controctor may direc't the inveslmenis of the poymenisinto securiiies. All ferms ond conditions of this ogreemeni ond the rights ond responsibiliiies ofihe porties shqll be equoliy opplicoble ond binding when the City pcys the escrow ogenldirectly.

Conlrocior sholl be responsible for poying oll fees for the expenses incurred by Escrow Agentin qdministering lhe Escrow Account and oll expenses of fhe Ciiy, These expenses qndpoymenl lerms shollbe determined by the City, Contractor ond Escrow Agent.

The inleresf eorned on ihe securities or the monev morket occounts held in escrow and allinierest eorned on thot inieresf sholl be for ihe sole occount of ihe Conlroclor cnd sholl besubject to wiihdrowol by coniroclor of ony iime cnd from lune lo time without notice to theCiiy.

Controctor sholl have the righl to withdrqw ol1 or ony port of the principol in the EscrowAccount only by wriiien noiice to Escrow Agenl occomponied by written outhorizotion from

City of DublinContract No. 12-03Projecl No.950013

Escrow Agreemeni for Securily Deposits

2.ItI

4.

IItt2I

Page 51: Bid Info and Specs 01

tICity to the Escrow Agent thoi City consenls to the withdrowol of the omouni sought to be

withdrown by Controclor.

The City shall hove o right to drow upon lhe securities in the eveni of defouli by theContrcctor. Upon seven doy's wrilten notice to ihe Escrow Agent from the City of ihe defsult,the fucrow Agent sholl immediotely convert the securilies to cosh ond shcll distribute fheccsh os inslructed by the City.

Upon receipt of written nolificotion frorn the Ciiy certifying lhct the Controcl is flnal cndcomplete, and ihsi ihe Conirociorhos complied with oll requirements ond proceduresappliccble'io ihe Conlroct, Escrow Ageni sholl releose to Contracior oll securities ondinterest on deposil less escrow fees ond chorges of the Escrow Account. The escrow shalt beclosed immediotely upon disbursement of oll monies ond securities on deposit ond paymentsof fees ond chcrges.

Escrow Agenl shollrely on the wrilten nolificotions from the City ond the Controcfor pursuontto Sections {a} to 16) inclusive, of this ogreement ond ihe City ond Conlrocior shall holdfscrow Ageni hormless from Escrow Agent's releose ond disbursemenl of the securiiies ondinteresi qs set forth obove.

The nomes of lhe persons who ore oulhorized to give written notice or lo receive writfennotice on behoif of the City ond on beholf of Conlroctor in connection wilh ihe foregoing,cnd exemplors of their respeclive signotures, ore os follows:

On beholf of City: Cn Beholf of Contrcctor

Title

IITII

III

Title

9 .

l 0

NomeNome

On beholf of Escrow Agent:

Tiile

Nome

Signoture

Address

Ciiy of DubiinControcf No. l2-03Project No.950013

Escrow Agreemeni for Security Deposils

II

Page 52: Bid Info and Specs 01

IItIItlIIIIIIl,IITII

At ihe iime ihe Escrow Account is opened, ihe Cify ond Controclor sholl deliver to the EscrowAgenl o fully execuied counterport of this Agreerneni.

lN WITNESS WHEREOF, the porfies hove execuied this Agreement by their proper officers on thedote first set forth obove.

r\i+r rv i l y .

Signoiure

Address Address

City of DublinConiroct No. 12-03Project No.95ffi13

Escrow Agreemenl for Security Deposiis

Controctor:

Page 53: Bid Info and Specs 01

TABLE OF CONTENTS

ItItlIIIIIIItt,IItII

rEchr N fcAl- s PEct FtcATtoNs

DIV|SION 1: GENEMT REQUIREMENTS

0 1 1 1 0

u 1 2 A

01292

0 1 3 1 0

01 330

0 1 4 1 0

u42A

01450

01500

01505

01600

41774

Summary of Work

Field Engineering

Schedule of Values

Project Management and Coordination

Submittal Procedures

Regulatory Requirements

Definitions Standard

Quality Control

Temporary Facilities and Controls

Construction Waste Management

Materialand Equipment

Closeout

018800 Building PerformanceSpecification

DIVISION 2: EXISTING CONDITIONS

024000 Demolition

DIVISION 5: METALS

055200 Metal Railings

Positano Hitls ParkCity of Dublin Table of Contents - 1

Page 54: Bid Info and Specs 01

DIVISION 12: FURNISHING

129300 Site Furnishings and Play Equipment

DIVISION 26: ELECTRICAL

260500 Site ElectricalWork

DIVISION 31: EARTHWORK

312200 l-andscape Earthwork

312300 Excavation and Fill

312333 Trenching and Backfilling

DIVISION 32: EXTERIOR IMPROVEMENTS

321216 Asphaltic Concrete Paving

321313 Concrete

321540 Crushed Gravel Paving and Drainage Materials

328400 lrrigation System

329000 Planting

DIVISION 33: UTILITIES

330516 Utility Structures

331000 Water Utilities

333000 Sanitary Sewerage Utilities

334000 Storm Drainage Utilities

334600 Sub-Drainage

Positano Hills Park

IItIITtIIIIIIItIIII

City of Dublin Table of Contents - 2

Page 55: Bid Info and Specs 01

A Waste Management Forms

END OF SECTION

Posifano Hills ParkCity of Dublin

Page 56: Bid Info and Specs 01

B.

lIIIItlII

PART 1

1.01

A.

c.

D.

1.42

sEcTtoN 01{10

SUMMARY OF WORK

- GENERAL

WORK COVERED BY CONTRACT DOCUMENTS

The Work of this Contract for Positano Hills Park. The work includes but is not limited to: dustand noise control, demolition, clearing and grubbing, earthwork, trenching, site preparation,utility earthwork, erosion control, subgrade preparation, drilled piers, water systems, stormdrain system, asphalt paving, sanitary sewer system, pavements, sand drainage system,textured asphalt pavement, concrete, concrete pavers, infield soil, signage, striping andmarkings, irrigation, site furnishings, planting, handrails, truncated domes, pre-manufacturedbuilding, electrical equipment and controls, light fixtures and electrical site work.

The construction period is one hundred and eighty (180) calendar days including a minimumof ninety (90) calendar days for the planting estabfishment period. Construction isapproximated to start April 30, 2012.

The Work shall include allthe work as shown and specified except work indicated "N.1.C." or"Not in Contract" or "Future."

The estimate for the cost of base bid construction is $1,379,998.

CONTRAGTS

The Work will be under a single lump sum contract.

The Work indicated "N.l"C." or "Not in Contract" will be provided by the Owner directly orunder separate contract.

*** END OF SECTION -""

Positano Hil ls Park Section 011100

IIII

A.

B.

TItIII

City of Dublin Summary of Work - 1

Page 57: Bid Info and Specs 01

B.

c.

IIT1IIIIIIII

PART 1

1.01

A.

B.

1.02

A.

B

,t.03

A.

1.02

A

sEcTroN u12a

FIELD ENGINEERING

. GENERAL

SUMMARY

Inspec{ the site and location of the Work and become acquainted with conditions relating tothe construction and completion of the Project.

Contractor shall provide and pay for field engineering services required for the Project,including subgrade survey and civil, structural or other professional engineering servicesrequired to construct the Project.

DESCRIPTION

Provide layout of work and establish lines and grades.

Related requirements specified elsewhere include making record documents - Section 01770,CLOSEOUT.

QUAuTY ASSURANCE

The Contractor shall engage a Catifornia Registered Civil Engineer or licensed Land Surveyorto perform field engineering.

Submit name and address of professional engineer or surveyor for Owner's approval.

When discrepancies between drawings and actual site conditions are discovered, notify theCity of Dublin for instruction on how to proceed.

PERFORMANCE

Stakes and marks will be set by the Contractor as required to establish the lines, grades andlocations required for the completion of the work specified on the plans. The minimumrequirements for survey construction staking are as follows:1) Establish indicated layout in relation to the property survey and existing reference

points.2) Layout work and be responsible for lines elevations and measurements of grading,

paving, utilities and all other Work executed under Contract.3) Establish and preserve permanent reference points during construction.4) Existing Utilities: Verify onsite the location and depth (elevaiion) of existing utilities

and services before performing excavation wor[<.5) Locate and protect control points prior to starting site work and preserve permanent

reference points during construction.6) Make no changes or relocations without prior written notice to the Owne/s

Representative.7) Report to Ownef Representative when any reference point is lost or destroyed or

requires relocation because of necessary changes in grades or locations.B) Contractor shall have its surveyor replace Project control points that may be lost or

destroyed and establish replacements based on the Owner's original survey withassociated costs bome solely by Contractor.

9) Record "as-built" conditions,

Posifano Hit ls Park Section 01120

IIIIII

Citv of Dublin Field Engineering - 1

Page 58: Bid Info and Specs 01

Accuracy of Data: Site data indicated on the Drawings are as exact as could be obtained, buttheir accuracy cannot be guaranteed. Exact locations, distances, elevations and similar datashall be governed finally by field conditions and the Owner's instructions.

Verify layout from time to time as work progresses.

Exercise caution to verify figures shown on the Drawings and on surveys furnished by Ownerbefore starting work. Contractor will be responsible for any error resulting from failure toexercise such cauiion.

1, Report errors and inaccuracies, in writing to the Electrical Engineer andOwnef s Reoresentative for clarification.

2. Offsets will be as agreed upon, in writing by the Contractor and ElectricalEngineer and Owner.

*** END OF SECTION -*-

rositano Hills Park Seet inn O112O

B,

IIIItIIIIIITIIIIlI

c.

D.

City of Dublin Field Engineering - 2

Page 59: Bid Info and Specs 01

B.

lIItIII

sEcTtoN 01292

SCHEDULE OF VALUES

PARTT GENERAL

1,A1 SUMMARY

Pursuant to the General Conditions, Contractor's accepted Schedule of Values shallconstitute the basis for determining the value of work installed for the purpose of progresspayments.

Submit for the City of Dublin approval proposed Schedule of Values, after award ofContract and at least twenty-one days before submitting first applicatron for payment.Upon request by the City of Dublin, support values given with data that will substantiatetheir corectness.

The Schedule of Values and conformance with the Contract schedule shall serve asContractoCs basis for application for payment based on percentage of completion of eachactivity.

1.02 FORM AND CONTENT OF SCHEDULE OF VALUES

A, Type schedule on 8-112-inch x 11-inch white paper. Contractor's standard forms andautomated printout will be considered for approval by the City of Dubtin upon Contractor'srequest.1. ldentifv Schedule with:

a. Title of Project, Owner, and Location.b. Name of Landscape Architect.c. Owner's Contract Number.d. Name and address of Contractor.e. Date of submission.

B. Schedule shall list the installed value of the component parts of the work in sufficientdetait to serve as a basis for computing values for progress payments during construction.

C. Follow the Table of Contents of this Project Manual as the format for listing componentitems.

1. ldentify each line item with the number and title of the respective major Section ofthe Specifications.

2. Overhead and profit shall not be shown as a separate line item. Each line itemshall include prorated amounts for the Contractor's costs, overhead, profit, bond,temporary facilities, and other expenses in connection with the item of work.

D. For each line item, that has an installed value of $20,000.00 or more, beak down the itemand list value of major products or operations.

E. For the various Portions of the Work:1, Each item shall include a directly proportionat amount of the Contractofs

overhead and profit.

Positano Hills Park Section 01292

IIIttItIII

City of Dublin Schedule of Values- 1

Page 60: Bid Info and Specs 01

2.2

4 .

ItI

F .

Lt,

There shall be no listing for payment of mobilization or shop drawings,There shall be no listing for payment of materials or equipment or both when off-srte.For items on which progress payments will be requested for stored materials,break down the value into:a. The cost of materials, delivered and unloaded, with taxes paid.b. The total installed value.

The sum of allvalues listed in the schedule shall equalthe total Contract Sum,

Following initial acceptance of Contractor's Schedule of Values, the City of Dubtin mayrequest a revised schedule of Values due to a revision in work or inaccuracies in originals.

Upon approval of Schedule of Values, submit an electronic copy.

***END OF SECTION*-"

Pocitano Hills Park Snniinn fit?Q?

IItI

IIIT

IIItI

City of Dublin Schedule of Values - 2

Page 61: Bid Info and Specs 01

IITIIIItIITI

IItIII

sEcTroN 013{0

PROJECT MANAGEMENT AND COORDINATION

PARTf GENERAL

1.01 SUMMA.RY

Section lncludes:

1. Projectcoordination.2. Pre-construction conference.3. Progress meetings.4. Project Schedule.5. Thtee Week Short lnterval Schedules.6. Delays and extensions of time.7- Conespondence and notices.

1.02 PROJECTCOORDINATION

Coordinate scheduling, submittals, and work of the various sections to assure efficientand orderly sequence of installation of interdependent construction elements, withprovisions for accommodating items installed later.

{.03 PRECONSTRUCTIONCONFERENCE

After Notice of Award, a Pre-construction Conference to discuss Project Work will be heldat a time and location designated by the City of Dubtin.

Agenda:Su bm ission of Contractor-signed Owner-Contractor Ag reement,Submission of executed bonds and insurance certificates.Distribution of Contract Documents.Submission of list of subcontractors, list of products, schedule of Values andprogress schedule.Designation of personnel representing parties in Contract and the LandscapeArchitect.Procedures and processing of field decisions, submittals, substitutions,applications for payments, proposal requests, Change Orders and contractcloseout procedures.Schedule.

Unless followed up in writing by the Owner, verbal authorizations or instructions byanyone present is not binding.

Attendance Required:1. Owner.2. Landscape Architect.3. ' Contractor.4. Inspector.5. Major subcontractors.

Positano Hills Park Section 013'10

l .

2 .?

4.

5.

7.

r'l

City of Dublin Project Management and Coordination - 1

Page 62: Bid Info and Specs 01

1.04 PROGRESS MEETINGS

A. At a time designated by Owner, Periodic Progress Meetings will be held at a location to bedetermined.

B. Agenda: The purpose of these meetings is to discuss schedule, progress, coordination,subrniitals, and job related problems.1. Review minutes of previous meetings.2. Review of Work progress.3. Field observations, problems, and decisions.4. ldentification of problems that impede planned progress.5. Review of submittals schedule and status of submittals.6. Review of delivery schedules,7. Special Project Procedures.8. Maintenance of progress schedule.9. Corrective measures to regain projected schedules.10. Planned progress during succeeding work period.11. Coordination of projected progress.12. Maintenance of qualig and work standards.13. Effect of proposed changes on progress schedule and coordination.14. Other business relating to Work.

C. The Construction Manager will conduct the meetings, prepare and distribute meetingnotes.

' D. Verbal authorizations or acknowledgments by anyone present will not be binding unlessfollowed up in writing by authorized representatives of the Owner or Contractor.

E. Attendance:1. Owner.2. Landscape Architect.3. Construction Manager4. Contractor.5, Contractor's Superintendent,6, Inspector.7. MajorSubcontractors.8. Suppliers and others as deemed necessary by the City of Dublin.

F. Contractor will be responsible for notifying subcontractors and supplier of their requiredattendance.

1.05 CONSTRUGTIONSCHEDULE

A. The Contractor shall, within 10 calendar days after Notice to Proceed is issued, furnishthe Construction Manager with three copies of a schedule that addresses the workrequired during the Contract as well as one electronic version. The schedule must bedeveloped using the Critical Path Method (CPM) and shall be produced using a softwarepackage meeting the approval of the Construction Manager. The schedules shall includethe following information as a minimum.1. Details of activities required for mobilization and start of Project.2. A plan for completion of work in sufficient detail to allow observation and

monitoring by the Construction Manager. Any activig fonger than two weeks, with

Positano Hills Park Section 01310

IItIIIttIIII

ttIIII

City of Dublin Project Management and Coordination- 2

Page 63: Bid Info and Specs 01

II

?

4.

the exception of submiftal and procurement activities, should be broken down intophases two weeks or less in length.Long lead procurement requirements.Submittal and shop drawings preparation and review times. Indicate critical datesfor submission of specified shop drawings, product data, samples, andcertificates. Allow 14 calendar days for review of submittals by LandscapeArchitect.lnclude decision dates for selection of colors/finishes.Duration of all activities.Dependencies and togic between activities.Owner furnished materials and equipment, if any.The CPM schedule will be time-sealed and cost loaded, The cost for perforrningeach activity shall include alt labor, material and equiprnent, including overheadand profit. The sum of all costs of all activities shall equal the total contract value.The Contractods Schedule shall be submitted with acknowledgements signedand authorized officials of each subcontractor listed in the bid, eonfirming theirreview of the schedule and their ability to perform their portion of the Workaccording to said Schedule,

The schedule shall be the basis for establishing strarting and cornpleting dates of Work forthe Project.

Conform to accepted schedule, and anange work in such a manner that it will be instatledin accordance with the schedule

Provide a monthly update to the schedule at the time of payment request in accordancawith the General Conditions.

Coordinate letting of subcontractors, material purchases, delivery of materials, sequenceof operations, and similar activities to conform to accepted schedule, and furnish proof ofconformance as may be required by Owner.

The Contractor shall be responsible for planning and scheduling the Work and monitoringprogress of the Work with respect to the schedule. The Contractor shall be responsiblefor scheduling all work activities, including those of its subcontractors. The Schedulesshall be feasible, workable and reasonable for the work, and shall be the Contractor'splan of construction for completing the contract work within the specified time periods.1. On-siie production actrvig durations shall be the total of the actual days required to

perform that activi$ and shall not include non-production time.2. Failure of the Construction Schedule to include any element of the work required for

the performance of this contract, or any inaccuracy in the Construction Schedule, willnot relieve the Contractor from its responsibility for accomplishing all the workrequired for a complete contract within the time specified and will not constitutegrounds for delay.

The Construction Manager will review the Contractor's proposed Construction Schedulewithin fifteen calendar days and will provide comments and make inquires regarding theschedule. The Contractor shall re-submit its revised Construction Schedule for reviewafter incorporating the necessary changes and revisions. The revised GonstructionSchedule shall be submitted to the Construction Manager within 10 calendar days of theissuance of the Construction Manage/s comments.

B ,

c

D.

E.

F.

IIIIItIII

TItTII

o.7.Ltt.

10.

G,

Positano Hills Park - Section 01310City of Dublin Projecl Management and Coordination- 3

Page 64: Bid Info and Specs 01

ItttI

H .

{ .06

The Construction Schedule, upon acceptance, will become the basis for determiningschedule compliance, for determining the impact of changes to the Contract and delays tothe Work.

The Schedule shall be prepared and updated as directed by the Construction Manager.

THREE WEEK SHORT INTERVAL SCHTDULE

A. Short lnterval Scheduling will be used throughout the on-site construction pracess.

B. The interval will be three weeks and will include the week submitted and two weeksthereafter,

C. The schedules will be in sufficient detail to evaluate daily milestones and will correspondto the monthly updated Gonstruction Schedule.

D. The Contractor shall prepare its short interval schedule and deliver several copies of it toeach job site meeting where it will be discussed, revised if necessary, and distributed toparties present.

DELAYS AND EXTENSIONS OF TIME

A. The scheduled completion date shall be the same as the contractual completion date.

B. Delays and extensions of time are in accordance with the General Conditions.

CORRESPONDENCE AND NOTICES

A. Clearly identify correspondence, notices and submittals with project name, subject anddetailed references to Drawings and Specifications,

B. Noti[t the Construction Manager two calendar days in advance of required inspection.

**FEND OF SECTION***

f,ositeno Hil ls Park Seei ion O131O

1.A7

1.08

IIItIII

IIIItI

City of Dublin Project Management and Coordination- 4

Page 65: Bid Info and Specs 01

II

D,

IIIII

PART 1

1.01

A.

B,

1.42

A.

c.

1.03

A.

$ECTION 01330

SUBMITTALS

. GENERAL

GENERAT REQUIREMENTS

Submittals of test reports and certifications are specified in Section 01450, QUALITYCONTROL.

Requirements regarding substitutions, product options, and color selections are described inSection 01600, MATERIAL AND EQUIPMENT.

Subrnittals for project closeout are specified in Section 01770, CONTRACT CLOSEOUT.

Requirements regarding shop drawings, product data, and samples are described in thevarious sections of these Specifications.

SUBMITTALS SCHEDULE

Submit complete list (index) of all items by specification section number and paragraph calledfor in Part I of each applicable section on "cover sheets" with a space to receive approvalstamp.

Schedule first submittal no earlier than scheduled date of installation less manufacturer's leadtime, less delivery, less submittal preparation time doubled, less review time, Allow maximumfourteen (14) calendar days for review. ltems returned marked for re-submittal shall have anallowance of an additional fourteen (14) calendar days after resubmission. Refer toSpecification Section 018800 Building Performance Specifications for submittaltimeline forpre-manufactured build ing.

ldentify each submittal sequentlally by section and page number (e.9., 028104, 42810'2).

MATERIALS LIST

List all items where called for by the specifications; show manufacturefs name, catalognumber, and rnodel number as applicable; grade or other identifying data as applicable;supplier's name, address and phone.

ldentify materials list by specification section number, project name and submittal sequencenumber; one list for each section of specifications.

Make copies on bond paper only; slick-gpe paper is not acceptable. Submit four (4) originalcopies 8-112" x 11" maximum size to the Construction Manager. One (1) originalcopy will bereturned to Contractor to be retained at the job site. The Contractor may make additionalcopies as necessary. The Landscape Architect shall retain one copy and dlstribute ane copyto the Construction Manager.

Only those copies bearing Landscape Architects review stamp shall be used at the projectsite.

Submit in conformance with Subrnittals Schedule.

B.

D.

E.

It

' - "" - Positano Hills Park Section 013-30

City of Dublin Submittals- 1

Page 66: Bid Info and Specs 01

1.04

1.05

A.

B.

c.

1.06

A.

B.

t .

D.

1"07

PRODUCT DATA

Submit for items as called for in the specifications. Actual catalog sheets or clear bond papercopies from catalogs may be submitted. Where more than one product is shown on thecatalog sheet, clearly indicate which product is being submitted for review by highlightingapplicable information.

fdentiff catalog data with specification section numbe( paragraph nurnber, project name, andsubmittal sequence number. Apply sticker in upper right hand corner for slick or dark catalogpages.

Submit in same quantity and timing for Materials List.

Substitutions and Product Options: lf a substitution may be considered pursuant to Section01600, MATERIAL AND EQUIPMENT, or if a required product is not specified by name,submit complete information for review, substantiating compliance of proposed product withthe Conhact Documents, lf tests are required, they shall be made by an agency acceptable tothe City of Dublin and paid for by the Contractor.

1. Submit data as an original copy.

2. lf requested, submit sample in duplicate. Samples of accepted substitutions will beretained by the Cig of Dublin.

3. The above submittals are for evaluating products and are not intended to serve inplace of specified shop drawings, product data, or samples. After a proposed productis found to be acceptable, specified submittals shall be made as describedhereinafter.

SHOP DMWINGS

Clearly detail all aspects of work where called for by specifications.

ldentify by specification number, detail number, and project name and submittal sequencenumber.

Submit four bond prints to the Landscape Architect, who wilt review drawings, makecomments, make copies for distribution, and return one copy to Contractor. Contractor shallmake copies for his use as required.

SAMPLES

Submit a minimum of two items for any and all items called for in specifications. Submitactual item; photographic or printed reproductions are not acceptable.

Where a piece of an item is appropriate, submit a large enough piece to fully explain, g-1t2" x11" min imum.

Landscape Architects review cornments witl be in writing. If Contractor desires commentsattached to sample, submit additional samples with request.

Field Samples, "Mockups": Specified fietd samples shall be constructed at the job site forapproval before start of the work represented. Accepted samples shall serve as standardduring instalfation of the work. Remove samples after the corresponding work has beenaccepted.

MAINTENANCE AND OPERATIONS DATA

Positano Hill.s Park

6 .

IIIIIIIIIIIII

D.

Sel.Jinn O4 33fl

TItItI

City of Dublin Submittals- 2

Page 67: Bid Info and Specs 01

B.

IIIIIIIIIIII1IIII

A.

B.

1"08

A.

Submit any and all data where called for in the specifications. Submit full manufactureisdata, identify with project name, specification section number and paragraph number.

Submit number of copies and follow timing as described in Materials List above,

OWNER'S MANUAL

The Gontractor shall submit technical operation and maintenance information for each item ofmechanical, electrical and instrumentation equipment in an organized manner in the Owner'sManual. lt shall be written so that it can be used and understood by the Owner's operationand maintenance statf.

The Owner's Manual shall be subdivided first by specification section number; second byequipment item; and last, by "Part." "Parts" shall conform to the following (as appticable):

1. Equipment Summary:

a. Summary: A summary table shall indicate the equipment name, equipmentmodel number, equipment serial number, and location where the equipmentis installed.

2. Preventive Maintenance Procedures:

a. Procedures: Preventive maintenance procedures shall include allmanufacturer-recommended procedures to be performed on a periodic basis,both by removing and replacing the equipment or component, and by leavingthe equipment in place.

b. Schedules: Recommended frequency of preventive maintenance proceduresshatl be included. Lubrication schedules, including lubricant SAE grade, $pe,and ternperature changes, shafl be covered.

3. Parts List:

a. Parts List: A complete parts list shall be furnished, including a genericdescription and manufacturer's identification number for each part.Addresses and telephone numbers of the nearest supplier and partswarehouse shall be included.

b. Drawings: Cross-sectional or exploded view drawing shall accompany theparts list,

4. Wiring Diagrams:

a. Diagrams: lnclude complete internal and connection wiring diagrams forelectrical equipment items.

5. Shop Drawings:

a. Drawings: Include approved shop or fabrication drawings, complete withdimensions.

6. Safety:

a. Procedures: Describe the safety precautions to be taken when operating andmaintaining the equipment or working near it.

Positano Hills Park Section 0'1330II

City of Dublin Submittals- 3

Page 68: Bid Info and Specs 01

t

1.09

A.

n

1 . 1 0

A

7. Documentation:

a. AII equipment warranties, affidavits, and certifications required by theTechnical Soecifications shall be included.

The Contractor shall furnish to the City of Dublin two (2) identical Owner's Manuals. Each setshall conslst of one or more volumes, each of which shall be bound in a standard size, 3-ring,loose4eaf, vinyl plastic hard cover binder suitable for bookshelf storage. Binder ring size shallnot exceed 2.5 inches. A table of contents indicating all equipment in the manuals shall beprepared.

Owner's Manuals shall be submitted in final form to the Construction Manager not later thanthe seventy-five percent (75%) of construction completion date. All discrepancies found bythe City of Dublin/Landscape Architect in the Technical Manuals shall be conected by theContractor within thirty (30) days from the date of written notification by the Engineer"

RECORD DRAWINGS

The Contractor shall keep and maintain, at the job site, one record set of Drawings. Onthese, it shall mark all project conditions, locations, configurations, and any other changes ordeviatlons which may vary from the details represented on the original Contract Drawings,including buried or concealed construction and utility features which are revealed during thecourse of construction. Special attention shall be given to recording the horizontal and verticallocation of all buried utilities that differ from the locations indicated, or which were notindicated on the Contract Drawings. Said record drawings shall be supplemented by anydetailed sketches as necessary or directed to indicate, fully, the work as actually constructed.These master record drawings of the Contractor's representation of as-built conditions,including all revisions made necessary by addenda, change orders, and the like shall bemaintained up-todate during the progress of the work.

Record drawings shall be accessible to the Construction Manager at alltimes during theconstruction period.

Final payment will not be acted upon until the Gontractor-prepared record drawings have beenprepared and delivered to the Construction Manager.

Upon substantial completion of the work and prior to final acceptance, the Contractor shallcomplete and deliver a complete set (all project plan sheets) of reproducible record drawingson mylar to ihe Construction Manager, conforming to the construction records of theContractor. This set of drawings shall consist of corrected drawings showing the reportedlocation of the work. Record drawings will be assumed to be correct, and the Contractor shallbe responsible for the accuracy of such information, and for any errors or omissions whichmay appear on the record drawings as a result,

CONTRAGTOR RESPONSIBILITIES

Review Materials List, Catalog Data, Shop Drawings, Product Data, and Samples prior tosubmission.

Be responsible for confirming and conelating all quantities and dimensions.

Sign each subrnittal and verify that field measurements have been determined and verified,field construction criteria have been verified, catalog numbers and sirnitar data are correct andcomplete, and conformance with specifications is conflrmed.

Positano Hills Park Section 01330

D.

tIIITI

B.

D.

IIIII

ItIII

B.

U .

City of Dublin Submittals- 4

Page 69: Bid Info and Specs 01

E.

F.

IIItIIIIIIIItIIII

1.11

A.

B .

1 .12

A.

1.13

A.

B .

c.

Notify Construction Manager in writing at the time of submission of any deviations in thesubmittals from requirements of the Contract Documents.

Begin no fabrication or work which requires submittals until return of approved submittals.

Shop drawings submitted for Construction Manager review shall not be used to obtainapproval for substitutions unless it has been brought to the attention of Construction Managerthat specific changes are being offered.

REVIEW

Review of Matedals List, Catalog Data, Shop Drawings, Product Data, and Samples willbe forgeneral conformance with the project's design concept and for general compliance withinformation given in the Contract Documents.

Review comments shall not relieve Contractor from compliance with design intent andconcept and with requirements of the Contract Documents.

RESUSMITTALS

lf required by the City of Dublin/Landscape Architect, submittials shall be revised andresubmitted as specified for initial submittals. Indicate clearly on the resubmittal any changeswhich have been made other than those requested on the previous submittal.

REQUESTS FOR TNFORMATTON (RFI'S)

RFI's shall be submitted by the Contractor to the Construction Manager.

The Contractor shall be responsible for assuring there aren't excessive RFI's bysubcontractors.

1. RFI's containing only questions will be returned without a response.2. Subcontractors and/or Contractor shall state their interpretation of the Contract

Documents or propose their solution for conflict resolution in the RFl.3. The Landscape Architect's response to RFI's will confirm a stated interpretation

otherurise interpret the design intent and may include furnishing an aliernativeconflict resolution.

Contractor shall allow a minimum of 5 working days for review and processing time of RFI'sby Landscape Architect.

*** END OF SECTION *.*

Positano Hills Park Sectlon 3133iII

City of Dublin Submittals- 5

Page 70: Bid Info and Specs 01

B.

IItItIIIIIIItIIII

PART 1

1.01

1.02

A.

1.03

A.

sEcTloN 01410

REGULATORY REQUIREMENTS

. GENERAL

PERMITS, FEES, AND NOTICES

The Contractor (or the Contracto/s assigned subcontractors) shall obtain any and all requiredpermits from any and all required governing authorities, including but not limited to thefollowing:1. City of Dublin - Business License2. City of Dublin - Building Permit (no cost)3, City of Dublin - Electrical Permit (no cost)4. Dublin San Ramon Services District- Limited Construction Permit (no cost)5, Dublin San Ramon Services District * Water Line Construction Permit (no cost)

COMPLIANCE

The Contractor shall give notices required by law and comply by all laws, ordinances, rulesand regulations pertaining to the conduct of the Work. The Contractor shall be liable forviolations of the law in connection with the Work provided by Contractor. lf the Contractorobserves that the Drawings, Specifications, or other portions of the Contract Documents areat variance with any laws, ordinances, rules or regulations, it shall promptly notify theLandscape Architect in writing of such variance. The Owner shall promptly review the matterand, if necessary, issue a Change Order or take any other action necessary to bring aboutcompliance with the law, ordinance, rule or regulation in quesiion- Contractor agrees not toperform Work know to be contrary io any laws, ordinances, rules or regulations.

APPLICABLE LAWS AND REGULATIONS

All applicable federal, state, and local laws and the rules and regulations of governing utilitydistricts and the various other authorities having jurisdiction over the construction andcompletion of the project, including the latest rules and regulations of the State Fire Marshal,OSHA, and the California Labor Code, shall apply to the contract throughout, and they shallbe deemed to be included in the contract the same as though printed in these specifications.

Where the Drawings or Specifications callfor or describe materials, workmanship, orconstruction of a better quality, high standard, or larger size than is required by said laws,codes, rules, and regutations, the provisions of the Drawings and Specifications shall takeprecedence over said laws, codes, rules, and regulations.

** END OF SECTION ***

Positeno Hilts Park Section 01410

II

City of Dublin Regulatory Reguirements - 1

Page 71: Bid Info and Specs 01

B.

IIIIIIIIItIIIIIItII

PART 1

1.01

1.42

A.

1.03

A

sEcTroN uffia

REGULATORY REQUIREMENTS

. GENERAL

PERMITS, FEES, AND NOTICES

The Contractor (or the Contractor's assigned subcontractors) shall obtain any and all requiredpermits from any and all required governing authorities, including but not limited to thefotlowing:1. City of Dublin - Business License2. City of Dublin - Building Permit (no cost)3. City of Dublin - ElecficalPermit (no cost)4. Dubtin San Ramon Services District - Limited Construction Permit (no cost)5. Dublin San Ramon Seryices District - Water Line Construction Permit (no cost)

COMPLIANCE

The Contractor shall give notices required by law and comply by all laws, ordinances, rulesand regulations pertaining to the conduct of the Work. The Contractor shall be liable foryiolations of the law in connection with the Work provided by Contractor. lf the Contractorobserves that the Drawings, Specifications, or other portions of the Contract Documents areat variance with any laws, ordinances, rules or regulations, it shall promptly notifu theLandscape Architect in writing of sueh variance. The Owner shall promptly review the matterand, if necessary, issue a Change Order or take any other action necessary to bring aboutcompliance with the law, ordinance, rule or regulation in question. Contractor agrees not toperform Work know to be contrary to any laws, ordinances, rules or regulations.

APPLICABLE LAWS AND REGULATION$

Atl applicabfe federal, state, and locaf laws and the rules and regulations of goveming utilitydistricts and the various other aulhorities having jurisdiction over the construction andcornpletion of the project, including the latest rules and regulations of the State Fire Marshal,OSHA, and the California Labor Code, shall apply to the contract throughout, and they shallbe deemed to be included in the contract the same as though printed in these specifications.

Where the Drawings or Specifications call for or describe materials, workmanship, orconstruction of a better quality, high standard, or larger size than is required by said laws,codes, rules, and regulations, the provisions of the Drawings and Specifications shall takeprecedence over said laws, codes, rules, and regulations.

*** END OF SECTION "*"

Positano Hills Park . _ .- . Section-01410City of Dublin Regulatory Requiremenis - 1

Page 72: Bid Info and Specs 01

IItIItIlIIIIIIIIIII

SEGTION OT42O

DEFINITIONS ANO STANDARDS

PART 1 . GENERAL

I,O1 DEFINITIONS

A. The term "accepted", where used herein shall mean "accepted" in writing by the LandscapeArchitect or the City of Dublin.

B. The term "approved," where used herein, shall mean approved in writing by the LandscapeArchitect.

C. The term "Landscape Architec|" where noted herein, shall mean MPA Design, or its authorizedrepresentative.

D. The ierms "if directed," "when directed," or "as directed," \ilhere used herein, shall mean if, when,or as directed by the Landscape Architect.

E. The term "equal or equivalent," where used herein, shall mean equal or equivalent in the opinionof the Landscape Architect and approved-

F. The term "indicated," where used herein, shall mean indicated by graphic representations or notesor schedules on the Drawings, or other paragraphs or schedules in the Specifications or otherContract Documents.

G. The term "Owner," where used herein, shall mean the City of Dublin.

H. The term "provide," where used herein, shall mean furnish and install complete.

l. The terms "if required," "when required," or "as required," where used herein, shall mean il when,or as required by the best building practices in the opinion of the Landscape Architect.

J. The term "as selected," where used herein, shall mean as selected by the Landscape Architect.

K. Unless otherwise stated in the Contract Documents. words which have well-known technical orconstruction industry meanings are used in the Contract Documents in accordance with suchrecognized meanings.

1.02 ORAWNGS AND SPECIFICATIONS

A. The Drawings and Specifications are integral documents and cannot be separated.

B. ln case of a difference befween Drawings and Specifications or within either document itself indescribing the work, the better quality, greatest quantity, or more costly work will be assumed tobe and shall be included in the Contract Price. The Landseape Architect will be the soleinterpreter of the Contract Documents.

1.03 STANDARDS

A. Various standards are referenced in the Specifications and notes on the Drawings, Referencestandards shall be the current edition, as of the date of these specifications, of the documentindicated.

Positano Hills Park Sedisa !142QCitv of Dublin Definitions and Standards - 1

Page 73: Bid Info and Specs 01

B. ln addition to sources identified in individual sections of the Specifications, standards of thefollowing organizations may be referenced by initials only.

1. ASHO: American Association of State Highway and Transportation Officials.ACI: American Concrete Institute.AIA: American lnstitute of Architects.AIEE: American lnstitute of Landscape Architects.AlSl: American fron and steellnstitute.ANSI: American National Standards lnstitute.

7. ASTM: American Society for Testing and Materials.8. AWWA: American Water Works Association.9. AWS: American Welding Society, Inc.10. AWSC: American Welding Society Code.11. AWPA: American Wood Preservers Association.12. AWPI: American Wood Preservers institute.13. Al: Asphalt Institute.14. AGC: Associated General Contractors.15. CBC: California Building Code.16, CCR: California Code of Regulations.17. CRA: Califomia Redwood Association.18. CRSI: Concrete Reinforcing $teel lnstitute.19. CSI: Construction Specifications lnstitute.20, ICBO: lnternationalConference of Building Officials21. IEEE: lnstitute of Electrical and Electronic Engineers,22. IES: llluminating Engineering Socieg.23. NEC; National Electric Code.24. NEMA: National Electrical Manufacturers' Association.25. NFPA: National Fire Protection Association.26. PCA: Portland Cement Association.27. CALTRANS: Station of California Business and Transportation Agency, Department of

Transportation.28. UBC: Uniform Building Code.29. UL: Underwriters' Laboratories, Inc.30, USDA: United States Departrnent of Agriculture.31. WCLIB: West Coast Lumber Inspection Bureau (Grading Rules).32. WPOA: Western Plumbing Official Association-33. WWPA: Western Wood Products Association (Grading Rules).

*** END OF SECTION *-

Posilano Hills Park Sectinn O142f)

2 .3 ,4.

A

IttIIItIITTIItTtIt

City of Dublin Definiiions and Standards - 2

Page 74: Bid Info and Specs 01

IIIIIIIIIITIIIItIII

sEcTroN 01450

QUALITY CONTROL

PART 1

1.01

- GENERAL

OBSERVATION AND SUPERVISION

A. The Landscape Architect or his appointed representative will review the Work. Providefacilities and access to tire Work at all times as required to facilitate this review.

B. Supervise and direct the work and maintain a competent superintendent on the job who isauthorized to act in all matters pertaining to the Work. Contractor's superintendent shall alsoinspect all rnaterials, as they anive, for cornpliance with the Contract Documents.Superintendent shall reject defective work or materials irnmediatety upon performance ordelivery.

1.02 TNSPECTION

A. This project is subject to inspection procedures. Inspections will be made by the City ofDublin representatives. Provide facilities and access to the Work at all times as required tofaci litate these inspections.

B. The City of Dublin may requlre tests or special examination of any materials or part thereof,unidentified material, or material substituted for that previously approved to confirmcompliance with Specifications; and they may reject for satisiactory replacement any materialjudged defective as a result thereof. Proyide such tests as required.

C. The City of Dublin will provide a Project lnspector.

1,03 TESTING AGENGIES

A. Testing and inspection in connection with earthwork shall be under the direction of the ProjeclInspector, referred to hereinafter as the "lnspector."

B. Provide testing and inspection of construction materials and workmanship by a qualifiedlaboratory, referred to hereinafter as the "Testing Laboratory." The Testing Laboratory shatlbe under direction of civil engineer registered in the State of California, shall have operatedsuccessfully for four years prior to this work, shall conform to requirements of ASTM 8329,and shall be acceptable to the Clty of Dublin.

1.04 TESTS AND INSPECTIONS

A. Contractor shall furnish promptly, without additional charge, all reasonable facilities; labor andmaterials necessary for safe, thor,ough and convenient inspection; and tests that may berequired by the Contract Documents. Tests and inspections shall be pedormed in a manneras to not delay the Work unnecessarily.

B. Contractor shall submit samples of materials for required tests or inspections.1. Contractor shall be solely responsible for detays due to such samples' not being

submitted (and resubmitted, if necessaryi in the time required to allow for tests orinspections before material is incorporated into the Work.

2. Materials furnished shall be equal to approved test samples in every respect.3. Samples which are of value after testing will remain the property of the Contractor,

but no such samples shall be incorporated in the Work without written approval of theLandscape Architect.

P_ositano Hills ParI _ S"ection 01450City of Dublin Quallty Control - 1

Page 75: Bid Info and Specs 01

F.

1,05

B.

tttIIIIIIIIIIIIIIII

5.

o.

7.

D.

The owner witl provide and pay for:

1. Inspections and tests necessary to comply with laws, ordinances, rules, regulations,and orders of public authorities pursuant to General Conditions.

2. Tests of materials and specia| inspections required by Specifications.

The Contractor is required to provide and pay for:

1 . A schedule of tests is required at least ten (1 0) days in advance of the first test.2. Give 48 hours' notice, minimum, to Testing Agency, Project lnspector and

Construction Manager for required tests and inspections.Furnish, prepare and deliver test samples and specimens as required by TestingAgency (except where such preparation and handling is to be performed by TestingAgency).Cooperate with Testing Agency personnel in providing access to materials beingtested or inspected and fumishing incidental labor, equipment and facilities tofacilitate inspections and tests.Coordinate the services of alltesting and inspection required by the separateSpecification Sections.Testing, adjusting and balancing of equipment and systems required bySpecifications.Retests or re-inspections, if required, and tests or inspections required due to errorsin sequencing of work or improper workmanship.

8. Retests or re-inspections when source of material is changed after originaltesUinspection.

9. Make necessary repairs io in-place work caused by removal of required test samples.

Provide Construction Manager and the Landscape Architect with a copy of the agency orlaboratory report of each test or inspection in duplicate.

Additional requirements for inspections and testing are included in the General Conditions.

REQUIRED TEST AND INSPECTIONS

Earthwork: Compaction tests for subgrade and aggregate base under pavements.

$lump Test; UBC Standard 19-7.

Concrete Tests; Testing agency shalltest concrete used in the Work as follows:

't. Compressive Strength:a. Minimum number of tesls required: One (1) set of four (4) cylinders for each 50

cubic yards of concrete or major fraction thereof, place in one (1) day.b. One cylinder of each set shall be tested in seven (7) days and two {2) cylinders at

twenty-eight (28) days. One (1) cylinder shall be held in reserve and tested onlywhen directed by the Landscape Architect or lnspector.

c. Concrete shall test the minimum ultimate compressive strength in 28 days, asspecified. ln the event that ihe seven (7) day tests indicate the twenty-eigflt (28)day test will fall below specified strength, the proportioning of concrete shall bechanged by the Contractor and submitted to the Landscape Architect for reviewbefore subsequent pours.

d. ln the event that the twenty-eight (28) day test falls below the minimum specifiedstrength, the effective concrete in place shall be tested by taking cores inaccordance with ASTM C42 and tested as required for cylinders.

e. In the event that the test on core specimens falls below the minimum specifledstrength, the concrete will be deemed defective and shall be removed and

Positano Hills Park Section 01450City of Dublin Quality Control - 2

Page 76: Bid Info and Specs 01

l:lrr l

IIItIIIIIIII

replaced upon direction of the Landscape Architect, and in a manner acceptableto the City of Dublin.

D. AdditionalTests and Inspections: See also various TechnicalSections of the Specifications.

N** END OF SEGTION *-*

Positeno Hills Park Saction 0145OCitv of Dublin Quality Control- 3

Page 77: Bid Info and Specs 01

IIIIItIIIItIIIIIIII

sEcTtoN 01500:

TEMPORARY FACILITIES AND CONTROLS

1.{ SUMMARY

A. Section lncludes:1. Requirements for regulatory agencies.2. Ufilities and adjacent properties.3. Temporaryelectricity.4. Protection and safety.5. Water control,6. Parking.7. Maintenance of traffic and access.8. Tools, cords, and electricalequipment.9. Temporary signs and notices. .10. Trash removal.11. Security.12. Dust control.13. Noise control.14. Removal.'15. Use and storage of hazardous orflammable chemicals.16. Temporary sanitary facilities.17. Ternporary trailer.

B, Furnish, install, and pay for meters, equipment, wiring, and piping necessary to providesuch utilities.

C. Additional requirements for construction facilities and temporary controls are included inthe General Conditions.

D. Provide for erosion control in accordance with plans, specifications and Positano HillsPark, Storm Water Pollution Prevention Plan (SWPPP).

1.2 REQUIREMENTS FOR REGULATORY AGENCIES

A. Contractor shall:1. Take suitable steps to ensure that public utilities encountered in connection with the

Work will not be damaged.2. Send notices, make necessary arrangerRents and provide services required for the

care oJ gas mains, water pipes, sewer pipes, telephone and telegraph conduits,cables, and other equipment or property.

3. Anange with utility companies for fees required to move or remove their meters,poles, cables, guy wires, or equipment in or set under fte property which willinterfere with the construction work or which will not be required in the newconstruction.

4. Assure that temporary utility by-passes that may be required are in-place prior tostart of Work, so no interference with dayto-day operation of existing facilitesoccurs because of construction activities.

B. Prior to intenuption of service on site, provide 72-hour written notice to O\rr,ner'sRepresentative.

Positano Hills-Pe.rk .- Section 0150,0City of Dublin Temporary Faciliiies and Controls - 1

Page 78: Bid Info and Specs 01

IItIITIIIITIIIItI

1.3

1.4

1.5

UTILITIES AND ADJACENT PROPERry

A. Contractor shall be responsible for damage to streets, public utilities and public propertydamaged as a result oi Work perfonned under this Contract. Owner will informContractor of any exceptions.

B. Notify public and private owners of conduits, wires, pipes, poles and utilities, running to orlocated on the property, of necessary movement of these facilities. Noiify adjacentproperty owners by registered mail at least seven days in advance of excavation. Notifythe Owner in writing at least seven days in advance of any activities regarding the aboveactivities.

TEMPORARY ELECTRICITY

A. Contractor shall put in its own service and meters and pay for all temporary utilities.1. Provide connections to existing power source.2. Size to provide service required for power and lighting during construction work.

PROTECTION AND SAFEW

A. Follow cons{ruction procedures necessary to provide a safe working condition through allphases of the Project. Procedures shall confornn to the Safety Orders, Division oflndustrial Safety, Title 8, California Code of Regulations.

B. Conform to applicable requirements of the State Occupational Safety and HeatthAdministration.

G. Safety Programs:1. Contractor shall have sole and compiete responsibility for initiating, maintaining and

supervising safe$ precautions and programs in connection with the project.2. Contractor will, in conformance with General Conditions, identify their designated

Safety Supervisor to the Ownefs Representative and provide a copy of their safetyprogmm along with program revisions and updates within ten (10) calendar daysfrom the issuance of the contract award. The first progress payment may bedelayed in processing pending submission of the Contractor's safety program.

D. Contractor is solely responsible for outlining safety procedures to be followed by itsworkmen, subcontractors, and related trades working on its Project. Provide for safety ofthe public both day and night where they are exposed to construction operations.

E. Contractor shall also take whatever care is necessary to avoid damage to existingfacilities or utilities to remain, whether on the Project or adjacent to it, and shall be liablefor any damage thereto or interruption of seruice as a result of its operatlons.

F. Emergencies: ln an emergency affecting the safety of persons or property, Contractorshall act, at their own discretion, to prevent threatened damage, injury or loss. Additionalcompensation or extension of time claimed by Contractor on account of emergency workshall be determined as provided in General Conditions for changes in the Work,

1.6 WATERCONTROL

A. Water for consfuction purposes shall be paid for by the Contractor until construction iscomplete.

Pn-cit:nn Hifls Park Soctinn o14fl0 tI

City of Dublin Temporary Facilities and Controls - 2

Page 79: Bid Info and Specs 01

D.

IIIII

City of Dublin shall pay for water for irrigation purposes once final inspection andapprovals are completed by Dublin San Ramon Services District

Furnish and rnaintain pumps or other devices that may be required by Contractor's workunder this Contract.

Provide control on the site as required to abate any dust or other air pollution nuisanceon or adjacent to the site. Dirt shall not be allowed to accumulate on streets orsidewalks nor be washed into sewer.

E. The Work shall be kept free of standing water during mnstruction.

PARKING

A. Coordinate availability of existing parking areas for construction personnel wlth theOwnefs Representative.

1.8 MAINTENA.NCE OF TRAFFIc AND ACGESS

A, Do not access site at any points other than those indicated by Owner's Representative.

B, Do not block access to facilities at any tirne unless approved by Owne/s Representative.

C. Perfonn work in stages to provide for public convenience including those activitiesindicated below.

I

Throughout progress of work, do not interfure with use of or access to adjacent buildingsor property.

Do not close or othenuise obstruct sidewalks or streets without obtaining and paying forencroachment pennits frorn the City.

Maintain accessibility from street at all times to fire hydrants within construction area.

Vehicles (wheels in particular) shall be cleaned before leaving site so as to minimizeimpact on City streets. ln designated bermed area to prevent wash water contact withstorm water, creeks, rivers, and other water bodies. As little water as possible wilt beused to avoid having to install erosion and sediment controls for the wash area.

Vehicle and equipment storage, cleaning, and maintenance areas will be located indesignated, confined areas, as delineated on the Site Map, These areas should belocated away from significant drainage courses.

Clean and sweep all streets rnuddied, soiled, or littered owing to construction activityduring the work week to the satisfaction of the City.

All construction equipment will be maintained so as to prevent oil or other fluid leaks.Drip pans will be used for any oil or fluid changes that are required for maintenance ofequipment.

Stockpiled spill cleanup materials will be placed where they will be readily accessible.

On-site vehicles and equipment will be inspected regularly for leaks, and repairedimmediately. Leaking vehicles or equipment will not be allowed on site.

, Pgsitano Hills Parlg- . .. Seqlion 01500City of Dublin Temporary Facilities and Controls - 3

IIIIIIIIIIIIII

1.7

D.

F.

G.

H.

K.

L.

Page 80: Bid Info and Specs 01

M. Off-site fueling stations will be used as much as possible. lf fueling must occur on-site, designated areas located away from drainage will be used.

1.9 TOOL$, CORDS, ELECTRICAL EQUIPMENT

A. Tools, cords, and electrical equipment shall conform with Underuriters' Laboratorystandards and OSHA requirements and shall be in proper working order to precludehazard to occupants and premises.

1.10 TEMPORARY SIGNS AND NOTICES

A. Contractor shall post and maintain all notices, signs, and safeguards required by lawor ordinance; no other advertisements will be permitted on the pramlses withoutapproval of the Owner.

1.11 TMSH REMOVAL

A, Store trash or rubbish resulting from Project operations within the Gontract work area,

B. Provide the necessary on-site containers for the collection of waste materials, debris,and rubbish.

C. Remove waste materials, debris, and rubbish from the site periodically and dispose of atlegal disposal areas off the site.

D. Keep the work area reasonably clean at all times. Increase frequency of trash removal,when requested by the Owner, to conform to this requirement.

Waste materialand debris shall not be buried at the site.

Burning of trash and debris on the site will not be permitted.

Keep construction site clean of metal debris.

Dumpsters will be placed under roofs or covered with plastic sheeting at the end ofeach work day and during rainy weather. lf plastic is used, dumpster contents will beprotected from storm water by securing it around the ouiside of the dumpster.

Dumpsters will be inspected regularly for leaks, and any dumpster that is not water-tight will be repaired or replaced.

Dumpsters willnot be cleaned out by hosing them down on the construction site.Dumpsters will be retumed to the trash hauling contractor for cleaning.

See requirements for recycling demolished materials as specified in Section015050, "Construction Waste Management."

1.12 SECURITY

A, Provide and maintain bariers, security measures, and other facifities as required toprotect the Work from unauthorized entry, vandalism, and theft.

B. Provide a temporary fence at limits of project area.

Positano Hills Park Seclian O15OO

ItIIIIIIItIIIIIIII

i -

K.

E.

F.

G,

H .

City of Dublin Temporary Facilities and Controls - 4

Page 81: Bid Info and Specs 01

repair

c.

D.

IIItIIIIIIIIIII

C. Security provisions shall be provided 24 hours a day,7 days a week, including holidays,until acceptance of the Project by Owner.

I.I3 DUST CONTROL

A. Blowing dust shall be reduced by timing construction activities so that paving and buildingconstruction begin as scon as possible after completion of grading and by landscapingdisturbed soils as soon as possible.

B. All portions of the site shall be watered as many times a day as required to ensure properdust control seven (7) days a week for the duration of the Project.1. Cover stockpiles of soll, sand, and other similar materials.2. Cover trucks hauling debris, soil, sand, and other similar materials.

1.14 NOrSE CONTROL

A. Construction equipment which operates at noise levels in excess of 85-decibelsmeasured on the A-weighted scale defined in ANSI S-1.4, at a distance of 100-feet fromthe construction equipment is prohibited.

,1.15 REMOVAL

A. Completelyrequired.

B. Clean andfacilities.

remove temporary materials and equipment when their use is no longer

damage caused by temporary instaliations or use of temporary

C. Restore existing facilities used for temporary services to specified, or to original,condition.

D. Prior to acceptance by Owner, remove construction debris, nails, scraps, rocks largerthan 1-112 inches and all metal debris in construction areas.

E. Full compensation for cleanup shall be included in other items of work. No separatecompensation will be allowed for work pertaining to cleanup or disposal of material.

1,16 USFAND STORAGE OF HMARDOUS OR FLAMMABLE CHEMICALS

A. Use and store hazardous or flammable chemicals, liquids, or gases brought into theProject site in approved containers, conforming to local, state, and nationalfire codes.

B. Use hazardous materials in a manner that will prevent their accidental release into otherareas.

Do not discard hazardous materials into the jobsite wastedisposat facilities.

Disposal of volatile fluid wastes (mineral spirits, cleaners or paint thinner) in sewersystems is not permitted.

. Pqsitano Hills Park S-ecliqn 01500City of Dublin Temporary Facililies and Conirols - 5

tIII

Page 82: Bid Info and Specs 01

E. Remove empty containers from the premises immediately, and disposed of in a legatrnanner.

1.17 TEMPORARY SANITARY FACILITIES

A. Provide, pay for, install and maintain for duration of the Work, necessary enclosed toiletand sanitary facilities for construction personnel within the Froject ucrk area.

1.18 TEMPORARYTRAILER

A. A temporary trailer is not required for this project. All projec't documentation rnust bestored on site in a weather-protected unit.

**END OF SECTION**

Posilano Hil ls Park Seclion 015OO

ttIIIIIIItIIITIIIII

City of Dublin Temporary Facilities and Controls - 6

Page 83: Bid Info and Specs 01

I

II

! sEc*oN oisoS

I GoNSTRUCT|ON WASTE MANAGEMENT

I PART1 GENERALr

1.01 SUMMARY

I A. Section specified diversion of construction and demolition debris from landfill.

B. Related requirements specified elsewhere include:II 1. Section 01310, Projeet Management and Coordination

2. Section 01330, Submittals

I 3, Section 01420. Definitions and Standards

IIIIIIIIIIII

1.02 SYSTEMDESGRIPTION

A. ln accordance with the requirements of the Gity of Dublin, the Contractor shall recycleconstruction and demolition materials.

B. The City's Construction and Demolition Ordinance requires that at least 50 percent of allconstruction and demolition debris generated by this project be reused or recycled.

C. The City has developed a standard Waste Management Plan and list of the City'sperrnitted recycling transporters to assist the Contractor in rneeting this requirement.

D, A complete copy of the Cig's Construction and Demolition Ordinance, as well as adirectory of construction and dernolition recycling facilities in the Bay Area, are availablefrom the City upon request,

1.03 DEFINITIONS

A. "Conversion Rate" means the rate sei forth in the Conversion Rate Table approved by theCity of Dublin for use in estimating the weight of materials identified in the WasteReduction and Recycllng Plan.

B. "Divefi' means to use material for any purpose other than disposal in a landfill or transferfacility.

C, "Good faith" per the City of Dublin's Construction and Dernolition Debris Waste Reductionand Recycling Ordinance.

D. .Net cost' means that the following have been subtracted from the cost of separating andrecycling:

1. Revenue from the sale of recycled or salvaged materials.2. Landfill tipping fees saved due to diversion of materials from the landfill.

E. 'Recycling Service means an off-site service that provides processing of material anddiversion from landfill.

Positano Hil ls Park --.Section 01505City of Dublin Construction Waste Management - 1

Page 84: Bid Info and Specs 01

"Haulef' means the entity who transports construction and demolition debris to either alandfill or a recycling service.

1.04 SUBMITTALS

Submit specified Waste Reduction and Recycling Plan, inciuded in Appendix of thisPro,lect Manual, to indicate how waste witl be diverted from landfills.

Submit completed Waste Reduction and Recycling Summary Reports forms, included inAppendix of this Project Manual, at the completion of the demolition work and at 50 and at100 percent completion of the construction work.

1.05 QUALITY ASSURANCE

Regulatory requirements:

1. Comply with City of Dublin's Construction and Demolition Debris WasteReduction and Recycling Ordinance.

2. Approval of the Waste Reduction and Recycling Plan by the City of Dublin isrequired before issuing a demolition, building permit, and beginning of demolitionand on-site mobilization work.

Recycling Service Company: See requirements for recycling transporters included in theAppendix of this Project Manual. Any recycling service that will certify in writing thataccepted construction and demolition debris will be diverted from landfill, not dumpedillegally, or dumped at sea.

1.06 WASTE MANAGEMENT PLAN

Plan Development: The plan shall include the following information:

1. The estimated volume or weight of project construction and demolition debris, bymaterials type to be generaied; and

2. The maximum volume or welght of such materials that can feasibly be divertedvia reuse or recycling; and

3. The estimated volume or weight of such material that will be landfilled; and4. lf self-hauling the waste, the facilities proposed to recyclellandfiltthe debris; or5. lf sub-contracting with a recycling transporter, the name of the transporter.

Plan Review: The City will review and approve the Contracto/s Recycling Plan prior toconstruction.

1. Within 30 days after the project completion, the ConFactor shall complete theremainder of the Waste Reduction and Recycling Form and return to the City withthe appropriate receipts.

2. lf the City determines that the Contractor has not made a food faith effofi tocomply with the City Ordinance, or if the Contractor fails to submit thedocumentation required within the required time period, then a reduction of910,000.00 towards payment on the Contract shall be made. These funds shallbe deposited into a special account and used for the purposes of promotingrecycling within the City.

DUB1I-11 - -.- Park Lighttns Reptaceme{t "_ _ qgction_01s05 I

IIIIItIIIIIIITtII

A.

B.

A.

B.

A.

L

ICity of Dublin Construction Waste Managemenl - 2

Page 85: Bid Info and Specs 01

I

a .

b.

D.

IIIIItIIIIIIIItIII

c. Plan lrnplementation:

Maintain log of each load, of each category item diverted from landfill. Log inseparately debris sent to a Class lll landfill and materials sent to recyclingfacilities.

include in log, type of load, ioad weight, name of hauling service;recycling service or landfill, and date accepted by recycling service or bylandfitl.Owner reserves the right to audit the log at any time, retain and makeavailable, all weight tickets, copies of receipt and invoices.Units of Measure: Use same units as stated in the approved plan "goodfaith" estimate of construction waste that would be generated if noremedial methods were imolemented.

2. Material handlinga. Separation Facilities:

1) Designate a specific on site area or areas to facilitate separationof materials for potential reuse, salvage, recycling, and retum.

2) Keep waste bins and pile areas neat and clean. Clearly markbins for each category of waste. Do not commingle non-recyclable waste with rnaterials designated for reuse or recycling.

Environmental Controls During Handling, Storage, or Transporl Do notpermit-designated materials to become contaminated or to contaminatesite or surround areas.

Training and Coordination:Furnish copies of the Waste Management Plan to all on-site supervisors,each subcontractor, the City of Dublin, and the Landscape Architect.Instruction: Provide on-site instruction of appropriate separation,handling, and recycling, salvage, reuse and return methods to be used byall entities at the appropriate stages of the Project.Meeting: Include construction waste management on the agenda ofmeetings. At a minimum, discuss waste management goals and issuesat the foltowing meetings:1) Pre-bid meetings.2\ Pre'construction meeting,3) Regularly scheduled job-site meetings.

Hazardous waste: Separate hazardous waste. Store and dispose of according to localregulations.

***END OF SECTION***

DUB11-11 - Pa*_l=ighting Replacement -_ Section 01505

a.

City of Dublin Construction Waste Management - 3

Page 86: Bid Info and Specs 01

I

IIIIItIIIIIIIIIIII

sEcTroN 01505

CONSTRUCTION WASTE MANAGEMENT

PART 1 GENERAL

1.A1 SUMMARY

Section specified diversion of construction and demolition debris from landfitl.

Related requirements specified elsewhere includel

1. Section 01310, Project Management and Coordination

2. Section 01330. Submittals

3. Section 01420. Definitions and Standards

1.02 SYSTEMDESCRIPTION

c.

ln accordance with the requirements of the City of Dublin, lhe Gontractor shall recycleconstruction and demolition materials.

The City's Construction and Demolition Ordinance requires that at least 50 percent of allconstruction and demolition debris generated by this project be reused or recycled.

The Ciiy has developed a standard Waste Management Plan and list of the City'spermitted recycling transporters to assist the Contractor in meeting this requirement.

A complete copy of the City's Construction and Demolition Ordinance, as well as adirectory of construction and demolition recycling facilities in the Bay Area, are availablefrorn the City upon request.

1.03 DEFINITIONS

.Conversion Rate" means the rate set forth in the Conversion Rate Table approved by theCity of Dublin for use in estimating the weight of materials identified in the WasteReductjon and Recycling Plan.

"Divert' means to use maierial for any purpose other than disposal in a landfill or transferfacility.

"Good faith" per the City of Dublin's Construction and Dernolition Debris Waste Reductionand Recycling Ordinance

"Net cost" means that the following have been subtracted from the cost of separating andrecycling:

1. Revenue from the sale of recycled or salvaged materials.2. Landfill tipping fees saved due to diversion of materials from the landfill.

"Recycling Service means an off-site service that provides processing of material anodiversion from landfill.

Positano Hil ls Park Section 01505

A.

B,

B.

D.

B.

D.

E.

ICity of Dublin Construction Wasle Management - 1

Page 87: Bid Info and Specs 01

F. "Hauler' means the entity who transports construction and demolition debris to either alandfill or a recycling service.

1.04 SUBMITTALS

A. Submit specified Waste Reduction and Recycling Plan, included in Appendix of thisProject Manual, to indicate how waste witl be diverted from landfills.

B. Submit completed Waste Reduction and Recycllng Summary Reports forms, included inAppendix of this Project Manual, at the completion of the demolition work and at 50 and at100 percent completion of the construction work.

T.O5 SUALITY ASSURANCE

A. Regulatory requirements:

1. Comply with City of Dublin's Construction and Demolition Debris WasteReduction and Recycling Ordina nce.

2. Approval of the Waste Reduction and Recycling Plan by the City of Dublin isrequired before issuing a demolition, building permit, and beginning of demolitionand on-site mobilization work.

B, Recycling Service Company: See requirements for recycling transporters included in theAppendix of this Project Manual. Any recycling service that wifl certiff in writing thataccepted construction and demolition debris will be diverted from landfill, not dumpeditlegally, or dumped at sea.

1.06 WASTE MANAGEMENT PLAN

A. Plan Development: The plan shall include the foltowing information:

1. The estimated volume or weight of project construction and demolition debris, bymaterials type to be generated; and

2. The maximum volume or weight of such materials that can feasibly be divertedvia reuse or recycling; and

3. The estimated volume or weight of such material that will be landfilled; and4- lf self-haullng the waste, the facilities proposed to recycle/landfill the debris; or5, lf sub-contracting with a recycling transporter, the name of the transpofter-

B. Plan Review: The City will review and approve the Contractor's Recycling Plan prior toconstruction.

1. Within 30 days after the project completion, the Contractor shall comptete theremainder of the Waste Reduction and Recycling Form and return to the Gity withthe appropriate receipts.

2. lf the City determines that the Contractor has not made a food faith effort tocomply with the City Ordinance, or if the Contractor fails to submit thedocumentation required within the required time period, then a reduction of$10,000.00 towards payment on the Contract shall be made. These funds shallbe deposited into a special account and used for the purposes of promotingrecycling within the City.

Positano Hills Park Section O15O5

IIIIIIIIIIIIItITIII

City of Dublin Construction Waste Management - 2

Page 88: Bid Info and Specs 01

D.

ItIIIIIIIIItttIIII

Plan lmplementation:

1. Maintain log of each load,separately debris sent to

of each category item diverted from landfill. Log ina Class lll landfill and materials sent to recycling

facilities.a. include in log, type of loaci, load weight, name of hauling service;

recycling service or landfitl, and date accepted by recycling service or bylandfill.

b. Owner reserves the right to audit the log at any time, retain and makeavailable, allweight tickets, copies of receipt and invoices.

e. Units of Measure: Use same units as stated in the approved plan "goodfaith" estimate of construction waste that would be generated if noremedial methods were implemented.

2. Materialhandlinga. Separation Facilities:

1) Designate a specific on site area or areas to facilitate separationof materials for potential reuse, salvage, recycling, and return.

2) Keep waste bins and pile areas neat and clean. Clearly markbins for each category of waste. Do not commingle non-recyclable waste with materials designated for reuse or recycling.

b. Environmental Conhols During Handting, Storage, or Transport Do notpermit-designated materials to become contaminated or to contaminatesite or surround areas.

3. Training and Coordination:a. Furnish copies of the Waste Management Plan to all on-site supervisors,

each subcontracior, the City of Dublin, and the Landscape Architect.b. Instruction: Provide on-site instruction of appropriate separation,

handling, and recycling, salvage, reuse and retum methods to be used byall entities at the appropriate stages of the Project.

c. Meeting: Include construction waste management on the agenda ofmeetings. At a minimum, discuss waste management goals and issuesat the following meetings:1) Pre-bid meetings.2\ Pre-construction meeting.3) Regularly scheduled job-site rneetings.

Hazardous waste: Separate hazardous waste. Store and dispose of according to localregulaiions.

***END OF EECTION"**

Positano Hills Park Section 01505

ICity of Dublin Construction Waste Management - 3

Page 89: Bid Info and Specs 01

IIIItI!IITIIIt2III

sEcTroN 01600

MATERIAL AND EQUIPMENT

PART T

1.91

. GENERAL

PRODUCTS

A. Use only products acceptabte to the City of Dublin and approved by the Landscape Architect.

B. Subrnit lists of products and other product information in accordance with Section 01330 -SUBMITTALS.

1.02 SUBSTITUTIONS AND PRODUCT OPTIONS

A. Whenever a product is identified on the Drawings or in the Specifications by reference to amanufacturefs or vendor's name, trade name, catalogue number, or the like, it is so identified forthe purpose of establishing a standard; and, except when "no substitution" is indicated, a productof another manufacturer or vendor which will perform equally the duties irnposed by the generaldesign will be acceptable provided the product so proposed is, in the opinion of both theLandscape Architect and the City of Dublin, of equal substance, appearance, and function, andequal in available selection of colors and pattems.

B. lf a proposed substitution would involve a change in $pe of material or assembly requiring listingor approval by state or local governing agencies, it must carry all required listings and approvalsprior to submittalfor the Landscape Architect's consideration.

C. The burden of proof of compliance with project requirements rests with the Contractor. Submitproduct information in accordance with Section 01330, SUBMIIfALS.

D. Coordinate installation of accepted substitutions and product optfons into the Work, making suchchanges as necessary to accommodate the proposed products without additionalcost to Owner.

T.O3 MATERIAL AND EQUIPMENT COLORS

A. The Landscape Architect will provide a schedule of colors.

B. No individual color selections will be made until after approval of all pefiinent materials andequipment and after receipt of appropriate samples in accordance with Section 01330,SUBMITALS.

C. Any one type of material shall be from a single source or batch and shall be uniform throughout indimension, color, texture, and appearance.

D. Contractor shall request priority for any item requiring advance order to maintain schedule.

*** END OF SECTION **

Posilano Hills Park Section 01600

ICity of Dublin Material and Equipment - 1

Page 90: Bid Info and Specs 01

|.

2 .

?

4 .

2 .

2

IIIItIIIIItTItIItIT

PART 1

1.01

A,

t.a2

A.

B.

r.03

A.

B.

1.94

A.

sEcTloN 41770

CLOSEOUT

. GENERAL

FINAL CLEANING

At completion, leave project clean and ready for use,

Legally dispose of waste materials, debris, and rubbish off the site.

Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materialsfrom exposed and semi-exposed surfaces.

Repair, patch, and touch up marred surfaces to specified finish, to match adjacentsurfaces.

Broom clean paved surfaces, rake clean ptanting areas and other surfaces ofgrounds.

RECORD DOCUMENTS

The Gontractor shall make "as-built" documents for the Owner.

1 . Make a record of changes during construction on prints of the Drawings andSpecifications provided by the Owner for this purpose. This set of documents shallbe kept at job site office and shall be used only for marking as-built condition.

Upon project completion, transfer "as-built" information to mylar reproducible copiesof the Contract Drawings. The Contractor shall provide a complete set of ContractDrawings on mylar sheets, lndicate all changed conditions by drawing a "cloud"around the added information; add date and name of the Contractor. Provide anelectronic version of the construction documents.

The prints on which changed conditions are recorded and the revised reproduciblecopies shalt be returned to the Owner.

Refer to Seciion 01330, Submittals.

OPER,ATION AND MAINTENANCE DATA

Assemble all operation and maintenance data required by various sections of theSpecifications, Iabel and submit to the Landscape Architect for review and transmittal to theOwner.

Refer to Section 01330, Submittals and Section 01830, Operating and Maintenance Manual

WARRANTIES

Special wananties are required by various sectlons of the Specifications. Assemble writtenwarranties, label and submit to the Landscape Architect for review and transmittal to theOwner.

. - - Positano Hills Par\ . - .* - Seclietn 017QCity of Dublin Closeout - 1

Page 91: Bid Info and Specs 01

1 .

2 .

Equipment wananties shall be written in the manufacturer's standard form and shallbe countersigned by the subcontractor or supplier and the Contractor.All other wananties shall be written in the following form on the subcontractor's orsupplier's letterhead and shall be countersigned by the Contractor:

WARRANTY FOR

We hereby wanant that thewhich we have installed at

J1'.:,:::*:H,STi'lii'fi llifr--"ll'lii,'requirements included in the Specifications.

We agree to repair or replace any or all of our work, together with any other adjacentwork which may be displaced by so doing, that may prove to be defective in itsworkmanship or materiat within a period of _ yea(s) from date of acceptance of theabove-named project by (Owner), withoutany expense whatsoever to the Oamer, ordinary wear and tear and unusual abuse orneglect excepted.

ln the event of our failure to comply with the above-mentioned conditions within thirty(30) days after being notified in writing by the Owner, we collectively or separately dohereby authorize the Owner to proceed to have such defecis repaired and made goodat our expense, and will honor and pay the cosls and charges therefore upondemand.

Signed;Subcontractor (or S upplier) Date

TIIIIIITIIIITtIItI

Countersigned:Contractor Date

Positano Hills Park SecJion n177nCity of Dublin Closeout - 2

Page 92: Bid Info and Specs 01

ITTItIIIttIIIIIIItI

1.05

A,

1.06

A.

B.

c.

D,

1.07

B.

c.

SPARE PARTS AND MAINTENANCE MATERIALS

Spare parts and maintenance materials are required by various sections of the specifications.

1. Parts and materials shall be packaged so as to preclude damage in normal handlingand storage.

2. Packages shall be labeled with full description of contents and project name.

3. Deliver packaged parts and materials to Owner as directed.

$UBSTANTIAL COMPLETION

Certiry in writing to the Landscape Architect that the Work is substantially complete andinclude list of items remaining to be completed or corrected.

Within seven (7) days after receipt of certification, the Landscape Architect will make a sitevisit to review the work.

$hould the Landscape Architect tind the Work to be substantially complete, he will verifiy andamend the list of items to be completed or corrected and accordingly certify substantialcompletion.

The construction period is considered concluded upon the Landscape Architect's certificationthat the project is substantially complete.

FINAL REVIEW and PROJECT ACCEPTANCE

Certify in writing that the work has been completed in accordance with the ContractDocuments.

Within seven (7) days after receipt of certification, the Landscape Architect will conduct thefinal review with the Owner and the Contractor.

Should the Landscape Architect and the Owner find the Work to be acceptable and thePlanting Establish Maintenance Period to be complete, he will accordingly certify projectacceptance. Formal acceptance of the project will occur upon City Council approval that willbe the beginning of the warranty period.

*** END OF SECTION **"

Posilano Hills Park Section 01770City of Dublin Closeout - 3

Page 93: Bid Info and Specs 01

IIIIIIIIITIIITItIIt

SECTION 01 88 OO . BUILDING PERFORMANCE SPECIFICATIONS

PART 1 . GENERAL

1.1 DESCF.IPTION

A. The bid proposal shall consist of design and construction improvements to Positano HillsPark to provide one new vandal resistant, watertight and waterproof architecturally sitespecific restroom building. The City of Dublin, California, Department of Parks andCommunity Services shall be solely responsible for selection of the bidder, in the bestinterest of the Owner. The buildings shown have not been approve-d by the BuildingDepartment. The building's design must be approved by the Building Department andshop drawings and structural calculations provided. To create fairness to all bidders, allrequests for approved equal status shall be given to City Project Manager ten (10) daysbefore bid and approval shall be accepted or denied at least three (3) days before bidopening.

B. One Restroom, for day and night use is required.

C. Architectural features, including, style, materials, proportions and colors shall beapproved by the City of Dublin.

1.2 RELATED WORK

4. Section 01330. Submittal ProceduresB. Section 01352, Design-Build ProceduresC. Section 01450, Quality ControlD. Section 31 23 00, Excavation and FillE. Section 32 13 13, Site ConcreteF. Section 26 05 00. Site Electrical

1.3 SCOPE

A. Provide design/build buildings from one source inctuding prellminary design, shopdrawings and structural calculations stamped by a Califomia licensed structural engineerand subject to approval by the City of Dublin Department of Parks and CommunityServices, The Alameda County Fire Department, and the City of Dublin BuildingDepartment.

B. Fabrication: Fabricate buildings per the approved documents and eertifications.

C. General Scope of Work and Coordination with other trades: Coordinate with other tradesand place of the buildings and connect to utilities.

D. Timeline and Submittals:

1. Preliminary Architectural Design Submittal: Submit to City of Dublin within 21days of Notice to Proceed. Include dimensioned floor plans, dimensioned andcolored exterior elevations, dimensioned sections, description of architecturalfinishes, lists and cut sheets of materials, color charts, color chips, checklist of

Positano Hills ParkMarch 1 .2012

Building Performance Specification0 1 8 8 0 0 - l

Page 94: Bid Info and Specs 01

resolved and unresolved issues. All materials shall match what is listed in thisspecification or on the plans unless the City has allowed a substitution.

2. Submittal for Building Permit Submit to City of Dublin within 21 days of receiptof Preliminary Design comments. Include wet-stamped and signed drawings,specifications and structural calculations.

3. Re-Submittal(s) to Building Department: Submit to City of Dublin within 14 daysof receipt of Submittal to Building Department comments. Include wet-stampedand signed drawings, specifications and structural calculations, and writtenresponse to comments.

4. Fabrication and lnstaltation: Fabricate and install buildings within 180 days fromproject Notice to Proceed.

1 .4 PRE-ENGI NEERED BUILDI NGS AND I NSTALLATION

A. Summary: The City of Dublin seeks professional proposals from minimum 5 yearspecialized public restroom design experienced; State of California Department ofHousing Licensed Dealer, Manufacturer, Salespersons; to provide design/build servicesfor this project. The intent of the bid specifications is to provide minimum performanceparameters for designer and specialized builders of public restroom buildings, to ptovidetheir best cost etfective, life cycle design restroom, that will lower maintenance costs,reduce odors, improve public safety, and be an asset to the City of Dublin. BuildingScope of Work Provide an architectural dimensioned floor plan; elevations; title 24 andADA compliant turning radius and approach plan; and a schedule of finishes forevaluation. Provide a time line schedule of all activities from award to project completionas part of the project schedule.

B. Buitding Scope of Work: Provide an architectural dimensioned floor plan; elevations;title24 and ADA compliant turning radius and approach plans; and a schedule of finishes forevaluation.

C. Basis of Design Bid Requirement: The buitding plans included with this bid document areguidelines only and may be modifled to adapt to the bidder's manufacturing criteria,shipping dimensions, and material dimensions

D. Design Criteria: Designs must comply with handicap eompliance regulations includingthe Federal 1991 ADA and all adopted amendments thereto: Califomia Title 24requirements and all amendments thereto, City of Dublin, California Building Departrnentstandards, and all building codes (2010 UMC, 2010 CBC, Electrical, wind exposure C,seismic design requirements, and local fireisafety regulations.) In additiorr, the buildingwill be in a Wildfire Management Area as defined by the City of Dublin, and shalltherefore meet the requirements of the CBC chapter 7A.

E. Noncombustible materials: Design must comply with 2010 Catifornia Building Code fornoncombustible definition. Noncombustible as applied to building construction material,means a materialwhich, in the form in which it is used, is either one of the following:

Positano Hills ParkMarch 1 ,2012

Building Performance Specification01 88 00 -2

IIIIIIIIIIItITII

1. Material of which no part will ignite and burn when subjected to fire. Any material Ipassing ASTM E 136 shallbe considered noncombustible. I

II

Page 95: Bid Info and Specs 01

IIIIIIITttIITTTII

2. Material having a structural base of noncombustible materialas defined in ltem 1above, with a surfacing material not over 1i8 inch (3.2 mm) thick which has aflame-spread rating of 50 or less.

F. "Noncombustible" does not apply to surface finish materials. Material required should benoncombustible for reduced clearances to flues, heating appliances or other sources ofhigh temperature shall refer to material conforming to ltem 1. No material shall beclassed as noncombustible, which is subject to increase in combustibility or flamespread rating, beyond the limits herein established, through the effects of age, moistureor other atmospheric condition.

G, Buildings shalf be delivered as part of this bid, and installed, including all freight andcrane fees as required. Building permits shall be no fee. Manufacturer must be licensedwith the California Department of Housing Division as a dealer and manufacturer toconstruct and install closed wall modular buildings in the State of California prior to bid,as well as possess a California General Contractor Class B license in the State ofCalifornia. Manufacturer must provide a list of similar structures constructed in thesurrounding community for inspection.

H. All utilities (water, sewer and electrical) shafl be stubbed to 6'outside building line, andbe terminated in concrete ground boxes properly marked sewer, water and electrical.

1.5 CERTIFICATION$

A. Building shall be certified in compliance with the plan approval by the Department ofHousing (DOH), $tate of California and shall be delivered with an insignia in compliancewith all State regulations. Manufacturer shall be licensed by the DOI{ at the time of bidand a licensed dealer and/arsalespersons must sellthe building. Inspections shall be bythe City of Dublin Building Department and will be for on-site work only and the balanceof building inspections will be by the State of Califomia, DOH. Contractor shall pay thepermit fees.

1.6 EXPERIENCE/ WARRANTY

A. The building designer and rnanufacturer shall provide a minimum of five (5) years ofexperience in constructing modular restrooms at a fixed location for public agencies andprovide a minimum of five (5) references of similar public agencies that have experiencewith the supplier's management capability and performance. A minimum S-year warrantyis required from date of acceptance. All vendors meeting these specifications andexperience should pre-qualify their firm to be approved as an "or equal" by submittingthe required criteria to City Project Manager at least ten (10) days before bid andapproval shall be accepted or denied at least three (3) days before bid cpening.

B. The following building designers and rnanufacturers are considered to have the requiredexperience for this work:

1. Restroom Facilities Ltd (RFL)400 Westem RoadReno, NV 89506775-327-6460

tI

Positano Hills ParkMarch 1 ,2412

Building Performa nce Specification0 1 8 8 0 0 - 3

Page 96: Bid Info and Specs 01

2. The Public Restroom Company9390 Gateway Drive, Suite 102Reno, NV 89521888-888-2060

1.7 QUALITY ASSURANCE

A. The product shall be designed and produced at a facility owned and directly supervisedby the manufacturer. The product shall be sold and shipped from a single source. Themanufacturer shall list three similar projects in the territory. Manufacturer must have fulltime on-staff quality control manager. Manufacturer to provide published qualityassurance manual. Manufacturer to provide continued certification by an independentinspection agency,

1.8 BUILDING PLANS AND DESIGN

A. The Contractor and/or manufacturer shall provide full and complete structuralengineered plans for the facility and the foundation design. The plans shall be sealed bya Licensed California Structural Engineer and shall meet all the requirements of the2010 Catifornia Building Code and the inspection department of the local governingauthority as needed for approvals, permits and final inspection. The facilities shall bedesigned and installed in compliance with current applicable ADA / Title 24 physieallychallenged access rules and regulations. Plans shall also bear the stamp of the Siate ofCalifornia Department of Housing and Community Development.

1.9 SUBMITTALS

A. Submit four sets of scaled and fully dimensioned shop drawings including floor plans,elevations, design criteria, schedules and schematics and two sets of structuralcalculations signed and sealed by a California Registered Structural Engineerresponsible for their preparation to meet all applicable current building codes as set forthby the State of California. Structural calculations shall show the following codeinformation: 2010 California Building Code.

PART 2 - FRODUCTS

2.1 GENEML

A. The restroom building shall be designed to minimized site assembly and lessen theattractive nuisance and site disruption of normal on-site construction. The buildings shallbe fabricated in one complete tacility to allow site assembly with minimum street trafficinterruption. When the buildings arrive on'site, all plumbing, painting, electrical, roofing,entry sidewalks, etc. shoutd be complete except for final inter-module joint trim, roof cap,and underground utility connections to building utilities.

2.2 FLOOR/FOUNDATION

A. The floorffoundation shall be a structural steel reinforced monolithic concrete slab 8"thick, 5,000 psi concrete, waterproof and urins.resistant, and shipped attached tobuilding. Slab reinforcing shall be corrosion-resistant reinforcing steel grade 60 deformedrebar, and shall be designed to allow relocation of the slab and building intact at any

IIIIItIIIIIIIIttI

Positano Hills ParkMarch 1. 2012

B u ildin g Performa nce Specification0 1 8 8 0 0 - 4 I

I

Page 97: Bid Info and Specs 01

IttIIIIIItIIIIIII

future date with builtin lifting hardware. The system shall be designed to be placed upona site prepared building pad suitable for 1,000 pounds bearing capacity and the Ownershall certify that the soils will support this loading.

B. Include 4" diameter conduits for irrigation control wires to pass through floor/foundationfrom irigation controllers mounted in plumbing chase to landscape irrigation system.$ee lrrigation drawings.

2.3 BUILDING STRUCTURAL SYSTEM

A. The Restroom building structure shall be split faced non-porous masonry CMU exteriorframe with steel perimeter beam welded tubing between walls system and structuralsteel roof frame. Steel roof frame shall be attached to the building with structural tubingwith continuous welds, to code, to withstand the uplift forces imposed by wind load C.

B. Concrete floor, mortar joints, and concreie block custom blended to be waterproof;remain odor free for life when reasonably maintained with daily hose down.

2.4 INTERIOR FLOOR FIN1SH

A. Commercial quality quarry tile (6" X6") with epoxy grout and adhesive. Grout color tomatch tile color. Floor surfaces shall be coved at the juncture of the floor and wall with a3/8 inch minimum radius coving and shall extend up the wall at least 4 inches (Vinylrubber topset base is not acceptable).

2.5 INTERIOR WALL FINISH

A. Restroom: The walls are required to be smooth, durable, and cleanable. Walls will bePrecision Finish CMU block with manufacturer recommended block sealer, with paintfinish and 10 year anti-graffiti coat, cream satin finish. Floor surfaces shall be coved atthe juncture of the floor and wall with a 3/8 inch minimum radius coving and shall extendup the wall at least 4 inches (Vinyl rubber topset base is not acceptable).

B. Chase: Painted CMU Precision Finish. Plumbing exposed for maintenance and service.

2.6 PAINTED SURFACES

A. Painted surface to receive one coat of primer and two finish coats of exterior acrylic.Colors to be selected by owner.

B. Trade names, catatog numbers of manufacturers' names used in connection withmaterials, products or processes are to establish standards ol quality and utility. Unlessspecifically noted herein that materials, products or processes fumished are to berestricted to those names, other similar materials, products or processes may besubstituted, provided Owner's written approvat of such substitution is obtained.

C. All products applied to any single surface shall be entirely the product of onemanufacturer. Use only highest quality pr,oducts available from the followingmanufacturers:

1. Paints: Prepared paint from original container; Benjamin Moore, Dunn-Edwards,or approved equal.

II

Positano Hills ParkMarch 1.2012

Building Performance Specification0 1 8 8 0 0 - s

Page 98: Bid Info and Specs 01

Roof CMU Walls Trim and Gabte Doors

Antique Patina (Ml)By MetalSales,Woodland CA#530.668.5690

Exterior: Split face finishInterior: Precision finishAtf CMU colors are integral

Top 5 courses: Color C, ChampagneBand: Color B, Sienna BrownFoftom 5 qoursps: Color A, Oak

By Angelus Block Co. Inc.Sun Valley, CA, or equal# (818) 767-8576

Match Color A,Champagne

Match Terra Cotta( lW2|bV MetalSales,Woodland CA#530,668.5690

2. Primer: Primer from original containers, Benjamin Moore, Dunn-Edwards, orapproved equal.

2.7 FXTERIOR WALL FINISH

A. Split-Face Concrete block wall with clear Anti-graffiti coat, 10 year warranty, matte finish.

2.8 PRELIMINARY EXTERIOR COLOR SCHEDULF

A. Final colors to be selected by owner. Below is a preliminary list. Contractor to supply colorchips based on similar paint colors.

2.9 HXTFRIOR DOORS

A. 14 gauge steel rib reinforced custom made steel doors welded in place intemal steel ribsevery 6" nominally to reduce baseball bat damage fitted with continuous hinges tominimize maintenance and maximize safety.

B. For the 3 doors, use Door Latches: Stainless Steel Anti Microbial finish Push/PullLatches by Glynn Johnson, Model: HL6 E- 9473-US26D with Deadbolt Lock Model:947 3-F 21 -Dormitory/Bedroom Lock with H orizontal eng raving E4.

G. Doors and the door closers that must meet the 5 pounds of resistance handicapaccessibility test.

D. Thresholds shall be placed at metaldoors.

2.10 VENTILATION

A. Restroom has open naturalflow through ventilation.

B. Ventilation screens shall be 1/8" thick, 9-gauge expanded 0/,;" x 1-114", #304 stainlesssteel in a flattened, deburred pattern.

2.I l ACCESSORIES

IIIIIIttIIIIItltI

Positano Hilfs ParkMarch 1, 2012

Building Performance Specification0 1 8 8 0 0 - 6 I

I

Page 99: Bid Info and Specs 01

IIIITIIttIIII!ItIIt

A. Vandal proof custom{abricated 14-gauge type #3M stainless steel covered drop downstyle two-roll standard toilet paper holder, lockable.

B. Stainless steel grab bars: ADA code, surface-mounted.

C. Toilet paper holders and grab bars shall be installed with stainless steeltamper-resistantscrews.

D. No minors shall be installed.

E. Vandal proof stainless steel soap dispensers at hand sink and lavatories.

F. Stainless steelwall mounted trash receptacles,

2.12 PLUMBING

A. Plumbing drain, waste, and yenf piping shall be schedule 40 PVC with solvenf weldedconnections. Water lines shall be type L copper above ground and type K copper belowground to 6 feet from the building line. Each fixture shall be isolated with a ball valve orplumbing fixture flush yalve. Building shall have a built-in valve combo including apressure-reducing valveto 125 psi, an in-line 1O-micron filter, and two 125 psi pressuregauges. All flush valves shall be concealed. Plumbing fixtures shall be stainless steel. Asingle hose bib shall be in the plumbing chase and shall be installed with a vacuumbreaker, to code. All venfs through the roof shall be cast iron, Floors shall drain to anintegral floor drain \Mith "s" strainer with trap primers.

B. Floor drains shall be installed in floor of restroom, and floors shall be sloped 1:50 to thefloor drains.

C. Plumbing piping in concession and restroom is required to be concealed in wallswherever possible.

D. Preliminary Plumbing Fixture Schedule for Restroom; subject to submittal review:

Fixture DescriptionWater Closet Bradley WC7180 Chase-Mounted Wall Hung Blowout Jet

Stainless SteelToiletWater Flushometer Sloan Royal Optima Systems 152 Low Consumption

ClosetUrinal Bradley URl8300 Chase-Mounted Stainless $teet

Washout UrinalUrinal Flushometer Sloan Valve Company 190 Low consumption

Lavatory Btadley LAV61 01 Chas+'Mounted Barrier-FreeRectanQular Stainless Steel Lav

Fixture DescriptionLavatory Faucet Bradley Aerada 900 Series Futura Faucet with Accu-Zone

lnfrared Control OR Sloan Valve Company ETF-600lnternaf Hose Bib Woodford #24P-314 with IntegralVacuum BreakerFloor Drain Zurn 241*90-2NH With 5" Strainer with trap in plumbing

cnase

Positano Hills ParkMarch 1.2012

Bu ildin g Performance Specification01 88 00 -7

Page 100: Bid Info and Specs 01

II

Pressure GaugeBypass ValveCombo

Pasco %" X16A LB GaugePressure Reducing Valve: WattsFilter: American PlumberPressure s0-90 PSI

2,13 LIGHTING

A. Compliant with the required light levels as recommended in the IES for the restroom.The fixtures shall be commercially available for maintenance and are vandal resistantfixtures.

B. The lighting design shall meet the requirements of the California Title 24 Lightingrequirements for both for indoor and outdoor areas,

C. Indoor and outdoor lighting is required for all buildings and all rooms.

It!ItIIIII

D. Two exterior light fixtures shall bemounted) light fixtures for purposesMount LED flxture.

on a separate circuit from other exterior (poleof security night lighting. Lithonia OLW14 Wall

2.14 SIGNAGE

A. Meet the accessibili$ code for Title 24 Catifornia Codes; cast metal 1/2" thick, blind

.fastened, and recessed into the block surface.

B. Provide exit signs and maximum occupancy signs as required.

2.15 ELECTRICAL

A. Restroom Panel: provide and install a 100 amps, 12Ol24O volts single phase, three wirepanel, suitable for service entrance, NEMA 1 enclosure, rated 1OkAlC, complete withmain circuit breaker, 12 - 20amp one - pole circuit breakers, and one 20amp two - polecircuit breaker, and ground bar. Grounding shall consist of UFER ground, groundelectrode conductor, connection to cold water main pipe and code required bonding.

B. Conduits: provide and installthree (3) 2" conduits from Panet stubbed out Sfeet frombuilding. One conduit shall be for service conductors, and lwo conduits shall be for sitewiring needs.

C. Accommodate mounting of and grounding of wall mounted inigation controllers in chaseof buildings. Also refer to lrrigation controller detail for additional corrduits required.

D. Lighting: Restrooms: provide and install interior vandal proof high-pressure sodiumlighting, controlled by time switch with 24hour dial. Set time of operation as directed byCity representative. Chase: provide and install fluorescent fixture with protective wirecage, with walltoggle switch adjacent to door. Exterior: provide and install two LithoniaOLW14 LED fixtures with integral photocontrol, wall mounted adjacent to exterior doors.Path Lights: provide and install a 2 - pole 30amp electronic time switch with astronomicfeature, fully wired to panel 2 - pole circuit breaker, for path lights, to be provided byothers.

I!ITIII

Positano Hil ls ParkMarch 1,2012

B uild ing Perfarmance Specification0 1 8 8 0 0 - 8

Page 101: Bid Info and Specs 01

IIIIItIIIIIIIIIIIII

E. Outlets: provide and install one 20amp 12Ovolt GFCI duplex receptacle in chase. lnstalloutlets for electric hand dryers.

2.1 6 SELF-CONTAINED UNIT

A. Modular structure shall be constructed as a commercial quality re-locatable buifding fullypre-assembled, pre-wired, and plumbed on a water resistant concrete slab able to behoisted as a self-contained unit onto a truck and ready for placement at the pre-designated site prepared pad.

PART 3. EXECUTION

3.1 INSTALLATION

A. lnstallation and/ or supervision shall be by the manufacturer and/ or the dealer. Allmaterials from the buflding footprint inward shall be provided by manufacturer and all.DV1M and conduits to 6 feet from building line included labeled utility ground boxes shallbe included. The manufacturer will furnish an underground utility pre-assembled kit thatmarries to the stub downs from the building utility connections. lnstaller shall followmanufacturer instructions and site supervision guidance to assure marriage of theunderground system and the above ground utility connections comply with code.

3.2 RECORD DRAWNGS / MANUALS

A. The manufacturer shall provide two sets of as-built drawings with the building and twocopies of maintenance manuals with all associated parts cut sheets, sources forreplacement, and maintenance guidelines. Three (3) sets of keys for each door shall befurnished with building

O END OF SECTION **

Positano Hills ParkMarch 1 ,2412

Buildlng Performance Specification0 1 8 8 0 0 - e

Page 102: Bid Info and Specs 01

1 .2

1 . 3

1 .4

1 . 5

IIIIIttIItIIIIItIII

SECTION 02 4O OO . DEMOLITION

PART 1 GENERAL

1.1 SUMMARY

A. Removing above-grade site improvements within,limits indicated.

B. Disconnecting, capping or sealing, and abandoning site utilities in place.

C. Disconnecting, capping or sealing, and removing site utilities.

D. Disposing of objectionable material.

RELATED SECTIONS

A. Section 31 23 00 - Excavation and Fill.

DEFINITIONS

A. ANSI:ArnericanNationalStandardslnstitute.

B. CAL-OSHA: California Occupational Safety and Health Administration.

SUBMITTALS

A. Follow Submittal procedure outlined in Section 01 33 00 - Submittal Procedures.

PROJECT CONDITIONS

A. Exceptfor materials indicated to be stockpiled orto remain the Owner's property,cleared materials are ihe Conlractor's property. Remove cleared materials fromsite and dispose of in lawful manner.

B. Salvable lmprovements: Carefully remove items indicated to be salvaged andstore where indicated on plans or where designated by the Owner. Avoiddamaging materials designated for salvage.

C. UnideniiReO Materials: lf unidentified materials are discovered, includinghazardous materials that will require additional removal other than is required bythe Contract Documents, immediately report the discovery to the Owner. lfnecessary, the Owner will arrange for any testing or analysis of the discoveredmaterials and will provide instructions regarding the removaland disposal of theunidentified materials.

PART2 PRODUCTS

2.1 SOIL MATERIALS

Positano Hills ParkMarch 1.2012

Demolition0 2 4 0 0 0 - 1

Page 103: Bid Info and Specs 01

tIIItIIIIIIItIIIIII

D.

E.

3.4

A. Backfill excavations resulting from demolition operations with on-site or importmaterials conforming to structural backfill defined in Section 31 23 00 Fxcavation andFill.

PA.RT 3 EXECUTION

3.1 PREPARATION

A. Protect and maintain benchmarks and survey control points during construction,

B. Protect existing site improvements to remain during construction.

3.2 RESTORATION

A. Restore damaged improvements to their original condition, as acceptable to theOwner.

3.3 UTILITIESLocate, identify, disconnect, and sealor cap off utitities indicated to be removedor abandoned.

Arrange to shut off indicated utilities with utility companies or veriff that utilitieshave been shut off.

Existing Utititiesr Do not interrupt utilities serving facilities occupied by Owner orothers unless authorized in writing by the Owner, and then only after arranging toprovide temporary utllity services according to requirements indicated.

Coordinate utility interruptions with utility company affected.

Do not proceed with utilig intenuptions withoutthe permission of the Owner andutility company affected. Notify Owner and utility company affected two workingdays prior to utility intemrptions.

F, Excavate and remove underground utilities that are indicated to be removed.

G. Securely close ends of abandoned piping with tight fitting plug or wall of concreteminimum 6-inches thick.

SITE IMPROVEMENTS

A. Remove existing above- and below-grade improvements as indicated and asnecessary to facilitate new construction,

B" Remove stabs, paving, curbs, and gutters, as indicated. Where concrete slabs,curb, gutter and asphalt pavements are designated to be removed, removebases and subbase to surface of underlying, undisturbed soil.

C. Unless the existing full-depth joints coincide with line of pavement demolition,neatly saw-cut to full depth the length of existing pavement to remain beforeremoving existing pavement, Saw-cut faces vertically.

D. Remove driveways, curbs, gutters and sidewalks by saw cutting to full depth. Ifsaw cut fatls within 3O-inches of a construction joint, expansions joint, score mark

_ .. ._ . or edge, remove material to joint, mark or edge. ,. - _Positano Hills Park DemolitionMarch 1, 2012 a24000 -2

Page 104: Bid Info and Specs 01

tIIIIItIIIIIItIIIII

3.5

3.6

BACKFILL

A. Place and compact material in excavations and depressions remaining after siteclearing in conformance with Section 31 23 00 Excavation

DISPOSAL

A. Remove surplus obstructions, demolished materials, and waste materials,including trash and debris, and legally dispose of them off the Ownef s property.

END OF SECTION 02 40 OO

Positano Hills ParkMarch 1,2A12

Demolition0 2 4 0 0 0 - 3

Page 105: Bid Info and Specs 01

tIIIIIIIITIIIIIIttI

1 . 7

SECTION 05 52 OO - METAL RAILINGS

PART l..GENERAL

1,1 RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Conditions andDivision 1, General Requirements, apply to the work specified in this $ection.

DESCRIPTION OF WORK

A. Work lncluded: All labor, materials and equipment necessary to complete theinstallation of miscellaneous metalwork shown on the Landscape Drawings.

B. Work Specified Under Other Sections: Consult all other Sections, determine the extentand character of related work and properly coordinate work specified herein with thatspecified elsewhere to produce a complete, finished and workmanlike installation.

REFERENCES AND STANDARDS

The following references and standards are hereby made a part of this Section andmiscellaneous metal material and installation shall conform to the applicable requirementstherein.

A. Shop detailing and fabrication practices: Conform to the standards of the NationalAssociation of Architectural Metal Manufacturers (NAAMM) in the Architectural MetalHandbook, latest edition.

B. Welding: Conform with requirements of the American Welding Society.

C. "Specifications for the Design, Fabrication, and Erection of Structural Steel forBuildings", American Institute of Steel Construction, latest edition.

p. California Building Code, latest edition.

SUBMITTALS

A. Shop CIrawings: Submit shop drawings of the following. Shop drawings shall be toscale, and fully dimensioned. A location plan shall be included, noting the location ofeach railing. lmprovements recommended by the fabricator shall be included in theshop drawings:1. Stair handrails, details of all handrails and a location plan.

B. Two segments of finished Stainless Steel Railing, one with one 90o bend, and one witha welded joint. Samples shall be finished as specified

QUALITY ASSURANCE

A. Materiats and Fabrication: Conform to the requirements specified forthe particularitern;and where these requirements are not specified in detail, the materials shall be suitablefor the intended usage of the item and be of first quality workmanship.

PRODUCT DELIVERY AND STORAGE

Positano Hills ParkMarch 1.z j f t

Metal Railings0 5 5 2 0 0 - 1

1 . 3

1 , 4

1 . 5

1 . 6

Page 106: Bid Info and Specs 01

tIItItIIItIItIIII

B.

2.6

A. Protect metal work at all times. Damaged work will be rejected.

PART 2--PRODUCTS

2,1 STEEL

A. Stainless Steel: AlSl No. 316 Schedule 40 pipe.with No.4 satin finish all around;ASTM A-240. Dimensions of all components shall meet the California Building Code,latest edition.

2.2 ROUGH HARDWARE

A. Furnish all stainless steel nails, spikes, bolts, screws, and connectors of standardmanufacture required to complete the work.

2.3 MISCELLANEOUS MATERIALS

A. Grout: Non-shrink, non-metallic, ASTM C-109, Q-827, C-191.

B. lsolator for metals causing electrolytic action: Asphalt bitumen emulsion.

C. All bolts and screws for attachment of galvanized items shall be galvanized or ofapproved non-corrodible materialwhich will not cause galvanic action.

\AELDING

A. Welding shall be in accordance with the "Structural Welding Code", American WetdingSociety, latest edition.

B. Allwelds shall be continuous, ground smooth, and finished to match and blend withadjacent parent metal. No gaps or bumps permitted.

PART 3:-EXECUTION

3.1 TNSPECTTON

A. Examine the substrate under which miscellaneous metal work is to be installed. Notifythe Landscape Architect, in writing, of conditions detrimental to the proper and timelycompletlon of the work. Do not proceed with the work until unsatisfactory conditionshave been conected.

3,2 FABRICATION

A. Steelrailing shallbe continuouswith welded joints. Segmented pipewith epoxied (non-welded) joints is not allowable.

Provide all miscellaneous stainless steel angles, channels, tees, zee-bars, plates andshapes, threaded rods, pipe, tubes, bolts, nuts, washers, spacers, and fasteningsrequired to complete the work whether shown on the drawings or not.

Where posts are embedded into concrete paving or walls, core drill holes into concreteafter railings have anived on site to insure exact placement, $ecure with epoxy grout.

Positano Hills ParkMarch 1,2012

Metal Railings05 52 00 -2

II

Page 107: Bid Info and Specs 01

c.

D.

E.

F .

b .

3 .5

IIItIIIIIITIIItIIII

Shop Assembly - Provide anchorage where necessary for fastening miscellaneousmetal items securely in place. Anchorage not otherudse specified or indicated shallinclude slotted inserts, expansion shields, and power-driven fasteners when approvedfor concrete; toggle bolts and through bolts for masonry; machine and carriage bolts forsteel; through bolts, lag bolts, and screws for wood $lotted inserts shall be of typesrequired to engage with the anchors.

Dissimilar Metals - Where dissimilar metals are in contact, or where aluminurn is incontact with concrete, mortar, masonry, wet or pressure-treated wood or absorptivematerials subject to wetting, the surfaces shall be protected with non-absorptive tape,heavy-bodied bituminous tape, or zinc chromate primer.

Perform work using mechanics particularly skilled in type of work required. Insofar aspossible, fit and shop assemble, ready for erection. Make jointings and intersectionsaccurately, tightly fitted, and in true places with adequate fastenings. Unless othenruiseshown or specified, use flat and countersunk head bolt or gcrews wherever exposed.Provide all cutting, punching, drilling and other work for attachment of work of othertrades to architectural metals work.

Install work plumb, true to line and grade, rigidly and permanently secured.

Make neat and regular joining and mitering where required and only those weldsnecessary for fabrication of the metal units will be allowed. Do not construct or cutsections of material, for galvanizing or for any reason, so that welds in addition to thoseabove specified will be required.

H. Give particular attention to the finish of the exposed edges, corners, and surfaces. Anyimperfections or roughnessthereof shall be ground smooth. Alledges and corners shallbe rounded off.

PROTECTION

Protect finlshed installation frorn damage until final acceptance of entire project.

**END OF SECTION*-

Positano Hills ParkMarch 1,2012

Metal Railingsa 5 5 2 0 0 - 3

Page 108: Bid Info and Specs 01

ItIIIIIIIIIItIItIII

SECTION 1293 OO . SITE FURNISHINGS AND PLAY EQUIPMENT

PART 1 . GENERAL

1,1 RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Conditions andDivision 1, General Requirements, apply to the work specified in this Section.

1.2 DESCRIPTION OF WORK

A. Work lncluded In This Section: Furnish all labor, tools, equipment, material, andtransportation and perform all operations necessary and incidental to proper execution andcompletion of allwork in accordance with the Drawings and Specifications.

B. Related Work Specified Under Other Sections: Consult all other sections, determine theextent and character of related work, and properly coordinate work specified herein with thatspecified elsewhere to produce a finished, workmanlike installation.1. Concrete, Section 32 1313.

1.3 QUALIW CONTROL

A. All equipment furnished shall be new and installed in accordance with the manufacturer'sinstructions.

B. Close cooperation between subcontractors is required for the proper sequence of installingvarious equipment. The contractor shall be responsible for coordinating the installation ofthese items of equipment to avoid any time lost, delays in completion, or damage topreviously installed work.

C. Play equipment shall be certified as compliant with CSPC standards prior to City acceptance.City will provide for a third party inspection by a Certified Playground Safety lnspector.

1.4 SUBMITTALS

A. Complete manufacturefs literature, specifications and finishes for all site furnishings and playequipment for review prior to delivery to the site. Catalog cuts shall clearly identify product,dimensions, finishes, color., schedule and installation.

B. Shop Drawings: Submit shop drawings of all manufactured site items specified herein, andas indicated on drawings, including but not limited to all mounting and footing detail. Shopdrawings shall be fully dimensioned and annotated, and drawn and printed to scale-

C. Color Sample(s) on metal, wood, or plastic as appropriate for each product.

D. Structural engineering calculations for all structural ccmponents of play equipment, stampedand signed by a Structural Engineer licensed in the State of California. These calculationsare for file purposes only and will not be reviewed by the City

E. Playground Safety Surfacing: 114 Cubic Foot and manufacturer's printed literature.

Positano Hills ParkMarch 1,241?

Site Furnishings & Play Equipment1 2 9 3 0 0 r 1

Page 109: Bid Info and Specs 01

t.

Geotextile Fabric for Play areas: Two each, lsquare foot sample of the material, andmanufacturers printed specifications.

Resilient Rubber Surfacing: Two each, 1 square foot full depth section of the specifiedmaterial including base mat and showing the surface colors specified.

For both Resilient Rubber Surfacing and Wood Fiber Play Surfacing, provide writtenstatements signed by an official authorized to certify on behalf of the manufacturer attestingthat the surfacing meets the requirements of ASTM F 1292 for a head-first fall from thehighest accessible portion of specified playground equipment. The statement shall be datedafter the award of the Contract, shall state the Contractor's name and address, and shallnarne the project and location. The statement shall also provide the name, address, andtelephone number of the testing company, the date of the test, and the test results.

For each item, obtain written review of submittal with no exceptions taken, by the CityReptesentative, prior to ordering the product. No equipment or product shall be delivered tothe site without said review.

1.5 PRODUCT DELIVERYAND STORAGE

A. Deliver, store and protect site furnishings from damage and weather prior to installation orsetting. Damaged products will be rejected.

PART 2 . PRODUCTS

2.1 PICNIC TABLES

Manufacturer: DuMor Inc., represented by Ross Recreation, Santa Rosa, CA. Phone:707-538-3800.

Models: Standard table: 100-80 PL S1,8' length. Accessible Table: 100-68 1PL 51.Material/Color/Finish: Recycled plastic slats, Redwood color. Metal finish: Polyester powdercoat, Bronze. S1 embedment mount in concrete footing according to manufacturer's detail.

2.2 SERVICE TABLE

A. Manufacturer: DuMor Inc., represented by Ross Recreation, Santa Rosa, CA. Phone: 707-538-3800.

B. Model: 100'80 PLC-02 S1, 8'length, without benches. Mounting height: 36" above finishgrade. Material/Color/Finish: Recycled plastic slats, Redwood color, Metalfinish: Polyesterpowder coat, Bronze. S1 embedment mount in concrete footing accordinE to manufacture/sdetail.

2.3 BARBFCUE

Manufacturer: DuMor Inc., represented by Ross Recreation, Santa Rosa, CA. Phone: 707-538-3800.

Models: Single unit:21-00 Freestanding Grill. Double unit:24-00 Freestanding Grill. Both:black enamelfinish, embedment mount in concrete footing according to manufacturer's detait.

IIIIIIIIIIIIIIIIIt

F.

\ J ,

H.

A.

B .

A.

Positano Hills ParkMarch 1,2012

Site Furnishings & Play Equipmenf1 2 9 3 0 0 - 2

I

Page 110: Bid Info and Specs 01

IIIIIIItIIIIIItIIII

2.4 TRASH RECEPTACLE

A. Manufacturer: DuMor lnc., represented by Ross Recreation, Santa Rosa, CA" Phone:707-538-3800.

B, Model: 102-32SH, 32 gellon uniturith steelshield, surface mount. Cover: 3/8" Steel plate W10" dia. hole. Metalfinish: Polyester powder coat, Bronze.

2.5 RECYCLING RECEPTACLE

A. Manufacturer: DuMor lnc., represented by Ross Recreation, Santa Rosa, CA. Phone: 707-538-3800.

B. Model: 102-32SH-RC, 32 gallon unitwith steelshield, surface mount. Cover: "RC" RecylingLid. Metal finish: Polyester powder coat, Bronze.

2.6 BENCH

A. Manufacturer: DuMor Inc., represented by Ross Recreation, Santa Rosa, CA. Phone:707-538-3800.

B. Model: 160-60, 6' length with back, surface mount according to manufactureds detail and boltdetail on the drawings. Metalfinish: Polyester powder eoat, Bronze.

2.7 BICYCLE RACK

A. Manufacturer: Palmer Group LLC, San Francisco, CA, ph 415-333-6428, fax415-333-2032.

B. Model: "Welle" series bike rack, Inground mount, 23la" Sch 40 steel pipe, galvanized finish.

2.8 DRINKING FOUNTAIN

A. Manufacturer: Most Dependable Fountains, Inc.; 5705 Commander Drive, Arlington, TN38002. Toll Free 800-552-6331, Office 901-867-0039, Fax 901-867-4008. lnternet:www. mostdependq ble. com . E-ma il : info@ mosldependable. com.

B. Modef: #440DM, stainless steel. Direct burv mount.

2.9 MUTT MITT DISPENSER

A. Manufactuer: Intelligent Products, Inc., 1000 Lower River Rd., Burlington, KY 41005,(859)689-7200.

B. Model: Green dispenser post and Mutt Mitt singles dispenser refill.

2.10 METAL BOLLARDA, Manufacturer: Columbia Cascade, represented by Park Pacific, Watnut Creek, CA. Ph.: 888-

460-727 5. Fax: 888-46 1 -727 5.

B. Model: Timberform model2190-E (embedment mount) and 2190-R (removable mount\,4Ti'

Positano Hills ParkMarch 1.2412

Site Furnishings & Play Equipment1 2 9 3 0 0 - 3

Page 111: Bid Info and Specs 01

Vlanufacturer tem-Model Number lolor / Finish Mount supplter i Rep

]reSplayi121 Wnnetka Ave N, #108tlew Hope, MN 55428rhone 612 670 8195

3reSplay Treefrunk tot swing

Tree bad(lexture, Browncolor

a groundrmbedmont

Miracle PlaySystemsAlamo, CA1o1800.879.7730lF I 510.8e3.2163

Landscape Structures lnc301 7th street SouthDelano, Minnesota 55328roll free: (800) 328 0035Fax: (763) 972-6091

-og Steppersr173907tl 739081173909

Tree barkiexture, Brown30lor

n ground;mbedment

Ross Recreation707.538.3800707.538.3826 (fax)wwiv.rossrec.com

Landscape Structures Inc601 7th Street SouthDelano, Minnesota 55328Tollfree: (800) 328 0035Fax: (763) 972-6091

-og Crawl Tunnelr'173594

free barklexture, Brown:olor

Set onSubgrade

Ross Recreation707.538.3800707.538.3826 (fax)www.rossrec.com

General: "Fibar", as provided by The Fibar Group, 300 Business Park Dr., Armonk, New York10504, 1-80A442-27?1, or approved equal. The finished, compacted depth shall be aminimum of 12 inches installed o!,er geoteltile fabric and drain rock. Note: the volume ofmaterial delivered differs from the compacted volume. Available from Filice Enterprises, SanJose. "Fibar", is a mix of random sized, engineered wood fibers (from lumber identical to thatused for dimensional & structural timber without bark). Material shall meet all publishedquality control speciflcations of The Fibar Group.

Geoiextile fabric for play area: 100% continuous filament polyester nonwoven needlepunched fabric. Weight 4.2az,lyard (ASTM D-3776). Mullen burststrength: 210 psi(ASTMD-3786), Water flow rate: 140 gpm/ft. (ASTM D-4491).

2.11 RESILIENT RUBBER SURFACING:

O. D. Schedule 40 steelpipe. Finish: Evergreen Powdercoat.

2.10 PLAY SAFETY SURFACE:

2 .12

A.

B.

2 . 1 3

A.

IIIIIIIIIIIIIIIIIII

B.

A. Playbound Poured-in-Place System, manufactured by Surface America, Inc., and availablefrom Ross Recreation, 100 Brush Creek Rd., Suite 101 , Santa Rosa, CA 95404. Phone: 707-538-3800. The system shall consist of Poured-in-place Primer, Poured-in-place Binder,Poured-in-place black shredded styrene butadiene rubber (SBR) Sase Mat, and Poured-in-place ethylene propylene diene monomer (EPDM) top course, all as specified in the wfittenproduct specifications of the manufacturer, rneeting applicable requirements of the ConsumerProducts Safety Commission Handbook for Public Playground Safety, and ASTM F 1292.

BASKFTBALL FQUIPMENT

Manufacturer: Steelcraft Products, Pasadena, CA (626) 798-7441.

Model: 2 each: 12C56 curved basketball post, gafuanized steelwith fan shaped connection,fan shaped fiberglass backboard with red OTA target and OBM border, model 600 doublegoalrim painted red, galvanized chain net.

PLAY EQUIPMENT

Positano Hills ParkMarch 1 .2012

Site Furnishings & Play Equipment1 2 9 3 0 0 - 4

Page 112: Bid Info and Specs 01

IIIIItIIIIIIIIIIIII

[danufacturet Item-Model Number lolor / Finrsh lolor / Frnish supplier / Rep

Landscape Structures Inc601 7th Street SouthDelano, Minnesota 55328Toll tee: (800) 328 0035Fax: (763) 972-6091

Mushroom Climbers#171569*171570#171571

\atural texture,Srown color

n groundrmbedrnent

Ross Recreation707.538.3800707,538.3826 (fax)|,VWW.fOSSfeC.COm

randscape Structures inc301 7th Street SouthDelano, Minnesota 55328follfree: (800) 328 0035Fax: {763) 972-6091

Peak NaturalClimber#160418

Rock Texture,Brown color

Set onSubgnde

Ross Recreation707.538.38007o7.538.3829 (fax)frrwvv.rossrec. com

Landscape Structures inc601 7th Street SouthDelano, Minn€sota 55328Toll free; {800)328 0035Fax: (763) 972-6091

f,ouble BobbteRider #1640754

led powder coat 'n groundrmbedment

Ross Recreationr07.538.3800r07.538.3826 (fax)/t 4 rv.rossrec.com

.andscape Structures inct01 7th Street Southfelano, Minnesota 55328foil fee: (800) 328 0035=ax (763) 972-6091

Talk Tube#1 13931A

Red oowder coat n grounormbedment

loss Rec{eation207.538.3800r07.538.3826 (fax)|lM,W.rOSSreC.COm

-andscape Structures Inc101 7th street South)elano, Minnesota 55328loll free; (800) 328 0035=ax: (763) 972-6091

Stand Up Spinnerffi55A77

Red powder coat n ground:mbedment

loss Recreationr07.538.3800207.538.3826 (fiax)fr/l,Wv.fOSSfec.COm

Playworld Systems, Inc.1000 Buffalo RoadLewisburg, PA 17837-9795P:800.233.8404F:570.522.3030

3rigins Hil lSlide:3ustom SlitherSide (24" deck)ruith pipe wallsand;teelladder

Brownstone n ground>inbedment

NSP3Ph,(877) 473-7619Fax: (530)246-0518:[email protected]

Playworld Systems, lnc.1ffiO Buffalo RoadLewisburg, PA 17837-9795P:800.233.8404F:570.522.3030

Srigins Rock Log Tree barktexture, browncolor

iet on3ubgrade

NSP3Ph.(877) 473:7619Fax; (530) 246-a518;[email protected]

Playworid Systems, Inc.1@0 Buffalo RoadLewisburg, PA 1 7837-9795P: 800.233.8404F:570.522.3030

feck to Deck RopeSrtdge

Decks: BrownPosts: ForestGreenRope: Red

r ground)mbedment

NSP3Ph.(877) 473-7619Fax (530) [email protected]

3ig Toys7221 New Market Street)lympia, WA

aerlywo*srlayhouse Q8363Mrithout floor deck

"Standard":natural wood withcolored accents

In ground3mbeclment

wonclerscapesRecreation Inc.Forestville, CAPH:707-887-9262FAX: 707-887-9691

Vliracle Recreation Equipment\4onet, Missouri

)elignt-o-Scope3inoculars 961-2

Red powder coat ln groundembedment

Miracle PlaysystemsAlamo, CAlol800.879.7730lF I s10.893.2163

Positano Hills ParkMarch 1,2012

Site Furnishings & Play Equipment1 2 9 3 0 0 - 5

Page 113: Bid Info and Specs 01

PA.RT 3. EXECUTION

3.1 GENERAL

D.

E.

F.

B.

Install play equipment with safety zone clearances as shown on the plans, includingbuffer bet'rveen safely zone and adjacent structure or paving.

Coordinate delivery and installation of site fumishings with other site work. Avoid tooearly installation and undue exposure to damage.

Verify location of site furnishings and obiain the City's approval thereof prior to finalinstallation.

Replace damaged furnishings; no patching or repair will be allowed"

Install all items plumb, and true to line and grade.

Drinking fountain waste water drain line shall be installed as detailed. Contractorshall coordinate drinking fountain construction with utility work to ensure a potablesupply of water.

Installation of individual equipment shall be installed accotding to manufacturer'sspecifications and and plans and details. Contractor to verify that manufacturer'srecommendations are current at time of construction.

IIIIIIIIIIIIIIIIIII

\ J .

3 .2

3 .3

Wood Fiber Play Surface:

A. Grade subgrade to drain towards subsurface drain lines at minimurn t% slopes.Compact subgrade to 90%.

B. Install geotextile fabric, drainage structures and drain rock as detailed on thedrawings.

C. Installwood fiber per manufacture/s printed instructions. Depth according to plansafter compaction and settlement. Hold finish grade of wood fiber 2" minimum belowadjacent paving or curb.

Resilient Rubber Surfacing: Install over concrete slab as detailed on the plans andaccord i n g to the Ma nufactu rer's printed i nstal lation specifi cations.

**END OF SECTION--

Positano Hills ParkMarch 1,2A12

Site Furnishings & Play Equipment1 2 9 3 0 0 - 6

Page 114: Bid Info and Specs 01

IIIItIIItIIIIIIIIII

1 . 1

1 . 2

SECTION 26 05 OO . SITE ELECTRICAL WORK

PART,I . GENERAL

1 . 3

1 . 4

1 . 5

Work shail consist of furnishing and installing all labor and materials for complete installation ofservice pedestal, pole lights, receptacles, conductors, conduits, pufi boxes, connection ofrestroom panel and irrigation controller, raceways, concrete equipment and pole bases, andmiscelfaneous related work as shown on Plans.

Contractor shall visit the site prior to submission of his bid, verify all conditions that will affect theperformance of his work, make all necessary measurements, and notify the Engineer of anydiscrepancies between the plans and the actual field conditions, prior to bidding.

Contractor shall secure all necessary permits.

Contractor shall coordinate his work with the other trades, reviewing areas of possible conflict ofspace.

Contractortofurnish and install all necessarytemporary lighting and job site construction poweras required by the 201 1 edition of the National Electrical Code, OSHA, and the California StateSafety Orders.

SUBMITTALSPrior to ordering any materials, Contractor shall furnish the Landscape Architect withmanufacturer's literature and catalog sheets, per General Requirements section, andlormanufacturers' data sheets for the followino items:

Pole LightsPull box vandaf insertsPull boxes\Mre and conductorsReceptacles and coversConduit and conduit fittingsGround rods and fittingsConduit sealing materialsWire connection sealing materialsService Meter PedestatWarning tape

CODES AND STANDARDS

Unless otheruvise indicated or specified, all materials and methods shall conform to theappropriate current sections of:

The City of Dublin $tandards for Public lmprovements.Applicable ASTM specifications as they reasonably apply to this work, except formeasurement and payment requirements.Where conflicts occur, most stringent requirements apply.

All materials shall be new with the Underwriter's acceptance label attached.

All work shall conform to the requirements of the current edition of the National Electrical Code,OSHA, California State Safety Orders and the City regulations.

1 .6

1 . 7

1 .2.

?

Positano Hills ParkMarch 1. 2012

Site ElectricalWork2 6 0 5 0 0 - 1

Page 115: Bid Info and Specs 01

RECORD PLANSContractor to keep accurale and scaled reproducible record plans of the entire electricalinstallation. Deviations and changes from the Contract Plans shall be noted on this drawing. Allwork that is installed under this Contract shall be included on these Plans.

GUARANTEEElectrical Contraclor shall guarantee, in writing, for a period of one year from date ofacceptance, that all work installed shall be free from defects in workmanship and materials. lfduring this period of one year any such defects appear, the Contractor shall, without cost to theCity, remedy such defects- lf the Contractor defaults on this guarantee, the City may have suchwork done and charged to the Contractor.

PART 2. PRODUCTS

2.1 Conductors: Shall be copper, crosslink polyethylene insulated, 600V, type "USE" undergroundservice cable, Triangle, Southwire, Phelps Dodge or equal.

2.2 Conduits: Shall be PVC schedule 80, or HDPE, by Carlon, PW Pipe, or approved equal. Allconduits entering pull boxes shall have end - bells,

2.3 Pull Boxes: Shall be reinforced concrete, by Old Castle or equal, with upper section and risersection, with reinforced concrete covers with hold down bolts. Provide McCain vandal insertswith heavy duty padlocks as approved by Cig. Sizes of pull boxes as indicated on Plans.

2.4 Cast Metal Junction Boxes: Shall be of non-corosive material, watertight construction,aluminum or malleable iron, with screw cover, by Crouse Hinds, Killark, or approved equal.

2.5 Lighting Fixtutes: As shown on Plans.

2.6 Ground rods: Shall be copper-clad steel, % "diameter by 10' long, with suitable phosphorbronze clamps, Blackburn, or approved equal.

2.7 Receptacles: Shall be duplex 20amp, 125volt, 3 wire grounded, heavy - du$ tamper resistantGFCI type, commercial grade, by Hubbell, Anow Hart or Leviton,

2.8 Service pedestal with enclosed molded case circuit breakers and controls as indicated on thePlans. Circuit breakers shall be bolt-on style, of the frame size indicated in the Plans and asmanufactured by Square D. The enclosure shall be rain-tight with underground pull sectionoutdoor, NEMA Type lllR, and shall be fabricated from marine grade aluminum, with anodizedfinish, in accordance with UL 98. Enclosure shall be UL listed, Service pedestal shall meetPG&E's requirements, and shall be as manufactured by TESCO Type lllAF, or approved equal.

2.9 Warning Tape, detectable type,6" wide, as manufactured by 3M, or equal.

PART 3 . INSTALLATION

Gontractor shall furnish and install the lighting fixtures per the requirements of the City, and asindicated on Ptans.

Contractor shall install service pedestal on concrete base with ground rod as indicated onPlans.

IIIIIIIIItIItIIIIII

1 . 8

1 . 9

3"1

3.2

Positano Hills ParkMarch 1, 2012

Site ElectricalWork2 6 0 5 0 0 - 2

Page 116: Bid Info and Specs 01

IIIItIIIIIIIIIItIII

3.3

3.4

J . C

Contractor is responsible for the removal of all debris from job site caused by this work. Protectand cover all equipment during construction to keep material free from scratches andblemishes.

All poles and fixtures shall be installed plumb and straight. All scratches or other damage topaint finish shall be repaired.

All conductor splices shali be completely watertight, utilizing either 3M 85 series electricalsplicing kits with molds, resin and tapes, or Method "8" per Standard Specifications. Splicesshall be prepared as recornmended by the manufacturer.

All conduits entering underground pull boxes shall have wide flange end bells. Upon completionof the installation of the wire in the conduits, all conduit ends shall be sealed watertight withnon-hardening, non-oxidizing and non-corrosive sealing compounds, Fermagum, orapprovedeoual.

All conductors in conduits shall be installed free from injuries, abrasions and cuts, or crimping.Where necessary to provide cable lubrication for smooth conductor installation, Contractor mayuse jet line products 'SWP" series, or approved equal.

Pull box shall be instalted flush with pavement or grade, set on drain rock base as indicated onPlans.

Receptacle mounted on light poles shall be GFCI type, with lockable weatherproof covers.

Detectable warning tape shall be installed 12" below grade over the full length of trench for allburied conduit.

The complete electrical instaflation shall be permanentlygrounded perthe currentedition of theNational Electrical Code and local regulations. Test service grounds with AMP, or Biddle,ground megger, record results and submit to Engineer. Should results be greater than 25ohms, install addition ground rod(s) spaced 10' apart from original ground rod or UFER.

The restroom feeder conductors shall be insulation tested using 500volt instrument. Recordresults and submit to Engineer. Replace conductors having less than 20 mega-ohm testresults.

3.6

3.7

3.8

3.9

3. '10

3 . 1 1

3.12

3.13 Testing: The Contractor shall test the complete installation in the presence of the Cityrepresentative, upon completion of the project, including tests for grounds, lighting controls,panelboard circuits, etc.

***End of Section***

Positano Hills ParkMarch '1, 2012

Site ElectricalWork2 6 0 5 0 0 - 3

Page 117: Bid Info and Specs 01

ItItIIIIIIIIIIIIIII

SECTION 31 22 AO LANDSCAPE EARTHWORK

FART 1 .- GENERAL

1.1 RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Condiiions andDivision 1, General Requirements, apply to the work specified in this $ection,

1.2 DESCRIPTION OF WORK

A. Work lncluded: All labor, material, poweri tools, transportation, services and equipmentnecessary for and properly incidental to the furnishing, installation and completion of allexcavating, grading, filling and backfilling as shown or indicated on the Landscape Drawings,specified herein or reasonably to be inferred therefrom.

B. Work Specified Under Other Sections: Consult all other Sections, determine the extent andcharacter of related work and properly coordinate work specified herein with that specifiedelsewhere to produce a complete, finished and wofimanlike installation.

1.3 QUALIryASSURANCE

A. Reference Standards: The following codes and standards are hereby made a part of thisSection, and all earthwork shall conform to the applicable requirements therein, except asotherwise specified herein or shown on the Drawings.

1. Standard Specifications: Where referred to in these $pecifications, "StateSpecifications" shall mean the California Caltrans Specifications, latest edition.

2. Percent Compaction: As referred to in these specifications, percent compaction orrelative compaction is required in-place dry density of material expressed as apercentage of the maximum dry density of the same materialdetermined in accordancewith the ASTM Test Method D-1557 (C). Optimum moisture content corresponding tothe maximum dry density determined by the ASTM Test Method D-1557 (C).

3. American Society for Testing and Materials (ASTM).

B. Requirements of Regulatory Agencies:

1. Work shall comply with rules and regulations of local and state agencies havingjurisdiction.

2. State and local code requirements shall control disposal of debris.

C. AllowableTolerances:

1. Grading under this Section shall be to a tolerance as follows:a. Areas 4:1 and Flatter: Plus or minus one-tenth of a foot (0.1'); however, the

average grade over any one 50 foot square or 50 lineal feet of paving shall nolvary more than 0.05'from the average grade shown on the Drawings.

b. Slopes Steeper than 4:1: Plus or minus 0.5'

Positano Hills ParkMarch 1, 2412

Landscape Earihwork3 1 2 2 0 0 - 1

Page 118: Bid Info and Specs 01

c. Allfinish grades shall have drainage away from buildings, off walking surfaces, andto drainage inlets.

2. Horizontal layout shall not vary more than 1 inch from dimensions indicated on theDrawings, Make minor field adjustments in the layout as necessary to make radiitangent and curves smooth and flowing as indicated on the Drawings.

D. Layoui of 'rhe Woi"k: A iicensed surueyor or registei'ed civii engineei'shaii iay oiii and estabiishall lines, levels, grades and positions of all parts of the work,

1.4 DEFINITIONS:

A. Rough Grading: Existing pr+construction grades established under the work of another

c

contract.

Contour Grading: Earth moving necessary to bring the site to the contour elevations shownon the Grading Plan, sheet L-2.0, to within 1" +/- of Finish Grades.

Finish Grading: As specified in Section 32 90 00, Planting. Consists of smoothing andfinishing of finalgrades, after soil conditioning operations.

Engineered Fill: Soil or soil-rock material approved by Soil Engineer and placed at the site inorder to raise grades or to backfill excavations and upon which the Soil Engineer has madesufficient tests and/or observations to enable him to issue written statement that, in hisopinion, fill has been placed and compacted in accordance with Specification requirements.

On-Site Material: That obtained from required on site excavation.

lmport Material: Hauled in from off-site borrow areas; natural soil capable of supporting newornamental planting.

1.5 SOILS ENGINEER

The Soils Engineer will inspect all work done under and related to this Section and the work sha[lbe done following his recommendations. The owner shall pay for the seruices of the Soils Engineer.

A. The Soils Engineer will inspect all stripping, site preparation, excavating, grading, filling,backfilling, compacting, subgrade and filter rock.

Fill material shall be approved by the Engineer prior to placement.

All fills for which specific standards or density are herein specified shall be tested andapproved by the Engineer prior to acceptance of the fills by the Owner.

The Contracto/s requests for the Engineer's appearance on the project site shall be madesufficiently in advance to provide the Engineer forty-eight (48) hours advance notice of thebeginning of operations requiring his attention.

The Contractor shall cooperate with the Engineer in performing the inspections and tests.

PART 2--MA-rER|A!.S

B.

D

IIIIIIITIIIItIIII

E.

F.

B.

c.

D.

E,

Positano Hills ParkMarch 1. 2A12

Landscape Earthwork3 1 2 2 0 4 - 2 t

I

Page 119: Bid Info and Specs 01

2.1

2.2

IilIIIIItIIaNItIIIIT

FILL MATIRIAL

A. On-site soils and rock, except for the stripped organic matter, are suitable for use as fill andbackfill.

B. lf insufficient suitable on-site soil is available to complete the work as indicated on theDrawings and herein specified, import materialwillbe required.

C. Allfill shall conform with the following requirements:

1. Soil or soil-rock rnixture, ftee from organic matter, trash, rubble, or otherdeleterioussubstances.

2. Fitl shall not contain rocks over 6 inches in their greatest dimension nor more than fivepercent by volume of rocks larger than2-112 inches. Rock and gravel shall be no higherthan ten percent of the total volume of the fill material.

3. Fill placed within the upper 12 inches under paving and other site structures shatl inaddition to the above, have a maximum plasticity index of 15 or less and shall notcontain more than 50 percent (by weight) finer than the No. 200 sieve. Materialsmeeiing these requirements should be available from required excavations at the site.

4. Fill materialto be predominantly granular, wellgraded, not showing excessive shrinkageor swelling when subjected to changes in water content. Thoroughly compact withoutoresence of excess voids.

MOUNDING MATERIAL

A. On-site or off-site soil containing organic matter considered unsuitable for fill materiat may beused to construct landscape mounds and berms which do not support paving, steps or otherstructures. Mounding material shall have the following minimum characteristics:

1. Physlcal Characteristics: May range from Sandy-Loam, Loam, to Clay-Loam, with thesilt/clay fraction fess than 60%. Gravel and rock less than 5% by volume.

2. Agriculturalsuitability:Satinity (ECe): 0-2.Sodium (SAR): 0-4.Boron (PPM in Saturated Extract). 0-0.7.Reaction (pH): 6.0-7.5Free of toxic materials or contruction debris

2.3 SANDY LOAM IMPORT TOPSOIL: Specified under section 32 90 00, Planting.

PART3 - rNSTAt f'-ATtqlll

3,1 }NSPECTION

Check all points of horizontal and vertical control before any work is commenced; also check alllines and levefs on the Drawings. Should any discrepancies be found on the Drawings or in themarks established at the site, immediately notify the City Representative in writing so that properadjustment may be made. The Architect reserves the right to make such minor adjustments in the

Positano Hills ParkMarch 1 ,2012

Landscape Earthwork3 1 2 2 0 0 - 3

Page 120: Bid Info and Specs 01

field as necessary to accomplish the true intent of the Plans and Specifications.

3.2 LINES AND LEVELS

A. Accurately tay out all [ines, grades, elevations and drain locaiions and set all necessary stakesreouired for the work.

B. Protect and maintain all existing bench marks and control monurnenis and stakes that maybe established.

C. Finished grades shown on Plans are given in feet and decimals of feet and are to be the topof all graded or paved surfaces. Slope uniformly between given spot elevations unlessotherurise indicated.

D, Transition between slopes and relatively flat areas shall be rounded and gradual.

E. Transition between changes in vertical gradient of walks and paving shall be smooth andgradual with no abrupt or sharp changes.

F. Horizontal curves and radii shall be laid out tangent to adjacent straight lines or adjacenlcompound curves. Curves shall be smooth and flowing.

G. All finished grades shall have drainage away from buildings, off walking surfaces and intodrainage inlets"

3.5

PROTECTIONNo grading equipment shall be allowed to pass over existing utility lines, drain lines, catch basins,streets, sidewalks, curbing and the like without ample protection and if the same are damaged, theyshall be restored to their original condition as directed by the City Representative. No patching willbe accepted. This Section shall include all responsibili$ for damage to adjacent property that maybe caused by work specified herein.

DUST PALLIATION

All necessary precautions, including watering, shall be taken to control air-borne dust. lf problemsand/or complaints arise due to air-borne dust, and when directed by the City Representative,operations causing such problems shall be temporarily discontinued.

BULKHEADING, SHORING, AND PUMPING

A. Bulkheading, shoring, sheet piling, cribbing and the like shall be provided as necessary tosupport adjoining soils, trees, utility lines and structures and to protect personnel, constructionand adjacent property and as required by OSHA.

B. All excavations and working areas shall be kept dry at alltimes by pumping or other meansas approved by the Architect.

SURFACE DRAINAGF

All portions of the work shall be kept free of standing water at alltimes until all work specified hereinis complete. Maintain uniform grades, construct ditches and/or provide and operate pumps asnecessary to prevent erosion, softening of compacted surfaces and formation of mud in trenchesand excavations. lf ditches are required, they shall be constructed, tamped and maintained in aneat, unifonn shape.

3.3

3.4

ITtIIIIII1tNtttIIII

3.6

Positano Hills ParkMarch 1 ,2012

Landscape Earthwork3 1 2 2 0 0 - 4

Page 121: Bid Info and Specs 01

3.7

JIIIII

SITE PREPARATION

A. Clearing and Demolition:

1. Remove paving, curbing, walls, footings and other structures as required toaccommodate new construction whether shown on the drawings to be removed or not.

2. Remove abandoned utility lines and abandoned footings, foundations and otherstructures.

3. Remove trees designated for removal, saplings, stumps and roots; excavate to aneffective depth below grade approved by the Architect.

4. Clear the site of all debris, grass, brush, roots, etc.

5. Remove the above material from the site.

B. Tree Removal:

1. Flag trees designated for removal with red surveyor's tape and obtain the Architect'sapproval prior to removing any trees.

C. Tree Protection:

1. Erect bariers around the "dripfine" of all existing trees designated to remain within theconstruction area.

2. Minimum barrier allowable: Steel T-posts at 6 feet on center with two strands of 2 inchfiberglass tape at top and mid-point.

3. No vehicles, equipment or materials storage are allowed under the drip line of trees.

D. Stripping: In all areas to be graded, the surface of the natural soils shall be stripped to removegrass, roots, and other vegetation.

1. Stripped material shall not be reused as compacted fill and shall be removed from thesite.

2. Stripped material may be used in landscape mounding and topsoil, however, strippedmaterialwith a high percentage of undecomposed vegetation will not be approved bythe Architect as topsoil or for mounding.

E. Preparation: Localizedareascouldexistonthesitewherelowdensityand/orsaturated, weaksoils will be exposed by site stilpping. These soils shall be excavated as directed by the SoilsEngineer and filled and recompacted as herein specified.

F. Moisture Conditioning and Surface Recompaction in Fill Areas: Foflowing stripping ofvegetation and organic topsoil, the exposed surface in areas to be filled shall be plowed orscarified to a depth of at least 6 inches, disked or bladed until it is uniform and free from largeclods, brought to the proper moisture content, and compacted as herein specified forcompacted fill.

Landscape Earthwork3 1 2 2 0 0 - 5

IIIItIII1tIII

Positano Hills ParkMarch 1 .2012

Page 122: Bid Info and Specs 01

3,8

The Soils Engineer may waive the scarification requirement if, in his opinion, it seerns likelyto produce negative results.

EXCAVATION

A. After allstripping has been done, excavation of every description and of whatever substancesencountered within the limits of the proiect shall be performed to the lines and gradesinciicateel on the Drawings, ancl/or as requirecl to provide for the various fill materials urrderslabs and paving. Excavate for footings to indicated depths or deeper if reguired for solidbearing. Excavations shall be level at bottoms and loose earth, rubbish, etc., shall beremoved.

B. Unauthorized excavations for footings, etc., carried to greater depths than indicated shall befllled with concrete without additionalexpense to the Owner.

C. Excavationsforfootings, where possible, shall be madeto allow eoncreteto be poured directlyagainst the side of the excavation without use of side forms.

D. Where forming is required, excavation shall be sufficient to permit placing and removal offorms. Unnecessary, unauthorized excavation shall not be made.

E. Excavations shall be kept free of water during excavation and until concrete work andbackfilling are complete.

F. Excavation may be accomplished by an approved method.

G. Excess excavated material shall be disposed of off the site at no additional cost to the Owner.

COMPACTED FILI

A. Remove forms, rubbish and deleterious materials in areas to be filled or backfilled and obtainapproval of Owneds Representative that unsuitable materials have been removed.

No more than five days before starting fill operations, scarify surface of areas to receive fill toI inch depth and until surface is free of ruts or other uneven surface features.

Cut out soft areas not readily capable of compaction in place.

Bring scarified materialto moisture contentwithin 2-4 percentonwetsideof optimurn moisturecontent. Thoroughly mix soil and water to achieve uniform moisture content.

Placement and Compaction; Allfill material shall be placed in layers I inches or less in loosethickness, conditioned to a rnoisture content near the optimum moisture content andcompacted with a sheepsfoot roller or other approved equipment to achieve 85 percentrelative compaction to bottom of topsoil in landscaped areas, 90 percent relative compactionbelow aggregate base rock below concrete paving, and g5 percent relative compaction belowaggregate base rock below A.C. paving areas.

When directed by the Engineer or where the fietd moisture content and density tests indicatethat the required compaction or moisture content has not been attained, the fill shall bereconditioned as necessary and recompacted to the required density before additionatmaterial is placed. The Contractor shall be responsible for placing and eompacting approvedfill material in accordance with the Specifications. Should the Contractor fail to meet the

tIIII

IIIIIIItt1

I

3.9

c.

D.

B.

E.

F.

Positano Hills PalkMarch 1 .2012

Landscape Earthwork3 1 2 2 0 0 - 6

ItI

Page 123: Bid Info and Specs 01

IITttIIIIIIi

tIIttIII

density requirements, he shall reduce his rate of haul or furnish additional spreading and/orcompaction equipment or make any other adjustments necessary to achieve a satisfactory fill.

G. The Fngineer shall be allotted sufficient time to perform the necessary testing to assure thatproperly placed compacted fill is being obtained, i.e., the filling operations shall be arrangedin a way that will permit making the necessary control tests for each lift prior to the placing ofsubsequent lifts.

H. The filling operations shall be continued as specified above untilthe fill has been constructedto the grades required on the Contract Drawings.

L No fill material shall be placed, spread, or compacted during unfavorable weather conditions.\iVhen the work is intenupted by heavy rains, filling operations shall not be resumed untilfieldtests by the Engineer indicate that moisture content and the density of the fill are as previouslyspecified.

J. Slopes: The slope of compacted fill surfaces both during and aftergrading shall be no steeperthan two horizontal to one vertical unless otherwise designated on the Plans.

3.10 BACKFILLING

A. Preparation of Fill Areas: Before beginning backfilling the areas to be backfilled shall be freeof all rubbish, trash, formwork, or other foreign matter including water.

B. Placement and Compaction of Backfill: No backfill shall be placed around or upon anyconcrete structure until the concrete in the structure has attained its specified compressivestrength as determined by tests on representative cylinders cured under conditions similartothose prevailing at the site. In lieu of this requirement, structures may be backfilled before theconcrete has attained its specified compressive strength, provided all parts of the structurewhich will support the backfill loads are properly shored or braced in such a manner as toprevent damage to the structure. All such shoring or.bracing shall be approved by theArchitect before any backfllling begins.

1 . Backfill shall be placed in uniform layers on opposite sides of structures and walls beforecompaction. The Contractor shall inform the Architect of the sequence of backfilling tobe followed around each structure and this sequence shall be approved by the Architectbefore any backfill is placed.

2. Structure backfill shall be placed as specified in the preceding paragraph in horizontallayers a maximum of 8 inches thick. Each layer shall be evenly spread, the moisturecontent brought to optimum conditions and then compacted to a relative compaction ofat least 85 percent, for non-paved areas and 95 percent in paved areas.

3. Backfillshall be mechanically compacted by equipment of a size and type approved bythe Architect. Flooding, jetting or ponding will not be permitted for the cornpaction of anybackfill.

3.11 PREPARATION OF SUBGRADE FOR PAVING

A. Grade and compact areas to be paved as hereinbefore specified and required toaecommodate pavement construction including base material.

B. Where subgrade for paving is at existing grade and no excavating or filling has been done,prepare the subgrade as herein specified for Moisture Conditioning and SurfaceRecompaction in Fill Areas.

Positano Hills ParkMarch 1 ,2412

Landscape Earthwork3 1 2 2 0 0 - 7

Page 124: Bid Info and Specs 01

3,12 ADJUSTMENT OF EXISTING UTIL]TY STRUCTURES

A. Adjust tops of all existing manholes,conform with new grades.

B. Tops of existing structures shall be- ^ - l - - - . . , : a L - t ^ - ^ ^ - - t ^ ^uui l ruf l i l wrul DtupE cl r rgre5.

vaults, pull boxes, valve boxes, cleanouts, etc., to

adjusted to set flush with finished grades and shall

IItIItIIIIII

IIITtI

C. Lids, covers, etc., shall be put into operable condition equal to the original installation.

3.15 FINTSH GRADING AND CLEANUP

Final grades shall conform to the lines and grades shown on the grading plans. Allloose materialsshall be removed from slopes and the slopes shall be trimmed or compacted to expose a densesurface and a uniform cross seetion. Allfill surfaces shall be graded smooth, low spots filled in.

**END OF SECTION*"*

Positano Hills ParkMarch 1 .2A12

Landscape Earthwork3 1 2 2 0 0 - 8

Page 125: Bid Info and Specs 01

tIIItIIIIIIITI

SECTION 31 23 OO - EXCAVATION AND FILL

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Excavation and/or embankment from exisiing ground to subgrade, including soilsterilant, for roadways, driveways, parking areas, walks, paths, or trails and any othersite improvements called for on the Plans.

1.2 SECTION EXCLUDES

A. Earthwork related to underground utility installation, see Section 31 23 33 -Trenching and Backfilling.

1.3 RELATED SECTIONS

A. Section 31 23 33 - Trenching

B. Section 33 46 00 - Subdrainage

1.4 RELATED DOCUMENTS

A. Geotechnical Report: To be provided.

B. ASTM:1. D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using

Modified Effort.2. D 1586, Method for Penetration Tests and Split-Barrel Sampling of Soils.3. D 2487, Classification of Soils for Engineering Purposes.4. D 3740, Practice for Evaluation of Agencies Engaged in Testing and/or

lnspection of Soil and Rock as Used in Engineering Design and Construction.5. D 4318. Test Method for Liquid Limit, Plastic Limit and Plasticity lndex of Soils.6. E 329, Specification for Minimum Requirements for Agencies Engaged in the

Testing and/or lnspection of Materials Used in Construction.7. E 548, Guide for General Criteria Used for Evaluating Laboratory Cornpetence.

C. California Administrative Code, Title 24, Part2- Basic Building Regulations, Chapter24, Excavations, Foundations, and Retaining Walls.

D. Caltrans Standard Specifications:1. Section 17, Watering.2. Section 19, Earthwork.

E. CAUOSHA, Title 8.

1.5 DEFINITIONS

A. Bonow: Approved soil material impoded from off-site for use as Structural FillorBackfill.

Positano Hills ParkMarch 1.2412

Excavation and Fill3 1 2 3 0 0 - 1

IItIt

Page 126: Bid Info and Specs 01

B . Excavation : Removal of material encountered above subgrade elevations.1. Authorized Over-Excavation; Excavation below subgrade elevations or beyond

indicated horizontal dimensions as shown on plans or authorized by theGeotechnical Consu ltant.

2. Unauthorized Over-Excavation: Excavation below subgrade elevations or beyondindicated horizontal dimensions without authorization by the GeotechnicalConsultant. Unauthorized excavation shall be without additional compensation.

Geotechnical Testing Agency: An independent testing agency qualified according toASTM E 329 to conduct soil materials and rock definition testing, as documentedaccording to ASTM D 3740 and ASTM E 548.

Structural Backfill: Soil materials approved by the Geotechnical Consultant and usedto fill excavations resulting from removal of existing below grade facilities, includlngtrees. See Section 31 23 33 - Trenching and Backfilling^

$tructural Fill: Soil materlals approved by the Geotechnical Consultant and used toraise existing grades.

Rock: Rock material in beds, ledges, unstratified masses, and conglomerate depositsand boulders of rock materialYo-cubic yards or more in volume that when tested byan independent geotechnicaltesting agency, according to ASTM D 1586, exceeds astandard penetration resistance of 100 blows/2-inches.

Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,mechanical and electrical appurtenances, or other man made stationary featuresconstructed above or below grade.

Subgrade: Surface or elevation remaining after completing excavation, ortop surfaceof a flll or backfill immediately below subbase, base or topsoil materials.

IttIItIIIIIttIII)

c,

t1U .

F.

\f .

1 . 6

L Unsuitable Material: Any soil material that is not suitable for a specific use on theProject. The Geotechnical Consultant will determine if a soil material is unsuitable.

J, Utilities: onsite underground pipes, conduits, ducts and cables.

SUBMITTALS

A. Follow submittal procedures outlined in Section 01 33 00 * $ubmittal Procedures.

B. Submit material certificates signed by the material producer and the Contractor,certifying that that each material item complies with, or exceeds the specifiedrequirements.

QUALITY ASSURANCE

Conform all work and materials to the recommendations or requirernents of theGeotechnical Report and meet the approval of the Geotechnical consultant.

Conform all work to the appropriate portion(s) of Caltrans Standard Specifications,Section 17 and 19.

1 . 7

Positano Hills ParkMarch 1.2A12

Excavation and Fill3 1 2 3 0 0 - 2 I

l

Page 127: Bid Info and Specs 01

D.

E .

B .

c.

D.

E.

F.

1 , 8

TtTIII;

IIIII

I]

IT

Percentage of compaction specified shall be the minimum acceptable. Thepercentage represents the ratio of the dry density of lhe compacted material to themaximum dry density of the material as determined by the procedure set forth inASTM D 1557.

Perform excavation, fitling, compaction and related earthwork underthe observationof the Geotechnical consultant. Materials placed without approval of theGeotechnical Consultant will be presumed to be defective and, at the discretion ofthe Geotechnical Consultant, shall be removed and replaced at no cost to the Owner.Notifo the Geotechnical Consultant at least 24-hours prior to commencernent ofearthwork and at least 48 hours prior to testing.

The Geotechnical Consultant will perform observations and tests required to enablehim to form an opinion of the acceptability of the Project earthwork. Correct earthworkthat, in the opinion of the Geotechnical Consultant, does not meet the requirementsof these Technical Specifications and the Geotechnical Report.

F. Upon completion of the construction work, certi[r that all compacted fills andfoundations are in place at the correct locations, and have been constructed inaccordance with sound construction practice. In addiiion, certify that the materialsused are of the types, quafity and quantity required by these Technical Specificationsand the Geotechnical Report. The Contractor shall be responsible for the stabiliiy ofall fills and backfills constructed by his forces and shall replace portions that in theopinion of the Geotechnical Consultant have been displaced or are othenrrriseunsatisfactory due to the Contractor's operations.

G. Finish soilgrade tolerance at completion o{ grading:1. Building and paved areas:+0.052. Other areas: +0.10 feet.

PROJECT CONDITIONS

A. Promptly notify the Owner of surface or subsurface conditions differing from thosedisclosed in the Geotechnical Report. First notifu the Owner verbally to permitverification and extent of condition and then in writing. No claim for cnnditionsdiffering from those anticipated in the Qontract Documents and disclosed in theGeotechnical Report will be allowed unless lhe Contractor has notified the Owner inwriting of differing conditions prior to the Contractor starting work on afected items.

Protect open excavations, trenches, and the like with fences, covers and railings tomaintain safe pedestrian and vehicular trafflc passage.

Prevent erosion of freshly graded areas during construction and until such time aspermanent drainage and erosion control measures have been installed.

Temporarily stockpile fill material in an orderly and safe manner and in a locationapproved by the Owner.

Provide dust and noise control in conformance with Division 1 GeneralRequirements.

Environmental Requirements: When unfavorable weather conditions necessitateinterrupting earthwork operation, areas shall be prepared by compaction of surface

tPositano Hills ParkMarch 1,2012

Excavation and Fill3 1 2 3 0 0 - 3

Page 128: Bid Info and Specs 01

tI

and grading to avoid collection of water. Provide adequate temporary drainage toprevent erosion. After interruptlon, compaction specified in last layer shall be re-established before resuming work. I

IItTIIIIITt

PART 2. FROBUETS

2.1 SOIL MATERIALS

PART 3 . EXECUTION

3.1 GENERAL

c.

A,

B ,

General: Provide borrow soil materials when sufficient satisfactory soil materials arenot available from on-site excavations.

Obtain approval of on-site soil materials and borrow materials to be used forstructural fill or structural backfill from the Geotechnical Consultant.

On-Site Structural Fill and Structural Backfill: Soil or soil-rock mixture from on siteexcavalions, free from organic matter or other deleterious substances. On-sitestructural fill and backfill shall not contain rocks or rock fragments over 3 inches ingreatest dimension, shall have a liquid limit of less than 45, a plasticity index of lessthan 25, and shall be free of organic content. In addition, the fillshould contain 10 to25 percent of fines (particles passing the No. 200 sieve).

lrnported Structural Fill and Structural Backfill: Conform to the requirements of on-sitestructuralfill. Material shall also be a non-expansive and predominantly granular soilor soil-rock mixture with plasticity index of 15 or less in accordance with ASTM D4318 and an R-Value of 25 or greater.

n

Conform to Section '19, Earthwork, Caltrans Standard Specifications as modified bythe Contract Documents.

Placement and compaction of material by flooding, ponding, or jetting will not bepermitted.

The use of explosives will not be permitted.

3.2 CONTROL OF WATER AND DEWATERING

Prevent surface water and ground waterfrom entering excavations, from ponding onprepared subgrades, and from flooding the site and surrounding area. Providedewatering equipment necessary to drain and keep excavations and site free fromwater.

Dewater during bacHilling operation so that groundwater is maintained a least onefoot below level of compaction effort.

Obtain the Geotechnicaf Consultant's approval for proposed control of water anddewatering methods.

B .

A,

B.

III

Positano Hills ParkMarch 1, 2A12

Excavation and Fill31 23 00 -4 I

Page 129: Bid Info and Specs 01

IIIIITIItIIItIIIItI

Protect subgrades from softening, undermining, washout and damage by rain orwater accumulation.

Reroute surface water runoff away fram excavated areas. Do not allow water toaccumulate in excavations.

Maintain dewatering system in place until dewatering is no longer required.

3.3 WET WEATHER CONDITIONS

Do not prepare subgrade, place or compact soil materials if above optimum moisturecontent.

lf the Geotechnical Consultant allows work to continue during wet weatherconditions, conform to supplemental recommendations provided bythe GeotechnicalConsultant.

BRACING AND SHORING

Conform to Califomia and Federal OSHA requirements.

Place and maintain such bracing and shoring as may be required to support the sidesof the excavations for the proper protection of workmen; to facilitate the work; toprevent damage to the facility being constructed; and to prevent damage to adjacentstructures orfacilities. Remove allbracing and shoring upon completion of the work.

Be solely responsible for all bracing and shoring and, if requested by the Owner,submit details and calculations to the Owner. The Owner may fonuard the submittalto the Geotechnical Consultant, the Consulting Engineer and/or the CatifomiaDivision of Industrial Safety for their review. The Contracto/s submittal shall includethe basic design, assumed soils conditions and estimation of forces to be resisted,together with plans and specifications of the materials and methods to be used, andshall be prepared by a civil engineeror structuralengineer registered in California. Noexcavations related to the proposed facility shall precede a response to the submittalby the Owner.

Be solely responsible for installing and extracting the sheathing in a manner whichwill not disturb the position or operation of the facility being constructed or adjacentutilities and facilities.

EXCAVATION

A. Excavate earth and rock to lines and grades shown on drawings and to the neatdimensions indicated on the Plans, required herein or as required to satisfactorilyCompact backfill.

B. Remove and dispose of large rocks, pieces of concrete and other obstructionsencountered d uring excavation.

Where forming is required, excavate only as much material as necessary to permitplacing and removing forms.

D.

E .

F.

A

B ,

3.4

A.

B.

D.

3.5

Positano Hills ParkMarch 1,2412

Excavation and Fill3 1 2 3 0 0 - 5

Page 130: Bid Info and Specs 01

3.7

ItIIIIIIIt,IIiltItIII

3.6

D. Provide supports, shoring and sheet piles required to support the sides ofexcavations or for protection of adjacent existing improvements.

REMOVAL OF EXISTING FILLS AND UNSUITABLE MATER]AL

A. Over-excavate areas of existing fills and other unsuilable material encounteredduring mass grading as directed by the Geotechnical Consultant.

B" Compensation for increased removalwidths and depths that are not required bytheGeotechnical Consultant will not be considered, except when such increase isnecessary for protection of life and property as determined by and approved by theOwner-

C. The Geotechnical Consultant will provide written approval foreach excavation priortoplacement of fill. Allow adequate time after gxcavation and before frlling for theGeotechnical Consultant's review and written approval and, if necessary, timefortheOwner to conduct as built survey prior to placing fill. Basis for calculating the quantityof material excavated or placed may be the difference between the grading shown onthe Plan and an as built survey of the grading.

GRADING

A. Uniformly grade the Project to the elevations shown on plans.

B, Finish ditches, gutters and swales to the sections, lines and grades indicated and topermit proper surface drainage,

C. Round tops and bottoms of slopes as indicated or to blend with existing contours.

SUBGRADE PREPARATION

A. Install underground utifities and service connections prior to final preparation ofsubgrade and placement of base materials for final surface facilities. Extend servicesso that final surface facilities are not disturbed when service connections are made,

B. Prepare subgrades under paved areas, curbs, gutters, walks, structures, othersurface facilities and areas to receive structuralfill.

C. Prepare subgrades for paved areas, curbs and gutters by plowing or scarifying. surface at least 6 inches below final subgrade elevations and 5Jeet beyond edge of

pavement unless specified othenrvise by the Geotechnical Consultant. Uniformfymoisture condition to obtain optimum moisture contents. Break clods and conditionsurface by hanowing or dry rolling. Remove boulders, hard ribs and solid rock.Prepare earth uniform for full depth and width of subgrade.

D. Protect utilities from damage during compaclion of subgrades and until placemenl offinal pavements or other surface facilities.

E. Obtain the Geotechnical Consultant's approval of subgrades prior to placingpavement,

PLACEMENT OF STRUCTURAL FILL

J . d

J ,V

Positano Hills ParkMarch 1.2012

Excavation and Fill3 1 2 3 0 0 - 5

Page 131: Bid Info and Specs 01

tIIIItIItIIIIItII

A, Obtain the Geotechnical Consultant's approval of surface to receive structural fillprior to placement of structural fill material.

B. Place structural fill on prepared subgrade.

C. Spread structural fill material in uniform lifts not more than 8-inches in un-cornpactedthickness and compact.

D. Place structural fill material to suitable elevations above grade to provide foranticipated settlement and shrinkage.

E. Overbuild fill slopes, as required by the Geotechnical Consultant, to obtain requiredcompaction. Remove excess materialto lines and grades indicated,

F. Do not drop fill on structures. Do not backfill around, against or upon concrete or. masonry structures until structure has attained sufficient strength to withstand loads

imposed and the horizontalstructural system had been installed.

3.10 KEYWAYS AND BENCHES

Provide keyruays as indicated for fill slopes steeper than 6 horizontal to 1 verticat.Extend keyway S-feet minimum into competent, undisturbed soilor 3-feet minimuminto competent, undisturbed rock as directed by the Geotechnical Consultant.

Place subsurface drains in bottom of keyrruay in conformance with Section 33 46 00 -Subdrainage.

Bench subgrade as indicated above toe of fill.

Place subsurface drains at benches every 20 vertical feet or as directed by theGeotechnical Consultant.

3.11 LOT FINISH GRADING

A. Blade finish lots to lines and grades indicated.

3.1? COMPACTION AND TESTING

Do not compact by ponding, flooding or jetting.

Cornpaci soils at optimum water content. Aerate material if it is too wet. Add watertomaterial if it is too dry. Thoroughly mix lifis before compaction to ensure uniformmoisture d istribution.

Perform compaction using rollers, pneumatic or vibratory compactors or otherequipment and mechanical methods approved by the Geotechnical Consultant.

Compaction requirements:1. Compact structural fills less than S-feet thick to 90 percent compaction.2. Compacl the upper 6 inches of subgrade soils beneath pavements, curbs and

gutters to 85 to 90 percent compaction. Extend compaction S-feet beyondpavement edges unless specified otherwise by the Geotechnical Consultant.

B.

c.

D.

A.

B.

D.

II

Positano Hills ParkMarch 1,2012

Excavation and Fill3 1 2 3 0 0 - 7

Page 132: Bid Info and Specs 01

3. Compact the upper 6-inches of subgrade soils under walks, structures and areasto receive structural fillto 85 to 90 percent compaction.

3.13 DISPOSAL

A. Lawfully dispose of all unsuitable and excess or surplus material off-site at no cost tothe Owner.

END OF SECTION 31 23 OO

Positano Hills ParkMarch 1. 2012

Excavation and Fill3 1 2 3 0 0 - 8

Page 133: Bid Info and Specs 01

IIIIIIIttIIIt

SECTION 31 23 33 - TRENCHING AND BACKFILLING

PART 1 . GET.IEML

1.1 SECTION INCLUDES

1 . 2

1 . 3

A. Excavation, bedding, and backfill for underground storm drain, sanitary sewer, andwater piping and associated structures.

SECTION EXCLUDES

A. Drainage fill material and placement around subdrains. See Section 33 46 00 -Subdrainage.

B. Trenching and backfillfor other utilities such as underground HVAC piping, electricalconduit, telephone conduit, gas piping, cable TV conduit, etc.

RELATED SECTIONS

A. Section 31 23 00 - Excavation and Fill

B. Section 33 10 00 - Water Utilities

C. Section 33 30 00 - Sanitary Sewerage

D. Section 33 46 00 - Subdrainage

E. Section 33 40 00 - Storm Drainage

RELATFD DOCUMENTS

A. Geotechnical Report: To be provided

B, ASTM:1. C 33, Specification for Concrete Aggregates.2. C 150, Specification for Portland Cement.3. C 260, Specification for Air-Entraining Admixtures for Concrele.4. C 618, Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use

as a MineralAdmixture in Portland Cement Concrete.5. D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using

Modified Effort.6. D 2321, Practiee for Underground lnstallation of Flexible Thermoplastic $ewer

pipe.7 . D 2487 , Classification of Soils for Engineering Purposes.8. D 3740, Practice for Evaluation of Agencies Engaged in Testing and/or

lnspection of Soil and Rock as Used in Engineering Design and Construction.L E 329, Specification for Minimum Requirements for Agencies Engaged in the

Testing and/or lnspection of Materials Used in Construction.10. E 548, Guide for General Criteria Used for Evaluating Laboratory Competence.

1 . 4

IItIII

Positano Hills ParkMarch 1. 2012

Trenching and Backfilling3 1 2 3 3 3 - 1

Page 134: Bid Info and Specs 01

1 . 5

C. California Administrative Code, Title 24, Part.2- Basic Building Regulations, Chapter24, Excavalions, Foundations, and Retaining Walls.

D. Caltrans Standard Specifications:1. Section 19, Earthwork.2. Section 26, Aggregate Bases.3. Section 68, Subsurface Drains.4. Section 88, Engineering Fabrics.

E. CAUOSHA, Title 8.

DEFINITIONSA. AC: Asphalt Concrete.

B. ASTM: American Society for Testing and Materials.

C. Bedding: Material from bottom of trench to bottom of pipe.

D. CDF: Controlled Density Fill.

E. DIP: Ductile lron Pipe.

F. Initial Backfill: Materialftom bottom of pipe to 12-inches above top of pipe.

G. PCC: Portland Cement Concrete.

H. RCP: Reinforced Concrete Pipe.

l. Springline of Pipe: lmaginary line on surface of pipe at a vertical distance of %theoutside diameter measured from the top or bottom of the pipe.

J. Subsequent Backfill: Material from 12-inches above top of pipe to subgrade ofsurface material or subgrade of surface facility or to finish grade.

K. Trench Excavation: Removal of material encountered above subgrade elevations andwithin horizontal trench dimensions1. Authorized Trench Over-Excavation: Excavation below trench subgrade

elevations or beyond indicated horizontaltrench dimensions as shown on plansor authorized by the Geotechnical Consultant.

2. Unauthorized Trench Over-Excavation: Excavation below trench subgradeelevations or beyond indicated horizontal trench dimensions without authorizationby the Geotechnical Consultant. Unauthorized excavation shall be withoutadditional compensation.

L. Utility Structures:1. Storm drainage manholes, catch basins, drop inlets, curb inlets, vaults, etc.2. Sanitary sewer manholes, vaults, etc.3. Water vaults. etc.

SUBMITTALS

IIIItIIIIItItIIIItI

1 . 6

Positano Hills ParkMarch 1,2012

Trenching and Backfill ing3 1 2 3 3 3 - 2

Page 135: Bid Info and Specs 01

IA. Follow submittal procedures outlined in Section 01 33 00 * Submittal Procedures.

B. Product Data:1 . Grading and quality characteristics showing compliance with requirements forthe

Work.2. Certify that material meets requirements of the Project.

C. Samples:1. li required by the Geotechnlcal Consultant, provide 40-pound samples of all

imported trench bedding and backfill material sealed in airtightcontainers, trugedwith source locations and suppliers of each proposed material. Do not importmaterials to Project without written approval of the Geotechnical Consultant.

2. Provide materials from same source throughout work. Change of source requiresapproval of the Geotechnical Consultant and the Owner.

OUALITY ASSURANCE

A. Conform all work and materials to the recommendations or requirements of theGeotechnical Report and meet the approval of the Geotechnical Consultant.

B. Conform all work to the appropriate portion(s) of the Caltrans SiandardSpecifications, Section 19.

C. Percentage of compaction specified shall be the minimum acceptable. Thepercentage represents the ratio of the dry density of the compacted material to themaximum dry density of the material as determined by the procedure set forth inASTM D 1557.

D. The Geotechnical Consultant will perform observations and tests required to enablehim to form an opinion of the acceptability of the lrench backfilt. Correct the trenchbackfill that, in the opinion of the Geotechnical Consultant, does not meet therequirements of these Technical Specifications and the Geotechnical Report.

PROJECT CONDITIONS

A. Promptly notify the Owner of surface or subsurface conditions differing from thosedisclosed in the Geotechnical Report. First notif,y the Owner verbally to permitverification and extent of condition and then in writing. No claim for conditionsdiffering from those anticipated in the Contract Documents and disclosed in theGeotechnical Report will be allowed unless Contractor has notifled the Owner inwriting of differing conditions prior to contractor starting work on affected items.

B. Protect open, trenches, and utility structure excavations with fences, covers andrailings to maintain safe pedestrian and vehicular traffic passage.

C. Stockpile on-site and imported bacKill material ternporarily in an orderly and safemanner.

D. Provide dust and noise control in conformance with Section 02000, SupplementalGeneral Requirements for Civil Improvements.

TIIIIIII

Positano Hills ParkMarch 1.2012

Trenching and Backfilling3 1 2 3 3 3 - 3

Page 136: Bid Info and Specs 01

TItPART 2. PRODUCTS

2.1 PIPE BEDDING AND INITIAL BACKFILL

A. ASTM D 2321, Class tA, lB or ll.1. Clean and free of clay, silt or organic matter.

B. Permeable Material: Conform to Section 68-1.025 of Caltrans StandardSpecifications, Class 1, Type A or Class 2.

C. Class 2 Aggregate Base: Conform to Section 26 of Caltrans Standard Specifications,3/a-inch maximum.

D. Sand: Conform to Section 19-3.0258 of Caltrans Standard Specifications.

2.2 WARNING TAPE

A. See Section 33 10 00 - Water Utilities.

2.3 SUBSEQUFNT BACKFILL

A. Conform to on-site or imported structural backfill in Seclion 31 23 00 - Excavationand Fill.

2.4 CONTROLLED DENS|TY F|LL (CDF) (tN TRENCHES)

A. Provide non-structural CDF, from bottom of trench to finish subgrade of subbase orbase material, that can be excavated by hand and produce unconfined compressive28-day strengths from 50-psito a maximum of 150-psi. Provide aggregate no largerthan 3/8-inch top size. The 3/8-inch aggregate shallnot comprise more than 30% ofthe total aggregate conlent.

B. Cement: Conform to the standards as set forth in ASTM C-150, Type ll Cement.

C. Fly Ash: Conform to the standards as set forth in ASTM C-618, for Class F pozzolan.

F.

Do not inhibit the entrainment of air with the fly ash,

Air Entraining Agent: Conform to the standards as set forth in ASTM C-260.

Aggregates need not meet the standards as set forth in ASTM C-33, Any aggregate,producing performances characteristics described herein will be accepted forconsideration. The amount of material passing a#200 sieve shall not exceed 12%and no plastic fines shall be present.

Provide cDF that is a mixture of cement, class F pozzolan, aggregate, air entrainingagent and water. GDF shatl be batched by a ready mixed concrete plant anddelivered to the job site by means of transit mixing trucks.

D.

E ,

IIIIIIIII

IIt)

Positano Hills ParkMarch 1 ,2012

Trenching and Backfill ing3 1 2 3 3 3 - 4 t

I

Page 137: Bid Info and Specs 01

ItIIIII

G. The Contractor shall determine the actual mix proportions of the controlled densityfillto meet job site conditions, minimum and maximum strengths, and unit weight.Entrained air content shall be a minimum of 4.0%. The actual entrained air contentshall be established for each job with the materials and aggregates to be used tomeet the placing and unit weight requirements. Entrained air content may be as highas 20% for fluidity requirements.

H. Mix design shall meet the Geotechnical Consultant's approval.

2.5 CONCRETE STRUCTURE BEDDING AND BACKFILL

A. Precast Structures: Same materials to the same heights as specified for pipebedding and backfill, or other material approved by the Geotechnical Consultant.

B. Poured-in-Place Structures:1. Bedding: Bedding shall meet the approval of the Geotechnical Consultant. ln

general, bedding is not required, pour bases against undisturbed native earth incut areas and against engineered fill compacted to 90% relative compaction inembankment areas.

2. Side Backfill: On-site or imported structuralfillmeeting the requirements given inSection 31 23 00 - Excavation and Fill.

2.6 FILTER FABRIC

A. Filter Fabric:1. Filter Fabric: Section 88-1.03 of Caltrans Standard Specifications.2. Mirafi '!40N (Mirafi Inc., Charlotte, NC) (Tel. 800-438-1855) or equal.

PART 3 . EXECUTION

3.1 TRENCHING AND EXCAVATION

A. Existing PCC or AC Areas: Cut PCC orAC to full depth at a minimum distance af 12-inches beyond the edge of the trench,

B. Excavate by hand or machine, For gravity systems begin excavation at the outlet endand proceed upstream. Excavate sides of the trench parallel and equal distant fromthe centerline of the pipe. Hand trim excavation. Remove loose matter.

C. Excavation Depth for Bedding: Minimum of 4-inches below bottom of pipe or asotherwise allowed or required by the Geotechnical Consultant, except that bedding isnot required for nominal pipe diameters of 2-inches or less.

D. Excavation Width at Springline of Pipe:1. Up to a nominal pipe diameter of 24-inches: Minimum of twice the outside pipe

diameter, or as otherwise allowed or required by the Geotechnical Consultant.2. Nominal pipe diameter of 30-inches through 36-inches: Minimum of the outside

pipe diameter plus 2-feet, or as otherwise allowed or required by theGeotech nical Consultant.

Positano Hills ParkMarch 1,2012

Trenching and Backfilling3 1 2 3 3 3 - 5

IIIIIIIIIIII

Page 138: Bid Info and Specs 01

3.2

3. Nominal pipe diameter of 42-inches through 60-inches: Minimum of the outsidepipe diarneter plus 3-feet, or as otherwise allowed or required by theGeotechnical Consultant.

E. Over-Excavations: Backfilltrenches that have been excavated below bedding designsubgrade, with approved bedding material,

F. Comply with the Owner's limitations on the amount of trench that is opened orpartially opened at any one time. Do not leave trenches open overnight without theapproval of the Owner.

G. Where forming is required, excavate only as much materialas necessary to permitplacing and removal of forms.

H, Bottoms of trenches will be subject to testing by Geotechnicat Consultant. Conectdeficiencies as directed by the Geotechnical Consultant,

l. Grade bottom of trench to provide uniform thickness of bedding material and toprovide uniform bearing and support for pipe along entire length. Remove stones toavoid point bearing.

CONTROL OF WATER AND DEWATERING

A, Be solely responsible for dewatering trenches and excavations and subsequentcontrol of ground and surface water. Provide and maintain such pumps or otherequipment as may be necessary to control ground water and seepage to thesatisfaction of the Geotechnical Consultant and the Owner until backfilling iscompleted.

B. Dewater during backfilling operation so that groundwater is maintained a least onefoot below levef of compaction effort.

C. Obtain the Geotechnical Consultant's approval for proposed control of water anddewatering methods.

D. Reroute surface water runoff away from open trenches and excavatbns. Do not allowwater to accumulate in trenches and excavations.

E. Maintain dewatering system in place untildewatering is no longer required.

BRACING AND SHORING

A. Conform to California and Federal OSHA requirements.

B. Place and maintain such bracing and shoring as may be required to support the sidesof the excavations for the proper protection of workmen; to facilitate the work; toprevent damage to the pipes and appurtenances being constructed; and to preventdamage to adjacent structures or facilities. Remove all bracing and shoring uponcomoletion of the work.

IItI)

IIIIIItI

3.3 IItIII

Positano Hills ParkMarch 1 ,2012

Trenching and Backfilling3 1 2 3 3 3 - 6

Page 139: Bid Info and Specs 01

IlIIttItIttIIIIIt

3.4

C. Be solely responsible for all bracing and shoring and, if requested by the Owner,submit details and calculations to the Owner. The Owner may fonrvard the submittalto the Geotechnical Gonsultant, the Consulting Engineer and/or the CaliforniaDivision of lndustrial Safety for their review. The Contractor's submittal shall includethe basic design, assumed soils conditions and estimation of forces to be resisted,together with plans and specifications of the materials and methods lo be used, andshall be prepared by a civil engineeror structural engineer registered in California. Noexcavations in trench section or around structures shall precede a response to thesubmittal by the Owner.

D. Be solely responsible for installing and extracting the sheathing in a manner whichwill not disturb the line, grade, or backfill compaction or operation of the utility beinginstalled or adjacent utilities and facilities.

PIPE BEDDING

A. Obtain approval of bedding material from the Geotechnical Consultant.

B. Accurately shape bedding material to the line and grade called for on the Plans.Carefully place and cornpact bedding material to the elevation of the bottom of thepipe in layers not exceeding 8-inches in loose thickness. Compact bedding materialat optimum watercontent to 90% relative compaction unless specified otherwise onthe Plans or by the Geotechnical Consultant. Compact by pneumatic tampers orother mechanical means approved by the Geotechnical Consultant. Jetting orponding of bedding material will not be permitted.

C. Upon completion of bedding operations, and prior to the installation of pipe, notifytheGeotechnical Consultant, who will inspect the bedding layer. Do not commence pipelaying untilthe GeotechnicalConsuttant has approved the bedding.

WARNING TAPE

A. lnstall in accordance with Section 33 10 00 - Water Utilities.

BACKFILLING

A. Obtain approval of backfill material from Geotechnical Consultant.

B. Bring initial backfill up simultaneously on both sides of the pipe, so as to prevent anydisplacement of the pipe from its true alignment. Carefully place and compact initialbackfill material to an elevation of 12-inches above the top of the pipe in layers notexceeding 8-inches in loose thickness. Compact bedding material at optimum watercontent to 900/o relative compaction unless specified otherwise on the Plans or bytheGeotechnical Consultant. Compact by pneumatic tampers or other rnechanicalmeans approved bythe Geotechnical Consultant. Jetting or ponding of initial backfillmaterialwill not be permitted

C. Bring subsequent backfill to subgrade or finish grade as indicated, Carefully placeand compact subsequent backfill material to the proper elevation in layers nolexceeding B-inches in loose thickness. Compact bedding material at optimum watercontenl to 90% relative compaction, except that the upper 36-inches in areas subject

3.5

3.6

tI

Positano Hills ParkMarch 1,2412

Trenching and Backfilling3 1 2 3 3 3 - 7

Page 140: Bid Info and Specs 01

3.7

to vehicular traffic shall be compaeted to at least g5% relatlve compaction, unlessspecified otherwise on the Plans or by the Geotechnical Consultant, Cornpact bypneumatic tampers or other mechanical rneans approved by the GeotechnicalConsultant. Jetting or ponding of subsequent backfill materialwill not be permitted.

D. Do not use compaction equipment or methods that produce horizontal or verticalearth pressures that may cause excessive pipe displacement or damage the pipe.

E. Utility backfill shall be inspected and tested by the Geotechnical Consultant duringplacement. Cooperatewith the Geotechnical Consultant and provide working spacefor such tests in operations. Backfill not compacted in accordance with thesespecifications shall be re-compacted or removed as necessary and replaced to meetthe specified requirements, to the satisfaction of the GeotechnicalConsultant and theOwner prior to proceeding with the Project,

CLEANUP

A. Upon completion of utility earthwork all lines, manholes catch basins, inlets, watermeter boxes and other structures shall be thoroughly cleaned of di11, rubbish, debrisand obstructions of any kind to the satisfaction of the Owner.

B. See Section 01 74 00 - Cleaning and Waste Management for further cleanuprequirements.

OF SECTION

tIIIIIIJIII;

IJIIITI

Positano Hills ParkMarch 1 .2012

Trenching and Backfilling3 1 2 3 3 3 - 8

Page 141: Bid Info and Specs 01

IIIIIIIIII

SECTION 321216 . ASPHALTIC CONCRETE PAVING

PART I--GENERAL

1.1 RELATED DOCUMENTSThe geneiai pi'ovisions of the Coniract, including Generaland Suppiementary Corrciitiorrs arrciDivision 1, General Requirements, apply to the work specified in this Section.

1.2 DESCRIPTION OF WORK

A. Work lncluded: All labor, materials and equipment necessary to complete the installationof Asphaltic Concrete Paving and Base; basketball court striping.

B. Work Specified Under Other Sections: Consult all other Sections, determine the extentand character of related work and properly coordinate work specified herein with thatspecified elsewhere to produce a complete, finished and workmanlike installation.

1.3 REFERENCES AND STANDARDSThe following references and standards are hereby made a part of this Section and asphalticconcrete materialand installation shall conform to the applicable requirements therein exceptas otherwise specified herein or shown on the Drawings.

A. Standard Specifications: Where referred to in these Specifications, "State Specifications"shall mean the Galifomia Caltrans Specifications, latest editlon.

B. Federal Specifications (FS).

C. Percent Compaction: As referred to in these $pecifications, percent compaction or relativecompaction is required in-place dry density of material expressed as a percentage of themaximum dry density of the same material determined in accordance with theASTM TestMethod D-1557 (C). Optimum moisture content corresponding to the maximum drydensity determined by the ASTM Test Method D1557 (C).

1.4 SUBMITTALS

A. Material Certificates - Asphalt Concrete Paving and Basketball Court Marking Paint:Provide materials certificates signed bythe material producerand the Contractor, certiffingthat each material item complies with, or exceeds, specified requirements.

1.5 QUALITY ASSURANCE

A. Asphalt concrete and aggregate shall conform to and be placed in accordance with therequirements of the State Specifications.

B. Compty with all requirements of the Air Pollution Control District, including, but not limitedto:

1. Use no rapid-curing liquid asphalt or rapid setting emulsified asphalt on this project.

2. Use no medium-curing liquid asphalt on this project, unless specificalty authorizedby the local Agency. Present proof of authorization.

Positano Hills ParkMarch 1.2012

Asphaltic Concrete3 2 1 2 1 6 - 1

IItIIIIII

Page 142: Bid Info and Specs 01

3. Use no slow-curing liquid asphalt on this project which contains more than 0.5% byvolume of petroleum solvents which evaporate at less than 260"C (500"F) asdetermined by ASTM D402_

4. Use no emulsified asphalt on this project containing petroleum solvents in excess ofSohby volume which evaporate at less than 260'C (500'F) a.s determined by ASTMD244.

5. Medium-curing liquid asphalt may be used when the National Weather Serviceforecasts that atmospheric temperature for the Z4-hour period following applicationwill not exceed 50"F. Maintain records proving occurrence of this condition, andverify that localjurisdiction approves this exception.

6. Certain jurisdictions may allow use of the above prohibited products under certainconditions. Prior to use, submit proof of such allowance.

SOILS ENGINEER

The Engineer will inspect subgrade and aggregate base prior to installation of paving.

LAYOUT OF THE WORK

A licensed surveyor or registered civil engineer shall lay out and establish all [ines, levels,grades and positions of all parts of the work.

PART2--PRODUCTS

2.1 AGGREGATE BASEClass 2 Aggregate Base conforming with requirements of Section 26 of the StateSpecifications.

PRIME COATLiquid asphalt conforming with requirements of Section 93 of the State Specifications forGrade MC-70 or SC-70.

ASPHALTIC CONCRETE

A. Steam refined asphalt conforming to AASHTO Standards, with a penetration rangeof 60 - 70.

B. Basketball Court: Type A aggregate, 1/2 inch maximum size, medium graded, asspecified in the State Specifications, Viscosity Grade AR 4000,

TACK COATAsphaltic emulsion conforming with requirements of Section g4 of the State Specifications.

2.5 PAINT BINDERAsphaltic emulsion for paint binder shall be emulsified asphalt, Type SSlh, conforming tothe requirements of Section g4 of the State Specifications.

1 . 6

1 . 7

2.2

2 .3

tIIIItIIIIIIiltTII

2.4

Positano Hills ParkMarch 1.2012

Asphaltic Concrete3 2 1 2 1 6 - 2 I

I

Page 143: Bid Info and Specs 01

TIIIIIIIIIIIIIIIIII

COURT MARKING PAINT

Paint for basketball court and pavement markings shall conform to the following StateSoecifications:

Paint Type Color State$pecification No.

S o l v e n t - B o r n eTraffic Line

White PT-170-A

Waterborne TrafficLine

White 8010-208

PT-150 VOC

The kind of paint to be used (solvent borne, water borne or acetone-based) shall bedetermined by the Contractor based on the time of year the paint is applied and local airpollution controf regulations.

Thinning of paint will not be allowed.

Paint shall be tested prior to use or the manufacturer shall provide the Engineer with aCertificate of Compliance in conformance with the provisions of Section 6-1 .07, 'Certificates

of Compliance'. The certificate shall certify that the paint complies with the specificationsand that paint manufactured to the same forrnulation and process has previously passedState testing. A list of manufacturers that have produced paint meeting State specificatlonsis available from the Transportation Laboratory. (Material supplied by manufacturers otherthan those that have manufactured approved paint will require complete testing).

PART 3_INSTALLATTON

3.1 INSPECTIONExamine the substrate under which asphalt concrete paving is to be installed. Notify theOwner's Representative, in writing, of conditions detrimental to the proper and timelycompletion of the work. Do not proceed with the work until unsatisfactory conditions havebeen corrected.

3.2 JOB CONDITIONS

A. Contractor shall provide dust alleviation and control measures saiisfactory to theOwner's Representative continuously during the course of the work.

B. Paint binder material shall not be applied unless the ambient temperature is above50'F and has not been below 35'F during the twelve (12) hours immediately prior toapplication. Paint binder shall not be applied when the surface to be coated is wet orcontains an excess of moisture.

C. Asphalt concrete shall not be applied unless the ambient temperature is above 40"F.

3.3 LINES AND LEVELS

2.6

Positano Hills ParkMarch 1,2012

Asphaltic Concrete3 2 1 2 1 6 - 3

Page 144: Bid Info and Specs 01

IIA. Finished grades shown on Plans are given in feet and decimals of feet and are to be

the top of all graded or paved surfaces. Slope uniformly between given spot elevationsunless otherwise indicated.

Surfaces shall be true to within 114 inch when tested in any direction with a l0 footstraightedge. There shall be no pools of water standing on the pavement after a rain.

C. Transition between changes in vertical gradient of walks and paving shall be smoothand gradualwith no abrupt or sharp changes.

D. Horizontal curyes and radii shall be laid out tangent to adjacent straight lines oradjacent compound curves. Curves shall be smooth and flowing.

E. Horizontal layout shall not vary more than I inch from dimensions indicated on theDrawings. Make minor field adjustments in the layout as necessary to make radiitangent and curves smooth and flowing as indicated on the Drawings.

PREPARATION OF SUBGRADERefer to Section Y 22 A0 LANDSCAPE EARTHWORK

AGGREGATE BASE

A. Do not install until subgrade has been approved by the Soils Engineer.

B, Spread the aggregate base on the prepared subgrade to such a depth that whenthoroughly compacted it will conform to the grades and dimensions shown on theDrawings. Spread and compact in accordance with Section 26 af the StateSpecifications. Thefinished surface shallbe smooth, hard, andtrueto line and grade.

3.6 PRIME COAT

A. Do not apply until base course has been approved by the Soils Engineer.

B. Apply liquid asphalt to the surface of the base course at a temperature conforming tothe range of temperatures specified under Section 93-1.03 of the State Specificationsfor d istributor application.

C. Apply liquid asphalt prime coat at an approximate rate of 0.25 to 0.50 gallons persquare yard of surface in one application. Atter 24 hours, when the liquid asphalt shallhave penetrated the surface, cover any excess tiquid asphaft with sand or bindermaterial to absorb the excess asphalt. Before laying of the asphalt concretesurfacing, the surface of the base course shall be thoroughly cleaned of oil, dirt, loosematenals, and excess binder material, by means of power brooms supplemented byhand brooming if necessary. Unless otherwise specified above, dlstributortrucks andapplication methods shall conform to the requirements of State Specifications, Section93'

3.7 TACK COAT

B,IIItIIIItt

3.4

3.5

IIII

Positano Hills ParkMarch 1.2012

Asphaltic Concrete3 2 1 2 1 6 - 4 I

I

Page 145: Bid Info and Specs 01

IIIIIII

A. Apply to contact surfaces of previously constructed asphalt or Portland cementconcrete and surfaces abutting or projecting into asphatt concrete pavement.

B, Allow to dry until at proper condition to receive paving.

3.8 ASPHALT CONCRETE

A. Spread and compact asphalt concrete surfacing in accordance with Section 39,Standard Specifications. The surface shall be free of excess water and clean.

B. Avoid damaging the edges of adjoining concrete surfaces, road, building, walks, orother surfaces.

C. Asphalt concrete mix temperature shall never be less than 250 degrees. Combinedmix temperature and air temperature shall be held between 280 degrees minimumand 375 degrees maximum.

3.9 PAINTED LINES

A. Cleaning: See Standard Specification Section 84-2 or 84-3.

B. Apply painted material according to the Standard Specifications Section 84-3.

C. Apply paint with mechanical equipment to produce uniform straight edges. Apply intwo coats at manufacturer's recornmended rates"

3.10 CLEANUP

A. Upon completion of asphalt paving and surfacing operations, the entire work site shallbe cleaned of all waste, rubbish, and construction debris of any nature to thesatisfaction of the Owner.

B. Surplus materials remaining upon completion of the Work shall become the propertyof the Contractor unless otherwise specified herein or noted on the plans, and shallbe removed from the Work site by the Contractor and disposed of off-site in a lavvfulmanner to the satisfaction of the Owner.

**END OF SECTION"*

IIIItIsIIIII

Positano Hills ParkMarch 1,2412

Asphaltic Concrete3 2 1 2 1 6 - 5

Page 146: Bid Info and Specs 01

1 . 2

1 . 3

tIIIItIII

sEcTroN 32 13 13 - CONCRETh

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Conditions andDivision 1, General Requirements, apply to the work specified in this Section.

DESCRIPTION OF WORK

A. Work lncluded ln This Section: Furnish all labor, tools, equipment, material, andtransportation and perform all operations necessary and incidental to proper execution andcompletion of all work in accordance with the Drawings and Specifications.

B. Related Work Specified Under Other Sections: Consult all other sections, determine theextent and character of related work, and properly coordinaie work specified herein with thatspecified elsewhere to produce a finished, workmanlike installation.

REFERENCES AND STANDARDSThe following references and standards are hereby made a part of this Section and concretematerial and installaiion shall conform to the applicable requirements therein except as othenuisespecified herein or shown on the Drawings.

A. Standard Specifications: Where referred to in these Specifications, "State Specifications"shall mean the California Caltrans Specifications, latest edition.

B. Percent Compaction: As referred to in these Specifieations, percent compaction or relativecompaction is required in-place dry density of the same materialdetermined by the Engineerin accordance with the ASTM Test Method D1557-78.

C. "specifications for Structural Concrete for Buildings", American Concrete Institute, latestedition.

D. American Concrete Institute (ACl).

E. The American Society for Testing and Materials (ASTM).

F. California Building Code, latest edition.

1.4 SUBMITTALS

A. Materials: furnish signed certificates and /or manufacturer's literature from the suppliers ofmaterial and manufactured items specified herein, such as but not limited to detec'tablewarning surface, backer rod, expansion material, safety strip for stair nosing, and sealant,showing conformance with standards specified in this Section.

B. Mix Designs: copies of the mix design for each type of concrete to be used on the work.

C. Samples: Provide one 30 square foot (5' x 6') sample panel of each paving finish and color,Include one score line and one expansion joint in each sample panel. Obtain written reviewof the sample panels with no exceptions taken by the Owner's Representative prior toinstallation of concrete.

III

Positano Hills ParkMarch 1.2012

Concrete3 2 1 3 1 3 - 1

Page 147: Bid Info and Specs 01

1 . 5QUALITY ASSURANCE

A. Work shall comply with the requirements of governing codes, ordinances, laws, regulations,safety orders and directives relating to the work.

B. Poured in Place Concrete: Conform with all applicable requirements of the State$pecifications.

C. Any surface requiring patching shall be patched so that the surface is consistent and uniformthroughout, matching the surface adjacent to the patched area.

SOILS ENGINEER

A. The Engineer will inspect subgrade and aggregate base prior to installation of paving.

LAYOUT OF THE WORK

A. A licensed surveyor or registered civil engineer shall lay out and establish all lines, levels,grades and positions of all parts of the work.

SITE CONDITIONS

A. Submitto Owner's Representative in writing any discrepancy between existing conditions andthe Contract Documents.

PART 2 - PRODUCTS

2.1 CONCRETE

A. Portland cement, concrete and reinforcing shall conform to applicable requirements setforthin Section 90-1 through 9G.9 inclusive of the State Specifications, as well as to allsupplementary requirements of this Specification. Schedule of concrete:

Min.No.of MinimumSacks of Skength Max, SizeCement per in Lbs.per of Coarse SlumpCu.Yd. of Sq.ln. at Aggregates inConcrete 28-Days in Inches lnches

I!IIItTIIIItIIIIIII

1 . 6

1 . 7

1 . 8

Location

Walls / SeatwallsPaving & HeadersFootings & Piers

5.5 3.000 3/o5.5 2,500 %5.5 3,000 %

444

B. Allconcrete shall be transit mix concrete.

1. Mixed for a period of not less than ten minutes. Three minutes of mixing shall occurimmediately prior to discharging concrete at the job.

2. Transit mixed concrete will be rejected if not pfaced in final position within one and one-half hours after water is first arJded to the batch. No retempering of concrete will beallowed.

C. Cement: All cement shall be portland cement conforming to ASTM C-150,1ype lll, and shallbe the product of one manufacturer

Positano Hills ParkMarch 1.2012

Concrete3 2 1 3 1 3 - 2

Page 148: Bid Info and Specs 01

IIIIIIIItItIIIIIttI

2.2

2.3

D. Aggregate: Gap graded, high course aggregate content mix, 3/4 inch maximum,

E. Driveway aprons, public sidewalks and street curbing: Conform with city standard plans andspecifications.

BASE COURSEUntreated base courses shall be installed under paving where indicated in the Drawings. Materialshall be 3/4 inch maximum size broken stone or crushed gravel conforming to the requirementsof Class 2 aggregate base of Section 26-1 of the State Specifications.

REINFORCEMENTBars, mesh and wire shall be in accordance with Section 52-1.01through 52-1.08F inclusive, ofthe State Specifl cations.

FORMWORK

A. As necessary to retain the weight of the concrete without bending, wavering or bulging;Minimum as follows:1. Plywood: Sply, 5/8 inch thick minimum, moisture resistant "Plyforn".2. Lumber for Formwork: Construction grade Douglas Fir.

MIX DESIGN

A. Concrete mixtures except for lean concrete shall be signed by a testing laboratory approvedby the Ownels Representative. Mixes shall be verified by actual tests on cylinders prior toplacing concrete, and compression tests shall show values at least 25 percent greater thanthe minimum strength indicated or specified. Mixes shall conform to governing building coderequirements and to the most recent ACI Standards' publication, and shall be approved bythe Owner's Representative. Contractor shall pay the testing laboratory for cost incurred forthe mix design.

B. The amount of fine and coarse aggregates shalt be proportioned with respect to each otherand with respect to the water content, so that the concrete may be ptaced withoutsegregation, but in no case shall the volume of the fine aggregates be less than 35 percentof the sum of volumes of fine and coarse aggregates when measured in loose, dry volumesbefore being combined. The amount of aggregates before combining shall not exceed 6 %cubic feet per each sack of cement.

C. Water, including moisture contained in the aggregate, shall not exceed the amounts specifiedin Table 502 (a) of the ACI Building code 318.

BATCHING AND MIXING

A. General: Except as otherwise specified, concrete shall be ready-mixed or job-mixed inaccordance with requirements of the governing building code and ACI 318, most recentpublication.

B. Ready Mixed Concrete:

1 . Ready-mixed concrete shall be mixed and delivered to the point designated as specifiedin ASTM C94.

2. Do not add water on the job unless authorized by the Construction Manager. Theamount of water, if added, shall be recorded on the delivery ticket. lf water is permitted

Concrete3 2 1 3 1 3 - 3

2.5

2.6

Positano Hills ParkMarch 1,2012

Page 149: Bid Info and Specs 01

to be added to mixed concrete upon arrival at the job, an additional mixing of 20revolutions of the drum shall be reouired.

3. Furnish duplicate delivery tickets with each load of concrete delivered to the job, one forthe Contractor and one for the Owner's Representative. Delivery tickets shall provide thefollowing information:a. Dateb. Name of ready-mix concrete plant

Job locationContractorType and brand name of cementClass and specified cement contents in bags perTruck numberTime dispatched and time unloadedAmount of concrete in load in cubic yardsAdmixtures in concrete, if anyMaximum size of aggregate and amount ofWater added at job, if any

2.7 PREMOULDED EXPANSION MATERIALWood Fiber, asphalt impregnated; with removable polystyrene strip mechanically attached to thetop edge.

2.8 SEALANTS

A. Horizontal and vertical surfaces not exceeding 1" wide and 1l2" deep: One (1) parl Selfleveling, Non sagging, Puncture resistant polyurethane; specifically designed for the useintended; Color to match adjacent concrete.

B. Horizontal and vertical surfaces exceeding 1" wide and 112" deep: Two (2) part Self leveling,Non sagging, Puncture resistant polyurethane; specificalty designed for the use intended;Color to match adjacent concrete.

C. Testing: provide test data to demonsirate that the sealant being proposed will adhere to thesurfaces to which it will be applied.

2.9 BACKER RODButyl rubber; material shall not react chemically with the sealant.

2.10 SAFETY STRIP FOR STAIR NOSINGSafety strip for stair nosing, type 1511 extruded anchor (meets Title 24 for visually impaired) byAmerican Safety Tread Company, Inc. Available: 800 043-5738.

2.1 1 DETECTABLE/TACTILE WARNING SURFACE

A. Armor-Tile Tactile Tile Systems as manufactured by Engineered Plastics, lnc., 300International Drive, Suite 100, Williamsville,NY 14221,1-800-682-2525, or approved equal.Color: FederalYellow (Federal Color No. 33538). Submit manufacturer's literature and colorsample for approval. Model: embedment mount for installation with ramp.

B. Panels shall be custom configured to accommodate specific project requirements.

2. l2DAMPPROOFING

c.,{A

f.g ,h .

j .k,l .

IIIItIIIITIIIIIIIII

Positano Hills ParkMarch 1,2012

Concrete3 2 1 3 1 3 - 4

Page 150: Bid Info and Specs 01

B.

IIIIIIIIIIIII

Manufacturer: BASF Construction, Chemicals, LLC Building systems,889 Valley park Drive,Shakopee, MN 55379.

Product: Hydrocide 7008; cotd applied emulsified asphalt sub-grade dampproofing, ASTMD1227 , Type 2, Class 1 and ASTM D 1187, Type 1. 30-35 FT2 per coat, 0.74-0.87 M 2/L percoat (2 coats required). Color: Black. VOC Content 0.20 lbs/gal or 24 gll. Shall qualify forLEED EQ Credit 4.2.

PART 3. EXECUTION

3.1 GENERAL:

A. Curb ramps and tactile warning strips: refer to Civit plans and specifications.

B. Care shall be exercised to protect utility boxes and other existing improvernents not to beremoved. Any damage shall be repaired at the Contractor's expense to the satisfaction of theOwner's.

C. Ensure that utility boxes are adjusted to grade, and that sign posts, sewer laterals, cleanouts,fire hydrants and other items are installed in place and to the correct grade before pouring.Concrete shall not be poured until the form grades and other facilities in the pavement areadjusted to grade and verified by the Contractor, followed by verification by the Inspector.

3.2 TNSPECTTONExamine the substrate under which concrete work is to be installed. Notify the Owner'sRepresentative, in writing, of conditions detrimental to the proper and timely completion of thework. Do not proceed with the work untll unsatisfactory conditions have been conected.

3,3 LINES AND LEVELS

A. Finished grades shown on the Drawings are given in feet and decimals of feet and are to bethe top of atlgraded orpaved surfaces, Slope uniformly between given spotelevations unlessotherwise indicated.

B. Surfaces shall be true to within 1/8 inch when tested in any direction with a t0 footstraightedge. There shall be no pools of water standing on the pavement after a rain.

C. Transition between changes in vertical gradient of walks and paving shall be smooth andgradual with no abrupt or sharp changes.

D. Horizontal curves and radii shall be laid out tangent to adjacent straight lines or adjacentcompound curves. Curves shall be smooth and flowing without faceted segments.

E. Horizontat layout shall not vary more than one inch from dimensions indicated on theDrawings, however, minorfield adjustments may be made as necessaqyto make radiitangentand curves smooth and flowing as indicated on the Drawings.

3.4 SUBGRADE

A. Prepare and compact subgrade to a minimum compaction of 90% or as otherwiserecommended by a licensed Geotechnicalengineer. Installation of paving materials shall notproceed until written approval of subgrade is made by the engineer.

Positano Hills ParkMarch 1,2A12

Concrete3 2 1 3 1 3 - 5

IIItII

Page 151: Bid Info and Specs 01

It

3.5

B. Do not install base or paving until subgrade has been reviewed by the Soils Engineer.

IRRIGATION SLEEVES: Prior to installation of paving materials, install irrigation sleeves inlocations and to depth noted on the Drawings. Extend ends of sleeve$ 1 2" beyond edge of paving.

BASE COURSE

A. Base course where required on the Drawings shall be of the compacted thicknesses shownon the Drawings. Base course shall be compacted by rolling or other approved method to 95percent of compaction.

B. Conform to the requirements of Class 2 aggregate base of Section 26-1 of the StateSpecifications.

CONSTRUCTION

A. Forming, reinforcing, ptacing and curing shall conform to all pertinent requirements as setforth in Sections 40, 51 ,52 and 90 of the State Specifications as well as to all supplementaryrequirements specified herein.

B. Formwork: Construct carefully so that straight lines are perfectly tangent to radii, curves aresmooth and flowing, and transitions between changes in vertical gradient of curbs, walls,walks and paving are smooth and gradualwith no abrupt or sharp changes. Do not allowformwork to bulge or bow under the weight of newly poured concrete.

C. Construction of Expansion Joints;

1. Hotd joint filler straight, true to line and at proper level by stapling to 2X wood form; pouradjacent slabs separately.

2. Neatly tool edges of joint flush with removable strip.

3. Carefully remove the removable strip when concrete is sufficiently set.

4. Avoid damaging tooled joint edges; any damaged edges shall be repaired to thesatisfaction of the Owner's Representative.

D. Construction of Score Lines: TooIstraight lines with neatly formed radius edges; conform withdetails shown on the drawings,

E. Expansion Joints in Curbs:

1. lnstall where shown on the Drawings; align with joints in adjacent paving.

2. Where no joints are shown, installthem at 20 feet on center.

3.8 FINISHES

A. Concrete paving:

1. Extent: all concrete flatwork.

2. Produce surface color and texture to match Owner's approved sample panels.

3.6 ItttIIIIIIl1ITItt

3.7

Positano Hills ParkMarch 1,2012

Concrete3 2 1 3 1 3 - 6

Page 152: Bid Info and Specs 01

IIIIIIIIIIIIIIIIlII

3. Screed and float paving to a smooth, even grade in accordance with the Drawings usingoverhead screeds where necessary to establish flow lines or grade breaks.

4. Steel trowel to a smooth, hard finish.

5. Using a stiff broom, strike clean, straight, continuous, crisp broom marks across pavingat right angles to the length of the walkway or ramp.

6. Finish shall be uniform throughout in color and texture,

B. Concrete Headers and Dividers:

1. Neatly tool edges as detailed on the drawings.

2. Bring exposed surfaces to a hard, smooth steel trowel finish and then finish with a finehair broom to produce a uniform crisp, light broom flnish parallel to the length of headersand dividers.

3. Finish of curb or header faces (if exposed) shall match finish of tops.

4. Keep the curb face wet during above finishing operations.

5. Do not ailow coarse aggregate to show on the finished curb surface.

C. Retaining Walls and Seat Walls:

1. Vibrate the newly placed concrete adequately to prevent surface holes & voids.

2. Form chamfer edges and reveals with wood skips in form.

3. Light sandblast exposed vertical surfaces to remove surface laitance only; do not exposeaggregate.

4. Top seating surface: Smooth trowelfinish.

3.9 SEALANTS

A. Work under this Section includes furnishing and installation of all sealants, backing rods,primers and associated work and materials in expansion joints in concrete work.

B. Prime joints and install per manufacturers printed instructions.

C. Hold sealant flush with paving surface.

D. Sealant shall be smooth with no voids or irregularities.

3.1OCAST IN PLACE DETECTABLE WARNING SURFACE TILE

A. Seope: Fresh Pour Concrete Ramps or Platforms.

B. The concrete shall be poured and finished level, true and smooth to the required dimensionsprior to the placement of the tile.

C. Place the tile 6-8 inches from the curb line. Working in a grid pattern, tamp the tile onto the

Positano Hills ParkMarch 1, 2412

Concrete3 2 1 3 1 3 - 7

Page 153: Bid Info and Specs 01

wet concrete using a rubber mallet and a scrap piece of wood. Continue this process untilall of the air has been released, and the tile surface is flush with the surrounding area. Avoidstriking the surface of the tile directly.

D. Following the placement, the tile elevation shall be checked to the adjacent surface with astraight edge. The tile elevation shall be consistent with the contract Drawings andSpecifications. Any required adjustments must be made priorto the time when the concretebegins to set.

E. When the tile is in place, and no further adjustments are needed, place a cinder block on bothends to hold the tile in place while the concrete sets.

F. During and after the tile installation, and as the concrete is in the curing stage, no walking orexternal forces shall be placed on the tile, The area must be protected from pedestrian trafficuntil concrete is cured.

G. Be sure to clean alldebris from the face of the tile.

3,10 DAMPPROOFING

A. Scope: All retaining walls and seat walls unless otherwise indicated on the drawings.

B. Preparation of Surfaces: All cracks, holes, voids, open areas and other defects in concretesurfaces to receive dampprooflng shall be carefully repaired with Portland cement mortar,struck flush, and permitted to dry. Before applying dampproofing all such surfaces shall bedry, clean and free from dirt, grease, excess mortar and other foreign matter which mightinterfere with adhesion and penetration of the coating.

C. Application:

1. Cover entire retaining surface of backside of walls only from top of footing to finishedgrade with two brush coats of specified dampproofing. Apply according to thisspeciflcation and non-conflicting requirements of manufacturer's printed instructions.

2. Apply first coat at minimum rate of 30 square feet per gallon of materia|. Brush into Isurface thoroughly making sure that coverage is uniform. Pay special attention to Ichases, reveals, recesses, joints and corners.

3. Allowfirst coat to dry for 24 hours and apply second coat at minimum rate of 35 squarefeet per gallon of material. Brush second coat at right angles to assure thoroughcoverage of entire surface. At completion, damproofing shall present a continuous,uniform, unbroken, impervious film, free from pinholes and other surface breaks.

3.11 CLEAN UP

At completion of work and/or when directed by the Owner's Representative, remove all surplusmaterial, debris and rubbish resulting from work under this Section from the site.

IIIITIIIItI

IIIIIEND OF SECTION 32 .I3 13

Positano Hills ParkMarch 1,2012

Concrete3 2 1 3 1 3 - 8 t

I

Page 154: Bid Info and Specs 01

Positano Hills ParkMarch 1,2412

Concrete32 13 13 - I

Page 155: Bid Info and Specs 01

IIIIIIIItIIIIIItIII

SECTION 3215 40.CRUSHED GRAVEL PAVINGAND DRAINAGE MATERIALS

PART 1 . GENERAL

1.1 RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Conditions andDivision 1, General Requirements, apply to the work specified in this Section.

1.2 DESCRIPTION OF WORK

A. Work Included ln This $ection: Furnish ail labor, tools, equipment, material, andtransportation and perform all operations necessary and incidentalto proper execution andcompletion of all work in accordance with the Drawings and Specifications.

B. Related Work Specified Under Other Sections: Consult all other sections, determine theextent and character of related work, and properly coordinate work specified herein with thatspecified elsewhere to produce a finished, workmanlike installation.

1.3 INCORPORATED DOCUMENTS

Published specifications, standards, tests, or recommended methods of trade, industry, orgovernmental organizations apply to work of this Section where cited by abbreviations notedbelow.

A. State of California, Department of Transportation's "Standard Specifications", latest edition(CalTrans).

1.4 DEFINITIONS

A. Percent Compaction: As referred to In these Specifications, percent compaction or relativecompaction is required in-plaee dry density of material expressed as a percentage of themaximum dry density of the same material determined in accordance with the ASTM TestMethod D-1557(C). Optimum moisture content is the moisture content corresponding to themaximum dry density determined by the ASTM Test Method D.1557(C).

1.5 SUBMITTALS

A. Submit the following material samples. Obtain the Landscape Architecfs written review withno exceptions taken prior to delivery of materials to site, or preparation of sample panel.Provide supplier's sieve analysis with each physicalsample.

1. 314" Drain Rock: one-third cubic foot, and supplier's printed sieve analysis.

2. Permeable Sub-Base: onethird cubic foot, and supplier's printed sieve analysis.

3. Crushed Gravel Base Course: onethird cubic foot and supplier's printed sieve analysis.

4. Path Fines Surface Course: one-third cubic foot and supplier's printed sieve analysis.

B. Sample Panel: Prepare a sample panel of Crushed Gravel Paving atthe site, using materials

Positano Hills ParkMarch 1.2012

Crushed Gravel & Drainage Materials3 2 1 5 4 0 - 1

Page 156: Bid Info and Specs 01

that have been reviewed with no exceptions taken. The panel shall be 5' by 6' andconstructed to it's full cross section as specified and detailed, at a finished gradient af 2%.lf the panel does not meet the specifications contained herein, the panel shalI be repaired orrebuilt at the Contractor's expense for review by the Landscape Architeci before proceedingwith work. Panels shall remain intact throughout construction.

QUALITY ASSURANCE

A. Paving shall comply with these specifications and all applicable sections of the above namedReferences and Standards.

B. Qualification of Workers: Provide at least one person who shall be present at all times duringexecution of this portion of the work and who shall be thoroughly trained and experienced inplacing and finishing Crushed Gravel Paving and who shalldirect allwork performed underthis Section.

LAYOUT OF THE WORKA licensed surveyor or registered civil engineer shall lay out and establish all lines, levels, gradesand positions of all parts of the work.

PART 2..PRODUCTS

2.1 BASE MATERIALS

A, Drain Rock: No. 2 gravel, hard and durable material; 3/4 inch sieve size.

B. Permeable Sub-base: Ctass 2 Permeable Material per State Specifications, 68-1.025.

2.2 CRUSHED GRAVEL

General: Crushed Gravel Pavement is made up of a base course and a surface course. Thecolor of both courses must match. lf there is a discrepancy in color between the twoproducts produced by the same quarry, obtain a sample of similar product(s) from a differentquarry for submittal. Obtain the Ownefs written review with no exceptions taken prior tcordering materials for either the sample panel or the actualwork.

Crushed Gravel Base Course: 3l4" Cfass 2 Aggregate Base material per State Specifications,produced by Granite Construction, Felton Quarry, Felton, CA. Phone: (831) 335-34r'l1,Fax:(831) 335-3448, or approved equal.

Path Fines Surface Course: Califomia Gold Path Fines by Granite Construction, FeltonQuarry, Felton, CA. Phone: (831) 335-3445, Fax: (831) 335-3448, or approved equat.

IIIIItIIIttTITItI

A.

B.

C.

1 . 6

1 . 7

Sieve Size3/s"

#4#8#16#30

Percent Passing10096764 0

46

Sieve Size Bercent Passinq#50 35#100 26#200 19Sand equivalent 25Color: Tan or Buff

Positano Hills ParkMarch 1,2412

Crushed Gravel & Drainage Materials3 2 1 5 4 A - 2 I

I

Page 157: Bid Info and Specs 01

IIIItIIIIIIITTIII

2.4 PERFORATED DRAIN PIPERigid PVC, SDR 35 drain pipe, 4" diameter, with matching solvent weld fittings.

PART 3-.INSTALLATION

3.1 TNSPECTTON

Examine the substrate under which crushed gravel is to be installed. Notifu the Architect, inwrit ing,ofcondit ionsdetrimentaltotheproperandtimelycompletionofthework. Donotproceedwith the work until unsatisfactory conditions have been corrected.

3.2 LINES AND LEVELS

A. Finished grades shown on Plans are given in feet and decimals of feet and are to be the topof all graded or paved surfaces. Slope uniformly between given spot elevations unlessothena/se indicated.

B. Surfaces shall be true to within 1/8 inch when tested in any direction with a l0 footstraightedge. There shall be no pools of water standing on the pavement after a rain.

C. Transition between changes in vertical gradient of walks and paving shall be srnooth andgradualwith no abrupt or sharp changes.

D. Horizontal curves and radii shall be laid out tangent to adjacent straight lines or adjacentcompound curves. Curves shall be smooth and flowing.

E. Horizontal layout shall not vary more than I inch from dimensions indicated on the Drawings.Make minor field adjustments in the layout as necessary to make radiitangent and curvessmooth and flowing as indicated on the Drawings,

3.3 PREPARATION OF SUBGRADE

Excavate to the required depth per plan, and slope at a minimum of 2o/o in the direction ofdrainage pipes. Grade to a smooth, even surface free of undulations to facilitate the flow ofwater. Compact subgrade to a minimum compaction of 90% or as othenryise recommendedby a licensed Geotechnical engineer. lnstallation of paving materials shall not proceed untilwritten approval of subgrade is made by the engineer.

3.4 WEED CONTROLApply pre-emergent herbicide to the subgrade of the entire area to be paved in accordance withthe rnanufacturer's latest printed instructions for the use intended. Take care not to allow herbicideinto adjacent planting areas.

3,5 IRRIGATION SLEEVES:Prior to installation of paving materials, install irrigation sleeve$ in locations and to depth noted onthe Drawings. Extend ends of sleeves 12" beyond edge of paving.

PERFORATED DRAINAGE PIPEtnstall in trenches below subgrade at minimum slopes per plans.

PLACEM ENT AND COMPACTION

? A

3.7

II

Positano Hills ParkMarch 1,2012

Crushed Gravel & Drainage Materials3 2 1 5 4 0 - 3

Page 158: Bid Info and Specs 01

A, General: Uniformly spread acceptable material and compact to grades and lines shown,Compaction shall be made by power rollers to 95% at optimum moisture content per ASTMD1557, Each lift shafl be compacted separately immediately after placement.

B. Drain Rock: Place over prepared subgrade and completely surround drainage pipes andcover subgrade to the minimum depth per pfan. Tamp into place to avoid future settlementor movement. Finish to a tolerance of 1''

C. Permeable Sub Base: Place over prepared subgrade or Drain Rock as applicable, andcompact to depth shown. Finish to a tolerance of 1".

D. Crushed Gravel Base Course: Place over Permeable Sub Base, and compact to depthshown. Finish to a tolerance of 1/4".

E. Path Fines Surface Course:

1. Scarify base course immediately prior to placement of surface course to provide a bondbetween the two lifts. Place surface materialover base course and compact to a depthVe" ta Y2".

2. When surface areas have been rolled and it becomes necessary to add thin layer ofmaterialto bring surface to grade, previously rolled or compacted area shall be scarifiedto provide bond with added material.

3. Finish surface of walks shall have a consistent uniform appearance, texture and color,fully compacted, with a firm stable consistency, resistant to erosion. Finished surfaceshall be true to within 1/8 inch when tested in any direction with a l0 foot straightedge.There shall be no pools of water standing on the pavement after a rain.

4, Where crushed gravel is used over tree root ball, install Path Fines surface course onlyover the rootbail to a maximum depth of %inch.

3.8 CLEAN UP

At completion of work and/orwhen directed by the Owner, all surplus material, debris and rubbishresulting from work under this section shall be removed from the site.

** END OF SECTION *-

ItIIIITtIIIIIIIII

Positano Hills ParkMarch 1,2012

Crushed Gravel & Drainage Materials3 2 1 5 4 0 - 4 I

I

Page 159: Bid Info and Specs 01

IIIIIIIIIIIIIII

SECTION 32 84 OO . IRRIGATION SYSTEM

PART 1--GENERAL

1,1 RELATED DOCUMENTS

The general provisions of the Contraet, irreluding General and Supplementary Condiiions and Division l,General Requirements, apply to the work specified in this Section.

1.2 DESCRIPTION OF WORK

A. Work lncluded in This Section: Furnish and install complete irrigation system as shownon the Drawings and specified herein.

B. Related Work $pecified Elsewhere: Consult all other Sections, determine the extent andcharacter of related work and properly coordinate work specified herein with thatspecified elsewhere to produce a complete, finished and workmanlike installation.

1,3 QUALITY ASSURANCE

A. Standards, Specifications and Codes:

1. All work shall be in full accordance with the latest rules and regulations of theSafety Orders of the Division of Industrial Safety, the Uniform Plumbing Code andother applicable State or local codes or regulations. Nothing on the Plans or in thespecifications shall take precedence over the requirements of said rules andregulations.

2. The Contractor shall furnish, without extra charge, any additional material and/orlabor when required by the compliance with the above rules and regulationsthough the work be not mentioned in these particular Specifications or shown onthe drawings.

B. Wherever the term "as per manufacturer's specifications and/or instructions" is used, itshall mean in strict accordance with the manufacturer's printed directions. lf thesedirections conflict with this Specification, the matter shall be brought to the City's attentionand his instructions obtained before proceeding with the work.

C. Complete the controller installation, anange for an inspection, and perform all worknecessary to obtain a written "Certification of Inspection" and a 5 year warranty for theirrigation controller from John Deer/United Greentech (JD/UG). lnclude the Certificateand warranty in the Maintenance and Operations Manual. Support from JD/UG includes:1, Review of system and plans.2. Conduct one pre-construction meeting with JD/UG, Contractor, and City

representative.Connect comrnunication and flow sensor cable inside the assembly.Test to verify proper grounding.Field test for proper operation of the assembly components.Communication cable contlnuity and resistance test.Calibration of assembly flow sensing components.Verification that equipment conforms to and is installed in accordance with JD/UG

3.4 .5.6.7.8.

IIII

Positano Hills ParkMarch 1 ,2012

lrrigation3 2 8 4 0 0 - l

Page 160: Bid Info and Specs 01

and manufacturer's specifications and recommendations.9. Provide written Certification of lnspection.

1.4 SUBMITTALS

A. Materials List:

1. Within fourteen (14) calendar days after the award of the Contract, submit threecopies of the complete lists and manufacturer's specification information ofmaterials proposed for installation, and obtain the Architecfs written approvalthereof before proceeding.

2. List allmaterials by manufacturer's name and model number.

3. Onfy materials and items of equipment so approved shall be used. Any proposedsubstitutions together with descriptive material shall be included with the list.

B. Manuals:

1. Prior to the final acceptance of the irrigation system, the Contractor shall furnishthree (3) individually bound Service Manuals to the Architect for use by theOwner. The manuals shall contain complete exploded drawings, diagrams andspare parts lists of all equipment installed showing components and catalognumbers together with the manufacturer's name and address, ln addition, eachService Manual shall contain the following:a. lndex sheet indicating the Contractor's name, address and phone number.b. Copies of equipment warranties and certificates.c. List of equipment with names, addresses and telephone numbers of all

local manufacturer's representatives.d. Complete operating and maintenance instructions in sufficient detail to

permit operating personnel to understand, operate and maintain allequipment.

1.5 FEES AND PERMITS

Work under this Section shall include all fees, permits, licenses, and required inspections byconcerned governing agencies.

PART ? -- PRODU_.CTS

2^1 GENERAL

A. The use of a manufacturer's name and model or catalog number is for the purpose ofestablishing the standard of quality and general configuration desired only. Othermanufacturer's equipment may be submitted for approval by the Architect. Only uponsubmiftal and subsequent approval of the Material list shallthese items be permitted.

B. All materials throughout the system shall be new and in perfect condition.

2.2 DELIVERY, STORAGE AND HANDLING

IIIIIIItITlIITITI

Positano Hil ls ParkMarch 1 ,2012

lrrigation3 2 8 4 0 0 - 2 t

I

Page 161: Bid Info and Specs 01

B.

A

B.

D .

E.

tIIIIIIIIIIIItIII

A. Deliver all materials in timely manner to insure uninterrupted progress of the work; store in sucha manner as will preclude damage thereto and permit ready access for inspection andidentification of each shipment.

Manufactured materials shall be delivered in original containers with brand and maker'snames marked thereon, Materials in broken containers or showing evidence of damagewill be rejected and must be immediately removed from the work.

Store plastic pipe on flat pallets and protect from sunlight.

2.3 MATERIALS

All materials shall be as herein specified and as specified and/or indicated on thedrawings.

Pipe:

1. Plastic: Polyvinyl Chloride (PVC), Type 112A-1220, ASTM D 2241 (Class) orASTM D 1785 (Schedule).a. Classes and/or Schedules as specified on the drawings.b. All pipe shall be free of blisters, internal striations or any other defects or

imperfections. The pipe shall be continuously and permanently markedwith the manufacturer's name, material type, size, schedule or class andquality control identifications.

c. PVC pipe shall be purple in color and perrnanently marked at the factoryfor use with recycled water.

2. Pipe Sleeves: 112O-2A0 psi PVC plastic pipe. Extend 24" beyond back of curb orwalk.

Pipe Fittings:

1. Plastic: Potyvinyl Chloride (PVC) type 1; ASTM D 2466.a. Solvent Weld as specified on the drawings.

2. Cast lron O-Ring Fiftings:a. Leemco as specified on the drawings.

Remote ControlWire:

1. All wire shall be solid copper 600 volt AC, Type UF-AWG, UL approved for directburial. Wire shall be continuously and permanently marked with themanufacturer's narne, wire size and identification.

2. Color of control wires shall be as follows:a. Control Wre: Controller A - #14 Black; Controller B - #14 Redb, Common Wire: #12 Whitec. Spare Wire: Controller A - #14 Yellow; Controller B - #14 Blue

Gate Valves:

II

Positano Hills ParkMarch 1.2012

lrrigation3 2 8 4 0 0 - 3

Page 162: Bid Info and Specs 01

1. All brass or bronze double disc, non-rising stem,

2. Threaded connections for 2 /2" and smaller gate valves. Push-on O+ingconnections for 3" and larger gate valves.

3. 150 psi working pressure.

4. Allvalves shalf be line size.

F. Booster Pump:

1. Pre-assembled Customflow Quality Booster PackagerMModel: 120MDtX120721 1-1/60VFD including:

Electrical: Single-Phase 230-volt with 2-pole 60-arnp breaker.Control: VFD with 24-volt Pump Start retay.PRV: Efector Transducer rated for 0-145 PSl,Pump: Pump with 5hp3ph, ODP pump motor with bronze impeller ratedfor 120 GPM at 33 PSI increase, 72o/o efficienl.VFD: UL 508 Fuji Eco 31-amp VFD 60-amp panelduty circuit breaker for24-volt pump start, cooling fan to run only when pump is running, 240-volt,with Rittalenclosure.

f. Transducer: Efector PA3224 4-2AmA output, stainless steelwith shieldedcable.

g. Controls: (2) 24-Volt pump start relays.h. Temperature: Custom INOVS -125 degree PDNO.i. Valves: (1) Nibco GD4765-3 Butterfly Valve size 2" with grooved

connection for isolation.j. Bypass: (2) Nibco GD476S3 Butterfly valve size 3" with grooved

connection for bypass.k. Plumbing: 3" galvanized with grooved fittings for adaptation to the

isolation valves and pump connection.l. Check valve: 3" Tyco CV-1F grooved connection.m. Drop pipes: (2) 3" galvanized steelfor above ground and PVC adaptation.n. Gauge: (2) No-Shock liquid filled gauges 160-PSl for intake, and 160-PSl

for discharge manifold.o, Enclosure: Custom quality two-piece metalenclosure size,

48'X36"X40"X38" with slanted roof and pivot front panel shocks to assistopening, all stainless steel construction.

p. Fan: 100 CFM, l lFvolt cooling fan assembly mounted on the enclosure.q. Sales & Service: Custom Pump & Power (916) 429-9729 to provide

assembly, testing, startup and training.r. Support 24-Months warranty.s. Note: Please provide 36' clearance all around the unit for service access.

G. Other Equipment: Refer to the drawings.

PART 3 --.ryEC.UTtON

3.1 INSPECTION

Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactory

a-h

d .

IIIIIIItItIIIIIII

Positano Hil ls ParkMarch 1 ,2012

lrrigation3 2 8 4 0 0 - 4 I

I

Page 163: Bid Info and Specs 01

tIIIIIIIIIIIIlIIIII

3.2

conditions have been corrected.

COORDINATION

Schedule and coordinate work with other trades and with Owner's separate contractors.

A. lnstall pipe, conduit, and sleeves under paving and thr"ough walls and footings.

B. Do not install sprinkler heads until walls, curbs, headers and other related structures arein place.

C. Do not install pipe until ptanting areas have been scarified under Planting work.

PREPARATION

Verification of Dimensions and Grades:

A. Allscaled dimensions are approximate. Before proceeding with any work, carefully checkand verify all dimensions on the site.

B. Spacing of sprinkler heads, emitters and locations of valves and quick couplers shall beas indicated on the drawings and specified herein. Above items shall be staked out andany deviation from drawings and specifications shall have written approval of Architectprior to installation.

INSTALLATION

A. Layout:1. Lay out work as accurately as possible in accordance with the drawings.

2. Where site conditions do not permit locating piping, valves and heads whereshown, notify Architect immediately and do not proceed until his instructions areobtained.

3. Run pipe lines and automatic control wiring in common kenches whereverpractical.

4. Notiff Architect of any aspects of layout which will provide incomplete orinsufficient water coverage of plant material and do not proceed until hislnstructions are obtained.

5. Locate all underground utility lines prior to excavating irrigation trenches and bringany conflicts to the attention of the Architect. Do not proceed with the work untilinstructions are received frorn the Architect.

B. Protection:

1. Protect existing and new work at all times. Any existing buitdings, utilities,equipment, piping, pipe coverings, sewers, sidewalks, landscaping, etc., damagedby the Contractor during the course of his work shall be replaced or repaired bythe Contractor in a manner satisfactory to the Architect and at the Contractor's

lrrigation3284 00 - s

? ?

3.4

Positano Hil ls ParkMarch 1 .2012

Page 164: Bid Info and Specs 01

IIIIIIItIIIIIIIII

c.

D.

own expense and before the final payment is made. The Contractor shall beresponsible for damage caused by teaks in the piping systems being installed orin having been installed by him. He shall repair all damage so caused at his ownexpense and in a manner satisfactory to the Architect.

Excavating and Trenching:

'1. Excavation shall be in all cases ample in size to permit the pipes to be laid at theelevations intended and to perrnit ample space for joining.

2. Make trenches for pipelines deep enough to provide minimum cover from finishgrade as follows:a. 18-inch minimum cover over main lines 2 T" incfi and smaller, except

under traffic section paving where It shall be 30 inches.b. 24-inch minimum cover over main lines 3 inch and farger, except under

traffic section paving where it shatl be 30 inches.b. 18-inch minimum cover over control wires from controller to valves, except

under traffic section paving where it shall be 30 inches,c. 12-inch minimum cover over lateral line, except under traffic section paving

where it shall be 30 inches.d. 4-inch uniform cover over sub-surface drip tubing.

3. Trenches shall be strai$ht with bottoms at uniform slopes.

4. Underground lines shall have a minimum horizontal clearance of 2 inches fromeach other. All lines shall have a minimum horizontal clearance of 12 inches fromthe lines of other trades. This requirement does not apply to any lines crossing atangles of from 45 to 90 degrees with each other. A minimum f -inch verticalclearance shall be maintained between lines which cross between these angles.

5, No line shall be installed parallelto and directly over another line.

6. Restore surfaces, existing underground installation, etc., damaged or cut as resultof excavations, to original conditions in manner approved by Architect.

7. Where inigation lines interfere with other utilities, irrigation trenching, and pipework, adjust the trench depth as directed by the Architect.

8. Piping under existing pavement may be installed by jacking or boring. All cuttingor breaking of pavement will require the Architect's written approval prior tostarting the work.

Assembling Pipelines:

1. All pipe shall be assembled free from dirt and pipe scale. Field-cut ends shalf bereamed to remove rough edges and burrs.

2. Rubber Ring SeatJoint:a. Use factory-made male end or prepared field-cut male end to

specifications of factory made end.b. Carefully clean bell or coupling and insert rubber ring without lubricant.

Positano Hills ParkMarch 1 ,2012

lrrigation3 2 8 4 0 0 - 6 I

I

Page 165: Bid Info and Specs 01

4

2.

3.

E .

IIIIITIIItIIIIIII

Position ring carefully according to manufacturer's instructions.c. Lubricate male end according to manufacturer's instructions and insert

male end to specified depth. Use hands only when inserting PVC pipe.d. O-Ring pipe and fitting connections shall be restrained with the Leemco

joint restraint system. Contractor shall install joint restraints on the castiron fittings and O-ring pipe in strict accordance with Leemcorequirements.

3. Solvent-Weld Joint:a, Prepare joint by first making sure the pipe end is square, then deburring

the pipe end and cleaning pipe and fitting of dirt, dust, and moisture.b. Dry-insert pipe into fitting to check for mis- sizing. Pipe should enter fitting

one-third to two-thirds the depth of socket,c. Solvent Cement and Primer: For solvent weld joints shall be of make and

type approved by manufacture(s) of pipe and fittings. Cement shall bemaintained at proper consistency throughout use.

d. Coat the inside socket surface of the fitting and the external surface of themale end of the pipe with primer. Then, without delay, apply cementliberally to the male end of the pipe and also apply cement lightly to theinside of the socket, At this time apply a second coat of cement to the pipeend.

e. Insert pipe immediately into fitting and turn one-quarter turn to distributecement and remove air bubbles. The pipe must seat to the bottom of thesocket and fitting. Check alignment of the fitting. Pipe and fittings shall bealigned properly without strain to either.

f. Hold joint still for approximately 30 (thirty) seconds and then wipe excesscement from the pipe.

g. Cure joint a minimum of 30 (thirty) minutes before handling and at least six(6) hours before allowing water in the pipe.

4. Threaded Joints for Plastic Pipe:a. Field threading of plastic pipe or fittings is not permitted. Factory-formed

threads only will be permitted.b. Where assembling to threaded plastic fitting, take up joint no more than

one fullturn beyond hand tight.c. Use strap-type friction wrench only; do not use metal-jawed wrench.

5. Cap or plug openings as pipeline is assembled to prevent entrance of dirt orobstruction. Remove caps or plugs only when necessary to continue assembly.

Laying Pipe:

Pipe shall be bedded at least 2 inches of finely divided material with no rocks orclods over 1 inch in diameter to provide a firm unifotm bearing.

Solvent-welded PVC pipe shall be snaked from side to side of trench bottom toallow for expansion and contraction. One additional foot per 100 feet of pipe is theminimum aftowance for snaking.

Do not lay pipe when there is water in the trench or when the temperature is 32degrees F. or iower.

II

Positano Hills ParkMarch 1 ,2412

lrrigation3284 00 - 7

Page 166: Bid Info and Specs 01

IIIIIIIItIItIIIII

4.

1 .

2.

3 ,

4.

5.

A

2.

3 ,

4.

5 .

G.

H.

\Mere pipes or control wires pass through sleeves, provide removable non-decaying plug at ends of sleeve to prevent entrance of earth.

Where pipes pass under paving or through structuraf elements at locations wheresleeving is not possible, they shall be installed as copper pipe and fittings asspecified in the materials section of these specifications.

F. Remote-Control Valves:

Install where shown within rectangular valve box with bolt-down lid as detailed,and group together where practical. Limit one RCV per valve box.

lnstall valves no farther than 12 inches from main line unless absolutely necessary.

Locate valves no closer than 12 inches from walk edges, building, and walls.

Thoroughly flush main line before installing valve.

Place afl control valves in valve boxes; use extensions as necessary to keep soilaway from valves and solenoids. No soil allowed around valve.

Attach a 2 1| -inch x2 314-inch polyurethane identification tag with valve numbersstamped on it to each valve to control valve wire.

Gate Valves:

1. Installwhere shown on the drawings.

2, f nstall in g-inch diameter plastic valve box with twist lock cover.

Automatic Control \Mring:

1. Run lines along mains wherever practicable. Tie wires in bundles with pipe-wrapping tape at lO-foot intervals and allow slack for contraction betweenstrapping.

Loop a minimum of three (3) feet of extra wire in each valve box; both control wireand ground wire.

Gonnections shall be made with twist-type (wire nut) connectors and seating withspecified sealer packs.

Splicing will be permitted only on runs exceeding 2,500 feet. Locate all splices atvalve locatlons in the valve box.

Where control lines pass under paving or through struclural elements, they shallbe enclosed in Schedule 40 PVC conduit.

6. Each control valve shall be connected to its respective controller with its ownindividual control wire. Common ground wire shall be common to only thosevalves controlled bv each individual controller.

Positano Hil ls ParkMarch 1 .2012

lrrigation3 2 8 4 0 0 - 8 I

I

Page 167: Bid Info and Specs 01

J .

K.

IIIIIIIIIIIIIIIIIII

Flushing Lines:

1. Flush all rock, sand and debris from the lines^

2, Flush main lines prior to installing valves and connecting lateral lines.

3. Flush long dead end runs prior to capping pipe.

4. Flush lateral lines prior to installing heads and emitters. Continue flushingprocess with water running slowly as heads are installed starting closest to valveand working outward.

Testing Pipe:

1. Pipe shall be center loaded with sufficient backfill in accordance with theparagraph on backfilling to anchor pipe before testing. No fittings shall becovered.

2. lnstall remote-control valves prior to testing.

3. Notify the Owner at least 3 (three) days in advance of testing. Tests will beobserved and approved by the Owner.

4. Perform testing and furnish all equipment for testing as work of this Section.

5. Apply the foltowing tests after solvent-weld plastic pipe joints have cured at least24 hours:

a. Test main lines hydrostatically at 125 psi minimum. Lines will be approvedif test pressure is maintained for six (6) hours. The lines shall be restoredto the original test pressure and the amount of water required to do soshall be measured. Approved tables of allowable loss will be consulted,and the lines will be approved or not approved as such results mayindicate. The Contractor shall make tests and repairs as necessary untiltest conditions are rnet.

b. Test lateral lines with water at line pressure and visually inspect for leaks.Retest after correcting defects.

Backfilling Pipe:

1. Do not bacKill until pipe has been tested and approved by the Architect.

2. Backfill material shall be the earth excavated from the trenches, free from rocks,concrete chunks, and oiher foreign or coarse materials.

a. BacKill to depth of 6 inches above the top of pipe shall be finely dividedmaterial free of rocks or clods over 2 inches in diameter.

b. Remaining backfill shall be free of rocks and clods over 2 inches in

Positano Hills ParkMarch 1,2012

Irrigation3284 00 - e

Page 168: Bid Info and Specs 01

diameter.

3. Place backfill in 6-inch lifts and compact by tampings as follows:

a. Under Paving: Percentage equal to that specified for the paving subgradeand base subgrade and base material.

b. Planting Areas: Percentage equalto adjacent soit.

L. Automatic Controller:

1 . Permanent location of controHers is inside restroom plumbing chase. However,prior to restroom arrival, set up controllers in a fully operational mode in a nearbytemporary location approved by the City representative. After installation of therestroom building is complete, move the controller assemblies into the permanentrestroom location.

Connect control lines to controller in sequential arrangement according toassigned identification number of valve. Control lines shall be labeled at controllerwith permanent nonfading labels indicating identification number of valvecontrolled.

Provide a 120 volt water-proof, disconnect switch on the service line; mount insidethe controller enclosure.

Provide and install conduits, wire, and relays for pump starl circuit from irrigationcontroller.

M. Drip Tubing and Fittings

2.

IIIIIIITItIIIItII

4.

1 .

2.

3.

4.

Installas indicated on the Drawings.

Installtubing at a uniform depth of 4 inches.

Use onfy special tools manufactured or recommended by the drip equipmentmanufacturer for installation of emitters and fittings.

Thoroughly flush lines.

N,

o.

Sprinkler Heads and Quick-Coupler Valves:

L Thoroughly flush lines before installing heads or quick-coupler valves.

2. Locate as shown and detailed on the Drawings.

Emitter Filter Manifold:

1. Instalt as shown and detailed with gauges turned 45 degrees for ease of reading.

2. No soil permitted in box.

Positano Hil ls ParkMarch 1 ,2012

lrrigation3 2 8 4 0 0 - 1 0 T

I

Page 169: Bid Info and Specs 01

IIIITIIIIIIIItIII

3. Maintain clearance with valve-box extensions for ease of removing filters forservice.

P. Booster Pump:

1. Install pre-packaged booster pump assembly in strict accordance withmanufactu rer's req u irements a nd instructions.

2. lnstall power connections, pump start wiring, relays, etc. for completely functionalpump and pump controls.

O. Coverage Test:

1, \Mren the irrigation system has been completed, a coverage test shall beperformed in the presence of the Architect to determine if coverage of waterafforded planting areas is complete.

2. Change any heads, nozzles, orifices, or arcs as may be required to providesatisfactory coverage.

3. Make minor changes in sprinkler-head location to provide adequate coverage atno additional cost to the Owner.

R. lnigation audit and controller test:

1. Before seeding of mowed turf and unmowed grass areas, and upon completingthe installation of the irrigation system for all areas, conduct an irrigation audit by acertified landscape irrigation auditor. Each circuit shall be tested. Submit a writtenreport showing distribution uniformity and irrigation efficiency by valve circuit,recommended 12-month schedule and estimate of annual water consumption.lnclude a copy of this report in Operation and Maintenance Manual.

2. Test controllers individually in the presence of the Project Inspector and the CityRepresentative. Demonstrate that all controlvalves operate electronically.

3. Demonstrate to the City Representative that irrigation scheduling programmedinto the controller is adequate for plant requirements without causing runoff, andthat the scheduling capacities of controller are utilized.

4. Make correction and adjustments as required to provide the following minimumdistribution unifo rmity for fields:a. Rotary head irrigation:70%b. Spray head irrigation:62.5%

S. Record Drawings:

1. Provide and keep up to date a complete "Record" set of blueline prints which shallbe corrected daily and show every change from the original Drawings andSpecifications as well as dimensioned locations of pipe and equipment. This set ofDrawings shalt be kept on the site and shall be used only as a record set,

I fiT:f,i: Hi's Park

I

lrrigation3284 00 - il

Page 170: Bid Info and Specs 01

T.

a. "Record" Drawings shall show dimensions of all wire routing, main linesand valves from two permanent points of reference (at 200 foot interuafsalong the mainfine and wire routing).

2. These Drawings shall also serve as work progress sheets, and neat and legibleannotations shall be made daily as the work proceeds, showing the work asactually installed. These Drawings shall be available a.t all times for lnspection byihe Archjtect and shall be kept in a location designated by him.

3. Provide the Owner with a set of mytar reproducibles with all corrections made anddimensions based on the above specified record prints. Drafting quality shall beequal to originaf drawings.

4. Contractor to provide one laminated controller chart for each controller showingarea of coverage for each remote control valve circuit. Chart is to be appropriatesize for storage in controller cabinet.

Wrenches, Keys and Couplers:

1. Provide the Owner at completion of the planting-maintenance period with three (3)each of all operating and servicing keys and wrenches required for completemaintenance and operation of all valves. lnelude all wrenches necessary forcomplete disassembly of all valves.

2. Couplers: Provide two couplers complete with hose swivels, 3/4-inch male hosethread, and 3/4-inch throttfing gate valve for use with quick-coupling valves.

Guarantee:

1. Repair of damage: All damage to paving, planting, structures, and otherimprovements due to settlement of improperly compacted trench backfill shall bepromptly repaired to the satisfaction of the Architect and without additionalexpense to the Owner.

2. All materials and workmanship shall be as specified and shall, for minimum periodof I (one) year beginning at the date of flnal acceptance, be and perform tocomplete satisfaction of Owner. At the end of this period all required repairs andadjustmenls, including adjustment to grade, shall be made including all repairs toother work made necessary thereby, without additional expense to the Owner.

Present to the Architect at time of final acceptance, warranties for all materialsused.

"*END OF SECTION*-

IIIIItItIIIIIIIItII

U,

Positano Hil ls ParkMarch 1.2012

lrrigation3 2 8 . 4 A 0 - 1 2

Page 171: Bid Info and Specs 01

IIIIIIIIIIIIIIIII

SECTION 32 90 OO . PLANTING

PART 1 . GENERAL

1 . 1

1 . 2

RELATED DOCUMENTS

The general provisions of the Contract, including General and Supplementary Conditions andDivision 1, General Requirements, apply to the work specified in this Section.

DESCRIPTION OF WORK

Work Included In This Section: Furnish all labor, tools, equipment, material, andtransportation and perform all operations necessary and incidental to proper execution andcompletion of all work in accordance with the Drawings and Specifications.

Related Work Specified Under Other Sections: Consult all other sections, determine theextent and character of related work, and properly coordinate work specified hereln with thatspecified elsewhere to produce a finished, workmanlike installation.

The Contractor shall exercise care when working in areas adjacent to existing planting andirrigation to remain. Existing trees, shrubs, lawns and other plant materials to remain shallbe protected at all times. lrrigation lines servicing existing planting areas to remain shall becut and temporarily capped during demolition and restored to full operation under thiscontract, unless specifically noted on the plans as being otherwise. Contractor shall providetemporary irrigation in these areas until irrigation can be fully restored. Existing plantmaterials shall be maintained in a healthy condition, unless otheruvise noted on the plans asbeingremovedorreplaced. Surveysdonotfullydocumenttheexistinginigationsystem. TheContractor shall consult with the Owner and their maintenance staff for irrigation requirementsin areas where new construction affects existing irrigation that is to remain.

1.3 SUBMI TALS

Test Reports: Provide soil samples directly to testing laboratory. Test results includinganalysis and comment to be sent directly to Landscape Architect and General Contractor bythetesting lab. Testing shallbe performed by Soiland Plant Laboratory, '1101 S. WinchesterBlvd., Suite G-173 San Jose, CA 95128. Phone: 6Aq727-0330. Fax: (Aq727-5125. Testresults shall be presented in a report form, and shall include analytical lab results andrecommendations for soil amendment, fertilization, drainage mitigation, and other necessarymeasures, in a written interpretive narrative form; analytical lab test results alone are notsufficient. Tests to be performed:

1. lmoort Sandv,Loam Topsoil and Bioswale Infiltration Soi[: One test per source for eachproduct. Fe*ilitytestto include: pH, salinity, nitrate, ammonium, phosphate, potassium,calcium, magnesium, Agricultural suitability test to include: pH, salinity, boron, sodiumadsorption ratio. Particle size appraisaltest to include: Organic content, USDA particlesize, and expected infiltration rate.

2. Orqanic Compost Amendment: Laboratory analysis to be provided by City.

Submit duplicate samples and manufacturer's guaranteed analysis of the following items andsuch other materials as may be required by the Landscape Architect and obtain writtenapproval thereof before beginning fabrication or delivery of material to the Project site.

B.

C ,

A.

B.

II

Positano Hills ParkMarch 1.2A12

Planting3 2 9 0 0 0 - 1

Page 172: Bid Info and Specs 01

1 . 4

Finished work shall match approved samples.

1. lmport Topsoiland Bioswale Infiltration Soil: 1/4 Cubic Foot physical sample each, andtest results with recomrnendations performed by the specified soils testing laboratory.

2. Recycled Wood Mulch material: 1i4 Cubic Foot physical sample, and the producer'swritten certification of source material and recycled content.

3. Tree ties and guying materials: One example of each item to be used.

4. Fertilizers: Manufacturers printed description and guaranteed analysis.

C. Product Data: Manufacturer's specifications, catalog cuts, data sheets, and installationinstructions.

D. Certification: Furnish duplicate, legible copies of certificates and/or invoices for all soil,fertilizer, plants, and other materials, stating the grade, weight or quantity, source, and dateof delivery.

E. Plant Sources: Submit name and address of proposed suppliers of plant materials to Ownerwithin 30 calendar days of notice to proceed. List plants to be obtained from each source.For any plant found to be unattainable, show suggested substitute species or size, withsource. Obtain Owner acceptance of sources and/or substitutions.

1 . Ordering of Plants: Submit documentation, within 21 calendardays following acceptanceofnurserysources,thatplantmaterialhasbeenordered, Indicatesizeofplant,containersize and quantity of each on order form. lnstruct nursery to label each plant withbotanicalname.

F. Water Need Categories

1. Plant materialspecies have been specified meeting the water need categories as definedin the current edition of 'Guide to Estimating irrigation Water Needs of LandscapePlantings in California'as published bythe University of California Cooperative Extensionand the California Department of Water Resources, also known as WUCOLS lll.

2. Any substitution made of plant material specified shall be brought to the attention of theArchitect by noting on the submittal list as herein required. Substituted pfant speciesshall meet the same water need category of originatly specified plant species.

PROJECT CONDITIONS:

A. Warning: Existing utilities may exist within areas where new planting and inigation are to beinstatted. Locate all utilities prior to beginning work.

B. Existing Conditions: Exercise caution against injury to, ordefacement of, existing conditions.At Contractofls expense, repair or replace items damaged from installation operations.

ENVIRONMENTAL CONDITIONS:

Planting of trees, shrubs, vines and groundcovers shall be done only during periods which arenormalfor such work as determlned by the season, weather conditions and accepted practices.

IItIIIIIIIIIIIItI

. t F

Positano Hitls ParkMarch 1 ,2A12 I

I

Planting3 2 9 0 0 0 - 2

Page 173: Bid Info and Specs 01

IIIIIIIIIIIIIIItItI

1.6 PROJECT SITE CONDITIONS

A. Sequencing and scheduling: Coordinate all phases of landscape instaltation with otherphases of construction so as not to incur any scheduling or installation conflicts.

B, Keep work site and adjacent areas clean, neat and orderly at alltimes. Remove debris andwaste materials and excess earth materials at least once a day and more often if appropriate.

C. Protect existing improvements: repair or replace all damaged items; prot€ct completed work.

D, Verify location and existence of underground utilities. Protect existing utilities frorn damagedue to construetion activity. Repair damage to utility items.

E. Broom and hose off areas to maintain clean pavement.

PART 2. PRODUCTS

2.1 PLANT MATERIALS

A. Quantities: Plant materials shall be furnished in quantities required to complete work asindicated on the Drawings and shall be of species, kinds, sizes, etc., specified.

B. Nomenclatures: Plant names listed on drawings conform to standardized plant namesestablished by American Joint Committee on Horticultural Nomenclature, except that fornames not covered therein, the established custom of the nursery trade is followed.

C. Quality:

1. Plants shall conform with American Association of Nurserymen Standards, ANSI 260,in al lways.

2. Plants shall be symmetrical and typicalfor variety and species.

3. Plants shall be nursery grown under climatic conditions similar to those in AlamedaCounttT.

4. Plants shall be sound, healthy, vigorous, and free from plant disease and insect pestsor their eggs.

5. All trees and shrubs shall be container grown or established "boxed-out", field-grownmaterial, unless otherwise specified.

6. Container stock shall be grown for at least 8 months, in sontainers in which delivered,but shall not be root bound. Container plants with cracked or broken balls of earth whentaken from containers may be planted only with specific approval of the LandscapeArchitect. Root systems shall be healthy, with no circling or girdling at any stage ofproduction. Roots shall be evenly and compfetely spread throughout the container tobottom and sides. Young white roots shall be evident at edges of container, withoutovergrowing and forming a solid mat of roots at bottom or edge.

7. Plants shall not be pruned prior to delivery, except as authorized by the LandscapeArchitect.

Positano Hills ParkMarch 1 .2012

Planting3 2 9 0 0 0 - 3

Page 174: Bid Info and Specs 01

tIIIIItIItIItItII

D.

F.

G.

H.

8. Protect plants in transit and afterdelivery to the Project site. Plants in broken containersand plants with broken branches or injured trunks will be rejected. Remove rejectedrnaterial from the site immediately.

9. Furnish all certificates of inspection that are required by County, State or Federalauthorities, including USDA inspeclion requirements for the Glassy WingedSharpshooter.

10. Substitutionswill be allowed onlywhen specified material is proved unavailable and onlywith approval of the Landscape Architect. Proposals will be considered for use ofnearest equivalent size and variety with equitable adjustment to the Contract price.

Dimensions: Height and spread of specimen plant materials are specified on the drawings.The first figure following the name of the plant is the height, and the second figure is thespread, All measurements shall be made with material in a normal position without supportof the branches. Plants specified by container size only shall be equal in size to similar plantsin local retail nurseries.

Plant Observation:

1. Right of observation for approval or rejection is reserved at the place of growth andloron the project site at any time upon delivery or during the work. Plants shall be observedfor size, variety, condition, defects or injury. Those not meeting the specified standardsof quality will be subject to rejection.

2. Notifo the Landscape Architect of the source of material no laterthan 30 days after awardof the contract.

3. One observation at the place of growth may be made for trees only, at the owner'srequest. All plant materials requiring observation by the owner shall be assembled andavailable for observation.

4. lf the Landscape Architect is required to make additional observations at the place ofgrowth due to failure of the Contractor to assemble the required plant materials orrejection of plant materials, the Landscape Architect's time and expense shall bereimbursed by the Contractor.

Groundcover Plants:

1. Groundcover plants, unless otherurise indicated on the drawings, shall be rooted plantsgrown in flats.

2. Plants shall be full and compact, not "leggy".

Liner Plants: Shall be individual containerized plantsfully rooted into a minimum soilvolumeof 6 cubic inches per plant.

Seed:

1. Furnish seed mix specified on the drawings in original sealed containers labeled inaccordance with U.S. Department of Agriculture rules and regulations under the FederalSeed Act bearing guaranteed analysis and germination procedures.

Positano Hills ParkMarch 1 .2012

Planting3 2 9 0 0 0 - 4 I

I

Page 175: Bid Info and Specs 01

tIIIIIItIIIttIIIIII

?

4.

5.

2.2 FERTILIZERS AND SOIL CONDITIONERS

A. Composted Organic Amendment:

1. Composted Organic Amendment will be provided by the City and delivered to the site.

2. Physical Propedies: A minimum of 90% of the material by weight shall pass a /2" screen.Matei'ial passing ihe!l" scfeen shail meei the fotlowing criteria:% Passing

85-10050-80

Sieve Designation9.51 mm2.38 mm

3/8"No. I

o .

7 .

0-40 500 micron No. 35

Source material: Fully composted organic green waste

Carbon and Nitrogen ratio: Maximum 35:1 if material is claimed to be nitrogen stabilized.

Organic matter: Minimum 50% based on dry weight and determined by ash method.Minimum 270 lbs. organic matter per cubic yard of compost.

lron content: Minimum 0.08% dilute acid soluble iron based on dry weight; iron treated.

Salinity (ECe): 4.5 dS/m maximum @ 25 degrees C. as determined in a saturationeKract.

Planting3 2 9 0 0 0 - 5

8. Reaction (pH): Minimum: 5.5, Maximum: 8.0 as determined in saturated paste

9. Moisture content 35o/o-GAo/a

10. Contaminants: The compost shall be free of contaminants such as glass, metal andplastic.

11, Maturity: Shall exhibit visible characteristics of maturity, including: dark brown to blackcolor. Acceptable odor: moldy/musty, soil like, or none. Unacceptable odor: sour,ammonia or putrid.

12. Appearance: ldentifiable wood pieces are acceptable, but the balance of the materialshould be soil like, without recognizable leaves,

B. Blood Meal, 13-0-0

C. Feather Meal, 15.3-0-0

D. Steamed Bone Meal. 1-13-0

E. SoilSultur

F. Hydroseed Fertifizer: Best Products '16-6-8

G. Controlled Release Organic FertilizerTablets: Organica PlantTabs, 5.$-8 (N-P-K) DirtWorks,1195 Dog Team Road, New Haven, Vermont Q5472, w,ww.dirtworks.net. Phone: 877-213-3828, or approved equal. No chemicalfertilizers are allowed.

Positano fJills ParkMarch 1,2412

Page 176: Bid Info and Specs 01

III1TIIIIlItIIlIIII

2.3

H. Mycorrhiza Planting Backfill: MycoApply Endo/Ecto Plus, available from MycorrhizalApplications, Inc., yrww.mvcorrl'I4ae.com , PO Box 1181, Grants Pass, OR 97528. Ph: 866-476-7800 or 541-47&3958. Fax: 541-476-1581.

l. All fertilizer and soil conditions shall be first quality, standard brand, agricultural products.

J. Materials Delivery and Storage: Manufactured materials shall be delivered in originalcontainers with brarid and rnakei-'s name marked thereon, Materiais in biokerr ccrrrtainei's orshowing evidence of damage will be rejected and must be immediately removed from the site.Odorous materials shall not be brought to the site untilthey are to be used.

K. Certificates: Furnish a certificate with each delivery of material to the site in containers, or inbulk. Certificate shall state source, quantity, or weight, type and analysis, and date ofdelivery. Deliver all certificates to the Landscape Architect.

M ISCELLANEOUS MATERIALS

A. lmported Sandy Loam Planter fill material shatl meet the following requirements:

1. AgriculturalSuitabil i ty:Salinity (ECe): 0-2.Sodium (SAR): 0-4.Boron (PPM in Saturated Extract): 0-0.7.Reaction: 6.0-7.5

2. Particle Size:Minimum Maximum

Clay and Silt 20 percent 50 percentFine Sand 30 percent 40 percentCoarse Sand 5 percent 20 percentGravel(MaximumAggregate size 3/4") 0 percent 8 percentDecomposed OrganicMatter 2 percent 50 percent

3. Provide Combination Fertility, Agricultural Suitability, and Particle-Size Test, performedby a soils laboratory approved by the Landscape Architect.

4. Should the samples not meet allof the standards given above, the soil laboratory maysubmit in the reportwhat additives (in addition to the material already called for in thesespecifications) should be installed to correct these problems. Contractor shall install theadditives as recommended by the soils laboratory at no additional cost to the Ownerwithin the scope of this contract.

B. Bioswate Infiltration Soil: Terra Vida brand of Living Soils by TMT Enterprises, Incorporated,1996 Oakland Road, San Jose, CA 95131. (408) 432-9040, fax: (408) 432-9449,www.tmtenterprises. net. or approved equal.

C, Tree Staking:

1. Stakes: Used stakes, provided by the Owner.

2. Ties: New, to be provided by Contractor. Fabric-reinforced corded rubber straps; 3/8

Positano Hills ParkMarch 1 ,2A12

Planting3 2 9 0 0 0 - 6

Page 177: Bid Info and Specs 01

D.

E .

F.

G .

ItilIIIltITtIIIIII

F,

inch x 3/4 inch x length required by tree-staking details indicated on the drawings.Secure to stake with galvanized roofing nails.

Recycled wood chips for Mulching: Uncolored post consumer recycled wood and/or barkparticles with a maximum of 10% of the particles larger than 4" in the greatest dimension, andin no case larger than 6". No more than 10% of the particles may be smaller than %" in it'ssmallest dimension. Shredded or ground Redwood bark is not acceptable in the mix. Noevidence of leaves may be pr€s€fit in ihe mulch.

Root Baffiers: Deep Root Corporation's 24" PANEL type barrier (UB ?4-Z), or equal.

Redwood Headers: Redwood Headers and Mowing Edges: C.R.A. Rough ConstructionHeart California Redwood. Header Stakes: Pressure treated Douglas Fir.

Soil Stabilization Grid: "Envirocell" perfor,ated cellular soil confinement system with threedimensional honeycomb structure, as manufactured by TenCate/Mirafi Geosythetics, 30Railroad Ave., Suite 3, Point Richmond, CA, 94801. Ph 80G.222-6036. Fax: 510-233-7277

Hydroseeding Materials:

1. Wood Fiber for Mulching: Fiber produced from cellulose such as wood pulp or similarorganic materialapproved by the Landscape Architect and shall be of such characterthatit will disperse into a uniform slurry when mixed with water. The fiber shall be of suchcharacter that when used in the applied rnixture, an absorptive or porous mat, but not amembrane, willresult on the surface of the ground. Materials which inhibit germinationor growth shall not be present in the mixture. Color - greer,.

2. Soit Stabilizer for Hydromulch: Sentinel, as manufactured by Albright Seed Company,Sacramento, CA.

PART 3. EXECUTION

3.1 INSPECTION

Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactoryconditions have been corrected.

3.2 PREPARATION

A. Allscaleddimensionsareapproximate. Beforeproceedingwithanywork,carefullycheckandverifu all dimensions and quantities and immediately inform the Landscape Architect of anydiscrepancy between the drawings and/or speclfications and actual conditions. No work shatlbe done in any area where there is such a discrepancy until review for same has been givenby the City representative.

B. Coordination: Coordinate work with otherconstruction.

3.3 SOIL PREPARATION

A. Grades:

trades to insure proper sequencing fitting of

tI

Positano Hills ParkMarch 1 ,2012

Planting3 2 9 0 0 0 - 7

Page 178: Bid Info and Specs 01

1. Grades have been established under work of another Section to within 1 inch, plus orminus, of required finished grades.

2. Verify that grades are within 1 inch plus or minus, of required finished grades.

3. Notify the City Representative prior to commencing soil preparation work if existinggrades are not satisfactory, or assume responsibility for conditions as they exist.

B. Weed Controland removal:

1 . Spot treat existing weeds with a contact herbicide in all ground areas to be planted. Afterthe weeds die, remove all weed remnants and other debris priorto any soil preparationor grading work. Weeds and debris shafl be disposed of off the site.

2. Grow and Kill: After grading finish is complete, apply water in sufficient quantity over aminimum period of 14 days to germinate weed seeds. When weeds have germinated,killthem with a contact herbicide that will not have a detrimental residual effect on thegrowth and vigor of the seed mix to be applied. Provide temporary irrigation as requiredto apply the water.

C. Contaminated Soil:

1. Do not perform any soil preparation work in areas where soil is contaminated withcement, plaster, paint or other construction debris. Bring such areas to the attention ofthe Architect and do not proceed untilthe contaminated soil is removed and replaced.

2. Soilcontaminated by chemicalherbicides shall be removed to a depth of 12 inches andreplaced with new soil.

D. Moisture Content: Soil shall not be worked when moisture content is so great that excessivecompaction will occur, nor when it is so dry that dust will form in the air or that clods will notbreak readily. Water shall be applied, if necessary, to bring soil to an optimum moisturecontent for tilling and planting.

E. Soil Loosening: Soil in all planting areas (only) shall be ripped or cultivated to the depthsspecified below. Water shall be added and ripping or cultivating shall be continued untiltheentire specified depth is loose and friable. Alldebris, pavement, concrete, and rocks over 1inch in diameter shall be removed to the specified depth and shatl be removed from the site.

1. Slopes 2%h. to 1v, and steeper: No loosening required.

2. All other areas to be planted: 12 inches deep

3.4 SOtL COND|T|ONtNG

A. Scope:All planting areas including seeded areas.

B. General: After finish grade has been achieved and high and low spots graded, addamendment and fertilizers as specified below. Uniformly spread the materials and Rototilt,making repeated passes in two directions with the cultivator to a depth of 6" until theamendments have been thoroughly mixed to obtain a homogeneously blended soil6 inchesin depth, resulting in a minimum of 80% of the soil particles /2" and less in size, and [n nocase greater than 1".

Positano Hills ParkMarch 1 ,2012

Planting3 2 9 0 0 0 - 8

IIIIIIIIIITIIttIIII

Page 179: Bid Info and Specs 01

a .

b.

c.

tIITItlIIIIIIIIItII

Amount / 1000 sq. ft.:6 cubic yards Composted Organic Amendment6 pounds Blood Meal 13-0-012 pounds Feather Meal 15.3-0-012 pounds Steamed Bone Meal 1-13-020 pounds Soil Sulfur

E. Tree and Shrub Planting Holes:

1, Planting Holes:Locate planting holes per planting plans bringing any conflictwith underground utili$lines to the attention of the Landscape Architect. Locations for holes shall be stakedon the site and the Landscape Architect's approval thereof obtained prior toexcavating planting holes.Excavate holes to the sizes and depths indicated on the drawings,Dispose of excess excavated soil (if any) on the site at no additional cost to theowner.Scarify the sides and bottom of the holes.

2. Backfilling:Backfillthe planting holes with the special backfill mix herein specified.Fertilizer Tablets: Place organic tablets in the backfilled planting holes per themanufacturer's printed rate recom mendations.Water-settle backfill thoroughly or compact by other approved method prior ioplanting so plants do not settle.

3. Special Backfill Mix for Planting Holes:a. Materials:

i. 67 percent topsoil.ii. 33 percent Organic Compost Amendment.iii. Fertilizers / Conditioners per cubic yard of backfill:

1i3 pound Blood Meal 13-0-02/3 pound Feather Meal 15.3-0-0ll2pound Steamed Bone Meal 1-13-01 pound Soil Sulfur

b. Mixing:i. Prepare the mix in stockpiles on site; do not mix at each individual plant hole.ii. Mix thoroughly, leaving no layers cf soil amendments or clods of soil.

E. Mix Michorrhiza planting backfillwith the planting backfill in thetop 1" of the plant hole evenlydistributed and as close to the rootball as possible at the following rates:

4" pot or Liner: 1 teaspoon

a.

b .c.

d .

1 gallon:5 gal lon:15 gallon:24" box:

l tablespoon4 tablespoons6 tablespoonsI tablespoons

F. Drainage Holes for Tree Planting Holes:

1. Fotlowing excavation of tree holes and priorto placing backfill, fillplanting hole with waterto a depth of 6", and allow water to percolate into existing soilfor 24 hours. Any planting

Positano Hills ParkMarch 1,2012

Planting3 2 9 0 0 0 - 9

Page 180: Bid Info and Specs 01

holes not drained within 24 hours shall have drainage holes installed as detailed. Afterdrilling drainage hole, refillwith water and repeat process above as directed by projectLandscape Architect.

2. Install drainage holes as detailed on the drawings in those tree planting holes authorizedin writing by the owner. Refer to unit bid prices for Drainage Holes.

3.5 FINISHED GRADING. LANDSCAPE AREAS

A. When weeding, soil preparation, and soilconditioning have been completed and soil has beenthoroughly water settled, all planting areas shall be smooth-graded, ready for placement ofplants, seeding or sodding.

B. Gradingshallbedonewhensoil isatoptimummoisturecontentofworking. Clodslargerthan2" shall be broken up to produce a uniform surface.

C. Grades:

1. The Contractor shall make himself familiar with site grading plans and as hereinspecified.

2- Finished grades shown on site grading plans are given in feet and decimalfractions offeet. Slope uniformly between given spot elevations. Planting areas, including lawns,shall be true to grade within 1 inch when tested in any direction with a 1O-footstraightedge.

3. Grades not othenuise indicated shall be uniform levels or slopes between points whereelevations are given or between points established by walks, paving, curbs, or catchbasins. Finish grades shall be smooth, even, and on a uniform plane with no abruptchanges of surface. Minor adjustments of finish grades shall be made at the direction ofthe Landscape Architect, if required.

4. All grades shall provide for natural runofi of water without low spots or pockets. Gradeall landscape areas with no less than a 2 percent gradient unless otherwise noted.

5. Shrub Areas: Finished grades shall be 2 inches below top of adjacent pavement,headers, curbs, orwalls, unless otherurise indicated on the drawings.

6. Lawn Areas: Finished grade, after sod installation, shall be 1 inch below top of adjacentpavement, curbs, or headers.

7 . Tops and toes of all slopes shall be rounded to produce a gradual and natural-appearingtransition between relatively levelareas and slopes.

3.6 PLANTING

A. General:

1 . Do not install plants until afi construction work has been completed and sprinkler systemshave been installed and tested. Planting areas shall have been graded and prepared asherein specified and shall have been approved by the Landscape Architect.

tIIIIIIIIIIItIIII

Positano Hills ParkMarch 1,2012

Planting3 2 9 0 0 0 - 1 0 T

t

Page 181: Bid Info and Specs 01

I

t

If 2. Do not plant during unfavorable weather.

3. Soil shall be at an optimum moisture content for planting.

I a. Do not plant in dry soil or muddy soil,

B. Weed Control: Apply preemergent herbicide to all groundcover and mulched areas inI accordance with the manufacturer's recommended rates. Any plant materials showing lossI of vigor or health owing to improper application of the herbicide shail be repiaced by the

Contractor.

I C. Container Plants:I

1. Do not lift or handle container plants by tops, stem$, or trunks at any time.

U 2. Set plants plumb into holes and onto firm undisturbed native soilso that, when settled,the top of the rootball is above tinish grade as detailed in the drawings:

tl a. Trees: 4 inches above surrounding finished grade in areas of less than 15% slope,I and 2" above finish grade in areas of greater than 15%.v b. Shrubs: 1 inch above surrounding finished grade.

I 3. Allplants shallbe planted immediately afterthe containers are cut, and containers shallt be regularly removed from the site so as not to ptesent a hazard to persons using the

area.I

' 4. WateringBasins: Formcircularearthbasincenteredonthestemofeachplant. Therim

of basin shall be as detailed on the plans. Do not form watering basins around trees in

f lawn areas, and taper finished grade away from root ball.

I D. Groundcover and Liner Plants:

l| 1. lnstall plants at spacings indicated on the drawings..r

2. Plant in staggered rows, evenly spaced.

II' 3. Dig holes large enough to allow for spreading of roots. Place plants so root systern liesI free without doubling.

4. Firm soil around roots to efiminate air pockets.

5. Water thoroughly after planting, taking care not to cover crowns of plants with wet silt.

E. Bioswale, No-Mow, and Meadow Mix Hydroseeding:

1. Apply io areas indicated on the drawings.

2. Grading:a. Remove loose rocks if any from area to be hydroseeded.b. All surfaces shall be at the required grades, in an even and properly compacted

condition prior to hydroseeding,

3. Maintenance of Grades:a. Areas designated to be hydroseeded, that have been established under work of

another Section and/or Contract shall be maintained in a true, even condition, equal

ItITII m:illHF Planting

3 2 9 0 0 0 - 1 1

I

Page 182: Bid Info and Specs 01

to when said grades were previously approved by the Owner.b. Repair erosion caused by surface water runoff or by wind and restore the areas to

their original condition.

Equipment:a. Equipment used for the application of slurry shall be cornmercialtype Hydro^Seeder

and have a built-in agitation system with an operating capacity sufficient to agitate,suspend and homogeneously mix siurry.

Mixing:a, Prepare slurry by mixing fiber, soil stabilizer, seed, fertilizer, and water in the

proportions specified on the plans. The weights of the various materials to be usedin the slurry shall be determined from marked weights per sack and sack count orby weighing on approved scales.

b. The materials shall be loaded into the mixer and mixed in such sequence as toprovide a thoroughly mixed homogeneous slurry. The slurry shall have the properconsistency to adhere to the earth without lumping or running,

c. Mixing time of the materials shall not exceed 45 minutes from the time the seedscome into contact with the water in the mixer to the complete discharge of theprepared slurry onto the earth; otherwise the batch will be rejected.

Application:a. Apply a slurry mix of seed, fetilizer, and mulch at the rates indicated in the

"Hydroseed Schedule" on the Planting Plan.b. Distribution of the slurry shall be uniform throughout.c. When conditions are such, by reason of high winds, excessive moisture, or other

factors, that satisfactory results are not likely to be obtained, the work shall bestopped. The work shall be resumed only when conditions are favorable again.

d. At any bare spots or spots that fail to germinate, re-apply seed by handbroadcasting at 10 day intervals.

F. Lawns:

1. General:a. After the areas have been loosened, conditioned, and finish-graded as previously

specified, they shall be hand-raked to remove all clods, weeds, roots, debris, androcks 1-inch in diameter and larger.

b. Afterthe areas have been prepared, no heavy objects (except lawn rollers) shallbetaken over the areas at any time.

c. Final grades shall be approved by the Landscape Architect prior to sodding orseeding.

2. Hydroseeded Lawns:a. Formulation: Mix at the rates shown on the plan.b. Mixing:

i. The weights of the various materials to be used in the slurry shall bedetermined from marked weights per sack and sack count or by weighing onapproved scales.

ii. The materials shall be loaded into the mixer and mixed in such sequence asto provided thoroughly mixed homogeneous slurry. The slurry shall have theproper consistency to adhere to the earth without lumping or running.

iii. Mixing time of the materials shall not exceed 4S-minutes from the time theseeds come lnto contact with the water in the mixer to the complete discharge

IIIII

4.

5.

6.

IIIIIIT

Positano Hills ParkMarch 1,2A12

Planting3 2 9 0 A A - 1 2

tIIIItI

Page 183: Bid Info and Specs 01

3.7

3.8

tIItIIIIIIIIIItIt

of the prepared slurry onto the earth; othewise the batch will be rejected.c. Application:

i. Water prepared lawn areas thoroughly and allow surface to dry off.ii. Apply slurry using a method of hydraulic planting approved by the Architect.iii. Distribution of the slurry shall be uniform throughout,iv. \A/hen conditions are such, by reason of high winds, excessive rnoisture, or

other factors, that satisfactory results are not likely to be obtained, the workshatl be siopped. The woi'k shall be resumed oniy when conditions arefavorable again.

d, Reseed at '10 day intervals any areas that do not take root and grow until a standofgrassacceptabletotheCityRepresentativeisestablished, Acceptablecoverageis defined as weed free with no bare spots greater than 6" in it's greatest dimension.

PROTECTION

A. Protect all planted areas and plants against trespassing and damage at all times. lf anyplants are damaged, treat or replace as directed by the Landscape Architect, withoutadditional cost to the owner.

B. Do not execute work in or over prepared plant areas or adjacent to planting without propersafeguards and protection.

MISCELLANEOUS ITEMS

A. Mulching:

1. lnstall Recycled Mulch over all areas of containerized planting. No mulch is necessaryin seeded areas, except where trees or shrubs are planted in unmowed gfasses, mulchshall be installed in the watering basin.

2. Mulch shall be 3 inches deep minimum; taper down flush with adjacent paving curbs orheaders.

3. Where watering basins are required, fill basin with 2 inch deep mulch.

B. Tree Staking:

1. Scope:a. Triple-stake all 15 gallon and24" box size trees.

2. Installation:a. Triple-stakes shatl be at right angles to the prevailing wind.b. Set stakes plumb. Do not stake through the rootball.c. Securely nail or bolt rubber straps to stakes; Leave straps loose enough to allow

a minimum of 3 inches lateral movement.

C. Root Barriers:

1. Scope: Install only at newly planted trees within six feet of buildings, curbs, walks, andwalls. Do not install at existing trees, and do not prune the roots of existing trees for thepurpose of installing root baniers.

II

Positano Hills ParkMarch 1 ,2012

Planting3 2 9 0 0 0 - 1 3

Page 184: Bid Info and Specs 01

2. Center an eight foot long barrier on the tree directly adjacent and parallel to thepavementto be protected. Refer to installation detail on plans.

3. Raised root deflectors must face trees.

4. Top of barrier must be at or slightly above finish grade (never below grade).

D, Redwood Headers:

1. Headers and mowing edges shall be installed prior to installation of sprinklers adjacentthereto.

2. Headers and mowing edges shall be installed true to line and grade as indicated anddetailed on the drawings. Headers and mowing edges shall be set flush with adjacentPaving.

3. Headers and mowing edges shall be installed as detailed on the drawings. Sharp curvesshall be laminated to a thickness equal to the header as detailed. Stakes shall be aminimum of 14 inches long and longer if required for solid anchorage. Double-stake alljoints and corners and securely nail allstakes to the headers and mowing edges.

4. Nails shall be galvanized.

E. Soil Stabilization Grid: lnstall according to the manufacturer's printed instructions.

3.9 GENERAL CLEANUP

A. Remove all cans, surplus materials, and other debris from site. Neatly dress and finish allplanting areas. Clean paved areas to the satisfaction of the Owner.

B. Rinse foliage of all plant materials within the construction area as often as necessary to keepthe foliage free from dust generated by the work of this contract.

C. Replacements: lmmediately replace any plant materials that die or are damaged.Replacements shall meet these specifications.

D. Condition of Plantings at the End of lnstallation:

1. All plant materials shall be live, heafthy, undamaged, and free from infestations.

2. All planting areas shall be free of all broadleaf and grass weeds.

3. Plantings that do not conform to these specifications shall be reptaced and brought to asatisfactory condition before final acceptance of the work.

3.10 MAINTENANCE

A. EstablishingMaintenancePeriod;

1. As soon as all planting is completed, a planting review and preliminary inspection todetermine the condition of the plantings will be held by the Landscape Architect uponrequest of the Contractor.

Positano Hills ParkMarch 1,2012

Planting3 2 9 0 0 0 - 1 4

IIIIItIIIttIIIttItT

Page 185: Bid Info and Specs 01

B.

ItlIIIIIIIIIIItIIII

2. Upon approval of the work by the Landscape Architect, a 90 day maintenance periodshall begin.

Maintenance of Planting:

1. Continuously maintain all plantings in areas included in the contract from the beginningof contract work, during the progress of work, and for a period of g0 days aftercompletion of all woi'k until final acceptance of all contract work by the ownei.

2. Scope:a. All new plantings.b, Existing plantings within the construction area.c. Continuous operations of watering, weeding, cultivating, mowing, trimming, edging,

rolling, fertilizing, insect, pest, fungus, and rodent control, and any other operationsto assure good normal growth.

3. Fertilizing: ln addition to fertilizing of trees, shrubs, groundcovers, and lawns hereinspecified for installation purposes, furnish and apply the following during themaintenance period:

a. No later than 3 calendar days after the beginning of the maintenance period: applyBlood Meal 13-0-0 at the rate of 6 lbs. per 1000 sq. ft., and Feather Meal 12-0-0 atthe rate of 16 [bs. per 1000 sq. fi. in turf, Shrub/Groundcover and "No-Mo#'Hydroseed areas. No additional fertilization is necessary in the "Bioswale"Hydroseed, and the "Meadow Mix" Hydroseed areas.

b. No sooner than 80 days and no later than 90 calendar days after the siart of themaintenance period: apply Blood Meal 13-0-0 at the rate of 6 lbs. per 1000 sg. ft.,and Feather Meal 12-0-0 at the rate of 16 lbs. per 1000 sq. ft. in all planted areas.

c. Any additional organic fertilizers necessary to maintain plantings in a healthy, gre€n,vigorous growing condition during the maintenance period,

d. All planted areas: Apply actively aerated Compost Tea available from Mauby A1lNatural, 4A8-622-0126. Formulate the tea based on microbe analysis required fromSoil and Food Web, Oregon 541-752-5066. Apply at a rate of 10 gallons per acreper manufacturefs specifications. Mix composttea with water that is untreated wihchloring or chloramines. Add Humic Plus applied at a rate of 6 to 10 ounces per1,000 square feet, apply per manufacturer's specifications. The compost teas issubject to testing by Owner. Timing of application may be contingent on weatherconditions and soil temperature and if needed may occur.beyond the 90 daymaintenance period.

4. Mowing:a. Winter: Mow grass to 1-112 " when it reaches a height of 2-112".b. Other Seasons: Mow grass to 2-112 " when it reaches a height of T112".

5. Weeding, Cultivating, and Cleanup: Planting areas shall be kept neat and fiee fromdebris at all times and shall be cultivated and weeded at not more than 10-day intervals.

6. Integrated Pest Management:a. Contractor shall utilize integrated pest management (lPM) practices during

installation and maintenance to control pests and disease in the landscape. IPM

Positano Hills ParkMarch 1,2012

Planting3 2 9 0 0 0 - 1 5

Page 186: Bid Info and Specs 01

IIIIIIII

b.

uses cultural, mechanical, physical, and biological control methods before usingpesticides. Chemical controls are applied only when monitoring indicates thatpreventative and non-chemical methods are not keeping pests below acceptablelevels. \A/hen pesticides are required, the least toxic and the least persistentpesticide that will provide adequate pest controt is applied.

Controls:i. Cultural/MechanicaVphysical methods'"vill be used as the first choice in weed

managernent.ii. Monitor planting areas frequently to identify and eradicate weeds early in the

growth stage prior to their setting seed.iii. Cut or pulf weeds using hand operated equipment where possible.iv. Propane-fueled flamers may be used in winter and spring with required permits

and approval by the Fire Marshall to kill early-season, non*grass weeds byheating the cells until they burst. The weed quickly wilts and dies.

Contractor shall apply all chemicals in a safe manner and according to labelinstructions and Agency, State and Federal requirements. A California ChemicalApplicators license is required by the Contractor for chemical applications. TheContractor shall mix and apply chemicals to protect against accidental spills and driftto non-target areas, and to insure safety of the applicator. Any spilled chemicals,as well as contaminated soil, water, and/or landscape materials must be removedfrom the Project and disposed of in accordance with the Agency requirements. TheContractor shall maintain applicator's licenses and records of applications asrequired by the State.

A Chemical Work Report shall be completed for each chemical application. TheContractor is responsible for submitting chemical usage reports to the CountyAgricultural Department- Contractor shall submit the pest management record toOwner on monthly basis.i, Contractor shall maintain records of all pest management activities. Each

record shall include the following information:aa. Target pest;bb. Type and quantity of pesticide used;

Site of pesticide application;Date the pesticide was used;Name of the pesticide applicator;Application equipment used;Prevention and other non-chemical methods of control used.

e. Herbicides:i Least toxic herbicides may be employed by Contractor as a last resort.

(frade names are used only as examples and are not intended as anendorsement). Examples are:aa. Fatty acid potassium salts (herbicidaIsoaps, e.g. Safer's Superfast

Weed and Grass Killel@, Dr. Bronner's Peppermint Anti-BacterialSoap)

bb. Acetic and citric acids (e.9. Nature's Glory Weed and Grass KillerRTU@)Clove, citrus, mint and thyme oil (e.9. Matran ll@, Xpress@)Corn glutenLow-Toxic, low-residual herbicide (e,9, glyphosate (Round-up@),glufosinate-ammonium (Final), pelargoic acid (Scythe@)

cc.dd.ee.fi.gg.

IIITIIIIIIt

cc.dd .ee.

Positano Hills ParkMarch 1 .2A12

Planting3 2 9 0 0 0 - 1 6

Page 187: Bid Info and Specs 01

ITIIIIITIIIIIIItt

f. Restricted herbicides that rnay not be used because they have been identifiedas ground water contaminants are (trade names in parentheses):

aa. Atrazine (Aatrex)bb. Simazine (Princep)cc. Bromacil(Hyvar,Krovar)dd. Prometon(Pramitol)ee. Bentazon(Basagran)ff. Norflurazon (Solicam, Predict, Zonal)

g. Restricted herbicides that may not be used because they have been identifiedas a compost contaminant are:

aa. Piclorambb. Clopyralid

7. Pruning:a. Prune new trees and shrubs only at the direction of the City's project manager.b. Shape branching structure and thin out foliage.c, Do not remove lower branches from low-branching or multi-trunk trees, unless

directed to do so by the City's project manager.

L Protection: Work under this Section shall include complete responsibility for maintainingadequate protection for all areas. Any damaged areas shall be repaired at no additionalexpense to the owner.

9. Replacements: lmmediately replace any plant materials that die or are damaged. Lawnsthat do not grow shall be resodded. Replacements shall meet these specifications.

10. Condition of Plantings at the End of the Maintenance Period:a. All plant materials shall be live, healthy, undamaged, vigorous and free from

infestations of any type.b. All lawn areas shall be completely covered at the time of final acceptance, leaving

no barren spots. Lawns shall be free of all weeds (broadleaf and grass weeds).c. Groundcover, shrub areas, and other planting areas shall be free of all weeds

(broadleaf and grass).d. Plantings that do not conform to these Specifications shall be replaced and brought

to a satisfactory condition before final acceptance of the work can be made.E. The final fertilization shall have been completed (90 days after the start of the

maintenance period) before the maintenance period willbe considered complete.

3.,I2 GUARANTY

A. All trees, shrubs, groundcovers, and other plant materials shall be guaranteed to take rootand grow and thrive for a period of one year after completion of maintenance period and finalacceptance of the work.

B. Any trees or other plant materials that die back and lose the form and size originally specified,shall be replaced, even though they have taken root and are growing after the die-back.

C. Within 21 calendar days of written notification by the owner, remove and replace allguaranteed plant materials which, for any reason, fail to meet requirements of guaranty.Replacements shall be made to same specifications required for original materials and shallcarry the same guaranty from the tirne they are replaced.

II

Positano Hills ParkMarch 1.2012

Planting3 2 9 0 0 0 - 1 7

Page 188: Bid Info and Specs 01

""END OF SEGTION"-

Positano Hills ParkMarch 1,2012

Planting3 2 9 0 0 0 - 1 8

Page 189: Bid Info and Specs 01

I

II

I sEcloN 33 0s 16 - ulLtry srRucruREsr

t P A R T i - G E N E R A Lr

1.1 SECTION INCLUDES

, A. Manhole structures for gravity storm drain and sanitary sewer utilities.

1.2 RELATED SECTIONS

t A. Section 31 23 33 - Trenching and Backfilling.

) B. Section 33 30 00 - Sanitary Sewerage Utilities.

t C. Section 33 40 00 - Storm Drainage Utilities.

I .1.3 RELATED DOCUMENTS'I

t A. AASHTo:

I 1. M 199: Precast Reinforced Concrete Manhole Sections.

I B. ASTM:1. A 615/4615M: Deformed and Billef Steel Bars for Concrete Reinforcement.

t 2. C 478: Precast Reinforced Concrete Manhole Sections.

I 3. C 1244: Test Method forConcrete Sewer Manholes by NegativeAirPressure{Vacuum) Test.

I C. Caltrans Caltrans Standard Specifications.l| 1. Section 51, Concrete Structures.

2. Section 75, Miscellaneous Metat.It 1.4 DEFTNTTTONS

I A. AASHTO: American Association of State Highway and Transportation Officiats.

IB. ASTM: American Society for Testing Material$.

I 1.5 SUBMITTALSJ

A. Follow submittal procedures outlined in Section 01 33 00-Submitta{Procedures.

B. Product data for the following:1. Cleanout plugs or caps.

C. Shop drawings: lnclude plans, elevations, details and attachments for thefollowing:1. Precast concrete manholes, frameg and covers,2" Precast concrete clean out boxes and box covers.

IIIII

Positano Hills ParkMarch 1,2012

Utility Structures3 3 0 5 1 6 - 1

Page 190: Bid Info and Specs 01

D. Design Mix Reports and Calculations: For each class of cast-in-place concrete.

E. Field Test Reports: Indicate and interpret test results for compliance withperformance.

1,6 DELIVERY, STORAGE AND HANDLTNG

A. Handle precast concrete manholes according to manufacturer's writteninstructions.

B. Protect imported bedding and backfill material from contamination by othermaterials.

PART2. PRODUCTS

2.1 CLEANOUTS

A. Piping: Same as sanitary sewer line if possible.

B. Top Cap: Threaded and of same materia! as piping if possible.

C. Box Size: As required to provide access and allow easy removal andreinstallation of cap.

D. Box Types:1. Non-Traffic Areas: Portland cernent concrete box and box cover, fight duty.2. Traffic Areas: Portland cement concrete box and box cover or steel or cast

iron cover, heavy duty, both box and cover to be rated for AASHTO H20foading.

E. Box Cover Markings: *S.D." for storm drain cleanouts, "S.S." for sanitary sewercleanouts, unless otherwise specifi ed.

F" Available Manufacturers: Subject to compliance with requirements, boxmanufacturers offering products that may be incorporated into the Projectinclude, but are not limited to the following:1. Associated Concrete Products, Inc. (Santa Ana, California) (Tel. 714-SS7-

7470).2. Brooks Products lnc. (ElMonte, California) (Tet. 81g-443-3017),3. Christy Concrete Products, Inc. (Fremont, Califomia) (Tel. 800486 7070).

2.2 MANHOLES

A. General: Size, shape, configuration, depth, etc. of manhole and frame and covershalt be as indicated.

B. Portland Cement Concrete and Reinforcing:1. Cast-ln-Place Portion: Use Class A Concrete per Caltrans Standard

Specification Section 90, and ASTM 4615 Grade 60 reinforcing steet bars.2. Precast Portion: ASTM C 478. Rate for AASHTO H20 loading intraffic areas.

IItIIIIIIIIIttIII

Positano Hills ParkMarch 1,2012

Utility Structures3 3 0 5 1 6 - 2 I

I

Page 191: Bid Info and Specs 01

3.4.

5.6.

D.

E .

B.

3 . 1

IIIITITTIIItIIttI

Frames and Covers: As indicated and in accordance with Caltrans StandardSpecification Section 7 5-1 .A2.

Steps: ASTM C 478 or MSHTO M 199. Manufacture from deformed, t/z-inchstee! reinforcement rod complying with ASTId A 615 and encased inpolyprop$ene compfying with ASTM D4101. Include pattern designed to preventlateral slippage off step. Acceptable manufacturer is Hanson Concrete Products,(Milpitas, CA) (Tel 408-262-1091) or equal.

Force Main Piping Access Openings:1. General: As indicated.

2.3 JOINT SEALANT FOR STRUCTURES AND MANHOLES

Mortar: Caltrans Standard Specification Section 51 -I .1 35.1. Use to seal around pipes at connections to structures and manholes. Also

use to seal joints between precast sections of structures and manholes.

Gaskets: Preformed flexible rubber or plastic gasket.1. Rubber Gaskets: ASTM C443.2. Plastic Gaskets: FederalSpecification SS-S-00210 (GSA-FSS), Type l, Rope

Form; or alternate standard which may exist. Acceptable material is "Ram-Nek," as manufactured by the K. T. Snyder Company (Houston TX), orequaf.

PART 3 - EXECUTION

CLEANOUT INSTALLATION

A. General: Installas indicated.

3.2 MANHOLE INSTALLATION

A. General: Installas indicated.

3.3 TESTING OF MANHOLES ON GRAVIry LINES

At the option of the Contractor, either the following hydrostatic or vacuum testshall be performed.

Hydrostatic Test:1. Insert inflatable plugs ln all sewer inlets and outlets.2. Fill the manhole with water to a point six inches below the base of the

manhole frame.Maintain the water at this point for one hour to allow time for absorption.Begin one-hour test period. Measure the amount of water added in one-hourperiod to maintain the water level at six inches below the base of themanhole frame. Do not allow water level to drop more than 25% of themanhole depth.Determine the allowable leakage by the foflowing formula.L=0.0002 xD XH 112

Positano Hills ParkMarch 1,z jnt

I

Utility Structures3 3 0 5 1 6 - 3

Page 192: Bid Info and Specs 01

c.

7. L = Allowable leakage, gallons per minute.8. D = Depth of manhole from top to bottom, feet.L H = Head of water in feet as measured from the surface of the water in the

manhole to the sewer line invert or to the prevailing ground water surfaceoutside the manhole. The lesser height governs.

10. lf the leakage exceeds the allowable, determine the cause, take remecialaction and re-test the manhole. ff the leakage is less than the allowable andleaks are observed, repair the leaks.

Vacuum Test:1. General: Test in accordance with ASTM C 1244.2. Test prior to backfilling around the manhole,3. Test Preparation: Plug all lift holes and pipes entering or exiting the manhole.4. Place test head inside the top section of the manhole's cone section and

inflate in accordance with the manufacturers instructions.Draw a vacuum of 1O-inches of mercury and shut the pump off.With the valve closed, the time for the vacuum to drop g-inches shall bemeasured.

7. The manhole shall pass the test if the time is greater than 60 seconds for a48-inch diameter manhole, 75 seconds for a 60-inch diameter manhole and90 seconds for a7Z-inch diameter manhole.

8. lf the manhole fails the initiat test, make necessary repairs with a non-shrinkgrout while the vacuum is still being drawn. Retest until a satisfactory test isobtained.

END OF SECTION 33 05 16

IIIIIIIIIIIIIIIII

5.6.

Positano Hills ParkMarch 1,2012

Utility Structures3 3 0 5 1 6 - 4 I

I

Page 193: Bid Info and Specs 01

4.n

1 . 2

1 . 3

ItIIIItIIIIIIIIIIII

SECTION 33 1O OO - WATER UTILITIES

PART 1 . GENERAL

1.1 SECTION INCLUDES

Sile water distribution system for domestic and fire protection services up to 5feet of any on-site building being served. (DSRSD standards and specificationsapply to allwater system improvements on the public side of the meter orwithinthe public right-of-way).

RELATED SECTIONS

A. Section 31 23 33 - Trenching and Backfilling

RELATED DOCUMENTS

A. ASTM:1. A 536: Specification for Ductile lron Castings.2. B 88: Specifications for Seamless Copper Water Tube.3. D 1785: Specifications for Poly(VinylChloride) (PVC) Plastic Pipe, Schedules

40, 80, and 120.4. D 2564: Specifications for Solvent Cements for Poly(Vinyl Chloride) (PVC)

Plastic Piping Systems.

B. AWWA:1. C104: Cement-Mortar Lining for Ductile-lron Pipe and Fittings for Water.2. C105: Polyethylene Encasement for Ductile-lron Pipe $ystems.3. C110: Ducti le-lron and Gray-lron Fitt ings,3ln. Through 48 ln. (76 mm

Through 1,2'19 mm) for Water.Q!11: Rubber-Gasket Joints for Ductile-lron Pressure Pipe and Fittings.C115: Flanged Ductile-lron Pipe with Ductile-lron or Gray-lron ThreadedFlanges,

6. C150: Thickness Design of Ductile lron Pipe.7. Cl51: Ductile-lron Pipe, Centrifugally Cast, for Water.8. C153: Ductife- lron Compact Fittings for Water Service.9. C200: Steel Water Pipe-6 tn. (150 mm) and larger.10. C203: Coal-Tar Protective Coatings and Linings for SteelWater Pipelines-

Enamel and Tape-Hot Applied.11. C205: Cement-Mortar Protective Lining and Coating for SteelWater Pipe- 4

In. and Larger-Shop Applied,12. C207: Steel Pipe Flanges forWaterworks Service*Sizes 4 In" Through 144ln.

(100 mm Through 3,600 mm).13. C208: Dimensions for Fabricated SteelWater Pipe Fittings.14. C209: Cold Appfied Tape Coatings for the Exterior of Special Sections,

Connections and Fittings for SteelWater Pipelines.15. C210: Liquid-Epoxy Coating Systems for the lnterior and Exterior of Steel

Water Pipelines.

Positano Hills ParkMarch 1,2012

Page 194: Bid Info and Specs 01

IIIIITITtTIIITIII

1 . 4

16. C213: Fusion-Bonded Epoxy Coating for the lnterior and Exterior of SteelWater Pipelines.

17. C214: Tape Coating Systems for the Exterior of Steel Water Pipelines.18. C218: Coating the Exterior of Aboveground Steel Water Pipelines and

Fittings.19. C219: Bolted, Sleeve-type Couplings fcr Plain-End Pipe.20. C500: Metal-Seated Gate Valves for Water Supply Service.21. C502: Dry-Barrel Fire Hydrants.22. C503: Wet Barrel Fire Hydrants.23. C504: Rubber Seated Butterfly Valves.24. C507: Ball Valves 6 ln. Through I In, (150 mm Through 1,200 mm).25. C508: Swing-checkValves torWatenrvorks Service, 2 In. (50mm) Through 24

In. (600 mm) NPS.26. C509: Resilient-Seated Gate Valves for Water Supply Service.27. C51O: Double Check Valve Backflow-Prevention Assembly.28. C51 1 : Reduced-Pressure Principle Backflow-Prevention Assembly.29. C512: Air-Release, AirA/acuum, and Combination AirValves for Waterworks

Service.30. C550: Protective Epoxy Interior Coatings for Valves and Hydrants.31. C600: lnstallation of Ductile-lron Water Mains and Their Appurtenances.32. C605: Underground lnstallation of Polyvinyl Chloride (PVC) Pressure Pipe

and Fittings.33. C606: Grooved and Shouldered Joints.34. C651: Disinfecting Water Mains.35. C800: Underground Service Line Valves and Fittings36. C900: PolyvinylChloride (PVC) Pressure Pipe and Fittings, 4 tn. Through 12

In. (100mm Through 300mm) for Water Distribution.37. C901: Polyethylene (PE) Pressure Pipe and Tubing, % In. (13mm) Through 3

In. (76mm) for Water Service.38. C905: Polyiinyl Chloride (PVC) Pressure Pipe and Fabrjcated Fittings, 14 tn.

Through 48 In. (350 mm Through 1,200 mm) for Water Transmission andDiskibution.

39. C906: Polyethylene (PE) Pressure Pipe and Fittings,4ln. (100 mm) through63 In (1,575 mm), for Water Distribution and Transmission.

40. C907: Polyvinyl Chloride (PVC) Pressure Fittings forWater- 4 In. through IIn. (100 mm Through 200 mm).

41. C90B: PVC Self-Tapping Saddle Tees for Use on pVC pipe.42. M11: Steel Pipe - A Guide for Design and Installation.43. M23: PVC Pipe - Design and Installation.44. M41: Ductile-lron Pipe and Fittings.

DEFINlTIONS

A. AASHTO: American Association of State Highway and Transportation Officials.

B, ASTM: American Society for Testing Materials.

C. A\ffWA:AmericanWalerurrorksAssociation

D. Dl: Ducti le iron.

Positano Hills ParkMarch 1.2012

Water Utilities3 3 1 0 0 0 - 2 I

I

Page 195: Bid Info and Specs 01

1 . 5

1 . 6

IIIIII!IIIIIIIIIIII

E. DfP: Ductile iron pipe.

F. FM: Factory Mutual.

G. NFPA: National Fire Protection Association.

H. NSF: Nationaf Sanitation Foundation.

l. PCC: Portland cement concrete,

J. PE: Polyethylene.

K. PVC: PotyvinylChloride.

L. UL: Undenrriters Laboratory.

SYSTEM PERFORMANCE REQUIREMENTS

A. Minimum Internal Pressures: As indicated on plans.

B. External Load: Earth load indicated by depth of cover plus MSHTO H20 live loadunless indicated othenrvise.

SUBMITTALS

A. Follow submittal procedures outlined in $ection 01 33 00- SubmittalProcedures.

B. Product Data: For the following:1. Piping materials and fittings.2. Pipe couplings.3. Flexible pipe fittings.4. Restrained pipe fittings.5. High deflection fittings/ball joints.6. Expansion joints.7. Flexibfe expansion joinls.8. Gate valves.9. Butterfly valves.10. Check valves.11. Air and vacuum relief valves.12. Blow-off valves.13. Pressure reducing valves.14. Pressure sustaining valves.15. Ballvalves.16. Fire hydrants.'l 7. Post indicator valves.18. Fire department connections.1 9. Backflow preventers.20. Precast valve boxes and box covers.

C. Shop drawings: lnclude plans, elevations, details and attachments.1- Precast and casl in-place vaults and covers.

Positano Hills ParkMarch 1.2012

Water Utitities3 3 1 0 0 0 - 3

Page 196: Bid Info and Specs 01

IIIIItzIIITIIIIII

1 . 7

1 . 8

2. Wiring diagrams for alarm devices.

D. Field test reports: Indicate and interpret test results for compliance with theProject requirements.

QUAL!ry ASSURANCE

A. Comply with requirements of utility supplying water. Do not operate existingvalves or tap existing piping without written permission and/or presence of utilitycompany representative.

B. Comply with the following requirements and standards:1. NSF 61: "Drinking Water System Components-Health Effects" for materials

for potable water.2. NFPA 24: "lnstallation of Private Fire Seruice Mains and Their

Appurtenances'for materials, installations, tests, flushing, and valve andhydrant supervision,

3. NFPA 70: "National Electric Code'for electrical connections between wiringand electrically operated devices.

C. Provide listing/approval stamp, label, or other marking on piping and specialtiesmade to a specified standard,

MATERIAL DELIVERY, STORAGE AND HANDLING

A. Preparation for Transport: Prepare valves, including fire hydrants, according tothe following:1, Ensure that valves are dry and intemally protected against rust and conosion.?. Protect valves against damage to threaded ends and flange faces.3. Set Valves in best position for handling. Set valves closed to preven{ rattling.

B. Deliver piping with factory-applied end-caps. Maintain end-caps through shipping,storage and handling to prevent pipe end damage and to prevent entrance of dirt,debris and moisture.

C. Handling: Use slings to handle valves and fire hydrants whose size requireshandling by crane or lift. Rig valves to avoid damage to exposed parts. Do notuse handwheels or stems as fifting or rigging points,

D. During Storage: Use precautions for valves, including fire hydrants according tothe following.1. Do not remove end protectors, unless necessary for inspection, then reinstall

for storage.2. Protection from Weather: Store indoors and maintain temperature higher than

ambient dew-point temperature. Store indoors and maintain temperaturehigher than ambient dew point temperature. support off the ground orpavement in watertight enclosures when outdoor storage is necessary.

E. Do not store plastic pipe and fittings in direct sunlight.

Positano Hills ParkMarch 1, 2012

Water Utilities3 3 1 0 0 0 - 4 I

I

Page 197: Bid Info and Specs 01

B.

c.

1 . 9

ItIIIIIIIIIItIIII

F. Protect pipe, fittings, flanges, seals and specialties from moisture, dirt anddamage.

G. Protect linings and coatings from damage.

H. Handle pi'ecast boxes, vaults and other precasi structures according tomanufacturer's written instructions.

l. Protect imported bedding and backfill material from contamination by othermaterials.

COORDINATION

A. Goordlnate connection to existing water mains with water utilitysupplying water.

B. Coordinate piping materials, sizes, entry locations, and pressure requirementswith building domestic water distribution piping and fire protection piping.

PART 2. PRODUCTS

2.1 SMALL.SIZE SERVICE PIPES

A, Copper Pipe; Sizes %-inch through 2-inch.1. Pipe and Fittings: ASTM B 88, Type K, seamless water tube, annealed.2. Joints: Restrain by couplings.

PE Plastic Pipe: Sizes Tz-inch through 3-inch.1. Pipe and Fittings: AWWA C901.2. Joints: Restrain with clamps or heat-fusion.

PVC Pipe: Sizesl/8-inch through 3 inch.1. Pipe and Fittings: ASTM D 1785, Schedufe 402. Joints: Restrain with solvent cement. Do not use threaded pipe.3. Solvent Cement: ASTM D2564,

2.2 LARGE-SIZE SERVICE AND DISTRIBUTION PIPES

DtP: Sizes 4-inch through 48-inch,1. Pipe: AWWA C150 and C151.2. Fittings

a. Standard: AWWA C110, sizes 4-inch through 48-inch.b. Compact: AWWA C153, sizes 4-inch through 24-inch.

3. Pipe and Fitting Lining: Cement Mortar, AV\MA C104.4. Pipe and Fitting Coating: Asphaltic, AWWA Cl51 or C115.5. Exterior Soil Corrosion Protection for Pipe and Fittings: Polyethylene

encasement, AWWA C105.6. Unrestrained Joints:

a. Push-On Bell and Spigot Joint: AWWA C111.b. Mechanical Joint: AWWA G111.

7. Restrained Joints:

IT

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 5

Page 198: Bid Info and Specs 01

a. Flanged Joint: AWWA C115.b. Push-On Bell and Spigot Joint: AWWA C111 with "Field LokGasket,"

sizes 4-inch through 24-inch;"TR Flex,'sizes 4{nch through 64-inch; bothby U, S. Pipe (Birmingham AL) (Te|.205-254-7442) or approved equal."Megalug" restraint harness, Ebaa lron (Eastland TX) (Te|800443-1716)or approved equal.

c. Mechanical Joint: AWWA C1 1 1 with "Mega Lug,' sizes 3-inch through 48-inch. Ebaa lron (Eastland TX) (Tel 800-443-1716) or approved equal.

d. Grooved and Shouldered Joints: AWWAC150.A\ A /AC151 andA\MffAC606. 24-inch maximum size.

L Couplings:a. Plain End Pipe to Plain End Pipe: Ductile iron or steel bolted couplings,

manufacturer's shop coating with low alloy steel bolts and nuts, Steelcouplings to conform to A\MA/A C219. Smith-Blair, Inc, (Texarkana, AR)(Tel. 501-773-5127), Dresser (Bradford, PA) (Tel.-814-368-3131) orapproved equal.

b. Plain End Pipe to Flanged Pipe: 1) Ductile iron or steel bolted flangedcoupling adapters, manufacturer's shop coating with low alloy steel boltsand nuts. Steel flanged couplings to conform to AWWA Q219. Smith-Blair, Inc, (Texarkana, AR) (Tel. 5A1773-5127), Dresser (Bradford, PA)(Tet.-81a-368-3131) or approved equal; or 2) restrained flange adapter,"Megaflange," sizes 3-inch through 36 inch, Ebaa lron (Eastland TX ) (Tel800-M3-1716) or approved equal.

IIIIIIItIIIIttIII

PE Pipe: Sizes 4-inch through 64-inch.1. Pipe and Fittings: A\ A/VA C906.2- Joints:

a, Thermal Butt Fusion: AWWA C906 andrecommendations.

b. Flanged joining: AWWA C906 andrecommendations.

c. Other: Check with pipe manufacturer.

PVC Pipe: Sizes 4-inch through 48-inch.1. P ipe:

a. 4-ineh through 12-inch; AWWA C900.b. 14-inch through 48-inch:AWWA C905.Fitlings: Dlconforming to 2,2A above.Unrestrained Joints:a. Push-On Belland Spigot Joint:AWWA C900.Restrained Joints:a. Push-On Bell and Spigot Joint: Harness assembty as manufactured by

Fbaa lron (Fastland, Tx) (Tel. 800-433-1716) or approved equal.b. Plain End PVC to Dl Mechanical Joint: Ebaa lron (Eastland, Tx) (Tel. 800-

433-1716) or approved equal.5. Steel or Ductile lron Couplings:

a. Plain End Pipe to Plain End Pipe: Ductile iron or steel bolted couplings,manufacturer's shop coating with low alloy steel bolts and nuts. Steelcouplings to conform to AtyVlrVA C219. Smith-Blair, lnc, (Texarkana, AR)(Tel. 501-773-5127), Dresser (Bradford, PA) (Tel.-814-368-3131) orapproved equal.

pipe manufacturer's

pipe manufacturer's

2.3 ,

4 .

Positano Hills ParkMarch 1 ,2012

Water Utilities3 3 1 0 0 0 - 6 T

I

Page 199: Bid Info and Specs 01

D.

IIIIItIIIIIIItITI

b. Plain End Pipe to Dl or Steel Flanged Pipe: Ductile iron or steel boltedflanged coupling adapters, manufacturer's shop coating with low alloysteel bolts and nuts. Steel flanged couplings to conform to AWWA C219.S mith-Blair, I nc, (Texarka na, AR) (Tel. 50 t -77 3-5127], Dresser (Bradford,PA) (Tel.-814-368-31 31 ) or approved equal.

a n t r r ' \ n ^ . . - t : - - -! r . r V \ , \ rUUPl t l lgJ

a. Unrestrained Plain End to Plain End Pipe: AWWA C900, asmanufactured by CertainTeed (Valley Forge, PA)(Te|.610 341-6820) orapproved equal.

b. Restrained Plain End to Plain End Pipe: AWWA C900, "Certa-Lock" asmanufactured by CertainTeed (Valley Forge, PA) (Tel. 610 341-6820) orapproved equal.

Cement Mortar Lined and Coated Steel Pipe: 6-inch and larger.1. Pipe: A\A/WA C200 and AWWA M11.2. Special Sections and Fittings: A\I/WA C200, C207, C208 and AV\M/A M1 1 for

all bends, tees, nozzles, closures, etc,3. Flanges: AWWA C207, lncludes blind flanges.4. Linings and Coatings for Pipe, SpecialSections and Fittings: Cement Mortar

Lining and Coating:AWWA C205.a. Liquid Epoxy Lining and Coating: AWWA C21A.b. Fusion Bonded EpoXy Lining and Coating: AWWA C213.c. Coal-Tar Lining and Coating: A\A/WA C203.d. Cold-Applied Tape Coatings, Piping:AWWA C214.e. Cold'Applied Tape Coatings, Specials, Connection and Fittings: A\A/WA

c209.f. Cold Apptied Petrolatum Tape and Petroleum WaxTape Coatings forthe

Exterior of Special Sections, Connections, and Fittings for Buried orSubmerged Steel Water Pipelines.

g. Aboveground Pipe Coatings:AWWA C218.15. Non-Restrained Joints: AWWA M11.

a. Rubber Gasket: Carnegie-shape rubber gasket as indicated.6. Restrained Joints: AWVA M1 1. Where a flanged jolnt, butt strap or coupling

are not indicated, either restrained joint a, or b, as folfows, is acceptabfe, butthe selected joint shall be used throughout the project,a. Rubber Gasket: Carnegie-shape rubber gasket with field welded restraint

bar as indicated.b. Field Lap Welded Slip Joint: As indicated.c. Field Welded Butt Strap: As indicated.d. Flanged Joint: A\&IWA C207 with Type 31 6L stainless steel bolts and nuts

as indicated.7. Joint Coating for Cement Mortar Lined and Coated Steel Pipe:

a. Field Joint Encasement: Cement mortar contained in fabric lined withclosed cell polyethylene foam as indicated. Attach fabricto pipewith Type316L stainless steel sttaps as indicated. Closed cell potyethylene foamencasement shall be by lndustrial Specialties (Fullerton, CA) (Tel. 800-638-8127) or approved equal.

8. Non-Restrained Flexibte Couplings: AWWA C219, Smith Blair, Inc(Texarkana, TX) (Tel. 501-773-5127), Number 411 or approved equal, withfactory applied fusion-bond epoxy coating and Type 3161stainless steel boltsand nuts.

II

Positano Hills ParkMarch 1.2412

Water Utilities3 3 1 0 0 0 - 7

Page 200: Bid Info and Specs 01

IItIIIIIItIIITIII

2.3

2.4

2.5

2.6

9. Restrained Flexible Couplings: Non-restrained flexible coupling supplementedwith a restraining harness as indicated and as follows:a. Restraining harness design by Contractor's pipe manufacturer using

criteria presented in Section 13.10 of AWWA M11.b. Space harness-lugs and tie bolts equally around the pipe.c. Type 3i6L stainless steel harness tie bolts and nuts.d. Design and dimensions of harness lugs to be modified from that shown in

AWWA M11, as necessary, to provide additional height to clear thecoupling.

10. Field Coating of Coupling Assemblies: Apply either of the following flexibletape and mastic or putty coaling systems to the all non-restrained orrestrained flexible steel couplings.a. Denso Coating System - Denso North American, lnc,, (Houston, TX), (Tel

281 -821 -3355).b. Trenton Wax Tape - Allied Utility Prociucts, (Livermore, CA) (Tel. 925-

373-7 400 or 800-2 1 8-9902).

HIGH DEFLECTION FITTINGS/BALL JOINTS

A. Plain End Pipe: Xtra Flex Restrained Joint High Deflection Fiftings,4-inch through24-inch, U, S. Pipe, (Birmingham, AL) (Tef, 2A5-254-7442) or approved equal.

B. Mechanical or Flanged Joint: Flex 900, 4-inch through 12-inch, Ebaa lron Sales,(Eastland, TX) (Tel. 800-433-1716) or approved equal.

EXPANSION JOINTS

A. TR Flex Joints: TR FlexTelescoping Sleeve,4-inch through 64 inch, U. S. Pipe,(Birmingham, AL) (Tel. 2O5-ZU-7 442).

B. Mechanical or Flanged Joint: Ex-Tend 200, 4-inch through 36-inch, EBAA lronSales, (Eastland, TX) (Tel. 800-433-1716) or approved equal.

FLEXIBLE EXPANSION JOINTS

A. Plain Endto Plain End Pipe: "Xtra Flex,'sizes 4-inch through 24*inch, U. S. Pipe,(Birmingham AL) (Tel. 205-254-7442) or approved equal.

B. Flanged or mechanical Joint: 'Flex-Tend," sizes 3-inch through 48-inch, Ebaalron (Eastland TX) (Tel. 800-433-1716) or approved equat,

C. Flanged Joint: Starflex, Series 500, Star Pipe Products, (Tel. 800-999-3009) orapproved equal.

GATE VALVES

A. Provide on lines 1O-inch and smaller.

B. Valves, 3-lnch through 2O-lnch:AWWA C509, resilient-seated, non-rising stern,gray or ductile-iron body and bonnet, with bronze or gray or ductile-iron gate,bronze stem and square stem operating nut unless noted otherwise. All bolts,

Positano Hills ParkMarch 1, 2012

Water Utiliiies3 3 1 0 0 0 - 8 I

I

Page 201: Bid Info and Specs 01

B.

D.

2.7

IIIItIIIIIIIIIIII

nuts and \ rashers, except operating nut, shall be stainless steel. Stem operatingnut to be 2-inches square and open counter-clockwise. Stem extensions shall beinstalled to bring the stem operating nut to within 2-feet of finish grade where thedepth from finish grade to the stem operating nut exceeds 4-feet. Equip valves inpump stations and other interior or vault installations with hand-wheels. Provideprotective epoxy interior and exterior coating according to AWWA C550 andman ufacturer's recommendations.

C. Service Line Valves and Fittings, 2-lnch and Smaller:A\IVWA C800

D. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the following:

' 1. Mueller Company (Decatur, lL) (Te1.800423-1323).2. M&H Valve Company (Anniston, AL) (Tel. 205-237-3521).3. Crane Company (New York, NY).

E. Valve Box and Cover: 9-inch minimum diameter PGC box with extensions oflength required for depth of bury of valve, and cast iron or ductile iron coverwithlettering .WATER'. Both the box and the cover shall be rated for AASHTO H20loading.

BUTTERFLY VALVES

A. Provide on lines largerthan 1O-inch.

c.

Valves, S-lnch through 7?-lnch: A\AA /A C 504, rubber seated, Class 1508 castiron body, cast or ductile iron discs, stainless steel shafts, adjustable fieldreplaceable rubber seats mating against stainless steel seat rings and field-replaceable seals. Flanged or mechanical joint end connections. No wafer typevalves allowed. Traveling nut type valve actuators designed for buried serviceunless noted othenruise. All bolts, nuts and washers, except wrench nut, shall bestainless steel. Wrench nut to be Z-inches square and open counter-clockwise.Stem extensions shall be installed to bring the wrench nut to within 2-feeet offinish grade where the depth from finish grade to the wrench nut exceeds 4-feet.Equip valves in pump stations and other intdrior or vault installations with hand-wheels. Provide protective epoxy interior and exterior coating according toAWWA C550 and ma nufactu rer's recom mendation s.

Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not fimited to, the following:1. Mueller Company (Decatur, lL) (Te1.800423-1323).2. M&H Valve Company (Anniston, AL) (Tel. 20*237-3521),3. Crane Company (New York, NY).

Valve Box and Cover: 9-inch minimum diameter PCC box with extensions oflenglh required for depth of bury of valve, and cast iron or ductile iron cover withlettering 'WATER". Both the box and the cover shall be rated for AASHTO H20loading.

IPositano Hills ParkMarch 1.2012

I

Water Utilities3 3 1 0 0 0 - 9

Page 202: Bid Info and Specs 01

2.8 AIR RELEASE, AIRA/ACUUM AND COMB}NATION AIR VALVES

A. AWWA C512, specific type of valve, size, details and valve box as indicated.

B. Available Manufacturers: Subject to compliance with reguirements,manufacturers offei'ing products that may be incorporated in'ro the Projectinclude, but are not limited to, the following:1. Apco Valves, Valve and Primer Corporation (Schaumburg, lL) (Tet. 708-529-

e000).2. Crispin.

2-9 BLOW.OFF VALVES

A. Blow-off valve assemblies. details and boxes as fndicated.

2j0 SWING CHECK VALVES

A. Valves 2-lnch through 24-lnch: AWWA C508, details as indicated.

B. Available Manufacturers: Subject to compliance with requirements,manufacturers o{fering products that may be incorporated into the Projectinclude, but are not limited to, the following:1. Mueller Company (Decatur, lL) (Te|.800-423-1323).2, M&H Valve Company (Anniston, AL) (Tel. 205-237-3521\.

2.11 BALL VALVES

A. Valves 6-lnch through 48-fnch: AWWA C507, details as indicated.

B. Available Manufacturers: $ubject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the following:1. Crane Company (New York, NY).

2.12 PRESSURF-REGULATING VALVES

A. Valve: Automatic, pilot-operated, cast-iron bodywith interiorcoatingaecordingtoAWWA C550. 250-psi Working-pressure, bronze pressure-reducing pilot valveand tubing, and means for discharge pressure adjustment. Details as indicated.

B. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectlnclude, but are not limited to, the following:1. Cla-Val Company (Newport Beach, CA) (Tel. 714-548-2201).2. Bermad (Porterville, CA) (Tel. 209-781-6630).3. Ames Company (Woodland, CA) (Tel. 916-666-2493),

233 FLOW-REGIJLATINGVALVES

IIIIIIIIIIIIItIII

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 0 I

I

Page 203: Bid Info and Specs 01

B .

IIIIIIITItIIIIIII

2.14 SERVICE CONNECTIONS AND WATER METERS

A. Service connections and water meter details and boxes as indicated.

2.15 FIRE HYDRANTS

A. Wet Barrel:AWWA C503, details as indicated.

B, Dry Barrel:AWWA C502, details as indicated.

2.16 REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTER

Valve: Automatic, pilot-operated, cast-iron body with interior coating according toAWWA C550. 250-psi working-pressure, bronze pressure-reducing pilot valveand tubing, and means for flow adjustment. Details as indicated.

Available Manufacturers: Subject to compliance with requirements,manufacturers offering producis thai nray be incorporated into the Projectinclude, but are not limited to, the following:1, Cla-Val Company (Newport Beach, CA) (Tel. 714-548-2201).2. Bermad (Porterville, CA) (Tel. 209-781-6630).3. Ames Company (Woodland, CA) (Tel. 916-666-2493).

Provide as indicated and as required by State or local agency.

General: AWWA C511, with OS gate valve on inlet and outlet, and strainer oninlet. Include test cocks and pressure-differential relief valve with ASME 4112.1.2air gap fitting located between 2 positive-seating check valves for continuous-pressure application.

Body:1. Z-lnch and Smaller: Bronze with threaded ends.2. 2-1|2-lnch and Larger; Bronze, cast iron steel, or stainless steelwlth flanged

ends.

lnterior Lining;AWWA C550, epoxy coating for cast iron or steel bodies.

I nterior Components : Gonosion-res istant materiaf s.

Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the following:1. Cla-Val Company (Newport Beach, CA) (Tel. 714-548-2201).2. Ames Company (Woodland, CA) (Tel. 916-666-2493).3. Febco, CMB lndustries, Inc. (Fresno, CA) (Tel. 559-252-0791).4. Hersey Products, Inc. (Dedham, MA)(Tel. 617-326...9400).

2,17 DOUBLE GHECK DETECTOR ASSEMBLY

FM approved or UL listed, with OS&Y gate valve on inlet and outlet, and straineron inlet. lnclude two positive-seating check valves and test cocks, and bypass

B .

c.

D.

E.

F.

II

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 1

Page 204: Bid Info and Specs 01

with displacement{ype water meter, valves, and double-check backflowpreventer, for continuous pressure application.

B. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the foilowing:1. Cla-Val Company (Newport Beach, CA) (Tel. 714^548-2201).2. Ames Company (Woodland, CA) (Tel. 916-666-2493).3. Febco, CMB Industries, Inc. (Fresno, CA) (Tel. 559-252-0791).4. Hersey Products, lnc. (Dedham, MA) (Tel.617-326-9400).

2.18 POST INDICATOR VALVE

A. General: UL 789, FM approved, vertical-type, cast-iron body with operatingwrench extension rod, and adjustab{e cast-iron barrelof length requiredfordepthof bury of valve. Review fire department connection with agency havingjurisdiction. Check hose threads and all sizes with fire department.

B. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the following:1. Mueller Co. (Decatur, lL) (Te1.800-423-1323).2. Clow Corporation (Oskaloosa, lA).

2.19 FIRE DEPARTMENT CONNECTION

A. Exposed, Freestanding Fire Department Connection: UL 405, cast brass bodywith threaded inlets according to NFPA 1963 and matching local fire departmenthose threads and threaded bottom outlet. Include lugged caps, gaskets andchains; Iugged swivel connections and drop clapper for each hose-connectioninlet; 18-inch high brass sleeve; and round escutcheon plate. Four 2-1l}-inchNPS inlets and 6-inch NPS outlet.

2.20 UNDERGROUNDVAULTS/PITS

General: Portland cement concrete, precast or cast-in-place as indicated.

Portland Cement Concrete and Reinforcing Steel: Section 32 05 23 - Cementand Concrete for Exterior lmprovements.

Access Openings: As indicated.

External Load: Earth load plus AASHTO H20 live load if located in traffic area.

2,21 TRACER WIRE

General: Minimum #12 AWG stranded copper wire with blue THW, THWN, orTHHN rated insulation.

2.22 WARNTNG TAPE

IIIIIIIIIIIIITItI

A.

B.

D.

Positano Hills ParkMarch 1 ,2012

Water Utilities3 3 1 0 0 0 - 1 2 I

I

Page 205: Bid Info and Specs 01

IIIItIIIIIIIIIItIII

A. General: Non-detectable 3-inch warning tape made of solid blue film withcontinuously printed black-letter message reading "CAUTION-WATER LINEBURIED BELOW."

2.23 PCC THRUST BLOCKS

A. Portland Cement Concrete and Reinforcing Steel: Section 32 05 23 - Cementand Concrete for Exterior lmprovements.

PART 3. EXECUTION

3.1 PIPE INSTALLATION

A. General: lnstall pipe, fittings, and appurtenances utilizing best practices,manufacturer's instructions, and in accordance with the following:1. DIP: A\tVWA M41 and AWWAC600.2. PVC pipe:AWWA M23 and AWWA C605.3. Steel Pipe: AWWA M11.

B. Pipe Depth and Trench Configuration: Conform to elevations, profiles and typicaltrench section(s) indicated.

C. Excavation, Bedding, Backfill, and Compaction: Section 31 23 33 * Trenchingand Backfilling.

D. Handling: Carefully handle during loading, hauling, unloading and placingoperations to avoid breakage or damage. Use strap type slings for lifting andplacing; no chains or hooks will be permitted. Comply with manufacturer'srecommendations.

E. Laying: Before lowering pipe into the trench, remove all stakes, debris, loose rockand other hard materials from the bottom of the trench. Lay accuratety inconformance with lines and grades indicated. Lay pipe on a bed of beddingmaterial specified and prepared by handwork, dug true to grade. Furnish firmbearing for pipe throughout it's entire length with bell holes provided at the endsof each pipe length of sufficient size to permit making up the particular type ofjoint being used. Adjust pipe to line and grade by scraping away or filling andtamping material under the body of the pipe for the entire pipe length and not byblocking or wedging, After final positioning, hold pipe in place in trench withbackfilt material placed equally on both sides of the pipe at as many locations asrequired to hold the pipe section in place.

F. Curved Alignment: When necessary to conform to the alignment specificallyindicated, lay pipe on a curved alignment by means of asymmetrical closure ofjoints or bending of the pipe barrel. lf necessary, use shorter than the standardlengths of pipe to achieve curvature specified. Do not exceed therecommendations of the pipe manufacture for deflections at the joints or pipebending.

G. Closure: Close open ends of pipes and appurtenance openings at the end ofeach days work or when work is not in progress.

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 3

Page 206: Bid Info and Specs 01

3.2 CONNECTING TO EXISTING MAINS

A. Pressure Tap Connections: Perform in accordance with the requirements of theowner of the system being tapped. Maintain a positive pres$ure flow from themain being tapped to the tapping device to fiush plastic chips, metal ribbons, etc.into the tapping devise and not into the pipe being tapped.

B. Other Connections: As indicated and in accordance with the requirements of theowner of the line being connected to.

ANCI..IORAGE I NSTALLAT ION

A. Mechanically Restrained Joints: Installwhere indicated for lengths indicated inaccordance with manufacturer's instructions.

B. PCC Thrust Blocks: fnstall where required and as indicated. Bearing areaindicated is to be against undisturbed earth. Allow a minimum of 24-hours curingtime before introducing water into the pipeline and allow a minimum of 7-dayscuring time before pressure testing.

HIGH DEFLECTION FITTINGS/BALL JOINTS, EXPANSION JOINTS, AND FLEXIBLEEXPANSION JOINTS

A. Installas indicated and in accordance with the manufacturers recomfllendations.

VALVE INSTALLATION

A. Install all valves in accordance with the manufacturefs instructions and thefollowing:1. General:

a. Gate Valves: Appendix A of A\NWA C509.b, Butterfly Valves;Appendix A of AWWA C504.

2. Joints:a. Valves on Dl, PE and PVC Pipe: Mechanical joint valves for buried

locations. Flanged-end valves for installation in vaults/pits.b. Valves on Steel Pipe: As indicated for buried locations. Flanged-end

valves for installation in vaults/pits.

SERVICE CONNECTIONS INSTALLATION

A. Install as indicated and in accordance with the requirements of the owner of thesystem.

WATER METER INSTALLATION

A. Install as indicated and in accordance with the requirements of the owner of thesystem.

FIRH HYDRANT INSTALLATION

IIIIIIIIIIIItTIII

3.3

3.5

3.6

3.8

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 4 I

I

Page 207: Bid Info and Specs 01

ItI

A. Install as indicated and in accordance with the requirements of the owner of thesystem and the fire department.

3.9 REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTER INSTALLATION

A. Instali as inriicaied and irr accordance with the requirements of ihe owner of thesystem and the local health department requirements^

3.10 DOUBLE CHECK DETECTOR ASSEMBLY INSTALLATION

A. Install as indicated and in accordance with the requirements of the owner of thesystem and the fire department.

3.11 POST INDICATOR VALVE INSTALLATION

A. Install as indicated and in accordance with the requirements of the owner of thesystem and the fire department.

3.12 FIRE DEPARTMENT CONNECTION INSTALLATION

A, lnstall as indicated and in accordance with the requirements of the owner of thesystem and the fire department.

3.13 UNDERGROUNDVAULTIPIT INSTALLATION

A. Installas indicated.

B. Excavation and Backfill: Section 31 23 33 - Trenching and Backfilling.

3.14 TRACFR WIRE INSTALLATION

A. Install on trench bottom under the vertical projection of the pipe to protect it in allinstallations.

B. Form a mechanically and electrically continuous line throughout the pipeline,extending to the nearest valve or other pipetine appudenance designated bytheowner of the system or the Owner. Extend the wire up the outside of the valvebox/riser and cut a hole that is 8-inches from the top, extend a 12-inch wire leadto the inside of the box. At other pipeline appurtenances, designated by theowner of the system or the Owner, terminate the 12-inch wire lead inside theenclosure.

C. Splice wire with a splicing device consisting of and electro-tin plated seamlesscopper sleeve conductor. lnstail as recommended by the manufacturer. Wrapsplices and damaged insulation with electrician's tape.

3.15 WARNING TAPE INSTALLATION

A. lnstall tape approximately 1-foot above and along the centerline of the pipe.

B. Where tape is not continuous, lap tape ends a minimum of 2-feet.

IIIIIIIIIItItII

Positano Hills ParkMarch 1,2412

Water Utilities3 3 1 0 0 0 - 1 5

I

Page 208: Bid Info and Specs 01

3.16 HYDROSTATIC PRFSSURE AND LEAKAGE TEST

A. General:1. Provide all necessary materials and equipment, including water.2. Backfill alltrenches sufficierrt to hotd pipe firrniy in position.3. Allow time for thrust blocks to cure prior to testing.4. Flush all pipes prior to testing to remove all foreign material.5. Perform pressure and leakage test concurrently.6. Test pressure: See Subsection titled "System Performance Requirements.'7. Apply test pressure by means of a pump connected to the pipe.8. Base test pressure on the elevation of the lowest point in the line.g. Fill each closed valve section or bulk-headed section slowly, Expel air from

section being tested by means of permanent air vents installed at high pointsor by means of temporary corporation cocks installed at such points. Removeand plug the temporary corporation cocks at the conclusion of the test.

10. Aflow water lo stand in the pipe for 24 hours before test pressure is applied.11. Allow the system to stabilize at the test pressure before conducting the

leakage test.12. Do not operate valves in either the opening or closing direction at differential

pressures above the valves rated pressure.13. Maintain test pressure as specified for type of pipe being tested.14. Pressure Test: Examine any exposed pipe, fittings, valves, hydrants and

joints during the test, if no leaks are observed the section of line has passedthe pressure test. lf leaks are observed, repair any damaged or defectivepipe, fittings, valves, or hydrants, and repeat the pressure test.

15. Leakage Test: Perforrn as specified hereafter for the type of pipe beinginstalled.

B. DIP Leakage Test: Perform in accordance with AWWA C600. Selectedrequirements of AWWA C600 are repeated as follows:1. Mainiain the test pressure, +/- 5 psi, for a minimum of two hours.2. No piping will be accepted if the leakage is greater than that determined by

the following formula:

L = (S xD xp1t2yt133,2o0

L = Allowable leakage, gallons per hour.S = Lenglh of pipe tested, feet,D = Nominal diameter of pipe, inches.P = Average test pressure during the leakage test, pounds per square inch(gauge).

C, PE Pipe Leakage Test:1. Apply the test pressure and allow the pipe to stand, without makeup

pressure, for sufficient time to allow for diametric expansion or pipe stretchingto stabilize, approximately two to three hours.

2. Afrer the above stabilization has occurred, return the section being tested tothe test pressure. Hold the test pressure for one to three hours. lf thepressure in the test section drops, and it is determined the drop may be theresult of expansion resulting from increasing temperature, a limited amount of

IIIIIIIIIIIIIIIII

Positano Hills ParkMarch 1 ,2012

Water Utilities3 3 1 0 0 0 - 1 6 I

I

Page 209: Bid Info and Specs 01

2428323640

U .

E.

IIItItIIIIIIIIItI

additional water may be added to bring the pressure back to the testpressure. Allowable amounts of make.up water, to compensateforexpansiondue to increasing temperature, are as shown in the following table. Make-upwater is only allowed during this final test period and not during the initialstabilization described in the previous paragraph. lf the additional wateradded is iess than the aiiowabie showii in the table and tnere are no visualleaks or significant pressure drops, the tested section passes the test.

Nominal Allowance for ExpansionPipe Size (U.S. Gals./100 Feet of Pipe)('' ) . +I?i: ?*?" +*?"

1 1 1 . 0 2 . 0 3 . 0

J

4oI1 0

1 21 41 61 82A22

0 .100 .130.300.500.75

0 . 1 50.250.601 . 01 . 3

2.32.83 .34.35.57.4

0.250.400.901,502.1

3.44 .25.06.58.010 .5

1 . 11 . 4t . t

2 .22 .83 .54.5 8.95.5 11.17.0 14.39 ,0 18 .011 .0 22 .4

13.316.82 1 . 527.033.043.048 15.0 27.0

PVC Pipe Leakage Test: Perform in accordance with AWWA M23. Selectedrequirements of AVVWA M23 are repeated as follows:1. Maintain the test pressure, +/- 5 psi, for a minimum of two hours.2. No piping will be accepted if the leakage is greater than that determined by

the following formula:

L = ( N x D x p 1 2 y i 7 , 4 0 0

L = Allowable leakage, gallons per hour.N = Number of joints in the length of the pipeline tested.D = Nominaldiameter of pipe, inches.P = Average test pressure during the leakage test, pounds per square inch(gauge).

Cement Mortar Lined and Coated Steel Pipe Leakage Test: Perform inaccordance with AWWA M11. Selected requirements of AWWA M11 arerepeated as follows:1. Maintain the test pressure, +/- 5 psi, for a minimum of two hours.2. There shall be no significant leakage for pipe with welded joints or

mechanical couplings.

tI

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 7

Page 210: Bid Info and Specs 01

3. For pipe joined with O-ring rubber gaskets, a leakage of 25 gallons per inch ofdiameter per mile per 24-hours is allowed.

3,17 DI$INFECTION

A. All New Pipelines shall be disinfected ii-r aceordance with one of the threemethods specified in AWWA C651 and the following:1. Disinfect after pressure and leakage test have been performed and accepted.2, The melhod used shall be at the Contractor's option, unless specified bythe

owner of the water system.3. Engage the services of a commercial testing laboratory, approved by the

owner of the water system, to perform the bacteriological tests specified inSection 5. 1 of A\ /WA C651 . Direct the testing laboratory to send the originatreport of the bacteriological testing to the owner of the water system. Shouldthe laboratory report show that any sample taken was not acceptable, repeatthe sterilization process shall until a satisfactory sterilization is accomplished.

4. Lawfully dispose of the chlorinated water.

END OF SECTION 33 10 OO

IIIIIIIIIIIIIIIIIII

Positano Hills ParkMarch 1,2012

Water Utilities3 3 1 0 0 0 - 1 8

Page 211: Bid Info and Specs 01

IIIIItIIIIIIIIIIIII

SECTION 33 30 OO - SANITARY SEWERAGE UTILITIES

PA.RT { . GENERA.L

NOTE' All sanitary sewer improvements shall be as required byDSRSD Standards andSpecffrcations. tf DSRSD requiremenfs do not specify, then this secfion applies.

1.1 SECTION INCLUDES

A. Roadway and/or site sanitary gravity sewers and force mains up to 5 feet of anyon-site building.

1.2 RELATED SECTIONS

A. Section 31 23 33 - Trenching and Backfilling.

B. Section 32 05 23 - Cement and Concrete for Exterior lmprovements.

C. Section 33 05 16 - Utility Structures.

1.3 RELATED DOCUMENTS

A. AASHTO:1. M 252: Corrugated Polyethylene Drainage Tubing.2. M 294: Conugated Polyethylene Pipe, 12 to 24-inch Diameter.

B. ASTM:1 . A 615/A615M: Deformed and Billet-Steel Bars for Concrete Reinforcement.2. A674 Practice for Polyethylene Encasement for Ductile lron Pipe for Water

and Other Liquids.3. C 443: Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber

Gaskets.4. C 1173 Flexible Transition Couplings for Underground Piping Systems.5. D 1785: Poly {MnylChloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120.6. D 2235: Sotuent Cement for Acrylonitrile-Eutadiene-Styrene (ABS) Plastic

Pipe and Fittings.7 . D 2321: U nderground Installation of Thermoplastic Pipe for Sewers and Other

Gravity Flow Applications.8. D 2564: Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping

Systems.L D 2751: Acrylontrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings.10. D 3034: Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings.11. D 4101: Propylene fnjection and Extrusion Materials.12. F 477'. Elastomeric Seals (Gaskets) for Joining Plastic Pipe.13. F 656: Primers for Use in $olvent Cement Joints of Poly(Vinyl Chloride)

(PVC) Plastic Pipe and Fittings.14. F 679: Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe

and Fittings.15. F-1336: Poly(Vinyl Chloride) (PVC) Gasket Sewer Fittings.

Positano Hills ParkMarch 1 ,2412

$anitary Sewerage Utilities3 3 3 0 0 0 - 1

Page 212: Bid Info and Specs 01

1 .4

C. AWWA:1. C104: Cement Mortar Lining for Ductile-lron Pipe and Fittings for Water.2. C105: Polyethylene Encasement for Ductile-lron Pipe Systems.3. C110: Ducti le-lron and Gray-lron Fitt ings,3ln. Through 48 In. (76 mm

Through 1,219 mm) for Water.4. C111: Rubber-Gasket Joints for Ductile-lron Pressure Pipe and Fittings.5. C150: Thickness design of Ductile lron Pipe.6. C151: Ductile-lron Pipe, Centrifugally Cast, for Water.7. C153: Ductile-lron Compact Fittings for Water Service.L M41: Ductile lron Pipe and Fittings

D. Caltrans Standard Specifications.1. Section 65, Reinforced Goncrete Pipe

DEFINITIONS

A. AASHTO: American Association of State Highway and Transportation Officials.

B. ABS:Acylonitrile-butadiene-styrene.

C. ASTM: American Society for Testing Materials.

D. AWWA' American Water Works Association.

E. HDPE: High-density polyethylene.

F, PE: Polyethylene.

G. DIP: Ductile iron pipe.

H. PVC: PolyvinylChloride.

l. RCP: Reinforced concrete pipe.

J. NPS: Nominalpipe size.

SUBMITTALS

A. Folfow submittal procedures outlined in Section 01 33 00-submittalProcedures.

B. Product data for the following:1. Piping materials and fittings.2. Special pipe couplings.3. Joint sealants.4. Sewage air relief valves.

C. Shop drawings: Include plans, elevations, details and attachments for thefollowing:1. Force main piping access openings.

tIIIIIIIIIIItIIIIII

4 E

Positano Hills ParkMarch 1.2012

itary Sewerage Utilities3 3 3 0 0 0 - 2

Page 213: Bid Info and Specs 01

ItIItItIIIIIIIIIIII

D. Design Mix Reports and Calculations: For each class of cast-in-place concrete.

E. Field Test Reports: Indicate and interpret test results for compliance withperformance.

1.6 DELIVERY, STORAGE AND HANDLING

A. Do not store plastic pipe and fittings in direct sunlight.

B. Protect pipe, fittings, and seals from dirt and damage,

C. Handle precast concrete pipe and other precast structures according tomanufacturer's written instructions.

D. Protect imported bedding and backfill material from contamination by othermalerials.

PART 2. PRODUCTS

2.1 PIPING MATERIALS FOR GRAVITY FLOW

A. ABS Pipe and Fittings: 4-inch through 12 inch, ASTM D 2751, SDR 35. Bell andspigot joints.1. Bell and Spigot Joint Gasket: Elastomeric seal, ASTM F 477.

DIP: Sizes 4-ineh through 48-inch.1. Pipe: AWWA C150 and C151 .2. Pressure Class: Minimum Dressure class for size indieated.3. Fittings

a. Standard: AWWA C110, sizes 4-inch through 48-inch.b. Compact: AWWA C153, sizes 4-inch through 24-inch.

4. Pipe and Fitting Lining: Cement Mortar, A\A/VVA C104.5. Pipe and Fitting Coating: Asphaltic, AWWA C151 or C1 15.6. Exterior Soil Corrosion Protection for Pipe and Fittings: Polyethylene

encasemenl AWWA C105.7. Joints:

a. Push-On Belland Spigot Joint:AWWA C111.b. Mechanical Joint: AWWA C111.c. Flanged joint. AWWA C115.

PE Pipe and Fittings (HDPE); 4-inch through 10-inch, MSHTO M252 Type S,smooth interior and conugated exterior. Bell and spigot joints.1. Bell and Spigot Joint Gasket: Elastomeric seal, ASTM F 477.2. Couplings: AASHTO M252, corrugated band type, engage a minimum of 4

corrugations, 2 on each side of pipe joint.

PE Pipe and Fittings (HDPF): 12-ineh through 48-inch, AASHTO M 294.Type S,smooth interior and corrugated exterior. Bell and spigot joints.1. Bell and Spigot Joint Gasket: Elastomeric seal, ASTM F 477.

Positano Hills ParkMarch 1,2412

Sanitary Sewerage Utilities3 3 3 0 0 0 - 3

Page 214: Bid Info and Specs 01

2. Couplings: AASHTO M252, corrugated band type, engage a minimum of 4corrugations, 2 on each side of pipe joint.

PVC Pipe:1. P ipe:

a. 4-inch through 15-inch: ASTM D 3034, SDR 35. Belland spigot joinls.b. 't8 inch through 36-inch: ASTM F 679, T-1 wall. Bell and spigot joints.

2. Fittings:a. 4-inch through 27-inch: ASTM F 1336.b. 30-inch through 36-inch: ASTM D 3034, SDR 35

3. Joint Gasket: Elastomeric seal, ASTM F 477.

Reinforced Concrete Pipe: Designated by Class, rubber gasketed joints, Type llor V cement.1. Circular Reinforced Concrete Pipe; Caltrans Standard Specification Section

65-1.024(1). Class l l l .2- Oval shaped (Elliptical) Reinforced Concrete Pipe: Caltrans Standard

Specification Section 65-1.02B. Class HE-llland VE-lll.3. Rubber Gasketed Joints: Caltrans Standard Specification Section 65-1.06.

2.2 PIPING MATERIALS FOR FORCE MAINS

DIP: See Section 33 10 00 - Water Utililies.

PE Pipe: See Section 33 10 00 - Water Utilities.

PVC Pipe: See Section 33 10 00 - Water Utilities

2.3 SPECIAL PIPE COUPLINGS

IItTtIIItIItIItII

E.

F.

A.

B .

A.

E'.

Gravity Piping: ASTM C 1 173. Rubber or elastomeric sleeve and band assemblyfabricated to match outside diameters of pipes to be joined.

Force Main piping: See Section 33 10 00 - Water Utilities.

2 ,5

2.4

2.6

MANHOLES AND CLEANOUTS

A. See Section 33 05 16 - Utility Structures.

SEWAGE AIR RELIEF VALVE ASSEMBLY FOR FORCE MAINS

A. General: As indicated,

THRUST BLOCKS FOR FORCE MAINS

A. General: Location, configuration bearing area, etc. as indicated.

B. Poftland Cement Concrete: Section 32 05 23 - Gement and Concrete for Exteriorlmprovements.

Positano Hills ParkMarch 1 ,2412 I

I

Page 215: Bid Info and Specs 01

A.

B.

c.

D.

E.

F.

IIIIItIIIIIItIIII

PART 3. EXECUTION

3.1 GMVITY PIPE INSTALLATTON

G.

General: lnstall pipe, fittings, and appurtenances utilizing best practices,manufacture/s instructions, and in accordance with Section 6 and 7 of ASTM D2321 tor plastic pipe, Caltrans Standard Specification Section 65-1.07 forreinforced concrete pipe and chapter 1 1.3.3 of AWWA M41 for ductile iron pipe.

Pipe Depth and Trench Configuration: Conform to typicat trench section(s)indicated.

Excavation, Bedding, Backfill, and Compaction: Section 31 23 33 - Trenchingand Backfilling.

Handling: Carefully handle during loading, hauling, unloading and placlngoperations to avoid breakage or damage. Use strap type slings for lifting andplacing; no chains or hooks will be permitted. Comply with the manufacturer'srecornmendations.

Laying: Before lowering pipe into the trench, remove all stakes, debris, loose rockand other hard materials from the bottom of the trench^ Lay accurately inconformance with lines and grades indicated. Start laying the pipeline at the lowend and proceed upstream. Lay belt and spigol pipe with the bell end facingupstream. Lay pipe on a bed prepared by handwork, dug true to grade. Furnishfirm bearing for pipe throughout it's entire length with betl holes provided at theends of each pipe length of sufficient size to permit making up the particular typeof joint being used. Adjust pipe to line and grade by scraplng away or filling andtamping malerial under the body of the pipe for the entire pipe length and not byblocking or wedging. After final positioning, hold pipe in place in trench withbackfill material placed equally on both sides of the pipe at as many locations asrequired to hold the pipe section in place.

Curved Alignment: When necessary to conform to the alignment specificallyindicated, lay pipe on a curved alignment by means of asymmetrical closure ofjoints or bending of the pipe barrel. Use shorter lengths of pipe than the standardlength if necessary to achieve curvature specified. Do not exceed therecommendations of the pipe manufacture for deflections at the joints or pipebending.

Closure: Close open ends of pipes and appurtenance at the end of each dayswork or when work is not in progress.

3.2

3.3

FORCE MAIN PIPE IN$TALLATION

General: See Section 33 10 00 - Water Utilities.

SPECIAL PIPE COUPLINGS

A. General: Use where required to join piping and no other appropriate method isspecified, Do not use instead of specified joining methods.

II

Positano Hills ParkMarch 1,2412

Sanitary Sewerage Utilities3 3 3 0 0 0 - 5

Page 216: Bid Info and Specs 01

TItIIIIIItIItIIII

3,

6.

t .

8 .

9 .

D.

3.4

3.5

B. Installation:Permanufacturer'sinstructions.

AIR RELIEF VALVE ASSEMBLY INSTALLATION

A. General: lnstallas indicated.

TESTING OF GRAVIW PIPING MAINS

A. Obstructions: After backfilling and compacting, but before paving orothersurfaceimprovements, test sewer for obstructions either by rodding or bythe sewer ballmethod. Provide for intercepting all grit, rocks and other flushed debris to keepdebris from entering the existing system.

B. At the option of the Contractor, either the following hydrostatic or air test shall beperformed.

C. Hydrostatic Test:1. Test after backfilling to finish grade or pavement structuralsection subgrade

in paved areas.2. Test sewer mains between successive manholes by closing the lower end of

the sewer main to be tested and the inlet sewer main of the upper manholewith stoppers.Fill pipe and manhotes with water to a point four feet below the groundsurface of the upper manhole, but in no case less than four feet above thepipe invert. lf ground water is present, the water surface at the uppermanhole shall be at least four feet above the level of the grcund water,Fill piping at least one hour prior to testing.Test piping at least two hours by maintaining the head specified above withmeasured additions of water. The sum of these additions of water, in the two-hour test period, shall be the leakage amount.The maximum allowable head of water above any portign of sewer beingtested shall be 1S-feet. where the difference in elevation between successivemanholes exceeds 15-feet, a test tee shallbe installed between rnanholes,and the testing shall be carried on between the tee and the manhole.The allowable leakage shall not exceed 0.1-gallons per minute per inchdiameter, per 1000-feet of sewer main being tested.lf the leakage exceeds the above amount, determine the cau$e and remedy itprior to retesting.lf the leakage is less than the allowable, but leaks are observed, repair theobserved leaks.

Air Test:'1. Test after backfilling to finish grade or pavement structuralsection subgrade

in paved areas.2. Apply to each length between adjacent manholes.3. Supply pressure gauge with minimum diyisions of 0.10-psi and with an

accuracy of +l-9.94-rsi. When requested bythe Owner, provide certificationthat the gauge has been tested for accuracy within the last six months by areliable testing firm.

4 .5 .

Positano Hills ParkMarch 1,2A12

Saniiary Sewerage Utilities3 3 3 0 0 0 - 6 I

T

Page 217: Bid Info and Specs 01

4"6"I'10 '12"15"18"21"24"27"30"36"42"48"54"

J . O

tIIIIIIIIIIIIItII

4. Pressurize the test section to 3.5-psi, and then hold the pressure above 3.0-psi during a saturation period of at least 5 minutes. At the end of thesaturation period, note the pressure, which must be a minimum of 3.0-psi,and begin the timed period. lf the pressure drops 0.S-psi in less than the timegiven in the following table the section of pipe has not passed the test.

PipeSize Minimum Time.Allowedfor Pressure to Drop- 0.5-PSl

125 seconds1B5 seconds245 seconds310 seconds370 seconds460 seconds555 seconds10 minutes12 minutes14 minutes16 minutes18 minutes20 minutes23 minutes26 minutes

5. lf the time for the pressure to drop 0.5-psi is 125o/a or less of the timeindicated, the line shall immediately be re-pressurized to 3.0-psi and the testrepeated, fl during the S-minute saturation period, the pressure drops lessthan 0.5-psi after the initial pressurization and air is not added, the sectionundergoing the test shall have passed.

6. lf the test did not pass, find and repair the leak to the satisfaction of theOwner.

7. When the prevailing ground water is above the line being iested the airpressure shall be increased 0.43-psi for each foot the water table is abovethe invert of the pipe at the highest manhole.

TESTING OF LATERALS

A. At the option of the Contractor, either the following hydrostatic or air test shall beperformed.

B. Hydrostatic Test:1. Test laterals before backfilling.2. Plug lateral at its ends and fill with water through the cleanouts.3. Maintain the water level [n the cleanouts as high as possible throughout the

test period.4. One hour afier filling with water, examine the lateral for leakage.5. Repair all leaks to the satisfaction of the Owner.6. Do not backfillthe trench until testing and repairs of the lateral are complete,

and approved by the Owner.

TI

Positano Hills ParkMarch 1,2012

Sanitary Sewerage Utilities3 3 3 0 0 0 - 7

Page 218: Bid Info and Specs 01

7 . Following approval of the Owner, remove all plugs, dispose of the water andcomplete the connection to the main.

C. Air Test1. Test after backfilling to finish grade or pavement structuralsection subgrade

in paved areas.2. Test in accordance with subsection above titled .Testing of Gravity Piping

Mains," paragraph titled "Air Test."

3.7 HYDROSTATIC AND LEAKAGE TESTING OF FORCE MAINS

A. General: Perform hydrostatic and leakage test in accordance wilh Section 33 1000 - Water Utilities.

END OF SECTION 33 30 OO

tIII1IttIIIIItIIIII

Positano Hills ParkMarch 1,2A12

Sanitary Sewerage Utilities3 3 3 0 0 0 - 8

Page 219: Bid Info and Specs 01

IIITIIttIITtITIItII

SECTION 33 40 OO _ STORM DRAINAGE UTILITIES

PART { . GENERAL

1.1 SECTION INCLUDFS

A. Roadway and/or site storm drainage up to S-feet of any on-site building.

1.2 RELATED SECTIONS

A, Section 31 23 33 - Trenching and Backfilling

B. $ection 32 CIs 23 - Cement and Concrete for Exterior lmprovements

C. Section 33 46 00 - Subdrainage

1.3 RELATED DOCUMENTS

A. AASHTO:1. M 252: Corrugated Polyethylene Drainage Tubing.2. M 294: Corrugated Polyethylene Pipe, 12 to 24-inch Diameter,

B. ASTM:1. A 74: Cast lron Soil Pipe and Fittings.2. A 615/A615M: Deformed and Billet-Steel Bars for Concrete Reinforcement.3. C 443: Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber

Gaskets.4. C 564: Rubber Gaskets for Cast lron Soil Pipe and Fittings.5. C 1173: Flexible Transition Coupfings for Underground Piping Systems.6. D 1785: Poly (Vinyl Chtoride) (PVC) Plastic Pipe, Schedules 40, 80, and 120.7. D 2235: Solvent Cement for Acrylonitrile-Butadiene-Styrene (ABS) Plastic

Pipe and fittings.8. D 2321: Underground lnstallaiion of Thermoplastic Pipe for Sewers and Other

Gravity Flow Applications.9. D 2564: Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping

Systems.10. D 2751: Acrylontrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings.11. D 3034: Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings.12. D 414! Specifications for Propylene Injection and Extrusion Materials.13. F 477: Flastomeric Seals (Gaskets) for Joining Plastic Pipe.14. F 656: Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride)

(PVC)Plastic Pipe and Fittings.15. F 679: Specificaiion for PolyiVinyl Chloride) (PVC) Large Diameter Plastic

Gravity Sewer Pipe and Fittings.16. F-1336: Poly(VinylChloride) (PVC) Gasket Sewer Fittings.

AWWA:1. C104: Cemenl Mortar Lining for Ductile-lron Pipe and Fittings for Water.2. C105: Polyethylene Encasement for Ductile-lron Pipe Systems"

Positano Hills ParkMarch 1.2012

Storm Drainage Utilities3 3 4 0 0 0 - 1

Page 220: Bid Info and Specs 01

tIITIIIIITtITIItITI

7.8.L

D.

E.

1 .4

3. C110: Ducti le-lron and Gray-lron Fit i ings,3In. Through 48 In. (76 mmThrough 1,219 mm) for Water.

4. C111: Rubber-Gasket Joints for Ductile-lron Pressure Pipe and Fittings.5. C150: Thickness design of Ductile lron Pipe.6. C151; Ductile-lron Pipe, Centrifugally Cast, forWater.7. C153: Ductile-lron Compact Fittings for Waler Senrice.B. M41: Ductile lron Pipe and Fittings.

Caltrans Standard Specifications:1. Section 65, Reinforced Concrete Pipe.2. Section 66, Corrugated Metal Pipe.3. Section 70. Miscellaneous Facilities.4. Section 72, Slope Protection.

Caltrans Standard Plans:1. Plan D94A: Metal and Plastic Flared End Sections.2. Plan D94B: Concrete Flared End Sections.3. Plan D97A: Corrugated Metal Pipe Coupling Details No.1, Annular Coupling

Band Bar and Strap and Angle Connection.4. Plan D97B: Conugated Metal Pipe Coupling Details No.2, Hat Band Coupler

and Flange Details.5. Plan D97C: Corrugated Metal Pipe Coupling Details No. 3, Helical and

Universal Couplers.6. Plan D97D: Corrugated MetalPipe Coupfing Details No.4, HuggerCoupling

Bands.Plan D97E: Corrugated MetalPipe Coupling Details No. S, Standard Joint.Plan D97F: Corrugated MetalPipe Coupling Details No, 6, positive Joint.Plan D97G: Corrugated Metal Pipe Coupling Details No. 7, positive Jointsand Downdrains.

10. Plan D98A: Slotted Corrugated SteelPipe Drain Details.1 1. Plan D98B: Slotted Corrugated Steel Pipe Drain Detaits.

DEFINITIONS

A' MSHTO: American Association of State Highway and Transportation Officials.

B. ABS: Acylonitrile-butadiene-styrene.

C. ASTM: American Society for Testing Materials.

D. A\AMiA: American Water Works Association.

E. CMP: Conugated metatpipe.

F. DIP: Ductile iron pipe.

G. HDPE:High-densitypolyethytene.

H. NPS: Nominal pipe size.

l. PE: Polyethylene.

Positano Hills ParkMarch 1, 2012

Storm Drainage Utilities3 3 4 0 0 0 - 2

Page 221: Bid Info and Specs 01

ItITIIIIIIIIIIIII

J. PVC: Polyvinylchloride.

K. RCP: Reinforced concrete pipe.

1.5 SUBMITTAL$

A. Follow submittal procedures outlined in Section 01 33 00 - Submittal Procedures.

B. Product Data Shop Drawings, Etc.: For the following:1. Piping materials and fittings.2. Special pipe couplings.3. Polymer-concrete, channel drainage systems (trench drains).4. Joint sealants.5. Plastic area drains.6. Precast concrete catch basins, inlets, curb inlets, and area drains, including

frames and grates.7. Concrete, metal and plastic flared end sections.

C. Design Mix Reports and Calculations: For each class of cast in place concrete.

D. Field Test Reports: Indicate and interpret test results for compliance withperformance.

1.6 DELIVERY, STORAGE AND HANDLING

A. Do not store plastic structures, pipe and fittings in direct sunlight,

B. Protect pipe, fittings, and seals from dirt and damage.

C. Handle precast concrete pipe and other precast structures according tomanufacturef s written instructions.

D. Protect imported bedding and backfill material from contamination by othermaterials.

PART 2. PRODUCTS

?,1 PIPING MATERIALS

A. ABS Pipe and Fittings: Smaller than 4-inch, ASTM D 2751, SDR 35. $olventcement joints.1. Solvent Cemont:ASTM D2235.

B. ABS Pipe and Fittings:4-inch through 12 inch, ASTM D2751, SDR 35. Bell andspigot joints.1. Bell and Spigot Joint Gasket: Elastomeric seal, ASTM F 477.

C. Cast lron Pipe and Fittings: Hub and spigot, 2-inch through 15-inch, ASTM A74,service class.

Positano Hills ParkMarch 1.2012

Storm Drainage Utilities3 3 4 0 0 0 - 3I

T

Page 222: Bid Info and Specs 01

TIIIItIIIIIIIIITII

4.5 .b .

D

E.

F.

G ,

H.

t .

1. Gaskets: ASTM 564, rubber, compression type, thickness to match class ofpipe.

Corrugated Metal Pipe and Fittings: Caltrans Standard Specification Section 66.1. Bituminous Coating: Caltrans Standard Specification Sectlon 66-1.03.2. Biturninous Lining: Caltrans Standard Specificatlon Section 6S-1.03.3. Bituminous Pavings: Caltrans Standard Specification Section 66-1.03.4. Corrugated Aluminum Pipe: Caltrans Standard Specification Section 66-2.5. Corrugated Steel Pipe: Caltrans Standard Specification Section 66-3.6. Slotted Corrugated Steel Pipe: Caltrans Standard Specification Section 66-

3.09.7. Details: Caltrans Standard Plans D97A, D978, D97C, Dg7D, D97E, D97F,

D97G, D98A and D988.

DIP: Sizes 4-inch through 4B-inch.1. Pipe: A\A/WA C150 and C151.2. Pressure Class: Minimum pressure class for size indicated.3. Fittings:

a. Standard: AWWA C110, sizes 4-inch through 48-inch.b. Compact:AWWA C153, sizes 4-inch through Z4-inch.Pipe and Fitting Lining: Cement Mortar, AWWA C104.Pipe and Fitting Coating: Asphaltic, AWWA C151 or C115.Exterior Soil Corrosion Protection for Pipe and Fittings: Polyethyleneencasement, AWWA C105.

7. Joints:a. Push-On Bell and Spigot Joint: AWWA C1'11.b. Mechanical Joint: A\AMA C111.c. Flanged joint. AWWA C115.

Reinforced Concrete Pipe: Designated by Class, rubber gasketed joints.1. Circular Reinforced Concrete Pipe: Caltrans Standard Specification Section

65-1.024(1 ). Class lll.2. oval shaped (Elliptical) Reinforced Goncrete Pipe: caftrans standard

Specification Section 65-1.028, Class HE-lll and VE-lll.3. Reinforced Concrete Pipe Arch: Caltrans Standard Specification Section 65-

1.02C.4. Rubber Gasketed Joints: caltrans standard specification section 65-1.06.

PE Pipe and Fittings: 4-inch through 10-inch, AASHTO M 2S2 Type S, smoothinterior and corrugated exterior. Bell and spigot joints.1. Beltand Spigot Joint Gasket: Elastomeric seal, ASTM F 477.2. Couplings: AASHTO M 252, corrugated band type. Engage a minimum of 4

corrugations, 2 on each side of pipe joint.J ,

PE Pipe and Fittings: 12-inch through 48-inch, AASHTO M 294.Type S, smoothinterior and corrugated exterior. Bell and spigot joints.1. Bell and Spigot Joint Gasket: Elastomeric seal, ASTM F 477.2. Couplings: AASHTO M 252, corrugated band type. Engage a minimum of 4

corrugations, 2 on each side of pipe joint,

PVG Pipe and Fittings-Smatler than 4-lnch: ASTM D17SS, Schedute 40.

Positano Hills ParkMarch 1,2012

Storm Drainage Utilities3 3 4 0 0 0 - 4

t

Page 223: Bid Info and Specs 01

A.

E,

2.2

2.3

2.5

IIIIttIII!TIIIIII

B.

c.

2.4 CURB

A.

B.

c.

D.

1. Joints: Solvent Cement, ASTM D 25M.Include primer according to ASTMF656.

PVC Pipe and Fittings,4-lnch and Larger1. P ipe:

a. 4-inch through 1S-inch: AST[4 D 3034, SDR 35. BellanC spigot joints.b. 18 inch through 36-inch: ASTM F 679, T-1 wall. Bell and spigot joints.

2. Fittings:a. 4-inch through Z7-inctl: ASTM F 1336.b. 3O-inch through 36-inch: ASTM D 3034, SDR 35

3. Joint Gasket: Elastomeric seal. ASTM F 477.

PIPE ANCHORS

Section 32 05 23 - Cement and Concrete for Exterior lmprovements

SPECIAL PIPE COUPLINGS

Plastic, Cast lron and Ductile lron Pipe: ASTM C 1173, rubberorelastomericsleeve and band assembly fabricated to match outside diameters of pipes to bejoined.

Reinforced Concrete Pipe: Portland cement concrete collar as indicated.

Section 32 05 23 - Cement and Concrete for Exterior lmprovements

INLETS, CATCH BASINS, DROP INLETS, AREA DRAINS, ETC.

General: Size, shape, configuration, depth, etc. of structure and frame, grate, orcover shall be as indicated.

Section 32 A5 8 - Cement and Concrete for Exterior lmprovements

Precast Structure: Rate for AASHTO H20 loading in traffic areas,

Steps; ASTM C 478 or AASHTO M 199. Manufacture from deforrned, %-inchsteel reinforcement rod complying with A$TM A 615 and encased inpolypropylene complying with ASTM D4101. lnclude pattem designed to preventlateralslippage off step. Acceptable manufacturer is Hanson Concrete Products,(Milpitas, CA) (Tel 408-262-1 091 ).

Frames, Grates and Covers: Caltrans Standard Specification Section 75-1.02,75-1.03 and 7F1.05.1. Galvanize steel frames, grates and covers.2. Grates and covers shall be non-rocking.3. Rate for AASHTO H20 loading in traffic areas.

MANHOLES AND CLEANOUTS

A. See Section 33 05 16 * Utility Slructures.

Positano Hills ParkMarch 1" 2012

Storm Drainage Utilities3 3 4 0 0 0 - 5I

I

Page 224: Bid Info and Specs 01

2.6 POLYMER-CONCRETE TRENCH DRAINS

A. General: Modular system of precast, polymer-concrete channel sections, grates,and appurtenances; designed so grates fit into channel recesses without rockingor rattling. lnclude number of units required to form total length required.

B. Include the following components:1. Channel Sections: Interlocking-joint, precast modular units with end caps.

lnside width as indicated with deep, rounded bottom, with built in slope or flatinvert as indicated and outlets in number, sizes, and locations indicated.lnclude extension sections necessary for required depth.

2. Frame and Grate: Gray iron, ductile iron or galvanized steel as indicated.Where drain is located in traffic areas, rate for MSHTO H20 loading.

C. Locking Mechanism: Manufacturefs standard device for securing grates tochannel sections.

D. Available Manufacturers: subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited lo, the following:1. "Polydrain" by ABT Inc. (Troutman, NC) (Tel 204-528-9806).2. ''ACO Drain" by ACO Polymer Products tnc. (Chardon, OH) ft-el. 800-543-

4764j.

METAL, CONCRETE OR PLASTIC FLARED END SECTIONS

A. General: Caltrans Standard Specification Section 7A-1.02C and CattransStandard Plan D94A and D948.

SLOPE PROTECTION

A. Rock Slope Protection: Caltrans Standard Specification Section 72-2.02.1. Class: fSe/ecf Class applicable to the Project.l2. Fabric: Caltrans Standard Specification Section 7Z-2.025.

B. Concrete/Shotcrete Slope Protection: Caltrans Standard Specification Section72-4.43.1. Bar Reinforcement: Caltrans Standard Specification Section 52-1.02A,

minimum Grade 40.?. Welded Wire Fabric: Caltrans Standard Specification Section 52-1.02C. Use

6 x 6-W1.4 xW1.4 unless otherwise indicated.

C. Concreted-Rock Slope Protection: Callrans $tandard Specification Section 72-5.02.1. Class: [Select Ctass applicable to the Prolect.]

D. Sacked Concrete Slope Protection.1. Concrete: Caltrans Standard Specification Section g0, Class 3.2. Sacks: 10 ounce burlap measuring approximately 19.S-inches by 36 inches

when empty and lajd flat.

IIIIIItItIITTtItI

2.7

2.8

Positano Hills ParkMarch 1. 2A12

Storm Drainage Utilities3 3 4 0 0 0 - 6 I

I

Page 225: Bid Info and Specs 01

B.

c.

D.

E.

tIIIItItIITIIIIII

2.9 CONCRETE/SHOTCRETEDITCHLINING

A. General: Caltrans Standard Specification Section 724.03.L Bar Reinforcement: Caltrans Standard Specification Section 52-1.02A,

minimum Grade 40.2. Welded Wire Fabric: Caltrans Standard Specification Section 52-1.02C. Use

6 x 6-W1.4 xW1.4 unfess otheruvise indicated.

PART 3. EXECUTION

3.1 PIPE INSTALLATION

General: lnstall pipe, fittings, and appurtenances utilizing best practices,manufacturer's instructions, and in accordance with Section 6 and 7 of ASTM D2321 for plastic pipe, Caltrans $tandard $pecification Section 65-1.07 forreinforced concrete pipe, Caltrans Standard Specification Sections 6&1.045 and66-105 for corrugated metal pipe and chapter 11.3.3 of AWWA M41 for cast ironand ductile iron pipe.

Pipe Depth and Trench Configuration: Conform to typical trench section(s)indicated.

Excavation, Bedding, Backfill, and Gompaction: Section 31 23 33 - Trenchingand Backfllling.

Handling: Carefully handle during loading, hauling, unloading and placingoperations to avoid breakage or damage. Use strap type slings for lifting andplacing; no chains or hooks will be permitted. Comply with manufacturer'srecommendations.

Laying: Before lowering pipe into the trench, remove all stakes, debris, loose rockand other hard materials from the boftom of the trench. Lay accurately inconformance with lines and grades indicated. Start laying the pipeline at the lowend and proceed upstream. Lay bell and spigot pipe with the bell end facingupstream. Lay pipe on a bed prepared by handwork, dug true to grade. Fumishfirm bearing for pipe throughout it's entire length with bell holes provided at theends of each pipe length of sufficient size to permit making up the particular typeof joint being used. Adjust pipe to line and grade by scraping away or filling andtamping material under the body of the pipe for the entire pipe length and not byblocking or wedging. After final positioning, hold pipe in place in trench withbackfitl material placed equally on both sides of the pipe at as many locations asrequired to hofd the pipe section in place.

Curved Alignrnent: When necessary to conform to the alignment specificatlyindicated, lay pipe on a curved alignment by means of asymmetrical closure ofjoints or bending of the pipe barrel. Use shorter lengths of pipe than the standardlength if necessary to achieve curvature specified. Do not exceed therecommendations of the pipe manufacture for deflections at the joints or pipebending.

Positano Hills ParkMarch 1,2012t

I

Storm Drainage Utilities3 3 4 0 0 0 - 7

Page 226: Bid Info and Specs 01

3.2

3.3

G. Closure: Close open ends of pipes and appurtenanse openings at the end ofeach days work or when work is not in progress.

INSTALLATION OF PIPE ANCHORS

A. Install at location, configuration and details shown on the Plans.

SPECIAL PIPE COUPLINGS

A. General: Use where required to join piping and no other appropriate method isspecified. Do not use instead of specified joining methods.

B. lnstallation:Permanufacturelsinstructions.

INSTALLATION OF CURB INLETS, CATCH BASINS, DROP INLETS, AREA DRAINS,ETC.

A. Excavation, Bedding, Backfill, and compaction: section 31 23 33 - Trenchingand Backfilling.

B. Poured in Place Structures: lnstall as indicated and Caltrans StandardSpecification Section 51 .1. Shape bottoms to convey flows as indicated.

C. Precast Structures: Install as indicated.1. Seal all joints and pipe entrances and exits.2. Place concrete in bottom and shape to convey ffows as indicated.

POLYMER-CONCRETE TRENCH DRAIN INSTALLATION

A. Excavation, Bedding, Backfill, and compaction: section 31 23 33 - Trenchingand Backfilling.

B. Install: As indicated and in accordance with the manufacturer's instructions.

CONCRETE OR PLASTIC FLARED END SECTION INSTALLATION

A. Install:As indicated.

SLOPE PROTECTION PLACEMENT

A. Rock Stope Protection: Caltrans Standard Specification $ection72-2.03 and asindicated.1. Use Method B Placement unless otherwise indicated.

B. Concrete/Shotcrete Slope Protection: Caltrans Standard Specification Section72-4.02 and724.A4.

C. Concreted-Rock Slope Protection: Caltrans Standard Specification Section 72-5.03 and 72-5.A4.1. Use Method B Placement unless otherwise indicated.

IlIIITIIITITItIII

3.4

3.5

3.6

3.7

Positano Hills ParkMarch 1,2AQ

Storm Drainage Utilities3 3 4 0 0 0 - B t

I

Page 227: Bid Info and Specs 01

4.E

A

7.

3.8

3.9

IIIIItIIIItIIIIIIII

D. Sacked Goncrete $lope Protection.1. Detailed configuration: As indicated,2. Use one cubic foot of concrete per sack.3. Locate headers and stretchers as indicated.4. Headers: Folded end to bank.5. Stretchers: Folded ends are not to be adjacent.6. Place no more than four vertical courses until initial set has taken place in

first course.

CONCRETE/SHOTCRETE DITCH LI NING PLACEMENT

A. ConcreieiShotcrete Slope Protection: Caltrans Standard Specification Section724.02 and 72-4.04.

TESTING

A. General: Test new piping systems, and parts of existing systems that have beenaltered, extended, or repaired, for leaks and defects.1. Do not enclose, cover, or put into service before inspection and approval,2- Test completed piping systems according to authorities having jurisdiction.3. Schedule tests and inspections by authorities having jurisdiction with at least

24 hours advance notice.$ubmit separate reports for each test.Where authorities having jurisdiction do not have published procedures,perform tests in accordance with latest edition of the Unifonn Plumbing Code(UPC) Section 1109.0, Testing.Leaks and loss in test pressure constitute defects that must be repaired.Replace leaking piping using new materials, and repeat testing until leakageis within allowances specified.

END OF SECTION 33 40 OO

Positano Hills ParkMarch 1,2012

Storm Drainage Utilities3 3 4 0 0 0 - 9

Page 228: Bid Info and Specs 01
Page 229: Bid Info and Specs 01

TIIIIIIIItIIIIIIIII

SECTION 33 46 OO. SUBDRAINAGE

PART { . GENERAL

1.1 SECTION INCLUDES

A. Subdrains in trenches and subdrains or prefabricated composite drainage panelsat walls or foundations,

B. Bioretention filters in parking lot and landscape areas.

1.2 RELATED SECTf ONS

A. Section 31 23 33 - Trenching and Backfilling

B. Section 33 05 16 - Utility Structures

C. Section 33 40 00 - Storm Drainage Utitities

1.3 RELATED DOCUMENTS

A. AASHTO:1. M 252: Corrugated Polyethylene Drainage Tubing.2. M278: Class PS 50 PolyvinylChloride (PVC) Pipe.3. M 288: Geotextiles Used for Subsurface Drainage Purposes.4. M 294: Conugated Polyethylene Pipe, 12- to 24-in. Diameter.

B, ASTM:1. C 1173: Specifications for Flexible Transition Couplings for Underground

Piping System.2. D M8: Classification for Sizes of Aggregate for Road and Bridge

Construction.3. D 1621: Test Method for Gompressive Properties of Rigid Cellular Plastics.4. D 1785: Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120.5. D 2235: Solvent Cement for Acrylonitrile-Butadiene-Styrene (ABS) Plastic

Pipe and fittings.6. D2321: Underground Installation of Thermoplastic PipeforSarers and Other

Gravity-Flow Applications.7. D 2564: Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping

Systems.8. D 2729: Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings.9. D 2751: Acrylontrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings.10. D 3034: Type PSM Poly(Vinyl Chforide) (PVC) Sewer Pipe and Fittings.11. D 4716: Test Method for Constant Head Hydraulic Transmissivity (in-Plane

Flow) of Geotextiles and Geotextile Related Products.12. F 477: Elastomeric Seals (Gaskets) for Joining Plastic Pipe.13. F 656: Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride)

(PVC) Plastic Pipe and Fittings.14. F-1336: Poly(Vinyl Chloride) (PVC) Gasket Sewer Fittings.

Positano Hills ParkMarch 1,2412

Subdrainage3 3 4 6 0 0 - 1

Page 230: Bid Info and Specs 01

IIIIIIIIItIIIIIIIII

1.4

1 . 5

1 . 6

C. Caltrans Standard Specifications:1. Section 68-Subsurface Drains2. Section 88-Engineering Fabrics

DEFINITIONS

A. AASHTO: American Association of State Highway and Transportation Officials.

B. ABS:Acylonitrile-Butadiene-Styrene.

C. AWWA: American Water Works Association.

D. ABS:Acytonitrile-butadiene-styrene.

E. HDPE: High-density polyethylene

F. PE: Polyethylene.

G. PVC:PolyvinylChloride.

SUBMITTALS

A. Follow submittal procedures outlined in Section 01 33 00-$ubmittal Procedures.

B. Product data for the following:1. Perforated pipe and fittings.2. Solid pipe and fittings.3. Prefabricated composite drainage panels.4. Geotextile fabrics.

C. Samples:1. Drainage Fil l .

DELIVERY, STORAGE AND HANDLING

A. Do not store plastic structures, pipe, and fittings in direct sunlight.

B, Protect pipe, pip+.fittings, and seals from dirt and damage. -

C. Protect permeable material from contamination by other materials.

PART 2. PRODUCTS

2.1 PERFORATED WALL AND SOLID WALL PIPE

A. ABS Pipe and Fittings: Smaller than 4-inch, ASTM D 2751, SDR 35. Solventcement joints.1. Solvent Cement: ASTM D 2235.2. Perforation Size, Location, and Spacing: ASTM D ZTZ!.

Positano Hills ParkMarch 1,2A12

Subdrainage3 3 4 6 0 0 - 2

Page 231: Bid Info and Specs 01

2.2

2.3

2.4

ItItIIIItIIIIIIII

B. ABS Pipe and Fittings: 4-inch through 12-inch, ASTM D 2751, SDR 35. Bell andspigot joints.1. Bell and Spigot Joint Gasket, Elastomeric seal, ASTM F 477.2. Perforation Size, Location, and Spacing: ASTM D 2729.

C. PE Pipe and Fittings (HDPE): 4-inch through 10-inch, AASHTO M252 Type S(Solid wall") or SP (Perforated wall.), smooth interior and conugated exterior. Belland spigot joints.1. Bell and Spigot Joint Gaskel Elastcimeric seal, ASTM F 477 .2. Couplings: AASHTO M 252, corrugated band type. Engage a minimum of 4

corrugations, 2 on each side of pipe joint.3. Perforation Size, Location, and Spacing:AASHTO M252, Class 2.

D. PE Pipe and Fittings (HDPE): 12-inch through 48-inch, AASHTO M 294.Type S(Solid Wall.) or Type SP {Perforated wall.), smooth interior and corrugatedexterior, Bell and spigot joints.1. Bell and Spigot Joint Gasket Elastomeric seal, ASTM F 477.2. Couplings: AASHTO M 252, corrugated band type. Engage a minirnum of 4

corrugations, 2 on each side of pipe joint.3. Perforation Size, Location, and $pacing; AASHTO M 294, Class 2.

E. PVC pipe'and Fittings: Smaller than 4-inch, ASTM D1785, Schedule 40. Solventcement joints.1. Solvent Cement: ASTM D 2564.lnclude primer according to ASTM F656.2. Perforation Size, Location, and Spacing: ASTM D 2729.

F, PVC Pipe and Fittings1. Pipe:4-inch through 15-inch, ASTM D 3034, SDR 35. Belland spigot joints.2. Perforation Size, Location, and Spacing: ASTM D 2729.3. Fittings:ASTM F 1336.4. Joint Gasket Elastomeric seal, ASTM F 477.

SPECIAL PIPE COUPLINGS

A. Description: ASTM C 1173. Rubber or elastomeric sleeve and band assemblyfabricated to match outside diameters of pipes lo be joined,

CLEANOUTS

A. See 33 05 16 - Utility Structures.

PREFABRICATED COMPOSITE DRAI NAGE PANELS

A. Description: Prefabricated composite panels, 36 to 60-inches wide andmanufactured with geotextile facing laminated to rnolded drainage core.

B. Drainage Core: Three-dirnensional, non-biodegradable, molded Polypropylene orPolystyrene.1. Minimum Compressive Strength: 10,000-lbf./sq. ft. when tested according to

ASTM D 1621.

II

Positano Hills ParkMarch 1.2012

Subdrainage3 3 4 6 0 0 - 3

Page 232: Bid Info and Specs 01

IIIIItIIIIIIIIIII

c.

D.

2.5

2.6

2. Minimum Flow Rate: 7 gpm per foot at hydraulic gradient of 0.1 andcompressive stress of 25 psig when tested according to ASIM D 4716.

Geotextile: Non-woven needle-punched geotextile, manufactured for subsurfacedrainage, made from polyolefins or polyesters; with elongation greater than 50percent; complying with the following properties determined according toAASHTO M 288.1. Survivability Class: 2.2. Apparent Opening Size: No. 60 sieve maximum.3. Permittivity: 0.2 per second, minimum.

Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated into the Projectinclude, but are not limited to, the following:1. American Wick Drain Corporation (Matthews, NC).2. Miraii Ine. (Charlotte, NC) (Tel. 800-438:1855).3. Multi-Flow {Prinsburg, MN) (Tel. 800978-8007).4. Phillips Fibers Corporation (Greenville, SC) (Tel. 800-845-5737),

DRAINAGE FILL MATERIAL

A. Caltrans Permeable Material: Conform to Section 68-1.025 of Caltrans StandardSpecifications.1. Class 2

B. Washed, evenly graded mixture of crushed stone, or crushed or uncrushedgravel, ASTM D 448, coarse aggregate, Sieve No. 57, with 100 percent passing1-112-inch sieve and not more than 5 percent passing No. I sieve.

C. Sand: Conform to Section 19-3.0258 of Caltrans Standard Specifications.

FILTER FABRIC

A. When required, use filter fabric for encasing permeable materjal aroundsubdrains-1. Caltrans Filter Fabric: Section 8&1.03 of Caltrans Standard Specifications.2. Mirafi 140N (Mirafi Inc., Charlotte, NC) (Tel. 800-438,1855) or equal.

PART 3 . EXECUTION

3.1 EXAMINATION

A. Examine surfaces and areas for suitable conditions where subdrainage systemsare to be installed.

B. lnstall only after unsatisfactory conditions have been corrected.

3.2 PIPING APPLICATIONS

A. Refer to Plans for location, size, and material designation for individual subdrains.

Positano Hills ParkMarch 1.2A12

Subdrainage3 3 4 6 0 0 - 4 I

I

Page 233: Bid Info and Specs 01

IIIIIIIIIIIIIIIIIII

3.3 INSTALLATION OF PERFORATED PORTIONS OF SUBDRAINS

Excavation: Section 6 of ASTM D 2321 and as indicated.

Subdrain Bedding: Place supporting layer of drainage fill over compactedsubgrade to compacted depth indicated. lf drainage fill requires encasement infilter fabric, lay filter fabric in trench and overlap trench sides before installingdrainage fill.

Piping lnstallation: Install pipe in accordance with Section 7 of ASTM D 2321.Install piping beginning at low point of system, true to grades and alignmentindicated, with unbroken continuity of invert. Excavate recesses for bottoms ofbell ends of pipe. Lay pipe with bells facing upslope and with spigot end centeredfully into adjacent bell. Bed piping with full pipe bearing in drainage fill material.Lay perforated pipe with perforations down. lnstallgaskets, seals, sleeves, andcouplings in accordance with manufacturers written instructions. Use increasers,reducers, and couplings made for different sizes of materials of pipes and fittingsbeing connected. Reduction of pipe size in direction of flow is prohibited.

Initial Subdrain Backfill: After installing drainage piping, add drainage fill up to topof pipe to perform tests.

Testing Subdrain: After installing drainage fillto top of pipe, test drain piping withwater to ensure free flow before backfilling with drainage fill, Removeobstructions, replace damaged components, and repeat test until results aresatisfactory.

Subsequent Subdrain Backfill: After salisfactory testing, cover piping withdrainage fill to width and height indicated. Place drainage fill in layers notexceeding 3 inches in loose depth; compact each layer placed. lf filter fabric isrequired complete the filter fabric encasement by bringing fabric to top andclosing the encasement.

Fillto Grade: Place native fill material over compacted drainage fillto thicknessindicated. Place material in loose-depth layers not exceeding 6 inches.Thoroughly compact each layer. Fill to finish elevations unless otherwisespecified on the plans.

3.4 INSTALLATION OF NON-PERFORATED PORTIONS OF SUBDRAINS

Conform to Seciion 31 2333 - Trenching and Backfilling, and Section 33 46 00-Stonn Drainage Utilities.

3 .5 PREFABRICATED COMPO$ITE DRAINAGE PANELS

Goordinate placement with other drainage materials.

lnstall prefabricated drainage panels in accordance with manufacturefsinstructions

H .

D.

E ,

F.

Lr.

A.

B .

Positano Hiils ParkMarch 1.2012

Page 234: Bid Info and Specs 01

IIIIIIIIIIIIITIIIIt

3.6

3.7

C. Place perforated drainage pipe at base of footing and attach to compositedrainage panels in accordance with the manufacturer's instructions.

JOINING PIPE

A. Join ABS and PVC pipe and fittings with elastomeric seals according to ASTM D2321 ar solvent cement.

B. Special pipe couplings: Join piping made of different materiats and dimensionswith special couplings made for this application. Use couplings that arecompatible with and that fit both pipe materials and dimensions.

CLEANING

A. Clear interior of installed piping and structures of dirt and other superfluousmaterial as work progresses. Malnlain swab or drag in piping and pull past eachjoint as it is completed. Place plugs in ends of uncompleted pipe at end of eachday or when work stops.

END OF SECTION 33 46 OO

Positano Hills ParkMarch 1 ,2012

Subdrainage3 3 4 6 0 0 - 6

Page 235: Bid Info and Specs 01

APPENDIX A

Page 236: Bid Info and Specs 01

IIIItIIIIIIIIIIIIII

The rcquired goal is to reuse or recvcle at least 50 %o of ptoiect waste.

A Waste Management Plan (WMP) and a Waste Reduction and Recycling Form(WRRF) are to be submitted with all City construction and demolition project biddocuments.

Please provide the following information:

Project Name: ocation:

Total Project Square Footage:

Total Project Value:

Type of Project: E New Construction E Demolition

Contact:CompanyName:

Address: Phone:

Recycling Transporter:

Recycling/Reuse Facilities :

Company

Company

Company

Company

Contact:

Address:

Address:

Address:

Address:

Phone:

Phone:

Phone:

Phone:

Page 237: Bid Info and Specs 01

Oflice Use Onlv

Approved oNot approved oStaff Initials:

Complele and relurn with bid documents ComDbte and return r rith receiDts within 30 davs of oroiect compJelion

MaterialType Est, WasteGeneration(tons/yards)

Est.Reused/Recycled

Est.Landfilled

ActualAmouintReused/Recycled

Actual ,ArnountLandfilled

HandlingProced u re/Desti nation

Asphalt/Concrete

Wood

Metals

Drywall

Cardboard

Stucco

Other (carpet,roofing, plasiics)

Mixed C&DRecyclables

Trash

Total

Did you recycle your jobsite waste in the past?

Did you have difficulties finding recycling vendors?

lf the estimated amount reused/recycled is not at least 50% of the waste generated by this project, please explain why:

E Y e s i l N o

H Yes fl No

If the actual amount reused/recycled is not greater than or equal to 50% of the total waste, please explain why:

Other Comments:

Prepared by:

Signature:

Title: Date:

Page 238: Bid Info and Specs 01

Gonversion Rates

Material Lbs/cy Tons/cy Cy/ton

Wood 300 lbs/cu.yd. 0.15 tons/cu.yd. 6.7 cu yds/ton

Cardboard 100 lbs/cy.yd. 0.05 tons/cu.yd. 20 cu yds/ton

Dnywall 500 lbs/cu.yd. 0.25 tons/cu.yd. 4 cu.yds/ton

Concrete/Asphalt 1400 lbs/cu.yd. 0.7 tons/cu.yd. 1.4 cu. yds/ton

Mixed Waste 350 lbs/cu.yd. 0.175 tons/cu.yd, 5.7 cu.yds/ton

Source: Resource Efficient Building (1994), Metro Solid Waste Department, Portland, Oregon

Use the above conversion factors and receipts from previous projects to help youestimate the potential amount of recyclable materials and waste from your project.Again, your hauler or recycler may assist you in estimating these numbers.

Page 239: Bid Info and Specs 01

IIIIIIIIIIIIIIIIIII

CITY OF DUBLINCity Holl, 100 Civic PlozoDublin, Colifornia 94568

BIDDER'S CHECK LIST

Did You:Submit equclproduct proposols, if ony, in occordonce with lhe instructions io biddersincluded in the bid pockoge of leosi seven (7) doys before lhe iime specified for bidopening?

Include with your bid properly compleled. occurote copies of the following documents inthe following order using the forms inctuded in the bid pockoge:

Bidder's check lisl?

Proposol cover poge?

8id schedule thot sioies the bid cs intended?

Signed ond nolorized non-collusion offidovit?

Deborment certificotion?

Bidder's queslionnoire, if ony?

Execuled bidder's signofure poge?

lnclude offixed to the seoled cover of your bid o properly completed, signed ondoccurote bid lobeton the form included in ihe bid pcckoge?

Arronge io hove the seoled bid delivered io Puhlic Work Deporiment in the Dublin CiiyHof l, 100 Civic Pfqzo, Dubiin, Colifornio by or before 2:00p.m., on Thvrgdoy, Morch 29 .2012?

City of DublinControci No. l2-03Project No.950013Bidders Check List

Page 240: Bid Info and Specs 01

CITY OF DUBLINCiiy Hall, 100 Civic PlozoDublin, Colifornio 94568

BID L,ABEL

Seoied bid for ihe Posiiono Hiiis Pork project, no.9_500i3.

Bidder:

By:(Officiol outhorized to bind bidder)

Title:

_ssdss

*$sF'"q s

_{Alr\l

I

City of DubiinConfroct No. 12{3Project No.950013

Bid Lobel

Page 241: Bid Info and Specs 01

ItIIItIIIIIIIIIIIII

CITY OF DUBLINCiiy Hqll.

.100 Civic Ploza

Dublin, Colifornio 94568

PROPOSAT COVER PAGE AND BID SCHEDUTE

TO THI HCNORABLE IIAYCR AND Iv4EMBERS OF THE CITY COUNCIL OF THE CITY OF DUBLIN:

Pursuont to the Notice lnviting Bids for the Posiiono Hills Pork project, Project no. 950013. lhe personsigning the bidder's signoture poge conlcined in this proposol binds the entity listed on lhe bidder'ssigncture poge io submit complete, execuied copies of olt documents specified in ihe controctchecklist included in Section I of ihe bid pockoge within fen {10) calendor doys of receivingwritten notice of qword of the project, ond io fully perform the proieci by fhe time for completionspecified in fhe controct documents for the price specified in the bid schedule below inoccordonce wiih the terms of the controct documenis ond qpplicoble low, This proposol coverpoge cnd bid schedule will be included os port of the controci documenis in occordonce wiihthe bid pockoge.

This bid includes properly compleled, occurote copies of qll of the documents listed in the Bidder'sCheck List included in ihe bid pockoge in lhe order listed in fhe Bidder's Check List <rnd using iheforms included in the bid pockoge. This bid includes copies of eoch of +h[$ following oddendoissued by the City. Eoch oddendum hcs been signed end dofed to qq$t receipl on beholf offhe entity listed on the bidder's signoiure poge. r^*ft&o^m*Addendum No. I doied

*SeAddendum No.2 doted

*#*AddendumNo.3doted#

Addendum No.4 doted Affi\-

Addendurn No. 5 doted - . {e\og-

Addendum No.6 doted dr0\"---T-

Addendum No.7 doted

Addendum No.8 doied

Addendum No.9 doted

Addendum No. 10 doted

AddendumNo. l ido led

Addendum No. 12 doted

City of DublinContrqct No. l2-03Project No.950013

Proposol Cover Poge ond Bid Schedule

Page 242: Bid Info and Specs 01

BID SCHEDUTE - LUMP SUMPosilano Hilh Pork, Projeci No. 950013

IUMP SUM PORTION OF BID SCHEDULE SHATL BE SUBMITTED TO THE CITY OFDUBLiN PUBLIC VI'ORKS DEPARTivIENI 100 CiViC PLAZA ON THE DATE

SPECIFIED IN THE NOTICE INVITING BIDS FOR BID OPENING.

Bose Bid

Tolql Bqse Bid: dollqrs

Allernotes

Alternote 1: Deduct Pinnocle Climbing Structure

IIIIIIIItIIIIIIIIII

ussvsr AsLEI ) rg rE [u r t lP fq .Add Sondy Loom/lrr'rgolion/No-Mow Mix'B" d-\J

S,Ke$\c

Totql Alternqte l: ^ \F-

Deducl Pinnacle Climbing RockDeduct FiborDeducl Ploy Arec Concrefe CurbsDeducl Concrete PqlhDeduct Areo DroinDeduct 6" PipeDeducl Accessible Romp

Allerncle 2:

Deducl Ddnking FounloinDeducl Concrele PqvernenlDeducf lValer LineDeduct Dry WellAdd lrrigotion/Plonling

Totql Allernofe 2:

$_$_$_$_$_$_$_

dollqrs ($ _ )

s_5_s_s_

dollars ($_____J

City of DublinControcl No. 1243Project No.950Ol3

Proposol Cover Poge ond Bid Schedule

Page 243: Bid Info and Specs 01

ITt

Allernole 3: Deduct - Revise Two Drinking Fountoins Stoinless Steel Finish toPowder Coot Finish

Totol Alfernote 3:

Tolof Bose Bid ond Alternoles 1,2, ond 3:

dollors

dollors ($ )

tIIIItIIII

($

IIIIII

lf the City elects io oword controci for performonce of 'fhe project, ihe conlrocl will be oworded inoccordonce with Colifornic Pubtic Controcf Code Section2Al62cnd other spplicqble lows to theresponsibie bidder submitting o responsive bid with the lowest total bid price for{he bose bid ondoliernotes listed in the bid schedule q&,

r\.S

r n v

&\Jffi-

dw^€F*g s 6

&uRv

q#b-

^s-\\

6b*

q0*

Ciiy of DublinContrccl No. 12-03Projecl No. ?50013

Proposol Cover Poge ond Bid Schedule

Page 244: Bid Info and Specs 01

BID SCHEDUIE. UNIT PRICINGPosiiqno Hills Pqrk, Projeci No.950_0"13

UNIT PRICING PORTION OF THE BID SCHEDULE SHALL BE SUBMITTED TO THECITY OF DUBLIN PUBTIC WORKS DEPARTMENT IOO CIVIC PLAZA WITHIN

TV'JENTY-FOUR (24) HOURS OF BtD OPENiNG OR iF OpEi.iED ON A FRtDAyTHEN THE UNIT PRICES ARE DUE ON THE FOLTOWING MONDAY AT ?HE SAMETIME BIDS WERE OPENED ON FRIDAY AS SPECIIIED IN THE NOTICE INVITING

BIDS. IF UNIT COSTS ARE NOT SUBMITTED TO THE CITY OF DUBLIN ASDESCRIBED THE BID PACKAGE MAY BE DTEMED NON.RESPONSIVH.

City of DublinConiroct No. l2{3Project No.950013

Proposol Cover Poge ond Bid Schedule

tIIIIIIIIItIIIIIIII

NO. ITEM EST.ATY.

UNIT UNITPRICT

TOTAL

Proiec'l Mobilizotion

a Temporory Construction Fence s'Demolition. Cleor ond Grub _s#5

Erosion Control {SWPPP) s" LS

Sioking ond Loyout 4rtd"c{\l

D t s

6 Roush Grodins dq$

SF

Finish GrodinS _Sry*

)r

tt 6" Storm Droin Pipe *eV

LF

a 8" Storm Droin pipe n^W

LF

l 0 l0" Storm Droin Pipe ,4S\

LF

12" Droin Inlel \ EA

t a 18" Droin Inlet EA

t < 24" Drain Inlei/Junction Box EA

1 4 V09 Areo Drqin EA

4" Sub-Droin LF

t 6 Storm Drcin Cleonout EA

Rcinwoter Lecder LS

Droinoge Bubbler LJ

1 9 WoltDroin LJ

Page 245: Bid Info and Specs 01

ITIIIItIlIItIIITIII

20 Bio-Relention Areo {lncludes soil ond sub-drcin)

z l 4" Sonitory Sewer Line t q

22 Sonitory Sewer Cleanoul LS

l5 Sonitory Sewer Monhole EA

24 Soniiory Sewer Bockflow Device EA

25 Potoble Woler Line l - l /2" LF

lo Potoble Wofer Line 3/4" LF

I " Quick Coupling Valve/Box EA

28 Drinking Founioin EA

29 Dry Weil for Drinking Fountqin&

C A

2n 2"Overflow Drqin Line -*sW FL T

3 t I " Domestic Bockflow Preventer wilh Blonket q#* EA

32 Decornposed Groniie Poving {include sub-grode ffi\toreooroiionl "oq\d

?a Aspholi Surfccing ond Striping for Bosketboll Cq*ffi\{include sub-grode prepqrqfion} e"W

34 Concrete Pedestrion Poving {include subgffi*preparotionl ,*We

SF

J5 Concrete Vehicuior Poving (includepS4frrodepreporoiion) -q\

C F

36 Concrete Heoder d_\W

LF

3t Concrele Relcining Wol$Sbup Picnic L I

38 Concreie Seqt Woll (FreeYionding) LI

J' Cost-ln-Ploce Concrete Round Slep Stones LS

40 Pre-Ccsi Concrete Squsre Step Slones t s

t 1 Concrete Sioirs LS

42 Concrete Cheek Wollond Sign Wollwiih Sign Letieringoi Entry

r cLJ

43 Melo lRoi l ings LS

44 Concrele Heoder of Plcyground L T

45 Concrete Romp ol Ployground EA

Concrete Vehicle Access Romp with Truncated Domes l c

City of DublinControci No. 12-03Project No. 950013

ProposotCover Poge ond Bid Schedule

Page 246: Bid Info and Specs 01

Redwood Heoder LS

48 Trees * 24" Box (lncludes soil preporotion ond stoking) EA

49 Trees - l5 Gollon {lncludes soil preporoiion ond stoking) EA

50 Shrubs - 5 Gollon f lncludes soil preporolionl FA

q t Shrubs - I gollon {lncludes soil preporotion) EA

Groundcover - 4" {lncludes soil preporotion) EA

Groundcover - Liners (Jncludes soil prepor,otion) EA

E A Bork Mulch L}

A.q Hydro-Seeded Turf Areqs Mix 'A" fincludes soil

preporction)q A Hydro-Seeded No-Mow Areos Mix'B' (includes soil

preoqrotion qnd imoort soil lSF

57 Hydro{eeded Bioswoie Mix 'C' fincludes soilDreoorotionl

5 r

Hydro-Seeded lnigoied Meodow Mix 'D' (includes soilpreooroiionl { -sElow-Off Volve - # bEA

60 lnigoiion - Hot Top Connection io Dublin Son Romon 4*dServices District Recycled Woter ?thJ

P LJ

6 l Rofor Inigction oi Turf Arecs .AF\

-JT

oz Rotor trrigotion ot shrub Areos -(dqb\-

J T

63 Sproy I nig otion ot Shrub/Grounffi$ nYeos SF

64 Bubbters ot Shrub/Groung$F Areos J T

55 Subsurfoce Drip JnigoiiQpr SF

AA Tree Bubblers - Per Tree C A

A7 lrrigotion Coniroller {includes flow sensor, mosler volveond communicctions eouiomenil

L5

LA Booster Pump LS

69 Picnic Toble EA

Picnic Table {Accessible) EA

a 7 Service Tcble EA

t l Borbecue LJ

7 1 R a n n h EA

City of DublinConfroct No. 12-03Projecf No. ?50013

Proposol Cover Poge ond Bid Schedule

TIIIIItIIIIIIIttIII

Page 247: Bid Info and Specs 01

IIIIIIITIIIIIIIIIII

Totol Bqse Bid:

dollors ($

City of DublinContract No. I2-03Project No. ?Sffi13

Proposol Cover Poge ond Bid Schedule

74 Trcsh/Recycling Recepiocles EA

75 BosketbollHoops LS

7 6 Bicycle Rock

Regulotory Signs L)

78 Ploy Equipmenl LS

79 Engineered Wood Fibor LS

80 RubberCootedCurb qnd Slope Reinforcemeni of Slide

Restroom LS

82 ElectricolSeMce Meter Pedestolwith Time Swltch ondConirols &

83 LED Lighf ll0W including Pole, Concrefe Footing ondPullbox Fft ft'?

C

84 LED Light 69W including Pole, Concreie Footing ondPullbox ^ s* EA

A ( LED rjshr ISW Woll Mounr ^dilS

EA

9A 2" Conduil including Conduclors onO Trenchings*F t q

a-7 Receptocte ouilets ,.6${b-

EA

d6 power Connection for Restroom t1ffi LS

OY

!:H3 Connection for tniootffit-roiler ond Booster LJ

90 90- Doy Mointenonce PeSd* 1 (

Page 248: Bid Info and Specs 01

3ID SCHEDULE * UNIT PRICINGPosiionp_ Hills Pork, Projeci No. 950013

Unil Pricing - Tree Droin Sump

The City of Dublin is seeking o unil cost for the insiollotion of tree drcin sumps thoi moy be neededwhere tree ploniing holes do nof droin per specificofions. The unit cosf thci is provided is forinformction purposes only ond is nol port of the cosls determined in the bid proposol.

Pleose provide o unii price bosed on the detoif shown on sheet L-5.6 detoil #9

The Unit Price Per Tree: dollors ($ )

IItIIIIIIIIIIIIIIIt

*kUnit prices sholl include oll lobor, mqieriois, services profit, overheod. insurorft,4idxes. bonds ondoll olher incideniol costs of the conirocior, subcontroctors ond suppliers;SP=

^ \ J

rsA\.td*"

q

- t & . I f l 'G.tg

a$s-a.vs'

.& '$-

fi-Wd'\d\

Cify of DublinControcl No. 12{3Projeci No.9500.|3

Proposol Cover Poge ond Bid Schedule

Page 249: Bid Info and Specs 01

ItIIItIIIIItIIItIII

CITY OF DUBLINCity Holl, 100 Civic Pl<rzoDublin, Colifornio 94568

BID BOND

/NOIF: Bidders rnusi use this form, use of ony o ther bid bond farm may render a bid non-responsiveJ

KNOW ALL MEN BY THESE PRESENTS:

Thol we, os PRINCIPAL, ondo corporolion orgonized

ond on odmittedond existing under ond by virtue of the lows of ihe Stote ofsurely insurer outhorized io do business in lhe Stote of Colifornio, os SURETY, ore held ond firmlybound unlo the City of Dublin, Alomedo County, State of Coliforniq. os OBLIGEE, in o penolsumequolio ten-percenl (10%l ihe toiolbid price including the bose bid ond oliemctes specified inihe proposol of ihe PRINCIPAL, io ihe OBLIGEE for the work described below, which penol sum is'lffi,fi[f"*-;";"T:::.of us. bind ourselves, our heirs. execuiors, odministroiors, successors, ond og,(ffiffiily ondseverclly, firmly by these presents. - tr-B$ "

o$. v

THE CONDITION oF THls cBLlcArloN 1S SUCH thot whereos ilre egffihos submitted theaccomponying proposotdoted = dfuh%"oBltcEE, forthe positono Hilaccomponying proposoldoted {ffh$r-6 OBLIGEE, forlhe Positono HillSpork_project, No. e500t3.

^**q$k*-NOW THEREFORE, if the PRINCIPAL sholl not wi id proposol within ihe ninety {90} doy

AL receives written nolice thot the Positqnoperiod following the opening of bids, ond ifHills Pork Projecl is oworded to ihe sholl, within ten {10) colendor doys of receivingsuch nolice: enler into o wriftenpcckoge issued by ihe OBLIGEE

the OBLIGEE in the form orescnbed in the bidthe Positono Hills Pork Project; ond give insurance ond

bond with good ond sufficient guoronieeing the faithful performonce ond properfulfillment of such controct ond guoronieeing poyment for labor and moteriols used forperformonce of the coniroct os required by low; ond file with ihe OBLIGEE oll required documenisond do oll ofher thlng required in occordonce wiih the bid pockoge issued by the OBLIGEEconcerning ihe Positono Hills Pork Project; for lhe conircct between ihe PRINCIPAL ond theOBLIGEE io become effeclive ond for work lo commence in occordonce with the bid pockogeissued by the OBLIGEE concerning the PS5ttona--Ujll5*esd( Projeci, or, in lhe eveni of wilhdrowoi offhe occomponying proposol within lhe nineiy (90) doy period following fhe opening of bids; orfqilure by the PRINCIPAL to enter into such contrqci wiih the OBLIGEE or to give ihe OBLIGEE suchbonds or to file ony other documenis or lo do ony oiher things required in the bid pockoge issuedby the OBLIGEE for ihe Positqno Hills Pork Project, if the PRINCIPAL sholl poy the OBLIGEE thedifference beiween the totolbid price in ihe qccomponying proposalond the cmount forwhichihe OBLIGEE rnay procure fhe required performqnce, if the lstter omount be in excess of theformer, togeiher wiih oll costs incuned by the OBLIGEE in ogoin ottempting to let ihe Posiiono HillsPorl( Project, and if the soid PRINCIPAI sholl tully reimburse cnd sove hqrmless ihe OBLIGEE from onydomoge sustoined by'the OBLIGEE through foilure of the PRINCIPAL to enter into ihe writtencontrocl or to file ihe required performonce or lobor ond mcteriol bonds, or fo file cny olherrequired documenis or to do ony other ihlngs required for lhe controcf between the PRINCIPAL

Cify of DublinConirocl No. l2-03Projeci No.950013

Bid Bond

Page 250: Bid Info and Specs 01

ond the OBLIGEE to become effeclive ond the work to cornmence in occordonce with the bidpcckoge issued by the OBLIGEE concerning ihe Posilono Hills Park Project, then this obligoiion shallbe null ond void; olherwise, it sholl be ond remoin in fuli force ond effecl.

SURETY, for volue received, hereby siipuloies ond ogrees thot no chonge, exiension of time,olterotion or oddilion to the f erms of the bid or controcl documents for ihe Positcno Hjlls PorkProjeci, or to the specificoiions included in the some, or to the work fo be performed thereunder,or to lhe notice lo bidders, or lo ony oiher documenls concerning the Positcno_ Hills_ Pork Project,sholl in cnywise offeci SUREIY's obligotion under this bond, ond SURffY hereby woives notice ofany such chonge, exiension of lime, olterotion or oddiiion to such bid or contrcct documents.

ln the eveni suit is broughi upon ihis bond by the OBLIGEE ond.judgment is recovered, lhe SUREIYsholl poy oll cosls incurred by ihe OBLIGEE in such suit, including o recsonoble ottorney's fee io befixed by lhe Court.

lN WITNESS WHEREOF, lhe obove-bound porties hove executed this inslrument under their severolseols this_ doy of , the nome ondcorporote seols of eoch corporote porty being hereto offixed qnd these presenfs duly signed bytheir undersigned representotlves, pursuont io outhorily of their governing bodies.

(Corporoie Seol)

{Acknowledgement)

{Acknowledgementi

/NOIF IO SURfry COMPANY: A certfted copy of unrevoked resolution of outhoity for the attomey-in-foci musl be submitfed with and offoched lo lhe execufed bid bond.l

City of DublinConlroct No. l2-03Project No. 950013

Bid Bond

IttIIIIIItTTIIIIIII

Page 251: Bid Info and Specs 01

IIIIIIIIItIIIIITIII

CITY OF DUBLINCity Holl, 100 Civic PlozoDublin. Colifornio 94568

Controctor license Informqtion

The bidder ocknowledges lhot the license required for performonce of ihe Posiiono Hilis ParkProject. Projeci No. 950013 is on A or C-27 license.

The bidder holds the following Colifornio Controctors License(s):

l. License No. _, Closs _, Expirotion Dote

2. License No. _, Clqss _, Expirotion Dole

3. License No. -.--'---.---.----.--..*, Closs . .........., Expirotion Dote

4. License No. _, Closs - Expirotion Doie

5. License No._. Closs_-, Expirotion Dote__-$

6. License No. -, Closs -, Expirotion Dqte _;$s.

7. License No. _, Ctoss _, Expiroiion oorp$Y__

8. License No.-.Closs-, Expirar,r&^&-

e. License No. _, ctoss _, EgJffiqDcre _(N&,v

lo. License *o _,."s'ffi,,Wditon

nore

Bidder's Toxpoyer ldentificotion No,

es@

Cify of DublinControct No. 12-03Projecf No. ?500,l3

Controctor License Informotion

Page 252: Bid Info and Specs 01

ItIIIIITIIIIII

C|TY OF DUBLINCiiy Holl, 100 Civic PlozoDubiin, Colifornio 94568

LIST OF PROPOSED SUBCONTRACTORS

In occordqnce wiih ihe requirernenls of fhe Subleiting ond Subconfrcciing Foir Procfices, Acl,Colifornio Public Controci Code Section 4,|00 ond following, listed below ore the nome, businesslocoiion, qnd ihe porfion (iype or frode) of lhe Project work lo be subconlrocled lo eochsubcon'froctor thot will perform o portion of lhe Project work (including speciol fabricoiion ondinstolloiion of o portion of the work) volued in excess of one holf l%) of one (l ) percent of the iof olbid price. lf the Projecl work includes conslruclion of slreels or highwoys, lisied below are ihenome. business locofion, ond the portion itype or irode) of the Project Wok 1o be subconiroctedto eqch subconlrocfor thot will perform o portion of the Projecf wok {including specicl fobricqtionond insiollolion of o portion of the work) volued in excess of one hclf {%) of one {l} perceni of thetotol Project bid price, or ten thousond dollors {$10,000), whichever is greoter, Also lisfed below oreihe proposed subcontroct dollqr omouni ond current Colifornio Contrccior's License Number{s} forecch proposed subconiroctor. Bids thot foil io include compleie proposed subcontroctorinformotion in occordonce with this form ond Public Coniroct Code Section 4100 ond followingmoy be deemed non-responsive.

In occordonce wilh Coliforniq Public Conlroci Code Section 4106, for ony portion gf the Projectwork with o volue of more lhqn one holf (%) of one (l) percent of the tolol bid p{Sforwhich nosubcontroctor is listed, or for which more ihon one subconiroclor is listed, ffre^[thF]ceriifies bysubmission of ils bid thot the bidder is quolified io perform ihoi portion ot f!ffi5ct work cnd lholihe bidder will perform thot portion of the Project work wiih its own forc6s.\S& penolties lisied inColifornio Public Contraci Code Seciion 4l I I will opoly lo ony subsl[fi$ of anothersubconlroctor for o subcontroctor listed below except os permitj.qsP-The Ciiy in occordcncesubconlroctor for o subcontroc'ior lis.ted below except os permilfqffi'with Seciion 4102 ond following of ihe Colifornio public Coffile

i. Subcontractor Nqme

Subcontrqcl

Current Conlrsctor's Llcense No. {s)

Subcontrqclor Nome

Business Locotion

IIttI

Subcontroci Amount

Current Conlrsctor's License No.(s)

Ciiy of DublinConlrocl No. 12€3Project No. 950013

List of Proposed Subcontroctors

Page 253: Bid Info and Specs 01

Subconiroclor Nome

Business Locotion

Trode

Subconlroct Amounl

4. Subconiroclor Nome

Eusiness Locotion

Curenl Conircctor's License No.(s)

IItIIII

Trqde

Subconlrocl Amouni

Currenl Controctor's License No. {s I

Subcontroctor Nome

Susiness Locotion

Trode

Subcontrocf Amount

Current Coniroclor's License No.{sl

Subconlrqclor Nome

Business Locofion

Trode

ItTIT

Subconlrcct Arnount

7. Subconiroctor Nome

Business Location

Cunent Confrocior's License No.(s)

Trode

IIItIII

City of DublinControct No. 12-03Projeci No. ?50013

List of Proposed Subcontroctors

Subconfroci Amounl

Currenl Conlrocior's License No. [s)

Page 254: Bid Info and Specs 01

8. Subconlrocior Nome

Business Locoiion

Trode

Subconiroct Amount

9. Subconlrocior Nome

Business Locotion

Cunenl Confroctor's License No.ls)

Trode

ItTIIIIIIIIII;

I

Trode

10.

Subconiroct Amount

Curreni Coniroctor's License No.fsl

Subconlroclor Nome

Business Locotion

Trode

Subcontroci Amount

Cunenl Confroctor's License No.(s)

I l. Subconiroclor Nsme

Business Locotion

Subcontroct Amounf

12.Subconiroctor Nome

Current Contrqctor's Llcense No. {s)

Business Locotion

Trode

ItII

Subcontroci Amouni

Ciiy of DublinConfrocf No. l2{3Project No.950013

List of Proposed Subcontroctors

Current Conirocior's License No. {s)

Page 255: Bid Info and Specs 01

IIIIItIIIttIIIIIIIt

CITY CF DUBLINCity Holl, 100 Civic PlozoDublin. Californiq 94568

BIDDER'S QU ESTIONNAIRE

The bidder is required fo stqte below thof work of similor mogniiude or chcrocter they hove done,ond lo give reference(s) thot will enoble the Cwner to judge their obility to conduct the work oscompletely os required under the lerms of the conlroct documenis. The generol controctor isrequired to lisl the four {4) most recenf projecfs. Bidder's Questionnqire shollbe included cs pori ofthe bid proposol. Foilure to ptovlde this inlormolion will resulf In fhe rejection of the bid.

l) Proiect Address:

Project Descrip'tion:

Nome of Agency or Compony:

Owner Conioct:

Bid Amount:

2) Projeci Address:

Projeci Descripiion:

Ncme of Agency or

Owner Contoct:

Bid Amount:

3) Projecl Address:

Project Description:

Name of Agency or Compony:

OwnerContoct:

Cify of DublinControct No. 12-03Projecl No. 950013

Bidder's Queslionnoire

Bid Amount:

Phone:

Page 256: Bid Info and Specs 01

4) Projeci Address:

Project Description:

*#

^@M-qffi

Building Size Gross Squore Feet;

Nome of Agency or Comp

Owner Confocl; Phone:-

Bid Amount: ,,, ,..

Ciiy of DublinConircct No. l2{3Project No. 950013

Bidder's Questionnoire

Page 257: Bid Info and Specs 01

ItIIIIIIIItIIIIIIII

CITY OF DUBLINCity Holi, 100 Civic PlozoDublin, Colifornio 94568

WORKERS COMPENSATION INSURANC[ CERTIFICATION

By submiiting its bid the bidder certifies os follows:

I om owore of fhe provisions of Colifornio Labor Code Section 3700 which require every employerto be insured ogoinst liobility for workmen's compensotion or to undertoke self-insuronce inoccordonce with lhe provisions of lhe Lobor Code, ond lwill comply wiih such provisions beforecommencing performonce of the wok of lhis Controct

Authorized Signoture

,d"@-

o*dqw

Cily of DublinContrcct No. l2{3Projeci No.950013

Workers Comoonsqtion Insuronce Ceriificciion

Page 258: Bid Info and Specs 01

ihls

IIIIIIIIIITIItIIIII

Clry OF DUBLINCily Holl, i00 Civic PlozoDubtin. Cclifornis 94568

NON -COI.IUSION AFFIDAVITTO BE EXECUTED BY BIDDERAND SUBMITTED WITH BID

STATE OF CALIFORNIA

COUNTY OF ALAMIDA

being first duly sworn, deposes ond soys lhclhe or she is fhe porly mokingthe foregoing bid, thoi the bid is nol mode in the inierest of, or on beholf of, ony undisclosedperson, porl'nership. company, qssociotion, orgonizotion, or corporotion; thof the bid is genuineond nof collusive or shcm; thoi lhe bidder hos not directly or indireclly incl&ed or solicited onyond nof collusive or shcm; thoi lhe bidder hos not directly or indireclly inf$ed or solicited onyolher bidder lo put in o folse or shom bid, cnd hos noi directly or indirq{Vplluded. conspired,connived, or ogreed wilh ony bidder or onyone else lo pul in o shond&ilrur thol onyone shollrefroin from bidding; ihot the bicider hos not in ony monner. Cirecffiftrbirectly, soughi byogreement, communicotion. or conference with cnyone io fi4fu1Bffi price of the bidder or onyother bidder, or to fix cny overheod; profit, or cosi eiemenl price, or of thot of ony otherbidder, or lo secure ony odvonioge ogoinst ihe public the controct of onyoneinieresied in ihe proposed controct; lhot oll sfctemen ined in ihe bid qre true; ond, further,ihot the bidder hos noi, direcily or indirecily, or her bid price or ony breokdownthereof. or the conlents ihereof, or divulged in or dolo reloiive fhereto, or poid, ond willnoi poy. ony fee io ony corporoiion, ony, ossocioiion, orgonizotion, biddeposiiory, or 1o ony member or ogenf

Signalure of Bidder

Subscribed ond sworn before me bydoy of

{sEAL}Notcry Public

Ciiy of DublinConiroci No. l2-O3Project No.950013

Non-collusion Affidsvit

Page 259: Bid Info and Specs 01

CITY OF DUBLINCity Holl, 100 Civic PlazoDublin, Colifornio 94568

DEBARMENT CERTI FICATION

By submltting iis bid the bidder cerlifies in occordonce wiih Colifornio Public Conkoct CodeSeciion 6109 thci neilher the bidder nor ony subconirocior included on the list of proposedsubcontroctors submitted wiih the bid is ineligible'to perform work on public works projectspursuont fo Californio Lobor Code Sections 1777.1 or 1777.7. In occordonce wilh Colifornio PublicControci Code Section 6109, controctors ond subcontroctors who ore ineligible fo perform workon public works projects pursuont io Colifornio Lobor Code Sections 1777.1 or 1777.7 may neifherbid on, be oworded or perform os o subconfroctor on public works projects.

City of DublinConlrocl No. 1243Project No.950013

Deborment Certificotion

-d^4\q)*

sF-f ^ W

v . s

^ffinD

*#"

TIIIIIIIItIIItIIIIt

Page 260: Bid Info and Specs 01

IIIIIIIIIIIIItItIII

CITY OF DUBLINClty Holl, 100 Civic PlozoDublin. Colifornio 94568

BIDDER'S SIGNATURE PAGI

8y my signoture on this proposol I certify, under penoliy of perjury under lhe lows of fhe St<rte ofColifornio, thot the informotion submiited with this proposol for the Posifono Hills Pork Project,Project No. 950013 which informqtion includes, buf is not limited io, the bidder's check list, bidlobel, proposolcoverpoge ond bid schedule, bid bond. coniroctor license informolion, tisi ofproposed subcontroctors, bidder's quesfionnoire, workers compensotion insuronce certification,non-collusion offidqvit, ond debarment certificaiion ore qccurole, true ond correct, ond oresubmiifed in cccordonce with ihe requirements of the bid pockoge issued by ihe City of Dublinconcerning lhe Posifono Hills Pork Projecl, Project No. ?500.13. ond opplicoble low. By my signotureon lhis proposol I furlher certify ihqt I am lego{ly outhorized io bind the bidder in occordonce wiihlhe requirements of the bid pockoge.

fiyped ",

prnted "ore)

Bidder business oddress {streei, ciiy, sicle ond lp code)

Bidder Business phone: (

Bidder Business fox (

City of DublinConlract No. 12{3Project No.950013

Bidder's Signoiure Poge