Loading...
20-0818_C.S. LEGACY CONSTRUCTION, INC._Specifications <Month> <Year> 61147.02100\20950242.4 -i- TABLE OF CONTENTS TABLE OF CONTENTS Page 00 11 16 – NOTICE INVITING BIDS ........................................................................................... 5 NORTHWEST OPEN SPACE COMMUNITY PARK PROJECT, CIP 09209 ............................... 5 30291 CAMINO CAPISTRANO, SAN JUAN CAPISTRANO, CA 92675 ...................................... 5 00 21 13 – INSTRUCTIONS TO BIDDERS ................................................................................. 8 ARTICLE 1. SECURING DOCUMENTS ............................................................................. 8 ARTICLE 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS ............................ 8 ARTICLE 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS .............................. 8 ARTICLE 4. PRE-BID CONFERENCE ............................................................................... 9 ARTICLE 5. ADDENDA ...................................................................................................... 9 ARTICLE 6. ALTERNATE BIDS ......................................................................................... 9 ARTICLE 7. COMPLETION OF BID FORMS ................................................................... 10 ARTICLE 8. MODIFICATIONS OF BIDS .......................................................................... 10 ARTICLE 9. SUBCONTRACTORS ................................................................................... 10 ARTICLE 10. LICENSING REQUIREMENTS ................................................................... 10 ARTICLE 11. BID GUARANTEE (BOND) ......................................................................... 11 ARTICLE 12. IRAN CONTRACTING ACT OF 2010 ......................................................... 11 ARTICLE 13. NONCOLLUSION DECLARATION ............................................................. 11 ARTICLE 14. PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION ..................................................................................................... 11 ARTICLE 15. BIDDER INFORMATION AND EXPERIENCE FORM ................................. 12 ARTICLE 16. WORKERS' COMPENSATION CERTIFICATION ....................................... 12 ARTICLE 17. SIGNING OF BIDS ..................................................................................... 12 ARTICLE 18. SUBMISSION OF SEALED BIDS ............................................................... 12 ARTICLE 19. OPENING OF BIDS .................................................................................... 13 ARTICLE 20. WITHDRAWAL OF BID ............................................................................... 13 ARTICLE 21. BIDDERS INTERESTED IN MORE THAN ONE BID .................................. 13 ARTICLE 22. SUBSTITUTION OF SECURITY ................................................................. 14 ARTICLE 23. PREVAILING WAGES ................................................................................ 14 ARTICLE 24. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS ............... 14 ARTICLE 25. INSURANCE REQUIREMENTS ................................................................. 14 ARTICLE 26. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS .................................................................................................... 14 ARTICLE 27. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES ............................................................................................ 14 ARTICLE 28. PERMIT AND INSPECTION FEE ALLOWANCE ........................................ 15 TABLE OF CONTENTS (Continued) Page 61147.02100\20950242.4 -ii- TABLE OF CONTENTS ARTICLE 29. FILING OF BID PROTESTS ....................................................................... 15 ARTICLE 30. BASIS OF AWARD; BALANCED BID ......................................................... 15 ARTICLE 31. AWARD PROCESS .................................................................................... 16 ARTICLE 32. EXECUTION OF CONTRACT .................................................................... 16 ARTICLE 33. QUESTIONS ............................................................................................... 16 00 41 43 – BID FORMS ............................................................................................................ 17 ARTICLE 1. INFORMATION ABOUT BIDDER ................................................................. 29 ARTICLE 2. LIST OF CURRENT PROJECTS (BACKLOG) .............................................. 32 ARTICLE 3. LIST OF COMPLETED PROJECTS – LAST THREE YEARS ....................... 33 ARTICLE 4. EXPERIENCE AND TECHNICAL QUALIFICATIONS QUESTIONNAIRE ................................................................................................... 34 ARTICLE 5. VERIFICATION AND EXECUTION ............................................................... 35 00 52 13 – CONTRACT ............................................................................................................ 40 NORTHWEST OPEN SPACE COMMUNITY PARK, CIP 09209 ............................................... 40 00 61 13 – BOND FORMS ........................................................................................................ 44 00 72 13 – GENERAL CONDITIONS ........................................................................................ 54 ARTICLE 1. DEFINED TERMS ........................................................................................ 54 ARTICLE 2. CONTRACT DOCUMENTS .......................................................................... 58 ARTICLE 3. PRECONSTRUCTION AND CONSTRUCTION COMMUNICATION .................................................................................................. 59 ARTICLE 4. CONTRACT DOCUMENTS: COPIES & MAINTENANCE ............................ 59 ARTICLE 5. EXAMINATION OF DRAWINGS, SPECIFICATIONS AND SITE OF WORK ............................................................................................................... 59 ARTICLE 6. MOBILIZATION ............................................................................................ 60 ARTICLE 7. EXISTENCE OF UTILITIES AT THE WORK SITE ........................................ 61 ARTICLE 8. SOILS INVESTIGATIONS ............................................................................ 61 ARTICLE 9. CONTRACTOR’S SUPERVISION ................................................................ 62 ARTICLE 10. WORKERS ................................................................................................. 62 ARTICLE 11. INDEPENDENT CONTRACTORS .............................................................. 62 ARTICLE 12. SUBCONTRACTS ...................................................................................... 62 ARTICLE 13. VERIFICATION OF EMPLOYMENT ELIGIBILITY ...................................... 63 ARTICLE 14. REQUESTS FOR SUBSTITUTION ............................................................. 63 ARTICLE 15. SHOP DRAWINGS ..................................................................................... 64 ARTICLE 16. SUBMITTALS ............................................................................................. 65 ARTICLE 17. MATERIALS ............................................................................................... 65 TABLE OF CONTENTS (Continued) Page 61147.02100\20950242.4 -iii- TABLE OF CONTENTS ARTICLE 18. PERMITS AND LICENSES ......................................................................... 66 ARTICLE 19. TRENCHES ................................................................................................ 66 ARTICLE 20. TRAFFIC CONTROL .................................................................................. 67 ARTICLE 21. DIVERSION OF RECYCLABLE WASTE MATERIALS ............................... 68 ARTICLE 22. REMOVAL OF HAZARDOUS MATERIALS ................................................ 68 ARTICLE 23. SANITARY FACILITIES .............................................................................. 68 ARTICLE 24. AIR POLLUTION CONTROL ...................................................................... 68 ARTICLE 25. LAYOUT AND FIELD ENGINEERING ........................................................ 69 ARTICLE 26. TESTS AND INSPECTIONS ....................................................................... 69 ARTICLE 27. PROTECTION OF WORK AND PROPERTY .............................................. 69 ARTICLE 28. CONTRACTOR’S MEANS AND METHODS ............................................... 70 ARTICLE 29. AUTHORIZED REPRESENTATIVES ......................................................... 70 ARTICLE 30. HOURS OF WORK ..................................................................................... 70 ARTICLE 31. PAYROLL RECORDS; LABOR COMPLIANCE .......................................... 71 ARTICLE 32. PREVAILING RATES OF WAGES ............................................................. 72 ARTICLE 33. PUBLIC WORKS CONTRACTOR REGISTRATION ................................... 73 ARTICLE 34. EMPLOYMENT OF APPRENTICES ........................................................... 73 ARTICLE 35. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY ............. 74 ARTICLE 36. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS ............... 74 ARTICLE 37. LABOR/EMPLOYMENT SAFETY ............................................................... 75 ARTICLE 38. INSURANCE ............................................................................................... 75 ARTICLE 39. FORM AND PROOF OF CARRIAGE OF INSURANCE .............................. 78 ARTICLE 40. TIME FOR COMPLETION AND LIQUIDATED DAMAGES ......................... 79 ARTICLE 41. COST BREAKDOWN AND PERIODIC ESTIMATES .................................. 80 ARTICLE 42. PROGRESS ESTIMATES AND PAYMENT ................................................ 81 ARTICLE 43. SECURITIES FOR MONEY WITHHELD..................................................... 82 ARTICLE 44. CHANGES AND EXTRA WORK. ................................................................ 82 ARTICLE 45. FINAL ACCEPTANCE AND PAYMENT ...................................................... 94 ARTICLE 46. OCCUPANCY ............................................................................................. 95 ARTICLE 47. INDEMNIFICATION .................................................................................... 95 ARTICLE 48. PROCEDURE FOR RESOLVING DISPUTES ............................................ 96 ARTICLE 49. CITY’S RIGHT TO TERMINATE CONTRACT .......................................... 100 ARTICLE 50. WARRANTY AND GUARANTEE OF WORK ............................................ 102 ARTICLE 51. DOCUMENT RETENTION & EXAMINATION ........................................... 104 TABLE OF CONTENTS (Continued) Page 61147.02100\20950242.4 -iv-TABLE OF CONTENTS ARTICLE 52. SEPARATE CONTRACTS ........................................................................ 105 ARTICLE 53. NOTICE AND SERVICE THEREOF ......................................................... 105 ARTICLE 54. NOTICE OF THIRD PARTY CLAIMS ........................................................ 105 ARTICLE 55. STATE LICENSE BOARD NOTICE .......................................................... 106 ARTICLE 56. INTEGRATION ......................................................................................... 106 ARTICLE 57. ASSIGNMENT OF CONTRACT ................................................................ 106 ARTICLE 58. CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY 106 ARTICLE 59. ASSIGNMENT OF ANTITRUST ACTIONS ............................................... 106 ARTICLE 60. PROHIBITED INTERESTS ....................................................................... 107 ARTICLE 61. CONTROLLING LAW ............................................................................... 107 ARTICLE 62. JURISDICTION; VENUE ........................................................................... 107 ARTICLE 63. LAWS AND REGULATIONS ..................................................................... 107 ARTICLE 64. PATENTS ................................................................................................. 107 ARTICLE 65. OWNERSHIP OF CONTRACT DOCUMENTS ......................................... 107 ARTICLE 66. NOTICE OF TAXABLE POSSESSORY INTEREST ................................. 108 ARTICLE 67. SURVIVAL OF OBLIGATIONS ................................................................. 108 00 73 13 – SPECIAL CONDITIONS ........................................................................................ 109 01 00 00 – GENERAL REQUIREMENTS ................................................................................ 113 SPECIAL PROVISIONS - BASE BID ITEMS .................................................. SP-1 THRU SP-19 SPECIAL PROVISIONS - ALTERNATE BID ITEMS ........................................................... SP-20 ATTACHMENTS EXHIBIT “A” - CHANGE ORDER FORM ATTACHMENT "B" - GEOTECHNICAL REPORT ATTACHMENT "C"- STORM WATER POLLUTION PROTECTION PLAN 61147.02100\20950242.4 -5- 00 11 16 – NOTICE INVITING BIDS 00 11 16 – NOTICE INVITING BIDS NORTHWEST OPEN SPACE COMMUNITY PARK PROJECT, CIP 09209 30291 CAMINO CAPISTRANO, SAN JUAN CAPISTRANO, CA 92675 NOTICE IS HEREBY GIVEN that the City Council of the City of San Juan Capistrano (“City”) invites and will receive sealed Bids up to but not later than 2:00 p.m. on March 12, 2020 at the office of the City Clerk located at 32400 Paseo Adelanto, San Juan Capistrano, California, for the furnishing to City of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for Northwest Open Space Community Park Project, CIP 09209 (the “Project”). At said time, Bids will be publicly opened and read aloud at the City Council Chamber. Bids received after said time shall be returned unopened. Bids shall be valid for a period of 90 calendar days after the Bid opening date. The project includes, but not, limited to a parking lot and park amenities on City owned property at the Northwest Open Space located at the northerly entry into the City of San Juan Capistrano. The approximately 2.75 acre park features a Native American cultural/demonstration village with kiichas, ramadas, manos/metates, circular amphitheater, a Coronne statue, directional markers, interpretive signage and ethnobotanical planting. Other park amenities include a multi-use trail and bio-swales; and implementation of Best Management Practices (BMP) for storm water pollution prevention during all construction activities; and other general improvements. Bids must be submitted on the City’s Bid Forms. Bidders may review the Contract Documents at no cost at the Public Works Department public counter at: 32400 Paseo Adelante, San Juan Capistrano, CA 92675 To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, the City shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room. Bidders may obtain a copy of the Contract Documents from http://www.coastalblue.com, 33091 Calle Perfecto, Suite B., San Juan Capistrano, CA 92675 - (949) 240-9911 at a cost of up to $75.00. To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, the City shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room. It is the responsibility of each prospective bidder to download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a bid. Any Addenda will be posted on http://www.coastalblue.com. It is the responsibility of each prospective bidder to check http://www.coastalblue.com on a daily basis through the close of bids for any applicable addenda or updates. The City does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Bid Documents. Information on http://www.coastalblue.com may change without notice to prospective bidders. The Contract Documents shall supersede any information posted or transmitted by http://www.coastalblue.com. Each Bid shall be accompanied by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfactory to the City Council, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to City of San Juan Capistrano as bid security. The bid security shall be provided as a guarantee that within five (5) working days after the City provides the successful bidder the Notice of Award, the successful Bidder will enter 61147.02100\20950242.4 -6- 00 11 16 – NOTICE INVITING BIDS into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within said time. No interest will be paid on funds deposited with City. ☐ A “NON-MANDATORY” ☒ A MANDATORY ☐ NO Pre-Bid Conference is scheduled for the project to review the Project's existing conditions. Bids will not be accepted from any bidder who did not attend a mandatory Pre-Bid Conference. The Ore-Bid meeting will be held on March 2, 2020 at 2:00 p.m., and conducted at: ☐ The Public Works Department at San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano. ☒ Council Chambers at San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano. ☐ Other: _________________________________________________________________ ______________________________________________________________________ Representatives of the City and consulting engineers, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract Documents shall be answered in writing (by Addendums), and shall be sent to all Bidders present at the Pre-Bid Conference. Questions and inquiries about the project will not be accepted after March 4, 2020. The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer. Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by City to ensure its performance under the contract. Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Orange County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/ In addition, a copy of the prevailing rate of per diem wages is available at the City’s City Clerk office and shall be made available to interested parties upon request. The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors. 61147.02100\20950242.4 -7- 00 11 16 – NOTICE INVITING BIDS Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid. Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the contract: Class A. Substitution requests shall be made within 35 calendar days after the award of the contract. Pursuant to Public Contract Code Section 3400(b), the City may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Standard Specifications be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions. City shall award the contract for the Project to the lowest responsive, responsible Bidder as determined by the City from the: ☒ Base Bid Alone ☐ Base Bid Plus All Alternates ☐ Base Bid Plus Specified Alternates City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process. For further information, contact: Name: Joe Parco, P.E. Title: City Engineer Email: JParco@sanjuancapistrano.org Phone: (949) 443-6353 END OF NOTICE INVITING BIDS 61147.02100\20950242.4 -8- 00 21 13 – INSTRUCTIONS TO BIDDERS 00 21 13 – INSTRUCTIONS TO BIDDERS ARTICLE 1. SECURING DOCUMENTS Bids must be submitted to the City on the Bid Forms which are a part of the Bid Package for the Project. Bid and Contract Documents may be obtained from http://www.coastalblue.com, as specified in the Notice Inviting Bids. Prospective bidders are encouraged to telephone in advance to determine the availability of Contract Documents. Any charge for the Contract Documents is stated in the Notice Inviting Bids. The City may also make the Contract Documents available for review at one or more plan rooms, as indicated in the Notice Inviting Bids. Please Note: Prospective Bidders who choose to review the Contract Documents at a plan room must obtain the required Contract Documents from http://www.coastalblue.com if they decide to submit a bid for the Project. Addenda, if any, issued during the bid period will be sent only to those contractors who have obtained documents from the City via Coastal Blue. Any Addenda will be posted on http://www.coastalblue.com. Failure to acknowledge addenda may make a bid nonresponsive and not eligible for award of the contract. ARTICLE 2. EXAMINATION OF SITE AND CONTRACT DOCUMENTS At its own expense and prior to submitting its Bid, each Bidder shall visit the site of the proposed work and fully acquaint itself with the conditions relating to the construction and labor required so that the Bidder may fully understand the work, including but not limited to difficulties and restrictions attending the execution of the work under the contract. Each Bidder shall carefully examine the Drawings, and shall read the Specifications, Contract, and all other documents referenced herein. Each Bidder shall also determine the local conditions which may in any way affect the performance of the work, including local tax structure, contractors’ licensing requirements, availability of required insurance, the prevailing wages and other relevant cost factors, shall familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the work, including the cost of permits and licenses required for the work, and shall make such surveys and investigations, including investigations of subsurface or latent physical conditions at the site or where work is to be performed as may be required. Bidders are responsible for consulting the standards referenced in the Contract. The failure or omission of any Bidder to receive or examine any contract documents, forms, instruments, addenda, or other documents, or to visit the site and acquaint itself with conditions there existing shall in no way relieve any Bidder from any obligation with respect to its Bid or to the contract and no relief for error or omission will be given except as required under State law. The submission of a Bid shall be taken as conclusive evidence of compliance with this Article. ARTICLE 3. INTERPRETATION OF DRAWINGS AND DOCUMENTS Prospective Bidders unclear as to the true meaning of any part of the Drawings, Specifications or other proposed contract documents may submit to the Engineer of the City a written request for interpretation. The prospective Bidder submitting the request is responsible for prompt delivery. Interpretation of the Drawings, Specifications or other proposed contract documents will be made only by a written addendum duly issued and a copy of such addenda will be mailed or delivered to each prospective Bidder who has purchased a set of Drawings and Specifications. The City will not be responsible for any other explanation or interpretations of the proposed documents. If a Prospective Bidders becomes aware of any errors or omissions in any part of the Contract 61147.02100\20950242.4 -9- 00 21 13 – INSTRUCTIONS TO BIDDERS Documents, it is the obligation of the Prospective Bidder to promptly bring it to the attention of the City. ARTICLE 4. PRE-BID CONFERENCE ☐ A “NON-MANDATORY” ☒ A MANDATORY ☐ NO Pre-Bid Conference is scheduled for the project to review the Project's existing conditions. The Pre-Bid meeting will be held on March 2, 2020 at 2:00 p.m., and conducted at: ☐ The Public Works Department at San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano. ☒ Council Chambers at San Juan Capistrano City Hall, 32400 Paseo Adelanto, San Juan Capistrano. ☐ Other: _________________________________________________________________ ______________________________________________________________________ Representatives of the City and consulting engineers, if any, will be present. Questions asked by Bidders at the Pre-Bid Conference not specifically addressed within the Contract Documents shall be answered in writing, and shall be sent to all Bidders present at the Pre-Bid Conference. Bids will not be accepted from any bidder who did not attend a mandatory Pre-Bid Conference. ARTICLE 5. ADDENDA The City reserves the right to revise the Contract Documents prior to the Bid opening date. Revisions, if any, shall be made by written Addenda. All Addenda issued by the City shall be included in the Bid and made part of the Contract Documents. Pursuant to Public Contract Code Section 4104.5, if the City issues an Addendum which includes material changes to the Project less than 72 hours prior to the deadline for submission of Bids, the City will extend the deadline for submission of Bids. The City may determine, in its sole discretion, whether an Addendum warrants postponement of the Bid submission date. Each prospective Bidder shall provide City a name, address, email address, and facsimile number to which Addenda may be sent, as well as a telephone number by which the City can contact the Bidder. Copies of Addenda will be furnished by email, facsimile, first class mail, express mail or other proper means of delivery without charge to all parties who have obtained a copy of the Contract Documents and provided such current information. Please Note: Bidders are responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should contact the Public Works Department to verify that it has received all Addenda issued, if any, prior to the Bid opening. The Bidder shall indicate the Addenda received prior to bidding in the space provided in the Bid Form. Failure to indicate all Addenda may be sufficient cause for rejecting the Bid. ARTICLE 6. ALTERNATE BIDS If alternate bid items are called for in the Contract Documents, the time required for completion of the alternate bid items has already been factored into the Contract duration and no additional Contract time will be awarded for any of the alternate bid items. The City may elect to include one or more of the alternate bid items, or to otherwise remove certain work from the Project scope 61147.02100\20950242.4 -10- 00 21 13 – INSTRUCTIONS TO BIDDERS of work. Accordingly, each bidder must ensure that each bid item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the bidder. ARTICLE 7. COMPLETION OF BID FORMS Bids shall only be prepared using copies of the Bid Forms which are included in the Contract Documents. The use of substitute Bid Forms other than clear and correct photocopies of those provided by the City will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where applicable), and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE PENCIL, OR A TYPEWRITER IS REQUIRED. Deviations in the Bid Forms may result in the Bid being deemed non-responsive. ARTICLE 8. MODIFICATIONS OF BIDS Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon. Oral, telephonic and electronic modifications will not be considered. ARTICLE 9. SUBCONTRACTORS Bidder shall set forth the name, address of the place of business, and contractor license number of each subcontractor who will perform work, labor, furnish materials or render services to the bidder on said contract and each subcontractor licensed by the State of California who, under subcontract to bidder, specially fabricates and installs a portion of the Work described in the Drawings and Specifications in an amount in excess of one half of one percent (0.5%) of the total bid price, and shall indicate the portion of the work to be done by such subcontractor in accordance with Public Contract Code Section 4104. ARTICLE 10. LICENSING REQUIREMENTS Pursuant to Business and Professions Code Section 7028.15 and Public Contract Code Section 3300, all bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Business and Professions Code Section 7028.5, the City shall consider any bid submitted by a contractor not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be nonresponsive, and the City shall reject the Bid. The City shall have the right to request, and Bidders shall provide within ten (10) calendar days, evidence satisfactory to the City of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract. Notwithstanding anything contained herein, if the Work involves federal funds, the Contractor shall be properly licensed by the time the Contract is awarded, pursuant to the provisions of Public Contract Code section 20103.5. 61147.02100\20950242.4 -11- 00 21 13 – INSTRUCTIONS TO BIDDERS ARTICLE 11. BID GUARANTEE (BOND) Each bid shall be accompanied by: (a) cash; (b) a certified or cashier’s check made payable to City of San Juan Capistrano; or (c) a Bid Bond secured from a surety company satisfactory to the City Council, the amount of which shall not be less than ten percent (10%) of the Total Bid Price, made payable to City of San Juan Capistrano as bid security. Personal sureties and unregistered surety companies are unacceptable. The surety insurer shall be California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The bid security shall be provided as a guarantee that within ten (10) working days after the City provides the successful bidder the Notice of Award, the successful bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful bidder fails to comply within said time, and City may enter into a contract with the next lowest responsive responsible bidder, or may call for new bids. No interest shall be paid on funds deposited with the City. City will return the security accompanying the bids of all unsuccessful bidders no later than 60 calendar days after award of the contract. ARTICLE 12. IRAN CONTRACTING ACT OF 2010 In accordance with Public Contract Code Section 2200 et seq., the City requires that any person that submits a bid or proposal or otherwise proposes to enter into or renew a contract with the City with respect to goods or services of one million dollars ($1,000,000) or more, certify at the time the bid is submitted or the contract is renewed, that the person is not identified on a list created pursuant to subdivision (b) of Public Contract Code Section 2203 as a person engaging in investment activities in Iran described in subdivision (a) of Public Contract Code Section 2202.5, or as a person described in subdivision (b) of Public Contract Code Section 2202.5, as applicable. The form of such Iran Contracting Certificate is included with the bid package and must be signed and dated under penalty of perjury. ARTICLE 13. NONCOLLUSION DECLARATION Bidders on all public works contracts are required to submit a declaration of noncollusion with their bid. This form is included with the bid package and must be signed and dated under penalty of perjury. ARTICLE 14. PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. To this end, Bidder shall sign and submit with its Bid the Public Works Contractor Registration Certification on the form provided, attesting to the facts contained therein. Failure to submit this form may render the bid non-responsive. In addition, each Bidder shall provide the registration number for each listed subcontractor in the space provided in the Designation of Subcontractors form. 61147.02100\20950242.4 -12- 00 21 13 – INSTRUCTIONS TO BIDDERS ARTICLE 15. BIDDER INFORMATION AND EXPERIENCE FORM Each Bidder shall complete the questionnaire provided herein and shall submit the questionnaire along with its Bid. Failure to provide all information requested within the questionnaire along with the Bid may cause the bid to be rejected as non-responsive. The City reserves the right to reject any Bid if an investigation of the information submitted does not satisfy the Engineer that the Bidder is qualified to properly carry out the terms of the contract. ARTICLE 16. WORKERS' COMPENSATION CERTIFICATION In accordance with the provisions of Labor Code Section 3700, Contractor shall secure the payment of compensation to its employees. Contractor shall sign and file with the City the following certificate prior to performing the work under this Contract: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. The form of such Workers' Compensation Certificate is included as part of this document. ARTICLE 17. SIGNING OF BIDS All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person signing the Bid to bind the Bidder to each Bid and to any Contract arising therefrom. If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint venturer or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint venturer or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint venturer or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint venturer or partner on behalf of the joint venture or partnership in its legal name. ARTICLE 18. SUBMISSION OF SEALED BIDS Once the Bid and supporting documents have been completed and signed as set forth herein, they shall be placed, along with the Bid Guarantee and other required materials, in a sealed envelope, addressed and delivered or mailed, postage prepaid, to the Engineering Department of the City before the time and day set for the receipt of bids. The envelope shall bear the title of the work and the name of the bidder. No oral or telephonic bids will be considered. No forms transmitted via the internet, e-mail, facsimile, or any other electronic means will be considered unless specifically authorized by the City as provided herein. Bids received after the time and day set for the receipt of bids shall be returned to the bidder unopened. The envelope shall also contain the following in the lower left-hand corner thereof: 61147.02100\20950242.4 -13- 00 21 13 – INSTRUCTIONS TO BIDDERS Bid of (Bidders’s name) for the NORTHWEST OPEN SPACE COMMUNITY PROJECT, CIP 09209 Only where expressly permitted in the Notice Inviting Bids may bidders submit their bids via electronic transmission pursuant to Public Contract Code sections 1600 and 1601. Any acceptable method(s) of electronic transmission shall be stated in the Notice Inviting Bids. City may reject any bid not strictly complying with City’s designated methods for delivery. ARTICLE 19. OPENING OF BIDS At the time and place set for the opening and reading of bids, or any time thereafter, each and every bid received prior to the time and day set for the receipt of bids will be publicly opened and read. The City will leave unopened any Bid received after the specified date and time, and any such unopened Bid will be returned to the bidder. It is the bidder’s sole responsibility to ensure that its Bid is received as specified. Bids may be submitted earlier than the date(s) and time(s) indicated. The public reading of each bid will include the following information: A. The name and business location of the bidder. B. The nature and amount of the bid security furnished by bidder. C. The bid amount. Bidders or their representatives and other interested persons may be present at the opening of the bids. The City may, in its sole discretion, elect to postpone the opening of the submitted Bids. The City reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid. ARTICLE 20. WITHDRAWAL OF BID Any bid may be withdrawn either personally or by written request, incurring no penalty, at any time prior to the scheduled closing time for receipt of bids. Requests to withdraw bids shall be worded so as not to reveal the amount of the original bid. Withdrawn bids may be resubmitted until the time and day set for the receipt of bids, provided that resubmitted bids are in conformance with the instructions herein. Bids may be withdrawn after bid opening only by providing written notice to City within five (5) working days of the bid opening and in compliance with Public Contract Code Section 5100 et seq., or as otherwise may be allowed with the consent of the City. ARTICLE 21. BIDDERS INTERESTED IN MORE THAN ONE BID No Bidder shall be allowed to make, file or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm or corporation that has submitted a sub-proposal to a Bidder, or that has quoted prices of materials to a Bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to other bidders. No person, firm, corporation, or other entity may submit a sub-proposal to a Bidder, or quote prices of materials to a Bidder, when also submitting a prime Bid on the same Project. 61147.02100\20950242.4 -14- 00 21 13 – INSTRUCTIONS TO BIDDERS ARTICLE 22. SUBSTITUTION OF SECURITY The Contract Documents call for monthly progress payments based upon the percentage of the Work completed. The City will retain a percentage of each progress payment as provided by the Contract Documents. At the request and expense of the successful Bidder, the City will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300. ARTICLE 23. PREVAILING WAGES The City has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates are available at the City’s City Clerk office of the City or may be obtained online at http://www.dir.ca.gov. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s). ARTICLE 24. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code Sections 1777.1 or 1777.7. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. ARTICLE 25. INSURANCE REQUIREMENTS Prior to commencing work, the successful bidder shall purchase and maintain insurance as set forth in the General Conditions. ARTICLE 26. PERFORMANCE BOND AND PAYMENT BOND REQUIREMENTS The successful bidder will be required to furnish a Labor and Material Payment Bond and a Faithful Performance Bond each in an amount equal to one hundred percent (100%) of the contract price. Each bond shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120 and is admitted by the State of California. Each bond shall be accompanied, upon the request of City, with all documents required by California Code of Civil Procedure Section 995.660 to the extent required by law. All bonding and insurance requirements shall be completed and submitted to City within ten (10) working days from the date the City provides the successful bidder with the Notice of Award. ARTICLE 27. SALES AND OTHER APPLICABLE TAXES, PERMITS, LICENSES AND FEES Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the Work will be located, unless otherwise expressly provided by the Contract Documents. 61147.02100\20950242.4 -15- 00 21 13 – INSTRUCTIONS TO BIDDERS ARTICLE 28. PERMIT AND INSPECTION FEE ALLOWANCE Notwithstanding anything contained herein, the Bid Form contains an allowance for the Contractor’s cost of acquiring traffic control permits and for construction inspection fees that may be charged to the Contractor by the Agency of Jurisdiction. The allowance is included within the Bid Form to eliminate the need by bidders to research or estimate the costs of traffic control permits and construction inspection fees prior to submitting a bid. The allowance is specifically intended to account for the costs of traffic control permits and construction inspection fees charged by the local Agency of Jurisdiction only. No other costs payable by Contractor to the Agency of Jurisdiction are included within the allowance. ARTICLE 29. FILING OF BID PROTESTS Bidders may file a “protest” of a Bid with the City’s City Clerk office. In order for a Bidder’s protest to be considered valid, the protest must: A. Be filed in writing within five (5) calendar days after the bid opening date; B. Clearly identify the specific irregularity or accusation; C. Clearly identify the specific City staff determination or recommendation being protested; D. Specify in detail the grounds for protest and the facts supporting the protest; and E. Include all relevant, supporting documentation with the protest at time of filing. If the protest does not comply with each of these requirements, the City may reject the protest without further review. If the protest is timely and complies with the above requirements, the City’s Public Works Director, or other designated City staff member, shall review the protest, any response from the challenged Bidder(s), and all other relevant information. The Public Works Director will provide a written decision to the protestor. The procedure and time limits set forth in this Article are mandatory and are the sole and exclusive remedy in the event of a Bid protest. Failure to comply with these procedures shall constitute a failure to exhaust administrative remedies and a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings. ARTICLE 30. BASIS OF AWARD; BALANCED BID The City shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basis of the: ☒ Total Base Bid Alone ☐ Total Base Bid Plus All Alternates ☐ Total Base Bid Plus Specified Alternates 61147.02100\20950242.4 -16- 00 21 13 – INSTRUCTIONS TO BIDDERS The City may reject any Bid which, in its opinion when compared to other Bids received or to the City’s internal estimates, does not accurately reflect the cost to perform the Work. The City may reject as non-responsive any Bid which unevenly weights or allocates costs, including but not limited to overhead and profit to one or more particular bid items. ARTICLE 31. AWARD PROCESS Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the City Council may award the contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the City notifies the Bidder of the award, the Bidder will have ten (10) working days from the date of this notification to execute the Contract and supply the City with all of the required documents and certifications. Regardless of whether the Bidder supplies the required documents and certifications in a timely manner, the Contract time will begin to run twenty (20) working days from the date of the notification. Once the City receives all of the properly drafted and executed documents and certifications from the Bidder, the City shall issue a Notice to Proceed to that Bidder. ARTICLE 32. EXECUTION OF CONTRACT As required herein the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. The City may require appropriate evidence that the persons executing the Contract are duly empowered to do so. The Contract and bond forms to be executed by the successful Bidder are included within these Specifications and shall not be detached. ARTICLE 33. QUESTIONS Questions regarding this Notice Inviting Bids may be directed to Joe Parco, P.E. at (949) 443- 6353 or email at JParco@sanjuancapistrano.org. No other members of the City’s staff or City Council should be contacted about this procurement during the bidding process. Any and all inquiries and comments regarding this Bid must be communicated in writing, unless otherwise instructed by the City. The City may, in its sole discretion, disqualify any Bidder who engages in any prohibited communications. 61147.02100\20950242.4 -17- 00 41 43 – BID FORMS 00 41 43 – BID FORMS 1.1 Bid. Bids will be received at the City of San Juan Capistrano City Clerk Office, 32400 Paseo Adelanto, San Juan Capistrano, California, until 2:00 p.m. on March 12, 2020. NAME OF BIDDER: ______________________________________________ To the City Clerk of the City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano, California 92675 The undersigned hereby declare that we have carefully examined the location of the proposed Work, and have read and examined the Contract Documents, including all plans, specifications, and all addenda, if any for the following Project: NORTHWEST OPEN SPACE COMMUNITY PARK PROJECT, CIP 09209 We hereby propose to furnish all labor, materials, equipment, tools, transportation, and services, and to discharge all duties and obligations necessary and required to perform and complete the Project, as described and in strict conformity with the Drawings, and these Specifications for TOTAL BID PRICE indicated herein. The undersigned acknowledges receipt, understanding, and full consideration of the following addenda to the Contract Documents: Addenda No. ________________________________________________ 1. Attached is the required Bid Guarantee in the amount of not less than 10% of the Total Bid Price. 2. Attached is the completed Designation of Subcontractors form. 3. Attached is the fully executed Noncollusion Declaration form. 4. Attached is the completed Iran Contracting Act Certification form. 5. Attached is the completed Public Works Contractor Registration Certification form. 6. Attached is the completed Contractor’s Certificate Regarding Workers’ Compensation form. 7. Attached is the completed Bidder Information and Experience form. 61147.02100\20950242.4 -18- 00 41 43 – BID FORMS A. BID SCHEDULE (02-04-20) ITEM NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST SITE WORK 1. MOBILIZATION / DEMOBILIZATION (NOT TO EXCEED 5% OF BASE BID TOTAL) LS 1 SEE BELOW SEE BELOW 2. CLEARING, GRUBBING, DEMOLITION AND REMOVAL LS 1 3. SECURING CONSTRUCTION SITE, TEMPORARY CONSTRUCTION FENCE, GATES & LOCKS (APPROX. 2200 LF) LF 1 4. STORMWATER POLLUTION CONTROL / BMP’S / EROSION CONTROL LS 1 5. CONSTRUCTION SURVEY LS 1 6. TRAFFIC CONTROL LS 1 GRADING 7. CUT / FILL VOLUME CY 280 8. IMPORT CY 495 9. CONSTRUCT 4” THICK CONCRETE SIDEWALK AND PADS SF 490 10. CONSTRUCT 8” THICK CONCRETE PAVEMENT WITH #4 @ 18” O.C. FOR ADA PARKING STALLS SF 630 11. CONSTRUCT 8” THICK CONCRETE APRON WITH DG FINISH PER DETAIL ON PLAN SF 170 12. INSTALL ON-SITE SIGNING AND STRIPING (ADA STALLS) LS 1 WATER IMPROVEMENTS (PUBLIC) 13. INSTALL 2" WATER SERVICE AND WATER METER EA 1 WATER IMPROVEMENTS (PRIVATE) 14. INSTALL 2" FEBCO SERIES LF825Y (OR APPROVED EQUAL) REDUCED PRESSURE PRINCIPLE ASSEMBLY BACKFLOW PREVENTER EA 2 15. CONSTRUCT 2” PVC WATER PIPE (SCH 80) LF 425 16. CONSTRUCT 1” PVC WATER PIPE (SCH 80) LF 450 17. INSTALL 2” X 2” X 1” PVC TEE EA 1 18. INSTALL 90-DEGREE ELBOW EA 1 19. INSTALL 45-DEGREE ELBOW EA 2 20. INSTALL 22.5-DEGREE WYE EA 1 21. INSTALL QUICK COUPLER AND HOSE BIBB EA 1 ELECTRICAL 22. ELECTRICAL SYSTEM (including outlets) LS 1 SITE AMENITIES 23. MULCH-CULTURAL GROUP VILLAGE AREA- 3” THICK CY 155 24. DECOMPOSED GRANITE-DISCOVERY TRAIL WITH SEALER- 4” THICK SF 14,247 25. 4” THICK, NATURAL COLOR, CONCRETE PAVING- RETARDANT FINISH SF 60 26. WHEEL STOP EA 2 27. 7' BOULDERS EA 5 28. 5' BOULDERS EA 4 29. 3' BOULDERS EA 11 30. 2' BOULDERS EA 8 31. 1' BOULDERS EA 5 61147.02100\20950242.4 -19- 00 41 43 – BID FORMS SITE FURNITURE ITEM NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 32.SIGNS EA 2 33.2-RAIL FENCE LF 25 34.ROOT CONTROL BARRIER LF 315 35.LITTER RECEPTACLE EA 6 BID ALTERNATE SEE BELOW 36.BIKE RACK EA 4 BID ALTERNATE SEE BELOW 37.PICNIC TABLE-EA 5 BID ALTERNATE SEE BELOW 38.PICNIC TABLE- ADA EA 3 BID ALTERNATE SEE BELOW 39.8’ WOOD BENCH (SEAT LOGS)EA 19 40.DRINKING FOUNTAIN AND SUMP EA 1 41.ACORN GRINDING BOULDER EA 2 42.CORRONE STATUE (INSTALLATION ONLY)EA 1 43.RAMADA (FURNISH & INSTALL)EA 6 44.9’ KIICHAS (INSTALLATION ONLY)EA 3 45.12’ KIICHAS (INSTALLATION ONLY)EA 3 46.INTERPRETIVE SIGN (INSTALLATION ONLY)EA 6 47.DIRECTIONAL MARKERS (FURNISH AND INSTALL)EA 5 48.VILLAGE ENTRY SIGN EA 2 BID ALTERNATE SEE BELOW 49.PRIVACY SCREEN LF 60 IRRIGATION 50.AUTOMATIC IRRIGATION SYSTEM LS 1 51.POINT OF CONNECTION EQUIPMENT (BACKFLOW AND MASTER VALVE ASSEMBLIES LS 1 52.AUTOMATIC CONTROLLER LS 1 53.MAINLINE LF 1,865 54.SLEEVE (FOR MAINLINE)LF 150 55.TREE BUBBLERS EA 38 PLANTING 56. SOIL PREPARATION AND WEED ABATEMENT SF 32,173 57.2” THICK LAYER OF SHREDDED FIR BARK SF 32.173 58.24” BOX TREE EA 38 59.5 GALLON SHRUB EA 241 60.1 GALLON SHRUB EA 417 POST INSTALLATION MAINTENANCE 61. 90-DAY POST INSTALLATION MAINTENANCE LS 1 PROJECT SUBTOTAL 5% MOBILIZATION PROJECT TOTAL 61147.02100\20950242.4 -20- 00 41 43 – BID FORMS The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the Work. In case of discrepancy between the Unit Price and the Item Cost set forth for a unit basis item, the unit price shall prevail and shall be utilized as the basis for determining the lowest responsive, responsible Bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the “Item Cost” column, then the amount set forth in the “Item Cost” column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the Unit Price. For purposes of evaluating Bids, the City will correct any apparent errors in the extension of unit prices and any apparent errors in the addition of lump sum and extended prices. The estimated quantities for Unit Price items are for purposes of comparing Bids only and the City makes no representation that the actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the Unit Price. B. TOTAL BID PRICE: TOTAL BID PRICE BASED ON BID SCHEDULE TOTAL OF UNIT PRICES FOR NORTHWEST OPEN SPACE COMMUNITY PARK PROJECT (CIP 09209) $ Total Bid Price in Numbers $ Total Bid Price in Written Form In case of discrepancy between the written price and the numerical price, the written price shall prevail. The undersigned agrees that this Bid Form constitutes a firm offer to the City which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the Bid opening, or until a Contract for the Work is fully executed by the City and a third party, whichever is earlier. If the Contract Documents specify Alternate Bid items, the following Alternate Bid amounts may be added to or deducted from the Total Bid Price entered above (please check the appropriate box), in the City’s sole discretion. The City can choose to include any, all, or none of the Alternate Bid items in the Work. If the City selects any of the Alternate Bid items, the corresponding Alternate Bid prices shall be added to or deducted from Base Bid Price for the Work. The City can award/select Alternate Bid items at any time(s). 61147.02100\20950242.4 -21- 00 41 43 – BID FORMS ALTERNATE BIDS BID PRICE (IN WRITTEN FORM) BID PRICE (IN NUMBERS) ALTERNATE #1- 6 EA LITTER RECEPTA-CLE X Add  Deduct ALTERNATE #2 - 4 EA BIKE RACK X Add  Deduct ALTERNATE #3 - 5 EA PICNIC TABLE X Add  Deduct ALTERNATE #4 - 3 EA PICNIC TABLE ADA X Add  Deduct ALTERNATE #5 - 2 EA VILLAGE ENTRY SIGN X Add  Deduct ALTERNATE #6  Add  Deduct ALTERNATE #7  Add  Deduct ALTERNATE #8  Add  Deduct ALTERNATE #9  Add  Deduct ALTERNATE #10  Add  Deduct ALTERNATE #11  Add  Deduct ALTERNATE #12  Add  Deduct The successful bidder hereby agrees to sign the contract and furnish the necessary bonds and certificates of insurance within ten (10) working days after the City provides the successful bidder with the Notice of Award. Upon receipt of the signed contract and other required documents, the contract will be executed by the City, after which the City will prepare a letter giving Contractor Notice to Proceed. The official starting date shall be the date of the Notice to Proceed, unless otherwise specified. The undersigned agrees to begin the Work within ten (10) working days of the date of the Notice to Proceed, unless otherwise specified. The undersigned has examined the location of the proposed work and is familiar with the Drawings and Specifications and the local conditions at the place where work is to be done. 61147.02100\20950242.4 -22- 00 41 43 – BID FORMS If awarded the contract, the undersigned agrees that there shall be paid by the undersigned and by all subcontractors to all laborers, workers and mechanics employed in the execution of such contract no less than the prevailing wage rate within Orange County for each craft, classification, or type of worker needed to complete the Work contemplated by this contract as established by the Director of the Department of Industrial Relations. A copy of the prevailing rate of per diem wages are on file at the City’s Administration Office and shall be made available to interested parties upon request. Enclosed find cash, bidder’s bond, or cashier’s or certified check No. _________ from the _______________ Bank in the amount of ________________________________, which is not less than ten percent (10%) of this bid, payable to City of San Juan Capistrano as bid security and which is given as a guarantee that the undersigned will enter into a contract and provide the necessary bonds and certificates of insurance if awarded the Work. The bidder furthermore agrees that in case of bidder’s default in executing said contract and furnishing required bonds and certificates of insurance, the cash, bidder’s bond, or cashier’s or certified check accompanying this proposal and the money payable thereon shall become and shall remain the property of the City of San Juan Capistrano. Bidder is an individual ______, or corporation ______, or partnership ______, organized under the laws of the State of _______________________________. Bidder confirms license(s) required by California State Contractor’s License Law for the performance of the subject project are in full effect and proper order. The following are the Bidder’s applicable license number(s), with their expiration date(s) and class of license(s): If the Bidder is a joint venture, each member of the joint venture must include the required licensing information. Sureties that will furnish the Faithful Performance Bond and the Labor and Material Payment Bond, in the form specified herein, in an amount equal to one hundred percent (100%) of the contract price within ten (10) working days from the date the City provides the successful bidder the Notice of Award. Sureties must meet all of the State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120 and must be authorized by the State of California. The insurance company or companies to provide the insurance required in the contract documents must have a Financial Strength Rating of not less than “A-” and a Financial Size Category of not less than “Class VII” according to the latest Best Key Rating Guide. At the sole discretion of the City, the City may waive the Financial Strength Rating and the Financial Size Category classifications for Workers’ Compensation insurance. (signatures continued on next page) 61147.02100\20950242.4 -23- 00 41 43 – BID FORMS I hereby certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct. Executed at _________________________, on this ____ day of __________, _____. (Bidders Name – Print or Type) ________________________________ (Name and Title) (Corporate Seal) ________________________________ (Signature) Names of individual members of firm or names and titles of all officers of corporation and their addresses are listed below: Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX Name Title Complete Address Phone FAX 61147.02100\20950242.4 -24- 00 41 43 – BID FORMS 1.2 Bid Bond [Note: Not required when other form of Bidder’s Security, e.g. cash, certified check or cashier’s check, accompanies bid.] The makers of this bond are, _____________________________________________, as Principal, and ______________________________________________________, as Surety and are held and firmly bound unto the City of San Juan Capistrano, hereinafter called the City, in the penal sum of TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to CITY for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated _____________, 20 ____, for the Northwest Open Space Community Park Project, CIP 09209. If the Principal does not withdraw its Bid within the time specified in the Contract Documents; and if the Principal is awarded the Contract and provides all documents to the City as required by the Contract Documents; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall affect its obligation under this bond, and Surety does hereby waive notice of any such changes. In the event a lawsuit is brought upon this bond by the City and judgment is recovered, the Surety shall pay all litigation expenses incurred by the City in such suit, including reasonable attorneys’ fees, court costs, expert witness fees and expenses. IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this _______ day of ________________, 20____, the name and corporate seal of each corporation. (Corporate Seal) Contractor/ Principal By Title (Corporate Seal) Surety By Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title 61147.02100\20950242.4 -25- 00 41 43 – BID FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory Name(s) of Signer(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for Contractor/Principal. 61147.02100\20950242.4 -26- 00 41 43 – BID FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney to local representatives of the bonding company must also be attached. END OF BID BOND 61147.02100\20950242.4 -27- 00 41 43 – BID FORMS 1.3 List of Subcontractors In compliance with the Subletting and Subcontracting Fair Practices Act Chapter 4 (commencing at Section 4100), Part 1, Division 2 of the Public Contract Code of the State of California and any amendments thereof, Bidder shall set forth below: (a) the name and the location of the place of business, (b) the California contractor license number, (c) the DIR public works contractor registration number unless exempt pursuant to Labor Code Sections 1725.5 and 1771.1, and (d) the portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Bidder in or about the construction of the work or improvement to be performed under this Contract in an amount in excess of one-half of one percent (0.5%) of the Bidder’s Total Bid Price. Notwithstanding the foregoing, if the work involves the construction of streets and highways, then the Bidder shall list each subcontractor who will perform work or labor or render service to the Bidder in or about the work in an amount in excess of one-half of one percent (0.5%) of the Bidder’s Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If a Bidder fails to specify a subcontractor or if a contractor specifies more than one subcontractor for the same portion of work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of work and that it shall perform that portion itself. Work to be done by Subcontractor Name of Subcontractor Location of Business CSLB Contractor License No. DIR Registration Number % of Work 61147.02100\20950242.4 -28- 00 41 43 – BID FORMS Work to be done by Subcontractor Name of Subcontractor Location of Business CSLB Contractor License No. DIR Registration Number % of Work (Attach additional sheets if necessary) Name of Bidder Signature Name and Title Dated 61147.02100\20950242.4 -29- 00 41 43 – BID FORMS 1.4 Bidder Information and Experience Form ARTICLE 1. INFORMATION ABOUT BIDDER (Indicate not applicable (“N/A”) where appropriate.) NOTE: Where Bidder is a joint venture, pages shall be duplicated and information provided for all parties to the joint venture. 1.0 Name of Bidder: ___________________________________________ 2.0 Type, if Entity: ___________________________________________ 3.0 Bidder Address: ___________________________________________ _____________________________________________________________ _____________________________________________________________ Facsimile Number Telephone Number _____________________________________________________________ Email Address 4.0 How many years has Bidder’s organization been in business as a Contractor? ______________________________ 5.0 How many years has Bidder’s organization been in business under its present name? ________________________ 5.1 Under what other or former names has Bidder’s organization operated?_______________________________________________ 6.0 If Bidder’s organization is a corporation, answer the following: 6.1 Date of Incorporation: ________________________________ 6.2 State of Incorporation: ________________________________ 6.3 President’s Name: ________________________________ 6.4 Vice-President’s Name(s): ________________________________ ________________________________ 6.5 Secretary’s Name: ________________________________ 6.6 Treasurer’s Name: ________________________________ 61147.02100\20950242.4 -30- 00 41 43 – BID FORMS 7.0 If an individual or a partnership, answer the following: 7.1 Date of Organization: ______________________________________ 7.2 Name and address of all partners (state whether general or limited partnership): ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ 8.0 If other than a corporation or partnership, describe organization and name principals: ___________________________________________________________ ___________________________________________________________ 9.0 List other states in which Bidder’s organization is legally qualified to do business. ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ 10.0 What type of work does the Bidder normally perform with its own forces? ___________________________________________________________ ___________________________________________________________ 11.0 Has Bidder ever failed to complete any work awarded to it? If so, note when, where, and why: ___________________________________________________________ ___________________________________________________________ 12.0 Within the last five years, has any officer or partner of Bidder’s organization ever been an officer or partner of another organization when it failed to complete a contract? If so, attach a separate sheet of explanation: ___________________________________________________________ ___________________________________________________________ 13.0 List Trade References: ___________________________________________________________ ___________________________________________________________ 61147.02100\20950242.4 -31- 00 41 43 – BID FORMS ___________________________________________________________ ___________________________________________________________ 14.0 List Bank References (Bank and Branch Address): ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ 15.0 Name of Bonding Company and Name and Address of Agent: ___________________________________________________________ ___________________________________________________________ ___________________________________________________________ [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 61147.02100\20950242.4 -32- 00 41 43 – BID FORMS ARTICLE 2. LIST OF CURRENT PROJECTS (BACKLOG) [**Duplicate Page if needed for listing additional current projects.**] Project Description of Bidder’s Work Completion Date Cost of Bidder’s Work 61147.02100\20950242.4 -33- 00 41 43 – BID FORMS ARTICLE 3. LIST OF COMPLETED PROJECTS – LAST THREE YEARS [**Duplicate Page if needed for listing additional completed projects.**] Please include only those projects which are similar enough to demonstrate Bidder’s ability to perform the required Work. Project Description of Bidder’s Work Completion Date Cost of Bidder’s Work 61147.02100\20950242.4 -34- 00 41 43 – BID FORMS ARTICLE 4. EXPERIENCE AND TECHNICAL QUALIFICATIONS QUESTIONNAIRE Personnel: The Bidder shall identify the key personnel to be assigned to this project in a management, construction supervision or engineering capacity. 1. List each person’s job title, name and percent of time to be allocated to this project: 2. Summarize each person’s specialized education: 3. List each person’s years of construction experience relevant to the project: 4. Summarize such experience: Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by the City. Changes Occuring Since Prequalification If any substantive changes have occurred since Bidder submitted its prequalification package for this Project, Bidder shall list them below. If none are listed, Bidder certifies that no substantive changes have occurred. _______ 61147.02100\20950242.4 -35- 00 41 43 – BID FORMS Additional Bidder’s Statements: If the Bidder feels that there is additional information which has not been included in the questionnaire above, and which would contribute to the qualification review, it may add that information in a statement here or on an attached sheet, appropriately marked: _______ ARTICLE 5. VERIFICATION AND EXECUTION These Bid Forms shall be executed only by a duly authorized official of the Bidder: I declare under penalty of perjury under the laws of the State of California that the foregoing information is true and correct: Name of Bidder Signature Name Title Date 61147.02100\20950242.4 -36- 00 41 43 – BID FORMS 1.5 Non-Collusion Declaration The undersigned declares: I am the ___________________ of ______________________________, the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid Price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid Price, or of that of any other Bidder. All statements contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid Price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on __________ [date], at ___________________ [city], ___________________ [state]. Name of Bidder Signature Name Title 61147.02100\20950242.4 -37- 00 41 43 – BID FORMS 1.6 Iran Contracting Act Certification. (Public Contract Code section 2200 et seq.) As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury that the option checked below relating to the Contractor’s status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: The Contractor is not: (1) identified on the current list of person and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or (2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. The City has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the City will be unable to obtain the goods and/or services to be provided pursuant to the Contract. The amount of the Contract payable to the Contractor for the Project does not exceed $1,000,000. Signature: Printed Name: Title: Firm Name: Date: Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. 61147.02100\20950242.4 -38- 00 41 43 – BID FORMS 1.7 Public Works Contractor Registration Certification Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See http://www.dir.ca.gov/Public- Works/PublicWorks.html for additional information. No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.1 Name of Bidder: DIR Registration Number: DIR Registration Expiration:_________________________ Small Project Exemption: _____ Yes or _____ No Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges: 1. Bidder shall maintain a current DIR registration for the duration of the project. 2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its contract with subcontractors and ensure that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project. 3. Failure to submit this form or comply with any of the above requirements may result in a finding that the bid is non-responsive. Name of Bidder Signature Name and Title Dated 1.8 Contractor’s Certificate Regarding Workers’ Compensation. I am aware of the provisions of section 3700 of the Labor Code which require every employer to 1 If the Project is exempt from the contractor registration requirements pursuant to the small project exemption under Labor Code Sections 1725.5 and 1771.1, please mark “Yes” in response to “Small Project Exemption.” 61147.02100\20950242.4 -39- 00 41 43 – BID FORMS be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Name of Bidder Signature Name Title Dated ______________________________ 61147.02100\20950242.4 -40- 00 52 13 – CONTRACT 00 52 13 – CONTRACT This CONTRACT, No. ________ is made and entered into this ____ day of _______, ______, by and between City of San Juan Capistrano, sometimes hereinafter called “City,” and _______________________________________________, sometimes hereinafter called “Contractor.” WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other as follows: a. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide all labor, materials, equipment, tools, utility services, and transportation to complete all of the Work required in strict compliance with the Contract Documents as specified in Article 5, below, for the following Project: NORTHWEST OPEN SPACE COMMUNITY PARK, CIP 09209 The Contractor and its surety shall be liable to the City for any damages arising as a result of the Contractor’s failure to comply with this obligation. a. TIME FOR COMPLETION. Time is of the essence in the performance of the Work. The Work shall be commenced on the date stated in the City’s Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 60 Working Days from the commencement date stated in the Notice to Proceed. By its signature hereunder, Contractor agrees the time for completion set forth above is adequate and reasonable to complete the Work. b. CONTRACT PRICE. The City shall pay to the Contractor as full compensation for the performance of the Contract, subject to any additions or deductions as provided in the Contract Documents, and including all applicable taxes and costs, the sum of ____________________________________________________________________ Dollars ($_________________________________). Payment shall be made as set forth in the General Conditions. c. LIQUIDATED DAMAGES. In accordance with Government Code section 53069.85, it is agreed that the Contractor will pay the City the sum set forth in Section 00 73 13, Article 1.11 for each and every calendar day of delay beyond the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this is not paid, the Contractor agrees the City may deduct that amount from any money due or that may become due the Contractor under the Contract. This Article does not exclude recovery of other damages specified in the Contract Documents. d. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents” include the following: Notice Inviting Bids Instructions to Bidders Bid Form Bid Bond Designation of Subcontractors Information Required of Bidders 61147.02100\20950242.4 -41- NORTHWEST OPEN SPACE COMMUNITY PARK, CIP 09209 Non-Collusion Declaration Form Iran Contracting Act Certification Public Works Contractor Registration Certification Performance Bond Payment (Labor and Materials) Bond General Conditions Special Conditions Technical Specifications Addenda Plans and Drawings Standard Specifications for Public Works Construction “Greenbook”, latest edition, Except Sections 1-9 Applicable Local Agency Standards and Specifications, as last revised Approved and fully executed change orders Any other documents contained in or incorporated into the Contract The Contractor shall complete the Work in strict accordance with all of the Contract Documents. All of the Contract Documents are intended to be complementary. Work required by one of the Contract Documents and not by others shall be done as if required by all. This Contract shall supersede any prior agreement of the parties. e. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Each and every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the California Labor Code and California Public Contract Code which are applicable to this Work. f. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the General Conditions. g. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor Code which such rates shall be made available at the City’s Administrative Office or may be obtained online at http://www.dir.ca.gov and which must be posted at the job site. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] 61147.02100\20950242.4 -42- NORTHWEST OPEN SPACE COMMUNITY PARK, CIP 09209 IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on the day and year above written. CITY OF SAN JUAN CAPISTRANO Name of Contractor By _____________________________________ Name and Title: _________________________ License No. ____________________________ Date: __________________________________ By______________________________ Benjamin Siegel, City Manager Date: ____________________________ (CONTRACTOR’S SIGNATURE MUST BE NOTARIZED AND CORPORATE SEAL AFFIXED, IF APPLICABLE) Approved as to form this _____________day of 20___. _______________________________ Attorney for City of San Juan Capistrano ATTEST: By: City Clerk San Juan Capistrano END OF CONTRACT 61147.02100\20950242.4 -43- NORTHWEST OPEN SPACE COMMUNITY PARK, CIP 09209 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Individual Corporate Officer Title(s) Title or Type of Document Partner(s) Limited General Number of Pages Attorney-In-Fact Trustee(s) Guardian/Conservator Date of Document Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above 61147.02100\20950242.4 -44- 00 61 13 – BOND FORMS 00 61 13 – BOND FORMS 1.1 Performance Bond. KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of San Juan Capistrano, (hereinafter referred to as “City”) has awarded to _________________________, (hereinafter referred to as the “Contractor”) an agreement for Contract No._________, (hereinafter referred to as the “Project”). WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated ________________, (hereinafter referred to as “Contract Documents”), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, ______________________, the undersigned Contractor and ________________________________________________ as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of ___________________________ DOLLARS, ($____________), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, its officials, officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees including reasonable attorney’s fees, incurred by City in enforcing such obligation. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure Section 337.15. 61147.02100\20950242.4 -45- 00 61 13 – BOND FORMS Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City’s option: i. Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or ii. Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. iii. Permit the City to complete the Project in any manner consistent with California law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term “balance of the contract price” as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City’s objection to Contractor’s further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. 61147.02100\20950242.4 -46- 00 61 13 – BOND FORMS [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] 61147.02100\20950242.4 -47- 00 61 13 – BOND FORMS IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of ______________, 20___. (Corporate Seal) Contractor/ Principal By Title (Corporate Seal) Surety By Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title The rate of premium on this bond is ____________ per thousand. The total amount of premium charges is $_______________________________. (The above must be filled in by corporate attorney.) THIS IS A REQUIRED FORM Any claims under this bond may be addressed to: (Name and Address of Surety) ___________________________________________ ___________________________________________ ___________________________________________ (Name and Address of Agent or ___________________________________________ Representative for service of ___________________________________________ process in California, if different ___________________________________________ from above) (Telephone number of Surety ___________________________________________ and Agent or Representative for service of process in California) 61147.02100\20950242.4 -48- 00 61 13 – BOND FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for Contractor/Principal. 61147.02100\20950242.4 -49- 00 61 13 – BOND FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of Attorney to local representatives of the bonding company must also be attached. END OF PERFORMANCE BOND 61147.02100\20950242.4 -50- 00 61 13 – BOND FORMS 1.2 Payment Bond (Labor and Materials). KNOW ALL MEN BY THESE PRESENTS That WHEREAS, the City of San Juan Capistrano (hereinafter designated as the “City”), by action taken or a resolution passed ___________________ , 20_____, has awarded to ________________________ hereinafter designated as the “Principal,” a contract for the work described as follows: Contract No.____________ (the “Project”); and WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said Principal and its Subcontractors with respect to such work or labor the Surety on this bond will pay for the same to the extent hereinafter set forth. NOW THEREFORE, we, the Principal and __________________________ as Surety, are held and firmly bound unto the City in the penal sum of ______________ Dollars ($___________) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Civil Code Section 9100, fail to pay for any materials, provisions or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Revenue and Taxation Code Section 18663, with respect to such work and labor the Surety or Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bond, all litigation expenses incurred by the City in such suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation expenses. This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon this bond. It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement pertaining or relating to any scheme or work of improvement herein above described, or pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement herein above described, nor by any rescission or attempted rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that 61147.02100\20950242.4 -51- 00 61 13 – BOND FORMS this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the owner or City and original contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Civil Code Section 9100, and has not been paid the full amount of his claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned, including but not limited to the provisions of sections 2819 and 2845 of the California Civil Code. IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of ______________, 20__. (Corporate Seal) Contractor/ Principal By Title (Corporate Seal) Surety By Attorney-in-Fact (Attach Attorney-in-Fact Certificate) Title 61147.02100\20950242.4 -52- 00 61 13 – BOND FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for Contractor/Principal. 61147.02100\20950242.4 -53- 00 61 13 – BOND FORMS Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF ______________ On , 20___, before me, _______________________________, Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT  Individual  Corporate Officer Title(s) Title or Type of Document  Partner(s)  Limited  General Number of Pages  Attorney-In-Fact  Trustee(s)  Guardian/Conservator Date of Document  Other: Signer is representing: Name Of Person(s) Or Entity(ies) Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney to local representatives of the bonding company must also be attached. END OF PAYMENT BOND 61147.02100\20950242.4 -54- 00 72 13 – GENERAL CONDITIONS 00 72 13 – GENERAL CONDITIONS ARTICLE 1. DEFINED TERMS Whenever used in the Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined below, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. A. Act of God – An earthquake of magnitude of 3.5 or higher on the Richter scale or a tidal wave. B. Addenda -- Written or graphic instruments issued prior to the submission of Bids which clarify, correct, or change the Contract Documents. C. Additional Work -- New or unforeseen work will be classified as “Additional Work” when the City’s Representative determines that it is not covered by the Contract. D. Applicable Laws -- The laws, statutes, ordinances, rules, codes, regulations, permits, and licenses of any kind, issued by local, state or federal governmental authorities or private authorities with jurisdiction (including utilities), to the extent they apply to the Work. E. Bid -- The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. F. Bidder -- The individual or entity who submits a Bid directly to the City. G. Change Order (“CO”) -- A document that authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Contract, in accordance with the Contract Documents and in the form contained in the Contract Documents. H. Change Order Request (“COR”) -- A request made by the Contractor for an adjustment in the Contract Price and/or Contract Times as the result of a Contractor- claimed change to the Work. This term may also be referred to as a Change Order Proposal (“COP”), or Request for Change (“RFC”). I. City -- The City of San Juan Capistrano. J. City Council, Council -- The City Council of the City. K. City’s Representative -- The individual or entity as identified in the Special Conditions to act as the City’s Representative. L. Claim -- A demand or assertion by the City or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 61147.02100\20950242.4 -55- 00 72 13 – GENERAL CONDITIONS M. Contract -- The entire integrated written agreement between the City and Contractor concerning the Work. “Contract” may be used interchangeably with “Agreement” in the Contract Documents. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral, and includes all Contract Documents. N. Contract Documents -- The documents listed in Section 00 52 13, Article 5. Some documents provided by the City to the Bidders and Contractor, including but not limited to reports and drawings of subsurface and physical conditions are not Contract Documents. O. Contract Price -- Amount to be paid by the City to the Contractor as full compensation for the performance of the Contract and completion of the Work, subject to any additions or deductions as provided in the Contract Documents, and including all applicable taxes and costs. P. Contract Times -- The number of days or the dates stated in the Contract Documents to: achieve defined Milestones, if any; and to complete the Work so that it is ready for final payment. Q. Contractor -- The individual or entity with which the City has contracted for performance of the Work. R. Contractor’s Designated On-Site Representative -- The Contractor’s Designated On- Site Representative will be as identified in Section 00 72 13, Article 3 and shall not be changed without prior written consent of the City. S. Daily Rate -- The Daily Rate stipulated in the Contract Documents as full compensation to the Contractor due to the City’s unreasonable delay to the Project that was not contemplated by the parties. T. Day -- A calendar day of 24 hours measured from midnight to the next midnight. U. Defective Work -- Work that is unsatisfactory, faulty, or deficient; or that does not conform to the Contract Documents; or that does not meet the requirements of any inspection, reference standard, test, or approval referenced in the Contract Documents. V. Demobilization -- The complete dismantling and removal by the Contractor of all of the Contractor’s temporary facilities, equipment, and personnel at the Site. W. Drawings -- That part of the Contract Documents prepared by of the Engineer of Record which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. X. Effective Date of the Contract -- The date indicated in the Contract on which it becomes effective, but if no such date is indicated, it means the date on which the Contract is signed and delivered by the last of the two parties to sign and deliver. 61147.02100\20950242.4 -56- 00 72 13 – GENERAL CONDITIONS Y. Engineer, whenever not qualified, shall mean the City Engineer of the City, acting either directly or through properly authorized agents, such agents acting severally within the scope of the particular duties entrusted to them. On all questions concerning the acceptance of materials, machinery, the classifications of material, the execution of work, conflicting interest of the contractors performing related work and the determination of costs, the decision of the Engineer, duly authorized by the City Council, shall be binding and final upon both parties. Z. Engineer of Record -- The individual, partnership, corporation, joint venture, or other legal entity named as such in Section 00 73 13, Article 1.1. or any succeeding entity designated by the City. AA. Green Book -- The current edition of the Standard Specifications for Public Works Construction promulgated by the Joint Cooperative Committee of the Southern California Chapter American Public Works Association and the Southern California Districts of the Associated General Contractors of California. BB. Hazardous Waste -- The term “Hazardous Waste” shall have the meaning provided in Section 104 of the Solid Waste Disposal Act (42 U.S.C. § 6903) as amended from time to time or, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a class I, class II, or class III disposal site in accordance with provisions of existing law, whichever is more restrictive. CC. Holiday – The Holidays occur on: New Year’s Day - January 1 President’s Day – Third Monday in February Memorial Day - Last Monday in May Independence Day - July 4 Labor Day - First Monday in September Veteran’s Day - November 11 Thanksgiving Day - Fourth Thursday in November Friday after Thanksgiving Christmas Eve – December 24 Christmas Day - December 25 Day After Christmas – December 26 New Year’s Eve – December 31 If any Holiday listed above falls on a Saturday, Saturday and the preceding Friday are both Holidays. If the Holiday should fall on a Sunday, Sunday and the following Monday are both Holidays. DD. Notice of Award -- The written notice by the City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, the City will sign and deliver the Contract. EE. Notice of Completion -- The form which may be executed by the City and recorded by the county where the Project is located constituting final acceptance of the Project. 61147.02100\20950242.4 -57- 00 72 13 – GENERAL CONDITIONS FF. Notice to Proceed -- A written notice given by the City to Contractor fixing the date on which the Contractor may proceed with the Work and when Contract Times will commence to run. GG. Project -- The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. HH. Recyclable Waste Materials -- Materials removed from the Site which are required to be diverted to a recycling center rather than an area landfill. Recyclable Waste Materials include asphalt, concrete, brick, concrete block, and rock. II. Schedule of Submittals -- A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to facilitate scheduled performance of related construction activities. JJ. Shop Drawings -- All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. KK. Specifications -- That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. LL. Stop Payment Notice -- A written notice as defined in Civil Code section 8044. MM. Subcontractor -- An individual or entity other than a Contractor having a contract with any other entity than the City for performance of any portion of the Work at the Site. NN. Submittal -- Written and graphic information and physical samples prepared and supplied by the Contractor demonstrating various portions of the Work. OO. Successful Bidder -- The Bidder submitting a responsive Bid to whom the City makes an award. PP. Supplier -- A manufacturer, fabricator, supplier, distributor, material man, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment used in the performance of the Work or to be incorporated in the Work. QQ. Underground Facilities -- All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. RR. Unit Price Work -- Work to be paid for on the basis of unit prices as provided by the Contractor in its bid or as adjusted in accordance with the Contract Documents. 61147.02100\20950242.4 -58- 00 72 13 – GENERAL CONDITIONS SS. Warranty -- A written guarantee provided to the City by the Contractor that the Work will remain free of defects and suitable for its intended use for the period required by the Contract Documents or the longest period permitted by the law of this State, whichever is longer. TT. Work -- The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. ARTICLE 2. CONTRACT DOCUMENTS A. Contract Documents. The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. B. Interpretations. The Contract Documents are intended to be fully cooperative and complementary. If the Contractor observes that any documents are in conflict, the Contractor shall promptly notify the Engineer in writing. In case of conflicts between the Contract Documents, the order of precedence shall be as follows: 1. Change Orders 2. Addenda 3. Special Conditions 4. Technical Specifications 5. Plans (Contract Drawings) 6. Contract 7. General Conditions 8. Instructions to Bidders 9. Notice Inviting Bids 10. Contractor’s Bid Forms 11. Standard Specifications for Public Works Construction (Sections 1-9 Excluded) 12. Applicable Local Agency Standards and Specifications 13. Standard Drawings 14. Reference Documents With reference to the Drawings, the order of precedence shall be as follows: 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over Standard Drawings 5. Contract Drawings govern over Shop Drawings C. Conflicts in Contract Documents. Notwithstanding the orders of precedence established above, in the event of conflicts, the higher standard, higher quality, and most expensive shall always apply. D. Organization of Contract Documents. Organization of the Contract Documents into divisions, sections, and articles, and arrangement of drawings shall not control the 61147.02100\20950242.4 -59- 00 72 13 – GENERAL CONDITIONS Contractor in dividing Project Work among subcontractors or in establishing the extent of Work to be performed by any trade. ARTICLE 3. PRECONSTRUCTION AND CONSTRUCTION COMMUNICATION Before any Work at the site is started, a conference attended by the City, Contractor, City’s Representative, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to herein, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. At this conference the City and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. ARTICLE 4. CONTRACT DOCUMENTS: COPIES & MAINTENANCE Contractor will be furnished, free of charge, five (5) copies of the Contract Documents. Additional copies may be obtained at cost of reproduction. Contractor shall maintain a clean, undamaged set of Contract Documents, including submittals, at the Project site. ARTICLE 5. EXAMINATION OF DRAWINGS, SPECIFICATIONS AND SITE OF WORK A. Examination of Contract Documents. Before commencing any portion of the Work, Contractor shall again carefully examine all applicable Contract Documents, the Project site, and other information given to Contractor as to materials and methods of construction and other Project requirements. Contractor shall immediately notify the Engineer of any potential error, inconsistency, ambiguity, conflict, or lack of detail or explanation. If Contractor performs, permits, or causes the performance of any Work which is in error, inconsistent or ambiguous, or not sufficiently detailed or explained, Contractor shall bear any and all resulting costs, including, without limitation, the cost of correction. In no case shall the Contractor or any subcontractor proceed with Work if uncertain as to the applicable requirements. B. Additional Instructions. After notification of any error, inconsistency, ambiguity, conflict, or lack of detail or explanation, the Engineer will provide any required additional instructions, by means of drawings or other written direction, necessary for proper execution of Work. C. Quality of Parts, Construction and Finish. All parts of the Work shall be of the best quality of their respective kinds and the Contractor must use all diligence to inform itself fully as to the required construction and finish. D. Contractor’s Variation from Contract Document Requirements. If it is found that the Contractor has varied from the requirements of the Contract Documents including the requirement to comply with all applicable laws, ordinances, rules and regulations, the Engineer may at any time, before or after completion of the Work, order the 61147.02100\20950242.4 -60- 00 72 13 – GENERAL CONDITIONS improper Work removed, remade or replaced by the Contractor at the Contractor’s expense. ARTICLE 6. MOBILIZATION A. When a bid item is included in the Bid Form for mobilization, the costs of Work in advance of construction operations and not directly attributable to any specific bid item will be included in the progress estimate (“Initial Mobilization”). When no bid item is provided for “Initial Mobilization,” payment for such costs will be deemed to be included in the other items of the Work. B. Payment for Initial Mobilization based on the lump sum provided in the Bid Form, which shall constitute full compensation for all such Work. No payment for Initial Mobilization will be made until all of the listed items have been completed to the satisfaction of the Engineer. The scope of the Work included under Initial Mobilization shall include, but shall not be limited to, the following principal items: 1. Obtaining and paying for all bonds, insurance, and permits. 2. Moving on to the Project site of all Contractor’s plant and equipment required for the first month’s operations. 3. Installing temporary construction power, wiring, and lighting facilities, as applicable. 4. Establishing fire protection system, as applicable. 5. Developing and installing a construction water supply, if applicable. 6. Providing and maintaining the field office trailers for the Contractor, if necessary, and the Engineer (if specified), complete, with all specified furnishings and utility services. 7. Providing on-site sanitary facilities and potable water facilities as specified per Cal- OSHA and these Contract Documents. 8. Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products, equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturer’s specified storage requirements, and the specific provisions of the specifications, including temperature and humidity control, if recommended by the manufacturer, and for all security. 9. Arranging for and erection of Contractor’s work and storage yard. 10. Posting all OSHA required notices and establishment of safety programs per Cal- OSHA. 11. Full-time presence of Contractor’s superintendent at the job site as required herein. 12. Submittal of Construction Schedule as required by the Contract Documents. 61147.02100\20950242.4 -61- 00 72 13 – GENERAL CONDITIONS ARTICLE 7. EXISTENCE OF UTILITIES AT THE WORK SITE A. The City has endeavored to determine the existence of utilities at the Project site from the records of the owners of known utilities in the vicinity of the Project. The positions of these utilities as derived from such records are shown on the Plans. B. Unless indicated otherwise on the Plans and Specifications, no excavations were made to verify the locations shown for underground utilities. The service connections to these utilities are not shown on the Plans. Water service connections may be shown on the Plans showing general locations of such connections. It shall be the responsibility of the Contractor to determine the exact location of all service connections. The Contractor shall make its own investigations, including exploratory excavations, to determine the locations and type of service connections, prior to commencing Work which could result in damage to such utilities. The Contractor shall immediately notify the City in writing of any utility discovered in a different position than shown on the Plans or which is not shown on the Plans. C. If applicable, all water meters, water valves, fire hydrants, electrical utility vaults, telephone vaults, gas utility valves, and other subsurface structures shall be relocated or adjusted to final grade by the Contractor. Locations of existing utilities shown on the Plans are approximate and may not be complete. The Contractor shall be responsible for coordinating its Work with all utility companies during the construction of the Work. D. Notwithstanding the above, pursuant to section 4215 of the Government Code, the City has the responsibility to identify, with reasonable accuracy, main or trunkline facilities on the plans and specifications. In the event that main or trunkline utility facilities are not identified with reasonable accuracy in the plans and specifications made a part of the invitation for Bids, the City shall assume the responsibility for their timely removal, relocation, or protection. E. Contractor, except in an emergency, shall contact the appropriate regional notification center, Southern California Underground Service Alert at 811 or 1-800-227-2600 or on-line at www.digalert.org at least two working days prior to commencing any excavation if the excavation will be performed in an area which is known, or reasonably should be known, to contain subsurface installations other than the underground facilities owned or operated by the City, and obtain an inquiry identification number from that notification center. No excavation shall be commenced or carried out by the Contractor unless such an inquiry identification number has been assigned to the Contractor or any subcontractor of the Contractor and the City has been given the identification number by the Contractor. ARTICLE 8. SOILS INVESTIGATIONS A. Reports and Drawings. The Special Conditions identify: 1. those reports known to the City of explorations and tests of subsurface conditions at or contiguous to the site; and 2. those drawings known to the City of physical conditions relating to existing surface or subsurface structures at the site (except Underground Facilities). 61147.02100\20950242.4 -62- 00 72 13 – GENERAL CONDITIONS B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, which were expressly not created or obtained to evaluate or assist in the evaluation of constructability, and are not Contract Documents. Contractor shall make its own interpretation of the “technical data” and shall be solely responsible for any such interpretations. Except for reliance on the accuracy of such “technical data,” Contractor may not rely upon or make any claim against the City, City’s Representative, or Engineer of Record, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including without limitation any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, conclusions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. ARTICLE 9. CONTRACTOR’S SUPERVISION Contractor shall continuously keep at the Project site, a competent and experienced full-time Project superintendent acceptable to the City. Superintendent must be able to proficiently speak, read and write in English and shall have the authority to make decisions on behalf of the Contractor. Contractor shall continuously provide efficient supervision of the Project. ARTICLE 10. WORKERS A. Contractor shall at all times enforce strict discipline and good order among its employees. Contractor shall not employ on the Project any unfit person or any one not skilled in the Work assigned to him or her. B. Any person in the employ of the Contractor whom the City may deem incompetent or unfit shall be dismissed from the Work and shall not be employed on this Project. ARTICLE 11. INDEPENDENT CONTRACTORS Contractor shall be an independent contractor for the City and not an employee. Contractor understands and agrees that it and all of its employees shall not be considered officers, employees, or agents of City and are not entitled to benefits of any kind normally provided employees of City, including but not limited to, state unemployment compensation or workers’ compensation. Contractor assumes full responsibility for the acts and omissions of its employees or agents related to the Work. ARTICLE 12. SUBCONTRACTS A. Contractor agrees to bind every subcontractor to the terms of the Contract Documents as far as such terms are applicable to subcontractor’s portion of the Work. Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors 61147.02100\20950242.4 -63- 00 72 13 – GENERAL CONDITIONS and of persons either directly or indirectly employed by its subcontractors, as Contractor is for acts and omissions of persons directly employed by Contractor. Nothing contained in these Contract Documents shall create any contractual relationship between any subcontractor and the City. B. The City reserves the right to accept all subcontractors. The City’s acceptance of any subcontractor under this Contract shall not in any way relieve Contractor of its obligations in the Contract Documents. C. Prior to substituting any subcontractor listed in the Bid Forms, Contractor must comply with the requirements of the Subletting and Subcontracting Fair Practices Act pursuant to California Public Contract Code section 4100 et seq. ARTICLE 13. VERIFICATION OF EMPLOYMENT ELIGIBILITY By executing this Contract, Contractor verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to time, and shall require all subcontractors, sub-subcontractors and consultants to comply with the same. Each person executing this Contract on behalf of Contractor verifies that he or she is a duly authorized officer of Contractor and that any of the following shall be grounds for the City to terminate the Contract for cause: (1) failure of the Contractor or its subcontractors, sub-subcontractors or consultants to meet any of the requirements provided for in this Article; (2) any misrepresentation or material omission concerning compliance with such requirements; or (3) failure to immediately remove from the Work any person found not to be in compliance with such requirements. ARTICLE 14. REQUESTS FOR SUBSTITUTION A. For the purposes of this provision, the term “substitution” shall mean the substitution of any material, method or service substantially equal to or better in every respect to that indicated in the Standard Specifications or otherwise referenced herein. B. Pursuant to Public Contract Code section 3400(b), the City may make a finding that is described in the Notice Inviting Bids that designates certain products, things, or services by specific brand or trade name. C. Unless specifically designated in the Special Conditions, whenever any material, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specifications shall be deemed to be used for the purpose of facilitating the description of the material, process, or article desired and shall be deemed to be followed by the words “or equal.” Contractor may, unless otherwise stated, offer for substitution any material, process, or article which may be substantially equal to or better in every respect to that so indicated or specified in the Contract Documents. However, the City has adopted uniform standards for certain materials, processes, and articles. D. The Contractor shall submit substitution requests, together with substantiating data, for substitution of any “or equal” material, process, or article no later than thirty-five (35) calendar days after award of Contract. Provisions regarding submission of substitution requests shall not in any way authorize an extension of time for the 61147.02100\20950242.4 -64- 00 72 13 – GENERAL CONDITIONS performance of this Contract. If a substitution request is rejected by the City, the Contractor shall provide the material, method or service specified herein. The City shall not be responsible for any costs incurred by the Contractor associated with substitution requests. The burden of proof as to the equality of any material, process, or article shall rest with the Contractor. The Engineer has the complete and sole discretion to determine if a material, process, or article is substantially equal to or better than that specified and to approve or reject all substitution requests. E. Substantiating data as described above shall include, at a minimum, the following information: 1. A signed affidavit from the Contractor stating that the material, process, or article proposed as a substitution is substantially equal to or better than that specified in every way except as may be listed on the affidavit. 2. Illustrations, specifications, catalog cut sheets, and any other relevant data required to prove that the material, process, or article is substantially equal to or better than that specified. 3. A statement of the cost implications of the substitution being requested, indicating whether and why the proposed substitution will reduce or increase the amount of the contract. 4. Information detailing the durability and lifecycle costs of the proposed substitution. F. Failure to submit all the required substantiating data detailed above in a timely manner so that the substitution request can be adequately reviewed may result in rejection of the substitution request. The Engineer is not obligated to review multiple submittals related the same substitution request resulting from the Contractor’s failure to initially submit a complete package. G. Time limitations within this Article shall be strictly complied with and in no case will an extension of time for completion of the contract be granted because of Contractor’s failure to provide substitution requests at the time and in the manner described herein. H. The Contractor shall bear the costs of all City work associated with the review of substitution requests. I. If substitution requests approved by the Engineer require that Contractor furnish materials, methods or services more expensive than that specified, the increased costs shall be borne by Contractor. ARTICLE 15. SHOP DRAWINGS A. Contractor shall check and verify all field measurements and shall submit with such promptness as to provide adequate time for review and cause no delay in its own Work or in that of any other contractor, subcontractor, or worker on the Project, six (6) copies of all shop drawings, calculations, schedules, and materials list, and all other provisions required by the Contract Documents. Contractor shall sign all submittals affirming that submittals have been reviewed and approved by Contractor prior to submission to Engineer. Each signed submittal shall affirm that the submittal meets all 61147.02100\20950242.4 -65- 00 72 13 – GENERAL CONDITIONS the requirements of the Contract Documents except as specifically and clearly noted and listed on the transmittal letter of the submittal. B. Contractor shall make any corrections required by the Engineer, and file with the Engineer six (6) corrected copies each, and furnish such other copies as may be needed for completion of the Work. Engineer’s acceptance of shop drawings shall not relieve Contractor from responsibility for deviations from the Contract Documents unless Contractor has, in writing, called Engineer’s attention to such deviations at time of submission and has secured the Engineer’s written acceptance. Engineer’s acceptance of shop drawings shall not relieve Contractor from responsibility for errors in shop drawings. ARTICLE 16. SUBMITTALS A. Contractor shall furnish to the Engineer for approval, prior to purchasing or commencing any Work, a log of all samples, material lists and certifications, mix designs, schedules, and other submittals, as required in the Contract Documents. The log shall indicate whether samples will be provided in accordance with other provisions of this Contract. B. Contractor will provide samples and submittals, together with catalogs and supporting data required by the Engineer, to the Engineer within a reasonable time period to provide for adequate review and avoid delays in the Work. C. These requirements shall not authorize any extension of time for performance of this Contract. Engineer will check and approve such samples, but only for conformance with design concept of work and for compliance with information given in the Contract Documents. Work shall be in accordance with approved samples and submittals. ARTICLE 17. MATERIALS A. Except as otherwise specifically stated in the Contract Documents, Contractor shall provide and pay for all materials, labor, tools, equipment, lights, power, transportation, superintendence, temporary constructions of every nature, and all other services and facilities of every nature whatsoever necessary to execute and complete this Contract within specified time. B. Unless otherwise specified, all materials shall be new and the best of their respective kinds and grades as noted and/or specified, and workmanship shall be of good quality. C. Materials shall be furnished in ample quantities and at such times as to ensure uninterrupted progress of the Work and shall be stored properly and protected as required by the Contract Documents. Contractor shall be entirely responsible for damage or loss by weather or other causes to materials or Work. D. No materials, supplies, or equipment for Work under this Contract shall be purchased subject to any chattel mortgage or under a conditional sale or other agreement by which an interest therein or in any part thereof is retained by the seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in the Work and agrees upon completion of all work to deliver the Project, to the City free from any claims, liens, or charges. 61147.02100\20950242.4 -66- 00 72 13 – GENERAL CONDITIONS E. Materials shall be stored on the Project site in such manner so as not to interfere with any operations of the City or any independent contractor. F. Contractor shall verify all measurements, dimensions, elevations, and quantities before ordering any materials or performing any Work, and the City shall not be liable for Contractor’s failure to so. No additional compensation, over and above payment for the actual quantities at the prices set out in the Bid Form, will be allowed because of differences between actual measurements, dimension, elevations and quantities and those indicated on the Plans and in the Specifications. Any difference therein shall be submitted to the Engineer for consideration before proceeding with the Work. ARTICLE 18. PERMITS AND LICENSES A. City will apply and pay for the review of necessary encroachment permits for Work within the public rights-of-way. Contractor shall obtain all other necessary permits and licenses for the construction of the Project, including encroachment permits, and shall pay all fees required by law and shall comply with all laws, ordinances, rules and regulations relating to the Work and to the preservation of public health and safety. Before acceptance of the Project, the Contractor shall submit all licenses, permits, certificates of inspection and required approvals to the City. B. The Bid Form contains an allowance for the Contractor’s cost of acquiring traffic control permits and for construction inspection fees that may be charged to the Contractor by the Agency of Jurisdiction. The allowance is included within the Bid Form to eliminate the need by bidders to research or estimate the costs of traffic control permits and construction inspection fees prior to submitting a bid. The allowance is specifically intended to account for the costs of traffic control permits and construction inspection fees charged by the local Agency of Jurisdiction only. No other costs payable by Contractor to the Agency of Jurisdiction are included within the allowance. Payment by City to Contractor under the Permit and Inspection Allowance Bid Item shall be made based on actual cost receipts only and in accordance with the provisions of these specifications. ARTICLE 19. TRENCHES A. Trenches Five Feet or More in Depth. Contractor shall submit to the Engineer at the preconstruction meeting, a detailed plan showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from hazards of caving ground during the excavation of any trench or trenches five feet or more in depth. If such plan varies from shoring system standards established by the Construction Safety Orders of the California Code of Regulations, Department of Industrial Relations, the plan shall be prepared by a California registered civil or structural engineer. The plan shall not be less effective than the shoring, bracing, sloping, or other provisions of the Construction Safety Orders, as defined in the California Code of Regulations. The Contractor shall designate in writing the “competent person” as defined in Title 8, California Code of Regulations, who shall be present at the Work Site each day that trenching/excavation is in progress. The “competent person” shall prepare and provide daily trenching/excavation inspection reports to the Engineer. Contractor shall also submit a copy of its annual California Occupational Safety and Health Administration (Cal/OSHA) trench/excavation permit. 61147.02100\20950242.4 -67- 00 72 13 – GENERAL CONDITIONS B. Excavations Deeper than Four Feet. If the Work involves excavating trenches or other excavations that extend deeper than four feet below the surface, Contractor shall promptly, and before the excavation is further disturbed, notify the City in writing of any of the following conditions: 1. Material that the Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated. 3. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract The City shall promptly investigate the conditions, and if it finds that the conditions do so materially differ, or do involve hazardous waste, and cause a decrease or increase in Contractor’s cost of, or the time required for, performance of any part of the Work, shall issue a change order under the procedures described in the Contract Documents. In the event that a dispute arises between the City and the Contractor as to whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of, or time required for, performance of any part of the Work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all Work to be performed under the Contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the parties. ARTICLE 20. TRAFFIC CONTROL A. Traffic control plan(s) for the Work may be required by the Agency(s) of Jurisdiction. Traffic control plans, if required, shall be prepared at Contractor’s expense, and traffic control shall be performed at Contractor’s expense in accordance with the requirements of the Agency(s) of Jurisdiction. The Permit and Inspection Allowance included within the Bid Form includes the cost of required traffic control permit(s) and construction inspection by the Agency(s) of Jurisdiction only. The Permit and Inspection Allowance does not include costs for preparation of any required traffic control plans, implementation of any traffic control requirements or for any traffic signal services that may be required. Costs for traffic control plans, implementation of traffic control, or traffic signal services required by the Agency(s) of Jurisdiction shall be included in the Contractor’s Bid. B. All warning signs and safety devices used by the Contractor to perform the Work shall conform to the requirements contained in the State of California, Department of Transportation’s current edition of “Manual of Traffic Controls for Construction and Maintenance Work Zones” or to the requirements of the local agency. The Contractor shall also be responsible for all traffic control required by the agency having jurisdiction over the project on the intersecting streets. Contractor must submit a traffic control plan to the agency having jurisdiction over the project for approval prior to starting work. 61147.02100\20950242.4 -68- 00 72 13 – GENERAL CONDITIONS C. The Contractor’s representative on the site responsible for traffic control shall produce evidence that he/she has completed training acceptable to the California Department of Transportation for safety through construction zones. All of the streets in which the Work will occur shall remain open to traffic and one lane of traffic maintained at all times unless otherwise directed by the agency of jurisdiction. Businesses and residences adjacent to the Work shall be notified forty-eight (48) hours in advance of closing of driveways. The Contractor shall make every effort to minimize the amount of public parking temporarily eliminated due to construction in areas fronting businesses. No stockpiles of pipe or other material will be allowed in traveled right-of- ways after working hours unless otherwise approved by the Engineer. ARTICLE 21. DIVERSION OF RECYCLABLE WASTE MATERIALS In compliance with the applicable City’s waste reduction and recycling efforts, Contractor shall divert all Recyclable Waste Materials to appropriate recycling centers as required for compliance with the local jurisdiction’s waste diversion ordinances. Contractor will be required to submit weight tickets and written proof of diversion with its monthly progress payment requests. Contractor shall complete and execute any certification forms required by City or other applicable agencies to document Contractor’s compliance with these diversion requirements. All costs incurred for these waste diversion efforts shall be the responsibility of the Contractor. ARTICLE 22. REMOVAL OF HAZARDOUS MATERIALS Should Contractor encounter material reasonably believed to be polychlorinated biphenyl (PCB) or other toxic wastes and hazardous materials which have not been rendered harmless at the Project site, the Contractor shall immediately stop work at the affected Project site and shall report the condition to the City in writing. The City shall contract for any services required to directly remove and/or abate PCBs and other toxic wastes and hazardous materials, if required by the Project site(s), and shall not require the Contractor to subcontract for such services. The Work in the affected area shall not thereafter be resumed except by written agreement of the City and Contractor. ARTICLE 23. SANITARY FACILITIES Contractor shall provide sanitary temporary toilet buildings and hand washing facilities for the use of all workers. All toilets and hand washing facilities shall comply with local codes and ordinances. Toilets shall be kept supplied with toilet paper and shall have workable door fasteners. Toilets and hand washing facilities shall be serviced no less than once weekly and shall be present in a quantity of not less than 1 per 20 workers as required by Cal/OSHA regulations. The toilets and hand washing facilities shall be maintained in a sanitary condition at all times. Use of toilet and hand washing facilities in the Work under construction shall not be permitted. Any other Sanitary Facilities required by Cal/OSHA shall be the responsibility of the Contractor. ARTICLE 24. AIR POLLUTION CONTROL Contractor shall comply with all air pollution control rules, regulations, ordinances and statutes, including, but not limited to, those required by the South Coast Air Quality Management District. All containers of paint, thinner, curing compound, solvent or liquid asphalt shall be labeled to indicate that the contents fully comply with the applicable material requirements. 61147.02100\20950242.4 -69- 00 72 13 – GENERAL CONDITIONS ARTICLE 25. LAYOUT AND FIELD ENGINEERING All field engineering required for laying out the Work and establishing grades for earthwork operations shall be furnished by the Contractor at its expense. ARTICLE 26. TESTS AND INSPECTIONS A. If the Contract Documents, the Engineer, or any instructions, laws, ordinances, or public authority requires any part of the Work to be tested or Approved, Contractor shall provide the Engineer at least two (2) working days’ notice of its readiness for observation or inspection. If inspection is by a public authority other than the City, Contractor shall promptly inform the City of the date fixed for such inspection. Required certificates of inspection (or similar) shall be secured by Contractor. Costs for City testing and City inspection shall be paid by the City. Costs of tests for Work found not to be in compliance shall be paid by the Contractor. B. If any Work is done or covered up without the required testing or approval, the Contractor shall uncover or deconstruct the Work, and the Work shall be redone after completion of the testing at the Contractor’s cost in compliance with the Contract Documents. C. Where inspection and testing are to be conducted by an independent laboratory or agency, materials or samples of materials to be inspected or tested shall be selected by such laboratory or agency, or by the City, and not by Contractor. All tests or inspections of materials shall be made in accordance with the commonly recognized standards of national organizations. D. In advance of manufacture of materials to be supplied by Contractor which must be tested or inspected, Contractor shall notify the City so that the City may arrange for testing at the source of supply. Any materials which have not satisfactorily passed such testing and inspection shall not be incorporated into the Work. E. If the manufacture of materials to be inspected or tested will occur in a plant or location greater than sixty (60) miles from the City, the Contractor shall pay for any excessive or unusual costs associated with such testing or inspection, including but not limited to excessive travel time, standby time and required lodging. F. Reexamination of Work may be ordered by the City. If so ordered, Work must be uncovered or deconstructed by Contractor. If Work is found to be in accordance with the Contract Documents, the City shall pay the costs of reexamination and reconstruction. If such work is found not to be in accordance with the Contract Documents, Contractor shall pay all costs. ARTICLE 27. PROTECTION OF WORK AND PROPERTY A. The Contractor shall be responsible for all damages to persons or property that occurs as a result of the Work. Contractor shall be responsible for the proper care and protection of all materials delivered and Work performed until completion and final Acceptance by the City. All Work shall be solely at the Contractor’s risk. Contractor shall adequately protect adjacent property from settlement or loss of lateral support as necessary. Contractor shall comply with all applicable safety laws and building codes 61147.02100\20950242.4 -70- 00 72 13 – GENERAL CONDITIONS to prevent accidents or injury to persons on, about, or adjacent to the Project site where Work is being performed. Contractor shall erect and properly maintain at all times, as required by field conditions and progress of work, all necessary safeguards, signs, barriers, lights, and watchmen for protection of workers and the public, and shall post danger signs warning against hazards created in the course of construction. B. In an emergency affecting safety of life or of work or of adjoining property, Contractor, without special instruction or authorization from the Engineer, is hereby permitted to act to prevent such threatened loss or injury; and Contractor shall so act, without appeal, if so authorized or instructed by the Engineer or the City. Any compensation claimed by Contractor on account of emergency work shall be determined by and agreed upon by the City and the Contractor. ARTICLE 28. CONTRACTOR’S MEANS AND METHODS Contractor is solely responsible for the means and methods utilized to perform the Work. In no case shall the Contractor’s means and methods deviate from commonly used industry standards. ARTICLE 29. AUTHORIZED REPRESENTATIVES The City shall designate representatives, who shall have the right to be present at the Project site at all times. The City may designate an inspector who shall have the right to observe all of the Contractor’s Work. The inspector shall not be responsible for the Contractor’s failure to carry out the Work in accordance with the Contract Documents. Contractor shall provide safe and proper facilities for such access. ARTICLE 30. HOURS OF WORK A. As provided in Article 3 (commencing at section 1810), Chapter 1, Part 7, Division 2 of the Labor Code, Contractor stipulates that eight (8) hours of labor shall constitute a legal day’s work. The time of service of any worker employed at any time by the Contractor or by any subcontractor on any subcontract under this Contract upon the Work or upon any part of the Work contemplated by this Contract is limited and restricted to eight (8) hours during any one calendar day and 40 hours during any one calendar week, except as hereinafter provided. Notwithstanding the provisions herein above set forth, work performed by employees of Contractor in excess of eight (8) hours per day, and 40 hours during any one week, shall be permitted upon this public work upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay. B. The Contractor and every subcontractor shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed in connection with the Work or any part of the Work contemplated by this Contract. The record shall be kept open at all reasonable hours to the inspection of the City and to the Division of Labor Law Enforcement, Department of Industrial Relations of the State of California. C. The Contractor shall pay to the City a penalty of twenty-five dollars ($25.00) for each worker employed in the execution of this Contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any calendar day and 40 hours in any one calendar 61147.02100\20950242.4 -71- 00 72 13 – GENERAL CONDITIONS week in violation of the provisions of Article 3 (commencing at section 1810), Chapter 1, Part 7, Division 2 of the Labor Code. D. Any work necessary to be performed after regular working hours, or on Saturdays and Sundays or other holidays, shall be performed without additional expense to the City. E. City will provide inspection during normal working hours from 7:00 a.m. to 3:30 p.m. Monday through Friday. Inspection before or after this time will be charged to the Contractor as reimbursable inspection time. Inspections on weekends requires two days’ notice for review and approval. Upon written request and approval the 8.5 hour working day may be changed to other limits subject to city/county ordinance. F. It shall be unlawful for any person to operate, permit, use, or cause to operate any of the following at the Project site, other than between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, with no Work allowed on the City-observed holidays, unless otherwise approved by the City: 1. Powered Vehicles 2. Construction Equipment 3. Loading and Unloading Vehicles 4. Domestic Power Tools ARTICLE 31. PAYROLL RECORDS; LABOR COMPLIANCE A. Pursuant to Labor Code section 1776, Contractor and all subcontractors shall maintain weekly certified payroll records, showing the names, addresses, Social Security numbers, work classifications, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by them in connection with the Work under this Contract. Contractor shall certify under penalty of perjury that records maintained and submitted by Contractor are true and accurate. Contractor shall also require subcontractor(s) to certify weekly payroll records under penalty of perjury. B. In accordance with Labor Code section 1771.4, the Contractor and each subcontractor shall furnish the certified payroll records directly to the Department of Industrial Relations (“DIR”) on the specified interval and format prescribed by the DIR, which may include electronic submission. Contractor shall comply with all requirements and regulations from the DIR relating to labor compliance monitoring and enforcement. The requirement to submit certified payroll records directly to the Labor Commissioner under Labor Code section 1771.4 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Section 1771.4. C. Any stop orders issued by the Department of Industrial Relations against Contractor or any subcontractor that affect Contractor’s performance of Work, including any delay, shall be Contractor’s sole responsibility. Any delay arising out of or resulting from such stop orders shall be considered Contractor caused delay subject to any applicable liquidated damages and shall not be compensable by the City. Contractor 61147.02100\20950242.4 -72- 00 72 13 – GENERAL CONDITIONS shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claim or liability arising out of stop orders issued by the Department of Industrial Relations against Contractor or any subcontractor. D. The payroll records described herein shall be certified and submitted by the Contractor at a time designated by the City. The Contractor shall also provide the following: 1. A certified copy of the employee’s payroll records shall be made available for inspection or furnished to such employee or his or her authorized representative on request. 2. A certified copy of all payroll records described herein shall be made available for inspection or furnished upon request of the DIR. E. Unless submitted electronically, the certified payroll records shall be on forms provided by the Division of Labor Standards Enforcement (“DLSE”) of the DIR or shall contain the same information as the forms provided by the DLSE. F. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency, the City, the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address and social security number. The name and address of the Contractor awarded the Contract or performing the contract shall not be marked or obliterated. G. In the event of noncompliance with the requirements of this Article, the Contractor shall have ten (10) calendar days in which to comply subsequent to receipt of written notice specifying in what respects the Contractor must comply with this Article. Should noncompliance still be evident after such 10-day period, the Contractor shall pay a penalty of one hundred dollars ($100.00) to the City for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payment then due. H. The responsibility for compliance with this Article shall rest upon the Contractor. ARTICLE 32. PREVAILING RATES OF WAGES A. The Contractor is aware of the requirements of Labor Code sections 1720 et seq. and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects. Since this Project involves an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The Contractor shall obtain a copy of the prevailing rates of per diem wages at the commencement of this Contract from the website of the Division of Labor Statistics and Research of the Department of Industrial Relations located at www.dir.ca.gov. In the alternative, the Contractor may view a copy of the prevailing rate of per diem wages which are on file at the City’s Administration Office and shall be made available to interested parties upon request. Contractor shall make copies of the prevailing rates 61147.02100\20950242.4 -73- 00 72 13 – GENERAL CONDITIONS of per diem wages for each craft, classification, or type of worker needed to perform work on the Project available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the Project site. Contractor shall defend, indemnify and hold the City, its officials, officers, employees and authorized volunteers free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or allege failure to comply with the Prevailing Wage Laws. B. The Contractor shall forfeit as a penalty to the City not more than Two Hundred Dollars ($200.00), pursuant to Labor Code section 1775, for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rate as determined by the Director of the Department of Industrial Relations for such work or craft in which such worker is employed for any public work done under the Contract by it or by any subcontractor under it. The difference between such prevailing wage rate and the amount paid to each worker for each calendar day or portion thereof, for which each worker was paid less than the prevailing wage rate, shall be paid to each worker by the Contractor. C. Contractor shall post, at appropriate conspicuous points on the Project site, a schedule showing all determined general prevailing wage rates and all authorized deductions, if any, from unpaid wages actually earned. ARTICLE 33. PUBLIC WORKS CONTRACTOR REGISTRATION Pursuant to Labor Code sections 1725.5 and 1771.1, the Contractor and its subcontractors must be registered with the Department of Industrial Relations prior to the execution of a contract to perform public works. By entering into this Contract, Contractor represents that it is aware of the registration requirement and is currently registered with the DIR. Contractor shall maintain a current registration for the duration of the Project. Contractor shall further include the requirements of Labor Code sections 1725.5 and 1771.1 in any subcontract and ensure that all subcontractors are registered at the time this Contract is entered into and maintain registration for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1. ARTICLE 34. EMPLOYMENT OF APPRENTICES A. Contractor and all subcontractors shall comply with the requirements of Labor Code sections 1777.5 and 1777.6 in the employment of apprentices. B. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. C. Knowing violations of Labor Code section 1777.5 will result in forfeiture not to exceed one hundred dollars ($100.00) for each calendar day of non-compliance pursuant to Labor Code section 1777.7. D. The responsibility for compliance with this Article shall rest upon the Contractor. 61147.02100\20950242.4 -74- 00 72 13 – GENERAL CONDITIONS ARTICLE 35. NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY Pursuant to Labor Code section 1735 and other applicable provisions of law, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, or any other classifications protected by law on this Project. The Contractor will take affirmative action to insure that employees are treated during employment or training without regard to their race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, or any other classifications protected by law. Employment Eligibility; Contractor. By executing this Contract, Contractor verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to time. Such requirements and restrictions include, but are not limited to, examination and retention of documentation confirming the identity and immigration status of each employee of the Contractor. Contractor also verifies that it has not committed a violation of any such law within the five (5) years immediately preceding the date of execution of this Contract, and shall not violate any such law at any time during the term of the Contract. Contractor shall avoid any violation of any such law during the term of this Contract by participating in an electronic verification of work authorization program operated by the United States Department of Homeland Security, by participating in an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, or by some other legally acceptable method. Contractor shall maintain records of each such verification, and shall make them available to the City or its representatives for inspection and copy at any time during normal business hours. The City shall not be responsible for any costs or expenses related to Contractor’s compliance with the requirements provided for or referred to herein. Employment Eligibility; Subcontractors, Sub-subcontractors and Consultants. To the same extent and under the same conditions as Contractor, Contractor shall require all of its subcontractors, sub-subcontractors and consultants performing any part of the Work or of this Contract to make the same verifications and comply with all requirements and restrictions provided for herein. Employment Eligibility; Failure to Comply. Each person executing this Contract on behalf of Contractor verifies that he or she is a duly authorized officer of Contractor, and understands that any of the following shall be grounds for the City to terminate the Contract for cause: (1) failure of Contractor or its subcontractors, sub-subcontractors or consultants to meet any of the requirements provided for herein; (2) any misrepresentation or material omission concerning compliance with such requirements; or (3) failure to immediately remove from the Work any person found not to be in compliance with such requirements. ARTICLE 36. DEBARMENT OF CONTRACTORS AND SUBCONTRACTORS Contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code section 1777.1 or 1777.7. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid, or may have been paid to a debarred subcontractor by a contractor on the 61147.02100\20950242.4 -75- 00 72 13 – GENERAL CONDITIONS project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. ARTICLE 37. LABOR/EMPLOYMENT SAFETY The Contractor shall comply with all applicable laws and regulations of the federal, state, and local government, including Cal/OSHA requirements and requirements for verification of employees’ legal right to work in the United States. The Contractor shall maintain emergency first aid treatment for his employees which complies with the Federal Occupational Safety and Health Act of 1970 (29 U.S.C. § 651 et seq.), and California Code of Regulations, Title 8, Industrial Relations Division 1, Department of Industrial Relations, Chapter 4. The Contractor shall ensure the availability of emergency medical services for its employees in accordance with California Code of Regulations, Title 8, Section 1512. The Contractor shall submit the Illness and Injury Prevention Program and a Project site specific safety program to the City prior to beginning Work at the Project site. Contractor shall maintain a confined space program that meets or exceeds the City Standards. Contractor shall adhere to the City’s lock out tag out program. ARTICLE 38. INSURANCE The Contractor shall obtain, and at all times during performance of the Work of Contract, maintain all of the insurance described in this Article. Contractor shall not commence Work under this Contract until it has provided evidence satisfactory to the City that it has secured all insurance required hereunder. Contractor shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to the City that the subcontractor has secured all insurance required under this Article. Failure to provide and maintain all required insurance shall be grounds for the City to terminate this Contract for cause. Contractor shall furnish City with original certificates of insurance and endorsements effective coverage required by this Contract on forms satisfactory to the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms acceptable to the City. All certificates and endorsements must be received and approved by the City before Work commences. A. Additional Insureds; Waiver of Subrogation. The City, its officials, officers, employees, agents and authorized volunteers shall be named as Additional Insureds on Contractor’s All Risk policy and on Contractor’s and its subcontractors’ policies of Commercial General Liability and Automobile Liability insurance using, for Contractor’s policy/ies of Commercial General Liability insurance, ISO CG forms 20 10 and 20 37 (or endorsements providing the exact same coverage, including completed operations), and, for subcontractors’ policies of Commercial General Liability insurance, ISO CG form 20 38 (or endorsements providing the exact same coverage). Notwithstanding the minimum limits set forth in this Contract for any type of insurance coverage, all available insurance proceeds in excess of the specified minimum limits of coverage shall be available to the parties required to be named as Additional Insureds hereunder. Contractor and its insurance carriers shall provide a Waiver of Subrogation in favor of those parties. B. Workers’ Compensation Insurance. The Contractor shall provide workers’ compensation insurance for all of the employees engaged in Work under this Contract, 61147.02100\20950242.4 -76- 00 72 13 – GENERAL CONDITIONS on or at the Site, and, in case of any sublet Work, the Contractor shall require the subcontractor similarly to provide workers’ compensation insurance for all the latter’s employees as prescribed by State law. Any class of employee or employees not covered by a subcontractor’s insurance shall be covered by the Contractor’s insurance. In case any class of employees engaged in work under this Contract, on or at the Site, is not protected under the Workers’ Compensation Statutes, the Contractor shall provide or shall cause a subcontractor to provide, adequate insurance coverage for the protection of such employees not otherwise protected. The Contractor is required to secure payment of compensation to his employees in accordance with the provisions of section 3700 of the Labor Code. The Contractor shall file with the City certificates of his insurance protecting workers. Company or companies providing insurance coverage shall be acceptable to the City, if in the form and coverage as set forth in the Contract Documents. C. Employer’s Liability Insurance. Contractor shall provide Employer’s Liability Insurance, including Occupational Disease, in the amount of at least one million dollars ($1,000,000.00) per person per accident. Contractor shall provide City with a certificate of Employer’s Liability Insurance. Such insurance shall comply with the provisions of the Contract Documents. The policy shall be endorsed, if applicable, to provide a Borrowed Servant/Alternate Employer Endorsement and contain a Waiver of Subrogation in favor of the City. D. Commercial General Liability Insurance. Contractor shall provide “occurrence” form Commercial General Liability insurance coverage at least as broad as the most current ISO CGL Form 00 01, including but not limited to, premises liability, contractual liability, products/completed operations, personal and advertising injury which may arise from or out of Contractor’s operations, use, and management of the Site, or the performance of its obligations hereunder. The policy shall not contain any exclusion contrary to this Contract including but not limited to endorsements or provisions limiting coverage for (1) contractual liability (including but not limited to ISO CG 24 26 or 21 39); or (2) cross-liability for claims or suits against one insured against another. Policy limits shall not be less than $5,000,000 per occurrence and $6,000,000 aggregate for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Defense costs shall be paid in addition to the limits. 1. Such policy shall comply with all the requirements of this Article. The limits set forth herein shall apply separately to each insured against whom claims are made or suits are brought, except with respect to the limits of liability. Further the limits set forth herein shall not be construed to relieve the Contractor from liability in excess of such coverage, nor shall it limit Contractor’s indemnification obligations to the City, and shall not preclude the City from taking such other actions available to the City under other provisions of the Contract Documents or law. 2. All general liability policies provided pursuant to the provisions of this Article shall comply with the provisions of the Contract Documents. 3. All general liability policies shall be written to apply to all bodily injury, including death, property damage, personal injury, owned and non-owned equipment, 61147.02100\20950242.4 -77- 00 72 13 – GENERAL CONDITIONS blanket contractual liability, completed operations liability, explosion, collapse, under-ground excavation, removal of lateral support, and other covered loss, however occasioned, occurring during the policy term, and shall specifically insure the performance by Contractor of that part of the indemnification contained in these General Conditions relating to liability for injury to or death of persons and damage to property. 4. If the coverage contains one or more aggregate limits, a minimum of 50% of any such aggregate limit must remain available at all times; if over 50% of any aggregate limit has been paid or reserved, the City may require additional coverage to be purchased by Contractor to restore the required limits. Contractor may combine primary, umbrella, and as broad as possible excess liability coverage to achieve the total limits indicated above. Any umbrella or excess liability policy shall include the additional insured endorsement described in the Contract Documents. 5. All policies of general liability insurance shall permit and Contractor does hereby waive any right of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. E. Automobile Liability Insurance. Contractor shall provide “occurrence” form Automobile Liability Insurance at least as broad as ISO CA 00 01 (Any Auto) in the amount of, at least, two million dollars ($2,000,000) per accident for bodily injury and property damage. Such insurance shall provide coverage with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by Contractor or for which Contractor is responsible, in a form and with insurance companies acceptable to the City. All policies of automobile insurance shall permit and Contractor does hereby waive any right of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. F. Builder’s Risk [“All Risk”] 1. It is the Contractor’s responsibility to maintain or cause to be maintained Builder’s Risk [“All Risk”] extended coverage insurance on all work, material, equipment, appliances, tools, and structures that are or will become part of the Work and subject to loss or damage by fire, and vandalism and malicious mischief, in an amount to cover 100% of the replacement cost. The City accepts no responsibility for the Work until the Work is formally accepted by the City. The Contractor shall provide a certificate evidencing this coverage before commencing performance of the Work. 2. The named insureds shall be Contractor, all Subcontractors of any tier (excluding those solely responsible for design work), suppliers, and City, its elected officials, officers, employees, agents and authorized volunteers, as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Work following acceptance by City. 3. Policy shall be provided for replacement value on an “all risk” basis. There shall be no coinsurance penalty provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, 61147.02100\20950242.4 -78- 00 72 13 – GENERAL CONDITIONS omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) transit coverage, including ocean marine coverage (unless insured by the supplier), with sub-limits sufficient to insure the full replacement value of any key equipment item; and (5) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site. Such insurance shall be on a form acceptable to City to ensure adequacy and sublimit. 4. In addition, the policy shall meet the following requirements: a. Insurance policies shall be so conditioned as to cover the performance of any extra work performed under the Contract. b. Coverage shall include all materials stored on site and in transit. c. Coverage shall include Contractor’s tools and equipment. d. Insurance shall include boiler, machinery and material hoist coverage. G. [***FOR WORK INVOLVING ENVIRONMENTAL HAZARDS***] Contractor’s Pollution Liability Coverage. Contractor shall provide pollution liability insurance in an amount not less than $1,000,000 per occurrence and $2,000,000 aggregate. H. Contractor shall require all tiers of sub-contractors working under this Contract to provide the insurance required under this Article unless otherwise agreed to in writing by City. Contractor shall make certain that any and all subcontractors hired by Contractor are insured in accordance with this Contract. If any subcontractor’s coverage does not comply with the foregoing provisions, Contractor shall indemnify and hold the City harmless from any damage, loss, cost, or expense, including attorneys’ fees, incurred by the City as a result thereof. ARTICLE 39. FORM AND PROOF OF CARRIAGE OF INSURANCE A. Any insurance carrier providing insurance coverage required by the Contract Documents shall be admitted to and authorized to do business in the State of California unless waived, in writing, by the City’s Risk Manager. Carrier(s) shall have an A.M. Best rating of not less than an A:VII. Insurance deductibles or self-insured retentions must be declared by the Contractor. At the election of the City the Contractor shall either 1) reduce or eliminate such deductibles or self-insured retentions, or 2) procure a bond which guarantees payment of losses and related investigations, claims administration, and defense costs and expenses. If umbrella or excess liability coverage is used to meet any required limit(s) specified herein, the Contractor shall provide a “follow form” endorsement satisfactory to the City indicating that such coverage is subject to the same terms and conditions as the underlying liability policy. B. Each insurance policy required by this Contract shall be endorsed to state that: (1) coverage shall not be suspended, voided, reduced or cancelled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City; and (2) any failure to comply with reporting or other provisions of the policies, 61147.02100\20950242.4 -79- 00 72 13 – GENERAL CONDITIONS including breaches of warranties, shall not affect coverage provided to the City, its officials, officers, agents, employees, and volunteers. C. The Certificates(s) and policies of insurance shall contain or shall be endorsed to contain the covenant of the insurance carrier(s) that it shall provide no less than thirty (30) days written notice be given to the City prior to any material modification or cancellation of such insurance. In the event of a material modification or cancellation of coverage, the City may terminate the Contract or stop the Work in accordance with the Contract Documents, unless the City receives, prior to such effective date, another properly executed original Certificate of Insurance and original copies of endorsements or certified original policies, including all endorsements and attachments thereto evidencing coverage’s set forth herein and the insurance required herein is in full force and effect. Contractor shall not take possession, or use the Site, or commence operations under this Contract until the City has been furnished original Certificate(s) of Insurance and certified original copies of endorsements or policies of insurance including all endorsements and any and all other attachments as required in this Article. The original endorsements for each policy and the Certificate of Insurance shall be signed by an individual authorized by the insurance carrier to do so on its behalf. D. The Certificate(s) of Insurance, policies and endorsements shall so covenant and shall be construed as primary, and the City’s insurance and/or deductibles and/or self- insured retentions or self-insured programs shall not be construed as contributory. E. City reserves the right to adjust the monetary limits of insurance coverages during the term of this Contract including any extension thereof if, in the City’s reasonable judgment, the amount or type of insurance carried by the Contractor becomes inadequate. F. Contractor shall report to the City, in addition to the Contractor’s insurer, any and all insurance claims submitted by the Contractor in connection with the Work under this Contract. ARTICLE 40. TIME FOR COMPLETION AND LIQUIDATED DAMAGES A. Time for Completion/Liquidated Damages. Time is of the essence in the completion of the Work. Work shall be commenced within ten (10) Days of the date stated in the City’s Notice to Proceed and shall be completed by Contractor in the time specified in the Contract Documents. The City is under no obligation to consider early completion of the Project; and the Contract completion date shall not be amended by the City’s receipt or acceptance of the Contractor’s proposed earlier completion date. Furthermore, Contractor shall not, under any circumstances, receive additional compensation from the City (including but not limited to indirect, general, administrative or other forms of overhead costs) for the period between the time of earlier completion proposed by the Contractor and the Contract completion date. If the Work is not completed as stated in the Contract Documents, it is understood that the City will suffer damage. In accordance with Government Code section 53069.85, being impractical and infeasible to determine the amount of actual damage, it is agreed that Contractor shall pay to the City as fixed and liquidated damages, and not as a penalty, the sum stipulated in the Contract for each calendar day of delay until the Work is fully completed. Contractor and its surety shall be liable for any liquidated 61147.02100\20950242.4 -80- 00 72 13 – GENERAL CONDITIONS damages. Any money due or to become due the Contractor may be retained to cover liquidated damages. B. Inclement Weather. Contractor shall abide by the Engineer’s determination of what constitutes inclement weather. Time extensions for inclement weather shall only be granted when the Work stopped during inclement weather is on the critical path of the Project schedule. C. Extension of Time. Contractor shall not be charged liquidated damages because of any delays in completion of the Work due to unforeseeable causes beyond the control and without the fault or negligence of Contractor (or its subcontractors or suppliers). Contractor shall within five (5) Days of identifying any such delay notify the City in writing of causes of delay. The City shall ascertain the facts and extent of delay and grant extension of time for completing the Work when, in its judgment, the facts justify such an extension. Time extensions to the Project shall be requested by the Contractor as they occur and without delay. No delay claims shall be permitted unless the event or occurrence delays the completion of the Project beyond the Contract completion date. D. No Damages for Reasonable Delay. The City’s liability to Contractor for delays for which the City is responsible shall be limited to only an extension of time unless such delays were unreasonable under the circumstances. In no case shall the City be liable for any costs which are borne by the Contractor in the regular course of business, including, but not limited to, home office overhead and other ongoing costs. Damages caused by unreasonable City delay, including delays caused by items that are the responsibility of the City pursuant to Government Code section 4215, shall be based on actual costs only, no proportions or formulas shall be used to calculate any delay damages. ARTICLE 41. COST BREAKDOWN AND PERIODIC ESTIMATES Contractor shall furnish on forms Approved by the City: A. Within ten (10) Days of Notice to Proceed with the Contract, a detailed estimate giving a complete breakdown of the Contract price, if the Contract amount is a lump sum. B. A monthly itemized estimate of Work done for the purpose of making progress payments. In order for the City to consider and evaluate each progress payment application, the Contractor shall submit a detailed measurement of Work performed and a progress estimate of the value thereof before the tenth (10th) Day of the following month. C. Contractor shall submit, with each of its payment requests, an adjusted list of actual quantities, verified by the Engineer, for unit price items listed, if any, in the Bid Form. D. Following the City’s Acceptance of the Work, the Contractor shall submit to the City a written statement of the final quantities of unit price items for inclusion in the final payment request. E. The City shall have the right to adjust any estimate of quantity and to subsequently correct any error made in any estimate for payment. 61147.02100\20950242.4 -81- 00 72 13 – GENERAL CONDITIONS Contractor shall certify under penalty of perjury, that all cost breakdowns and periodic estimates accurately reflect the Work on the Project. ARTICLE 42. PROGRESS ESTIMATES AND PAYMENT A. By the tenth (10th) Day of the following calendar month, Contractor shall submit to Engineer a payment request which shall set forth in detail the value of the Work done for the period beginning with the date work was first commenced and ending on the end of the calendar month for which the payment request is prepared. Contractor shall include any amount earned for authorized extra work. From the total thus computed, a deduction shall be made in the amount of five percent (5%) for retention, except where the City has adopted a finding that the Work done under the Contract is substantially complex, and then the amount withheld as retention shall be the percentage specified in the Notice Inviting Bids. From the remainder a further deduction may be made in accordance with Section B below. The amount computed, less the amount withheld for retention and any amounts withheld as set forth below, shall be the amount of the Contractor’s payment request. B. The City may withhold a sufficient amount or amounts of any payment or payments otherwise due to Contractor, as in his judgment may be necessary to cover: 1. Payments which may be past due and payable for just claims against Contractor or any subcontractors for labor or materials furnished in and about the performance of work on the Project under this Contract. 2. Defective work not remedied. 3. Failure of Contractor to make proper payments to his subcontractor or for material or labor. 4. Completion of the Contract if there is a reasonable doubt that the Work can be completed for balance then unpaid. 5. Damage to another contractor or a third party. 6. Amounts which may be due the City for claims against Contractor. 7. Failure of Contractor to keep the record (“as-built”) drawings up to date. 8. Failure to provide update on construction schedule as required herein. 9. Site cleanup. 10. Failure to comply with Contract Documents. 11. Liquidated damages. 12. Legally permitted penalties. C. The City may apply such withheld amount or amounts to payment of such claims or obligations at its discretion with the exception of subsections (B)(1), (3), and (5) of this Article, which must be retained or applied in accordance with applicable law. In so 61147.02100\20950242.4 -82- 00 72 13 – GENERAL CONDITIONS doing, the City shall be deemed the agent of Contractor and any payment so made by the City shall be considered as a payment made under contract by the City to Contractor and the City shall not be liable to Contractor for such payments made in good faith. Such payments may be made without prior judicial determination of claim or obligations. The City will render Contractor a proper accounting of such funds disbursed on behalf of Contractor. D. Upon receipt, the Engineer shall review the payment request to determine whether it is undisputed and suitable for payment. If the payment request is determined to be unsuitable for payment, it shall be returned to Contractor as soon as practicable but not later than seven (7) Days after receipt, accompanied by a document setting forth in writing the reasons why the payment request is not proper. The City shall make the progress payment within 30 calendar days after the receipt of an undisputed and properly submitted payment request from Contractor, provided that a release of liens and claims has been received from the Contractor pursuant to Civil Code section 8132. The number of days available to the City to make a payment without incurring interest pursuant to this paragraph shall be reduced by the number of days by which the Engineer exceeds the seven (7) Day requirement. E. A payment request shall be considered properly executed if funds are available for payment of the payment request and payment is not delayed due to an audit inquiry by the financial officer of the City. ARTICLE 43. SECURITIES FOR MONEY WITHHELD Pursuant to section 22300 of the Public Contract Code of the State of California, Contractor may request the City to make retention payments directly to an escrow agent or may substitute securities for any money withheld by the City to ensure performance under the contract. At the request and expense of Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent who shall return such securities to Contractor upon satisfactory completion of the contract. Deposit of securities with an escrow agent shall be subject to a written agreement substantially in the form provided in section 22300 of the Public Contract Code. ARTICLE 44. CHANGES AND EXTRA WORK. A. Contract Change Orders. 1. The City, without invalidating the Contract, may order changes in the Work consisting of additions, deletions or other revisions, and the Contract Price and Contract Time shall be adjusted accordingly. Except as otherwise provided herein, all such changes in the Work shall be authorized by Change Order, and shall be performed under the applicable conditions of the Contract Documents. A Change Order signed by the Contractor indicates the Contractor's agreement therewith, including any adjustment in the Contract Price or the Contract Time, and the full and final settlement of all costs (direct, indirect and overhead) related to the Work authorized by the Change Order. 2. Contractor shall promptly execute changes in the Work as directed in writing by the City even when the parties have not reached agreement on whether the change increases the scope of Work or affects the Contract Price or Contract Time. 61147.02100\20950242.4 -83- 00 72 13 – GENERAL CONDITIONS All claims for additional compensation to the Contractor shall be presented in writing. No claim will be considered after the Work in question has been done unless a written Change Order has been issued or a timely written notice of claim has been made by Contractor. 3. Whenever any change is made as provided for herein, such change shall be considered and treated as though originally included in the Contract, and shall be subject to all terms, conditions, and provisions of the original Contract. 4. Contractor shall not be entitled to claim or bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or omission of any item or portion of Work to be done. 5. No dispute, disagreement, or failure of the parties to reach agreement on the terms of the Change Order shall relieve the Contractor from the obligation to proceed with performance of the work, including Additional Work, promptly and expeditiously. 6. Contractor shall make available to the City any of the Contractor’s documents related to the Project immediately upon request of the City, as set forth in Article 52. 7. Any alterations, extensions of time, Additional Work, or any other changes may be made without securing consent of the Contractor’s surety or sureties. B. Contract Price Change. 1. Process for Determining Adjustments in Contract Price. a. Owner Initiated Change. The Contractor must submit a complete cost proposal, including any change in the Contract Price or Contract Time, within seven (7) Days after receipt of a scope of a proposed change order initiated by the City, unless the City requests that proposals be submitted in less than seven (7) Days. b. Contractor Initiated Change. The Contractor must give written notice of a proposed change order required for compliance with the Contract Documents within seven (7) Days of discovery of the facts giving rise to the proposed change order. c. Whenever possible, any changes to the Contract amount shall be in a lump sum mutually agreed to by the Contractor and the City. d. Price quotations from the Contractor shall be accompanied by sufficiently detailed supporting documentation to permit verification by the City, including but not limited to estimates and quotations from subcontractors or material suppliers, as the City may reasonably request. Contractor shall certify the accuracy of all Change Order Requests under penalty of perjury. e. If the Contractor fails to submit a complete cost proposal within the seven (7) Day period (or as requested), the City has the right to order the Contractor in 61147.02100\20950242.4 -84- 00 72 13 – GENERAL CONDITIONS writing to commence the Work immediately on a time and materials basis and/or issue a lump sum change to the Contract Price and/or Contract Time in accordance with the City’s estimate. If the change is issued based on the City's estimate, the Contractor will waive its right to dispute the action unless within fifteen (15) Days following completion of the added/deleted work, the Contractor presents written proof that the City’s estimate was in error. 2. Unit Price Change Orders. a. When the actual quantity of a Unit Price item varies from the Bid Form, compensation for the change in quantity will be calculated by multiplying the actual quantity by the Unit Price. This calculation may result in either an additive or deductive Final Change Order pursuant to the Contract Documents. b. No Mark up for Overhead and Profit. Because the Contract Unit Prices provided in the Bid Form include Overhead and Profit as determined by Contractor at the time of Bid submission, no mark up or deduction for Overhead and Profit will be included in Unit Price Change Orders. c. Bid items included on the Bid Form may be deducted from the Work in their entirety without any negotiated extra costs. d. Contractor acknowledges that unit quantities are estimates and agrees that the estimated unit quantities listed on the Bid Form will be adjusted to reflect the actual unit quantities which may result in an adjustment to the Contract Unit Prices. Such an adjustment will be made by execution of a final additive or deductive Change Order following Contractor’s completion of the Work. Upon notification, Contractor’s failure to respond within seven (7) Days will result in City’s issuance of a unit quantity adjustment to the Contract Unit Prices and/or Contract Time in accordance with the Contract Documents. e. The City or Contractor may make a Claim for an adjustment in the Unit Price in accordance with the Contract Documents if: i. the quantity of any item of Unit Price Work performed by Contractor differs by twenty-five percent (25%) or more from the estimated quantity of such item indicated in the Contract; and ii. there is no corresponding adjustment with respect to any other item of Work; and iii. Contractor believes that Contractor is entitled to an increase in Unit Price as a result of having incurred additional expense or the City believes that the City is entitled to a decrease in Unit Price and the parties are unable to agree as to the amount of any such increase or decrease.. 3. Lump Sum Change Orders. Compensation for Lump Sum Change Orders shall be limited to expenditures necessitated specifically by the Additional Work, and shall be segregated as follows: 61147.02100\20950242.4 -85- 00 72 13 – GENERAL CONDITIONS a. Labor. The costs of labor will be the actual cost for wages prevailing locally for each craft or type of worker at the time the Additional Work is done, plus employer payments of payroll taxes and insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs resulting from Federal, State or local laws, as well as assessment or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the Additional Work cost will not be permitted unless the Contractor establishes the necessity for such new classifications. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. b. Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available in the quantities involved, plus sales tax, freight, and delivery. Materials costs shall be based upon supplier or manufacturer’s invoice. If invoices or other satisfactory evidence of cost are not furnished within fifteen (15) Days of delivery, then the City shall determine the materials cost, at its sole discretion. c. Tool and Equipment Use. Costs for the use of small tools, which are tools that have a replacement value of $1,000 or less, shall be considered included in the Overhead and Profit mark-ups established below. Regardless of ownership, the rates to be used in determining equipment use costs shall not exceed listed rates prevailing locally at equipment rental agencies, or distributors, at the time the Work is performed. 4. Time and Materials Change Orders. a. General. The term Time and Materials means the sum of all costs reasonably and necessarily incurred and paid by Contractor for labor, materials, and equipment in the proper performance of Additional Work. Except as otherwise may be agreed to in writing by the City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, and shall include only the following items. b. Timely and Final Documentation. i. T&M Daily Sheets. Contractor must submit timesheets, materials invoices, records of equipment hours, and records of rental equipment hours to the City’s Representative for an approval signature each day Additional Work is performed. Failure to get the City’s Representative’s approval signature each Day shall result in a waiver of Contractor’s right to claim these costs. The City’s Representative’s signature on time sheets only serves as verification that the Work was performed and is not indicative of City’s agreement to Contractor’s entitlement to the cost. ii. T&M Daily Summary Sheets. All documentation of incurred costs (“T&M Daily Summary Sheets”) shall be submitted by Contractor within three (3) Days of incurring the cost for labor, material, equipment, and special services as Additional Work is performed. Contractor’s actual costs shall be presented in a summary table in an electronic spreadsheet file by labor, material, equipment, and special services. Each T&M Daily Summary 61147.02100\20950242.4 -86- 00 72 13 – GENERAL CONDITIONS Sheet shall include Contractor’s actual costs incurred for the Additional Work performed that day and a cumulative total of Contractor’s actual costs incurred for the Additional Work. Contractor’s failure to provide a T&M Daily Summary Sheet showing a total cost summary within three (3) Days but within five (5) Days of performance of the Work will result in the Contractor’s otherwise allowable overhead and profit being reduced by 50% for that portion of Additional Work which was not documented in a timely manner. Contractor’s failure to submit the T&M Daily Summary Sheet within five (5) Days of performance of the Work will result in a total waiver of Contractor’s right to claim these costs. iii. T&M Total Cost Summary Sheet. Contractor shall submit a T&M Total Cost Summary Sheet, which shall include total actual costs, within seven (7) Days following completion of City approved Additional Work. Contractor’s total actual cost shall be presented in a summary table in an electronic spreadsheet file by labor, material, equipment, and special services. Contractor’s failure to submit the T&M Total Cost Summary Sheet within seven (7) Days of completion of the Additional Work will result in Contractor’s waiver for any reimbursement of any costs associated with the T&M Summary Sheets or the performance of the Additional Work. c. Labor. The Contractor will be paid the cost of labor for the workers used in the actual and direct performance of the Work. The cost of labor will be the sum of the actual wages paid (which shall include any employer payments to or on behalf of the workers for health and welfare, pension, vacation, and similar purposes) substantiated by timesheets and certified payroll for wages prevailing for each craft or type of workers performing the Additional Work at the time the Additional Work is done, and the labor surcharge set forth in the Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates, which is in effect on the date upon which the Work is accomplished and which is a part of the Contract. The labor surcharge shall constitute full compensation for all payments imposed by Federal, State, or local laws and for all other payments made to, or on behalf of, the workers, other than actual wages. i. Equipment Operator Exception. Labor costs for equipment operators and helpers shall be paid only when such costs are not included in the invoice for equipment rental. ii. Foreman Exception. The labor costs for foremen shall be proportioned to all of their assigned work and only that applicable to the Additional Work shall be paid. Indirect labor costs, including, without limitation, the superintendent, project manager, and other labor identified in the Contract Documents will be considered Overhead. d. Materials. The cost of materials reported shall be itemized at invoice or lowest current price at which materials are locally available and delivered to the Project site in the quantities involved, plus the cost of sales tax, freight, delivery, and storage. 61147.02100\20950242.4 -87- 00 72 13 – GENERAL CONDITIONS i. Trade discounts available to the purchaser shall be credited to the City notwithstanding the fact that such discounts may not have been taken by Contractor. ii. For materials secured by other than a direct purchase and direct billing to the purchaser, the cost shall be deemed to be the price paid to the actual supplier as determined by the City’s Representative. iii. Payment for materials from sources owned wholly or in part by the purchaser shall not exceed the price paid by the purchaser for similar materials from said sources on Additional Work items or the current wholesale price for such materials delivered to the Project site, whichever price is lower. iv. If, in the opinion of the City’s Representative, the cost of materials is excessive, or Contractor does not furnish satisfactory evidence of the cost of such materials, then the cost shall be deemed to be the lowest current wholesale price for the total quantity concerned delivered to the Project site less trade discounts. v. The City reserves the right to furnish materials for the Additional Work and no Claim shall be allowed by Contractor for costs of such materials or Indirect Costs or profit on City furnished materials. e. Equipment. i. Rental Time. The rental time to be paid for equipment on the Project site shall be the time the equipment is in productive operation on the Additional Work being performed and, in addition, shall include the time required to move the equipment to the location of the Additional Work and return it to the original location or to another location requiring no more time than that required to return it to its original location; except that moving time will not be paid if the equipment is used on other than the Additional Work, even though located at the site of the Additional Work. (a) Rental Time Not Allowed. Rental time will not be allowed while equipment is inoperative due to breakdowns. (b) Computation Method. The following shall be used in computing the rental time of equipment on the Project site. (i) When hourly rates are paid, any part of an hour less than 30 minutes of operation shall be considered to be 1/2-hour of operation, and any part of an hour in excess of 30 minutes will be considered one hour of operation. (ii) When daily rates are paid, any part of a day less than 4 hours operation shall be considered to be 1/2-day of operation, and any part of an hour in excess of 4 hours will be considered one day of operation. 61147.02100\20950242.4 -88- 00 72 13 – GENERAL CONDITIONS ii. Rental Rates. Contractor will be paid for the use of equipment at the lesser of (i) the actual rental rate, or (ii) the rental rate listed for that equipment in the California Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates, which is in effect on the date upon which the Contract was executed. Such rental rates will be used to compute payments for equipment whether the equipment is under Contractor’s control through direct ownership, leasing, renting, or another method of acquisition. The rental rate to be applied for use of each item of equipment shall be the rate (i.e., daily, monthly) resulting in the least total cost to the City for the total period of use. If it is deemed necessary by Contractor to use equipment not listed in the publication, an equitable rental rate for the equipment will be established by the City’s Representative. Contractor may furnish cost data which might assist the City’s Representative in the establishment of the rental rate. iii. Contractor-Owned Equipment. (a) For Contractor-owned equipment, the allowed equipment rental rate will be limited to the monthly equipment rental rate using a utilization rate of 173 hours per month. (b) For Contractor-owned equipment, the rental time to be paid for equipment on the Site shall be the time the equipment is in productive operation, unless, in the instance of standby time, the equipment could be actively used by Contractor on another project, then City shall pay for the entirety of the time the equipment is on Site. It shall be Contractor’s burden to demonstrate to the City that the equipment could be actively used on another project. iv. All equipment shall, in the opinion of the City’s Representative, be in good working condition and suitable for the purpose for which the equipment is to be used. v. Before construction equipment is used on the Additional Work, Contractor shall plainly stencil or stamp an identifying number thereon at a conspicuous location, and shall furnish to the City’s Representative, in duplicate, a description of the equipment and its identifying number and the scheduled Additional Work activities planned. vi. Unless otherwise specified, manufacturer’s rating and manufacturer approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer. f. Special Services. Special work or services are defined as that Additional Work characterized by extraordinary complexity, sophistication, or innovation or a combination of the foregoing attributes which are unique to the construction industry. 61147.02100\20950242.4 -89- 00 72 13 – GENERAL CONDITIONS i. Invoices for Special Services. When the City’s Representative and Contractor determine that a special service is required which cannot be performed by the forces of Contractor or those of any of its Subcontractors, the special service may be performed by an entity especially skilled in the Additional Work. Invoices for special services based upon the current fair market value thereof may be accepted without complete itemization of labor, material, and equipment rental costs, after validation of market values by the City’s Representative. ii. Discount and Allowance. All invoices for special services will be adjusted by deducting all trade discounts offered or available, whether the discounts were taken or not. In lieu of Overhead and Profit specified herein, a total allowance not to exceed fifteen percent (15%) for Overhead and Profit will be added to invoices for Special Services. iii. When the City determines, in its sole discretion, that competitive bidding is necessary for certain special services, Contractor shall solicit competitive bids for those special services. g. Excluded Costs. The term Time and Material shall not include any of the following costs or any other home or field office overhead costs, all of which are to be considered administrative costs covered by Contractor’s allowance for Overhead and Profit. i. Overhead Cost. Payroll costs and other compensation of Contractor’s officers, executives, principals, general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor’s principal office or any branch office, material yard, or shop for general administration of the Additional Work; ii. Office Expenses. Expenses of Contractor’s principal and branch offices; iii. Capital Expenses. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Additional Work and charges against Contractor for delinquent payments; iv. Negligence. Costs due to the negligence of Contractor or any Subcontractor or Supplier, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including without limitation the correction of Defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property; v. Other. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in the Contract Documents; vi. Small Tools. Cost of small tools valued at less than $1,000 and that remain the property of Contractor; 61147.02100\20950242.4 -90- 00 72 13 – GENERAL CONDITIONS vii. Administrative Costs. Costs associated with the preparation of Change Orders (whether or not ultimately authorized), cost estimates, or the preparation or filing of Claims; viii. Anticipated Lost Profits. Expenses of Contractor associated with anticipated lost profits or lost revenues, lost income or earnings, lost interest on earnings, or unpaid retention; ix. Home Office Overhead. Costs derived from the computation of a “home office overhead” rate by application of the Eichleay, Allegheny, burden fluctuation, or other similar methods; x. Special Consultants and Attorneys. Costs of special consultants or attorneys, whether or not in the direct employ of Contractor, employed for services specifically related to the resolution of a Claim, dispute, or other matter arising out of or relating to the performance of the Additional Work. h. Overhead, Profit and Other Charges. The mark-up for overhead (including supervision) and profit on work added to the Contract shall be according to the following: i. “Net Cost” is defined as consisting of costs of labor, materials, and tools and equipment only excluding overhead and profit. The costs of applicable insurance and bond premium will be reimbursed to the Contractor and subcontractors at cost only, without mark-up. Contractor shall provide City with documentation of the costs, including, but not limited to, payroll records, invoices, and such other information as City may reasonably request. ii. For Work performed by the Contractor’s forces, the added cost for overhead and profit shall not exceed fifteen percent (15%) of the Net Cost of the Work. iii. For Work performed by a subcontractor, the added cost for overhead and profit shall not exceed fifteen percent (15%) of the subcontractor’s Net Cost of the Work to which the Contractor may add five percent (5%) of the subcontractor’s Net Cost. iv. For Work performed by a sub-subcontractor, the added cost for overhead and profit shall not exceed fifteen percent (15%) of the sub-subcontractor’s Net Cost for Work to which the subcontractor and general contractor may each add an additional five percent (5%) of the Net Cost of the lower tier subcontractor. v. No additional mark-up will be allowed for lower tier subcontractors, and in no case shall the added cost for overhead and profit payable by City exceed twenty-five percent (25%) of the Net Cost as defined herein, of the party that performs the Work. 5. All of the following costs are included in the markups for overhead and profit described above, and Contractor shall not receive any additional compensation 61147.02100\20950242.4 -91- 00 72 13 – GENERAL CONDITIONS for: Submittals, drawings, field drawings, Shop Drawings, including submissions of drawings; field inspection; General Superintendence; General administration and preparation of cost proposals, schedule analysis, Change Orders, and other supporting documentation; computer services; reproduction services; Salaries of project engineer, superintendent, timekeeper, storekeeper, and secretaries; Janitorial services; Small tools, incidentals and consumables; Temporary On-Site facilities (Offices, Telephones, High Speed Internet Access, Plumbing, Electrical Power, Lighting; Platforms, Fencing, Water), Jobsite and Home office overhead or other expenses; vehicles and fuel used for work otherwise included in the Contract Documents; Surveying; Estimating; Protection of Work; Handling and disposal fees; Final Cleanup; Other Incidental Work; Related Warranties; insurance and bond premiums. 6. For added or deducted Work by subcontractors, the Contractor shall furnish to the City the subcontractor’s signed detailed record of the cost of labor, material and equipment, including the subcontractor markup for overhead and profit. The same requirement shall apply to sub-subcontractors 7. For added or deducted work furnished by a vendor or supplier, the Contractor shall furnish to the City a detailed record of the cost to the Contractor, signed by such vendor or supplier. 8. Any change in the Work involving both additions and deletions shall indicate a net total cost, including subcontracts and materials. Allowance for overhead and profit, as specified herein, shall be applied if the net total cost is an increase in the Contract Price; overhead and profit allowances shall not be applied if the net total cost is a deduction to the Contract Price. The estimated cost of deductions shall be based on labor and material prices on the date the Contract was executed. 9. Contractor shall not reserve a right to assert impact costs, extended job site costs, extended overhead, constructive acceleration and/or actual acceleration beyond what is stated in the Change Order for Work. No claims shall be allowed for impact, extended overhead costs, constructive acceleration and/or actual acceleration due to a multiplicity of changes and/or clarifications. The Contractor may not change or modify the City’s change order form in an attempt to reserve additional rights. 10. If the City disagrees with the proposal submitted by Contractor, it will notify the Contractor and the City will provide its opinion of the appropriate price and/or time extension. If the Contractor agrees with the City, a Change Order will be issued by the City. If no agreement can be reached, the City shall have the right to issue a unilateral Change Order setting forth its determination of the reasonable additions or savings in costs and time attributable to the extra or deleted work. Such determination shall become final and binding if the Contractor fails to submit a claim in writing to the City within fifteen (15) Days of the issuance of the unilateral Change Order, disputing the terms of the unilateral Change Order, and providing such supporting documentation for its position as the City may require. C. Change of Contract Times. 1. The Contract Times may only be changed by a Change Order. 61147.02100\20950242.4 -92- 00 72 13 – GENERAL CONDITIONS 2. All changes in the Contract Price and/or adjustments to the Contract Times related to each change shall be included in Contractor’s COR pursuant to this Article. No cost or time will be allowed for cumulative effects of multiple changes. All Change Orders must state that the Contract Time is not changed or is either increased or decreased by a specific number of days. Failure to include a change to time shall waive any change to the time unless the parties mutually agree in writing to postpone a determination of the change to time resulting from the Change Order. 3. Notice of the amount of the request for adjustment in the Contract Times with supporting data shall be delivered within seven (7) Days after such start of occurrence, unless City’s Representative allows an additional period of time to ascertain more accurate data in support of the request. No extension of time or additional compensation shall be given for a delay if the Contractor failed to give notice in the manner and within the time prescribed. 4. City may elect, at City’s sole discretion, to grant an extension in Contract Times, without Contractor’s request, because of delays or other factors. 5. Use of Float and Critical Path. a. Float is for the benefit of the Project. Float shall not be considered for the exclusive use or benefit of either the City or the Contractor. b. Contractor shall not be entitled to compensation, and City will not compensate Contractor, for delays which impact early completion. Any difference in time between the Contractor’s early completion and the Contract Time shall be considered a part of the Project float. 6. Contractor’s entitlement to an extension of the Contract Times is limited to a City- caused extension of the critical path, reduced by the Contractor’s concurrent delays, and established by a proper time impact analysis. No time extension shall be allowed unless, and then only to the extent that, the City-caused delay extends the critical path beyond the previously approved Contract Time. If approved, the increase in time required to complete the Work shall be added to the Contract Time. a. Contractor shall not be entitled to an adjustment in the Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. b. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions (as determined by the City), Acts of God, acts or failures to act of utility owners not under the control of City, or other causes not the fault of and beyond control of City and Contractor, then Contractor shall be entitled to an time extension when the Work stopped is on the critical path. Such a non-compensable adjustment shall be Contractor’s sole and exclusive remedy for such delays. Contractor must submit a timely request in accordance with the requirements of this Article. c. Utility-Related Delays. 61147.02100\20950242.4 -93- 00 72 13 – GENERAL CONDITIONS i. Contractor shall immediately notify in writing the utility owner and City’s Representative of its construction schedule and any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. Requests for extensions of time arising out of utility relocation or repair delays shall be filed in accordance with this Article. ii. Contractor shall not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, as noted in the Contract Documents or by the Underground Service Alert survey. 7. Content for Requests for Contract Extension. Contractor’s justification for entitlement shall be clear and complete citing specific Contract Document references and reasons on which Contractor’s entitlement is based. At a minimum, each request for a time extension must include: a. Each request for an extension of Contract Time must identify the impacting event, in narrative form, providing a description of the delay event and sufficient justification as to why the Contractor is entitled to a time extension. Contractor must demonstrate that the delay arises from unforeseeable causes beyond the control and without the fault or negligence of both Contractor and any Subcontractors or Suppliers, or any other persons or organizations employed by any of them or for whose acts any of them may be liable, and that such causes in fact lead to performance or completion of the Work, or specified part in question, beyond the corresponding Contract Times, despite Contractor’s reasonable and diligent actions to guard against those effects. b. Each request for an extension of Contract Time must include a time impact analysis in CPM format, using the Contemporaneous Impacted As-Planned Schedule Analysis to calculate the impact of the delay event. 8. No Damages for Reasonable Delay. a. City’s liability to Contractor for delays for which City is responsible shall be limited to only an extension of time unless such delays were unreasonable under the circumstances. In no case shall City be liable for any costs which are borne by the Contractor in the regular course of business, including, but not limited to, home office overhead and other ongoing costs. b. Damages caused by unreasonable City delay that impact the critical path, including delays caused by items that are the responsibility of the City pursuant to Government Code section 4215, shall be compensated at the Daily Rate established in the Special Conditions. No other calculations, proportions or formulas shall be used to calculate any delay damages. c. City and City’s Representative, and the officers, members, partners, employees, agents, consultants, or subcontractors of each of them, shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) 61147.02100\20950242.4 -94- 00 72 13 – GENERAL CONDITIONS sustained by Contractor on or in connection with any other project or anticipated project. 9. Contractor’s failure, neglect, or refusal to comply with the requirements of the Contract Documents, or any portion thereof, shall bar Contractor’s request for extensions of the Contract Times. Such failure, neglect, or refusal prejudices City’s and City’s Representative’s ability to recognize and mitigate delay, and such failure, neglect, or refusal prevent the timely analysis of requests for extensions of Contract Times, and whether such extensions may be warranted. Contractor hereby waives all rights to extensions of Contract Times due to delays or accelerations that result from or occur during periods of time for which Contractor fails, neglects, or refuses to fully comply with the requirements of this Article. ARTICLE 45. FINAL ACCEPTANCE AND PAYMENT A. The acceptance of the Work on behalf of the City will be made by the Engineer. Such acceptance by the City shall not constitute a waiver of defects. When the Work has been accepted there shall be paid to Contractor a sum equal to the contract price less any amounts previously paid Contractor and less any amounts withheld by the City from Contractor under the terms of the contract. The final five percent (5%), or the percentage specified in the notice inviting bids where the City has adopted a finding of substantially complete, shall not become due and payable until five (5) calendar days shall have elapsed after the expiration of the period within which all claims may be filed under the provisions of Civil Code section 9356. If the Contractor has placed securities with the City as described herein, the Contractor shall be paid a sum equal to one hundred percent (100%) of the contract price less any amounts due the City under the terms of the Contract. B. Unless Contractor advises the City in writing prior to acceptance of the final five percent (5%) or the percentage specified in the notice inviting bids where the City has adopted a finding of substantially complete, or the return of securities held as described herein, said acceptance shall operate as a release to the City of all claims and all liability to Contractor for all things done or furnished in connection with this work and for every act of negligence of the City and for all other claims relating to or arising out of this work. If Contractor advises the City in writing prior to acceptance of final payment or return of the securities that there is a dispute regarding the amount due the Contractor, the City may pay the undisputed amount contingent upon the Contractor furnishing a release of all undisputed claims against the City with the disputed claims in stated amounts being specifically excluded by Contractor from the operation of the release. No payments, however, final or otherwise, shall operate to release Contractor or its sureties from the Faithful Performance Bond, Labor and Material Payment Bond, or from any other obligation under this contract. C. In case of suspension of the contract any unpaid balance shall be and become the sole and absolute property of the City to the extent necessary to repay the City any excess in the cost of the Work above the contract price. D. Final payment shall be made no later than 60 days after the date of acceptance of the Work by the City or the date of occupation, beneficial use and enjoyment of the Work by the City including any operation only for testing, start-up or commissioning accompanied by cessation of labor on the Work, provided that a release of liens and 61147.02100\20950242.4 -95- 00 72 13 – GENERAL CONDITIONS claims has been received from the Contractor pursuant to Civil Code section 8136. In the event of a dispute between the City and the Contractor, the City may withhold from the final payment an amount not to exceed 150% of the disputed amount. E. Within ten (10) calendar days from the time that all or any portion of the retention proceeds are received by Contractor, Contractor shall pay each of its subcontractors from whom retention has been withheld each subcontractor’s share of the retention received. However, if a retention payment received by Contractor is specifically designated for a particular subcontractor, payment of the retention shall be made to the designated subcontractor if the payment is consistent with the terms of the subcontract. ARTICLE 46. OCCUPANCY The City reserves the right to occupy or utilize any portion of the Work at any time before completion, and such occupancy or use shall not constitute acceptance of any part of Work covered by this Contract. This use shall not relieve the Contractor of its responsibilities under the Contract. ARTICLE 47. INDEMNIFICATION To the fullest extent permitted by law, Contractor shall immediately defend (with counsel of the City’s choosing), indemnify and hold harmless the City, officials, officers, agents, employees, and representatives, and each of them from and against: A. Any and all claims, demands, causes of action, costs, expenses, injuries, losses or liabilities, in law or in equity, of every kind or nature whatsoever, but not limited to, injury to or death, including wrongful death, of any person, and damages to or destruction of property of any person, arising out of, related to, or in any manner directly or indirectly connected with the Work or this Contract, including claims made by subcontractors for nonpayment, including without limitation the payment of all consequential damages and attorney’s fees and other related costs and expenses, however caused, regardless of whether the allegations are false, fraudulent, or groundless, and regardless of any negligence of the City or its officers, employees, or authorized volunteers (including passive negligence), except the sole negligence or willful misconduct or active negligence of the City or its officials, officers, employees, or authorized volunteers. B. Contractor’s defense and indemnity obligation herein includes, but is not limited to damages, fines, penalties, attorney’s fees and costs arising from claims under the Americans with Disabilities Act (ADA) or other federal or state disability access or discrimination laws arising from Contractor’s Work during the course of construction of the improvements or after the Work is complete, as the result of defects or negligence in Contractor’s construction of the improvements. C. Any and all actions, proceedings, damages, costs, expenses, fines, penalties or liabilities, in law or equity, of every kind or nature whatsoever, arising out of, resulting from, or on account of the violation of any governmental law or regulation, compliance with which is the responsibility of Contractor; 61147.02100\20950242.4 -96- 00 72 13 – GENERAL CONDITIONS D. Any and all losses, expenses, damages (including damages to the Work itself), attorney’s fees, and other costs, including all costs of defense which any of them may incur with respect to the failure, neglect, or refusal of Contractor to faithfully perform the Work and all of Contractor’s obligations under the agreement. Such costs, expenses, and damages shall include all costs, including attorney’s fees, incurred by the indemnified parties in any lawsuit to which they are a party. Contractor shall immediately defend, at Contractor’s own cost, expense and risk, with the City Council’s choosing, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against the City, its officials, officers, agents, employees and representatives. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against the City, its officials, officers, employees, agents, employees and representatives, in any such suit, action or other legal proceeding. Contractor shall reimburse the City, its officials, officers, agents, employees and representatives for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The only limitations on this provision shall be those imposed by Civil Code section 2782. ARTICLE 48. PROCEDURE FOR RESOLVING DISPUTES Contractor shall timely comply with all notices and requests for changes to the Contract Time or Contract Price, including but not limited to all requirements of Article 44, Changes and Extra Work, as a prerequisite to filing any claim governed by this Article. The failure to timely submit a notice of delay or notice of change, or to timely request a change to the Contract Price or Contract Time, or to timely provide any other notice or request required herein shall constitute a waiver of the right to further pursue the claim under the Contract or at law. A. Intent. Effective January 1, 1991, Section 20104 et seq., of the California Public Contract Code prescribes a process utilizing informal conferences, non-binding judicial supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. Effective January 1, 2017, Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on construction claims. The intent of this Article is to implement Sections 20104 et seq. and Section 9204 of the California Public Contract Code. This Article shall be construed to be consistent with said statutes. B. Claims. For purposes of this Article, “Claim” means a separate demand by the Contractor, after a change order duly requested in accordance with Article 44 “Changes and Extra Work” has been denied by the City, for (A) a time extension, (B) payment of money or damages arising from Work done by or on behalf of the Contractor pursuant to the Contract, or (C) an amount the payment of which is disputed by the City. Claims governed by this Article may not be filed unless and until the Contractor completes all procedures for giving notice of delay or change and for the requesting of a time extension or change order, including but not necessarily limited to the procedures contained in Article 44, Changes and Extra Work, and Contractor’s request for a change has been denied in whole or in part. Claims governed by this Article must be filed no later than the date of final payment. The claim shall be submitted in writing to the City and shall include on its first page the following in 16 point capital font: “THIS IS A CLAIM.” Furthermore, the claim shall include the documents necessary to substantiate the claim. Nothing herein is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims, including all requirements pertaining to compensation or payment for 61147.02100\20950242.4 -97- 00 72 13 – GENERAL CONDITIONS extra Work, disputed Work, and/or changed conditions. Failure to follow such contractual requirements shall bar any claims or subsequent lawsuits for compensation or payment thereon. C. Supporting Documentation. The Contractor shall submit all claims in the following format: 1. Summary of claim merit and price, reference Contract Document provisions pursuant to which the claim is made 2. List of documents relating to claim: a. Specifications b. Drawings c. Clarifications (Requests for Information) d. Schedules e. Other 3. Chronology of events and correspondence 4. Analysis of claim merit 5. Analysis of claim cost 6. Time impact analysis in CPM format D. City’s Response. Upon receipt of a claim pursuant to this Article, City shall conduct a reasonable review of the claim and, within a period not to exceed 45 Days, shall provide the Contractor a written statement identifying what portion of the claim is disputed and what portion is undisputed. Any payment due on an undisputed portion of the claim will be processed and made within 60 Days after the City issues its written statement. 1. If the City needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the claim, and the City’s governing body does not meet within the 45 Days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three Days following the next duly publicly noticed meeting of the City’s governing body after the 45-Day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion. 2. Within 30 Days of receipt of a claim, the City may request in writing additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of City and the Contractor. The City’s written response to the claim, as further 61147.02100\20950242.4 -98- 00 72 13 – GENERAL CONDITIONS documented, shall be submitted to the Contractor within 30 Days (if the claim is less than $15,000, within 15 Days) after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. E. Meet and Confer. If the Contractor disputes the City’s written response, or the City fails to respond within the time prescribed, the Contractor may so notify the City, in writing, either within 15 Days of receipt of the City’s response or within 15 Days of the City’s failure to respond within the time prescribed, respectively, and demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand, the City shall schedule a meet and confer conference within 30 Days for settlement of the dispute. F. Mediation. Within 10 business Days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the public entity shall provide the Contractor a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 Days after the public entity issues its written statement. Any disputed portion of the claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the Contractor sharing the associated costs equally. The public entity and Contractor shall mutually agree to a mediator within 10 business Days after the disputed portion of the claim has been identified in writing, unless the parties agree to select a mediator at a later time. 1. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. 2. For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. 3. Unless otherwise agreed to by the public entity and the Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. 4. The mediation shall be held no earlier than the date the Contractor completes the Work or the date that the Contractor last performs Work, whichever is earlier. All unresolved claims shall be considered jointly in a single mediation, unless a new unrelated claim arises after mediation is completed. G. Procedures After Mediation. If following the mediation, the claim or any portion remains in dispute, the Contractor must file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code prior to initiating litigation. For purposes of those provisions, the running of the period of time within which a claim 61147.02100\20950242.4 -99- 00 72 13 – GENERAL CONDITIONS must be filed shall be tolled from the time the Contractor submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. H. Civil Actions. The following procedures are established for all civil actions filed to resolve claims of $375,000 or less: 1. Within 60 Days, but no earlier than 30 Days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties or unless mediation was held prior to commencement of the action in accordance with Public Contract Code section 9204 and the terms of this Agreement. The mediation process shall provide for the selection within 15 Days by both parties of a disinterested third person as mediator, shall be commenced within 30 Days of the submittal, and shall be concluded within 15 Days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. 2. If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1114.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney’s fees on appeal of the other party. I. Government Code Claims. In addition to any and all contract requirements pertaining to notices of and requests for compensation or payment for extra Work, disputed Work, construction claims and/or changed conditions, the Contractor must comply with the claim procedures set forth in Government Code Sections 900, et seq. prior to filing any lawsuit against the City. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra Work, disputed Work, construction claims, and/or changed conditions have been followed by Contractor. If no such Government Code claim is submitted, or if the prerequisite contractual requirements are not satisfied, no action against the City may be filed. A Government Code claim must be filed no earlier than the date the Work is completed or the date the Contractor last performs Work on the Project, whichever occurs first. A Government Code claim shall be inclusive of all unresolved claims unless a new unrelated claim arises after the Government Code claim is submitted. J. Non-Waiver. The City’s failure to respond to a claim from the Contractor within the time periods described in this Article or to otherwise meet the time requirements of this Article shall result in the claim being deemed rejected in its entirety. 61147.02100\20950242.4 -100- 00 72 13 – GENERAL CONDITIONS ARTICLE 49. CITY’S RIGHT TO TERMINATE CONTRACT A. Termination for Cause by the City: 1. In the sole estimation of the City, if the Contractor refuses or fails to prosecute the Work or any separable part thereof with such diligence as will insure its completion within the time specified by the Contract Documents, or any extension thereof, or fails to complete such Work within such time, or if the Contractor should be adjudged a bankrupt, or if it should make a general assignment for the benefit of its creditors, or if a receiver should be appointed on account of its insolvency, or the Contractor or any of its subcontractors should violate any of the provisions of this Contract, the City may serve written notice upon the Contractor and its Surety of the City's intention to terminate this Contract. This notice of intent to terminate shall contain the reasons for such intention to terminate this Contract, and a statement to the effect that the Contractor's right to perform this Contract shall cease and terminate upon the expiration of ten (10) calendar days unless such violations have ceased and arrangements satisfactory to the City have been made for correction of said violations. 2. In the event that the City serves such written notice of termination upon the Contractor and the Surety, the Surety shall have the right to take over and perform the Contract. If the Surety does not: (1) give the City written notice of Surety's intention to take over and commence performance of the Contract within 15 calendar days of the City's service of said notice of intent to terminate upon Surety; and (2) actually commence performance of the Contract within 30 calendar days of the City's service of said notice upon Surety; then the City may take over the Work and prosecute the same to completion by separate contract or by any other method it may deem advisable for the account and at the expense of the Contractor. 3. In the event that the City elects to obtain an alternative performance of the Contract as specified above: (1) the City may, without liability for so doing, take possession of and utilize in completion of the Work such materials, appliances, plants and other property belonging to the Contractor that are on the site and reasonably necessary for such completion (A special lien to secure the claims of the City in the event of such suspension is hereby created against any property of Contractor taken into the possession of the City under the terms hereof and such lien may be enforced by sale of such property under the direction of the City Council without notice to Contractor. The proceeds of the sale after deducting all expenses thereof and connected therewith shall be credited to Contractor. If the net credits shall be in excess of the claims of the City against Contractor, the balance will be paid to Contractor or Contractor’s legal representatives.); and (2) Surety shall be liable to the City for any cost or other damage to the City necessitated by the City securing an alternate performance pursuant to this Article. B. Termination for Convenience by the City: 61147.02100\20950242.4 -101- 00 72 13 – GENERAL CONDITIONS 1. The City may terminate performance of the Work called for by the Contract Documents in whole or, from time to time, in part, if the City determines that a termination is in the City's interest. 2. The Contractor shall terminate all or any part of the Work upon delivery to the Contractor of a Notice of Termination specifying that the termination is for the convenience of the City, the extent of termination, and the Effective Date of such termination. 3. After receipt of Notice of Termination, and except as directed by the City's Representative, the Contractor shall, regardless of any delay in determining or adjusting any amounts due under this Termination for Convenience clause, immediately proceed with the following obligations: a. Stop Work as specified in the Notice. b. Complete any Work specified in the Notice of Termination in a least cost/shortest time manner while still maintaining the quality called for under the Contract Documents. c. Leave the property upon which the Contractor was working and upon which the facility (or facilities) forming the basis of the Contract Document is situated in a safe and sanitary manner such that it does not pose any threat to the public health or safety. d. Terminate all subcontracts to the extent that they relate to the portions of the Work terminated. e. Place no further subcontracts or orders, except as necessary to complete the continued portion of the Contract. f. Submit to the City's Representative, within ten (10) calendar days from the Effective Date of the Notice of Termination, all of the usual documentation called for by the Contract Documents to substantiate all costs incurred by the Contractor for labor, materials and equipment through the Effective Date of the Notice of Termination. Any documentation substantiating costs incurred by the Contractor solely as a result of the City's exercise of its right to terminate this Contract pursuant to this clause, which costs the contractor is authorized under the Contract documents to incur, shall: (1) be submitted to and received by the Engineer no later than 30 calendar days after the Effective Date of the Notice of Termination; (2) describe the costs incurred with particularity; and (3) be conspicuously identified as “Termination Costs occasioned by the City's Termination for Convenience.” 4. Termination of the Contract shall not relieve Surety of its obligation for any just claims arising out of or relating to the Work performed. 5. In the event that the City exercises its right to terminate this Contract pursuant to this clause, the City shall pay the Contractor, upon the Contractor's submission of the documentation required by this clause and other applicable provisions of the Contract Documents, the following amounts: 61147.02100\20950242.4 -102- 00 72 13 – GENERAL CONDITIONS a. All actual reimbursable costs incurred according to the provisions of this Contract. b. A reasonable allowance for profit on the cost of the Work performed, provided Contractor establishes to the satisfaction of the City's Representative that it is reasonably probable that Contractor would have made a profit had the Contract been completed and provided further, that the profit allowed shall in no event exceed fifteen (15%) percent of the costs. c. A reasonable allowance for Contractor's administrative costs in determining the amount payable due to termination of the Contract under this Article. C. Notwithstanding any other provision of this Article, when immediate action is necessary to protect life and safety or to reduce significant exposure or liability, the City may immediately order Contractor to cease Work on the Project until such safety or liability issues are addressed to the satisfaction of the City or the Contract is terminated. ARTICLE 50. WARRANTY AND GUARANTEE OF WORK A. Contractor hereby warrants that materials and Work shall be completed in conformance with the Contract Documents and that the materials and Work provided will fulfill the requirements of this Warranty. Contractor hereby agrees to repair or replace, at the discretion of the City, any or all Work that may prove to be defective in its workmanship, materials furnished, methods of installation or fail to conform to the Contract Document requirements together with any other Work which may be damaged or displaced by such defect(s) within a period of one (1) year from the date of the Notice of Completion of the Project without any expense whatever to the City, ordinary wear and tear and unusual abuse and neglect excepted. Contractor shall be required to promptly repair or replace defective equipment or materials, at Contractor’s option. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. B. For any Work so corrected, Contractor’s obligation hereunder to correct defective Work shall be reinstated for an additional one (1) year period, commencing with the date of acceptance of such corrected Work. The reinstatement of the one (1) year warranty shall apply only to that portion of work that was corrected. Contractor shall perform such tests as City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Contract. In the event of Contractor’s failure to comply with the above- mentioned conditions within ten (10) calendar days after being notified in writing of required repairs, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non-conforming Work and any work damaged by such work or the replacement or correction thereof at Contractor’s sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder immediately upon demand. C. In addition to the warranty set forth in this Article, Contractor shall obtain for City all warranties that would be given in normal commercial practice and assign to City any and all manufacturer’s or installer’s warranties for equipment or materials not 61147.02100\20950242.4 -103- 00 72 13 – GENERAL CONDITIONS manufactured by Contractor and provided as part of the Work, to the extent that such third-party warranties are assignable and extend beyond the warranty period set forth in this Article. Contractor shall furnish the City with all warranty and guarantee documents prior to final Acceptance of the Project by the City as required. D. When specifically indicated in the Contract Documents or when directed by the Engineer, the City may furnish materials or products to the Contractor for installation. In the event any act or failure to act by Contractor shall cause a warranty applicable to any materials or products purchased by the City for installation by the Contractor to be voided or reduced, Contractor shall indemnify City from and against any cost, expense, or other liability arising therefrom, and shall be responsible to the City for the cost of any repairs, replacement or other costs that would have been covered by the warranty but for such act or failure to act by Contractor. E. The Contractor shall remedy at its expense any damage to City-owned or controlled real or personal property. F. The City shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage. The Contractor shall within ten (10) calendar days after being notified commence and perform with due diligence all necessary Work. If the Contractor fails to promptly remedy any defect, or damage; the City shall have the right to replace, repair or otherwise remedy the defect, or damage at the Contractor’s expense. G. In the event of any emergency constituting an immediate hazard to health, safety, property, or licensees, when caused by Work of the Contractor not in accordance with the Contract requirements, the City may undertake at Contractor’s expense, and without prior notice, all Work necessary to correct such condition. H. Acceptance of Defective Work. 1. If, instead of requiring correction or removal and replacement of Defective Work, the City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to City’s evaluation of and determination to accept such Defective Work and for the diminished value of the Work. 2. If any acceptance of defective work occurs prior to release of the Project Retention, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work and all costs incurred by City. 3. If the Project Retention is held in an escrow account as permitted by the Contract Documents, Contractor will promptly alert the escrow holder, in writing, of the amount of Retention to be paid to City. 4. If the acceptance of Defective Work occurs after release of the Project Retention, an appropriate amount will be paid by Contractor to City. 61147.02100\20950242.4 -104- 00 72 13 – GENERAL CONDITIONS I. City May Correct Defective Work. 1. If Contractor fails within a reasonable time after written notice from City’s Representative to correct Defective Work, or to remove and replace rejected Work as required by City, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) Days’ written notice to Contractor, correct, or remedy any such deficiency. 2. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, take possession of Contractor’s tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City and City’s Representative, and the agents, employees, other contractors, and consultants of each of them, access to the Site to enable City to exercise the rights and remedies to correct the Defective Work. 3. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by City correcting the Defective Work will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions into the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. 4. Such claims, costs, losses and damages will include, but not be limited to, all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Defective Work. 5. If the Change Order is executed after all payments under the Contract have been paid by City and the Project Retention is held in an escrow account as permitted by the Contract Documents, Contractor will promptly alert the escrow holder, in writing, of the amount of Retention to be paid to City. 6. If the Change Order is executed after release of the Project Retention, an appropriate amount will be paid by Contractor to City. 7. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to City correcting Defective work. J. Nothing in the Warranty or in the Contract Documents shall be construed to limit the rights and remedies available to City at law or in equity, including, but not limited to, Code of Civil Procedure section 337.15. ARTICLE 51. DOCUMENT RETENTION & EXAMINATION A. In accordance with Government Code section 8546.7, records of both the City and the Contractor shall be subject to examination and audit by the State Auditor General for a period of three (3) years after final payment. 61147.02100\20950242.4 -105- 00 72 13 – GENERAL CONDITIONS B. Contractor shall make available to the City any of the Contractor’s other documents related to the Project immediately upon request of the City. C. In addition to the State Auditor rights above, the City shall have the right to examine and audit all books, estimates, records, contracts, documents, bid documents, subcontracts, and other data of the Contractor (including computations and projections) related to negotiating, pricing, or performing the modification in order to evaluate the accuracy and completeness of the cost or pricing data at no additional cost to the City, for a period of four (4) years after final payment. ARTICLE 52. SEPARATE CONTRACTS A. The City reserves the right to let other contracts in connection with this Work or on the Project site. Contractor shall permit other contractors reasonable access and storage of their materials and execution of their work and shall properly connect and coordinate its Work with theirs. B. To ensure proper execution of its subsequent Work, Contractor shall immediately inspect work already in place and shall at once report to the Engineer any problems with the Work in place or discrepancies with the Contract Documents. C. Contractor shall ascertain to its own satisfaction the scope of the Project and nature of any other contracts that have been or may be awarded by the City in prosecution of the Project to the end that Contractor may perform this Contract in the light of such other contracts, if any. Nothing herein contained shall be interpreted as granting to Contractor exclusive occupancy at site of the Project. Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on the Project. If simultaneous execution of any contract for the Project is likely to cause interference with performance of some other contract or contracts, the Engineer shall decide which Contractor shall cease Work temporarily and which contractor shall continue or whether work can be coordinated so that contractors may proceed simultaneously. The City shall not be responsible for any damages suffered or for extra costs incurred by Contractor resulting directly or indirectly from award, performance, or attempted performance of any other contract or contracts on the Project site. ARTICLE 53. NOTICE AND SERVICE THEREOF All notices shall be in writing and either served by personal delivery or mailed to the other party as designated in the Bid Forms. Written notice to the Contractor shall be addressed to Contractor’s principal place of business unless Contractor designates another address in writing for service of notice. Notice to City shall be addressed to the City as designated in the Notice Inviting Bids unless City designates another address in writing for service of notice. Notice shall be effective upon receipt or five (5) calendar days after being sent by first class mail, whichever is earlier. Notice given by facsimile shall not be effective unless acknowledged in writing by the receiving party. ARTICLE 54. NOTICE OF THIRD PARTY CLAIMS Pursuant to Public Contract Code section 9201, the City shall provide the Contractor with timely notification of the receipt of any third-party claims relating to the Contract. The City is entitled to recover reasonable costs incurred in providing such notification. 61147.02100\20950242.4 -106- 00 72 13 – GENERAL CONDITIONS ARTICLE 55. STATE LICENSE BOARD NOTICE Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four (4) years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within ten (10) years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento, California 95826. ARTICLE 56. INTEGRATION A. Oral Modifications Ineffective. No oral order, objection, direction, claim or notice by any party or person shall affect or modify any of the terms or obligations contained in the Contract Documents. B. Contract Documents Represent Entire Contract. The Contract Documents represent the entire agreement of the City and Contractor. ARTICLE 57. ASSIGNMENT OF CONTRACT Contractor shall not assign, transfer, convey, sublet or otherwise dispose of the rights or title of interest of any or all of this contract without the prior written consent of the City. Any assignment or change of Contractor’s name of legal entity without the written consent of the City shall be void. Any assignment of money due or to become due under this Contract shall be subject to a prior lien for services rendered or Material supplied for performance of Work called for under the Contract Documents in favor of all persons, firms, or corporations rendering such services or supplying such Materials to the extent that claims are filed pursuant to the Civil Code, the Code of Civil Procedure or the Government Code. ARTICLE 58. CHANGE IN NAME AND NATURE OF CONTRACTOR’S LEGAL ENTITY Should a change be contemplated in the name or nature of the Contractor’s legal entity, the Contractor shall first notify the City in order that proper steps may be taken to have the change reflected on the Contract and all related documents. No change of Contractor’s name or nature will affect City’s rights under the Contract, including but not limited to the bonds. ARTICLE 59. ASSIGNMENT OF ANTITRUST ACTIONS Pursuant to Public Contract Code section 7103.5, in entering into a public works contract or subcontract to supply goods, services, or materials pursuant to a public works contract, Contractor or subcontractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 USC, Section 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from the purchase of goods, services, or materials pursuant to this contract or any subcontract. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor, without further acknowledgment by the parties. 61147.02100\20950242.4 -107- 00 72 13 – GENERAL CONDITIONS ARTICLE 60. PROHIBITED INTERESTS No City official or representative who is authorized in such capacity and on behalf of the City to negotiate, supervise, make, accept, or approve, or to take part in negotiating, supervising, making, accepting or approving any engineering, inspection, construction or material supply contract or any subcontract in connection with construction of the project, shall be or become directly or indirectly interested financially in the Contract. ARTICLE 61. CONTROLLING LAW Notwithstanding any subcontract or other contract with any subcontractor, supplier, or other person or organization performing any part of the Work, this Contract shall be governed by the law of the State of California excluding any choice of law provisions. ARTICLE 62. JURISDICTION; VENUE Contractor and any subcontractor, supplier, or other person or organization performing any part of the Work agrees that any action or suits at law or in equity arising out of or related to the bidding, award, or performance of the Work shall be maintained in the Superior Court of Orange County, California, and expressly consent to the jurisdiction of said court, regardless of residence or domicile, and agree that said court shall be a proper venue for any such action. ARTICLE 63. LAWS AND REGULATIONS A. Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on conduct of work as indicated and specified. If Contractor observes that drawings and specifications are at variance therewith, it shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided for in this Contract for changes in work. If Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, it shall bear all costs arising therefrom. B. Contractor shall be responsible for familiarity with the Americans with Disabilities Act (“ADA”) (42 U.S.C. § 12101 et seq.). The Work will be performed in compliance with ADA regulations. ARTICLE 64. PATENTS Contractor shall hold and save the City, officials, officers, employees, and authorized volunteers harmless from liability of any nature or kind of claim therefrom including costs and expenses for or on account of any patented or unpatented invention, article or appliance manufactured, furnished or used by Contractor in the performance of this contract. ARTICLE 65. OWNERSHIP OF CONTRACT DOCUMENTS All Contract Documents furnished by the City are City property. They are not to be used by Contractor or any subcontractor on other work nor shall Contractor claim any right to such documents. With exception of one complete set of Contract Documents, all documents shall be returned to the City on request at completion of the Work. 61147.02100\20950242.4 -108- 00 72 13 – GENERAL CONDITIONS ARTICLE 66. NOTICE OF TAXABLE POSSESSORY INTEREST In accordance with Revenue and Taxation Code section 107.6, the Contract Documents may create a possessory interest subject to personal property taxation for which Contractor will be responsible. ARTICLE 67. SURVIVAL OF OBLIGATIONS All reresentations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 61147.02100\20950242.4 -109- 00 73 13 – SPECIAL CONDITIONS 00 73 13 – SPECIAL CONDITIONS 1.1 Engineer of Record. A. For purposes of this Project, the Engineer of Record or Engineer shall be: Stantec Consulting Services Inc. 1.2 Location of the Project. A. The Project is located at 30291 Camino Capistrano, San Juan Capistrano, CA 92675 B. The general location of the Project is shown on City Drawing the Project Plans, Sheet No. CV-1. 1.3 Shared Cost Savings for Reductions in Contract Price; Value Engineering. Should the cost of construction be less than the agreed upon Contract Price, then the savings shall be shared between the Contractor and the City. The Contractor shall receive twenty-five percent (25%) of any reductions realized in the Contract Price, and the City shall receive the remaining seventy-five percent (75%) of the savings. 1.4 Status of the Project Area and Rights-of-Way. A. City, at its expense, will provide all rights-of-way or permits, or both, covering the crossing of private property and public and private rights-of-way necessary for the permanent Work; provided, however, Contractor shall, at its expense, obtain any bonds or insurance policies or pay any fees and enter into any agreements required by a controlling authority, e.g., Caltrans or Southern Pacific Railroad Company, before Contractor enters upon any property or right-of-way under the jurisdiction of any such controlling authority for the purpose of performing Work. B. City has acquired or is negotiating to acquire any rights-of-way, or both, necessary for the permanent Work. C. If such permits are required, all operations of Contractor shall conform to the restrictions, regulations, and requirements set forth in said permits, copies of which will be included in the Contract Documents. D. Contractor may be required, as a condition for receiving final payment, to obtain, and provide City’s Representative with copies of, executed damage releases from the owners of public and private property whose property has been damaged by the Work. The damage releases will be on a form provided by City. E. Contractor shall, also, as a condition for receiving final payment, obtain, and provide City’s Representative with copies of, executed damage releases from the owners of certain public and private property or areas which have been crossed by the Work or otherwise affected by the Work. The damage releases will be on a form provided by City. 61147.02100\20950242.4 -110- 00 73 13 – SPECIAL CONDITIONS 1.5 Site Data. A. The data provided herein is for the information of Contractor and is subject to all limitations and conditions set forth in the Contract Documents. B. Subsurface Exploration Data. The following report/data is included in the Project Manual attachment section of these Contract Documents: 1. Geotecnical Report (Attachment B) C. Other Site Data. The following report/data is are available for inspection at City’s office included in the attachment section of these Contract Documents: 1. Storm Water Pollution Prevention Plan (Attachment C) Copies of these reports, drawings and other materials may be examined at City’s office during regular business hours. 1.6 Pre-Purchased or Pre-Negotiated Material. A. City has “pre-purchased” the following equipment and/or material to be incorporated into the Project: • Statue of Corrone (1 Each) • Interpretive Signage (6 Each) • Directional Markers (5 Each) • Kiicha Structures (6 EA.) B. Contractor is responsible for coordination with manufacturer City for the above materials and complete installation of the equipment and/or material as if Contractor had purchased it directly. 1.7 Designation of City’s Representative. A. Unless otherwise modified by City, City’s Representative shall be the City Engineer. 1.8 Modification of Hours of Work. Onsite Work: Onsite work shall be limited to 7:30 a.m. to 5:00 p.m., Monday through Friday. Absolutely no work is permitted on Saturdays, Sundays, or Federal Holidays. Offsite Work (Camino Capistrano): Lane closures on Camino Capistrano is permitted between 8:30 a.m. and 2:30 p.m. only. Traffic Control shall be per the Work Area Protection and Traffic Control Manual. Two-way traffic shall be maintained at all times. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the CONTRACTOR. The service fees will be calculated at overtime rates including benefits, overhead, and travel time. The service fees will be deducted from any amounts due the CONTRACTOR. 61147.02100\20950242.4 -111- 00 73 13 – SPECIAL CONDITIONS Work shall not interfere with trash pickup or street sweeping of any street within the limits of work. CONTRACTOR shall coordinate with the CITY'S trash hauler and street sweeper. 1.9 Project Retention In accordance with Public Contract Code § 7201, City will withhold 5% of each progress payment as retention on the Project. [OR] In accordance with Public Contract Code § 7201, City has approved a finding that the Project is substantially complex and will withhold 10% of each progress payment as retention on the Project. A copy of City’s finding is attached as Attachment B to the Contract Documents. 1.10 Reverse Liquidated Damages Due to Unreasonable City Delay. A. In compliance with the provisions of California Public Contract Code § 7102, the Contractor will be compensated for damages incurred due to delays in completing the Work due solely to the fault of the City, where such delay is unreasonable under the circumstances and not contemplated by the parties and such delay is not the result of Additional Work. The Contractor and City agree that determining actual damages is impracticable and extremely difficult. As such, the Contractor shall be entitled to the appropriate time extension and to payment of liquidated damages in the sum of $ per Day of delay in excess of the time specified for the Completion of the Work. Such amount shall constitute the only payment allowed and shall necessarily include all overhead (direct or indirect), all profit, all administrative costs, all bond costs, all labor, materials, equipment and rental costs, and any other costs, expenses and fees incurred or sustained as a result of such delay. The Contractor expressly agrees to be limited solely to the liquidated damages for all such delays as defined in this subsection. 1.11 Liquidated Damages Due to Contractor Delay. A. Time is of the essence. Should Contractor fail to complete all or any part of the Work within the time specified in the Contract Documents, City will suffer damage, the amount of which is difficult, if not impossible, to ascertain and, pursuant to the authority of Government Code section 53069.85, City shall therefore be entitled to $500 per Day as liquidated damages for each Day or part thereof that actual completion extends beyond the time specified. B. Liquidated damages may be deducted from progress payments due Contractor, Project retention or may be collected directly from Contractor, or from Contractor's surety. These provisions for liquidated damages shall not prevent City, in case of Contractor's default, from terminating the Contractor. 1.12 Utility Outages – Notices to Residents. A. Should Contractor’s operations require interruption of any utility service, Contractor shall notify City at least ten (10) Days prior to the scheduled outage. Contractor will 61147.02100\20950242.4 -112- 00 73 13 – SPECIAL CONDITIONS notify all impacted residents on a form provided by City at least seven (7) Days prior to the scheduled outage. B. Contractor shall be responsible for providing, at its cost, any temporary utility or facilities necessitated by the utility outage. 1.13 Schedule Constraints. Site access to the Northwest Open Space property is anticipated to be available to the Contractor for the entire duration of construction. However, it is the responsibility of the Contractor to coordinate with the operators/tenants of the Swanner House (A Stone’s Throw Winery) located at 29943 Camino Capistrano and the City’s construction manager for any special activities or events that may occur at the property during the period of construction. Contractor shall also coordinate with the Mountain Pines Christmas Tree Farm located at 29932 Camino Capistrano for the widening of Camino Capistrano. 1.14 Noise Restrictions A. Contractor shall use only such equipment on the Work and in such state of repair so that the emission of sound therefrom is within the noise tolerance level of that equipment as established by Cal/OSHA. B. Contractor shall comply with the most restrictive of the following: (1) local sound control and noise level rules, regulations and ordinances and (2) the requirements contained in these Contract Documents, including hours of operation requirements. C. No internal combustion engine shall be operated on the Project without a muffler of the type recommended by the manufacturer. Should any muffler or other control device sustain damage or be determined to be ineffective or defective, the Contractor shall promptly remove the equipment and shall not return said equipment to the job until the device is repaired or replaced. Said noise and vibration level requirements shall apply to all equipment on the job or related to the job, including but not limited to, trucks, transit mixers or transit equipment that may or may not be owned by the Contractor. 1.15 Safety Programs. NOT USED. 1.16 Coordination with Other Contractors. A. Contractor shall coordinate with SDG&E for the establishment of site electrical service and to accommodate the removal of two (2) existing power poles at the site. B. Archeological and Native American monitoring services is provided separately through the City with limited availability. Contractor shall effectively schedule earthwork and earth-disturbing activities such as clearing and grubbing, soil remediation, site excavation & grading, utility trenching, footing excavations, etc., to minimize/reduce the number of days/duration of site monitoring required for the project. END OF SPECIAL CONDITIONS 61147.02100\20950242.4 -113- 01 00 00 – GENERAL REQUIREMENTS 01 00 00 – GENERAL REQUIREMENTS PART 1 -- GENERAL 1.1 DESCRIPTION The project includes, but not, limited to off-site street widening (Camino Capistrano), a parking lot and park amenities on City owned property at the Northwest Open Space located at the northerly entry into the City of San Juan Capistrano. The approximately 3.4 acre park features a Native American cultural/demonstration village with kiichas, ramadas, manos/metates, circular amphitheater, a Coronne statue, directional markers, interpretive signage and ethnobotanical planting. Other park amenities include a corporate/picnic area facility w/ BBQ, central courtyard with water feature, restroom building, multi-use trail, a pole corral, parking lot, trash enclosure, lighting, bio-swales / bio-retention pond, etc.; and implementation of Best Management Practices (BMP) for storm water pollution prevention during all construction activities; and other general improvements. 1.2 RELATED REQUIREMENTS SPECIFIED ELSEWHERE PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.1 LAYOUT OF WORK AND QUANTITY SURVEYS General. The Contractor shall utilize a properly licensed surveyor to perform all layout surveys required for the control and completion of the Work, and all necessary surveys to compute quantities of Work performed. City and/or the Engineer of Record has established primary control to be used by the Contractor for establishing lines and grades required for the Work. Primary control consists of benchmarks and horizontal control points in the vicinity of the Work. A listing and identification of the primary control is provided on the Drawings. Before beginning any layout work or construction activity, the Contractor shall check and verify primary control, and shall advise the City Representative of any discrepancies. Quantity surveys. The Contractor shall perform such surveys and computations as are necessary to determine quantities of Work performed or placed during each progress payment period, and shall perform all surveys necessary for the City Representative to determine final quantities of Work in place. The City Representative will determine final quantities based upon the survey data provided by the Contractor, and the design lines and grades. If requested by the City Representative, the Contractor shall provide an electronic copy of data used for quantity computations. 61147.02100\20950242.4 -114- 01 00 00 – GENERAL REQUIREMENTS All surveys performed for measurement of final quantities of Work and material shall be subject to approval of City’s Representative. Unless waived by City’s Representative in each specific case, quantity surveys made by the Contractor shall be made in the presence of City’s Representative. Surveying 1. Accuracy. Degree of accuracy shall be an order high enough to satisfy tolerances specified for the Work and the following: (a) Right-of-way and alignment of tangents and curves shall be within 0.1 foot. (b) Structure points shall be set within 0.01 foot, except where operational function of the special features or installation of metalwork and equipment require closer tolerances. When formwork has been placed and is ready for concrete, the Contractor shall check the formwork for conformance with the drawings and to ensure that the forms are sufficiently within the tolerance limits for the completed work. (c) Cross-section points shall be located within 0.1 foot, horizontally and vertically. (d) Aerial Mapping shall meet National Mapping Standards for 2-foot contour intervals. Records. Survey data shall be recorded in accordance with recognized professional surveying standards. Original field notes, computations, and other surveying data shall be recorded on electronic data collectors or in standard field books and must be of sufficient quality to enable the Contractor to prepare accurate record drawings as required by the Contract Documents. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required for surveys for the layout of work and quantity surveys shall be included in the Schedule of Pay Items for items of work requiring the surveys. No additional compensation shall be made to the Contractor for this Work. 3.2 SCHEDULE Estimated Schedule. Within 14 Days after the issuance of the Notice to Proceed, Contractor shall prepare a Project schedule and shall submit this to the Engineer for Approval. The receipt or Approval of any schedules by the Engineer or the City shall not in any way relieve the Contractor of its obligations under the Contract Documents. The Contractor is fully responsible to determine and provide for any and all staffing and resources at levels which allow for good quality and timely completion of the Project. Contractor’s failure to incorporate all elements of Work required for the performance of the Contract or any inaccuracy in the schedule shall not excuse the Contractor from performing all Work required for a completed Project within the specified Contract time period. If the required schedule is not received by the time the first payment under the Contract is due, Contractor shall not be paid until the schedule is received, reviewed and accepted by the Engineer. Schedule Contents. The schedule shall indicate the beginning and completion dates of all phases of construction; critical path for all critical, sequential time related 61147.02100\20950242.4 -115- 01 00 00 – GENERAL REQUIREMENTS activities; and “float time” for all “slack” or “gaps” in the non-critical activities. The schedule shall clearly identify all staffing and other resources which in the Contractor’s judgment are needed to complete the Project within the time specified for completion. The overall Project Schedule duration shall be within the Contract time. Schedule Updates. Contractor shall continuously update its construction schedule. Contractor shall submit an updated and accurate construction schedule to the Engineer monthly when requested to do so by Engineer. Contractor shall also submit schedules showing a three week detailed look-ahead at bi-weekly meetings conducted with the City. The Engineer may withhold progress payments or other amounts due under the Contract Documents if Contractor fails to submit an updated and accurate construction schedule. 3.3 TEMPORARY FIELD OFFICE Temporary Construction Trailer. A temporary inspector’s field office and/or construction trailer is not required by the City for the Project. If Contractor elects to provide a temporary facility at the construction site, the Contractor shall notify and seek approval from the City prior to implementation. A suitable location for placement of the temporary facility can be determined and approved by the City. All arrangements and expenses for utilities/services including but not limited to water, electric power, sewage disposal and telephone communications, at the Site shall be the sole esponsibility of the Contractor. Sanitation. The Contractor shall provide sanitary facilities for all persons working on the project. These facilities shall be kept clean and shall not be unsightly or produce odors. 3.4 PROTECTION OF WORK AND PROPERTY All traffic detector loops, fences, walls, culverts, property line monuments, or other obstructions (except property line monuments within five (5) feet of the centerline of the mains) which are removed, damaged, or destroyed in the course of the Work, shall be replaced or repaired to the original condition. If Contractor provides the City with reasonable notice of the need for such repair or replacement, it shall be performed by the City. If the Contractor fails to provide the City with reasonable notice, the repair or replacement shall be performed by and at the expense of the Contractor to the satisfaction of the City, whether or not those obstructions have been shown on the Plans, unless otherwise stated herein. It is then the Contractor’s responsibility to employ at its expense a Licensed Land Surveyor to restore all property line monuments located more than five (5) feet from the centerline of the mains, which are destroyed or obliterated. Property line monuments located within five (5) feet of the centerline of the mains will be replaced by the City at no expense to the Contractor, provided the City is notified at least 48 hours before the property line monuments are damaged. Contractor shall provide such heat, covering, and enclosures as are necessary to protect all Work, materials, equipment, appliances, and tools against damage by weather conditions. 61147.02100\20950242.4 -116- 01 00 00 – GENERAL REQUIREMENTS Contractor shall take adequate precautions to protect existing sidewalks, curbs, pavements, utilities, and other adjoining property and structures, and to avoid damage thereto, and Contractor shall repair any damage thereto caused by the Work operations. Contractor shall: 1. Enclose the working area with a substantial barricade, and arrange work to cause minimum amount of inconvenience and danger to the public. 2. Provide substantial barricades around any shrubs or trees indicated to be preserved. 3. Deliver materials to the Project site over a route designated by the Engineer. 4. Provide any and all dust control required and follow the Applicable air quality regulations as appropriate. If the Contractor does not comply, the City shall have the immediate authority to provide dust control and deduct the cost from payments to the Contractor. 5. Confine Contractor’s apparatus, the storage of materials, and the operations of its workers to limits required by law, ordinances, permits, or directions of the Engineer. Contractor shall not unreasonably encumber the Project site with its materials. 6. Take care to prevent disturbing or covering any survey markers, monuments, or other devices marking property boundaries or corners. If such markers are disturbed by accident, they shall be replaced by a civil engineer or land surveyor acceptable to the City, at no cost to the City. 7. Ensure that existing facilities, fences and other structures are all adequately protected and that, upon completion of all Work, all facilities that may have been damaged are restored to a condition acceptable to the City. 8. Preserve and protect from injury all buildings, pole lines and all direction, warning and mileage signs that have been placed within the right-of-way. 9. At the completion of work each day, leave the Project site in a clean, safe condition. 10. Comply with any stage construction and traffic control plans. Access to residences and businesses shall be maintained at all times, unless otherwise permitted in writing by the City. These precautionary measures will apply continuously and not be limited to normal working hours. Full compensation for the Work involved in the preservation of life, safety and property as above specified shall be considered as included in the prices paid for the various contract items of Work, and no additional allowance will be made therefore. Should damage to persons or property occur as a result of the Work, Contractor shall be responsible for proper investigation, documentation, including video or photography, to adequately memorialize and make a record of what transpired. The 61147.02100\20950242.4 -117- 01 00 00 – GENERAL REQUIREMENTS City shall be entitled to inspect and copy any such documentation, video, or photographs. 3.5 SITE CONDITIONS SURVEYS Work Included. Contractor shall conduct thorough pre-construction and post-construction site condition surveys of the entire project area. Site Conditions surveys shall include written documentation of the conditions found, as well as photographs and video recordings of the area within at least 80 feet of any construction area and staging area. The written notes, photographs, and video shall be suitable for forensic purposes to resolve any damage claims that may arise as a result of construction. Submittals. 1. Written documentation of site condition survey at pre-construction and post- construction. 2. Photographs as described herein of pre-construction and post-construction conditions. 3. Video recordings as described herein of pre-construction and post-construction conditions. 4. Submittals shall be made within three days of the surveys. All post-construction data shall be submitted prior to the final project inspection. Site Condition Written Documentation. Written documentation shall include the time, date, and conditions under which the site survey was made. The documentation shall note the condition of structures, pavement, sidewalks, utilities, fences, and etc. within the work areas. Photographs. 1. General – Contractor shall take enough photographs during each site survey to provide a record of conditions existing prior to construction and conditions after construction. Pre-construction photographs shall be taken prior to any construction or mobilization of equipment, but not more that one week prior to actual start of work. The pre-construction photographs may be staged at different times to match the progression of the Work. 2. The photographs shall document existing damage to public and private facilities, both prior to and after construction. Conditions to be documented include, but are not limited to: sidewalk cracks, broken curbs, separated property walls, improvements within public right-of-ways, access roads used, utility covers and markings, signs, pavement striping, pavement, unique or unusual conditions, adjacent driveways, landscaping, survey markers, and any feature directed by the Engineer. Private property that is adjacent to the public right-of-way shall be documented to the extent visible from the public right-of-way. 61147.02100\20950242.4 -118- 01 00 00 – GENERAL REQUIREMENTS 3. Photographs shall include items to indicate scale, as needed. In particular, scales or other items shall be laid next to close ups of structural cracks and other damaged areas being recorded. Scaling shall also be used to document elevation differences, as needed. 4. One set of color prints shall be submitted. Additional sets shall be available for reviewing in settling any construction disputes. A set of photos shall also be furnished in electronic format. The resolution shall be at least equal to 7 mega- pixels. All photos shall be documented as to time and date taken, photographer, project number, location, and orientation. Documentation shall include a brief description of objects photographed. Video Recording. 1. Video recordings shall document the conditions of the entire area affected by construction, as well as nearby structures and facilities. The general documentation requirements for videos are the same as for photographs. Video recorders shall accurately and continuously record the time and date. 2. Video recordings shall include an audio portion made simultaneously during the videoing. The audio recording shall describe the location, time, orientation, and objects being recorded. Special commentary shall be provided for unusual conditions or damage noted. 3. Video equipment shall be capable of producing high resolution images and shall have zoom capabilities. 4. Video recordings shall provide an overall picture of the sites and shall provide detailed images of damaged areas. Video shall extend to the maximum height of structures. 5. The Engineer shall have the right to reject any audio video recordings submitted with unintelligible audio, uncontrolled pan or zoom, or of poor quality. Video recordings shall be repeated when rejected. 6. Video recordings shall be submitted with labels indicating the project, date, recorder, and other pertinent information. Recordings shall be submitted on standard DVDs in a standard format. Timing. Contractor shall provide written notice of the time scheduled for the site conditions survey and the place it is to begin. Contractor shall obtain the Engineer’s concurrence prior to beginning the condition survey. The Engineer reserves the right to cancel the survey due to weather conditions or other problems. Videoing shall be done during times of good visibility and no videoing or photography shall be done during periods of visible precipitation or when standing water obscures pavement. Contractor shall provide the Engineer with an opportunity to have a representative present when taking the photos and provide guidance during photographing. Site Surveyor. 61147.02100\20950242.4 -119- 01 00 00 – GENERAL REQUIREMENTS The site condition surveyor(s) shall be experienced in construction and potential damage concerns. The site condition surveyor(s) shall be familiar with the photography and video equipment being used. Field Quality Control. Prior to submitting videos and photographs, the Contractor shall spot check the photos and videos in the field to insure they accurately reflect the actual conditions and to insure they are correctly labeled. Soils Compaction Testing. 1. All soils compaction testing will be done by a licensed geotechnical engineer furnished by the City. Soils compaction testing will be done for all footings and foundations prior to placement of rebar or concrete. 2. For pipeline construction, soil compaction testing will be done at 100-foot intervals at the bottom of the trench prior to placement of pipe bedding; at the top of the pipe bedding above the pipe; every two vertical feet of trench backfill; at the top of the trench backfill, which sould be the bottom of the pavement section; and at the top of the aggregate base prior to pavement construction. 3.6 SUBMITTAL REQUIREMENTS FOR MANUALS AND RECORD DRAWINGS General. The Contractor shall furnish all materials and perform all Work required for furnishing submittals to City in accordance with Contract Documents. Technical Manuals. 1. The Contractor shall submit technical operation and maintenance information for each item of mechanical, electrical and instrumentation equipment in an organized manner in the Technical Manual. It shall be written so that it can be used and understood by City’s operation and maintenance staff. 2. The Technical Manual shall be subdivided first by specification section number; second, by equipment item; and last, by "Category." "Categories" shall conform to the following (as applicable): (a) Category 1 - Equipment Summary: (1) Summary: A summary table shall indicate the equipment name, equipment number, and process area in which the equipment is installed. (b) Category 2 - Operational Procedures: (1) Procedures: Manufacturer-recommended procedures on the following shall be included in Part 2: a. Installation b. Adjustment 61147.02100\20950242.4 -120- 01 00 00 – GENERAL REQUIREMENTS c. Startup d. Location of controls, special tools, equipment required, or related instrumentation needed for operation e. Operation procedures f. Load changes g. Calibration h. Shutdown i. Troubleshooting j. Disassembly k. Reassembly l. Realignment m. Testing to determine performance efficiency n. Tabulation of proper settings for all pressure relief valves, low and high pressure switches, and other protection devices o. List of all electrical relay settings including alarm and contact settings (c) Category 3 - Preventive Maintenance Procedures: (1) Procedures: Preventive maintenance procedures shall include all manufacturer-recommended procedures to be performed on a periodic basis, both by removing and replacing the equipment or component, and by leaving the equipment in place. (2) Schedules: Recommended frequency of preventive maintenance procedures shall be included. Lubrication schedules, including lubricant SAE grade, type, and temperature ranges, shall be covered. (d) Category 4 - Parts List: (1) Parts List: A complete parts list shall be furnished, including a generic description and manufacturer's identification number for each part. Addresses and telephone numbers of the nearest supplier and parts warehouse shall be included. (2) Drawings: Cross-sectional or exploded view drawings shall accompany the parts list. (e) Category 5 - Wiring Diagrams: (1) Diagrams: Part 5 shall include complete internal and connection wiring diagrams for electrical equipment items. 61147.02100\20950242.4 -121- 01 00 00 – GENERAL REQUIREMENTS (f) Category 6 - Shop Drawings: (1) Drawings: This part shall include approved shop or fabrication drawings, complete with dimensions. (g) Category 7 - Safety: (1) Procedures: This part describes the safety precautions to be taken when operating and maintaining the equipment or working near it. (h) Category 8 - Documentation: (1) All equipment warranties, affidavits, and certifications required by the Technical Specifications shall be placed in this part. 3. The Contractor shall furnish to City six (6) identical Technical Manuals. Each set shall consist of one or more volumes, each of which shall be bound in a standard binder. Spare Parts List - The Contractor shall furnish to City six (6) identical sets of spare parts information for all mechanical, electrical, and instrumentation equipment. The spare parts list shall include the current list price of each spare part. The spare parts list shall include those spare parts which each manufacturer recommends be maintained by City in inventory. Each manufacturer or supplier shall indicate the name, address, and telephone number of its nearest outlet of spare parts to assist City in ordering. The Contractor shall cross-reference all spare parts lists to the equipment numbers designated in the Contract Documents. The spare parts lists shall be bound in standard size, 3-ring binder. Record Drawings 1. The Contractor shall maintain one record set of Drawings at the Site. On these, it shall mark all Project conditions, locations, configurations, and any other changes or deviations which may vary from the information represented in the original Contract Documents, including buried or concealed construction and utility features which are revealed during the course of construction. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the locations indicated, or which were not indicated on the Contract Drawings. Said record drawings shall be supplemented by any detailed sketches as necessary or directed to fully indicate the Work as actually constructed. These master record drawings of the as-built conditions, including all revisions made necessary by Addenda and Change Orders shall be maintained up-to-date during the progress of the Project. Red ink shall be used for alterations and notes. Notes shall identify relevant Change Orders by number and date. 2. For all Projects involving the installation of any pipeline, Contractor shall survey and record the top of the pipe at a minimum of every 100 linear feet, and at each bend, recording both the horizontal and vertical locations. 3. Record drawings shall be accessible to City’s Representative at all times during the construction period. Failure on the Contractor’s part to keep record drawings current could result in withholding partial payment. 61147.02100\20950242.4 -122- 01 00 00 – GENERAL REQUIREMENTS 4. Upon Completion of the Project and as a condition of final acceptance, the Contractor shall finalize and deliver a complete set of Record Drawings to City’s Representative. The information submitted by the Contractor will be assumed to be correct, and the Contractor shall be responsible for, and liable to City, for the accuracy of such information, and for any errors or omissions which may or may not appear on the Record Drawings. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to complete the Manuals and Record Drawings shall be included in Contractor’s bid and distributed in the Schedule of Pay. No additional compensation shall be made to the Contractor for this Work. 3.7 MATERIALS Materials to be Furnished by the Contractor 1. Inspection of Materials. Materials furnished by the Contractor which will become a part of the Project shall be subject to inspection at any one or more of the following locations, as determined by City’s Representative: at the place of production or manufacture, at the shipping point, or at the site of the Work. To allow sufficient time to provide for inspection, the Contractor shall submit to City’s Representative, at the time of issuance, copies of purchase orders or other written instrument confirming procurement of the materials, including drawings and other pertinent information, covering materials on which inspection will be made. 2. No later than fourteen (14) Days prior to manufacture of material, Contractor shall inform City’s Representative, in writing, the date the material is to be manufactured. 3. Contractors Obligations. The inspection of materials at any of the locations specified above or the waiving of the inspection thereof shall not impact whether the materials and equipment conform to the Contract Documents. Contractor will not be relieved from furnishing materials meeting the requirements of the Contract Documents due to City’s inspection or lack of inspection of the equipment or materials. Acceptance of any materials will be made only after materials are installed in the Project. 4. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to accommodate City’s testing efforts, including any travel required by Contractor’s forces, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items related to the materials requiring testing. No additional compensation shall be made to the Contractor for this Work. 3.8 LOCAL CONDITIONS AND REQUIREMENTS Access to Work and Haul Routes 1. General. All work on the rights-of-way necessary for access to the Site shall be performed by the Contractor. 61147.02100\20950242.4 -123- 01 00 00 – GENERAL REQUIREMENTS 2. Access, Damage, Restoration. The Contractor shall make his own investigation of the condition of available public or private roads and of clearances, restrictions, bridge-load limits, permit or bond requirements, and other limitations that affect or may affect transportation and ingress or egress at the Site. Claims for changes in Contract Price or Contract Times arising out of the unavailability of transportation facilities or limitations thereon shall not be considered by City. 3. The Contractor shall maintain and repair any damage arising out of Contractor’s operations to all roads used during construction of the Project, and upon completion of all Work, but prior to final acceptance, the roads shall be restored to their original condition. Prior to using any road for access to the Site, the Contractor shall conduct a photograph and/or video survey of the roadway with a copy submitted to City’s Representative. 4. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to complete this Work, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Power. Contractor shall provide at its own expense all necessary power required for operations under the contract. The Contractor shall provide and maintain in good order such modern equipment and installations as shall be adequate in the opinion of the Engineer to perform in a safe and satisfactory manner the Work required by the contract. Construction Water. 1. Construction water shall not be used for purposes other than those required to satisfactorily complete the contract. 2. All connections to the City's water system used for the purposes of obtaining construction water shall utilize a temporary construction meter and backflow prevention device supplied by the City. The City-furnished backflow prevention device shall be tested immediately after installation and the construction meter and backflow prevention device shall not be placed into service until the backflow prevention device passes such tests. Backflow prevention device testing shall be performed in accordance with the most recent edition of the Manual of Cross- Connection Control as published by the University of Southern California by a person selected from City of San Juan Capistrano “City-Approved Certified Backflow Assembly Testers” list, and test results shall be provided to the Engineer. If the temporary construction meter and backflow prevention device are moved to alternate location(s) during construction, the backflow prevention device shall again be tested as described above immediately after re-installation. 3. For each temporary construction meter requested by the Contractor for the performance of work under this contract, an amount equivalent to the deposit requirement for temporary construction meters listed in the current approved version of the City’s Policies and Procedures Manual shall be withheld from the final contract payment until the temporary construction meters are returned. Operation of Existing Water Facilities 61147.02100\20950242.4 -124- 01 00 00 – GENERAL REQUIREMENTS 1. The Contractor shall not operate any of the existing water systems, including pumps, motors, and hydrants, but shall contact the City two (2) working days in advance with a list and location of the water system facilities that will require operating, opening, stopping, or closure by the City. 2. At the option of the Engineer, the Contractor may be permitted to operate valves for the purpose of making connections to existing mains. The City will perform all notification to existing customers regarding temporary loss of service. 3. Contractor shall submit a request on City’s standard form for any shut-down of existing water facilities. Construction at Existing Utilities 1. General. Where the Work to be performed crosses or otherwise interferes with water, sewer, gas, or oil pipelines; buried cable; or other public or private utilities, the Contractor shall perform construction in such a manner so that no damage will result to either public or private utilities. It shall be the responsibility of the Contractor to determine the actual locations of, and make accommodates to maintain, all utilities. 2. Permission, Notice and Liability. Before any utility is taken out of service, permission shall be obtained by the Contractor from the owner. The owner, any impacted resident or business owner and the City Representative will be advised of the nature and duration of the utility outage as well as the Contractor’s plan for providing temporary utilities if required by the owner. The Contractor shall be liable for all damage which may result from its failure to maintain utilities during the progress of the Work, and the Contractor shall indemnify City as required by the Contract Documents from all claims arising out of or connected with damage to utilities encountered during construction; damages resulting from disruption of service; and injury to persons or damage to property resulting from the negligent, accidental, or intentional breaching of utilities. 3. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to complete this Work, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Traffic Control 1. General. Contractor shall abide by traffic control plans approved by the appropriate jurisdiction. 2. Protections. Roads subject to interference by the Work shall be kept open or suitable temporary passages through the Work shall be provided and maintained by the Contractor. The Contractor shall provide, erect, and maintain all necessary barricades, suitable and sufficient flasher lights, flag persons, danger signals, and signs, and shall take all necessary precautions for the protection of the Work and the safety of the public. No construction work along public or private roads may 61147.02100\20950242.4 -125- 01 00 00 – GENERAL REQUIREMENTS proceed until the Contractor has proper barricades, flasher lights, flag persons, signals, and signs in place at the construction site. 3. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to complete this Work, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Cleaning Up 1. Contractor at all times shall keep premises free from debris such as waste, rubbish, and excess materials and equipment. Contractor shall not store debris under, in, or about the premises. Contractor shall also clean all asphalt and concrete areas to the degree necessary to remove oil, grease, fuel, or other stains caused by Contractor operations or equipment. The use of water, resulting in mud on streets, will not be permitted as substitute for sweeping or other methods. Dust control may require having a water truck onsite for the duration of the project, and/or use of temporary hoses and pipelines to convey water. 2. Contractor shall fully clean up the site at the completion of the Work. If the Contractor fails to immediately clean up at the completion of the Work, the City may do so and the cost of such clean up shall be charged back to the Contractor. 3.9 ENVIRONMENTAL QUALITY PROTECTION Environmental Conditions 1. Contractor must comply with all applicable environmental laws, Project conditions, and constraints. 2. City has considered these Environmental Conditions when determining the Contract Times and no additional time or compensation will be added to the Contract due to these Conditions. Landscape and Vegetation Preservation 1. General. The Contractor shall exercise care to preserve the natural landscape and vegetation, and shall conduct operations so as to prevent unnecessary destruction, scarring, or defacing of the natural surroundings in the vicinity of the Work. 2. Damage and Restoration. Movement of crews and equipment within the rights-of- way and over routes provided for access to the Work shall be performed in a manner to prevent damage to property. When no longer required, construction roads shall be restored to original contours. 3. Upon completion of the Work, and following removal of construction facilities and required cleanup, land used for construction purposes and not required for the completed installation shall be scarified and regraded, as required, so that all surfaces are left in a condition that will facilitate natural revegetation, provide for proper drainage, and prevent erosion. 61147.02100\20950242.4 -126- 01 00 00 – GENERAL REQUIREMENTS 4. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to complete this Work, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Protected Species 1. General. If, in the performance of the Work, evidence of the possible occurrence of any Federally listed threatened or endangered plant or animal is discovered, the Contractor shall notify the City Representative immediately, giving the location and nature of the findings. Written confirmation of the evidence, location and nature of the findings shall be forwarded to City within 2 Days. 2. Procedures. The Contractor shall immediately cease all construction activities in the immediate area of the discovery to the extent necessary to protect the endangered plant or animal. If directed by the City Representative, Contractor will refrain from working in the immediate area, suspend the Work in its entirety, or alter its performance to ensure full compliance with all applicable permits, laws and regulations. Any City directed changes to the Work as a result of a siting will be pursuant to the Contract Documents. 3. False Siting. Any costs or delays incurred by City or the Contractor due to unreasonable or false notification of an endangered plant or animal will be borne by the Contractor. 4. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to comply with this paragraph, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Preservation of Historical and Archeological Resources 1. General. Archaeological and Native American monitoring is required during any ground disturbing activities (including but not limited to grubbing, grading, trenching, and project-related offsite utility and roadway improvements) in compliance with the mitigation measures identified in the Mitigation, Monitoring and Reporting Program (MMRP) and/or California Environmental Quality Act (CEQA) document related to cultural resources. Contractor shall provide the archaeological and Native American monitors the anticipated schedule for ground disturbance prior to start of this work, with at least a 48-hour advanced notice. If, in the performance of the Work, Contractor should unearth cultural resources (for example, stone tools, artifacts, midden deposits, and/or faunal remains) through excavation, grading, watering or other means, the Contractor shall notify the Construction/Archeological Monitor onsite and the City Representative immediately, giving the location. The archaeological and Native American monitors will identify the nature of the findings. If the finding is found to lack significance as defined by CEQA and CRHR, then work will proceed once the qualified archaeologist has authorized the return to work. Written confirmation of the evidence, location and nature of the findings shall be forwarded to the City within 61147.02100\20950242.4 -127- 01 00 00 – GENERAL REQUIREMENTS 2 Days. In the event that human remains are discovered, construction activities shall be halted or diverted until the provisions of California Health and Safety Code Section 7050.5(b) and Public Resources Code Section 5097.98(a-h) have been implemented. 2. Procedures. The Contractor shall immediately cease all construction activities in the immediate area of the discovery to the extent necessary to protect the cultural resource. If directed by the City Representative, Contractor will refrain from working in the immediate area, suspend the Work in its entirety, or re-sequence and/or alter its performance to ensure full compliance with all applicable permits, laws and regulations. Should the presence of cultural resources be confirmed, the Contractor will assist the City Representative and the Construction/Archeological Monitor in the preparation and implementation of a data recovery plan. The Contractor shall provide such cooperation and assistance as may be necessary to preserve the cultural resources for removal or other disposition. Any City directed changes to the Work as a result of the cultural resource will be pursuant to the Contract Documents. 3. Contractor’s Liability. Should Contractor, without permission, injure, destroy, excavate, appropriate, or remove any cultural resource on or adjacent to the Site, it will be subject to disciplinary action, arrest and penalty under applicable law. The Contractor shall be principally responsible for all costs of mitigation and/or restoration of cultural resources related to the unauthorized actions identified above. Contractor shall be required to pay for unauthorized damage and mitigation costs to cultural resources (historical and archeological resources) as a result of unauthorized activities that damage cultural resources and shall indemnify City pursuant to the Contract Documents. 4. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to comply with this paragraph, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. Dust and Pollution Control 1. Contractor shall provide all necessary material, equipment and labor to prevent and control the emission of dust and any other potential pollutant on site. 2. Contractor shall not discharge into the atmosphere from any source smoke, dust or other air contaminants in violation of the law, rules, and regulations of the governing agency. 3. Cost. Unless otherwise called for by the Contract Documents, the cost of all material, equipment, and labor required to comply with this paragraph, shall be included in Contractor’s bid and distributed in the Schedule of Pay Items. No additional compensation shall be made to the Contractor for this Work. 61147.02100\20950242.4 -128- 01 00 00 – GENERAL REQUIREMENTS Fugitive Dust 1. In addition to all other environmental and air quality requirements of the Contract Documents, Contractor must also comply with the most recent version of South Coast Air Quality Management District’s (SCAQMD) Rule 403 – Fugitive Dust, to reduce the amount of particulate matter entrained in the ambient air as a result of the Project. All equipment shall be SCAQMD compliant and permitted, as needed. 2. City has considered these other requirements when determining the Contract Times and no additional time or compensation will be added to the Contract due to these requirements. Management of Storm, Surface and Other Waters 1. Storm water, surface water, groundwater, and nuisance, or other waters may be encountered at various times during construction of the Project. Federal and State laws require the City and its contractors to manage such waters pursuant to the requirements of California State Water Resources Control Board Order Number 2009-0009-DWQ, the Federal Clean Water Act, and the California Porter Cologne Water Quality Control Act. Contractor acknowledges that it has investigated the risk arising from such waters in conjunction with the Project, and assumes any and all risks and liabilities arising therefrom. 2. The Contractor shall perform all construction operations in such a manner as to comply, and ensure all subcontractors to comply, with all applicable Federal, State, and local laws, orders, and regulations concerning the control and abatement of water pollution; and all terms and conditions of any applicable permits issued for the Project. In the event there is a conflict between Federal, State, and local laws, regulations, and requirements, the most stringent shall apply. 3. Contractor violations. If noncompliance should occur, the Contractor shall report this to the City Representative immediately, with the specific information submitted in writing within 2 Days. Consistent violations of applicable Federal, State, or local laws, orders, regulations, or Water Quality Standards may result in City stopping all site activity until compliance is ensured. The Contractor shall not be entitled to any change in Contract Price or Contract Times, claim for damage, or additional compensation by reason of such a work stoppage. Corrective measures required to bring activities into compliance shall be at the Contractor's expense. 4. Compliance with Construction General Storm water Permit. Contractor shall be required to comply with all aspects of the State Water Resources Control Board (State Board) Water Quality Order No. 2009-0009-DWQ, National Pollutant Discharge Elimination System General Permit for Storm Water Discharges Associated with Construction Activity (Permit) for all projects that involve construction on or disturbance of one acre or more of land or which are part of a larger common area of development. (a) Contractor shall prepare and implement a Storm Water Pollution Prevention Plan (SWPPP) for the Project site based on the appropriate Risk Level requirements, and draft and coordinate submittal of all Permit related documents with City’s Legally Responsible Person and/or Authorized 61147.02100\20950242.4 -129- 01 00 00 – GENERAL REQUIREMENTS Signatory as those terms are defined in the Permit. The Contractor shall submit the SWPPP to the City Representative for review not less than fifteen (15) Days prior to the start of on- site construction work. City will file the Notice of Intent and pay the filing fee. (b) The SWPPP shall be developed by a Qualified SWPPP Developer and implemented by a Qualified SWPPP Practitioner as those terms are defined in the Permit and shall include industry standard requirements for water quality control including but not be limited to the following: (1) Sediment and erosion control measures to manage sediment and erosion including vegetative practices, structural control, silt fences, straw dikes, sediment controls or operator controls as appropriate. Storm water management measures shall be instituted as required, including velocity dissipaters, and solid waste controls shall address controls for building materials and offsite tracking of sediment. (2) Wastewater and storm water management controls to divert offsite surface flows around the Project site and to divert surface flows within the Project area away from areas of open earth or stockpiles of building and other materials. Wastewater from general construction activities, such as drain water collection, aggregate processing, concrete batching, drilling, grouting, or other construction operations, shall not enter flowing or dry watercourses without having met the authorized non-storm water discharge requirements listed in State Board Water Quality Order No. 2009-0009-DWQ, Section III.C., including proper notification to the Regional Water Board. (3) Pollution prevention measures including methods of dewatering, unwatering, excavating, or stockpiling earth and rock materials which include prevention measures to control silting and erosion, and which will intercept and settle any runoff of sediment-laden waters. (4) Turbidity prevention measures for prevention of excess turbidity including, but are not restricted to, intercepting ditches, settling ponds, gravel filter entrapment dikes, flocculating processes, recirculation, combinations thereof, or other approved methods that are not harmful to aquatic life. All such wastewaters discharged into surface waters, shall contain the least concentration of settleable material possible, and shall meet all conditions of section 402, the National Pollutant Discharge Elimination System (NPDES) permit. (5) Overall construction site management measures to address changes at the Project site as the Project moves through different phases and changes that account for rainy and dry season management practices. (6) Pollution control measures and construction activity methods that will prevent entrance, or accidental spillage, of solid matter, contaminants, debris, or other pollutants or wastes, into streams, flowing or dry watercourses, lakes, wetlands, reservoirs, or underground water sources. Such pollutants and wastes include, but are not restricted to: refuse, garbage, cement, sanitary waste, industrial waste, hazardous materials, radioactive substances, oil and other petroleum products, aggregate processing, tailings, mineral salts, and thermal pollution. 61147.02100\20950242.4 -130- 01 00 00 – GENERAL REQUIREMENTS (7) Control measures for stockpiled or deposited materials prohibiting the stockpile or deposit of excavated materials, or other construction materials, near or on stream banks, lake shorelines, or other watercourse perimeters where they can be washed away by high water or storm runoff, or can, in any way, encroach upon the watercourse. (8) Develop and implement a Rain Event Action Plan (REAP), if required, that must be designed and implemented to protect all exposed portions of the site 48 hours prior to any likely precipitation event. (9) Monitoring, reporting and record keeping, as necessary to achieve compliance with applicable Permit requirements, including but not limited to annual reports and rain event reports. (c) Before any Permit related documents, including the SWPPP, rain event reports, or annual reports may be submitted to the State Board or implemented on the Project site, they must first be reviewed and approved by City. (d) City retains the right to procure and maintain coverage under the Permit for the Project site if the Contractor fails to draft a SWPPP or other Permit related document, or fails to proceed in a manner that is satisfactory to City. City reserves the right to implement its own SWPPP at the Project site, and hire additional contractors to maintain compliance. Whether Contractor has adequately maintained compliance with the Permit shall be City’s sole determination. In the event that Contractor has failed or is unable to maintain compliance with the Permit, any costs or fines incurred by City in implementing a SWPPP, or otherwise maintaining compliance with the Construction General Permit shall be paid by the Contractor. (e) Failure to implement the SWPPP or otherwise comply with the Permit is a violation of federal and state law. Contractor hereby agrees to indemnify City as required by the Contract Documents for any noncompliance or alleged noncompliance with the Permit arising out of or in connection with the Project, except for liability resulting from the sole established negligence, willful misconduct or active negligence of City. City may seek damages from Contractor for delay in completing the Contract in accordance with the Contract Documents, caused by Contractor’s failure to comply with the Permit. 5. In addition to compliance with the Permit, Contractor shall comply with the lawful requirements of any applicable municipality, district, drainage district, flood control district, and other local agencies regarding discharges of storm water, surface water, groundwater or other nuisance waters off of the Project site. 6. Oil storage tanks management. (a) Storage tank placement. All oil or other petroleum product (hereinafter referred to collectively as oil) storage tanks shall be placed at least 20 feet from streams, flowing or dry watercourses, lakes, wetlands, reservoirs, and any other water source. (b) Storage area dikes. Storage areas shall be diked at least 12 inches high or graded and sloped to permit safe containment of leaks and spills equal to the 61147.02100\20950242.4 -131- 01 00 00 – GENERAL REQUIREMENTS capacity of all tanks and/or containers located within each area, plus a sufficient amount of freeboard to contain the 25-year rainstorm. (c) Diked area barriers. Diked areas shall have an impermeable barrier at least 10 mils thick. Areas used for refueling operations shall have an impermeable liner at least 10 mils thick buried under 2 to 4 inches of soil. (d) Spill Prevention Control and Countermeasure Plan (SPCC). Where the location of a construction site is such that oil from an accidental spillage could reasonably be expected to enter into or upon the navigable waters of the United States or adjoining shorelines, and the aggregate storage of oil at the site is over 1,320 gallons or a single container has a capacity in excess of 660 gallons, the Contractor shall prepare an SPCC Plan. The Contractor shall submit the SPCC Plan to the Engineer at least 30 days prior to delivery or storage of oil at the site. The Plan must have been reviewed and certified by a registered professional engineer in accordance with 40 C.F.R., part 112 7. Underground tank prohibition. The Contractor shall not use underground storage tanks. 8. Construction safety standards. The Contractor shall comply with the sanitation and potable water requirements of Section 7 of United States Bureau of Reclamation's publication “Reclamation Safety And Health Standards.” 9. Other Permits. (a) Other permits applicable to the Project are listed in the Special Conditions. The Contractor shall obtain all other necessary licenses and permits. (b) Monitoring. The Contractor is required to conduct monitoring in order to meet the requirements of the permits, which may include sampling, testing and inspections. (c) Recordkeeping. The Contractor shall retain all records and data required by the permits for the time specified in the contract. 10. Cost. Except as specified herein, the cost of complying with this section shall be included in the Schedule of Pay Items for work which necessitate the water pollution prevention measures required by this paragraph. END OF GENERAL REQUIREMENTS 61147.02100\20950242.4 SP-1 SPECIAL PROVISIONS NORTH WEST OPEN SPACE COMMUNITY PARK CIP 09209 SPECIAL PROVISIONS Bid Item 1: MOBILIZATION / DEMOBILIZATION – 5% Mobilization shall be in accordance with Article 6 of the General Conditions, Subsection 9-3.4 “Mobilization,” of the Standard Specifications, and these special provisions. Mobilization shall consist of the following: • Preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equipment, supplies, incidentals to the project site • Cleaning up the site at the completion of project • Establishment of all offices, buildings, construction yards, storage yard, sanitary facilities, and any other facilities necessary for work on the project • All other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site • Demobilization costs anticipated at the completion of the project. Bonding shall be in accordance with Article 25 under Instructions to Bidders. Insurance shall be in accordance with Article 25 under Instructions to Bidders and Articles 38 and 39 under General Conditions. The cost of all bonds and insurance policies, including premiums and incidentals, shall be included in mobilization / demobilization. No additional compensation will be allowed for additional mobilizations required, including but not limited to, delays caused by the relocation of existing utility facilities shown on the plans or discovered during construction operations. The deletion of work or the addition of extra work as provided for herein shall not affect the price paid for Mobilization. Payment for MOBILIZATION / DEMOBILIZATION, site cleanup at the completion of the project, additional mobilizations, cost of all bonds and insurance policies, and all costs incurred prior to beginning work shall be considered to be included in the contract lump sum price paid for Mobilization / Demobilization and no additional compensation will be allowed. Payment will be made on a basis of the percentage of work completed on the entire project. Bid Item 2: CLEARING, GRUBBING, DEMOLITION AND REMOVAL Clearing,Grubbing and Demolition shall be performed in accordance with the plans, Section 300-1, "Clearing and Grubbing," of the Standard Specifications and these Special Provisions. Clearing,Grubbing and Demolition shall include removal of all existing natural and artificial objectionable materials from within the limits of grading, construction areas and roadway widening areas. All materials shall be removed as approved by the Engineer. This work shall be performed in advance of grading and paving operations and in accordance with section 61147.02100\20950242.4 SP-2 SPECIAL PROVISIONS 300-1 of the Standard Specifications. Full compensation for conforming to the requirements of this article shall be included in the contract lump sum price paid for CLEARING, GRUBBING, DEMOLITION AND REMOVAL and no additional compensation will be allowed therefor. All trees that are designated as “Protected in Place” shall be fenced with an orange mesh fence and protected during construction and at all times. Such trees shall be fenced along the perimeter of the trees drip line with a construction fence and shall be kept free from construction related materials and debris. There shall be NO PARKING or STAGING of any vehicles or construction materials under the drip lines of said trees. The perimeter of the construction fence shall include three (3) rows of sandbags to protect the drip lines of said trees. All construction fences shall include a sign (12” x 12”), along the perimeter that contains the wording: “TREE PROTECTION ZONE - NO PARKING OR STAGING OF ANY VEHICLES OR CONSTRUCTION MATERIALS UNDER THE DRIP LINES OF THESE TREES”. Contractor shall construct and install said signs at no additional cost to the City. CONTRACTOR shall take all precautionary measures to protect in place all trees and landscaping designated to be Protected in Place. Whenever roots of existing trees are encountered during the trenching operations, the CONTRACTOR shall re-route the main line trenches, unless otherwise approved by the Engineer. Where it is necessary to excavate adjacent to existing trees, the CONTRACTOR shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap, to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Trenches adjacent to trees should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. Bid Item 3: SECURING CONSTRUCTION SITE, TEMPORARY CONSTRUCTION FENCE, GATES & LOCKS Before construction operations begin, the Contractor shall coordinate with the Engineer to review and obtain approval of the extent and location of the temporary construction fence and gates with locks. The Contractor shall furnish and install 6’ high temporary construction fence and two (2) sets of double wide swing gates with locks in a manner that will prevent people from entering the site, but allowing for access of construction traffic onto the site. Full compensation for furnishing all labor, materials, tools, and equipment necessary to install and remove the temporary construction fence, gates and locks shall be included in the contract lump sum price for SECURING CONSTRUCTION SITE, TEMPORARY CONSTRUCTION FENCE, GATES & LOCKS, and no additional compensation will be allowed. Bid Item 4: STORMWATER POLLUTION CONTROL / BMP’S / EROSION CONTROL Work includes compliance with all the requirements under Section 3.9 ENVIRONMENTAL QUALITY PROTECTION under General Requirements. The Contractor shall comply with the requirements of Subsection 7-8.6 of the Standard Specifications, requirements in the State Construction General Permit (CGP) Order 2009-0009-DWQ and shall conduct his operations so 61147.02100\20950242.4 SP-3 SPECIAL PROVISIONS as to prevent Portland cement, mud, silt or other materials from entering the surface drainage structures of the adjoining street and any underground storm drainage system. The Contractor shall implement the approved SWPPP and Erosion Control Plan provided by the City and shall obtain approval from the Engineer prior to start of construction. The City will also provide Inspection and Monitoring of the SWPPP. Full compensation for implementation of the approved STORMWATER POLLUTION CONTROL / BMP’S /EROSION CONTROL, including but not limited to prevention of water pollution and all required control work for preservation, coordination with the City inspectors, clean-up and restoration of damaged or misplaced erosion control measures shall be considered as included in the LUMP SUM price bid. No separate payment will be allowed. Bid Item 5: CONSTRUCTION SURVEY General. Construction survey shall be provided by the Contractor and completed under direct supervision of a civil engineer authorized to practice land surveying or a land surveyor registered by the State of California. Full compensation for Bid item 5, CONSTRUCTION SURVEY, will be made on a lump sum basis, as specified in the Bidder’s Proposal, which shall include full compensation for furnishing labor, materials, tools, equipment, and incidentals necessary to complete field site visits, staking, and other surveying work per special provisions and no additional compensation will be allowed therefor. Bid Item 6: TRAFFIC CONTROL Traffic controls, including but not limited to vehicular and pedestrian traffic controls, maintenance of vehicular and pedestrian access, detours, and street closures shall be in accordance with Article 20 of General Conditions, the latest edition of the Standard Specifications, including all its subsequent amendments, and the latest edition of the California Manual on Uniform Traffic Control Devices and these special provisions. Nothing in these special provisions shall be construed as relieving the contractor from his or her responsibility to provide for the safety and convenience of traffic and the public during construction. Convenient and safe pedestrian access to occupied residential and business properties shall be maintained at all times. Access to mailboxes must be maintained at all times such that the postal delivery service is not interrupted. Trash pick-up service shall not be interrupted. Access to vacant and unused property may be restricted when approved by the Engineer. Both vehicular and pedestrian access shall be maintained at all times to other property except as otherwise specifically authorized in writing by the Engineer. Stockpiling and/or storage of materials on any public right-of-way or parking areas will not be allowed without specific permission of the Engineer. Materials spilled along or on said right-of way or parking areas shall be removed completely and promptly. All stockpile and/or storage shall be kept in a safe, neat, clean, and orderly fashion, and shall be restored to equal or better 61147.02100\20950242.4 SP-4 SPECIAL PROVISIONS than original condition upon completion of the work. Traffic control shall include furnishing all labor, materials, tools, equipment, flaggers, lights, channelizers, temporary railing, temporary striping, barriers, portable flashing lights, flashing arrow signs, changeable message signs, and incidentals required to comply with the provisions specified and referred to herein above. Contractor shall submit construction staging, traffic control and detour plans for the construction of the proposed water improvements and to maintain access to the Swanner House at all times. The plans shall be prepared and signed by a licensed Traffic Engineer for approval by the City. Contractor shall not proceed with any lane closures prior to approval of these plans by the City. Contractor shall be responsible for installation of all temporary signage and delineation on the approved traffic control plans. Payment for TRAFFIC CONTROL, as described in the General Conditions, and per these special provisions shall be paid per the lump sum price bid. No separate payment shall be allowed. Bid Item 7: CUT/FILL VOLUME Earthwork operations shall conform to the requirements of Section 300-2, “Unclassified Excavation” of the Standard Specifications for Public Works Construction and Section 300-4, “Unclassified Fill”. Grading shall be performed to construct the lines and grades shown on the plans. Add the following to Subsection 300-2.1, “General”, (SSPWC): Unclassified excavation shall include all excavation not covered under clearing and grubbing nor in any of the removal items. The Contractor’s attention is directed to the Geotechnical Services Community Park San Juan Capistrano, California, Project No. 2014-029.1, soils report prepared by Diaz Yourman & Associates and dated October 19, 2017. If underground water is encountered during excavation, it shall be the responsibility of the Contractor to dewater and use special grading techniques and/or material to handle this condition prior to placing fill. All cost for complying with this requirement shall be included in the contract unit price for unclassified excavation. Any other methods or techniques implemented shall be included in the bid item for unclassified excavation. Payment for Earthwork and Grading shall be per contract unit price per CY and shall include excavation, dewatering, backfill, compaction, grading and hauling and disposal of material off- site in accordance with all applicable federal, state and local regulations. No additional compensation will be allowed therefor. Bid Item 8: IMPORT Import shall conform to the requirements of Section 300-5 Borrow Excavation. Contractor shall haul and place and compact all import material in a safe and legal manner. 61147.02100\20950242.4 SP-5 SPECIAL PROVISIONS Import Material shall meet the criteria provided in the Geotechnical Services Community Park San Juan Capistrano, California, Project No. 2014-029.1, soils report prepared by Diaz Yourman & Associates, dated October 19, 2017. Payment for import of materials to the project site shall be per contract unit price per CY and shall include hauling and placing it and compacting it in accordance with this specification and with all applicable federal, state and local regulations. No additional compensation will be allowed therefor. Bid Item 9: CONSTRUCT 4” CONCRETE SIDEWALK AND PADS Sidewalk and Pads shall be constructed in conformance with the provisions of Section 303-5, “Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways” of the Greenbook and these special provisions. Sidewalk and Pads shall be constructed to the lines and grades shown on the plans and to the details shown in City Standards. When tying into existing sidewalk(s), the Contractor shall provide a smooth transition or shall match the existing sidewalk width as shown on the plans. Where required, aggregate base shall conform to Section 200-2.2, “Crushed Aggregate Base” of the Greenbook and these special provisions. Aggregate base shall be compacted to achieve a minimum 90% relative compaction per ASTM D-1557. Payment for CONSTRUCT 4” THICK CONCRETE SIDEWALK AND PADS shall be per contract unit price per square foot. The contract unit price for Sidewalk and Pads shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including any necessary saw cutting and for doing all other work necessary to construct sidewalks, complete in place, as shown on the plans, as specified in the Greenbook, these special provisions, and as directed by the Engineer. In the event there is no item included in the proposal for aggregate base, the square foot price paid for Sidewalk and Pads shall include full compensation for furnishing, placing, compacting and grading required aggregate base and for all necessary earthwork, subgrade preparation and compaction. Bid Item 10: CONSTRUCT 8” CONCRETE PAVEMENT W/ #4 @ 18” O.C. FOR ADA STALLS The installation of concrete pavement for the ADA stalls shall be constructed in the area designated herein and shall comply with Subsections 302-6 and 303-5 of the Standard Specifications and City Standards. All improvements shall be constructed of concrete prepared in accordance with Subsection 201- 1 of the Standard Specifications using symbol designation class 520-C-3250. Portland Cement shall be type II/V per geotechnical recommendations. The certified tickets accompanying each batch of ready-mix concrete delivered to the job site shall clearly show the "class designation" of the specified concrete mix in addition to the requirements of Subsection 201-1.4.3, "Transit Mixers" of the Standard Specifications. Payment for CONSTRUCT 8” CONCRETE PAVEMENT W/ #4 @ 18” O.C. FOR ADA STALLS shall be per contract unit price per square foot. The contract unit price for construct 8” concrete pavement w/ #4 at 18” o.c. for ADA stalls shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including any necessary saw cutting and for doing 61147.02100\20950242.4 SP-6 SPECIAL PROVISIONS all other work necessary to construct concrete pavement, complete in place, as shown on the plans, as specified in the Greenbook, these special provisions, and as directed by the Engineer. In the event there is no item included in the proposal for aggregate base, the square foot price paid for Sidewalk shall include full compensation for furnishing, placing, compacting and grading required aggregate base and for all necessary earthwork, subgrade preparation and compaction. Bid Item 11: CONSTRUCT 8” THICK CONCRETE APRON WITH DG FINISH PER DETAIL ON PLAN The installation of concrete apron and appurtenant PCC improvement shall be constructed in the area designated in the plans and shall comply with Subsections 302-6 and 303-5 of the Standard Specifications and City Standards. All improvements shall be constructed of concrete prepared in accordance with Subsection 201- 1 of the Standard Specifications using symbol designation class 520-C-3250. Portland Cement shall be type II/V per geotechnical recommendations. The certified tickets accompanying each batch of ready mix concrete delivered to the job site shall clearly show the "class designation" of the specified concrete mix in addition to the requirements of Subsection 201-1.4.3, "Transit Mixers" of the Standard Specifications. Concrete Apron: The concrete apron construction shall conform to the plans. Contractor shall submit high early-strength mix design for Engineer’s approval for all concrete apron construction. Use of Regulated set Portland cement (RSPC) is allowed. Mix design shall achieve ultimate strength in a manner that allows opening the roadway to traffic within four (4) hours of pouring the concrete. Any appurtenant PCC Improvement constructed as part of this project and not included with a unit price bid quote or otherwise covered for payment herein shall be paid at the unit price for 4-inch Sidewalk per square foot prorated to reflect the true amount of PCC material being constructed, as approved by the Engineer's Representative. The prorated unit price bid for the appurtenant PCC improvement shall include all costs of subgrade preparation, and the excavation, furnishing and compacting of backfill material and no additional compensation will be allowed therefor. Tests: All compaction tests and tests for Portland Cement Concrete will be performed by and at the expense of the City except the costs for failed tests shall be borne by the Contractor. The total cost of failed tests will be determined at the conclusion of construction. The unit price bid shall include all costs of removal of existing improvements and base material, as necessary, subgrade preparation, and the excavation, and/or removals, furnishing and compacting of crushed miscellaneous base and/or backfill material, installing concrete and reinforcement, if applicable, per plans, and the adjustment to finish grade of all street light pull boxes and water meter boxes within the limits of new construction as required by these specifications. Payment for CONSTRUCT 8” THICK CONCRETE APRON WITH DG FINISH PER DETAIL ON PLAN shall be per SQUARE FOOT and will be considered full compensation for furnishing labor, tools, equipment, and materials necessary for the removal of each item listed in these special provisions and will include the Cost of placement and compaction of CAB under each PCC item per plans, complete construction of each item and repair and restoration of all 61147.02100\20950242.4 SP-7 SPECIAL PROVISIONS affected irrigation and planting to the satisfaction of the Engineer. No additional compensation will be allowed therefore. Bid Items 12: INSTALL ON-SITE SIGNING & STRIPING (ADA STALLS) All roadway signage shall conform to Section 56 “Signs” of the latest edition of State of California, Department of Transportation Standard Specifications. All pavement delineation and markings shall conform to Section 84 "Traffic Stripes and Pavement Markings" and Section 85 "Pavement Markings" of the State of California, Department of Transportation Standard Specifications, Latest Edition, and these special provisions. Any and all removal of existing or interfering striping and markings shall be by method approved by the Engineer. All roadway signage, pavement striping and markings shall be installed per the California Manual of Uniform Traffic Control Devices (CA MUTCD), latest edition. Payment to install signage, pavement striping and marking shall be made under Bid Item 12, INSTALL ON-SITE SIGNING AND STRIPING (ADA STALLS) at the contract unit price per LUMP SUM bid and shall constitute full compensation for all labor, materials, tools, and equipment to remove or relocate existing interfering signage and installation of new signage within public right of way and private property and remove existing interfering striping and/or markings and installation of new pavement delineation and marking within public right of way and private property, as approved by the Engineer. Bid Item 13: INSTALL 2” WATER SERVICE & WATER METER Work shall consist of furnishing and installing the water service and meter as shown on the plans. This bid item shall be constructed per the Project plans, City of San Juan Capistrano Std. Utility Department Standard Plans and Specifications. Full compensation for furnishing all labor, materials, tools and equipment necessary to complete in place, shall be included in the contract unit price per each to INSTALL 2” WATER SERVICE AND METER BOX PER CITY OF SAN JUAN CAPISTRANO STD. PLAN NO W-2 and no additional compensation will be allowed, therefore. Bid Item 14: INSTALL 2" FEBCO SERIES LF825Y (OR APPROVED EQUAL) REDUCED PRESSURE PRINCIPLE ASSEMBLY BACKFLOW PREVENTER The 2” FEBCO Series LF825Y (or approved equal) Reduced Pressure Principle Assembly Backflow Preventer shall be located and constructed per the Plans, City of San Juan Capistrano Utility Department Standard Plans and Specifications, the Standard Specifications for Public Works Construction, City of San Juan Capistrano Codes and Ordinances and these technical specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the Owner, and/or any applicable governmental agency. 61147.02100\20950242.4 SP-8 SPECIAL PROVISIONS Full compensation for furnishing all labor, materials, tools and equipment necessary to INSTALL 2" FEBCO SERIES LF825Y REDUCED PRESSURE PRINCIPLE ASSEMBLY BACKFLOW PREVENTER complete in place shall be included in the contract unit price per EACH and no additional compensation will be allowed, therefore. Bid Items 15 and 16: CONSTRUCT PVC WATER PIPE (SCH 80) Water Systems shall be located and constructed per the Plans, City of San Juan Capistrano Utility Department Standard Plans and Specifications, City Ordinances and Code and these technical specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price, any and all costs and expenses to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspection and survey as may be required by the plans, specifications, codes, ordinances, the Owner and/or any applicable governmental agency. The Contractor shall notify the City Representative and any applicable governmental agency prior to placement of backfill. Full compensation for furnishing all labor, materials, tools, and equipment necessary to CONSTRUCT 2” PVC PIPE (SCH 80), TRENCH AND BEDDING PER CITY OF SAN JUAN CAPISTRANO STD PLAN W-8 and INSTALL 1” PVC PIPE (SCH 80), TRENCH AND BEDDING PER CITY OF SAN JUAN CAPISTRANO STD PLAN W-8, complete in place, including but not limited to all fittings, shall be included in the contract unit price per LINEAL FOOT and no additional compensation will be allowed therefore. Bid Items 17, 18, 19 AND 20: PVC PIPE FITTING PVC pipe fittings shall be located and constructed per the Plans, City of San Juan Capistrano Utility Department Standard Plans and Specifications, the Standard Specifications for Public Works Construction, City of San Juan Capistrano Codes and Ordinances and these technical specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the Owner, and/or any applicable governmental agency This work shall consist of furnishing and installing PVC pipe fittings as shown on the plans. Full compensation for Bid Items 17-20 for furnishing all labor, materials, tools and equipment necessary to FURNISH AND INSTALL 2” x 2” x 1” PVC TEE, INSTALL 90-DEGREE ELBOW, INSTALL 45-DEGREE ELBOW, AND INSTALL 22.5-DEGREE WYE will be at the price bid per EACH and will include full compensation for excavation, connecting lateral to the main, backfill, compaction and furnishing and installing PVC pipe fittings. Bid Item 21: INSTALL QUICK COUPLER AND HOSE BIBB Installation of quick coupler and hose bibb shall be located and constructed per the Plans, City of San Juan Capistrano Utility Department Standard Plans and Specifications, the Standard Specifications for Public Works Construction, City of San Juan Capistrano Codes and Ordinances and these technical specifications. It shall be the sole and exclusive responsibility of the Contractor to provide for and include in its unit price any and all costs and expenses, to 61147.02100\20950242.4 SP-9 SPECIAL PROVISIONS notify, schedule, coordinate and provide sufficient and adequate time for any and all inspections and survey as may be required by the plans, specifications, codes, ordinances, the Owner, and/or any applicable governmental agency This work shall consist of furnishing and installing quick coupler and hose bibb as shown on the plans. Full compensation for furnishing all labor, materials, tools and equipment necessary to INSTALL QUICK COUPLER AND HOSE BIBB will be at the price bid per EACH and will include full compensation for excavation, connecting lateral to the main, backfill, compaction and furnishing and installing quick couplers and hose bibs. Bid Item 22: ELECTRICAL SYSTEM (including outlets) Work required for the construction of this item shall be constructed in accordance with Sections 260519 through 265619 of the Technical Specifications, the California Electric Code, as shown on the Contract Plans and as outlined in this Specification. SDGE approved electrical service metering equipment and load side switchgear, as included in the Contract Plans. CONTRACTOR to submit sample of all relevant colors and finishes to CITY for approval. CONTRACTOR shall provide shop drawing submittals of all SDGE approved EUSERC compliant main/meter pedestal assemblies, prefab concrete slab boxes/foundations, pullboxes, disconnect switches and circuit breakers, dry type transformer, ground rods, conduit, conductors and other appurtenances for review and approval by the CITY, in accordance with Article 8 of the General Conditions of this Contract Document. Full compensation for providing all labor, materials, tools, equipment, and all other items required to construct the Metered Electrical Service, furnish and install new service equipment, and to complete all other associated work for site electrical service as described in these Contract Documents, shall be included in the contract lump sum price as set forth in Bid Schedules for ELECTRICAL SYSTEM (including outlets). Payment shall be based on the approved schedule of values in accordance with the “Schedule of Values”. No additional compensation will be allowed. Bid Item 23: MULCH-CULTURAL VILLAGE GROUP AREA 3” Thick Layer of mulch shall be constructed in accordance with Sections 015639, 329200 and 329300 of the Technical Specifications and will be measured as each unit installed, complete in place, on a cubic yard basis. Payment for MULCH-CULTURAL VILLAGE GROUP AREA shall be made at the cubic yard price named in the Bid Schedule. Mulch shall be installed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price shall include full compensation for furnishing of all labor materials, tools, equipment, and incidentals, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. 61147.02100\20950242.4 SP-10 SPECIAL PROVISIONS Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 24: DECOMPOSED GRANITE-DISCOVERY TRAIL WITH SEALER- 4” THICK Decomposed Granite Layer shall be constructed in accordance with Sections 0329310 of the Technical Specifications, in accordance with details in the Contract Documents, and will be measured as each unit installed, complete in place, as named in the Bid Schedule. Payment for DECOMPOSED GRANITE-DISCOVERY TRAIL WITH SEALER- 4” THICK shall be made at the unit price named in the Bid Schedule. Decomposed Granite shall be installed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price shall include full compensation for furnishing of all labor materials, tools, equipment, and incidentals, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 25: 4” THICK, NATURAL COLOR, CONCRETE PAVING-RETARDANT FINISH PCC concrete paving – paving shall be constructed in accordance with Sections 033000 and 321313 of the Technical Specifications and Sections 201-1 and 303-5 of the SSPWC and as amended in these Contract Documents. Subgrade preparation for concrete paving shall be in accordance with Sections 033000 and 321313 of the Technical Specifications and Section 301-1.3 of this Contract Document. Color and finish of concrete paving shall be in accordance with the Contract Plans, Sections 033000 and 321313 of the Technical Specifications and as outlined in Section 303-7 of these Specifications. Payment for the construction of concrete paving shall be paid at the Contract unit price per square foot as set forth in Bid Schedule for 4” THICK, NATURAL COLOR, CONCRETE PAVING- RETARDANT FINISH. Payment shall include, but is not limited to, test panels, reinforcing steel, and all other labor, materials, tools, and equipment required for the construction of concrete paving. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 26: WHEEL STOP Wheel stops shall be constructed in accordance with details in the Contract Documents. Subgrade preparation for wheel stops shall be in accordance with details in the Contract 61147.02100\20950242.4 SP-11 SPECIAL PROVISIONS Documents. Color and finish of wheel stops shall be in accordance with the Contract Plans. Payment for the construction of wheel stops shall be paid at the Contract unit price as named in the Bid Schedule for WHEEL STOP. Payment shall include, but is not limited to, anchor bolts and all other labor, materials, tools, and equipment required for the construction of wheel stops. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 27, 28, 29, 30 AND 31: BOULDERS The work required for Boulders shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of boulders shall be paid at the Contract unit price as set forth in Bid Schedule for BOULDERS. This price shall constitute full compensation for laying out, placement, and furnishing boulders, all labor, materials, tools, equipment, and incidentals required for the construction and installation of the boulders, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 32: SIGNS Contractor shall coordinate with the City on the placement and location of each of these site amenity features. These elements require onsite unified City Staff/Architect and Contractor coordination. The Contractor shall ensure that they coordinate with City Staff. City will provide the contractor with the final elements for installation of the bike, horse and interpretive signs, plus directional markers. The CONTRACTOR shall manufacture and install signs as located on the Contract Documents, and in accordance with Sections 042000, 055000, and 099113 of the Technical Specifications. The signs shall be installed on 4” round wood poles as follows: Horse Sign: 8” X 12” metal sign, painted dark brown with white letters that read “No Horses Beyond This Point”. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 33: 2-RAIL FENCE This work item consists of providing all labor, materials, tools, equipment and any other necessary items to furnish and install 2-Rail Fencing as detailed in the Contract Documents. CONTRACTOR shall stake the alignment of the rail fencing as shown on the Contract Plans and obtain approval of the alignment prior to the excavation of the post hole footings. 61147.02100\20950242.4 SP-12 SPECIAL PROVISIONS The rail fence footings shall meet the requirements of with Section 329320 of the SupplementalTechnical Specifications, Section 201-1 of the SSPWC, and as amended in these Contract Documents. Subgrade preparation for the footings shall be in accordance with Section 301-1.3 of this Contract Document. Size and type of the 2-rail fencing shall be as noted on the Contract Plans, or as approved by the Engineer. CONTRACTOR shall submit samples to the Engineer for approval prior to ordering any materials required to construct the lodge pole fence. 2-Rail Fence will be measured as each unit installed, complete in place, on a per lineal foot basis. 2- RAIL FENCE shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price for 2- Rail Fencing shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals, including but not limited to, post wall excavation, removal of spoils, grading, compaction, form work, concrete footing, posts, rails, and for doing all work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 34: ROOT CONTROL BARRIER Root control barriers shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications and shall be measured as each unit installed, complete in place, on a per lineal foot basis. Payment for ROOT CONTROL BARRIERS will be made at the linear foot price named in the Bid Schedule. The Contract Unit Price for root control barriers shall include full compensation for furnishing all labor materials, tools, equipment, and incidentals, including but not limited to, excavation, sub-grade preparation, and for doing all work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 35, 36, 37 AND 38: SITE FURNITURE- ALTERNATE BID The work required for provide and install site furniture shall conform to Sections 055000 and 329320 of the Supplemental Technical Specifications and as amended in these Contract Documents. These work items consists of providing all labor, tools, equipment, materials, and any other necessary items to provide and install site furniture as detailed on the Construction Plans and these Contract Documents. In accordance with Sections 8 and 9 of the General Conditions in these Contract Documents, 61147.02100\20950242.4 SP-13 SPECIAL PROVISIONS CONTRACTOR shall provide shop drawings for site furniture within fifteen (15) working after the Award of Contract. In addition, CONTRACTOR shall secure the site furniture, and provide proof of delivery to the Engineer, within forty (40) working days after the Award of Contract. Site furniture shall be located per the Contract Plans, and as approved by the Engineer and CITY Parks Supervisor. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 39: 8’ WOOD BENCH (SEAT LOGS) The work required for providing and installing 8’ Wood Bench (seat logs) shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of the 8’ wide wood benches shall be paid at the Contract unit price as set forth in Bid Schedule for 8’ WOOD BENCH (SEAT LOGS). This price shall constitute full compensation for laying out, placement, and furnishing the 8’ wood benches (seat logs), all labor, materials, tools, equipment, and incidentals required for the construction and installation of the boulders, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 40: DRINKING FOUNTAIN AND SUMP The work required for water fountain shall conform to detail ‘A’ as shown on page L-4 of the Contract Plans and shall meet the requirements of with Section 329320 of the Technical Specifications and as amended in these Contract Documents. These work items consists of providing all labor, tools, equipment, materials, and any other necessary items to install DRINKING FOUNTAIN AND SUMP, complete in place, as detailed on the Construction Plans and these Contract Documents. In accordance with Sections 8 and 9 of the General Conditions in these Contract Documents, CONTRACTOR shall provide shop drawings for the water fountain within fifteen (15) working after the Award of Contract. In addition, CONTRACTOR shall secure the water fountain, and provide proof of delivery to the Engineer, within forty (40) working days after the Award of Contract. Payment shall be based on the Unit Price and actual quantities installed, and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, including but not limited to, excavation, sub-grade preparation, shut-off valve and valve box, connection with water line, waste line, compaction, and any other necessary items as specified in these special provisions, and as directed by the Engineer. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. No additional compensation will be allowed. 61147.02100\20950242.4 SP-14 SPECIAL PROVISIONS Bid Item 41: ACORN GRINDING BOULDER The work required for providing and installing Acorn Grinding Boulders shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of the boulders shall be paid at the Contract unit price as set forth in Bid Schedule for ACORN GRINDING BOULDER. This price shall constitute full compensation for laying out, placement, and furnishing boulders, all labor, materials, tools, equipment, and incidentals required for the construction and installation of the boulders, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 42: CORRONE STATUE (INSTALLATION ONLY) The work required for installing the Corrone Statue shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the installation of the Corrone Statue shall be paid at the Contract unit price as set forth in Bid Schedule for CORRONE STATUE (INSTALLATION ONLY). This price shall constitute full compensation for laying out, placement, and installation of the Corrone Statue, all labor, materials, tools, equipment, and incidentals required for the installation of the Corrone Statue, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 43: RAMADA (FURNISH AND INSTALL) The work required for furnishing and installing the Ramadas shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of the Ramadas shall be paid at the Contract unit price as set forth in Bid Schedule for RAMADA (FURNISH AND INSTALL). This price shall constitute full compensation for furnishing, laying out, placement, and installation of the Ramadas, all labor, materials, tools, equipment, and incidentals required for the installation of the Ramadas, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 44: 9’ KIICHAS (INSTALLATION ONLY) The work required for installing the 9’ Kiichas shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. 61147.02100\20950242.4 SP-15 SPECIAL PROVISIONS Payment for the construction of 9’ Kiichas shall be paid at the Contract unit price as set forth in Bid Schedule for 9’ KIICHAS (INSTALLATION ONLY). This price shall constitute full compensation for laying out, placement, and installation of the 9’ Kiichas all labor, materials, tools, equipment, and incidentals required for the installation of the 9’ Kiichas, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 45: 12’ KIICHAS (INSTALLATION ONLY) The work required for installing the 12’ Kiichas shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of 12’ Kiichas shall be paid at the Contract unit price as set forth in Bid Schedule for 12’ KIICHAS (INSTALLATION ONLY). This price shall constitute full compensation for laying out, placement, and installation of the 12’ Kiichas, all labor, materials, tools, equipment, and incidentals required for the installation of the 12’ Kiichas in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 46: INTERPRETIVE SIGN (INSTALLATION ONLY) The work required for installing the Intrepretive Signs shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the installation of the Interpretive Signs shall be paid at the Contract unit price as set forth in Bid Schedule for INTERPRETIVE SIGN (INSTALLATION ONLY). This price shall constitute full compensation for laying out, placement, and installation of the Interpretive Signs, all labor, materials, tools, equipment, and incidentals required for the installation of the Interpretive Signs, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 47: DIRECTIONAL MARKERS (FURNISH AND INSTALL) The work required for furnishing and installing the Directional Markers shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for furnishing and installing the Directional Markers shall be paid at the Contract unit price as set forth in Bid Schedule for Directional Markers (FURNISH AND INSTALL). This price shall constitute full compensation for laying out, placement, and installation of the Directional 61147.02100\20950242.4 SP-16 SPECIAL PROVISIONS Markers, all labor, materials, tools, equipment, and incidentals required for the installation of the Interpretive Signs, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 48: VILLAGE ENTRY SIGN- ALTERNATE BID The work required for installing the Village Entry Sign shall conform to Section 329320 of the Technical Specifications and as amended in these Contract Documents. Payment for the construction of the Village Entry Sign shall be paid at the Contract unit price as set forth in Bid Schedule for VILLAGE ENTRY SIGN. This price shall constitute full compensation for laying out, placement, construction of the Village Entry Sign, all labor, materials, tools, equipment, and incidentals required for the construction of the Village Entry Sign, in place on the site, in accordance with the Contract Documents. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 49: PRIVACY SCREEN This work item consists of providing all labor, materials, tools, equipment and any other necessary items to furnish and install Privacy Screen as detailed in the Contract Documents. CONTRACTOR shall stake the alignment of the Privacy Screen as shown on the Contract Plans and obtain approval of the alignment prior to the excavation of the post hole footings. The Privacy Screen footings shall meet the requirements of with Section 329320 of the SupplementalTechnical Specifications, Section 201-1 of the SSPWC, and as amended in these Contract Documents. Subgrade preparation for the footings shall be in accordance with Section 301-1.3 of this Contract Document. Size and type of the Privacy Screen shall be as noted on the Contract Plans, or as approved by the Engineer. CONTRACTOR shall submit samples to the Engineer for approval prior to ordering any materials required to construct the Privacy Screen. Privacy Screen will be measured as each unit installed, complete in place, on a per lineal foot basis. Privacy Screen shall be constructed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price for Prviacy Screen include full compensation for furnishing all labor materials, tools, equipment, and incidentals, including but not limited to, post wall excavation, removal of spoils, grading, compaction, form work, concrete footing, posts, rails, and for doing all work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. 61147.02100\20950242.4 SP-17 SPECIAL PROVISIONS Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 50, 51, 52, 53 AND 54: IRRIGATION The work required for Provide and Install Automatic Irrigation System shall conform to Section 328400 of the Technical Specifications and as amended in these Contract Documents. No measurement shall be made for this item. Payment for this item will be made at the unit price named in the Bid Schedule for AUTOMATIC IRRIGATION SYSTEM, which price shall constitute full compensation for furnishing all labor, materials, equipment, tools and incidentals and for doing all the work involved for a complete system as shown on the plans, as specified in these special provisions, and as directed by the Engineer. Payment shall be based on the approved schedule of values in accordance with the “Schedule of Values”. No additional compensation will be allowed. Bid Item 55: TREE BUBBLERS The work required to Provide and Install Tree Bubblers shall conform to Section 328400 of the Technical Specifications and as amended in these Contract Documents. No measurement shall be made for this item. Payment for this item will be made at the price named in the Bid Schedule for TREE BUBBLERS, which price shall constitute full compensation for furnishing all labor, materials, equipment, tools and incidentals and for doing all the work involved for a complete system as shown on the plans, as specified in these special provisions, and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 56:SOIL PREPARATION AND WEED ABATEMENT Soil preparation, weed abatement and fine grading shall be constructed in accordance with Sections 312000 and 329113 of the Technical Specifications and will be measured as each unit installed, complete in place, on a square foot basis. Payment for SOIL PREPARATION AND WEED ABATEMENT shall be made at the square foot price named in the Bid Schedule. The Fine Grading shall be installed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price shall include full compensation for furnishing of all labor materials, tools, equipment, and incidentals, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. 61147.02100\20950242.4 SP-18 SPECIAL PROVISIONS Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 57: 2” THICK LAYER OF SHREDDED FIR BARK 2” Thick Layer of shredded fir bark shall be constructed in accordance with Sections 015639, 329200 and 329300 of the Technical Specifications and will be measured as each unit installed, complete in place, on a square foot basis. Payment for 2” THICK LAYER OF SHREDDED FIR BARK shall be made at the square foot price named in the Bid Schedule. Mulch shall be installed to the lines and grades shown on the plans and details, and in conformance with the specifications. The Contract Unit Price shall include full compensation for furnishing of all labor materials, tools, equipment, and incidentals, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 58: 24” BOX TREE 24” box tree shall be installed in accordance with Sections 015639, 329113 and 329300 of the Supplemental Technical Specifications and will be measured as each unit installed, complete in place, on an individual unit basis. Payment for 24” BOX TREES will be made at the Unit Price named in the Bid Schedule for 24” BOX TREE shall be furnished and installed to the lines and grades shown on the plans, and in conformance with the project details and specifications. The Contract Unit Price for 24” Box Trees shall include full compensation for furnishing of all labor, materials, tools, equipment, and incidentals, to include but not limited to, plant pit excavation, removal of plant pit spoils, amended backfill, fertilizers, tree ties and staking, mulching, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions, and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents Bid Item 59 AND 60: 5 GALLON SHRUB & 1 GALLON SHRUB Shrubs shall be installed in accordance with Sections 015639, 329113 and 329300 of the Technical Specifications and will be measured as each unit installed, complete in place, on an individual unit basis. Payment for shrubs will be made at the Unit Price named in the Bid Schedule for 5 GALLON SHRUB & 1 GALLON SHRUB shall be furnished and installed to the lines and grades shown on 61147.02100\20950242.4 SP-19 SPECIAL PROVISIONS the plans, and in conformance with the project details and specifications. The Contract Unit Price for shrubs shall include full compensation for furnishing of all labor, materials, tools, equipment, and incidentals, to include but not limited to, plant pit excavation, removal of plant pit spoils, amended backfill, mulching, and for doing all the work involved, complete in place as shown on the plans, as specified in these special provisions, and as directed by the Engineer. Payment shall be based on the Unit Price and actual quantities installed, complete in place. No additional compensation will be allowed. Measurement and Payment shall be in accordance with Article 41 through 43 in the General Provisions of these Contract Documents. Bid Item 61: NINETY (90) DAY POST INSTALLATION MAINTENANCE The work required for the Ninety (90) Day Post Installation Maintenance shall conform to Sections 328400, 329113, 329200, and 329300 of the Technical Specifications and as amended in these Contract Documents. No measurement shall be made for this item. Payment for this item will be made at the lump sum, price named in the Bid Schedule for 90-DAY POST INSTALLATION MAINTENANCE, which price shall constitute full compensation for furnishing all labor, materials, equipment, water usage, all watering, irrigation repair, weeding, mowing, edging, cultivating, mulching, spraying, and pruning as necessary to keep the plant material in a healthy growing condition, tools and incidentals and for doing all the work involved as indicated on the drawings and described in the specifications. Payment shall be based on the approved schedule of values in accordance with the “Schedule of Values”. No additional compensation will be allowed. 61147.02100\20950242.4 SP-20 SPECIAL PROVISIONS ALTERNATE BID ITEMS Refer to line item descriptions 35-38 and line item 48 above as Alternate Bid Items. Contractor shall include the Special Provisions descriptions for respective items as Alternate Bid Items. Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 015639 – TEMPORARY TREE AND PLANT PROTECTION Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. 1.3 DEFINITIONS Retain terms that remain after this Section has been edited for a project. Generally, retain either "Caliper" or "Caliper (DBH)" Paragraph below. First paragraph corresponds to diameter measurement used in the landscaping industry; second corresponds to diameter measurement in the timber industry and by some landscapers for trees measuring over 8 inches (200 mm) in diameter. Revise either paragraph below if required for clump and multi-stemmed tree forms and to suit Project. The method of measuring tree caliper for landscape purposes varies. See Evaluations. A. Caliper: Diameter of a trunk measured by a diameter tape at a height 6 inches above the ground for trees up to and including 4-inch size at this height and as measured at a height of 12 inches above the ground for trees larger than 4-inch size. Retain last option in "Caliper (DBH)" Paragraph below if using this measurement only for larger trees. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 2 B. Caliper (DBH): Diameter Breast Height; diameter of a trunk as measured by a diameter tape at a height 54 inches above the ground line for trees with caliper of 8 inches or greater as measured at a height of 12 inches above the ground. Retain "Plant-Protection Zone" or "Tree-Protection Zone" Paragraph below or both to suit Project; coordinate with Section 311000 "Site Clearing" and Section 312000 "Earth Moving." C. Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. D. Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. E. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 PREINSTALLATION MEETINGS Retain "Preinstallation Conference" Paragraph below if Work of this Section is extensive or complex enough to justify a conference. A. Preinstallation Conference: Conduct conference at Project site. Retain subparagraph below if additional requirements are necessary; include information about conference. 1. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: a. Tree-service firm's personnel and equipment needed to make progress and avoid delays. b. Arborist's responsibilities. c. Quality-control program. d. Coordination of Work and equipment movement with the locations of protection zones. e. Trenching by hand or with air spade within protection zones. f. Field quality control. If needed, insert list of conference participants not mentioned in Section 013100 "Project Management and Coordination." 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 3 1. Include plans, elevations, sections, and locations of protection-zone fencing and signage, showing relation of equipment-movement routes and material storage locations with protection zones. 2. Detail fabrication and assembly of protection-zone fencing and signage. 3. Indicate extent of trenching by hand or with air spade within protection zones. C. Samples: For each type of the following: 1. Organic Mulch: 1-quart volume of organic mulch; in sealed plastic bags labeled with composition of materials by percentage of weight and source of mulch. 2. Protection-Zone Fencing: Assembled Samples of manufacturer's standard size made from full-size components. 3. Protection-Zone Signage: Full-size Samples of each size and text, ready for installation. D. Tree Pruning Schedule: Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. Revise subparagraphs below to suit Project. 1. Species and size of tree. 2. Location on site plan. Include unique identifier for each. 3. Reason for pruning. 4. Description of pruning to be performed. 5. Description of maintenance following pruning. 1.6 INFORMATIONAL SUBMITTALS Coordinate "Qualification Data" Paragraph below with qualification requirements in Section 014000 "Quality Requirements" and as may be supplemented in "Quality Assurance" Article. A. Qualification Data: For arborist and tree service firm. B. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. C. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. D. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. Revise subparagraphs below and insert additional requirements to suit Project. 1. Use sufficiently detailed photographs or video recordings. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 4 2. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plants designated to remain. E. Quality-control program. 1.7 QUALITY ASSURANCE Retain one or more qualifications in "Arborist Qualifications" Paragraph below to suit Project; revise for other qualified professional. Retain only one of first two options. See Evaluations. A. Arborist Qualifications: Licensed arborist in jurisdiction where Project is located and approved by the City of San Juan Capistrano. Revise "Tree Service Firm Qualifications" Paragraph below to suit Project; delete if not available at Project location. B. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed temporary tree and plant protection work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of the Work. C. Quality-Control Program: Prepare a written program to systematically demonstrate the ability of personnel to properly follow procedures and handle materials and equipment during the Work without damaging trees and plantings. Include dimensioned diagrams for placement of protection zone fencing and signage, the arborist's and tree-service firm's responsibilities, instructions given to workers on the use and care of protection zones, and enforcement of requirements for protection zones. 1.8 FIELD CONDITIONS A. The following practices are prohibited within protection zones: Revise subparagraphs below to suit Project. 1. Storage of construction materials, debris, or excavated material. 2. Moving or parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 5 Warranty periods in "Trees, Shrubs, Vines, and Ornamental Grasses," "Ground Covers, Biennials, Perennials, and Other Plants," and "Annuals" subparagraphs below are examples only for some categories of plants; revise or insert other plant categories to suit Project. PART 2 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 2.1 MATERIALS Retain "Backfill Soil" Paragraph below if required for raising grades around trees; revise to suit Project. A. Backfill Soil: Planting soil of suitable moisture content and granular texture for placing around tree; free of stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. 1. Planting Soil: Planting soil as specified in Section 32 91 13 "Soil Preparation.” Retain "Organic Mulch" Paragraph below if required within protection zones or to protect roots of trees to remain. B. Organic Mulch: as indicated on Drawings Retain "Protection-Zone Fencing" Paragraph below for protection-zone fencing; delete if fence material is Contractor's option. If appearance is important, revise paragraph to require new materials; otherwise, Contractor is likely to provide reused material. C. Protection-Zone Fencing: Fencing fixed in position and meeting the following requirements: Retain one or more of four fencing subparagraphs below for protection-zone fencing. Fence materials are listed in order of strongest to weakest. Retain stronger fencing where damage potential to an individual tree, group of trees, or plantings is higher. Revise post and rail diameters to suit fence height and strength required. The more expensive polymer coating may have better appearance but may be less visible to workers. 1. Plastic Protection-Zone Fencing: Plastic construction fencing constructed of high- density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 6 bands or galvanized-steel or stainless-steel wire ties; and supported by tubular or T-shape galvanized-steel posts spaced not more than 96 inches apart. a. Height: 48 inches. b. Color: High-visibility orange, nonfading. D. Protection-Zone Signage: Shop-fabricated, rigid plastic or metal sheet with attachment holes prepunched and reinforced; legibly printed with nonfading lettering and as follows: 1. Lettering: 3-inch high minimum, white characters on red background. PART 3 - EXECUTION 3.1 EXAMINATION A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation-control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. B. Prepare written report, endorsed by arborist, listing conditions detrimental to tree and plant protection. 3.2 PREPARATION Revise first paragraph below to suit regional standards or office practices. Insert requirement for flagging trees to be relocated if required. A. Locate and clearly identify trees, shrubs, and other vegetation to remain. Tie a 1-inch blue vinyl tape around each tree trunk at 54 inches above the ground. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. Revise "Tree-Protection Zones" Paragraph below to suit Project. Some low plantings within tree- and plant-protection zones may be harmed by mulching; excessive mulching can also harm trees. Use less mulch on poorly drained soils. See Evaluations. C. Tree-Protection Zones: Mulch areas inside tree-protection zones and other areas indicated. Do not exceed indicated thickness of mulch. 1. Apply uniform thickness as indicated on Drawings of organic mulch. Do not place mulch within 6 inches of tree trunks. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 7 3.3 PROTECTION ZONES Verify details of protection-zone fencing before retaining last option in "Protection-Zone Fencing" Paragraph below. A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people from easily entering protected areas except by entrance gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. Retain "Chain-Link Fencing" Subparagraph below if required. B. Protection-Zone Signage: Install protection-zone signage in visibly prominent locations in a manner approved by Architect. Install one sign spaced approximately every 20 feet on protection-zone fencing, but no fewer than four signs with each facing a different direction. C. Maintain protection zones free of weeds and trash. D. Maintain protection-zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1. Do not remove protection-zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. 2. Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. 3.4 EXCAVATION Retain this article if construction or utility excavation near or through protection zones is required. A. General: Excavate at edge of protection zones and for trenches indicated within protection zones unless otherwise indicated. Retain "Trenching within Protection Zones" Paragraph below if required; revise to suit Project. B. Trenching within Protection Zones: Where utility trenches are required within protection zones, excavate under or around tree roots by hand or with air spade, or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. If excavating by hand, use narrow-tine spading forks to comb soil and expose roots. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 8 Retain first paragraph below to limit damage to roots of valuable trees or delete if not required. Procedure is expensive. C. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction and as required for root pruning. D. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3.5 ROOT PRUNING Retain first paragraph below if construction excavation near or within a protection zone is unavoidable. A. Prune tree roots that are affected by temporary and permanent construction. Prune roots as follows: Retain applicable subparagraphs below. 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. Many plant authorities do not consider it beneficial to paint cut root ends. 2. Cut Ends: Do not paint cut root ends. 3. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 4. Cover exposed roots with burlap and water regularly. 5. Backfill as soon as possible B. Root Pruning at Edge of Protection Zone: Prune tree roots flush with the edge of the protection zone by cleanly cutting all roots to the depth of the required excavation. Retain "Root Pruning within Protection Zone" Paragraph below if construction excavation requiring pruning within protection zone is unavoidable. C. Root Pruning within Protection Zone: Clear and excavate by hand or with air spade to the depth of the required excavation to minimize damage to tree root systems. If excavating by hand, use narrow-tine spading forks to comb soil to expose roots. Cleanly cut roots as close to excavation as possible. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 9 3.6 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as directed by arborist. 1. Prune to remove only injured, broken, dying, or dead branches unless otherwise indicated. Do not prune for shape unless otherwise indicated. 2. Do not remove or reduce living branches to compensate for root loss caused by damaging or cutting root system. 3. Pruning Standards: Prune trees according to ANSI A300 (Part 1). Retain "Type of Pruning" and "Specialty Pruning" subparagraphs below if applicable; retain one or more of options, which are identified in ANSI A300 (Part 1). Identify on Drawings individual trees or areas requiring multiple types of pruning. Augment or replace subparagraphs with reference to arborist's report if an arborist is retained by Owner. Insert detailed instructions for removing specific branches or branches of a specific minimum or maximum diameter if required. See Evaluations for a discussion of pruning. a. Type of Pruning: Cleaning raising reducing and thinning where indicated. Options in "Specialty Pruning" Subparagraph below are identified in ANSI A300 (Part 1) in the listed order. Coordinate with options retained in "Type of Pruning" Subparagraph above. b. Specialty Pruning: Structural, palm utility where indicated. B. Unless otherwise directed by arborist and acceptable to Architect, do not cut tree leaders. C. Cut branches with sharp pruning instruments; do not break or chop. D. Do not paint or apply sealants to wounds. E. Provide subsequent maintenance pruning during Contract period as recommended by arborist. If required, insert requirements for tying up branches that are required to remain but extend beyond the protection zone. F. Chip removed branches and dispose of off-site. 3.7 REGRADING Retain "Lowering Grade" or "Lowering Grade within Protection Zone" Paragraph below if lowering grades. A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 10 Retain "Lowering Grade within Protection Zone" Paragraph below if existing grade is to be lowered within tree-protection zones, or indicate requirements on Drawings. Lowering the grade within a protection zone should be minimal in area and depth and can be fatal to trees. B. Lowering Grade within Protection Zone: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. Retain "Raising Grade" or "Minor Fill within Protection Zone" Paragraph below if raising grades. C. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Retain "Minor Fill within Protection Zone" Paragraph below if raising grades minimally around trees. Raising grade within a protection zone should be minimal in area and depth and can be fatal to trees. D. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with backfill soil. Place backfill soil in a single uncompacted layer and hand grade to required finish elevations. Insert requirements for deeper fill if required. Measures must provide adequate aeration of feeder roots. Coordinate description with details on Drawings. 3.8 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. 3.9 REPAIR AND REPLACEMENT A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or to be relocated that are damaged by construction operations, in a manner approved by Architect. 1. Submit details of proposed pruning and repairs. 2. Perform repairs of damaged trunks, branches, and roots within 24 hours according to arborist's written instructions. 3. Replace trees and other plants that cannot be repaired and restored to full-growth status, as determined by Architect. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 11 B. Trees: Remove and replace trees indicated to remain that are more than 25 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Architect determines are incapable of restoring to normal growth pattern. Retain one or both of "Small Trees" and "Large Trees" subparagraphs below; revise to suit Project. 1. Small Trees: Provide new trees of same size and species as those being replaced for each tree that measures 6 inches or smaller in caliper size. Revise first subparagraph below to suit Project. Replacing larger than 6-inch (150-mm) caliper-size trees with trees of equal size is difficult and not always successful; some jurisdictions have established formulas for large-tree replacements. 2. Large Trees: Provide one new tree of 6-inch caliper size for each tree being replaced that measures more than 6 inches in caliper size. a. Species: As selected by Architect. 3. Plant and maintain new trees as specified in Section 32 93 00 "Plants." Retain "Excess Mulch" Paragraph below if using a thick mulch layer over tree roots to distribute traffic loads; revise to suit Project. C. Excess Mulch: Rake mulched area within protection zones, being careful not to injure roots. Rake to loosen and remove mulch that exceeds a 4-inch uniform thickness to remain. Retain "Soil Aeration" Paragraph below if aeration, sometimes called "vertical mulching," is acceptable. Professional arborists are divided about benefits of aeration procedures. Aeration opens pathways for air and moisture to reach feeder roots choked by compacted soils. Revise hole diameter or frequency if required. D. Soil Aeration: Where directed by Architect, aerate surface soil compacted during construction. Aerate 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch diameter holes a minimum of 12 inches deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. 3.10 DISPOSAL OF SURPLUS AND WASTE MATERIALS General requirements for progress cleaning and waste disposal, including prohibition on burning waste materials on-site, are specified in Section 017300 "Execution." Revise "Disposal" Paragraph below if disposal of some or all materials to designated site storage areas is permitted. A. Disposal: Remove excess excavated material, displaced trees, trash, and debris and legally dispose of them off Owner's property. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TEMPORARY TREE AND PLANT PROTECTION 015639 - 12 END OF SECTION 015639 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 1 Copyright 2014 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 033000 - CAST-IN-PLACE CONCRETE Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. Verify that Section titles referenced in this Section are correct for this Project's Specifications; Section titles may have changed. PART 4 - GENERAL 4.1 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes. B. Related Requirements: Retain subparagraph below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 1. Greenbook Part 3 Construction Methods, Section 300- Earthwork 2. City of San Juan Capistrano P.C.C. Sidewalk Standard 3. Geotechnical Report (Revised October 19, 2017) 4.2 ACTION SUBMITTALS A. Product Data: For each type of product. Design mixtures in "Design Mixtures" Paragraph below are usually considered to be an action submittal. B. Design Mixtures: For each concrete mixture. C. Steel Reinforcement Shop Drawings: Placing Drawings that detail fabrication, bending, and placement. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 2 4.3 INFORMATIONAL SUBMITTALS Retain "Material certificates" Paragraph below to require submittal of material certificates from manufacturers. A. Material certificates. Retain "Material test reports" Paragraph below for material test reports that are Contractor's responsibility. B. Material test reports. C. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer, detailing fabrication, assembly, and support of formwork. Retain first paragraph below if Contractor engages testing agency for measuring floor surface flatness and levelness. D. Floor surface flatness and levelness measurements indicating compliance with specified tolerances. 4.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. Retain subparagraph below if required. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." Retain "Testing Agency Qualifications" Paragraph below if Contractor retains testing agency for concrete mixture design, material test reports, or field quality control. Retain option if field quality-control testing agency employed by Contractor must be approved by authorities having jurisdiction. B. Testing Agency Qualifications: If an independent agency is required it should be acceptable to City of San Juan Capistrano, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 4.5 PRECONSTRUCTION TESTING A. No Preconstruction Testing Service is anticipated. Materials will be reviewed and accepted based on Material Certification and Material Test Report Submittals. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 3 4.6 FIELD CONDITIONS A. Cold-Weather Placement: Comply with ACI 306.1. 1. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. B. Hot-Weather Placement: Comply with ACI 301 (ACI 301M). PART 5 - PRODUCTS Manufacturers and products listed in SpecAgent and Masterworks Paragraph Builder are neither recommended nor endorsed by the AIA or ARCOM. Before inserting names, verify that manufacturers and products listed there comply with requirements retained or revised in descriptions and are both available and suitable for the intended applications. For definitions of terms and requirements for Contractor's product selection, see Section 016000 "Product Requirements." 5.1 CONCRETE, GENERAL A. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301 (ACI 301M). 2. ACI 117 (ACI 117M). 5.2 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. 5.3 STEEL REINFORCEMENT Revise this article to suit steel reinforcement requirements; delete if not required. A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. Retain "Low-Alloy-Steel Reinforcing Bars" Paragraph below for reinforcement that is welded or if added ductility is sought. B. Low-Alloy-Steel Reinforcing Bars: ASTM A 706/A 706M, deformed. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 4 Retain "Galvanized Reinforcing Bars" Paragraph below for galvanized-steel reinforcement. Retain type of reinforcement from first set of options and zinc coating class from second set. Class I has at least 50 percent more zinc weight than Class II. C. Galvanized Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420) , deformed bars. Retain "Epoxy-Coated Reinforcing Bars" Paragraph below for epoxy-coated steel reinforcement. Retain type of reinforcement from first set of options and epoxy-coated product from second set. ASTM A 775/A 775M bars are usually epoxy coated before fabrication; ASTM A 934/A 934M bars are epoxy coated after fabrication and should not be field bent or rebent. D. Epoxy-Coated Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420) deformed bars, epoxy coated, with less than 2 percent damaged coating in each 12-inch (300-mm) bar length. E. Plain-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, plain, fabricated from as-drawn steel wire into flat sheets. F. Deformed-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, flat sheet. G. Galvanized-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, plain, fabricated from galvanized-steel wire into flat sheets. H. Epoxy-Coated Welded-Wire Reinforcement: ASTM A 884/A 884M, Class A coated, Type 1, deformed steel. I. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded-wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice." 5.4 CONCRETE MATERIALS A. Cementitious Materials: Retain type and color of portland cement from options in "Portland Cement" Subparagraph below. 1. Portland cement: ASTM C 150/C 150M, Type II/ V, per the Geotechnical recommendations, gray. Retain supplementary cementing materials in "Fly Ash" and "Slag Cement" subparagraphs below if permitted. Ready-mix-concrete manufacturer blends these materials with portland cement. Fly ash, slag cement, or pozzolanic materials may slow rate of concrete strengthening and affect color uniformity. Availability of Class F fly ash predominates over Class C fly ash. 2. Fly Ash: No fly Ash is allowed . 3. Slag Cement: ASTM C 989/C 989M, Grade 100 or 120. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 5 Retain "Blended Hydraulic Cement" Subparagraph below if factory-blended hydraulic cement is permitted; verify availability of options before specifying. Fly ash, slag cement, or pozzolanic materials in the nonportland cement part of blended hydraulic cement may slow rate of concrete strengthening and affect color uniformity. Insert ASTM C 1157 if acceptable. 4. Blended Hydraulic Cement: ASTM C 595/C 595M, Type IL, Portland-limestone cement. Retain class of aggregate from options in "Normal-Weight Aggregates" Paragraph below or revise to suit Project. ASTM C 33/C 33M limits deleterious substances in coarse aggregate, depending on climate severity and in-service location of concrete. Classes in first set of options are ASTM C 33/C 33M default classes for concrete exposed to weather for Severe, Moderate, and Negligible weathering regions, respectively. Revise first two options to Class 4S or 4M if concrete is exposed to frequent wetting. Retain last option if damage caused by concrete expansion from alkali silica or alkali carbonate reactions is anticipated. B. Normal-Weight Aggregates: ASTM C 33/C 33M, graded. Retain coarse-aggregate size from three options in "Maximum Coarse-Aggregate Size" Subparagraph below; insert gradation requirements if preferred. Aggregate size limits relate to spacing of steel reinforcement, depth of slab, or thickness of concrete member. 1. Maximum Coarse-Aggregate Size: 1-1/2 inches (38 mm) nominal. Retain "Fine Aggregate" Subparagraph below if optional restriction for fine aggregate in ASTM C 33/C 33M is required. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. Retain "Lightweight Aggregate" Paragraph below if using lightweight aggregate for structural lightweight concrete. Retain size limit from four options below. C. Lightweight Aggregate: ASTM C 330/C 330M, 1-inch (25-mm) nominal maximum aggregate size. D. Air-Entraining Admixture: ASTM C 260/C 260M. E. Chemical Admixtures: Certified by manufacturer to be compatible with other admixtures and that do not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. Retain one or more chemical admixtures from "Water-Reducing Admixture," "Retarding Admixture," "Water-Reducing and Retarding Admixture," "High-Range, Water- Reducing Admixture," "High-Range, Water-Reducing and Retarding Admixture," and "Plasticizing and Retarding Admixture" subparagraphs below. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 6 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. Insert other admixtures, such as integral waterproofing admixtures, in "Water" Paragraph below if required. F. Water: ASTM C 94/C 94M and potable. 5.5 FIBER REINFORCEMENT Retain one of two "Synthetic Micro-Fiber" paragraphs below if using synthetic micro-fiber reinforcement. Revise fiber type if inserting polyester or nylon fibers. Monofilament fibers help reduce plastic shrinkage cracking. Manufacturers claim fibrillated fibers also improve hardened concrete properties. A. Synthetic Micro-Fiber: Monofilament polypropylene micro-fibers engineered and designed for use in concrete, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1- 1/2 inches (13 to 38 mm) long. B. Synthetic Micro-Fiber: Fibrillated polypropylene micro-fibers engineered and designed for use in concrete, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1-1/2 inches (13 to 38 mm) long. 5.6 WATERSTOPS A. Flexible Rubber Waterstops: CE CRD-C 513, with factory-installed metal eyelets, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. B. Chemically Resistant Flexible Waterstops: Thermoplastic elastomer rubber waterstops with factory-installed metal eyelets, for embedding in concrete to prevent passage of fluids through joints; resistant to oils, solvents, and chemicals. Factory fabricate corners, intersections, and directional changes. C. Flexible PVC Waterstops: CE CRD-C 572, with factory-installed metal eyelets, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. D. Self-Expanding Butyl Strip Waterstops: Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4 by 1 inch (19 by 25 mm). E. Self-Expanding Rubber Strip Waterstops: Manufactured rectangular or trapezoidal strip, bentonite-free hydrophilic polymer-modified chloroprene rubber, for adhesive bonding to concrete, 3/8 by 3/4 inch (10 by 19 mm). Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 7 5.7 VAPOR RETARDERS Retain one "Sheet Vapor Retarder" Paragraph below if a nonbituminous water vapor retarder is required. Retain option and insert water-vapor permeance in first "Sheet Vapor Retarder" Paragraph below if requiring less than the 0.3 perms permitted by ASTM E 1745. See the Evaluations. A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended adhesive or pressure-sensitive tape. Retain option and insert water-vapor permeance in first "Sheet Vapor Retarder" Paragraph below if requiring less than the 0.3 perms permitted by ASTM E 1745. See the Evaluations. B. Sheet Vapor Retarder: ASTM E 1745, Class B. Include manufacturer's recommended adhesive or pressure-sensitive tape. Retain option and insert water-vapor permeance in first "Sheet Vapor Retarder" Paragraph below if requiring less than the 0.3 perms permitted by ASTM E 1745. See the Evaluations. C. Sheet Vapor Retarder: ASTM E 1745, Class C. Include manufacturer’s recommended adhesive or pressure-sensitive joint tape. Retain "Sheet Vapor Retarder" Paragraph below if generic polyethylene, rather than compliance with ASTM E 1745, is permitted. D. Sheet Vapor Retarder: Polyethylene sheet, ASTM D 4397, not less than 10 mils (0.25 mm) thick. 5.8 CURING MATERIALS Evaporation retarders temporarily reduce moisture loss from concrete surfaces awaiting finishing in hot, dry, and windy conditions. Evaporation retarders are not curing compounds. A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. Retain curing aids and materials from remaining paragraphs. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 10 oz./sq. yd. (305 g/sq. m) when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 8 Retain "Clear, Waterborne, Membrane-Forming Curing Compound" Paragraph below if a dissipating-type, waterborne, membrane-forming curing compound is required. Although the EPA mandates maximum VOC emissions of 350 g/L for curing compounds, verify VOC emission limits of authorities having jurisdiction. If slow breakdown of curing membrane could interfere with bonding of floor coverings, retain "Removal" Subparagraph in "Concrete Protecting and Curing" Article in Part 3. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. Retain "Clear, Waterborne, Membrane-Forming Curing Compound" Paragraph below if a nondissipating-type, waterborne, membrane-forming curing compound with minimal solids content is required. Although the EPA mandates maximum VOC emissions of 350 g/L for curing compounds, verify VOC emission limits of authorities having jurisdiction. Retain option if applicable. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, no dissipating G. Verify with manufacturer that retained products have been tested against interference with bonding of floor covering. Retain "Clear, Waterborne, Membrane-Forming Curing Compound" Paragraph below if a nondissipating-type, waterborne, membrane-forming curing compound with a higher solids content is required. This product will partially seal the concrete. Although the EPA mandates maximum VOC emissions of 350 g/L for curing compounds, verify VOC emission limits of authorities having jurisdiction. Retain option if applicable. H. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 25 percent solids, no dissipating. Retain "Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound" Paragraph below if a clear, nonyellowing, solvent-borne, membrane-forming curing and sealing compound is required. Although the EPA mandates maximum VOC emissions of 700 g/L for curing and sealing compounds, verify VOC emission limits of authorities having jurisdiction. I. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. Retain "Clear, Waterborne, Membrane-Forming Curing and Sealing Compound" Paragraph below if a clear, nonyellowing, waterborne, membrane-forming curing and sealing compound is required. Although the EPA mandates maximum VOC emissions of 700 g/L for curing and sealing compounds, verify VOC emission limits of authorities having jurisdiction. J. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 9 5.9 RELATED MATERIALS Retain one or all options in "Expansion- and Isolation-Joint-Filler Strips" Paragraph below. Joint-filler strips are used in floor isolation joints. A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork. 5.10 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301 (ACI 301M). Retain "Cementitious Materials" Paragraph below if required for replacing part of the portland cement, which would otherwise be used in concrete, with other cementitious materials. B. Cementitious Materials: Use pozzolan, slag cement, and silica fume as needed to reduce the total amount of Portland cement, which would otherwise be used, by not less than 40 percent. C. Admixtures: Use admixtures according to manufacturer's written instructions. Revise four subparagraphs below to suit Project; delete if not required. 1. Use water-reducing admixture in concrete, as required, for placement and workability. 2. Use water-reducing and -retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a w/c ratio below 0.50. 5.11 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Normal-Weight Concrete: Retain strength from five options in "Minimum Compressive Strength" Subparagraph below or revise to suit Project. 1. Minimum Compressive Strength: 3500 psi (24.1 MPa)> at 14 days. Retain w/c ratio from three options in "Maximum W/C Ratio" Subparagraph below, revise to suit Project, or delete if in-service durability conditions are benign and limits on w/c ratio are not required. Coordinate w/c ratio with compressive strength. See the Evaluations for discussion. 2. Maximum W/C Ratio: 0.45. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 10 Retain slump limit from three options in "Slump Limit" Subparagraph below or revise to suit Project. 3. Slump Limit: 4 inches (100 mm), plus or minus 1 inch (25 mm). Retain one or more "Air Content" subparagraphs below. Percentages in options in first two subparagraphs are default air contents required by ACI 301 (ACI 301M) for severe exposure. 4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2- inch (38-mm) nominal maximum aggregate size. 5. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1-inch (25- mm) nominal maximum aggregate size. Air content in "Air Content" Subparagraph below is maximum recommended by ACI 302.1R for trowel-finished floors. 6. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent. Synthetic-micro-fiber dosage rates in "Synthetic Micro-Fiber" Subparagraph below reflect typical recommendations of manufacturers. Retain first option for minimum dosage of synthetic micro-fiber used for reducing plastic shrinkage cracking. Retain second option or increase dosage for synthetic micro-fiber used for improving hardened concrete properties. Retain strength from five options in "Minimum Compressive Strength" Subparagraph below or revise to suit Project. 5.12 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 5.13 CONCRETE MIXING Retain option in "Ready-Mixed Concrete" Paragraph below if steel or synthetic fibers are required. A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M, and furnish batch ticket information. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 11 PART 6 - EXECUTION 6.1 FORMWORK INSTALLATION A. Design, erect, shore, brace, and maintain formwork, according to ACI 301 (ACI 301M), to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117 (ACI 117M). Retain one of two options in first paragraph below. ACI 301 (ACI 301M) requires chamfers unless otherwise specified. C. Chamfer exterior corners and edges of permanently exposed concrete. 6.2 EMBEDDED ITEM INSTALLATION Specify embedded items and anchorage devices for other work attached to or supported by cast-in-place concrete. Insert specific requirements for installing embedded items, if any, that are part of the Work. A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 6.3 VAPOR-RETARDER INSTALLATION A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. 6.4 STEEL REINFORCEMENT INSTALLATION A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 6.5 JOINTS Coordinate joint types, description, and location with Drawings. Joint types are consolidated in this article for consistency rather than for strict sequence of installation. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 12 A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. Revise criteria for locating construction joints in "Construction Joints" Paragraph below to suit Project. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. Insert spacing of contraction (control) joints here or on Drawings if required. Contraction- joint spacings vary with slab thickness, aggregate size, and slump based on PCA's recommendations. Depth of joint may be varied to suit cutting method or if steel-fiber reinforcement is used. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness as follows: Retain type of joint-forming method from "Grooved Joints" and "Sawed Joints" subparagraphs below or retain both subparagraphs as Contractor's option. Insert joint spacing if not indicated on Drawings. 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius of 1/8 inch (3.2 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. Retain "Sawed Joints" Subparagraph below if saw cutting is permitted. Description does not distinguish conventional wet- and dry-cut saws from early-entry dry-cut saws. Timing is critical to sawed joints. Early-entry dry-cut saws are used within one to two hours of finishing concrete. To leave concrete undamaged from sawing, conventional saw cutting must be delayed, usually 4 to 12 hours, but not so long that uncontrolled cracking of concrete could occur. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3.2-mm-) wide joints into concrete when cutting action does not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 6.6 WATERSTOP INSTALLATION A. Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 13 6.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections are completed. B. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete is placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301 (ACI 301M). 6.8 FINISHING FORMED SURFACES Retain types of formed finishes required in this article. Coordinate finishes retained with finish schedule or indicate location of each finish on Drawings. A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. Revise locations in subparagraph below to suit Project. Retain second option if additional finishing is required. 1. Apply to concrete surfaces to be covered with a coating or covering material applied directly to concrete. If retaining "Rubbed Finish" Paragraph below, retain "Smooth-Formed Finish" Paragraph above. C. Rubbed Finish: Apply the following to smooth-formed-finished as-cast concrete where indicated: Retain one or more rubbed finishes in "Smooth-Rubbed Finish," "Grout-Cleaned Finish," and "Cork-Floated Finish" subparagraphs below. 1. Smooth-Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Grout-Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix 1 part portland cement to 1-1/2 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 14 parts fine sand with a 1:1 mixture of bonding admixture and water. Add white portland cement in amounts determined by trial patches, so color of dry grout matches adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36 hours. 3. Cork-Floated Finish: Wet concrete surfaces and apply a stiff grout. Mix 1 part portland cement and 1 part fine sand with a 1:1 mixture of bonding agent and water. Add white portland cement in amounts determined by trial patches, so color of dry grout matches adjacent surfaces. Compress grout into voids by grinding surface. In a swirling motion, finish surface with a cork float. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 6.9 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. Retain one or more of "Scratch Finish," "Float Finish," "Trowel Finish," and "Trowel and Fine-Broom Finish" paragraphs below for types of slab finishes required. Coordinate slab finishes retained with finish schedule or indicate location of each finish on Drawings. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes to produce profile amplitude of 1/4 inch (6 mm) in one direction. Revise locations of scratch finish in subparagraph below to suit Project. 1. Apply scratch finish to surfaces to receive concrete floor toppings. C. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power-driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. Revise locations of float finish in subparagraph below to suit Project. D. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. Revise locations of trowel finish in first subparagraph below to suit Project. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 15 1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin-film-finish coating system 2. Finish and measure surface, so gap at any point between concrete surface and an unleveled, freestanding, 10-ft.- (3.05-m-) long straightedge resting on two high spots and placed anywhere on the surface does not exceed 1/8 inch (3.2 mm). E. Trowel and Fine-Broom Finish: Apply a first trowel finish to surfaces where ceramic or quarry tile is to be installed by either thickset or thinset method. While concrete is still plastic, slightly scarify surface with a fine broom. 1. Comply with flatness and levelness tolerances for trowel-finished floor surfaces. Retain "Broom Finish" Paragraph below if applicable. Broom finish is generally used on exterior concrete steps and platforms, ramps, and other surfaces subject to light foot traffic. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 6.10 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 (ACI 301M) for hot-weather protection during curing. If evaporation rate in "Evaporation Retarder" Paragraph below is exceeded, ACI 305R states that plastic shrinkage cracking is probable. See manufacturers' literature or ACI 305R for estimated moisture-loss chart relating relative humidity, air and concrete temperature, and wind velocity to rate of evaporation. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for remainder of curing period. D. Cure concrete according to ACI 308.1, by one or a combination of the following methods: Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 16 Retain one or more of "Moisture Curing," "Moisture-Retaining-Cover Curing," "Curing Compound," and "Curing and Sealing Compound" subparagraphs below. Restrict use of curing methods to specific locations or types of surfaces if required. 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period, using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. Retain "Removal" Subparagraph below if requiring removal of curing compounds that may interfere with adhesion of floor coverings. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound does not interfere with bonding of floor covering used on Project. Curing and sealing compound is usually for floors and slabs and may act as a permanent surface finish. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 6.11 CONCRETE SURFACE REPAIRS This article provides basic applications for repairing concrete surfaces. Revise or delete to suit Project. A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. 6.12 FIELD QUALITY CONTROL Retain first option in "Special Inspections" Paragraph below if authorities having jurisdiction require Owner to engage a special inspector. Retain last option if Owner engages testing agency, with or without a special inspector. See "Testing and Inspecting Considerations" Article in the Evaluations. A. Special Inspections: No special Inspections are anticipated for this Project. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CAST-IN-PLACE CONCRETE 033000 - 17 END OF SECTION 033000 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 1 Copyright 2014 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 042000 - UNIT MASONRY Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. Verify that Section titles referenced in this Section are correct for this Project's Specifications; Section titles may have changed. PART 7 - GENERAL 7.1 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Pre-faced concrete masonry units. 7.2 ALLOWANCES Retain products and work included in this Section that are covered by cash or quantity allowance. Do not include amounts. Insert descriptions of items in Part 2 or 3 to provide information affecting the cost of the Work that is not included under the allowance. Revise paragraph below if allowances are required for other types of masonry units. Include separate allowances for special shapes if required. A. If applicable, Face brick is part of the Face Brick Allowance. 7.3 DEFINITIONS Retain terms that remain after this Section has been edited. A. CMU(s): Concrete masonry unit(s). B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 7.4 ACTION SUBMITTALS A. Product Data: For each type of product. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 2 B. Shop Drawings: For reinforcing steel. Detail bending, lap lengths, and placement of unit masonry reinforcing bars. Comply with ACI 315. Show elevations of reinforced walls. C. Samples for Verification: For each type and color of exposed masonry unit and colored mortar. 7.5 INFORMATIONAL SUBMITTALS Usually retain "Material Certificates" Paragraph below. Material certificates are required for all masonry constructed according to TMS 402/ACI 530/ASCE 5. Retain second option if required by authorities having jurisdiction or if the added assurance of quality that test reports provide is desired. A. Material Certificates: For each type and size of product. For masonry units, include material test reports substantiating compliance with requirements. B. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C 91/C 91M for air content. 2. Include test reports, according to ASTM C 1019, for grout mixes required to comply with compressive strength requirement. 7.6 QUALITY ASSURANCE A. Sample Panels: Build sample panels to verify selections made under Sample submittals and to demonstrate aesthetic effects. Comply with requirements in Section 014000 "Quality Requirements" for mockups. 1. Build sample panels for each typical exterior wall in sizes approximately as required by the City of San Juan Capistrano. 7.7 FIELD CONDITIONS A. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold-weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. B. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. C. Contractor is to protect an existing Wrought Iron Fence in Place as indicated on Sheets C-1 Section B-B and Sheet C-3 of the Civil Drawings. The Unit Cost of the Retaining Wall shall include the cost of protecting the existing Wrought Iron Fence in place. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 3 PART 8 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 8.1 UNIT MASONRY, GENERAL A. Masonry Standard: Comply with TMS 602/ACI 530.1/ASCE 6, except as modified by requirements in the Contract Documents. B. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated. Do not use units where such defects are exposed in the completed Work within 10 ft horizontally of a walking surface. See BIA Technical Notes 16B and NCMA TEK 7-3 for information on determining fire- resistance ratings of masonry walls. C. Fire-Resistance Ratings: Comply with requirements for fire-resistance-rated assembly designs indicated. Retain subparagraph below if required by authorities having jurisdiction. 1. Where fire-resistance-rated construction is indicated, units shall be listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction. 8.2 CONCRETE MASONRY UNITS A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. Retain "Integral Water Repellant" Paragraph below for increased water resistance of units if required. If retaining, also retain water-repellent mortar admixture. B. Integral Water Repellent: Provide units made with integral water repellent for exposed units and where indicated. Copy and revise "CMUs" Paragraph below for nonload-bearing CMUs (changing ASTM C 90 to ASTM C 129) if needed; they are not usually an inventory item and may have to be ordered in large quantities. Indicate load-bearing and nonload- bearing units on Drawings if both are specified. C. CMUs: ASTM C 90. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 4 Usually retain "Unit Compressive Strength" Subparagraph below only for masonry designed by analytical methods; delete if compressive strength specified in ASTM C 90, which is 1900 psi (13.1 MPa), is acceptable. See the Evaluations. 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 1800 psi. Retain one of first three options in "Density Classification" Subparagraph below, or delete subparagraph for Contractor's option. Retain last option below for default requirement if using more than one weight. See the Evaluations. 2. Density Classification: Normal weight. Concrete building bricks are often used to adjust dimensions in CMU construction. D. Decorative CMUs: ASTM C 90. Usually retain "Unit Compressive Strength" Subparagraph below only for masonry designed by analytical methods; delete if retaining "Performance Requirements" Article. Also delete subparagraph if compressive strength specified in ASTM C 90, which is 1900 psi (13.1 MPa), is acceptable. See the Evaluations. 1. Unit Compressive Strength: Provide units with minimum average net-area compressive strength of 1800 psi Density classification in "Density Classification" Subparagraph below affects appearance and water absorption. Verify availability of lightweight decorative CMUs before specifying. 2. Density Classification: Normal weight. 3. Pattern and Texture: Retain one of four subparagraphs below, and revise to suit Project. Retain option if appearance is critical. a. Standard pattern, ground-face finish. Match Landscape Architect's plans. b. Standard pattern, split-face finish. Match Landscape Architect's plans. c. Standard pattern, split-ribbed finish. Match Landscape Architect's plans. d. Scored vertically, standard finish. Match Landscape Architect's plans. Revise "Pre-faced CMUs" Paragraph below if medium- or normal-weight units are required. 8.3 CONCRETE LINTELS – NOT USED 8.4 BRICK – NOT USED 8.5 STRUCTURAL CLAY FACING TILE – NOT USED Retain one of two "Sizes" subparagraphs below, or insert other sizes. Verify availability and coordinate with manufacturers' lists of sizes. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 5 8.6 MORTAR AND GROUT MATERIALS Coordinate requirements in this article with those in "Mortar and Grout Mixes" Article. A. Portland Cement: ASTM C 150/C 150M, Type I or II, except Type III may be used for cold-weather construction. Provide natural color or white cement as required to produce mortar color indicated. B. Hydrated Lime: ASTM C 207, Type S. Mix in "Portland Cement-Lime Mix" Paragraph below allows better control of color than job-mixed, portland cement-lime mortar. If retaining below, also retain "Portland Cement" and "Hydrated Lime" paragraphs above. C. Portland Cement-Lime Mix: Packaged blend of Portland cement and hydrated lime containing no other ingredients. D. Masonry Cement: ASTM C 91/C 91M. Retain "Mortar Pigments" Paragraph below for colored cement or for pigments added at Project site. E. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C 979/C 979M. Use only pigments with a record of satisfactory performance in masonry mortar. Mixes in "Colored Cement Products" Paragraph below allow better control of color than job-mixed colored mortar. If retaining, also retain paragraphs above that specify materials included in the mixes retained below. F. Colored Cement Products: Packaged blend made from Portland cement and hydrated lime or masonry cement and mortar pigments, all complying with specified requirements, and containing no other ingredients. G. Aggregate for Mortar: ASTM C 144. 1. For joints less than 1/4 inch (6 mm) thick, use aggregate graded with 100 percent passing the No. 16 (1.18-mm) sieve. 2. White-Mortar Aggregates: Natural white sand or crushed white stone. 3. Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. H. Aggregate for Grout: ASTM C 404. Delete "Epoxy Pointing Mortar" Paragraph below if not needed for pre-faced CMUs, glazed brick, or glazed structural clay facing tile. I. Epoxy Pointing Mortar: ASTM C 395, epoxy-resin-based material formulated for use as pointing mortar for glazed or pre-faced masonry units (and approved for such use by manufacturer of units); in color indicated or, if not otherwise indicated, as selected by Architect from manufacturer's colors. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 6 "Cold-Weather Admixture" Paragraph below is an example of a requirement for a concrete admixture often used in cold weather as an antifreeze. Appendix X1 in ASTM C 270 and BIA generally recommend not using admixtures unless they are known to have no adverse effects. Before approving the use of cold-weather admixtures, verify their acceptability by laboratory testing with mortar mix used. J. Cold-Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C 494/C 494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. Retain "Water-Repellant Admixture" Paragraph below if integral water repellent is used in CMUs. K. Water-Repellent Admixture: Liquid water-repellent mortar admixture intended for use with CMUs containing integral water repellent from same manufacturer. L. Water: Potable. 8.7 REINFORCEMENT Retain "Uncoated-Steel Reinforcing Bars" Paragraph below for reinforcing bars in grouted cells. Revise if another grade of steel is required. Revise to specify epoxy-coated, stainless-steel, or galvanized bars if required. A. Uncoated-Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M, Grade 60 (Grade 420). Standard in "Masonry-Joint Reinforcement, General" Paragraph below includes requirements for mill-galvanized carbon steel, hot-dip galvanized carbon steel, and stainless steel. Specifying these materials separately is unnecessary. B. Masonry-Joint Reinforcement, General: ASTM A 951/A 951M. Mill-galvanized coating is not as thick as hot-dip galvanized coating. According to ASTM A 951/A 951M, mill-galvanized coating may be applied to wire before fabricating, but hot-dip galvanized coating must be applied after fabricating. Where grouted cells contain reinforcing bars, ladder-type reinforcement works better than truss type. 8.8 TIES AND ANCHORS 8.9 EMBEDDED FLASHING MATERIALS See the Evaluations for discussion of flashing materials before revising this article. Coordinate "Metal Flashing" Paragraph below with Section 076200 "Sheet Metal Flashing and Trim." Metal through-wall flashing is included in that Section. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 7 8.10 MISCELLANEOUS MASONRY ACCESSORIES A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene, urethane or PVC. B. Preformed Control-Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D 2000, Designation M2AA-805 or PVC, complying with ASTM D 2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond-Breaker Strips: Asphalt-saturated felt complying with ASTM D 226/D 226M, Type I (No. 15 asphalt felt). D. Weep/Cavity Vent Products: Use one of the following unless otherwise indicated: Retain one or more of "Cellular Plastic Weep/Vent," "Mesh Weep/Vent," and "Vinyl Weep Hole/Vent" subparagraphs below; delete all if open-head joints are used for weep holes and cavity vents. 1. Cellular Plastic Weep/Vent: One-piece, flexible extrusion made from UV-resistant polypropylene copolymer, full height and width of head joint and depth 1/8 inch (3 mm) less than depth of outer wythe, in color selected from manufacturer's standard. 2. Mesh Weep/Vent: Free-draining mesh; made from polyethylene strands, full height and width of head joint and depth 1/8 inch (3 mm) less than depth of outer wythe; in color selected from manufacturer's standard. 3. Vinyl Weep Hole/Vent: Units made from flexible PVC, designed to fit into a head joint and consisting of a louvered vertical leg, flexible wings to seal against ends of masonry units, and a top flap to keep mortar out of the head joint; in color selected by Architect. Products described in "Cavity Drainage Material" Paragraph below can be used to keep weep holes clear. See the Evaluations. E. Cavity Drainage Material: Free-draining mesh, made from polymer strands that will not degrade within the wall cavity. "Configuration" Subparagraph below can be retained to maximize competition in bidding. If only one configuration is used, revise subparagraph by inserting the selected configuration. 1. Configuration: Provide one of the following: a. Strips, full depth of cavity and 10 inches (250 mm) high, with dovetail shaped notches 7 inches (175 mm) deep that prevent clogging with mortar droppings. b. Strips, not less than 1-1/2 inches (38 mm) thick and 10 inches (250 mm) high, with dimpled surface designed to catch mortar droppings and prevent weep holes from clogging with mortar. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 8 c. Sheets or strips full depth of cavity and installed to full height of cavity. d. Sheets or strips not less than 3/4 inch (19 mm) thick and installed to full height of cavity, with additional strips 4 inches (100 mm) high at weep holes and thick enough to fill entire depth of cavity and prevent weep holes from clogging with mortar. Insert other masonry accessories to suit Project. 8.11 MASONRY-CELL FILL A. Loose-Fill Insulation: Perlite complying with ASTM C 549, Type II (surface treated for water repellency and limited moisture absorption) or Type IV (surface treated for water repellency and to limit dust generation). B. Lightweight-Aggregate Fill: ASTM C 331/C 331M. 8.12 MASONRY CLEANERS Verify acceptability of cleaner for cleaning masonry with pigmented mortar joints and for types of masonry units specified. A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. 8.13 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. Retain one or more of first three subparagraphs below to indicate acceptable mortar types. 2. Use Portland cement-lime or masonry cement mortar unless otherwise indicated. 3. For exterior masonry, use Portland cement-lime or masonry cement mortar. 4. For reinforced masonry, use Portland cement-lime or masonry cement] mortar. 5. Add cold-weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. Preblended, dry mortar mix can help ensure uniformity, but is inappropriate for small projects. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 9 B. Pre blended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a pre blended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C 270, Provide the following types of mortar for applications stated unless another type is indicated. Before retaining mortar types in subparagraphs below, see Appendix X1 in ASTM C 270 and BIA Technical Notes 8A and 8B for recommendations; coordinate with requirements for masonry compressive strengths. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type M or Type S. 3. For mortar parge coats, use Type S or Type N. 4. For exterior, above-grade, load-bearing and nonload-bearing walls and parapet walls; for interior load-bearing walls; for interior nonload-bearing partitions; and for other applications where another type is not indicated, use Type N. 5. For interior nonload-bearing partitions, Type O may be used instead of Type N. D. Pigmented Mortar: Use colored cement product. Do not add pigments to colored cement products. Retain first three subparagraphs below if retaining option in "Pigmented Mortar" Paragraph above. Percentages in first two subparagraphs are for pigments containing only metallic oxides. If pigments containing carbon black are used, carbon black must be limited to 2 percent of portland cement by weight or 1 percent of masonry cement or mortar cement. 1. Pigments shall not exceed 10 percent of Portland cement by weight. 2. Pigments shall not exceed 5 percent of masonry cement or mortar cement by weight. Insert materials and proportions used for sample in first subparagraph below if known. 3. Mix to match Architect's sample. 4. Application: Use pigmented mortar for exposed mortar joints with the following units: a. Decorative CMUs. b. Pre-faced CMUs. E. Colored-Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. Insert materials and proportions used for sample in first subparagraph below if known. 1. Mix to match Architect's sample. 2. Application: Use colored-aggregate mortar for exposed mortar joints with the following units: a. Decorative CMUs. b. Pre-faced CMUs. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 10 F. Grout for Unit Masonry: Comply with ASTM C 476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with TMS 602/ACI 530.1/ASCE 6 for dimensions of grout spaces and pour height. 2. Proportion grout in accordance with ASTM C 476, Table 1 or paragraph 4.2.2 for specified 28-day compressive strength indicated, but not less than 2000 psi (14 MPa)]. 3. Provide grout with a slump of 8 to 11 inches (200 to 280 mm) as measured according to ASTM C 143/C 143M. G. Epoxy Pointing Mortar: Mix epoxy pointing mortar to comply with mortar manufacturer's written instructions. 1. Application: Use epoxy pointing mortar for exposed mortar joints with the following units: a. Pre-faced CMUs. b. Glazed structural clay facing tile. PART 9 - EXECUTION 9.1 INSTALLATION, GENERAL A. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor-driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. B. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. Mix units from several pallets or cubes as they are placed. Retain "Wetting of Brick" Paragraph below for high-suction brick. A simple test to determine if wetting is required consists of drawing a circle the size of a quarter on a brick and placing 20 drops of water in the circle; if water is absorbed within 1-1/2 minutes, the brick requires wetting. C. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. (30 g/194 sq. cm) per minute when tested according to ASTM C 67. Allow units to absorb water so they are damp but not wet at time of laying. 9.2 TOLERANCES A. Dimensions and Locations of Elements: 1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch (12 mm) or minus 1/4 inch (6 mm). Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 11 2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch (12 mm). 3. For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4 inch (6 mm) in a story height or 1/2 inch (12 mm) total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 inch in 10 feet (6 mm in 3 m), or 1/2-inch (12-mm) maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2-inch (12-mm) maximum. 3. For vertical lines and surfaces, do not vary from plumb by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2-inch (12-mm) maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet (3 mm in 3 m), 1/4 inch in 20 feet (6 mm in 6 m), or 1/2-inch (12-mm) maximum. 5. For lines and surfaces, do not vary from straight by more than 1/4 inch in 10 feet (6 mm in 3 m), 3/8 inch in 20 feet (9 mm in 6 m), or 1/2-inch (12-mm) maximum. C. Joints: If using Type FBS Rough brick or Type FBA brick, revise tolerances in three subparagraphs below to allow for variation in brick size. Consider restricting tolerances if Type FBX brick is used. 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm), with a maximum thickness limited to 1/2 inch (12 mm). 2. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch (9 mm) or minus 1/4 inch (6 mm). 3. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch (3 mm). 9.3 LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets. Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. Pattern is usually running bond. If other bond patterns are required, specify in "Bond Pattern for Exposed Masonry" Paragraph below or indicate on Drawings. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less-than-nominal 4-inch (100-mm) horizontal face dimensions at corners or jambs. C. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 12 Revise first paragraph below if flexible perimeter joint or thermal break is required. D. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. E. Fill cores in hollow CMUs with grout 24 inches (600 mm) under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. 9.4 MORTAR BEDDING AND JOINTING If hollow bricks are used, retain appropriate option in either of first two paragraphs below. Hollow through-wall bricks are laid similarly to hollow CMUs, whereas, according to the BIA, hollow face bricks are full-bedded in same manner as solid face bricks. A. Lay CMUs as follows: 1. Bed face shells in mortar and make head joints of depth equal to bed joints. 2. Bed webs in mortar in all courses of piers, columns, and pilasters. 3. Bed webs in mortar in grouted masonry, including starting course on footings. 4. Fully bed entire units, including areas under cells, at starting course on footings where cells are not grouted. B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Lay structural clay tile as follows: 1. Lay vertical-cell units with full head joints unless otherwise indicated. Provide bed joints with full mortar coverage on face shells and webs. 2. Lay horizontal-cell units with full bed joints unless otherwise indicated. Keep drainage channels, if any, free of mortar. Form head joints with sufficient mortar so excess will be squeezed out as units are placed in position. Butter both sides of units to be placed, or butter one side of unit already in place and one side of unit to be placed. 3. Maintain joint thicknesses indicated except for minor variations required to maintain bond alignment. If not indicated, lay walls with 1/4- to 3/8-inch- (6- to 10- mm-) thick joints. D. Rake out mortar joints at pre-faced CMU’s to a uniform depth of 1/4 inch (6 mm) and point with epoxy mortar to comply with epoxy-mortar manufacturer's written instructions. If another joint profile is used, revise first paragraph below or show on Drawings. E. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. F. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes (other than paint) unless otherwise indicated. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 13 9.5 COMPOSITE MASONRY – NOT USED Delete first paragraph below and retain "Individual Metal Ties" Subparagraph if bonding system is indicated on Drawings. 9.6 CAVITY WALLS – NOT USED 9.7 MASONRY-CELL FILL A. Pour lightweight-aggregate fill into cavities to fill void spaces. Maintain inspection ports to show presence of fill at extremities of each pour area. Close the ports after filling has been confirmed. Limit the fall of fill to one story high, but not more than 20 feet (6 m). 9.8 MASONRY-JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch (16 mm) on exterior side of walls, 1/2 inch (13 mm) elsewhere. Lap reinforcement a minimum of 6 inches (150 mm). Revise three subparagraphs below if different spacing is required; delete if shown on Drawings. 1. Space reinforcement not more than 16 inches (406 mm) o.c. 2. Space reinforcement not more than 8 inches (203 mm) o.c. in foundation walls and parapet walls. 3. Provide reinforcement not more than 8 inches (203 mm) above and below wall openings and extending 12 inches (305 mm) beyond openings in addition to continuous reinforcement. B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. First paragraph below can be deleted if rigid anchors are used to bond walls at intersections. C. Provide continuity at wall intersections by using prefabricated T-shaped units. D. Provide continuity at corners by using prefabricated L-shaped units. 9.9 ANCHORING MASONRY TO STRUCTURAL STEEL AND CONCRETE – NOT USED 9.10 FLASHING, WEEP HOLES, AND CAVITY VENTS Retain option in "General" Paragraph below if wall is designed on rain-screen principle with cavity vents acting to equalize air-pressure differential between cavity and exterior. Indicate spacing of cavity vents and blocking on Drawings. See the Evaluations. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 14 A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. If applicable, install cavity vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: Retain option in first subparagraph below for manufactured flashing; delete if only metal flashing is used. 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through-wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. Retain any of four subparagraphs below and revise to suit wall configurations used. Arrangement of flashing can be communicated better by detailing on Drawings rather than by relying on any of the nine subparagraphs. 2. At multiwythe masonry walls, including cavity walls, extend flashing through outer wythe, turned up a minimum of 4 inches (100 mm), and through inner wythe to within 1/2 inch (13 mm) of the interior face of wall in exposed masonry. Where interior face of wall is to receive furring or framing, carry flashing completely through inner wythe and turn flashing up approximately 2 inches (50 mm) on interior face. 3. At lintels and shelf angles, extend flashing a minimum of 6 inches (150 mm) into masonry at each end. At heads and sills, extend flashing 6 inches (150 mm) at ends and turn up not less than 2 inches (50 mm) to form end dams. 4. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch (13 mm) back from outside face of wall, and adhere flexible flashing to top of metal drip edge. 5. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch (13 mm) back from outside face of wall, and adhere flexible flashing to top of metal flashing termination. C. Install weep holes in exterior wythes and veneers in head joints of first course of masonry immediately above embedded flashing. 1. Use specified weep/cavity vent products or open head joints to form weep holes. 2. Space weep holes 24 inches (600 mm) o.c. unless otherwise indicated. 3. Cover cavity side of weep holes with plastic insect screening at cavities insulated with loose-fill insulation. D. Place cavity drainage material in cavities to comply with configuration requirements for cavity drainage material in "Miscellaneous Masonry Accessories" Article. Retain paragraph below if wall is designed with vents acting to equalize air-pressure differential between cavity and exterior. Indicate spacing of vents and blocking on Drawings. See the Evaluations. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 15 E. Install cavity vents in head joints in exterior wythes at spacing indicated. Use specified weep/cavity vent products or open head joints to form cavity vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through-wall flashing and weep holes above horizontal blocking. 9.11 REINFORCED UNIT MASONRY INSTALLATION Usually retain "Temporary Formwork and Shores" Paragraph below only if reinforced masonry beams, slabs, soffits, and similarly formed elements are required. A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and that of other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in TMS 602/ACI 530.1/ASCE 6. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in TMS 602/ACI 530.1/ASCE 6 for cleanouts and for grout placement, including minimum grout space and maximum pour height. Retain subparagraph below unless high-lift grouting is allowed. See the Evaluations. TMS 602/ACI 530.1/ASCE 6 limits grout lifts to 60 inches (1520 mm) unless masonry has cured for at least 4 hours, grout slump is between 10 and 11 inches (254 and 279 mm), and there are no intermediate bond beams between top and bottom of pour height. 2. Limit height of vertical grout pours to not more than 60 inches (1520 mm). 9.12 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. Level B special inspections are required for masonry in nonessential facilities designed by either analytical method and for essential facilities designed by empirical method; Level C for masonry in essential facilities (IBC Occupancy Category IV) designed by either analytical method. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 16 B. Inspections: Special inspections according to Level B OR C in TMS 402/ACI 530/ASCE 5. Revise subparagraphs below to suit level of inspection required, based on occupancy category and design method. 1. Begin masonry construction only after inspectors have verified proportions of site- prepared mortar. 2. Place grout only after inspectors have verified compliance of grout spaces and of grades, sizes, and locations of reinforcement. 3. Place grout only after inspectors have verified proportions of site-prepared grout. Retain "Testing Prior to Construction" Paragraph below for masonry in nonessential facilities designed by either analytical method and for essential facilities designed by empirical method. C. Testing Prior to Construction: One set of tests. Testing frequency in "Testing Frequency" Paragraph below is requirement for masonry in essential facilities (IBC Occupancy Category IV) designed by either analytical method. D. Testing Frequency: One set of tests for each 5000 sq. ft. (464 sq. m) of wall area or portion thereof. Retain "Clay Masonry Unit Test" and "Concrete Masonry Unit Test" paragraphs below, as applicable, if unit-strength method is used. Delete both paragraphs if retaining prism- test method. E. Clay Masonry Unit Test: For each type of unit provided, according to ASTM C 67 for compressive strength. F. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140 for compressive strength. TMS 402/ACI 530/ASCE 5 requires verification of compliance of proportions for site- prepared mortar. Mortar aggregate ratio test in "Mortar Aggregate Ratio Test (Proportion Specification)" Paragraph below verifies ratio of aggregate to cementitious materials but does not indicate what cementitious materials are used. Observation of actual mortar mixing procedures as part of inspection program would provide better quality control. G. Mortar Aggregate Ratio Test (Proportion Specification): For each mix provided, according to ASTM C 780. "Mortar Test (Property Specification)" Paragraph below may be deleted if mortar is specified to comply with proportion specification or if retaining prism test. Testing for mortar air content is especially desirable for reinforced masonry. Testing for compressive strength is required if the property specification for mortar is used. Note that ASTM C 780 states, "Strength values for mortars obtained through these testing Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 17 procedures are not required, nor expected, to meet strength requirements of laboratory Specification C 270 mortars." H. Mortar Test (Property Specification): For each mix provided, according to ASTM C 780. Test mortar for mortar air content and compressive strength. "Grout Test (Compressive Strength)" Paragraph below may be deleted if grout is specified by proportions stated in ASTM C 476 rather than by compressive strength or if retaining prism test. I. Grout Test (Compressive Strength): For each mix provided, according to ASTM C 1019. 9.13 PARGING A. Parge exterior faces of below-grade masonry walls, where indicated, in two uniform coats to a total thickness of 3/4 inch (19 mm). Dampen wall before applying first coat, and scarify first coat to ensure full bond to subsequent coat. B. Use a steel-trowel finish to produce a smooth, flat, dense surface with a maximum surface variation of 1/8 inch per foot (3 mm per 300 mm). Form a wash at top of parging and a cove at bottom. C. Damp-cure parging for at least 24 hours and protect parging until cured. 9.14 REPAIRING, POINTING, AND CLEANING A. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Delete first two subparagraphs below if cleaners are not specified in Part 2 or if cleaners are not allowed. 3. Protect adjacent surfaces from contact with cleaner. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. Retain either or both of last two subparagraphs above, or retain first subparagraph below. Coordinate with products retained in Part 2. If high-pressure water cleaning or other methods are acceptable, delete or revise subparagraph below and insert applicable requirements. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 UNIT MASONRY 042000 - 18 6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's written instructions. 9.15 MASONRY WASTE DISPOSAL Retain "Waste Disposal as Fill Material" Paragraph below if clean masonry waste can be used as fill in footing trenches, etc. This diverts some material from waste stream, conserving landfill space and energy required to haul waste away. A. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil-contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. Generally retain subparagraph below. If required, increase limit if acid-soil plants are used for foundation plantings. 1. Do not dispose of masonry waste as fill within 18 inches (450 mm) of finished grade. B. Masonry Waste Recycling: Return broken CMUs not used as fill to manufacturer for recycling. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above or recycled, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 042000 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 1 SECTION 055000 METAL FABRICATIONS PART 1 – GENERAL 1.01 NATURE OF WORK Contractor shall provide all labor, materials, tools, equipment, and incidentals to furnish and install metal fabrication items conforming to the dimensions and details as indicated on the drawings and specified herein. 1.02 EXCLUSIONS This Section does not include reinforcing steel for concrete and masonry or items required in connection with irrigation or electrical work. 1.03 STANDARDS A. Reference Standards: AISC Standards: Code of Standard Practice for Steel Buildings and Bridges; Specification for the Design, Fabrication and Erection of Structural Steel for Buildings; Steel Construction Manual, and Standard Specification for Public Works Construction (SSPWC), latest edition. B. AWS Standards: AWS D1.1, Structural Welding Code. C. Qualifications of Fabricator: Fabricate structural steel in shop of a licensed fabricator approved by building department. D. Requirements of Regulatory Agencies: Work of this section shall conform to Code and Title 8, CAC. 1.04 SUBMITTALS Contractor shall submit, in triplicate, shop drawings showing details, dimensions, sizes of materials and all information and data necessary for fabrication of metal items. One (1) set will be returned to the Contractor. 1.05 REPAIR AND REPLACEMENT Costs incurred for repair or replacement of defective or damaged work, rejected materials or workmanship shall be the responsibility of the Contractor. 1.06 PAYMENT Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 2 No separate payment will be made of any work performed related to metal fabrication. Compensation shall be as included in the unit price bid for the various items of work and no additional payment will be made therefore. PART 2 – PRODUCTS 2.01 MATERIALS A. All materials, prior to fabrication, shall be thoroughly wire brushed and cleaned of all scale and rust. Finished members shall be free from twist, bends, or open joints. B. Metal fabrication items shall conform to the dimensions and details as indicated on the drawings. Steel bars, plates, grates, angle iron, posts, and shapes shall conform to ASTM A-36. C. Rolling and cutting tolerance, permissible variations in weight and dimensions, defects, and imperfections shall not exceed limits contained in ASTM A-6. D. Electrodes shall be in accordance with AWS D5.1, E70XX Series as required for intended use. E. Shop prime metal fabrication items as necessary. 2.02 BOLTS, NUTS and FASTENERS A. Unless specified otherwise on the drawings, nails and spikes shall be galvanized flat common. B. Bolts, nuts, and fasteners shall conform to ASTM A-307. C. Bolts shall be long enough to extend entirely through the nut, but not more than one- quarter inch (1/4”) beyond. Unless otherwise indicated on the drawings, washers shall not be furnished. D. Unless otherwise specified on the drawings, bolts, nuts and lag screws should be galvanized square head. Carriage bolts shall have truss heads with square shoulder. Holes shall be either punched full size, drilled full size, or sub-punched and reamed. E. Anchor bolts, where applicable, shall be carefully installed to permit true positioning of the bearing assemblies. F. Framing anchors, where applicable, shall be sixteen (16) gauge, zinc-coated, corrosion resistant sheet steel. 2.03 GALVANIZING A. Galvanizing shall be performed after fabrication and prior to assembling component parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding, and riveting. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 3 B. Zinc used for galvanizing shall be grade Prime Western conforming to ASTM B-6. Zinc coating shall adhere tenaciously to the surface of the base metal, free from blisters and excess zinc. Coating shall be even, smooth and uniform throughout. Materials shall be galvanized by the hot-dip method or electrodepositing process. C. Minimum weight of coating shall conform to ASTM A-123 for steel bars, plates, grates, angle iron, posts, and shapes; and ASTM A-153 for bolts and screws. D. Method of repairing damaged galvanized surfaces shall be as approved by the Engineer. E. Contractor shall furnish certification that all galvanized requirements have been met. 2.04 TUBULAR STEEL FENCING, METAL GATES, STEEL STRAPS, AND RAILING A. Material shall be manufactured from coil steel having a minimum yield strength of 50,000 PSI. Steel shall be galvanized to meet the requirements of ASTM A-526 with a minimum zinc coating weight of nine-tenths (.90) ounces per square foot hot-dip process. B. Galvanized framework shall be subject to six (6) stage pretreatment/wash with zinc phosphate followed by an electrostatic spray application of a two (2) coat powder system. 1. The base coat is a thermosetting epoxy powder coating (gray in color) with a minimum thickness of two (2) to four (4) mils. 2. The top coat is a “no-mar” polyester powder coat finish with a minimum thickness of two (2) to four (4) mils. C. Color shall be as indicated in the details on the drawings. D. Coated galvanized framework shall have a salt spray resistance of 2,000 hours using ASTM B 117 without loss of adhesion. 2.05 STRUCTURAL STEEL TUBING A. Structural steel items shall conform to ASTM A-36. B. Steel grates for drainage basins shall have a load capacity of water. PART 3 – EXECUTION 3.01 GENERAL A. Workmanship shall be equal to the best general practice in steel fabricating shops. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 4 B. The use of particular methods and equipment shall be subject to the approval of the Engineer. This approval shall not relieve the Contractor of the responsibility for the safety of such methods and equipment, or for carrying out the work in full accordance with the drawings and specified herein. C. No fabricating, machining, cutting, welding, assembling, or painting shall be done without the Engineer’s knowledge. Any work done otherwise will be subject to rejection. D. The acceptance of any material or finished member by the Engineer shall not preclude the possibility of subsequent rejection if found to be defective. E. When requested by the Engineer, Contractor shall furnish a mill certified report containing the results of chemical and physical tests required by the ASTM specifications for the materials being fabricated. F. Parts shall be accurately assembled as indicated on the drawings. Materials shall be carefully handled to avoid damage. Hammering which will injure or distort members shall not be permitted. G. Portions of work exposed to view shall be finished neatly. Shearing, flame curing, and chipping shall be done carefully and accurately. All sharp corners and edges that are marred, cut or roughened during erection shall be slightly rounded by grinding or other means satisfactory to the Engineer. 3.02 PRODUCT DELIVERY AND HANDLING Protect materials from damage during shipping, handling and storage on the site. Steel showing dents, creases, deformations, weathering or other defects is not acceptable. 3.03 GENERAL FABRICATION REQUIREMENTS A. Conform to the approved submittals, reference standards as applicable to the Work, and the requirements herein. Fabricate and form the Work to meet actual installation conditions as verified at the site. B. Thoroughly wire brush material, clean of loose mill scale and rust, and straighten by methods that will not injure the steel prior to fabrication. Remove twist or bends after punching or working the component parts of a member before the parts are assembled. Produce finished members free from twists, bends and open joints when erected. C. Pin component parts of built-up members and rigidly maintain in close contact using clamps or temporary bolting during welding operations. Accurately mill compression bearing surfaces of joints depending on contact bearings or saw cut square to axis, or as detailed. Cut other joints straight and true. D. Provide members of sizes, weights, shapes and arrangement indicated, closely fitted and finished true to line and in precise position as necessary to allow proper joining Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 5 of parts in the field. Drifting to enlarge unfair holes is not allowed without prior approval. E. Hole burning to make or enlarge previous holes is allowed only with prior approval. Prepare required holes in structural steel members for attachment or passage of work of other trades. Where allowed, steel may be punched one-sixteenth inch (1/16") larger than the nominal diameter of the bolt when thickness of the steel is equal to or less than the diameter of the bolt plus one-eighth inch (1/8"). Where the steel is thicker than the diameter of the bolt plus one-eighth inch (1/8"), the holes shall be drilled or sub-punched and reamed. Diameter of sub-punched holes, and the drill for sub-drilled holes, shall be one-sixteenth inch (1/16") smaller than the nominal diameter of the bolt to be installed. Precisely located finish holes to ensure passage of all bolts through steel assemblies without drifting. Enlarge holes only by reaming. Poor matching of holes is cause for rejection. F. Punch and drill or ream the holes in base and bearing place. Do not make or enlarge the holes by burning except for grouting holes in column bases. G. Use of a cutting torch is allowed where the metal being cut is not stressed during the operation, and provided stresses are not transmitted through a flame-cut surface. Make gas cuts with a smooth regular contour. Deduct one-eighth inch (1/8") from the width of gas cut edges to determine the effective width of members that are gas cut. Make the radium of reentrant gas cuts as large as possible, but one inch (1") minimum. 3.04 BOLTS, NUTS and FASTENERS A. Holes shall be either punched full size, drilled full size, or sub-punched and reamed. Finish holes shall be cylindrical, perpendicular to the plane of the connection and one-sixteenth inch (1/16”) larger than the nominal diameter of the bolt; free of burrs, fins, sharp edges and hole irregularities which would prevent solid seating of the parts. B. Anchor bolts shall be carefully installed to permit true positioning of the bearing assemblies. 3.05 WELDING A. Conform to AWS Dl.1, as modified by referenced AISC Standards, and as indicated on the drawings. Employ certified welding operators who are thoroughly trained and experienced in arc welding and produce uniformly reliable groove and fillet welds in flat, vertical and overhead positions, and make neat and consistent welds. Weld structural steel joints by the shielded electric-arc method unless otherwise shown or specified. B. Grind exposed welds subject to contact to smooth surfaces free of holes slag or other defects, flush with the adjoining surfaces. No finish treatment is required for permanently concealed welds and other exposed welds. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 6 C. Coating of low-hydrogen type electrodes shall be thoroughly dry when used. Use electrodes as taken from hermetically sealed packaged within four (4) hours of the time the package is opened. Electrodes not used with this four (4) hour period, and electrodes that have been exposed more than one (1) hour to air having a relative humidity of seventy-five percent (75%) or greater, shall be dried for at least two (2) hours at a temperature of 200° to 250°F before they are used, or shall be reconditioned according to the manufacturer's recommendations. Electrodes so dried or reconditioned not used within four (4) hours after drying is completed shall be redried before use. Electrodes of any class that have been wet shall not be used under any conditions. D. Clean surfaces to be welded of paint, grease, oil mill scale and all foreign matter. Clean weld each time the electrode is changed. Chip entire surface of hand-guided and controlled flame-cut edges before welding. Surfaces prepared with automatic or mechanically guided and controlled equipment. need not be ground or chipped before welding. E. During assembling and welding, hold components of a built-up member with adequate clamps or other means to keep parts straight and in close contact. Do no welding in wind until adequate protective screening has been set up. Cut out defective welds or parts of welds with a chisel or air arc and replace. F. Completed welds shall be wire brushed and shall show uniform section, smoothness of welded metal, feather edges without undercuts or overlays, and freedom from porosity and inclusions. Visual inspection at edges and ends of fillet welds shall show good fusion and penetration into base metal. G. All steel shall be hot dip -galvanized after fabrication. H. Open field welds shall be cleaned and treated with a cold-galvanized compound. 3.06 TUBULAR STEEL FENCING, METAL GATES, AND RAILING A. Contractor shall submit detail shop drawings indicating material thickness, type grade, and class; dimension; construction details; and other pertinent data for review and approval by Engineer prior to fabrication. Drawings shall include catalog cuts, erection details, manufacturer’s descriptive data and installation instructions and templates. B. Contractor shall provide a full size sample, complete as required for installation, for review and approval by Engineer prior to installation. C. Contractor shall verify all measurements and shall take all field measurements necessary before fabrication. Exposed fastenings shall be compatible materials, shall generally match in color and finish, and shall harmonize with the material to which fastenings are applied. Materials and parts necessary to complete each item, even though such work is not definitely shown or specified, shall be included. Poor matching of holes for fasteners shall be cause for rejection. Fastenings shall be concealed where practicable. Thickness of metal and details of assembly and Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 METAL FABRICATIONS 055000 - 7 supports shall provide strength and stiffness. Joints exposed to the weather shall be formed to exclude water. D. Where dissimilar metals are in contact, or where aluminum is in contact with concrete, mortar, masonry, wet or pressure-treated wood, or absorptive materials subject to wetting, the surfaces shall be protected with a coat of bituminous paint or asphalt varnish. E. Anchorage shall be provided where necessary for fastening metal fabrication items securely in place. Anchorage not otherwise specified or indicated shall include slotted inserts made to engage with the anchors, expansion shields, and power- driven fasteners when approved for concrete; toggle bolts and through bolts for masonry; machine and carriage bolts for steel; and lag bolts and screws for wood. 3.07 ERECTION OF STRUCTURAL STEEL A. Brace and secure structural steel until permanent connections are completed. Provide accessories and fasteners to secure steel in place as indicated and required. Conform to Code, AISC Standards, and erection and bracing plan and procedure. B. During erection, straighten or replace members which are bent, twisted or damaged. C. Furnish and deliver anchor bolts with setting drawings and templates. Verify position of bolts prior to delivery of steel; report all errors or deviation for correction. D. Maintain steel in correct position during welding and bolting, and provide for dead loads, wind and all erection stresses. Do no final bolting until members have been aligned and plumbed. E. Tighten and upset bolt threads to preclude loosening, or use approved self-locking nuts. 3.08 FIELD TOUCH-UP PAINTING Galvanized surfaces that are abraded or damaged after zinc coating application shall be thoroughly striped and cleaned and repaired by a collating of “galvalloy” or approved equal. Finish coat to match existing finish. END OF SECTION Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 1 SECTION 099113 ANTI-GRAFFITI COATING PART 1 - GENERAL 1.01 Anti-Graffiti Coating Summary: A. Description: This section includes the application of graffiti resistant coatings to protect above grade, vertical masonry, concrete surfaces, and signs. 1. “Coatings” as used herein means all graffiti resistant coating system materials, including base coatings and top coatings required to achieve the performance requirements of this section. a. Included: i. Clear (transparent) graffiti resistant coating ii. Water repellant sealer 1.02 References: A. ASTM D 2369-92 – Test method for volatile organic content of coatings. B. ASTM D 3960-93 – Practice for volatile organic compound (VOC) content of paints and related coatings. 1.03 Submittals: A. Product Data: In accordance with the provisions of submittal section, submit complete manufacturer’s literature and specifications, include complete lists of materials proposed for use, giving the manufacturers name, product numbers, and product information sheets for each specific item. Submit description for protection of surrounding areas and non-masonry surfaces, surface preparation, application, and final cleaning. B. Maintenance Requirements: Submit manufacturer’s instructions for graffiti removal procedures. C. Application and Safety: Submit manufacturer’s recommendation methods of installation including limitations, safety and environmental cautions, and material safety data sheets. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 2 1.04 Quality Assurance A. Applicator Qualifications: 1. Applicator must be trained by manufacturer on application of protective coating, safety practices, clean up, removal of graffiti and ongoing maintenance of coating. 2. Outside applicator must be experienced applicator and have a history of successful applications within the past two years. Applicator must use skilled workers who are trained, experienced, and familiar with the specific requirements and methods of similar products. B. Performance Requirements: 1. Graffiti resistant coating shall be a permanent coating. Products shall not require reapplication after removal for life of the warranty period provided that the manufacturer’s specifications for removal have been followed throughout the life of the coating. 2. Product must be available to suit architectural aesthetics of substrate and must come in clear with a satin or gloss finish. 3. Coatings and removal products must have been in commercial use for a period of not less than five (5) years. 1.05 Environmental Regulations A. Comply with the California Code of Regulations Title 24. B. Comply with all applicable Federal, State, and local codes and regulations. C. All products must not contain VOC (zero VOC), solvents or odors for the air quality management district where application takes place. Where those requirements conflict with this specification, comply with the more stringent provisions. D. Reduction must be water. E. Clean up with thinners and solvents. MEK, toluene, xylene will not be approved. 1.06 Test Panels Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 3 A. Before full-scale application, review the manufacturer’s product data sheet and apply sealer and graffiti resistant coating to test panels to determine number of applications, coverage rates, mils thickness, compatibility, effectiveness, surface preparation, application procedures and desired results. Final specifications will be determined by this procedure. B. Apply sealer and graffiti resistant coating to test panels in accordance with manufacturer’s written instructions. Allow 48 hours or until test panels are thoroughly dry and tack free before evaluating final appearance and results. Do not begin full-scale application until test panels are reviewed and accepted by project official, architect, manufacturer, applicator and the construction manager. C. Test Panel Requirements: 1. Size: minimum 4 feet each or as determined by project coordinator. 2. Locations: as determined by project coordinator. 3. Numbers: as required to completely test each sealer and graffiti resistant coating with each typical substrate to be protected. a. Test panel shall be tested in accordance with the performance of this section for the removal of all graffiti from the coating. Removal agent shall also be demonstrated to the satisfaction of the section. b. No evidence of ghosting, shadowing or staining shall remain after removal provided that all manufacturer’s recommendations have been followed with regard to application of the coating and removal process. D. Apply the system as specified in a designated area. This will serve an indication that the applicator can provide acceptable results and will be used as the standard for the rest of the work. E. Retain and protect test panels approved by project manager in undisturbed condition during the work of this section, to be used as a standard for judging the graffiti resistance coating work. 1.07 Delivery, Storage, and Handling A. Delivery: Deliver materials to site or specified address in manufacturer’s original, unopened containers and packaging, bearing the manufacturer’s label with the following information: 1. Name or title of material Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 4 2. Manufacturer’s stock number and date of manufacturing (batch number) 3. Manufacturer’s name 4. Contents by volume and weight 5. Application/instructions 6. Technical specifications 7. Color name number (if applicable) B. Storage and Handling: 1. Store materials not in actual use, except those materials already catalyzed, in tightly covered containers. Maintain containers used in storage of paint in clean condition, free of foreign materials and residue. 2. Do not allow material to freeze. Protect from freezing where necessary, containers should be protected from prolonged exposure to hear or sunlight. Materials should be stored in an environment between 45 and 75 degrees Fahrenheit. 3. Keep storage area neat and orderly. Remove flammable rags and waste daily. Take all precautions to ensure that workman and work areas are adequately protected from the fire hazards and health hazards from handling, mixing, and application of paints. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 5 1.08 Project Conditions A. Apply Okon PLGR-5 CMU water repellant as base coat to provide water repellant surfaces, control pH and for overall aesthetics of surface. Follow manufacturer’s directions for application. B. Apply SCR 3 clear gloss top coat only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 90 degrees Fahrenheit. Allow first coat to dry before applying second coat. Do not apply wet on wet. C. Do not apply topcoat when relative humidity exceeds 80%. Do not apply earlier than 24 hours after rain or if rain is predicted for a period of 12 hours after application, unless otherwise indicated by manufacturer’s written instructions. D. Do not apply to frozen substrates. Allow adequate time for substrate to thaw, if freezing conditions exist before application. E. Do not apply under windy conditions such that graffiti control coating may be blown to surfaces not intended to be treated. 1.09 Maintenance Products A. Extra Products: Furnish O.C. Parks Project Coordinator with the following extra products: 1. Graffiti Resistant Coating: 1 gallon 2. Graffiti Removal Agent: 1 gallon 1.10 Warranty A. Warranty shall cover the original purchaser for a period of up to ten (10) years from the date of purchase. B. Manufacturer shall warrant the removal of all graffiti defacement, chemical staining, ghosting, shadowing and normal environmental effects, without exception, and will retain reasonable gloss and color stability so long as product is applied and maintained according to manufacturer’s recommendations. PART II-PRODUCTS 2.01 Manufacturers A. Design is based on products manufactured by: Genesis Coating Incorporated in California (800) 533-4273 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 6 2.02 Graffiti Control Coatings A. Graffiti control coating must be tested and approved by the Project Coordinator. B. Graffiti control coating must have the capability of having all types of paints and graffiti materials (currently known to the public) completely removed without damaging both the coating and the substrate when removed according to manufacturer’s written recommendations. C. Removal agent shall be non-toxic and have a PH level between 7 and 8.5. After removal is complete, no evidence of graffiti shall be present when used in accordance with manufacturer’s written recommendations. D. The removal of graffiti materials shall not cause a change in appearance of the treated surface for the period of the warranty when removal is completed in compliance with manufacturer’s written recommendations. E. The graffiti control coating should follow the technical data as listed below: 1. Resin type of graffiti control coating should be aliphatic polyurethane. 2. Percent solids of mixed material should equal: a) Percent Solids by Weight: Clear 60%/Pigmented=66% (mixed) b) Percent Solids by Volume: Clear=58%/Pigmented=64% (mixed) 3. Specific gravity should equal 1.05. 4. Pot life of mixed material should be between 1.5 to 2 hours. 5. Full cure of applied material should be between 3 to 5 days depending on temperature and humidity. 6. Graffiti control coating should be a two component coating system. 7. Graffiti control coating should be reducible with water. 8. Graffiti control coating should contain zero volatile organic compounds (VOC). PART III-EXECUTION 3.01 EXAMINATION A. Prior to the commencement of the Work of this Section, applicator must examine areas and conditions where graffiti control coating is to be applied. Applicator must notify Contractor in writing of conditions detrimental to proper and timely completion. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to the applicator. B. Starting if coating Work will be construed as applicator’s acceptance of the surfaces and conditions in any particular area. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 7 C. Do not apply over dirt, rust, scale, grease, moisture, or conditions otherwise detrimental to formation of durable paint film as discussed in manufacturer’s technical specifications. 3.02 Protection A. Protect surrounding areas, landscaping, building occupants, pedestrians, vehicles, and non masonry surfaces not designated for protection during the Work from graffiti resistant coatings, masonry or concrete cleaners if used, residues, rinse water, fumes, wastes, and effluents in accordance with manufacturer’s written specifications. B. Cover finished work and materials of all other trades that may be affected by work of the Section during coating application. Protect all surrounding adjacent areas from overspray. C. Divert and protect pedestrian and vehicle traffic. 3.03 Surface Preparation A. General: Perform preparation and cleaning procedures in accordance with coating manufacturer’s instruction and as herein specified for each particular substrate condition. 1. Clean surfaces to be painted before applying coating or surface treatments. Remove oil , grease, and other surface contaminants prior to mechanical cleaning. Program cleaning and painting so that contaminants from the cleaning process will not fall onto wet, newly surfaces. B. Repair, patch, and fill all cracks, voids, defects, and damaged areas in surface as approved by Construction Manager. Allow repair materials to cure completely before application of graffiti resistant coatings. C. Apply compatible sealant and caulking and allow to cure completely before application of graffiti resistance coating. D. Seal all open joints E. Apply new construction substrates to properly cure before graffiti control. Properly clean the new substrates as specified in manufacturer’s technical data. 3.04 Application of Graffiti Control Coating A. General: Apply sealer and graffiti resistant coating in accordance with manufacturer’s directions. Review material safety data sheets prior to use of material. Use application techniques best suited for substrate and type of material to be applied. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 8 B. Applicator must know the substrate that is to be coated and understand the porosity, texture, and general conditions that will be present during the application to provide a correct bid and choose correct product acquisition. C. Anti-graffiti coating must be reducible with clean, fresh water at a rate of 5%-20% depending on applications. D. Don not mix two-component coating at any other rate than the ratio supplied by the manufacturer. E. Applicator must use caution when spraying materials. Applicator should wear OSHA approved respirator with organic vapor cartridge. Avoid over-spray and spillage. Mark all windows, move vehicles, cover air intakes, cover vegetation, and warn pedestrians prior to spraying. Applicator must make sure there is proper ventilation. F. Do not apply in windy conditions. G. Applicator shall do a test sample prior to application to confirm aesthetics, compatibility and coverage. Project Coordinator, architect and the construction manager must indicate acceptance of the test sample and sign off prior to full application. H. Apply material between 50 degrees and 90 degrees Farenheit with a relative humidity not to exceed 80%. 3.05 Application Rates A. Use Okon PLGR-5 CMU Water Repellant sealer to achieve a proper profile for a pinhole free, continuous coating. Allow sealer to cure based on product manufacturer’s direction. B. Allow approximately 6-8 hours, or until tack free, dry time between each coat of GCR 3 Clear Top Coat. Full cure of material is approximately 3-5 days. Temperature and humidity will affect and cure time of graffiti control coating. C. Typically apply 2 mils dry (3-5 wet mil, do not exceed 7 wet mils) per coat to achieve optimal performance, however it is mandatory to determine the acceptable mils thickness for each specified job. D. Mark time of application to establish pot life of material. Typical pot life is 1.5 to 2 hours depending on temperature and humidity. Exposure to direct sunlight, heat, or high humidity will decrease pot life of the material. Discard material after 2.5 hours. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 9 E. Product should not be mixed with other products or containers of GCP 1000 Do not mix partial kits. F. Follow manufacturer’s specified mixing instructions and dwell time charts. Never add water directly to activator or unanalyzed polyol. G. Apply coating in a crosshatch pattern. One vertical pass and on horizontal pass are considered one coat. H. Spray applications are recommended by manufacturer for optimal coverage and appearance. Material sets up quickly and pulls easily, use caution when backrolling. I. Coverage rates are affected by porosity, texture, method of application and environmental conditions. Average coverage rates should be approximately 250 top 280 sqaure feet per gallon per coat. Application will require two coats of material. Coverage rates for extremely porous surfaces will be substantially lower than normal rates. Applicator should establish coverage rates for job under these conditions. Do not use universal spec to determine coverage. J. More material is not better. Over application will result in microblistering, poor adhesion , and blushing. 3.06 Graffiti Removal A. Use manufacturer’s recommended graffiti remover for the specific system. B. Spray vandalized area, allow 1-3 minutes before aggravating with a soft bristle brush or sponge. C. Wash graffiti off with damp towels or pressure washer (1500psi) 3.07 Cleaning, Touching Up and Refinishing A. General: Clean equipment immediately with solvents. Do not allow catalyzed material to stay in hoses beyond pot life. Clean material on shin and hair immediately with industrial soap and water. B. Carefully remove all splatters, spots, and blemishes caused by work of this Section. C. Upon completion of the Work, remove all rubbish, cans, and accumulated materials resulting from the Work. All areas must be left in a clean and orderly condition. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 ANTI-GRAFFITI COATING 099113 - 10 D. Runs, sags, misses, holidays, stains and other defects ion the coated surface, including inadequate coverage and mil thickness, will be satisfactorily touched up or refinished. 3.08 Field Quality Control B. Inspection: Inspect the graffiti resistant coating Work with the construction manager, applicator, Project Coordinator and manufacturer’s representative, and compare with test panel results accepted by all of the above. END OF SECTION Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 1 Copyright 2013 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Revise this Section by deleting and inserting text to meet Project-specific requirements. Verify that Section titles referenced in this Section are correct for this Project's Specifications; Section titles may have changed. PART 10 - GENERAL 10.1 SUMMARY A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 10.2 ACTION SUBMITTALS A. Product Data: For each type of product. 10.3 INFORMATIONAL SUBMITTALS Retain "Field quality-control reports" Paragraph below if Contractor is responsible for field quality-control testing and inspecting. A. Field quality-control reports. PART 11 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 11.1 CONDUCTORS AND CABLES A. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. B. Conductor Insulation: 75 degree C only, comply with NEMA WC 70/ICEA S-95-658 for THHN/THWN-2. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 2 C. Multiconductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for armored cable, Type AC, metal-clad cable, Type MC with ground wire. D. VFC Cable: 1. Comply with UL 1277, UL 1685, and NFPA 70 for Type TC-ER cable. Retain one shield option in first subparagraph below. 2. Type TC-ER with oversized crosslinked polyethylene insulation, spiral-wrapped foil plus 85 percent coverage braided shields and insulated full-size ground wire and sunlight- and oil-resistant outer PVC jacket. 11.2 CONNECTORS AND SPLICES A. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. 11.3 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. PART 12 - EXECUTION 12.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger, except VFC cable, which shall be extra flexible stranded. 12.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS This article provides examples of application requirements for conductors and cables. Revise to retain wiring methods for various environments in Project. Add other methods if required. Revise conductor insulation and cable type designations to suit Project conditions, authorities having jurisdiction, and practice. See NFPA 70 and UL's "Electrical Construction Equipment Directory" for additional application information about conductor sizes, insulation temperature ratings in cables, and product-use classifications and restrictions. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 3 See the Evaluations for use of Type MI cable as service entrance conductor inside a building. A. Service Entrance: Type THHN/THWN-2, single conductors in raceway. B. Exposed Feeders: Type THHN/THWN-2, single conductors in raceway. Coordinate "Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground" Paragraph below with Section 260543 "Underground Ducts and Raceways for Electrical Systems." C. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway. Coordinate "Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground" Paragraph below with Section 260543 "Underground Ducts and Raceways for Electrical Systems." D. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN/THWN-2, single conductors in raceway. E. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application. Retain one shield option with Type TC-ER cable in "VFC Output Circuits" Paragraph below. F. VFC Output Circuits: Type XHHW-2 in metal conduit. 12.3 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. B. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. C. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway. E. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 4 12.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. Retain subparagraph below if aluminum conductors are specified. 1. Use oxide inhibitor in each splice, termination, and tap for aluminum conductors. C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. 12.5 IDENTIFICATION A. Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 12.6 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Provide EYS conduit seals in wet locations and where required by Municipality. 12.7 FIRESTOPPING A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. 12.8 FIELD QUALITY CONTROL A. Perform the following tests and inspections: Performing NETA tests on all conductors and cables can be expensive. Consider limiting testing to a certain group of conductors, such as service entrance and feeder conductors, or to those conductors feeding critical equipment and services. To require all conductors and cables to be tested, delete options in first subparagraph below. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 5 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. Delete first subparagraph below if deleting options in subparagraph above. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. Consider the cost and benefit of infrared scanning of cable and conductor splices before retaining "Infrared Scanning" Subparagraph below. B. Test and Inspection Reports: Prepare a written report to record the following: 1. Procedures used. 2. Results that comply with requirements. 3. Results that do not comply with requirements and corrective action taken to achieve compliance with requirements. See Section 014000 "Quality Requirements" for retesting and reinspecting requirements and Section 017300 "Execution" for requirements for correcting the Work. C. Cables will be considered defective if they do not pass tests and inspections. END OF SECTION 260519 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Revise this Section by deleting and inserting text to meet Project-specific requirements. Verify that Section titles referenced in this Section are correct for this Project's Specifications; Section titles may have changed. NFPA 70 and IEEE C2 include basic grounding requirements for electrical safety. This Section supplements those requirements with additional grounding requirements and with optional grounding methods and materials for both power and electronic systems that go beyond basic minimum safety requirements. PART 13 - GENERAL 13.1 SUMMARY A. Section includes grounding and bonding systems and equipment. 13.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated. PART 14 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 14.1 MANUFACTURERS A. Burndy or approved equal 14.2 SYSTEM DESCRIPTION A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with UL 467 for grounding and bonding materials and equipment. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 2 14.3 CONDUCTORS Retain "Insulated Conductors" Paragraph below to require one of the two preferred conductor materials permitted by NFPA 70; delete to allow Contractor to use any material that complies with Code. See "Grounding Products" Article in the Evaluations for discussion on alternative materials. A. Insulated Conductors: tinned-copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. Sizes and types of conductors in four subparagraphs below are typical examples. 28-kcmil bonding cable in "Bonding Cable" Subparagraph below is slightly larger than No. 6 AWG. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 14.4 CONNECTORS A. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy. C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless exothermic-type wire terminals, and long-barrel, two-bolt connection to ground bus bar. 14.5 GROUNDING ELECTRODES Grounding electrodes include ground rods, metal underground water pipes, metal building frames, concrete-encased electrodes, and pipe and plate electrodes. Retain "Applications" and "Installation" articles to specify where these items are required; coordinate with Drawings. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 3 Copper-clad steel ground rods are the most common grounding electrode. See Evaluations for discussion on alternative materials. Sectional rods are used when electrodes longer than 10 feet (3 m) are required. A. Ground Rods: Copper-clad steel 5/8 inch by 10 feet in length. PART 15 - EXECUTION 15.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. Coordinate "Underground Grounding Conductors" Paragraph below with Drawings and with Section 260543 "Underground Ducts and Raceways for Electrical Systems." B. Underground Grounding Conductors: Install bare tinned-copper conductor, No. 6 AWG minimum. 1. Bury at least 30 inches below grade. C. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 15.2 GROUNDING AT THE SERVICE A. Equipment grounding conductors and grounding electrode conductors shall be connected to the ground bus. Install a main bonding jumper between the neutral and ground buses. 15.3 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. Grounding practices of the local utility company may differ from requirements in "Grounding Manholes and Handholes," "Grounding Connections to Manhole Components," and "Pad-Mounted Transformers and Switches" paragraphs below. Although grounding specified in this article is not for the utility company's use and does not have to comply with its standards, it is possible the utility company may be requested to repair or maintain the line in the future. For this reason, it may be desirable to design some grounding features according to the utility company's Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 4 standards. Utility companies, for economic reasons, often design to a standard lower than what is appropriate for Project requirements. Alternatively, because of their experience with conditions in their service area, utility companies may design to a higher standard than is required by Code. In addition to Project requirements, evaluate the local utility company's practices and revise paragraphs accordingly. This evaluation is particularly important if Project's underground lines connect with utility lines. Coordinate with Drawings and with Section 260543 "Underground Ducts and Raceways for Electrical Systems." B. Grounding Handholes: Install a driven ground rod through handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before handhole is placed and provide bare, tinned-copper conductor in size as indicated on plans from ground rod into handhole through a waterproof sleeve in handhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout. Retain and revise "Pad-Mounted Transformers and Switches" Paragraph below to exceed NFPA 70 requirements. If concrete pad is for equipment to be supplied by utility company, revise paragraph to comply with utility company's grounding standards or delete and detail on Drawings. C. Pad-Mounted Transformers and Switches: Install two ground rods separated by no less than 6’-0” at the transformer pad. Ground pad-mounted equipment and noncurrent- carrying metal items associated with electrical by connecting them to underground cable and grounding electrodes. Install tinned-copper conductor not less than No. 2 AWG for taps to equipment grounding terminals. 15.4 EQUIPMENT GROUNDING NFPA 70 permits two types of equipment grounding conductors: metallic raceway or cable sheath that encloses supply conductors, and a separate grounding conductor of insulated wire or cable installed with supply conductors. Installation of a separate insulated equipment grounding conductor provides an additional degree of safe operation when compared to relying on raceway or cable sheath for ground continuity. NFPA 70 requires separate insulated equipment grounding conductors in some situations and not in others. Retain and revise one of first two paragraphs below to require insulated equipment grounding conductors that exceed NFPA 70 requirements. Coordinate with Drawings. A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: Retain applicable subparagraphs below. 1. Feeders and branch circuits. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 5 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal-clad cable runs. 8. Busway Supply Circuits: Install insulated equipment grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway. "Poles Supporting Outdoor Lighting Fixtures" Paragraph below may supplement equipment grounding conductor and may be in excess of NFPA 70 requirements. Retain if necessary and coordinate with Drawings. C. Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors. See Evaluations for discussion of fence grounding. 15.5 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Rods: Drive rods until tops are 2 inches below finished floor or finished grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposed steel or damaging coating if any. Retain subparagraph below if grounding installation requirements are not detailed on Drawings. Subparagraph exceeds NFPA 70 requirements. 2. For grounding electrode system, install at least two rods spaced at least 6’ laterally from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. Retain "Test Wells" Paragraph below to require test wells; delete if detailed on Drawings. C. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Section 260543 "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for adjacent each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 6 D. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp. If connections specified in "Grounding and Bonding for Piping" Paragraph below circumvent dielectric fittings intended to isolate interior piping systems from ground, other action may be necessary to prevent electrolytic corrosion. E. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug-type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each above ground portion of gas piping system downstream from equipment shutoff valve. 15.6 FIELD QUALITY CONTROL A. Perform tests and inspections. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. END OF SECTION 260526 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-1 SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 16 - GENERAL SCHEDULE 0 - SECTION INCLUDES PRODUCT DATA SHEET 0 - Equipment Labels and Tags. PRODUCT DATA SHEET 1 - Conduit and Cable Markers and Tags. PRODUCT DATA SHEET 2 - Warning Label Signs and Tags. PRODUCT DATA SHEET 3 - Switch Plates. PRODUCT DATA SHEET 4 - Underground Warning Tape. SCHEDULE 1 - REFERENCES PRODUCT DATA SHEET 0 - ASME A13.1 - Scheme for the Identification of Piping Systems. PRODUCT DATA SHEET 1 - NFPA 70 National Electrical Code. PRODUCT DATA SHEET 2 - NFPA 99 Health Care Facilities Code. PRODUCT DATA SHEET 3 - 29 CFR 1910.144 Safety color code for marking physical hazards PRODUCT DATA SHEET 4 - 29 CFR 1910.145 Specifications for accident prevention signs and tags. PRODUCT DATA SHEET 5 - ANSI Z535.4 for safety signs and labels. PRODUCT DATA SHEET 6 - NEC 630.31 Photovoltaic Labeling PRODUCT DATA SHEET 7 - NEC 690 Photovoltaic Labeling SCHEDULE 2 - SUBMITTALS PRODUCT DATA SHEET 0 - Submit in book format per electrical requirements. PRODUCT DATA SHEET 1 - Product Data: Manufacturer's data sheets on each product to be used, including: 16.1 Preparation instructions and recommendations. 16.2 Storage and handling requirements and recommendations. 16.3 Installation instructions. PRODUCT DATA SHEET 2 - Shop Drawings: Submit electrical identification schedule including list of wording, symbols, letter size, color coding, tag number, location, and function.. PRODUCT DATA SHEET 3 - Closeout Submittals: Record actual as built locations of tagged devices and update schedules accordingly. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-2 SCHEDULE 3 - QUALITY ASSURANCE PRODUCT DATA SHEET 0 - Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum five years documented experience PRODUCT DATA SHEET 1 - Installer Qualifications: Company specializing in performing Work of this section with minimum five years documented experience. PRODUCT DATA SHEET 2 - Requirements: Comply with the following Standards: 16.1 ASME A13.1 for color scheme, lettering size, length of color field, and viewing angles of identification devices. 16.2 NFPA 70 National Electrical Code. 16.3 NFPA 99 Health Care Facilities Code. 16.4 29 CFR 1910.144 Safety color code for marking physical hazards 16.5 29 CFR 1910.145 Specifications for accident prevention signs and tags. 16.6 Comply with ANSI Z535.4 for safety signs and labels. 16.7 NEC 630.31 Photovoltaic Labeling 16.8 NEC 690 Photovoltaic Labeling SCHEDULE 4 - DELIVERY, STORAGE, AND HANDLING PRODUCT DATA SHEET 0 - Store products in manufacturer's unopened packaging with labels clearly identifying product name and manufacturer until ready for installation. PRODUCT DATA SHEET 1 - Storage: Store materials in clean, dry area indoors until ready for installation. PRODUCT DATA SHEET 2 - Handling: Protect materials and finish from damage during handling and installation. SCHEDULE 5 - SEQUENCING PRODUCT DATA SHEET 0 - Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied SCHEDULE 6 - PROJECT CONDITIONS PRODUCT DATA SHEET 0 - Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 17 - PRODUCTS SCHEDULE 0 - MANUFACTURERS PRODUCT DATA SHEET 0 - Must be listed for intended use by U.L. or other approved testing laboratory. PRODUCT DATA SHEET 1 - Substitutions: Not permitted. PRODUCT DATA SHEET 2 - Requests for substitutions will be considered in accordance with provisions of Section 01 60 00 - Product Requirements. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-3 SCHEDULE 1 - ELECTRICAL IDENTIFICATION GENERAL PRODUCT DATA SHEET 0 - General: Provide manufacturer's standard products of categories and types required for each application specified. For each identification type, provide all products from same manufacturer with same text, style, color, shape, and other identification features. 17.1 Provide nameplates with the unit number on all electrical equipment. 17.2 Provide electrical system identification labels with service indicated. All labels shall have background colors matched with specific service designation. 17.3 Coordinate names, abbreviations and other designations used in electrical identification work with corresponding designations shown, specified or scheduled. 17.4 Provide numbers, lettering and wording as indicated or, if not otherwise indicated, as recommended by manufacturer or as required for proper identification and operation/maintenance of electrical system and equipment. 17.5 Comply with ANSI A13.1 pertaining to minimum sizes for letters and numbers. SCHEDULE 2 - EQUIPMENT LABELS AND TAGS PRODUCT DATA SHEET 0 - Engraved Plastic Electrical Control Panel and Equipment Tags: 17.1 Construction: Engraving plastic with either mounting holes or an adhesive backing. A. 2 ply, 1/16 inch B. 3-ply 1/16 inch 17.2 Colors: A. White letters on Black B. White letters on Green C. White letters on Red D. White letters on Blue E. Black letters on Yellow F. Black letters on Orange G. Black letters on White PRODUCT DATA SHEET 1 - MS-264 Engraved Plastic Electrical Control Panel and Equipment Tags: 17.1 Construction:Fire retardant polymer. Meets 1012 OHMS/square meter electrical resistivity and UL 94 V0. Tags are RoHS compliant and can be used as a replacement for phenolic. A. 2 ply, 1/16 inch B. 2 ply, 1/8 inch C. 3 ply, 1/8 inch D. 3 ply, 1/16 inch 17.2 Colors: A. White letters on Black B. White letters on Green C. White letters on Red D. White letters on Blue E. Black letters on Yellow F. Black letters on Orange G. Black letters on White Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-4 PRODUCT DATA SHEET 2 - MS-900 Self-Adhesive Electrical Control Panel and Equipment Labels: 17.1 Construction: Premium grade vinyl with acrylic pressure-sensitive adhesive. 17.2 Colors: Labels are available in all standard safety colors and a full range of text sizes. 17.3 Option: Available with MS-1000 Protective Top Laminate PRODUCT DATA SHEET 3 - MS-478 Polyester Electrical Control Panel and Equipment Labels with MS-1000 Protective Top Laminate: 17.1 Construction: Labels are 2 mil. thick polyester with a MS-1000 Protective Top Laminate. Labels tare chemical and abrasion resistant, extremely durable. 17.2 Colors: Available in a full range of color and quantity options. 17.3 Labels are guaranteed against fading for five years. PRODUCT DATA SHEET 4 - MS-215 Max-Tek Rigid or Flexible Electrical Control Panel and Equipment Tags: 17.1 Construction: 17.2 Top layer is hard coated polycarbonate that provides excellent resistance to process chemicals, protection from high impact and functions as a UV filter to prevent fading. 17.3 Colors: Available in a full range of color combinations and text sizes. Tags can be cleaned easily and mount with either pre-applied adhesive or mechanical fasteners. Custom sizes and shapes can be ordered. 17.4 Thicknesses: A. RIgId: .113 inch thick for flat sign requirements B. FlexIble: .035 inch thick mounts on curved surfaces PRODUCT DATA SHEET 5 - Black Enamel Aluminum Electrical Control Panel and Equipment Tags: 17.1 These highly durable, scratch resistant plates can be used indoors or outdoors and provide superior contrast for maximum legibility. Tags are available with either an adhesive backing or prepunched 3/16 inch mounting holes (two side holes for 1 inch by 3 inch and 2 inch by 4 inch tags; four corner holes for 4 inch by 6 inch size). PRODUCT DATA SHEET 6 - Type 316 Stainless Steel Electrical Legend Plates, Control Panels, Equipment Tags and Rotary Switches: 17.1 Construction: 17.2 Laser-etched stainless steel equipment identification tags. The chemical reaction that takes place during the etching process results in the blackened text becoming part of the tag, eliminating any potential flaking or fading. 17.3 Tags are available with mounting holes. PRODUCT DATA SHEET 7 - Legend Plates for Rotary Switches: 17.1 Construction: 1/16 inch engraved plastic. 17.2 Colors: A. Red with contrasting text. B. Black with contrasting text. SCHEDULE 3 - CONDUIT AND CABLE MARKERS AND TAGS PRODUCT DATA SHEET 0 - General: Comply with ANSI A13.1 for minimum size of letters Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-5 for legend and for minimum length of color field for each raceway size. 17.1 Provide labels for above ground cable and conduit located indoors, and not exposed to sunlight or a harsh environment. 17.2 Pre-printed, color-coded, with lettering indicating service, and showing flow direction. 17.3 Lettering shall be sub-surface printed and protected from direct contact by a layer of plastic. Markers with surface printed lettering will not be accepted. PRODUCT DATA SHEET 1 - Cable Tray Markers: 17.1 MS-900 cable tray Markers: Markers conform to the shape of the tray and are made from premium grade vinyl with acrylic pressure-sensitive adhesive 17.2 MS-478 Polyester with MS-1000 Protective Top Laminate Cable Tray Markers: MS-478 Self-Adhesive Labels for identifying smooth sided cable trays. Constructed of pre-printed 2 mil thick polyester, that are top laminated with clear protective over- laminate film 17.3 MS-215 Max-Tek cable tray Markers: Constructed of printed graphics sealed between layers of chemical resistant plastic. Top layer is hard coated polycarbonate that provides excellent resistance to process chemicals, protection from high impact and functions as a UV filter to prevent fading of printing and graphics. PRODUCT DATA SHEET 2 - Coiled Data Cable and Conduit Identification MS-970 Coiled, semi rigid plastic formed to cover full circumference of cable or conduit and to attach without fasteners or adhesive in contact with the cable or conduit surface. 17.1 Cable and Conduit Identification Color Schedule: Service Lettering Color Background Color Normal Power White Green Critical Branch Black Yellow Life Safety White Purple Fire Alarm White Red Communications White Blue Low Voltage White Black PRODUCT DATA SHEET 3 - Coiled Data Cable and Conduit Identification (Outdoor): Constructed of printed 5 mil (0.005 inch) polyester and top laminated with MS1000 clear ultra violet and chemical resistant plastic film that is pre-applied to an acrylic-faced, co- extruded ABS plastic carrier. Carrier shall have pre-formed legs running the entire length of the part to ensure marker remains straight and aligned. Coils are sized to fit completely around the circumference of the conduit and adhere to themselves. PRODUCT DATA SHEET 4 - Color Banding Tape: 17.1 MS-900 Color Banding Tape is a self-adhesive for conduit color coding. Tape is a premium grade vinyl and acrylic pressure-sensitive adhesive. 17.2 MS-900 TO Color Banding Tape with a protective top laminate for color coding in high sunlight areas. PRODUCT DATA SHEET 5 - Brass Cable and Conduit Tags: 17.1 Material: .032 inch (20 gauge) brass with a 3/16 inch hole for mounting. Top line 1/4 inch text with second line 1/2 inch number is standard. 17.2 Size: Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-6 A. 1-1/2 inches round. B. 1-1/2 inches square. C. 2 inches round. D. 2 inches square. PRODUCT DATA SHEET 6 - Stainless Steel laser-Etched cable Markers: 17.1 Material: Laser-etched 316 stainless steel with black text is permanently etched. Markers fasten with stainless steel straps. 17.2 Size: A. 3/8 inch by 2-1/2 inches. B. 1/2 inch by 3 inches. C. 3/4 inch by 3-1/2 inches. D. 1 inch by 4 inches. PRODUCT DATA SHEET 7 - Anodized or Raw Aluminum Cable and Conduit Tags: 17.1 Material: Laser-etched anodized aluminum tags of .032 inch (20 gauge) aluminum with a 3/16 inch hole for mounting. 17.2 Color: A. Orange B. Red C. White D. Yellow E. Black F. Green G. Blue 17.3 Size: A. 1-1/2 inches round. B. 1-1/2 inches square. C. 2 inches round. D. 2 inches square. PRODUCT DATA SHEET 8 - Engraved Plastic Cable and Conduit Tags: 17.1 Material: A. 2-ply engraved plastic. B. 3-ply engraved plastic. 17.2 Thickness: A. 1/16 inch. B. 1/8 inch. 17.3 Color: A. White letters on black. B. White letters on green. C. White letters on red. D. White letters on blue E. Black letters on yellow. F. Black letters on orange. G. Black letters on white. 17.4 Size: A. 1-1/2 inches by 1-1/2 inches. B. 2 inches by 2 inches. C. 1-1/2 inches by 3 inches. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-7 D. 2 inches by 4 inches. PRODUCT DATA SHEET 9 - MS-215 Max-Tek Cable and Conduit Tags: 17.1 Material: MS-215 Max-Tek with printed graphics protected by a chemical and UV resistant MS-3000 top laminate. 17.2 Letter Color: Black 17.3 Background Color: White 17.4 Size: A. 1-1/2 inch round B. 1-1/2 inch square C. 2 inch round D. 2 inch square PRODUCT DATA SHEET 10 - Write-On Cable Ties: Provide Write-On Cable Ties for grooming bundles of wires or cables while identifying them. 17.1 Loop tensile strength is 50 lbs. 17.2 Color: A. Red B. Orange C. Yellow D. White E. Green F. Blue 17.3 Size: A. 1 inch by 2 inch. B. 2 inch by 3 inch. SCHEDULE 4 - DANGER / CAUTION / WARNING LABEL SIGNS AND TAGS PRODUCT DATA SHEET 0 - General: Provide tags designed to tag equipment for lockout during maintenance, convey characteristics specific to a piece of equipment or detail maintenance instructions and operating procedures. PRODUCT DATA SHEET 1 - Accident Prevention Tags: 17.1 Material: 10 mil vinyl with stainless steel grommets to reduce deterioration during use. 17.2 Letter Color: Black 17.3 Background Color: White 17.4 Minimum Label Size: Length and width vary for required label content, but not less than 5-3/4 by 3 inches. 17.5 Tags provided with 8 inch nylon ties. PRODUCT DATA SHEET 2 - Premium Self-laminating Accident Prevention Tags: Self- laminating tags with a clear self-adhesive laminating flap to protect all written information from fading due to exposure to moisture, sunlight or harsh chemicals 17.1 Material: Self-laminating 10 mil vinyl with 2 mil thick laminate that can seal the tag's front, back or both. 17.2 Letter Color: Black 17.3 Background Color: White 17.4 Minimum Label Size: Length and width vary for required label content, but not less than 5-3/4 by 3 inches. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-8 SCHEDULE 5 - SWITCH PLATES PRODUCT DATA SHEET 0 - Laser Engraved Stainless Steel Switch Plates: 17.1 Material: Stainless steel. Laser etching that provides a permanent black legend on plain stainless steel. 17.2 Mark switch plates with equipment or lighting information as indicated on the Drawings. 17.3 Size: A. 2-3/4 inch width B. 4-9/16 inch width SCHEDULE 6 - UNDERGROUND WARNING TAPE PRODUCT DATA SHEET 0 - Non-Detectable Underground Warning Tape: 17.1 Description: Color-coded tape designed to be buried above metallic underground piping or cables to warn of utility lines. Formulated to resist degradation due to acidic or alkaline soils. 17.2 Material: 4 mil plastic film with stock and custom legends. 17.3 Conforms to the APWA Standard. PRODUCT DATA SHEET 1 - Detectable Underground Warning Tape: 17.1 Description: Detectable warning tape allows for the location of buried, non- metallic pipes. Printed tape is formulated for extended use underground and is resistant to acids, alkalis and other destructive agents found in soil. Imprinted message is "encased" to prevent ink deterioration. 17.2 Material: 4 mil foil tape with stock and custom legends. PART 18 - EXECUTION SCHEDULE 0 - EXAMINATION PRODUCT DATA SHEET 0 - Do not begin installation until substrates have been properly prepared. PRODUCT DATA SHEET 1 - Install identifying devices after completion of coverings and painting. PRODUCT DATA SHEET 2 - If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. SCHEDULE 1 - PREPARATION PRODUCT DATA SHEET 0 - Clean surfaces thoroughly prior to installation. PRODUCT DATA SHEET 1 - For labels that are installed using pressure-sensitive adhesives, clean conduit and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. PRODUCT DATA SHEET 2 - For markers that are pre-coiled or strap-on type and do not adhere directly to the conduit, no surface preparation is necessary. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-9 SCHEDULE 2 - INSTALLATION PRODUCT DATA SHEET 0 - Install in accordance with manufacturer's instructions. PRODUCT DATA SHEET 1 - Nameplate Installation: 18.1 Install nameplate for each electrical distribution and control equipment enclosure with corrosive-resistant mechanical fasteners, or adhesive. 18.2 Install nameplates for each control panel and major control components located outside panel with corrosive-resistant mechanical fasteners, or adhesive. 18.3 Secure nameplate to equipment fas recommended by the manufacturer. 18.4 Secure nameplate to inside surface of door on recessed panelboard in finished locations. 18.5 Install nameplates for the following: A. Switchboards. B. Panelboards. C. Transformers. D. Service Disconnects. E. ____________________. PRODUCT DATA SHEET 2 - Label Installation: 18.1 Install label for identification of individual control device stations, and ____________________. 18.2 Install labels for permanent adhesion and seal with clear lacquer. PRODUCT DATA SHEET 3 - Wire Marker Installation: 18.1 Install wire marker for each conductor at panel board gutters, pull boxes, outlet and junction boxes, and each load connection. 18.2 Mark data cabling at each end. Install additional marking at accessible locations along the cable run. 18.3 Install labels at data outlets identifying patch panel and port designation [as indicated on Drawings]. PRODUCT DATA SHEET 4 - Conduit and Raceway Marker Installation: 18.1 Install conduit and raceway marker for each conduit or raceway longer than 6 feet. 18.2 Conduit and Raceway Marker Spacing: 20 feet (6000 mm) on center. PRODUCT DATA SHEET 5 - Underground Warning Tape Installation: 18.1 Install underground warning tape along length of each underground conduit, raceway, or cable 6 to 8 inches (150 to 200 mm) below finished grade, directly above buried conduit, raceway, or cable. PRODUCT DATA SHEET 6 - Equipment Labels: 18.1 Install or permanently fasten labels on each major item of electrical equipment. 18.2 Locate equipment labels where accessible and visible. PRODUCT DATA SHEET 7 - Mark location of equipment located above ceilings with identifying "buttons" to help in identification for maintenance. SCHEDULE 3 - PROTECTION Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 260553-10 PRODUCT DATA SHEET 0 - Protect installed products until completion of project. PRODUCT DATA SHEET 1 - Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION 260553 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE CLEARING 311000 - 1 Copyright 2013 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 311000 - SITE CLEARING Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 19 - GENERAL 19.1 SUMMARY A. Section Includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Removing above- and below-grade site improvements. 6. Disconnecting, capping, or sealing site utilities. 7. Temporary erosion and sedimentation control. 19.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Park site. 19.3 MATERIAL OWNERSHIP A. Except for materials indicated to be stockpiled or otherwise to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 19.4 FIELD CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE CLEARING 311000 - 2 B. Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises as indicated by City Representative. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion- and sedimentation- control and plant-protection measures are in place. E. Tree- and Plant-Protection Zones: Protect according to requirements in Section 015639 "Temporary Tree and Plant Protection." PART 20 - PRODUCTS 20.1 MATERIALS Retain "Satisfactory Soil Material" Paragraph below if soil backfill is required in below- grade areas after site clearing. A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in civil specification sections and per City of San Juan Capistrano standards." 1. Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. PART 21 - EXECUTION 21.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements in Section 015639 "Temporary Tree and Plant Protection." C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 21.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL Retain this article if erosion- and sedimentation-control measures are not included in Section 015000 "Temporary Facilities and Controls." Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE CLEARING 311000 - 3 Insert specific procedures or installation requirements for temporary soil protection and stabilization, erosion controls, stormwater runoff controls, and sedimentation controls. A. Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. B. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. C. Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. D. Remove erosion and sedimentation controls, and restore and stabilize areas disturbed during removal. 21.3 TREE AND PLANT PROTECTION Retain this article if required. If retaining, Drawings should show tree- and plant-protection zones and protection-zone fencing. A. Protect trees and plants remaining on-site according to requirements in Section 015639 "Temporary Tree and Plant Protection." B. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations according to requirements in Section 015639 "Temporary Tree and Plant Protection." 21.4 EXISTING UTILITIES A. Locate, identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in place. 1. Arrange with utility companies to shut off indicated utilities. Generally retain "Interrupting Existing Utilities" Paragraph below unless there are no existing utilities. Coordinate with requirements in Section 015000 "Temporary Facilities and Controls" for temporary utilities. B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: Revise subparagraphs below to suit Project. 1. Notify Architect not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE CLEARING 311000 - 4 C. Removal of underground utilities is included in earthwork sections; in applicable fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, and utilities sections; and in Section 024116 "Structure Demolition" and Section 024119 "Selective Demolition." 21.5 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Grind down stumps and remove roots larger than 3 inches (75 mm) in diameter, obstructions, and debris to a depth of 18 inches (450 mm) below exposed sub grade. 2. Use only hand methods or air spade for grubbing within protection zones. Retain paragraph below if required. Coordinate with Section 312000 "Earth Moving." B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to a density equal to adjacent original ground. 21.6 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. Retain one option for topsoil depth in first paragraph below. B. Strip topsoil to depth of 6 inches (150 mm) in a manner to prevent intermingling with underlying subsoil or other waste materials. Revise paragraph below if topsoil is to be removed from site. C. Stockpile topsoil away from edge of excavations without intermixing with subsoil or other materials. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water. 21.7 SITE IMPROVEMENTS Revise paragraph below and insert specific items to suit Project. A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE CLEARING 311000 - 5 21.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. Retain paragraph below where recycling programs exist and recycling facilities can accept materials such as concrete or asphalt paving. B. Separate recyclable materials produced during site clearing from other no recyclable materials. Store or stockpile without intermixing with other materials, and transport them to recycling facilities. Do not interfere with other Project work. END OF SECTION 311000 Northwest Open Space Park San Juan Capistrano, Ca February 4, 2020 TREE PRESERVATION 320190 - 1 SECTION 320190 TREE PRESERVATION PART 1 - DEMOLITION AND SITE CLEARING 1.01 The Contractor shall coordinate with the City Arborist and to accomplish construction as it relates to preservation and protection of existing trees. The following work shall be accomplished before any demolition or site-clearing activity occurs within the tree drip line of the project. A. Conduct a pre-construction meeting with City staff, A-E, Project Manager, and City Arborist to review construction procedures, access, haul routes, and tree protection measures. B. Contractor and Contractor Arborist shall stake the limits of Tree Preservation Zone (TPZ) and obtain approval from the City Arborist. C. Contractor shall install a four-foot high fabric fence with posts driven into the ground to delineate the TPZ. Fence shall remain upright and in good condition until all work is completed. Fencing may not be removed or relocated without the approval of the City Arborist. D. Contractor shall remove items as required to construct project within the tree drip line as approved by City Arborist so as not to damage and/or destroy the tree resources. City Arborist shall be on site during all operations within the TPZ to monitor construction and demolition activity. E. Contractor shall report any damage to a tree due to demolition or construction activities to the engineer within two (2) hours of the incident so that the remedial action can be taken. City Arborist shall coordinate with A-E and Contractor to determine “Method of cure” as required. F. When construction access roads, paths or activities must occur over the root zone area of a tree, a 6-inch bed of mulch (wood chips) shall be placed over the root zone area of the tree to prevent soil compaction. The mulch material shall be replenished to maintain its thickness of 6 inches at all times, until the end of the construction activity, after which it shall be removed. G. When temporary clearance is needed for access under a tree, branches shall be tied back or pruned as directed by the City Arborist. PART 2 - CONSTRUCTION Northwest Open Space Park San Juan Capistrano, Ca February 4, 2020 TREE PRESERVATION 320190 - 2 2.01 No materials, equipment, spoils, waste or washout water shall be deposited, stored, or parked within the TPZ. Undue compaction of the TPZ and root zones shall be avoided at all times. Contractor shall a have qualified certified Arborist/Certified Tree Worker perform all tree pruning required for clearance during construction. Arborist shall possess a State of California Contractor’s License for Tree Service (C-61/D49), proof of workers compensation and General Liability Insurance in order to provide service. All pruning shall be done in accordance with the Tree Pruning Guidelines (International Society of Arboriculture) and/or the ANSI A300 Pruning Standard (American National Standard of Tree Care Operations) and adhere to the most recent edition of ANSI Z133.1. 2.02 Any herbicide placed under paving materials shall be safe for use around trees and labeled for that use. Contractor shall obtain A-E’s approval prior to application or herbicide. 2.03 If injury should occur to a tree during construction, it shall be evaluated by the City Arborist so that appropriate treatments can be applied immediately. City Arborist in consultation with the A-E shall determine “method of cure”. All remedies shall be at the Contractor’s expense. 2.04 Installation of new underground utilities shall be constructed using open cutting construction methods. A. Open Cutting When proceeding with the open cut operation, the Contractor may encounter tree roots. The goal for roots 2“and larger is to protect them and avoid “tearing” them out. If the tree roots are encountered, the Contractor shall incorporate the following into his construction operation: 1. Tree roots less than 2” in diameter can be cut during the normal trenching operation. Roots shall be cut straight with a saw, vibrating knife, rock saw, narrow trencher with sharp blades or other approved root-pruning equipment. 2. Tree roots 2” and larger in diameter, where possible, roots shall be protected in place. This guideline, along with continuous inspection by the Engineer, will help to ensure the protection of the tree resources. 3. During the installation of the underground utilities, if the trench is left open for longer than 12 hours, Contractor shall cover the 2” and larger roots with moistened burlap to prevent desiccation of the roots. 4. Spoils from the trenches shall not be placed within the TPZ. Spoils may be placed within a tree root zone with protection. Contractor shall place filter fabric, a 6” layer of organic mulch, or approved equal, on top of tree root zone before spoils from trenches are placed, in order to minimize root damage upon removal of spoils. Other methods may be employed as approved by the City Arborist. Northwest Open Space Park San Juan Capistrano, Ca February 4, 2020 TREE PRESERVATION 320190 - 3 2.04 When construction access roads, paths or activities must occur over the root zone area of a tree, a 6-inch bed of mulch (wood chips) shall be placed over the root zone area of the tree to prevent soil compaction. The mulch material shall be replenished to maintain its thickness of 6 inches at all times, until the end of the construction activity. 2.05 When temporary clearance is needed for access under a tree, branches shall be tied back or pruned as directed by the City Arborist. 2.06 COMPACTION There are three conditions that will require compaction. Refer to Green book Section 301 and/or 306 and Cal Trans 231 and Standard Plan #1801. CONDITION 1: Where the underground utilities are installed under pavement (road-way, sidewalk or other existing paved surface), backfill the trench and compact to Standard Plans for Public Works Construction requirements. CONDITION 2: Where the underground utilities are installed in soil under canopy (drip line) of existing trees, backfill the trench up to - 18” from finish grade and compact to 90% relative compaction. The top 18” shall be left un-compacted to less than 90%, to promote root generation. Generally, wheel rolling with a loader is sufficient. However, Contractor is responsible to repair soil settlement in order to meet existing grade, and to provide adequate drainage to the area. CONDITION 3: Northwest Open Space Park San Juan Capistrano, Ca February 4, 2020 TREE PRESERVATION 320190 - 4 Where the underground utilities are in installed in open turf areas, outside the tree drip lines, backfill the trench, to finish grade, minus the thickness of the sod, and compact to Standard Public Works Construction requirements. Install sod per manufacturer’s specifications (i.e. scarify soil prior to placement of sod, etc.) and trenches shall not become visible due to settling soil. Contractor is responsible and shall repair any soil settlement during the life of his contract, in order to meet existing grade and to provide adequate drainage of the area. PART 3 – NOT USED END OF SECTION Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 1 Copyright 2014 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 321313 - CONCRETE PAVING Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. Verify that Section titles referenced in this Section are correct for this Project's Specifications; Section titles may have changed. PART 22 - GENERAL 22.1 SUMMARY A. Section Includes Concrete Paving for the following: 1. Driveways. 2. Curbs and gutters. 3. Walks. 4. Pads 22.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each type of product, ingredient, or admixture requiring color selection. C. Design Mixtures: For each concrete paving mixture. Include alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 22.3 QUALITY ASSURANCE A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. Retain subparagraph below if required. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" (Quality Control Manual - Section 3, "Plant Certification Checklist"). Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 2 22.4 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified independent testing agency to perform preconstruction testing on concrete paving mixtures. PART 23 - PRODUCTS Manufacturers and products listed in SpecAgent and Masterworks Paragraph Builder are neither recommended nor endorsed by the AIA or ARCOM. Before inserting names, verify that manufacturers and products listed there comply with requirements retained or revised in descriptions and are both available and suitable for the intended applications. For definitions of terms and requirements for Contractor's product selection, see Section 016000 "Product Requirements." 23.1 CONCRETE, GENERAL A. ACI Publications: Comply with ACI 301 (ACI 301M) unless otherwise indicated. 23.2 STEEL REINFORCEMENT Retain this article if steel reinforcement is required; revise to suit Project. A. Plain-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, fabricated from as- drawn steel wire into flat sheets. B. Deformed-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, flat sheet. C. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed bars. Retain option in "Joint Dowel Bars" Paragraph below if required. Plastic-surfaced or reinforced-paper-covered dowels are available from proprietary sources. Indicate joint-dowel lengths on Drawings. D. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 (Grade 420) plain-steel bars. Cut bars true to length with ends square and free of burrs. E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded-wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified. 23.3 CONCRETE MATERIALS A. Cementitious Materials: Use the following cementitious materials, of same type, brand, and source throughout Project: Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 3 Generally retain first option in "Portland Cement" Subparagraph below unless concrete with lighter shades or brighter colors is required. See the Evaluations. 1. Portland cement: ASTM C 150/C 150M, gray Portland cement Type II/ V, per the Geotechnical recommendations. Retain one or both "Fly Ash" and "Slag Cement" subparagraphs below if supplementary cementing materials are permitted. Generally, delete both subparagraphs if using white portland cement. Ready-mix plants blend these materials with portland cement. Fly ash and slag cement may slow rate of concrete strengthening and affect color uniformity. Use of Type C or Type F fly ash may be determined by regional availability as well as by properties cited in ASTM C 618. 2. Fly Ash: N/A. 3. Slag Cement: ASTM C 989/C 989M, Grade 100 or 120. Retain "Blended Hydraulic Cement" Subparagraph below if factory-blended hydraulic cement is permitted; verify availability of options before specifying. Insert target percentage or range of slag cement or pozzolan as a suffix to Type IS or Type IP designations if required; insert special properties if required. See the Evaluations. Fly ash, slag cement, or pozzolanic materials in the nonportland cement part of blended hydraulic cement may slow rate of concrete strengthening and affect color uniformity. Insert ASTM C 1157 if acceptable. 4. Blended Hydraulic Cement: ASTM C 595/C 595M Type IL, Portland-limestone cement. Retain one of first three options in "Normal-Weight Aggregates" Paragraph below or revise to suit Project. ASTM C 33/C 33M limits deleterious substances in coarse aggregate, depending on climate severity and in-service location of concrete. Classes 4S, 4M, and 1N apply to paving in Severe, Moderate, and Negligible weathering regions, respectively. B. Normal-Weight Aggregates: ASTM C 33/C 33M, uniformly graded. Provide aggregates from a single source. Insert requirement for recycled content of coarse aggregate if required for LEED Credit MR 4. Verify availability before specifying. C. Air-Entraining Admixture: ASTM C 260/C 260M. D. Chemical Admixtures: Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. Retain "Color Pigment" Paragraph below for integrally colored concrete paving. E. Color Pigment: ASTM C 979/C 979M, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. 1. Color: As selected by Landscape Architect from manufacturer's full range. F. Water: Potable and complying with ASTM C 94/C 94M. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 4 23.4 FIBER REINFORCEMENT Retain this article if fiber reinforcement is required; revise description and products if using polyester or nylon fibers. Monofilament fibers help reduce plastic shrinkage cracking. A. Synthetic Fiber: Monofilament polypropylene fibers engineered and designed for use in decorative concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1- 1/2 inches (13 to 38 mm) long. Manufacturers claim fibrillated fibers also improve hardened concrete properties. B. Synthetic Fiber: Fibrillated polypropylene fibers engineered and designed for use in decorative concrete paving, complying with ASTM C 1116/C 1116M, Type III, 1/2 to 1- 1/2 inches (13 to 38 mm) long. 23.5 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth made from jute or kenaf, weighing approximately 10 oz./sq. yd. (305 g/sq. m) dry or cotton mats. B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C. Water: Potable. Evaporation retarder in "Evaporation Retarder" Paragraph below temporarily reduces moisture loss from concrete surfaces awaiting finishing in hot, dry, and windy conditions. Evaporation retarders are not curing compounds or chemical surface retarders used to delay concrete setting. D. Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. Retain "Clear, Waterborne, Membrane-Forming Curing Compound" Paragraph below if required. Although the EPA permits VOC emissions of up to 350 g/L for this product category, verify that product complies with curing compound VOC emission limits of authorities having jurisdiction. If appearance of paving is important before breakdown and disappearance of curing membrane, verify rate of dissipation with manufacturers. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. Retain "White, Waterborne, Membrane-Forming Curing Compound" Paragraph below if required. Retain if more reflectivity is required. Review product choices, because some dissipate and others are abraded by traffic. Although the EPA permits VOC emissions of up to 350 g/L for this product category, verify that product complies with curing compound VOC emission limits of authorities having jurisdiction. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 5 F. White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 23.6 RELATED MATERIALS A. Joint Fillers: ASTM D 1751, asphalt-saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork in preformed strips. B. Slip-Resistive Aggregate Finish: Factory-graded, packaged, rustproof, nonglazing, abrasive aggregate of fused aluminum-oxide granules or crushed emery aggregate containing not less than 50 percent aluminum oxide and not less than 20 percent ferric oxide; unaffected by freezing, moisture, and cleaning materials. 23.7 CONCRETE MIXTURES Some authorities having jurisdiction prescribe concrete mixture requirements; revise this article to suit those requirements if any. A. Prepare design mixtures, proportioned according to ACI 301 (ACI 301M), for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. Retain "Cementitious Materials" Paragraph below if applicable. ACI 301 (ACI 301M) sets no limits on amounts of cementitious or mineral admixtures that can replace portland cement unless concrete is exposed to deicing chemicals. Retain first option below if required for replacing part of the portland cement, which would otherwise be used in concrete, with other cementitious materials. Retain second option if limiting percentage of cementitious materials that can replace portland cement. B. Cementitious Materials: Use fly ash, pozzolan, slag cement, and silica fume as needed to reduce the total amount of Portland cement, which would otherwise be used, by not less than 40 percent. Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: Delete "Fly Ash or Pozzolan," "Slag Cement," and "Combined Fly Ash or Pozzolan, and Slag Cement" subparagraphs below if retaining first option in "Cementitious Materials" Paragraph above. If retaining second option above, revise percentages below to suit Project. Percentages are ACI 301 (ACI 301M) limits for concrete exposed to deicing chemicals. Retain first subparagraph below if either fly ash or blended Type IP hydraulic cement is specified. Retain second subparagraph if either slag cement or blended Type IS hydraulic cement is specified. Retain third subparagraph if fly ash or blended Type IP hydraulic cement is specified with slag cement or blended Type IS hydraulic cement. 1. Fly Ash or Pozzolan: N/A. 2. Slag Cement: 50 percent. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 6 Retain first paragraph below if concrete paving will be exposed to freeze-thaw cycling or deicing chemicals or if other beneficial effects of air entrainment, such as workability or cohesion of concrete mixture, are required. C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: Optional percentages "Air Content" Subparagraph below are based on ACI 301 (ACI 301M) for exposure severity and aggregate size. Retain first option for severe exposure, second option for moderate exposure, and third option for mild exposure. See the Evaluations for exposure definitions. 1. Air Content: 5%-8% percent plus or minus 1-1/2 percent. D. Chemical Admixtures: Use admixtures according to manufacturer's written instructions. Synthetic-fiber dosage rates in "Synthetic Fiber" Paragraph below reflect typical recommendations of manufacturers. Retain first option below for synthetic fiber used for reducing plastic shrinkage cracking; retain second option for synthetic fiber used for improving hardened concrete properties. Revise dosage if required. E. Synthetic Fiber: Uniformly disperse in concrete mixture at manufacturer's recommended rate, but not less than 1.0 lb/cu. yd. (0.60 kg/cu. m). F. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup. G. Concrete Mixtures: Normal-weight concrete. Higher strengths than those in options in "Compressive Strength (28 Days)" Subparagraph below may be needed for durability in severe exposure conditions. Consult concrete paving contractors for regional practices. 1. Compressive Strength (28 Days): 3500 psi (24.1 MPa). Insert another subparagraph for flexural strength if required. Generally retain first option in "Maximum W/C Ratio at Point of Placement" Subparagraph below if concrete paving will be exposed to deicers or subject to freezing and thawing while moist; retain second option for concrete required to have low water permeability; insert another ratio to suit Project. 2. Maximum W/C Ratio at Point of Placement: 0.45t ratio. 3. Slump Limit: 4 inches (100 mm) , plus or minus 1 inch (25 mm). 23.8 CONCRETE MIXING Retain option in "Ready-Mixed Concrete" Paragraph below if synthetic-fiber reinforcement is required. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 7 A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M. Furnish batch certificates for each batch discharged and used in the Work. PART 24 - EXECUTION 24.1 EXAMINATION If concrete walks or similar lightly loaded paving does not require proof-rolling to the degree described in paragraph below, revise requirements in paragraph to suit Project. A. Proof-roll prepared sub base surface below concrete walk and pads to identify soft pockets and areas of excess yielding. 24.2 PREPARATION A. Remove loose material from compacted sub base surface immediately before placing concrete. 24.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 24.4 STEEL REINFORCEMENT INSTALLATION Retain this article if steel-reinforced concrete paving is required; revise to suit Project. A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 24.5 JOINTS Coordinate joint types, descriptions, and locations with Drawings. Construction, isolation, and contraction joints and edging have been consolidated in this article for consistency rather than for strict sequence of installation. A. General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 8 B. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. Terms "contraction joint" and "control joint" have been used interchangeably in the past. ACI documents use the term "contraction joint." Revise description in "Contraction Joints" Paragraph below if the term "control joint" is preferred. D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness and details in the Landscape plans: Edging is included in this article because of its similarity to jointing. Timing of edging after initial floating is critical. E. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 1/4-inch (6-mm) radius. Repeat tooling of edges after applying surface finishes. Eliminate edging-tool marks on concrete surfaces. 24.6 CONCRETE PLACEMENT A. Moisten sub base to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. B. Comply with ACI 301 (ACI 301M) requirements for measuring, mixing, transporting, and placing concrete. C. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. D. Screed paving surface with a straightedge and strike off. Initial floating stage between screeding and final float finish is included in this article rather than in "Concrete Protection and Curing" Article. E. Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 9 24.7 FLOAT FINISHING Retain "General" Paragraph below. Some floating and troweling machines have watering attachments. Adding water weakens the concrete surface and can cause dusting and scaling. A. General: Do not add water to concrete surfaces during finishing operations. Initial floating operation is included in "Concrete Placement" Article. B. Float Finish: Begin the second floating operation when bleed water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. Retain one or more "Burlap Finish," "Medium-to-Fine-Textured Broom Finish," and "Medium-to-Coarse-Textured Broom Finish" subparagraphs below or revise to suit Project. If retaining more than one subparagraph, indicate locations of each on Drawings. 1. Burlap Finish: Drag a seamless strip of damp burlap across float-finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float- finished concrete surface, perpendicular to line of traffic, to provide a uniform, fine- line texture. 3. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by striating float-finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff- bristled broom, perpendicular to line of traffic. C. Slip-Resistive Aggregate Finish: Before final floating, spread slip-resistive aggregate finish on paving surface according to manufacturer's written instructions. Coordinate curing compounds retained in Part 2 for compatibility with slip-resistive aggregate and, if required, revise lists of manufacturers accordingly. Special curing compounds may be required. 1. Cure concrete with curing compound recommended by slip-resistive aggregate manufacturer. Apply curing compound immediately after final finishing. 2. After curing, lightly work surface with a steel-wire brush or abrasive stone and water to expose nonslip aggregate. 24.8 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B. Comply with ACI 306.1 for cold-weather protection. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 10 If evaporation rate in "Evaporation Retarder" Paragraph below is exceeded, ACI 305R states that plastic shrinkage cracking is probable. See manufacturers' literature or ACI 305R for estimated moisture-loss chart that relates relative humidity, air and concrete temperature, and wind velocity to rate of evaporation. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. Retain one or more options in "Curing Methods" Paragraph below. Do not use curing compound on surfaces to be covered by unit pavers, tiles, or other materials set in mortar. E. Curing Methods: Cure concrete by curing compound per Green Book 201-4. 24.9 PAVING TOLERANCES A. Comply with tolerances in ACI 117 (ACI 117M) and as follows: ACI 117 (ACI 117M) establishes few paving tolerances; those in subparagraphs below are based on ACI 330.1. Revise to suit Project. 1. Elevation: 3/4 inch (19 mm). 2. Thickness: Plus 3/8 inch (10 mm), minus 1/4 inch (6 mm). 3. Surface: Gap below 10-feet- (3-m-) long; unleveled straightedge not to exceed 1/2 inch (13 mm). 4. Joint Spacing: 3 inches (75 mm). 5. Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus. 6. Joint Width: Plus 1/8 inch (3 mm), no minus. 24.10 REPAIR AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B. Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. C. Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 CONCRETE PAVING 321313 - 11 END OF SECTION 321313 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 1 SECTION 32 13 16 DECORATIVE CONCRETE PAVING PART 1 - GENERAL 1.01 GENERAL A. Contractor shall provide all labor, materials, tools, equipment and incidentals to construct concrete amenities as indicated on the drawings and specified herein. B. Contractor shall submit proposed mix design prior to order and delivery. 1.02 QUALITY ASSURANCE A. Qualifications: 1. Hand-Seeded Decomposed Granite Concrete Contractor Qualifications: a. Provide written evidence to indicate successful experience in installing hand- seeded glass aggregate concrete paving on at least (5) projects with a combined installed square footage of at least 75,000 SF with (3) projects located within a 100 mile radius of Project site. b. Provide documentation for (3) hand-seeded decomposed granite concrete paving projects containing the following information: 1) (2) photos of installed hand-seeded decomposed granite concrete paving which include an overall photo and a close-up photo of the decomposed granite surface. 2) Project Owner name and telephone number. 3) Project Architect, if any, including name and telephone number. 4) Project Landscape Architect, if any, including name and telephone number. c. Supervisor and Craftsman Qualifications: 1) Supervisor: a) Minimum of (5) projects installing hand-seeded decomposed granite concrete paving with fluency in English. b) Supervisor must be present during critical steps of concrete layout, formwork, hand-seeded decomposed granite placement, and finishing. 2) Craftsman: a) Minimum of (5) projects installing hand-seeded decomposed granite concrete paving with fluency in English. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 2 1.03 REFERENCES In addition to complying with all pertinent codes and regulations of local governing agencies, Contractor shall comply with all pertinent recommendations contained in “Recommended Practice for Concrete Formwork”, publication #347-78 of the American Concrete Institute. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING Deliver material in timely manner to ensure uninterrupted progress. Store material by methods that prevent damage and permits ready access for inspection and identification. 1.05 REPAIR and REPLACEMENT Costs incurred due to repair or replacement of defective or damaged work, rejected materials, or workmanship shall be the responsibility of the Contractor. 1.06 PAYMENT No separate payment will be made for subbase materials or concrete used in footings. Compensation shall be as included in the unit price bid for the various items of work and no additional payment will be made. PART 2 - PRODUCTS 2.01 CONCRETE A. Concrete shall consist of portland cement, fine aggregate (sand), coarse aggregate with water, proportioned and mixed to attain a twenty-eight (28) day compressive strength of at least 2,500 pounds per square inch with a slump not to exceed three inches (3”). Concrete shall not contain reactive aggregate or calcium chloride. B. Cement shall be Type II low alkali portland cement conforming to ASTM C-150. Cement shall be of the same brand and type used throughout the project. C. Sand shall consist of natural or manufactured granular material, free of deleterious amounts of organic material, mica, loam, clay, and other substances not suitable for portland cement concrete. Sand shall be thoroughly and uniformly washed. D. Coarse aggregate shall be composed of gravel or a blended mixture of crushed rock and gravel containing not more than fifty percent (50%) of crushed rock particles having all haves fractured and not less than twenty-five percent (25%) gravel. Aggregates shall not exceed a diameter of three-quarters inch (3/4”). Blending shall produce a uniform, consistent percentage of each. Rock products shall be clean, hard, sound, durable, uniform in quality and free of any detrimental quantity of soft, friable, Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 3 thin, elongated or laminated pieces, disintegrated material, organic matter, oil, alkali or other deleterious substance. E. Water shall not contain deleterious substances or any amount of impurities that will cause a change in the time of setting. Water shall not contain more than 1000 parts per million chlorides calculated nor 1000 parts per million of sulfates calculated. The amount of water used in the mixture shall not exceed the amount necessary to permit material placement and consolidation. Total free water (the total water minus absorption by aggregate in a saturated surface-dry condition) shall not exceed an amount producing the maximum slump specified herein. F. Coarse aggregate for resurfacing material shall be of the classification, pea rock. 2.02 FORMS A. Forms shall be free of warp, set plumb and true to line and grade with upper edges flush with specified grade of finished surface of the constructed improvement, and not more than one-half inch (1/2”) less in depth than the specified thickness of the edge of the concrete to be placed. B. Wooden forms shall have a net thickness of at least one and one-half inches (1 ½”) and shall be free of imperfections which would impair the strength for the use intended. Edges and ends shall be square. Forms shall be secured by nailing to side stakes of sufficient length and cross-sectional area to adequately resist lateral displacement during placement of concrete, spaced not more than four feet (4’) apart and driven into the subgrade vertically to a depth not less than twelve inches (12”), and so that the top will be below the upper edge of the form. Benders of thin plank forms may be used on curves. C. Wood forms shall be clean and shall receive a coat of light oil immediately prior to placing concrete. D. Metal forms shall have sufficient rigidity to resist springing during placement of concrete. Forms shall be secured by means of metal stakes spaced not more than five feet (5’) apart and designed so as to be driven below the top of the forms through openings, locking them into position. E. Forms shall be inspected prior to placing of concrete. The City shall be notified a minimum of twenty-four (24) hours prior to inspection. F. Forms shall remain in place for a minimum of twelve (12) hours after concrete has been placed. 2.03 REINFORCEMENT A. Reinforcement shall conform to the dimensions and details indicated on the Civil drawings and shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 4 coating of any character which would be likely to destroy or impair its proper bonding with the concrete. B. Reinforcing steel shall be Grade 40 or Grade 60 billet steel, conforming to ASTM A- 615. Varying grades shall not be used interchangeably in any one (1) slab or pavement system. C. Wire mesh reinforcement shall conform to ASTM A-185. Gauge of wire and dimension of mesh shall be as indicated in the details on the drawings and shall be so constructed as to retail original shape and form during the necessary handling and placing of concrete. Wire mesh in walks shall not extend through expansion joint material. D. Reinforcement shall be accurately and securely positioned so that it will not be displaced by the placing of concrete. 2.04 TRANSIT MIXES A. Furnish ready-mixed concrete from an approved, licensed commercial off-site plant. Mix shall conform to ASTM C94, except materials, testing, and mix designs as specified herein. B. Use transit mixer trucks equipped with automatic devices for recording number of revolutions of drum. Mixing shall be commenced as soon as possible after the cement is placed in contact with aggregated but in no event shall the intervening time period exceed thirty (30) minutes. C. Concrete mixers shall be of such design and construction and so operated as to provide thoroughly and properly mixed concrete in which ingredients are uniformly distributed. D. Transit mixers shall be of the type, capacity and manner of operation of the mixing and transporting equipment for ready-mix concrete conforming to current “Standards for Operation of Truck Mixers and Agitators of the National Ready-Mix Concrete Association” and the “Truck Mixers and Agitators Standards of the Truck Mixer Manufacturer’s Bureau”. E. Volume of mixing materials shall not exceed manufacturer’s rated capacity of the mixer. Each mix shall be completely discharged and wash water emptied before succeeding load is placed in drum. F. Adequate control of ready-mix concrete shall provide for additional water to be added and mixed into the batch at the project site. Amount withheld shall not exceed two and one-half (2 ½) gallons of water per cubic yard of mix. G. The total elapsed time between the addition of water and the batch plant and discharging at project site shall not exceed ninety (90) minutes. H. When requested, Contractor shall furnish the Engineer with a legible certified weighmaster’s certificate stating the quantity of cement, water, fine and coarse Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 5 aggregates, time of departure and discharge time for each batch delivered to the project site. PART 3 - EXECUTION 3.01 PLACING CONCRETE A. Remove free water from forms before concrete is deposited. Remove hardened concrete, debris, and all foreign material from forms and from surfaces of mixing and conveying equipment. B. Install embedded items, including but not limited to, sleeves, anchor bolts or conduits, in their proper locations, secured against displacement, prior to placing concrete. C. Concrete shall be placed on native grade, a certified compacted subgrade, or subbase material, as indicated on the drawings, free of all loose and extraneous material, sufficiently dampened to ensure that no moisture will be absorbed from the fresh concrete. D. Concrete shall be deposited to the required depth over the entire width of the section, avoiding segregation or loss of ingredients. E. Concrete shall be thoroughly consolidated in a manner that will encase the reinforcement, fill the forms, and bring the surface true to grade and cross section. Surface shall be free of any unevenness greater than one-eighth inch (1/8”) when checked with a ten foot (10’) straightedge placed on the surface. Straightedge shall be available on the project site for use by the County. F. Concrete shall be distributed uniformly as it is placed, and struck off and tamped by means of mechanical tamper operated at right angles to the center line of the pavement. Number of vibrators employed shall be sufficient to consolidate the concrete within fifteen (15) minutes after depositing, then floated to a smooth flat uniform surface. G. Equipment used shall not have any aluminum components coming into direct contact with the cement. 3.02 FINISHING A. Concrete finishes shall be as indicated on the Landscape drawings. B. Formed edges shall be rounded to a radius of one-half inch (1/2”). Edges at expansion joints shall be rounded to a radius of one-eighth inch (1/8”). C. No advertising impressions, stamp, or mark of any description will be permitted on surface of concrete. D. Concrete shall not be covered with plastic sheeting. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 6 E. Retardant finish, where indicated on the drawings, shall be Top-Cast by Grace Products. Contractor shall provide two (2) 4’ x 4’ concrete mock-up samples with integral color to the engineer for review and approval prior to construction. Sample shall include integral color and finish texture noted on the drawings. F. Broom finish, where indicated on the drawings, shall be performed after finish troweling by drawing the following broom types across the narrowest width of the concrete or in the direction as indicated on the drawings. 1. Fine Broom – Push with fine or soft textured bristles. 2. Medium Broom – Push with medium or medium stiff bristles. 3. Heavy Broom – Push with coarse or stiff bristles. G. Colored concrete, where indicated on the drawings, shall be colored with the proper proportion of admixture, as manufactured by Davis Colors. Surfaces shall be finished uniformly with the specified finish or texture and cured in accordance with Davis Colors specifications in the matching color. All batching, placing, finishing and curing shall be in accordance with Davis Colors Specifications. Contractor shall provide two (2) 4’ x 4’ concrete mock-up samples with integral color to the engineer for review and approval prior to construction. Sample shall include integral color and finish texture noted on the drawings. H. Hand Seeded Decomposed Granite: Hand seeded decomposed granite, as indicated on drawings, shall be installed per manufacturer recommendations. Contractor shall provide two (2) 4’ x 4’ concrete mock-up samples with finish texture to the engineer for review and approval prior to construction. Sample shall include integral color and finish texture noted on the drawings. 3.03 JOINTS A. Joints shall be as indicated on the drawings. B. Expansion joints for hardscape shall be as shown on the drawings and at corners, radius points, and at regular intervals not to exceed twenty feet (20’) on center. Such joints shall be filled with a pre-molded joint filler of a non-extruding, durable, bituminous resilient material conforming to ASTM D-1751. Joint filler shall be a minimum thickness of one-quarter inch (1/4”) and extend the full depth to within one-quarter inch (1/4”) of the finished surface, and shall be placed in correct position before concrete is placed against it. Holes or joints in the filler shall be filled with mastic. Expansion joints shall be sealed with a polysulfide water-proof caulking. C. Control joint shall be either hand tooled or saw cut. Edges shall be finished to a radius of one-eighth inch (1/8”) with a slit jointer tool. Control joints shall be at intervals not to exceed ten feet (10’). Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 DECORATIVE CONCRETE PAVING 321316 - 7 D. Saw cut joints for hardscape, where specified, shall be as shown on the drawings or at intervals not to exceed ten feet (10’) on center, and shall be cut to a minimum depth of three-quarter inch (3/4”) and a width not to exceed one-quarter inch (1/4”). 3.04 CURING A. Curing compound shall consist of a liquid complying with ASTM c-209, which when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the exposed surfaces of concrete. B. Curing compound shall be a product as manufactured by Grace Products or an approved equal. C. Rate of application shall be such that the compound forms a continuous, unbroken film. D. Curing shall commence as soon as free water leaves the surface but no later than three (3) hours following placement of concrete. E. Spraying equipment shall be of the fully atomizing type, equipped with a tank agitator of an approved type which provides for continual agitation of the compound during application. F. Curing compounds shall be compatible with intended finishes. 3.05 BACKFILLING Backfilling shall be in accordance with Section 31 22 00 Earthwork and Greenbook Part 3, Construction Methods, Section 300- Earthwork. END OF SECTION 32 13 16 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 1 SECTION 32 84 00 – PLANTING IRRIGATION PART 1 - GENERAL 1.1 SUMMARY A. It is the intent of the specifications and drawings that the finished system is complete in every respect and shall be ready for operation satisfactory to the City. B. The work shall include all materials, labor, services, transportation, and equipment necessary to perform the work as indicated on the drawings, in these specifications, and as necessary to complete the contract. 1.2 CONSTRUCTION DRAWINGS A. Due to the scale of the drawings, it is not possible to indicate all offsets, fittings, sleeves, etc. which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc. as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between irrigation systems, planting, and architectural features. B. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. When an item is shown on the plans but not shown on the specifications or vice versa, it shall be deemed to be as shown on both. The Landscape Architect shall have final authority for clarification. C. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect as soon as detected. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. 1.3 QUALITY ASSURANCE A. Provide at least one English speaking person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the manufacturer's recommended methods of installation and who shall direct all work performed under this section. B. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturer of articles used in this contract furnish directions covering points not shown in the drawings and specifications. C. All local, municipal, and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 2 shall not be construed to conflict with any of the above rules and regulations of the same. However, when these specifications and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. D. All materials supplied for this project shall be new and free from any defects. All defective materials shall be replaced immediately at no additional cost to City. E. The Contractor shall secure the required licenses and permits including payments of charges and fees, give required notices to public authorities, verify permits secured or arrangements made by others affecting the work of this section. 1.4 SUBMITTALS A. Water Pressure Test 1. After award of contract and before any irrigation system materials are ordered from suppliers or delivered to the job site, submit to the City a written verification of the existing water pressure on the project at each of the points of connection shown. 2. The water pressure test shall be performed to measure the dynamic water pressure at the point of connection at the maximum flow rate of the proposed irrigation system as shown on the point of connection note. Dynamic water pressure is when water is flowing through the point of connection. Static water pressure readings, water is not flowing, are not acceptable. 3. Written dynamic water pressure test confirmation shall be made on the contractor’s letterhead and include the flow rate during the test, the recorded water pressure, the date of the test and the time of the test. B. Material List: 1. After award of contract and before any irrigation system materials are ordered from suppliers or delivered to the job site, submit to the City a complete list of all irrigation system materials, or processes proposed to be furnished and installed as part of this contract. 2. The submittals materials list shall include the following information: a. A title sheet with the job name, the contractor’s name, contractor’s address and telephone number, submittal date and submittal number. b. An index sheet showing the item number (i.e. 1,2,3, etc.); an item description (i.e. sprinkler head); the manufacturer’s name (i.e. Hunter Industries); the item model number (i.e. I-40-ADV/36V); and the page(s) in the submittal set that contain the catalog cuts. c. The catalog cuts shall be one or two pages copied from the most recent manufacturer’s catalog that indicate the product submitted. Do not submit parts lists, exploded diagrams, price lists or other extra information. d. The catalog cuts shall clearly indicate the manufacturer’s name and the item model number. The item model number, all specified options and specified sizes shall be circled on the catalog cuts. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 3 e. Submittals for equipment indicated on the legend without manufacturer names, or “as approved”, shall contain the manufacturer, Class or Schedule, ASTM numbers and/or other certifications as indicated in these specifications. 3. Submittal materials list format requirements: a. Submittals shall be provided as one complete package for the project. Multiple partial submittals will not be reviewed. b. Submittal package shall be stapled or bound in such a way as to allow for disassembly for review processing. Submittals shall not have tabs, tab sheets, spiral binding, or any other type of binding that will interfere with automated copying of submittals. c. Submittal package shall have all pages numbered in the lower right hand corner. Page numbers shall correspond with submittal index. d. Re-submitted packages must be revised to include only the equipment being re- submitted. Equipment previously reviewed and accepted shall not be re-submitted in the materials list/index sheet or in the catalog cut sheet package. C. Substitutions: If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the irrigation drawings and specifications, he may do so by providing the following information to the Landscape Architect or City's authorized representative for approval. 1. Provide a written statement indicating the reason for making the substitution. 2. Provide catalog cut sheets, technical data, and performance information for each substitute item. 3. Provide in writing the difference in installed price if the item is accepted. D. The Landscape Architect or City’s authorized representative will allow no substitutions without prior written acceptance E. No substitutions of pump manufacturers, distributors or assemblies will be accepted. F. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee. Such warranties shall only supplement the guarantee. G. The Landscape Architect or City’s authorized representative will not review the submittal package unless provided in the format described above. 1.5 EXISTING CONDITIONS A. The Contractor shall verify and be familiar with the locations, size and detail of points of connection provided as the source of water, and electrical supply connection to the irrigation system. B. Irrigation design is based on the available static water pressure shown on the drawings. Contractor shall verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the Landscape Architect and City's authorized representative prior to beginning construction. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 4 C. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, sewer septic tanks, and other utilities as are commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the Contractor shall promptly notify the Landscape Architect and City who will arrange for relocations. The Contractor will proceed in the same manner if a rock layer or any other such conditions are encountered. D. The Contractor shall protect all existing utilities and features to remain on and adjacent to the project site during construction. Contractor shall repair, at his own cost; all damage resulting from his operations or negligence. E. The Irrigation Contractor shall coordinate with the General Contractor for installation of required sleeving as shown on the plans prior to paving operations. F. The Contractor shall verify and be familiar with the existing irrigation systems in areas adjacent to and within the Project area of work. G. The Contractor shall protect all existing irrigation systems, in areas adjacent to and within the project area of work, from damage due to his operations. H. Contractor shall notify City’s Representative if any existing system is temporarily shut off, capped or modified. Provide 48-hour notice, prior to turning off or modifying any existing irrigation system. I. The Contractor shall repair or replace all existing irrigation systems, in areas adjacent to and within the project area of work, damaged by the construction of this project. Adjacent irrigation systems shall be made completely operational and provide complete coverage of the existing landscaped areas. All repairs shall be complete to the satisfaction of the City’s Representative. J. The contractor shall provide bore holes under any existing pavement or paving encountered for the required lateral, mainline and low voltage control wire sleeving. Bore holes under 2 inches in diameter and smaller shall be made with a BulletMole® underground boring tool as manufactured by Dimension Tools, LLC (Contact telephone number (888)-650-5554 or at www.bulletmole.com). Bore holes larger than 2 inches in diameter shall be made with an approved mechanical boring tool. No air jacking or hydraulic boring of any kind shall be allowed. 1.6 INSPECTIONS A. The Contractor shall permit the Landscape Architect and City's authorized representative to visit and inspect at all times any part of the work and shall provide safe access for such visits. B. Where the specifications require work to be tested by the Contractor, it shall not be covered over until accepted by the Landscape Architect, City's authorized representative, and/or governing agencies. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Should any work be covered without testing or acceptance, it shall be, if so ordered, uncovered at the Contractor's expense. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 5 C. Inspections will be required for the following at a minimum: 1. Pre-construction meeting. 2. System layout. 3. Pressure test of irrigation mainline (Four hours at 125 PSI or 120% of static water pressure, whichever is greater.) Mainline pressure loss during test shall not exceed 2 PSI. 4. Coverage test of irrigation system. Test shall be performed prior to any planting. 5. Final inspection prior to start of maintenance period. 6. Final acceptance prior to turnover. D. Site observations and testing will not commence without the field record drawings as prepared by the Irrigation Contractor. Record drawings must be complete and up to date for each site visit. E. Work that fails testing and is not accepted will be retested. Hourly rates and expenses of the Landscape Architect, City's authorized representative, and governing agencies for re- inspection or retesting will be paid by the Irrigation Contractor at no additional expense to City. 1.7 STORAGE AND HANDLING A. Use all means necessary to protect irrigation system materials before, during, and after installation and to protect the installation work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the acceptance of the Landscape Architect and City and at no additional cost to the City. B. Exercise care in handling, loading, unloading, and storing plastic pipe and fittings under cover until ready to install. Transport plastic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. 1.8 CLEANUP AND DISPOSAL A. Dispose of waste, trash, and debris in accordance with applicable laws and ordinances and as prescribed by authorities having jurisdiction. Bury no such waste material and debris on the site. Burning of trash and debris will not be permitted. The Contractor shall remove and dispose of rubbish and debris generated by his work and workmen at frequent intervals or when ordered to do so by the City's authorized representative. B. At the time of completion the entire site will be cleared of tools, equipment, rubbish and debris which shall be disposed of off-site in a legal disposal area. 1.9 TURNOVER ITEMS A. Record Drawings: 1. Record accurately on one set of drawings all changes in the work constituting departures from the original contract drawings and the actual final installed locations of all required components as shown below. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 6 2. The record drawings shall be prepared to the satisfaction of the City. Prior to final inspection of work, submit record drawings to the Landscape Architect or City's authorized representative. 3. All record drawings shall be prepared using AutoCAD 2020 drafting software and the original irrigation drawings as a base. No manual drafted record drawings shall be acceptable. The Contractor may obtain digital base files from the Landscape Architect or City's authorized representative. 4. If the Contractor is unable to provide the AutoCAD drafting necessary for the record drawings the irrigation designer does provide record drawing drafting as a separate service. 5. Prior to final inspection of work, submit record drawings plotted onto vellum sheets for review by the Landscape Architect or City's authorized representative. After acceptance by the Landscape Architect, City Inspector or City’s authorized representative re-plot the record drawings onto reproducible Mylar sheets. The Contractor shall also provide record drawing information on a digital AutoCAD Release 2020 drawing file. All digital files shall be provided on a compact disc (CD) clearly marked with the project name, file descriptions and date. a. Record drawing information and dimensions shall be collected on a day-to-day basis during the installation of the pressure mainline to fully indicate all routing locations and pipe depths. Locations for all other irrigation equipment shall be collected prior to the final inspection of the work. b. Two dimensions from two permanent points of reference such as buildings, sidewalks, curbs, streetlights, hydrants, etc. shall be shown for each piece of irrigation equipment shown below. Where multiple components are installed with no reasonable reference point between the components, dimensioning may be made to the irrigation equipment. All irrigation symbols shall be clearly shown matching the irrigation legend for the drawings. All lettering on the record drawings shall be minimum 1/8 inch in size. 6. Show locations and depths of the following items: a. Point of connection (including water POC, backflow devices, master control valves, flow sensors, etc.) b. Routing of sprinkler pressure main lines (dimensions shown at a maximum of 100 feet along routing) c. Isolation valves d. Automatic remote control valves (indicate station number and size) e. Quick coupling valves f. Drip air relief and flush valves g. Routing of control wires where separate from irrigation mainline h. Irrigation controllers (indicate controller number and station count) i. Related equipment (as may be directed) B. Controller Charts: 1. Provide one controller chart for each automatic controller. Chart shall show the area covered by the particular controller. The areas covered by the individual control valves shall be indicated using colored highlighter pens. A minimum of six individual colors shall be used for the controller chart unless less than six control valves are indicated. 2. Landscape Architect or City's authorized representative must approve record drawings before controller charts are prepared. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 7 3. The chart is to be a reduced copy of the actual "record" drawing. In the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a readable size. 4. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils in thickness. C. Operation and Maintenance Manuals: 1. Two individually bound copies of operation and maintenance manuals shall be delivered to the Landscape Architect or City's authorized representative at least 10 calendar days prior to final inspection. The manuals shall describe the material installed and the proper operation of the system. 2. Each complete, bound manual shall include the following information: 3. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representatives. a. Operating and maintenance instructions for all equipment. b. Spare parts lists and related manufacturer information for all equipment. D. Equipment: 1. Supply as a part of this contract the following items: a. Two (2) wrenches for disassembly and adjustment of each type of sprinkler head used in the irrigation system. b. Three 30-inch sprinkler keys for manual operation of control valves. c. Two keys for each automatic controller. d. Two quick coupler keys with a 1" bronze hose bib, bent nose type with hand wheel and two coupler lid keys. e. One valve box cover key or wrench. f. Six extra sprinkler heads of each size and type. g. For specified ball valves if required: One (1) 5-foot long valve handle, to fit the specified ball valves. 2. The above equipment shall be turned over to City's authorized representative at the final inspection. 1.10 COMPLETION A. At the time of the pre-maintenance period inspection, the Landscape Architect, City's authorized representative, and governing agencies will inspect the work, and if not accepted, will prepare a list of items to be completed by the Contractor. Punch list to be checked off by contractor and submitted to Landscape Architect or City’s authorized representative prior to any follow-up meeting. This checked off list to indicate that all punch list items have been completed. At the time of the post-maintenance period or final inspection the work will be re- inspected and final acceptance will be in writing by the Landscape Architect, City's authorized representative, and governing agencies. B. The City's authorized representative shall have final authority on all portions of the work. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 8 C. After the system has been completed, the Contractor shall instruct City's authorized representative in the operation and maintenance of the irrigation system and shall furnish a complete set of operating and maintenance instructions. D. Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to the City's satisfaction by the Contractor without any additional expense to the City. Repairs shall include the complete restoration of all damage to planting, paving or other improvements of any kind as a result of the work. 1.11 GUARANTEE A. The entire sprinkler system, including all work done under this contract, shall be unconditionally guaranteed against all defects and fault of material and workmanship, including settling of backfilled areas below grade, for a period of one (1) year following the filing of the Notice of Completion. B. Should any problem with the irrigation system be discovered within the guarantee period, it shall be corrected by the Contractor at no additional expense to City within ten (10) calendar days of receipt of written notice from City. When the nature of the repairs as determined by the City constitute an emergency (i.e. broken pressure line) the City may proceed to make repairs at the Contractor's expense. Any and all damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the City by the Contractor, all at no additional cost to the City. C. Guarantee shall be submitted on Contractors own letterhead as follows: GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from date of filing of the Notice of Completion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within 10 calendar days following written notification by the City. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: PROJECT LOCATION: CONTRACTOR NAME: ADDRESS: TELEPHONE: Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 9 SIGNED: DATE: PART 2 - MATERIALS 2.1 SUMMARY Use only new materials of the manufacturer, size and type shown on the drawings and specifications. Materials or equipment installed or furnished that do not meet Landscape Architect's, City's, or governing agencies standards will be rejected and shall be removed from the site at no expense to the City. 2.2 PIPE A. Pressure supply line between the water meter and the backflow prevention device shall be type K copper, one size larger than backflow device. B. Backflow prevention assemblies, and all other above grade assemblies, shall be constructed of threaded brass pipe and threaded brass fittings the same size as the backflow device, unless otherwise directed. C. Pressure supply lines 2 inches in diameter and up to 3 inches in diameter downstream of backflow prevention unit shall be Class 315 solvent weld PVC. Piping shall conform to ASTM D2241. D. Non-pressure lines 3/4 inch in diameter and larger downstream of the remote control valve shall be SCH 40 solvent weld PVC conforming to ASTM D1785. 2.3 METAL PIPE AND FITTINGS A. Brass pipe shall be 85 percent red brass, ANSI, IPS Standard 125 pounds, Schedule 40 screwed pipe. B. Fittings shall be medium brass, screwed 125-pound class. C. Copper pipe and fittings shall be Type "K" sweat soldered, or brazed as indicated on the drawings. 2.4 PLASTIC PIPE AND FITTINGS A. Pipe shall be marked continuously with manufacturer's name, nominal pipe size, schedule or class, PVC type and grade, National Sanitation Foundation approval, Commercial Standards designation, and date of extrusion. B. All plastic pipe shall be extruded of an improved PVC virgin pipe compound in accordance with ASTM D2672, ASTM D2241 or ASTM D1785. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 10 C. All solvent weld PVC fittings shall be standard weight Schedule 40 (and Schedule 80 where specified on the irrigation detail sheet, all mainline fittings shall be Schedule 80 PVC) and shall be injection molded of an improved virgin PVC fitting compound. Slip PVC fittings shall be the "deep socket" bracketed type. Threaded plastic fittings shall be injection molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2464 and ASTM D2466. D. All threaded nipples shall be standard weight Schedule 80 with molded threads and shall conform to ASTM D1785. E. All solvent cementing of plastic pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel-like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855. F. When connection is plastic to metal, female adapters shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be non-lead base Teflon paste, tape, or equal. G. All pressure mainlines installed with solvent weld PVC fittings shall be installed with concrete thrust blocking at all directional changes in the mainline routing. Concrete thrust blocking shall not be required when ductile iron fittings and mechanical restraints are specified. 2.5 VALVES A. Ball Valves: 1. Ball valves shall be of the manufacturer, size, and type indicated on the drawings. 2. All ball valves shall have a minimum working pressure of not less than 150 PSI and shall conform to AWWA standards. B. Quick Coupler Valves: 1. Quick coupler valves shall be of the manufacturer, size, and type indicated on the drawings. 2. Quick coupler valves shall be brass with a wall thickness guaranteed to withstand normal working pressure of 150 psi without leakage. Valves shall have 1” female threads opening at base, with two-piece body. Valves to be operated only with a coupler key, designed for that purpose. Coupler key is inserted into valve and a positive, watertight connection shall be made between the coupler key and valve. C. Automatic Control Valves: 1. Automatic control valves shall be of the manufacturer, size, and type indicated on the drawings. 2. Automatic control valves shall be electrically operated. 3. Provide Christy's valve ID tags for each remote control valve with valve number. 2.6 VALVE BOXES A. Valve boxes shall be fabricated from a durable, weather-resistant plastic material resistant to sunlight and chemical action of soils. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 11 B. The valve box cover shall be green in color and secured with a hidden latch mechanism or bolts. C. Valve box extensions shall be by the same manufacturer as the valve box. D. The plastic irrigation valve box cover shall be an overlapping type. E. Automatic control valve, master valve, ball valve, and flow sensor boxes shall be 17"x11"x12" ‘nominal’ rectangular size. Valve box covers shall be marked "RCV" with the valve identification number, or “MV”, “BV”, “FS” "heat branded" onto the cover in 1-1/4 inch high letters / numbers. F. Quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with "QCV" "heat branded" onto the cover in 1-1/4 inch high letters. 2.7 AUTOMATIC CONTROLLER A. Automatic controller shall be of the manufacturer, size, and type indicated on the drawings. B. Controller enclosure shall be of the manufacturer, size, and type indicated on the drawings. C. Controller shall be grounded according to local codes using equipment of the manufacturer, size, and type indicated on the drawings; or as required by local codes and ordinances. 2.8 ELECTRICAL A. All electrical equipment shall be NEMA Type 3, waterproofed for exterior installations. B. All electrical work shall conform to local codes and ordinances. 2.9 LOW VOLTAGE CONTROL WIRING A. Remote control wire shall be direct-burial AWG-UF type, size as indicated on the drawings, and in no case smaller than 14 gauge. B. Connections shall of the manufacturer, size, and type indicated on the drawings. C. Common wires shall be white in color. Control wires shall be red (where two or more controllers are used, the control wires shall be a different color for each controller. These colors shall be noted on the "Record Drawings" plans located on controller door). D. Ground wires shall be green in color or bare copper and in no case smaller than 6 gauge. 2.10 IRRIGATION HEADS A. Irrigation heads shall be of the manufacturer, size, type, with radius of throw, operating pressure, and discharge rate indicated on the drawings. B. Irrigation heads shall be used as indicated on the drawings. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 12 2.11 MISCELLANEOUS EQUIPMENT A. Landscape Fabric: 1. Landscape fabric for valve box assemblies shall be 5.0- oz. weight woven polypropylene weed barrier. Landscape fabric shall have a burst strength of 225 PSI, a puncture strength of 60 lbs. and capable of water flow of 12 gallons per minute per square foot. 2. Type: DeWitt Pro 5 Weed Barrier or approved equal. B. Equipment such as flow sensors, rain sensors, wye strainers, and master valves shall be of the manufacturer, size and type indicated on the drawings. PART 3 - EXECUTION 3.1 SITE CONDITIONS A. Inspections: 1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 2. Verify that irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. B. Discrepancies: 1. In the event of discrepancy, immediately notify the Landscape Architect or City's authorized representative. 2. Do not proceed with installation in areas of discrepancy until all discrepancies have been resolved. C. Grades: 1. Before starting work, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths with respect to finish grade. 2. Final grades shall be accepted by the Engineer before work on this section will be allowed to begin. D. Field Measurements: 1. Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other work. 2. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions prior to proceeding with work under this section. 3. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities, which are caused by his operations or neglect. E. Diagrammatic Intent: The drawings are essentially diagrammatic. The size and location of equipment and fixtures are drawn to scale where possible. Provide offsets in piping and changes in equipment Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 13 locations as necessary to conform with structures and to avoid obstructions or conflicts with other work at no additional expense to City. F. Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads, valves, backflow preventer, and automatic controller. 2. Layout irrigation system and make minor adjustments required due to differences between site and drawings. Where piping is shown on drawings under paved areas, but running parallel and adjacent to planted areas, install the piping in the planted areas. G. Water Supply: Connections to, or the installation of, the water supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to City. H. Electrical Service: 1. Connections to the electrical supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to City. 2. Contractor shall make electrical connections to the irrigation controller. Electrical power source to controller locations shall be provided by others. 3. Contractor shall make electrical connections to the irrigation controller. 3.2 TRENCHING A. Excavations shall be straight with vertical sides, even grade, and support pipe continuously on bottom of trench. Trenching excavation shall follow layout indicated on drawings to the depths below finished grade and as noted. Where lines occur under paved area, these dimensions shall be considered below subgrade. B. Provide minimum cover of 18 inches on pressure supply lines 2 ½ inches and smaller. C. Provide minimum cover of 18 inches for control wires within planters. D. Provide minimum cover of 24 inches for control wires within sleeves below paving. E. Provide minimum cover of 36 inches on pressure supply lines under vehicular travel ways. F. Provide minimum cover of 12 inches for non-pressure lines. G. Pipes installed in a common trench shall have a 4-inch minimum space between pipes. 3.3 THRUST BLOCKS A. Thrust blocks must be constructed of Class “B” concrete. B. Thrust blocks shall be poured against undisturbed site soil. C. PVC fitting joints shall be kept free of concrete. Do not encase fitting in concrete. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 14 D. Thrust blocking shall be sized to provide the minimum bearing areas as shown below. Bearing areas indicated have been calculated for Class 200 PVC pipe at a test pressure of 150 PSI in soil with 2,000 PSI bearing capacity. Increase thrust block sizing as necessary for varying soil conditions. 1. Provide a minimum thrust block bearing area of 2.0 square feet on all bends (all degrees) and tees installed on pressure supply lines 4 inches and smaller. 3.4 BACKFILLING A. Backfill material on all lines shall be the same as adjacent soil free of debris, litter, and rocks over 1/2 inches in diameter. B. Backfill shall be tamped in 4-inch layers under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades. C. Flooding in lieu of tamping is not allowed. D. Under no circumstances shall truck wheels be used to compact backfill. E. Provide sand backfill a minimum of 4 inches over and under all piping under paved areas. 3.5 PIPING A. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. No hydraulic driving is permitted under asphalt pavement. B. Cutting or breaking of existing pavement is not permitted. C. Carefully inspect all pipe and fittings before installation, removing dirt, scale, burrs, and reaming. Install pipe with all markings up for visual inspection and verification. D. Remove all dented and damaged pipe sections. E. All lines shall have a minimum clearance of 4 inches from each other and 12 inches from lines of other trades. F. Parallel lines shall not be installed directly over each other. G. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods including wiping all excess solvent from each weld. Allow solvent welds at least 15 minutes setup time before moving or handling and 24 hours curing time before filling. H. PVC pipe shall be installed in a manner, which will provide for expansion and contraction as recommended by the pipe manufacturer. I. Center load all plastic pipe prior to pressure testing. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 15 J. All threaded plastic-to-plastic connections shall be assembled using Teflon tape or Teflon paste. K. For plastic-to-metal connections, work the metal connections first. Use a non-hardening pipe dope an all threaded plastic-to-metal connections, except where noted otherwise. All plastic- to-metal connections shall be made with plastic male adapters. 3.6 CONTROLLER A. The exact location of the controller shall be approved by the Landscape Architect or City's authorized representative before installation. The electrical service shall be coordinated with this location. B. The Irrigation Contractor shall be responsible for the final electrical hook up to the irrigation controller. C. The irrigation system shall be programmed to operate during the periods of minimal use of the design area. 3.7 CONTROL WIRING A. Low voltage control wiring shall occupy the same trench and shall be installed along the same route as the pressure supply lines whenever possible. B. Where more than one wire is placed in a trench, the wiring shall be taped together in a bundle at intervals of 10 feet. Bundle shall be secured to the mainline with tape at intervals of 20 feet. C. All connections shall be of an approved type and shall occur in a valve box. Provide an 18- inch service loop at each connection. D. An expansion loop of 12 inches shall be provided at each wire connection and/or directional change, and one of 24 inches shall be provided at each remote control valve. E. A continuous run of wire shall be used between a controller and each remote control valve. Under no circumstances shall splices be used without prior approval. 3.8 VALVES A. Automatic control valves, quick coupler, and ball valves are to be installed in the approximate locations indicated on the drawings. B. Valve shall be installed in shrub areas whenever possible. C. Install all valves as indicated in the detail drawings. D. Valves to be installed in valve boxes shall be installed one valve per box. E. Provide valve ID tags for each remote control valve with valve number. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 16 3.9 VALVE BOXES A. Valve boxes shall be installed in shrub areas whenever possible. B. Each valve box shall be installed on a foundation of 3/4 inch gravel backfill, 3 cubic feet minimum. Valve boxes shall be installed with their tops 1/2 inch above the surface of surrounding finish grade in lawn areas and 2 inches above finish grade in ground cover areas. 3.10 IRRIGATION HEADS A. Irrigation heads shall be installed as indicated on the drawings. B. Spacing of heads and inline drip tubing shall not exceed maximum indicated on the drawings. C. Riser nipples shall be of the same size as the riser opening in the sprinkler body. 3.11 MISCELLANEOUS EQUIPMENT A. Install all assemblies specified herein according to the respective detail drawings or specifications, using best standard practices. B. Quick coupler valves shall be set approximately 18 inches from walks, curbs, header boards, or paved areas where applicable. C. Install devices such as rain sensors, flush valves, master valves, and flow sensors as indicated on the drawings and as recommended by the manufacturer. 3.12 FLUSHING THE SYSTEM A. Prior to installation of irrigation heads, the valves shall be opened and a full head of water used to flush out the lines and risers. B. Irrigation heads shall be installed after flushing the system has been completed. 3.13 ADJUSTING THE SYSTEM A. Contractor shall adjust valves, align heads, and check the coverage of each system prior to coverage test. B. If it is determined by the Landscape Architect or City's authorized representative that additional adjustments or nozzle changes will be required to provide proper coverage, all necessary changes or adjustments shall be made prior to any planting. C. The entire system shall be operating properly before any planting operations commence. D. Automatic control valves are to be adjusted so that the irrigation heads operate at the pressure recommended by the manufacturer. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTING IRRIGATION 328400 - 17 3.14 TESTING AND OBSERVATION A. Do not allow or cause any of the work of this section to be covered up or enclosed until it has been observed, tested and accepted by the Landscape Architect, City, and governing agencies. B. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. C. When the sprinkler system is completed, the Contractor shall perform a coverage test of each system in its entirety to determine if the water coverage for the planted areas is complete and adequate in the presence of the Landscape Architect. D. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the plans, or where the system has been willfully installed as indicated on the drawings when it is obviously inadequate, without bringing this to the attention of the Landscape Architect. This test shall be accepted by the Landscape Architect and accomplished before starting any planting. E. Areas to be maintained for the formal maintenance period shall start maintenance at the same time, as directed by the Landscape Architect, City, and governing agencies. Partial areas will not be released into maintenance prior to completion of items listed in the pre-maintenance review. The maintenance period may not be phased. F. If, after the maintenance review, the irrigation systems are not accepted by the Landscape Architect, the contractor shall reimburse the Architect for additional site visits, or additional time required to review work. All additional time will be billed at the Architect’s hourly rate and will be paid for by the contractor at no additional cost to the City. G. Final inspection will not commence without record drawings as prepared by the Irrigation Contractor. 3.15 MAINTENANCE During the maintenance period the Contractor shall adjust and maintain the irrigation system in a fully operational condition providing complete irrigation coverage to all intended plantings. 3.16 COMPLETION CLEANING Clean up shall be made as each portion of the work progresses. Refuse and excess dirt shall be removed from the site, all walks and paving shall be swept, and any damage sustained on the work of others shall be repaired to original conditions. END OF SECTION Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 1 Copyright 2012 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 32 91 13 - SOIL PREPARATION Revise this Section by deleting and inserting text to meet Project-specific requirements. PART 25 - GENERAL 25.1 SUMMARY A. Section includes planting soils specified by composition of the mixes. B. Related Requirements: Retain subparagraphs below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 1. Section 311000 "Site Clearing" for topsoil stripping and stockpiling. 25.2 DEFINITIONS Retain terms that remain after this Section has been edited for a project. A. Duff Layer: A surface layer of soil, typical of forested areas, that is composed of mostly decayed leaves, twigs, and detritus. B. Imported Soil: Soil that is transported to Project site for use. C. Manufactured Soil: Soil produced by blending soils, sand, stabilized organic soil amendments, and other materials to produce planting soil. D. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified as specified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. E. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. F. Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 2 G. Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil"; but in disturbed areas such as urban environments, the surface soil can be subsoil. H. USCC: U.S. Composting Council. 25.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 25.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each bulk-supplied material in sealed containers labeled with content, source, and date obtained; providing an accurate representation of composition, color, and texture. C. Samples of fertilizers, organic amendment, soil conditioners, shall be submitted to the Engineer for inspection seventy-two (72) hours prior to incorporation in the work. 25.5 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 25.6 QUALITY ASSURANCE Retain "Testing Agency Qualifications" Paragraph below if Contractor or manufacturer selects testing agency or if Contractor is required to provide services of a qualified testing agency in "Field Quality Control" Article. A. Testing Agency Qualifications: An independent, state-operated, or university-operated laboratory; experienced in soil science, soil testing, and plant nutrition; with the experience and capability to conduct the testing indicated; and that specializes in types of tests to be performed. B. Soil Analysis: If the contract documents do not include an agricultural suitability report, Contractor may, at the request of the Agency and/or construction manager (CM), after rough grading, provide for agricultural suitability testing and a written report by a qualified soil-testing laboratory. Recommendations of agricultural suitability and fertility analysis soils report, after review by Agency and/or construction manager (CM), may take precedence over these specifications. 1. The soil-testing laboratory shall oversee soil sampling. Quantity of test sites shall be determined by Agency and/or project construction manager (CM). Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 3 2. Report suitability of tested soil for plant growth. a. Recommendations for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals; if present, provide additional recommendations for corrective action. PART 26 - PRODUCTS 26.1 PLANTING SOILS SPECIFIED BY COMPOSITION This article is organized around two types of soil sources used to produce planting soils: existing, on-site soil and imported soil. Manufactured planting soil produced off-site or on-site by an intensive blending process is also included as a type of planting-soil mix. Copy paragraphs below and re-edit for each type of planting-soil mix required to suit Project. Insert drawing designation. Use these designations on Drawings to identify each product. Retain first "Planting-Soil Type" Paragraph below if amending existing, on-site surface soil for use as planting soil. Required soil modifications designed to produce planting soil should be based on testing the unaltered soil and on the testing laboratory's recommendations before bidding if possible. A. Topsoil: Topsoil shall consist of fertile, friable soil of loamy character, and shall contain an amount of organic matter normal to the area. It shall be reasonably free from weeds, refuse, roots, heavy or stiff clay, stones larger than one inch (1”) in diameter, sticks, brush, litter and other deleterious substances. Topsoil may be obtained from the site if approved by the Agency. 1. For bidding purposes, or in the event a Soils Analysis as described in Article 1.6 Paragraph B is not performed, the following amendments shall be uniformly cultivated into the upper six inches (6”), per 1000 square feet, of soil by suitable equipment operated at approximate right angles in at least two (2) directions. a. Nitrogen stabilized organic amendment: 4 CY b. 16-20-0 Ammonium phosphate: 10 LBS c. Agricultural Gypsum: 100 LBS d. Soil Sulfur: 20 LBS Revise "Ratio of Loose Compost to Soil" Subparagraph below to suit Project if compost is not fully blended into the mix but is surface applied and lightly tilled. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 4 Retain first "Planting-Soil Type" Paragraph below if topsoil is imported, amended, and used as planting soil. Required soil modifications designed to produce planting soil should be based on testing the unaltered soil and on the testing laboratory's recommendations before bidding if possible. B. Backfill for Plant Pits: Backfill shall be machine-mixed and approved by the Engineer prior to incorporation in planting pits. For bidding purposes, or in the event a Soils Analysis as described in Article 1.6 Paragraph B is not performed, the following amendments shall be provided 1. On-site Soil: 6 parts by volume 2. Nitrogen stabilized organic amendment 4 parts by volume 3. 16-20-0 1 pound per CY of mix 4. Iron Sulfate 2 pounds per CY of mix 5. Agricultural Gypsum 10 pounds per CY of mix Retain "Planting-Soil Type" Paragraph below for manufactured planting soil produced on- site soil or off-site for use as planting soil. Revise paragraph if existing, on-site soil will be used in the manufacturing process. Retain "Manufacturers" Subparagraph and list of manufacturers below to require products from manufacturers listed or a comparable product from other manufacturers. 26.2 INORGANIC SOIL AMENDMENTS A. For bidding purposes, or in the event a Soils Analysis as described in Article 1.6 Paragraph B is not performed, the following inorganic amendments shall be provided. 1. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: a. Class: T, with a minimum of 99 percent passing through a No. 8 sieve and a minimum of 75 percent passing through a No. 60 sieve. b. Class: O, with a minimum of 95 percent passing through a No. 8 sieve and a minimum of 55 percent passing through a No. 60 sieve. 2. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent elemental sulfur, with a minimum of 99 percent passing through a No. 6 sieve and a maximum of 10 percent passing through a No. 40 sieve. 3. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. 4. Perlite: Horticultural perlite, soil amendment grade. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 5 5. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through a No. 50 sieve. 6. Sand: Clean, washed, natural or manufactured, free of toxic materials, and according to ASTM C 33/C 33M. 26.3 ORGANIC SOIL AMENDMENTS A. Nitrogen stabilized organic amendment shall be a ground or processed wood product derived from wood of redwood, fir or cedar, treated with a non-toxic agent to absorb water quickly. Nitrogen content, based on dry weight, shall be 0.5% for redwood and 0.7% for fir and cedar. Iron content, based on dry weight, shall be 0.1%. Retain one or more subparagraphs below if requiring properties varying from USCC's requirements for its "Seal of Testing Assurance." Insert other requirements varying from USCC's requirements to suit Project. USCC permits compost to be produced from several feedstocks or raw materials, specifically including, but not limited to, agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated municipal solid waste. Retain "Sphagnum Peat" or "Muck Peat" Paragraph below, or both, if required. B. Wood derivatives: Decomposed, nitrogen-treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil or toxic materials. C. Pine sawdust is not acceptable. 26.4 FERTILIZERS Retain one or more of "Superphosphate," "Commercial Fertilizer," and "Slow-Release Fertilizer" paragraphs below. Revise descriptions, insert additional types, and name proprietary products if required. Note that use of phosphate-containing fertilizers may be limited or disallowed in some jurisdictions. A. Fertilizers shall comply with applicable requirements of the State Agricultural Codes and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer’s guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. B. Commercial fertilizer shall be pelleted or granular product having the chemical analysis specified herein and shall be free-flowing material delivered in original unopenend containers. Use of material which becomes caked or otherwise damaged shall not be permitted. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 6 Retain one of two "Composition" subparagraphs below; compositions are examples only. Insert a "Products" Subparagraph in lieu of both "Composition" subparagraphs if a list of locally available commercial fertilizers is known and preferred over specifying fertilizer composition. C. Organic base fertilizer shall be a highly concentrated humate material derived from decomposed animal, fish, and vegetable matter with humic acids and trace minerals. D. Iron sulfate shall be ferrous sulfate containing not less than twenty-one and one-half percent (21.5%) iron expressed as metallic iron. Retain one of two "Composition" subparagraphs below; compositions are examples only. PART 27 - EXECUTION 27.1 GENERAL A. Place planting soil and fertilizers according to requirements in other Specification Sections. B. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in planting soil. 27.2 PREPARATION OF UNAMENDED, ON-SITE SOIL BEFORE AMENDING Retain "Excavation" Paragraph below if Contractor is required to perform soil excavation and stockpiling. A. Excavation: Excavate soil from designated area(s) to a depth of 6 inches and stockpile until amended. B. Unacceptable Materials: Clean soil of concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. C. Unsuitable Materials: Clean soil to contain a maximum of 8 percent by dry weight of stones, roots, plants, sod, clay lumps, and pockets of coarse sand. Procedure in "Screening" Paragraph below is costly. Second option allows generally acceptable soil clods to remain. Revise paragraph to suit required soil structure, texture, and appearance. D. Screening: remove stones larger than 1 inch in diameter. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 7 27.3 PLACING AND MIXING PLANTING SOIL OVER EXPOSED SUBGRADE Generally retain this article if existing, on-site soil or imported soil will be amended and applied to areas that have been stripped of existing soils or that have poor existing soils regarded as subgrade. A. General: Apply and mix unamended soil with amendments on-site to produce required planting soil. Do not apply materials or till if existing soil or subgrade is muddy, or excessively wet. B. Subgrade Preparation: Till subgrade to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Agency’s property. C. Mixing: Spread unamended soil to total depth 6 inches, but not less than required to meet finish grades after mixing with amendments and natural settlement. Do not spread if soil or subgrade is muddy, or excessively wet. Retain option in "Amendments" Subparagraph below if applying compost component of planting-soil mix to surface and lightly tilling in lieu of blending compost throughout planting-soil mix. 1. Amendments: Apply soil amendments and fertilizer, if required, evenly on surface, and thoroughly blend them with unamended soil to produce planting soil. Retain first subparagraph below if liming or sulfur is required. a. Mix lime and sulfur, if required, with dry soil before mixing fertilizer. b. Mix fertilizer with planting soil no more than seven days before planting. 2. Lifts: Apply and mix unamended soil and amendments in lifts not exceeding 8 inches in loose depth for material compacted by compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. Retain last option in "Compaction" Paragraph below if more than one compaction value is required for different locations. D. Compaction: Compact each blended lift of planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698 and tested in-place except where a different compaction value is indicated on Drawings. E. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 8 27.4 PLACING MANUFACTURED PLANTING SOIL OVER EXPOSED SUBGRADE Generally retain this article if manufactured planting soil is applied to areas that have been stripped of existing soils or that have poor existing soils regarded as subgrade. A. General: Apply manufactured soil on-site in its final, blended condition. Do not apply materials or till if existing soil or subgrade is muddy, or excessively wet. B. Subgrade Preparation: Till subgrade to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Agency's property. C. Application: Spread planting soil to total depth of 6 inches, but not less than required to meet finish grades after natural settlement. Do not spread if soil or subgrade is frozen, muddy, or excessively wet. 1. Lifts: Apply planting soil in lifts not exceeding 8 inches in loose depth for material compacted by compaction equipment, and not more than 4 inches in loose depth for material compacted by hand-operated tampers. Retain last option in "Compaction" Paragraph below if more than one compaction value is required for different locations. D. Compaction: Compact each lift of planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698 except where a different compaction value is indicated on Drawings. E. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 27.5 BLENDING PLANTING SOIL IN PLACE Generally retain this article if existing, unamended, on-site surface soil is amended without excavating to produce planting soil. A. General: Mix amendments with in-place, unamended soil to produce required planting soil. Do not apply materials or till if existing soil or subgrade is muddy, or excessively wet. B. Preparation: Till unamended, existing soil in planting areas to a minimum depth 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Agency's property. Retain option in "Mixing" Paragraph below if applying compost component of planting-soil mix to surface and lightly tilling in lieu of blending compost throughout planting-soil mix. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 9 C. Mixing: Apply soil amendments and fertilizer, if required, evenly on surface, and thoroughly blend them into full depth of unamended, in-place soil to produce planting soil. Retain first subparagraph below if liming or sulfur is required. 1. Mix lime and sulfur, if required, with dry soil before mixing fertilizer. 2. Mix fertilizer with planting soil no more than seven days before planting. Retain last option in "Compaction" Paragraph below if more than one compaction value is required for different locations. D. Compaction: Compact blended planting soil to 75 to 82 percent of maximum Standard Proctor density according to ASTM D 698 except where a different compaction value is indicated on Drawings. E. Finish Grading: Grade planting soil to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. 27.6 FIELD QUALITY CONTROL Retain "Testing Agency" and "Perform the following tests( and inspections)" paragraphs below to identify who shall perform tests and inspections. If retaining second option in "Testing Agency" Paragraph, or if retaining "Perform the following tests( and inspections)" Paragraph, retain "Field quality-control reports" Paragraph in "Informational Submittals" Article. A. Testing Agency: The Agency will engage a qualified testing agency to perform tests and inspections. Retain "Perform the following tests( and inspections)" Paragraph below to require Contractor to perform tests and inspections. B. Perform the following tests: 1. Compaction: Test planting-soil compaction after placing each lift and at completion using a densitometer or soil-compaction meter calibrated to a reference test value based on laboratory testing according to ASTM D 698. Space tests at no less than one for each 1000 sq. ft. of in-place soil or part thereof. See Section 014000 "Quality Requirements" for retesting and reinspecting requirements and Section 017300 "Execution" for requirements for correcting the Work. C. Soil will be considered defective if it does not pass tests. D. Prepare test reports. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SOIL PREPARATION 329113 - 10 E. Label each sample and test report with the date, location keyed to a site plan or other location system, visible conditions when and where sample was taken, and sampling depth. 27.7 PROTECTION AND CLEANING Revise "Protection Zone" Paragraph below to suit Project. Delete if referenced Section is not used. A. Protection Zone: Identify protection zones according to Section 015639 "Temporary Tree and Plant Protection." B. Protect areas of in-place soil from additional compaction, disturbance, and contamination. Prohibit the following practices within these areas except as required to perform planting operations: Revise subparagraphs below to suit Project. 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Vehicle traffic. 4. Foot traffic. 5. Erection of sheds or structures. 6. Impoundment of water. 7. Excavation or other digging unless otherwise indicated. C. Remove surplus soil and waste material including excess subsoil, unsuitable materials, trash, and debris and legally dispose of them off Owner's property unless otherwise indicated. Retain subparagraph below if required; revise to suit Project. 1. Dispose of excess subsoil and unsuitable materials on-site where directed by Owner. END OF SECTION 329113 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 329200 - TURF AND GRASSES Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 28 - GENERAL 28.1 SUMMARY A. Section Includes: 1. Seeding. 2. Sodding. 28.2 DEFINITIONS Retain terms that remain after this Section has been edited for a project. A. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. B. Planting Soil: Existing, on-site soil; imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 329113 "Soil Preparation and drawing designations for planting soils. 28.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 28.4 INFORMATIONAL SUBMITTALS A. Certification of grass seed. Retain subparagraph below for turfgrass sod. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 2 1. Certification of each seed mixture for turfgrass sod. 2. Certification of each seed mixture for hydroseed. B. Product certificates. 28.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful turf establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. Before retaining "Personnel Certifications" Subparagraph below, verify availability of qualified individuals in Project area. 2. Personnel Certifications: Installer's field supervisor shall have certification in one of the following categories from the Professional Landcare Network: a. Landscape Industry Certified Technician - Exterior. b. Landscape Industry Certified Lawncare Manager. c. Landscape Industry Certified Lawncare Technician. 3. Pesticide Applicator: State licensed, commercial. 28.6 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B. Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" sections in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. PART 29 - PRODUCTS 29.1 SEED Retain this article if planting with seed. Selection of turfgrass species depends on climate, exposure, durability, and soil conditions. A. Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Rules for Testing Seeds" for purity and germination tolerances. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 3 Retain "Seed Species" Paragraph below if specifying grass seed and mixes by species. Delete if specifying proprietary grass-seed mixes. B. Seed Species: Retain one of two "Quality" subparagraphs below. Retain first subparagraph if grass seed is certified by the State Department of Agriculture. Most states have seed-certification agencies. Retain second subparagraph if the State Department of Agriculture does not regulate seed germination, purity, and weed seed or if there is no state seed certification. 1. Quality: State-certified seed of grass species as listed below for solar exposure. 2. Quality: Seed of grass species as listed below for solar exposure, with not less than 85 percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed. "Full Sun," "Sun and Partial Shade," and "Shade" subparagraphs below are examples only. Determine if a single grass species or mixture of two or more grass species is required. Insert specific cultivars to each grass species if required. Consult university cooperative extension service or county extension agency for current recommendations. Indicate, here or on Drawings, areas of full sun, sun and partial shade, and shade. Retain "Grass-Seed Mix" Paragraph below if specifying proprietary grass-seed mixes. C. Grass-Seed Mix: Proprietary seed mix as follows: Retain "Products" Subparagraph and list of manufacturers and products below to require specific products or a comparable product from other manufacturers. Insert subparagraphs for different solar exposures if required. 1. Products: Basis of Design, provide mix as indicated on the Drawings. 29.2 TURFGRASS SOD Retain this article if planting with turfgrass sod. Selection of turfgrass species for sod depends on climate, exposure, durability, and soil conditions. To obtain either "Certified" or "Approved" designation, turfgrass sod must be inspected by official state certification agencies. Consult local sod producers, a university cooperative extension service, or a county extension agency to determine if a certification is available for Project's location. A. Turfgrass Sod: CertifiedNumber 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture that is strongly rooted and capable of vigorous growth and development when planted. B. Turfgrass Species: Basis of Design, provide sod as indicated on the Drawings. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 4 "Full Sun," "Sun and Partial Shade," and "Shade" subparagraphs below are examples only. Determine if a single grass species or mixture of two or more grass species is required. Insert specific cultivars to each grass species if required. Consult university cooperative extension service or county extension agency for current recommendations. Insert proprietary seed mixes if preferred. Indicate, here or on Drawings, areas of full sun, sun and partial shade, and shade. 29.3 FERTILIZERS Retain "Commercial Fertilizer" or "Slow-Release Fertilizer" Paragraph below, or both. If retaining both, indicate location of each on Drawings or by inserts. Compositions are examples only; revise to suit Project. A. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. B. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water- insoluble nitrogen, phosphorus, and potassium in the following composition: Slow-release fertilizer compositions in "Composition" Subparagraph below are examples only. Revise to suit Project. 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 29.4 PESTICIDES A. General: Pesticide, registered and approved by the EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. PART 30 - EXECUTION 30.1 TURF AREA PREPARATION A. General: Prepare planting area for soil placement and mix planting soil according to Section 329113 "Soil Preparation." Retain first paragraph below for sodded turf. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 5 B. Reduce elevation of planting soil to allow for soil thickness of sod. C. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. D. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 30.2 SEEDING A. Sow seed with spreader or seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph. 1. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 2. Do not use wet seed or seed that is moldy or otherwise damaged. 3. Do not seed against existing trees. Limit extent of seed to outside edge of planting saucer. Revise first paragraph below to suit Project. Sowing rates vary with grass species and mixtures. B. Sow seed at a total rate of 5 to 8 lb/1000 sq. ft. C. Rake seed lightly into top 1/8 inch of soil, roll lightly, and water with fine spray. Retain first paragraph below if straw protection is required for seeded areas. D. Protect seeded areas with slopes not exceeding 1:6 by spreading straw mulch. Spread uniformly at a minimum rate of 2 tons/acre to form a continuous blanket 1-1/2 inches in loose thickness over seeded areas. Retain subparagraph below for anchoring straw against erosion. 1. Anchor straw mulch by crimping into soil with suitable mechanical equipment. Protection in paragraph below is usually required in warm, dry climates. E. Protect seeded areas from hot, dry weather or drying winds by applying planting soil within 24 hours after completing seeding operations. Soak areas, scatter mulch uniformly to a thickness of 3/16 inch, and roll surface smooth. 30.3 SODDING A. Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 TURF AND GRASSES 329200 - 6 B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across slopes exceeding 1:3. Retain subparagraph below if required. 2. Anchor sod on slopes exceeding 1:6 with wood pegs or steel staples spaced as recommended by sod manufacturer but not less than two anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 30.4 TURF MAINTENANCE A. General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. B. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one- third of grass-leaf growth in initial or subsequent mowings. 30.5 SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by Architect: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. and bare spots not exceeding 5 by 5 inches. 2. Satisfactory Sodded Turf: At end of maintenance period, a healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. B. Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. END OF SECTION 329200 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 329300 - PLANTS Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 31 - GENERAL 31.1 SCOPE OF WORK A. Contractor shall provide all labor, materials, and equipment for the installation of plant material as indicated on the drawings and as specified herein. Retain subparagraph below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 31.2 COORDINATION Retain terms that remain after this Section has been edited for a project. A. Contractor shall coordinate planting with other site improvements. Unless otherwise specified, structural improvements shall be constructed prior to planting operations. B. Contractor shall be responsible for locating and staking existing sewer, water and utility lines above or below grade that might be damaged as a result of planting operation. Contractor shall assume sole responsibility for any cost incurred due to damage and for replacement of aforementioned utilities. C. All work on the irrigation system, including hydrostatic and coverage tests, operational tests, and the backfilling and compaction of trenches shall be performed prior to planting operations. 31.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project Site. 31.4 SUBMITTALS Retain paragraph below if required. Revise to suit Project. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 2 A. When requested, Contractor shall furnish the Engineer with a delivery receipt and Certificate of Compliance stating that the material substantially meets the specifications. B. Contractor shall provide a representative color photo of each type of plant material to be installed on the project to the Engineer for review at least four (4) weeks prior to incorporation into the work. 31.5 REPAIR and REPLACEMENT A. Costs incurred due to repair or replacement of defective or damaged work, rejected materials, workmanship and damage to utilities or sparse turf areas shall be the responsibility of the Contractor. B. Replacement plant material shall be of the same species, variety, size and condition as shown on the drawings and specified herein, and shall be guaranteed for one (1) full year from the date of planting 31.6 QUALITY ASSURANCE A. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 1. Pesticide Applicator: State licensed, commercial. B. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. 31.7 DELIVERY, STORAGE, AND HANDLING Retain one or more paragraphs in this article to suit Project. Limit inserts to only those unusual requirements not included in Section 016000 "Product Requirements." A. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. B. Handle planting stock by root ball. C. Deliver plants after preparations for planting have been completed, and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 3 31.8 POST INSTALLATION MAINTENANCE PERIOD A. Provide post installation maintenance as prescribed herein. 1. Contractor shall provide all labor, materials, equipment and incidentals to perform work during the Post-Installation Maintenance Period, as specified herein, including but not limited to; litter removal, drain cleaning, hardscape sweeping, adequate watering of plant materials, mowing, fertilizing, replacing unsuitable plant material and controlling weeds, rodents and other pests. Revise start date in "Warranty Periods" Subparagraph below according to local practice and the types of planting required and coordinate with the maintenance period. 2. Shall commence on the first day after the completion of planting. 3. Maintenance during Plant Establishment shall include eradicating weeds, eradicating insects and diseases, and protecting areas from traffic, watering, and erosion. 4. Contractor shall maintain the project on a continuous basis for ninety (90) calendar days. Areas shall be so cared for as to present a neat and clean condition at all times. 5. Working days when the Contractor fails to adequately perform maintenance operations as specified herein will not be credited as time of Post-Installation Maintenance Period. 6. Post-Installation Maintenance Period may be extended by the Engineer if the Project is improperly maintained, appreciable replacement is required, or other corrective work becomes necessary. 7. Contractor shall schedule a monthly walkthrough inspection five (5) calendar days prior to the first thirty (30) calendar days. This notification and inspection time should continue for the duration of the maintenance period until acceptance of the work. Contractor shall correct deficiencies before the next monthly walkthrough or maintenance period shall be extended accordingly. 8. At the end of the Post-Installation Maintenance Period, all areas shall be in a weed- free condition. B. Specialty Type Operations 1. Notification shall be given to the Agency seventy-two (72) hours prior to the Contractor performing “specialty-type” operations, including but not limited to; fertilization, chemical weed abatement and turf aerification, de-thatching and fungicide applications. 2. Contractor shall apply spray chemicals when air currents are still; preventing drifting onto adjoining property and preventing toxic exposure to persons whether or not they are in, or near, the project. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 4 C. Protection 1. Contractor shall be responsible for fencing and maintaining adequate protection of the site. Costs incurred due to damage or replacement shall be the responsibility of the Contractor. D. Public Interface 1. Contractor shall be responsible for fencing and maintaining adequate protection of the site. Costs incurred due to damage or replacement shall be the responsibility of the Contractor. E. Repair and Replacement 1. Dead or dying container plant material shall be immediately replaced with material of the same species and size and guaranteed as described in these specifications. 2. Costs incurred due to repair or replacement of irrigation equipment shall be the responsibility of the Contractor. Replacement parts shall be identical to the material specified herein and on the drawings. Warranty periods in "Trees, Shrubs, Vines, and Ornamental Grasses," "Ground Covers, Biennials, Perennials, and Other Plants," and "Annuals" subparagraphs below are examples only for some categories of plants; revise or insert other plant categories to suit Project. PART 32 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 32.1 CONTAINER GROWN PLANT MATERIAL QUALITY A. Plant material shall be in accordance with the California State Department of Agriculture’s regulations for nursery inspections, rules and grading. All plants shall be of No. 1 Grade and have a normal habit of growth, and shall be sound, healthy, vigorous and free of insect infestations, plant diseases, sun scalds, fresh bark abrasions or other objectionable disfigurements. All plants shall have a normal, well-developed branch system and vigorous and fibrous root system which are not pot bound and are free of kinked or girdling roots. 32.2 CONTAINER GROWN PLANT MATERIAL A. Nursery grown stock shall be selected from high quality, well-shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 5 plants specified shall correspond with that normally expected for the species and variety of commercially available nursery stock. B. Caliper shall be the diameter of the trunk one foot (1’) above the ground surface and shall be the determining measurement for trees when specified. C. Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10%) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. D. Scientific and common names conform to customary nursery usage, Hortus Third, or the Checklist of Woody Ornamental Plants of California, Oregon, and Washington. E. Types, sizes and quantities of plant materials shall be as indicated on the drawings. The plant list shown on the drawings shall be used as a guide only; Contractor shall verify quantities by Contractor’s own plan check. F. The Engineer reserves the right to refuse or reject any unsuitable plant material. Unsuitable plants shall be removed from the project site and replaced at the Contractor’s expense. New plants shall be the same species, variety, size and condition as specified. G. Pruning of plant materials shall not be done prior to delivery. After planting, as directed by the Engineer, pruning shall be limited that which is necessary to remove injured twigs and branches, deadwood, and suckers. H. Plant material specified is subject to substitution based upon availability. Substituted materials shall be approved in advance by the Engineer and shall conform to the requirements of those originally specified and be supplied by the Contractor. 32.3 WOOD MULCH A. Wood mulch shall be a ground or processed wood product derived from fir or cedar, or from the bark of fir or pine, free of stones, sticks, and toxic substances harmful to plants and stabilized with nitrogen. 32.4 WEED-CONTROL BARRIERS Retain "Nonwoven Geotextile Filter Fabric" or "Composite Fabric" Paragraph below, or insert another type if required. If retaining more than one, specify or indicate on Drawings where each barrier is used. A. Nonwoven Geotextile Filter Fabric, if required: Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals, alkalis, and acids. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 6 32.5 PESTICIDES A. General: Pesticide registered and approved by the Environmental Protection Agency (EPA), acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. 32.6 POST INSTALLATION MAINTENANCE Retain "Slow-Release Watering Device" Paragraph below if required. A. Fertilizer: Provide fertilizer as specified in Fertilizer Article. PART 33 - EXECUTION 33.1 MATERIAL DELIVERY AND INSPECTION A. Plant material shall be delivered with legible identification labels, handled and stored adequately to maintain a healthy condition. They shall be protected from drying out, windburn or any other injury. Container plant material shall not be picked up by stems or trunks. B. Inspection of plant materials required by County of Orange along with State or Federal authorities shall be the responsibility of the Contractor. Secure any permits or certificates, if required by the jurisdiction having authority, prior to delivery of plants to project site. C. Plants shall be inspected and approved by the Engineer, at the Contractor’s source prior to delivery to the project site and until acceptance of the work, for size, variety, condition, latent defects and injuries. Engineer to provide acceptance letter to the Agency after delivery of the plant material to the project site. 33.2 FINISH GRADING A. Finish grading shall be completed prior to weed abatement operations. The Agency, at its own expense, may conduct a soils test at the completion of grading operations. See Section 31 20 00 for additional grading requirements. 33.3 WEED ABATEMENT OPERATIONS A. The irrigation system, soil preparation operations, and finish grade shall be approved by the Engineer prior to weed abatement operations. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 7 B. Contractor shall operate the irrigation system to keep planting areas uniformly moist for a period of two (2) weeks (14 calendar days). At the end of the two (2) week period, Contractor shall spray all visible weeds with an approved non-selective, post emergent herbicide. Application rate and method shall be recommended by the manufacturer. After spraying, planting areas shall remain unwatered for a minimum of forty-eight (48) hours. C. After seven (7) calendar days from the chemical application, weeds and debris shall be disposed of off-site. D. Contractor shall apply spray chemicals when air currents are still; preventing drifting onto adjoining property and preventing any toxic exposure to persons whether or not they are in or near the project. E. After weed abatement operations, and as determined by the Engineer, planting areas shall be scarified to a depth not to exceed one inch (1”). The Engineer shall approve weed abatement operations prior to hyrdroseeding, if applicable. F. Weeds and debris shall be disposed of off-site. 33.4 INSTALLATION OF CONTAINER GROWN PLANT MATERIAL Retain applicable paragraphs in this article. A. Plant trees, shrubs, and ground cover as indicated on the drawings and specified herein as soon as the site and weather conditions are suitable. B. Planting operations shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be suspended. When special conditions warrant a variance to the planting operations proposed planting times shall be submitted to and approved by the Engineer. C. Install trees before turf is installed, if applicable. Retain "Backfill" Subparagraph below if backfill or planting-soil type is not indicated on Drawings; revise to suit Project. D. Stake plant locations and secure approval from the Engineer before excavating pits, making necessary adjustments as requested by the Engineer. E. Excavated pits shall have vertical, roughened sides, and uncompacted bottoms. Glazed surfaces created by using an auger shall be scarified. Dust sides of pits with gypsum before backfilling. F. Plants shall be set plumb and held into position until sufficient soil/backfill has been firmly placed around roots or ball. Container-grown material shall be installed such that the collars of the plants are slightly higher than immediate adjacent grades. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 8 G. Containers shall be opened and removed in such a manner that the plant root ball is not injured. Non-biodegradable containers of platforms shall be removed without damage to the plant or root system. Biodegradable containers shall be split. H. Test for percolation shall be done to determine positive drainage of plant pits. The Engineer shall be notified of all soil and drainage conditions detrimental to growth of plant material. Contractor shall submit proposal for correcting the condition. I. Trees shall be staked at time of planting as indicated on the drawings. J. Unsuitable soil encountered in excavation shall be disposed of off-site and acceptable soil shall be provided. K. Water all planting areas thoroughly after installation of plant materials. Additional backfill shall be added to fill voids caused by water settlement. L. Inspection of all planting shall be made at the end of the construction to establish the time for the beginning of the Post-Installation Maintenance Period. M. Except in turf areas, plants shall be set in a temporary watering basin as indicated on the drawings. N. Areas around the plants shall be regarded to indicated finish grade. 33.5 PLANTING AREA MULCHING Retain first paragraph below if required. A. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Mulch in Planting Areas: Apply thickness as indicated on drawings of mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch within 6 inches of trunks or stems. 33.6 POST INSTALLATION MAINTENANCE PERIOD A. Weed Control. 1. Before weeds exceed two inches (2”) in height, they shall be removed and disposed of off-site. Serious weed pests (i.e. blackberry, nut sedge or bind weed) shall be sprayed with an approved non-selective, post-emergent herbicide and left in place for seven (7) calendar days. Application rate and method shall be as recommended by the manufacturer. As determined by the Engineer, a second application shall be made seven (7) days after the first application. With both applications, areas sprayed shall remain unwatered for a minimum of forty-eight (48) hours. Dead weeds shall be removed seven (7) calendar days after second application and disposed of off-site. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 9 2. If the Engineer notifies the Contractor of failure to control weeds as specified herein, the Contractor shall kill all weeds within ten (10) calendar days of such notification. The Post-Installation Maintenance Period will be extended for every day after ten (10) calendar days until such weeds have been killed. B. Irrigation System. 1. Contractor shall operate the irrigation system automatically and shall properly and completely maintain all parts of the irrigation system during both the Post- Installation Maintenance Period. 2. Contractor shall adjust irrigation system to deliver water in sufficient quantities to maintain plant material in a healthy condition and adjust water application to compensate for seasonal conditions. 3. Irrigation system is designed for watering five (5) days a week, 11 p.m. to 4 a.m. with even distribution. C. Trees and Shrubs. 1. Installed plants shall be maintained in a healthy growing condition. Maintenance operations shall begin immediately after each plant is installed and shall continue until the post-installation maintenance period commences. This maintenance shall include, but not be limited to: watering, pruning, wound dressing, straightening, and other industry-related, customary and necessary procedure for healthy and vigorous growth. Plant beds and earth saucers shall be kept free of weeds, grass, and other undesirable vegetation. Plants shall be checked for settlement and shall be reset at proper grade as necessary. Run-off, puddling, and wilting shall be prevented. 2. Fifteen (15) calendar days after the beginning of the Post-Installation Maintenance Period, container plant material as part of the Contract shall be fed with a commercial fertilizer at rates recommended by the manufacturer. No fertilizer shall be applied directly at the crown and/or during the months of September through February. 3. Dead or dying plant material shall be immediately replaced with material of the same species and size and guaranteed as described in these specifications. 4. Trees planted as part of the Contract shall be pruned or headed back, as requested by the Engineer, to eliminate diseased or damaged growth, reduce the risk of toppling or wind damage, maintain growth within space limitations, maintain natural appearance, and to balance the crown with the root structure. 5. Staking of trees shall be checked frequently for damage, and to prevent chafing and girdling. Costs incurred due to damage or replacement of staking materials shall be the responsibility of the Contractor. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 PLANTS 329300 - 10 6. Contractor shall provide a clearance of not less than seven feet (7’) in height over walks, slabs and active play areas, and not less than fourteen feet (14’) in height over roadways. 7. As approved by the Engineer, all wounds over one and one-half inch (1 ½”) in diameter may be sealed with a tree seal. 33.7 GUARANTEE A. Contractor shall guarantee new trees through one (1) full year after the date of acceptance of the work. END OF SECTION 329300 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 329310 – NON VEGETATIVE SITE MATERIALS Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 34 - GENERAL 34.1 SCOPE OF WORK A. Contractor shall provide all labor, materials, tools, equipment, and incidentals for establishing subgrade, ensuring flow lines are maintained, performing weed abatement operations and furnishing, loading, hauling, and placing non-vegetative surface or subbase materials as indicated on the drawings and specified herein. Retain subparagraph below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 34.2 MATERIAL SAMPLES Retain terms that remain after this Section has been edited for a project. A. Contractor shall submit samples of materials to the Engineer for review and approval prior to purchase and installation. 34.3 QUALITY MEASUREMENT A. Quantities of non-vegetative surface materials will be as measured in place and compensated for at the Contract unit prices bid. B. Quantities of non-vegetative subsurface materials shall be as indicated in the unit price bid for the various item of work. 34.4 PROTECTION A. Contractor shall provide all necessary protection to prevent injury to humans, animals, or adjacent plant life and property occasioned by application of weed abatement materials or soil sterilent for decomposed granite. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 2 Retain paragraph below if required. Revise to suit Project. B. Contractor will be held responsible for all personal injury or property damage caused by application or storage of such materials. Warranty periods in "Trees, Shrubs, Vines, and Ornamental Grasses," "Ground Covers, Biennials, Perennials, and Other Plants," and "Annuals" subparagraphs below are examples only for some categories of plants; revise or insert other plant categories to suit Project. PART 35 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 35.1 DECOMPOSED GRANITE A. Decomposed granite shall be the product of crushing rock or gravel; clean, hard, sound durable, uniform in quality, and free of any detrimental quantity of soft, friable, think elongated or laminated pieces, disintegrated material, organic matter, oil or other deleterious material. B. B. Color shall be as indicated on the drawings. Contractor shall submit a sample to Engineer prior to purchase of material. C. C. Soil sterilent for decomposed granite areas shall be Lacco-Bor by Los Angeles Chemical Company, Spike 8OW by Elanco Products, Poly-Bor-Chlorate by United States Borox and Chemical Corporation, or an approved equal. D. D. Soil stabilizer, if applicable, for decomposed granite areas shall be Polypavement by Polypavement (323-954-2240), Soil Secure by Southwest Boulder & Stone (800-540- 1147), or approved equal. PART 36 - EXECUTION 36.1 INSTALLATION A. Contractor shall furnish and place decomposed granite on compacted and sterilized subgrade in areas as indicated on the drawings and according to the details. B. If applicable, thoroughly blend the stabilizer into the decomposed granite by mechanical means per manufacturer’s recommendations. C. Prior to placing the decomposed granite surfacing, the subgrade shall be cleaned of all foreign substances. Ruts or soft, yielding spots that may appear in subgrade, areas Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 3 having inadequate compaction, and deviations of the surface from requirements set forth therein shall be corrected by loosening, removing, and by adding approved material, reshaping to line and grade, and recompacting to specified density requirements and as approved by the Engineer. D. Soil sterilent shall be applied per manufacturer’s recommendation and applied by or under the direct supervision of someone holding a State of California Qualified Application Certificate. E. Material shall be level to a uniform thickness so that the layer, after compaction, will not be less than the indicated thickness. F. Decomposed granite shall be compacted to at least eighty-five (85%) of maximum density obtainable and shall be hyrdoseeded as turf. G. Finish surface shall not vary more than two one-hundredths foot (0.02’) from required grades adjacent to both paved and unpaved areas. H. Adjustments shall be made in placing, spreading, or finishing procedures as may be directed by the Engineer to obtain a uniform layer thickness and true grades, to minimize segregation and degradation where pertinent, to reduce or increase water content, and to insure a satisfactory course. I. Materials found unsatisfactory shall be replaced or reworked at the Contractor’s expense to produce satisfactory material. 36.2 GUARANTEE A. Contractor shall guarantee new trees through one (1) full year after the date of acceptance of the work. END OF SECTION 329310 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 329310 – NON VEGETATIVE SITE MATERIALS Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 37 - GENERAL 37.1 SCOPE OF WORK A. Contractor shall provide all labor, materials, tools, equipment, and incidentals for establishing subgrade, ensuring flow lines are maintained, performing weed abatement operations and furnishing, loading, hauling, and placing non-vegetative surface or subbase materials as indicated on the drawings and specified herein. Retain subparagraph below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 37.2 MATERIAL SAMPLES Retain terms that remain after this Section has been edited for a project. A. Contractor shall submit samples of materials to the Engineer for review and approval prior to purchase and installation. 37.3 QUALITY MEASUREMENT A. Quantities of non-vegetative surface materials will be as measured in place and compensated for at the Contract unit prices bid. B. Quantities of non-vegetative subsurface materials shall be as indicated in the unit price bid for the various item of work. 37.4 PROTECTION A. Contractor shall provide all necessary protection to prevent injury to humans, animals, or adjacent plant life and property occasioned by application of weed abatement materials or soil sterilent for decomposed granite. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 2 Retain paragraph below if required. Revise to suit Project. B. Contractor will be held responsible for all personal injury or property damage caused by application or storage of such materials. Warranty periods in "Trees, Shrubs, Vines, and Ornamental Grasses," "Ground Covers, Biennials, Perennials, and Other Plants," and "Annuals" subparagraphs below are examples only for some categories of plants; revise or insert other plant categories to suit Project. PART 38 - PRODUCTS See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." 38.1 DECOMPOSED GRANITE A. Decomposed granite shall be the product of crushing rock or gravel; clean, hard, sound durable, uniform in quality, and free of any detrimental quantity of soft, friable, think elongated or laminated pieces, disintegrated material, organic matter, oil or other deleterious material. B. B. Color shall be as indicated on the drawings. Contractor shall submit a sample to Engineer prior to purchase of material. C. C. Soil sterilent for decomposed granite areas shall be Lacco-Bor by Los Angeles Chemical Company, Spike 8OW by Elanco Products, Poly-Bor-Chlorate by United States Borox and Chemical Corporation, or an approved equal. D. D. Soil stabilizer, if applicable, for decomposed granite areas shall be Polypavement by Polypavement (323-954-2240), Soil Secure by Southwest Boulder & Stone (800-540- 1147), or approved equal. PART 39 - EXECUTION 39.1 INSTALLATION A. Contractor shall furnish and place decomposed granite on compacted and sterilized subgrade in areas as indicated on the drawings and according to the details. B. If applicable, thoroughly blend the stabilizer into the decomposed granite by mechanical means per manufacturer’s recommendations. C. Prior to placing the decomposed granite surfacing, the subgrade shall be cleaned of all foreign substances. Ruts or soft, yielding spots that may appear in subgrade, areas Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 NON VEGETATIVE SITE MATERIALS 329310 - 3 having inadequate compaction, and deviations of the surface from requirements set forth therein shall be corrected by loosening, removing, and by adding approved material, reshaping to line and grade, and recompacting to specified density requirements and as approved by the Engineer. D. Soil sterilent shall be applied per manufacturer’s recommendation and applied by or under the direct supervision of someone holding a State of California Qualified Application Certificate. E. Material shall be level to a uniform thickness so that the layer, after compaction, will not be less than the indicated thickness. F. Decomposed granite shall be compacted to at least eighty-five (85%) of maximum density obtainable and shall be hyrdoseeded as turf. G. Finish surface shall not vary more than two one-hundredths foot (0.02’) from required grades adjacent to both paved and unpaved areas. H. Adjustments shall be made in placing, spreading, or finishing procedures as may be directed by the Engineer to obtain a uniform layer thickness and true grades, to minimize segregation and degradation where pertinent, to reduce or increase water content, and to insure a satisfactory course. I. Materials found unsatisfactory shall be replaced or reworked at the Contractor’s expense to produce satisfactory material. 39.2 GUARANTEE A. Contractor shall guarantee new trees through one (1) full year after the date of acceptance of the work. END OF SECTION 329310 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE FURNITURE AND AMENITIES 329320 - 1 Copyright 2011 by The American Institute of Architects (AIA) Exclusively published and distributed by Architectural Computer Services, Inc. (ARCOM) for the AIA SECTION 329320 – SITE FURNITURE AND AMENITIES Revise this Section by deleting and inserting text to meet Project-specific requirements. This Section uses the term "Architect." Change this term to match that used to identify the design professional as defined in the General and Supplementary Conditions. PART 40 - GENERAL 40.1 SCOPE OF WORK A. Contractor shall provide all labor, materials, tools, equipment, and incidentals to furnish, assemble and install Site Furniture and Amenities as indicated on the drawings and specified herein, including but not limited to excavation and backfilling, fine grading, footings, painting, and related appurtenances. Retain subparagraph below to cross-reference requirements Contractor might expect to find in this Section but are specified in other Sections. 40.2 SUBMITTALS Retain terms that remain after this Section has been edited for a project. A. Within fifteen (15) calendar days after award of Contract and at least thirty (30) days prior to installation, Contractor shall submit shop drawings or manufacturer’s cut sheets to the Agency in triplicate. One (1) set will be returned to the Contractor. 40.3 SUBSTITUTIONS A. No substitution for Site Furniture and Amenities will be considered which is based on material delivery schedules, fabrication by Contractor, manufacturer carrying less than $1,000,000 product liability insurance or wood members of a different species, quality, or dimension. 40.4 REPAIR AND REPLACEMENT A. Method of repair to damaged finished surfaces shall be as approved by the Agency and shall match the original finish. Retain paragraph below if required. Revise to suit Project. Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE FURNITURE AND AMENITIES 329320 - 2 B. Costs incurred for repair or replacement of defective or damaged work, rejected materials or workmanship shall be the responsibility of the Contractor. Warranty periods in "Trees, Shrubs, Vines, and Ornamental Grasses," "Ground Covers, Biennials, Perennials, and Other Plants," and "Annuals" subparagraphs below are examples only for some categories of plants; revise or insert other plant categories to suit Project. PART 41 - PRODUCTS 41.1 Basis of design products shall be provided per drawings: A. Litter Receptacle B. Drinking Fountain C. Gates D. Bike Rack E. Picnic Table F. Privacy Screen G. Interpretive Sign H. Villager Entry Sign I. Directional Marker J. Ramada K. Kiichas L. Boulders M. Corrone Statue See Editing Instruction No. 1 in the Evaluations for cautions about named manufacturers and products. For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 SITE FURNITURE AND AMENITIES 329320 - 3 PART 42 - EXECUTION 42.1 INSTALLATION A. Contractor shall install all Site Furniture and Amenities in accordance with the manufacturer’s recommendations for each item of work and as indicated on the drawings and specified herein. B. Staked locations for Site Furniture and Amenities shall be approved by the Agency prior to digging for footings or installation. C. Metal components, connections and fastenings shall be free of any burrs or sharp points and edges. END OF SECTION 329320 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 329320 - 4 EXHIBIT “A” CHANGE ORDER FORM City of San Juan Capistrano Contract Change Order # Project: Change Order No.: Orig. Contract Amt.: $ Days Contract No.: Contractor: Prev. Appvd. Changes: $ Days Owner: City of San Juan Capistrano This Change: $ Days Revised Contract Amt.: $ Days This Change Order covers changes to the subject contract as described herein. The Contractor shall construct, furnish equipment and materials, and perform all work as necessary or required to complete the Change Order items for a lump sum price agreed upon between the Contractor and City of San Juan Capistrano, otherwise referred to as Owner. Item No. Description of Changes Increase/ (Decrease) in Contract Amount Contract Time Extension, Days 1 2 Totals $ This Contract Change Order consists of 2 pages and any exhibits attached to this Contract Change Order shall not be part of the Contract Change Order unless specifically initialed by or on behalf of both the Contractor and the City of San Juan Capistrano. Contract Change Order # Page 1 of 2 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Northwest Open Space Park San Juan Capistrano, CA February 4, 2020 329320 - 5 The amount of the contract will be increased by the sum of $ and the contract time shall be extended by working days. The undersigned Contractor approves the foregoing Change Order # as to the changes, if any, in the contract price specified for each item including any and all supervision costs and other miscellaneous costs relating to the change in work, and as to the extension of time allowed, if any, for completion of the entire work on account of said Change Order #. The Contractor agrees to furnish all labor and materials and perform all other necessary work, inclusive of the directly or indirectly related to the approved time extension, required to complete the Change order items. This document will become a supplement of the contract and all provisions will apply hereto. It is understood that the Change Order shall be effective when approved by the Owner. Contractor accepts the terms and conditions stated above as full and final settlement of any and all claims arising out of or related to the subject of this Change Order and acknowledges that the compensation (time and cost) set forth herein comprises the total compensation due for the work or change defined in the Change Order, including all impact on any unchanged work. By signing this Change Order, the Contractor acknowledges and agrees that the stipulated compensation includes payment for all Work contained in the Change Order, plus all payment for any acceleration or interruption of schedules, extended overhead costs, delay, and all impact or cumulative impact on all Work under this Contract. The signing of this Change Order acknowledges full mutual accord and satisfaction for the change and that the stated time and/or cost constitute the total equitable adjustment owed the Contractor as a result of the change. The Contractor hereby releases and agrees to waive all rights, without exception or reservation of any kind whatsoever, to file any further claim or request for equitable adjustment of any type, for any reasonably foreseeable cause that shall arise out of, or as a result of, this Change Order and/or its impact on the remainder of the Work under the Contract. Accepted: (Signature) Contractor’s Authorized Representative Date Recommended: (Signature) [**INSERT NAME, TITLE**] Date Approved: (Signature) [**INSERT NAME, TITLE**] Date Item No. Justification for Change(s) 1 2 This Contract Change Order consists of 2 pages and any exhibits attached to this Contract Change Order shall not be part of the Contract Change Order unless specifically initialed by or on behalf of both the Contractor and the City of San Juan Capistrano. Contract Change Order # Page 2 of 2 i \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx TABLE OF CONTENTS 1.0 INTRODUCTION ............................................................................................................. 1 2.0 DATA REVIEW, FIELD EXPLORATION, AND LABORATORY TESTING ....................... 5 3.0 SITE CONDITIONS ......................................................................................................... 6 3.1 SURFACE CONDITIONS ............................................................................................ 6 3.2 SUBSURFACE CONDITIONS ..................................................................................... 6 3.3 OFF-SITE BORROW MATERIAL SOURCE ................................................................ 7 4.0 CONCLUSIONS AND RECOMMENDATIONS ................................................................ 8 4.1 SEISMIC/GEOLOGIC HAZARDS ................................................................................ 8 4.2 EARTHWORK ............................................................................................................10 4.2.1 Site Preparation and Grading ..................................................................................10 4.2.2 Excavations and Temporary and Permanent Slopes ...............................................13 4.2.3 Drainage..................................................................................................................14 4.3 FOUNDATION DESIGN..............................................................................................14 4.4 RESISTANCE TO LATERAL LOADS AND LATERAL EARTH PRESSURES .............14 4.5 SLABS-ON-GRADE AND CONCRETE FLATWORK ..................................................16 4.6 UTILITY TRENCHES ..................................................................................................17 4.7 PAVEMENT THICKNESS DESIGN ............................................................................18 4.8 SOIL CORROSION POTENTIAL ................................................................................19 4.9 INFORMATION FOR BMP ..........................................................................................20 5.0 PLAN REVIEW, CONSTRUCTION OBSERVATION, AND TESTING ............................21 6.0 LIMITATIONS .................................................................................................................22 7.0 BIBLIOGRAPHY .............................................................................................................23 LIST OF TABLES Table 1 - SUMMARY OF GEOTECHNICAL CHARACTERISTICS ............................................. 7 Table 2 - GEOTECHNICAL DESIGN PROFILE ......................................................................... 7 Table 3 - SEISMIC/GEOLOGIC DESIGN CRITERIA ................................................................. 9 Table 4 - IMPORT FILL AND SELECT BACKFILL CRITERIA ...................................................13 Table 5 - CORROSION POTENTIAL ........................................................................................20 LIST OF FIGURES Figure 1 - VICINITY MAP ........................................................................................................... 2 Figure 2 - SITE PLAN ................................................................................................................ 3 Figure 3 - GRADING/FOUNDATION DETAILS .........................................................................11 Figure 4 - LATERAL EARTH PRESSURES ..............................................................................15 Figure 5 - RETAINING OR BASEMENT WALL DRAINAGE......................................................16 Figure 6 - PIPELINE BACKFILL SCHEMATIC ..........................................................................18 Figure 7 - PARKING LOT PAVEMENT THICKNESS ................................................................19 ii \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx LIST OF APPENDICES FIELD EXPLORATION APPENDIX A - LABORATORY TESTING APPENDIX B - LIQUEFACTION AND SEISMIC SETTLEMENT ANALYSES APPENDIX C - iii \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx LIST OF ABBREVIATIONS AND ACRONYMS ACI American Concrete Institute ASCE American Society of Civil Engineers ASTM ASTM International bgs below ground surface BMP best management practice Caltrans California Department of Transportation CBC California Building Code CGS California Geological Survey CLE code-level earthquake CPT Cone Penetration Test CRR cyclic resistance ratio CSR cyclic stress ratio CTM Caltrans test method DYA DiazYourman & Associates FS factor of safety GPS global positioning system ksf kips per square foot MCE maximum credible earthquake MSE mechanically stabilized earth MSF magnitude scaling factor OSHA United States Occupational Safety and Health Administration pcf pounds per cubic foot PGA peak ground acceleration ppm parts per million psf pounds per square foot SCRRA Southern California Regional Rail Authority SEI Structural Engineers Institute SPT standard penetration test tsf tons per square foot USA Underground Service Alert USBR United States Bureau of Reclamation USGS United States Geological Survey WVTR water vapor transmission rate 1 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 1.0 INTRODUCTION This revised report presents the results of the additional geotechnical services performed by DiazYourman & Associates (DYA) for the proposed Community Park (Project) in San Juan Capistrano, California. NUVIS authorized this work on May 11, 2017. The original report was provided by DYA to NUVIS on October 16, 2014. The report was subsequently revised based on modifications to the Project scope by the design team and resubmitted on December 19, 2014 (DYA, 2014). Revisions included herein are based on further modifications to the Project scope by the design team. The Project is located adjacent to Hamilton Oaks Winery at 29943 Camino Capistrano in San Juan Capistrano, California, as shown on the Vicinity Map, Figure 1. The Project will consist of an approximately 13.5-acre park located between the Southern California Regional Rail Authority (SCRRA) railroad tracks and Camino Capistrano. Structures proposed at the site include one restroom building. The park will also include infiltration devices as best management practice (BMP) to collect storm water. To accommodate drainage of storm water to the proposed BMPs, existing grades will be altered. Additionally, earthen mounds are proposed as aesthetic and sound attenuation features at various locations on site. The approximate layout of the proposed Project is shown on the Site Plan, Figure 2. The foundation loads of the proposed structures are not known at this time; however, we expect spread footing loads to be less than 2 kips per square foot (ksf). 2 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Figure 1 - VICINITY MAP ©2014 Google SITE SI GNSI GN 10022138537.926128572.24204.36 10042137801.296127971.29195.37 200200200 200 200 200 200205195 195 200 205200195205 205 205205 205 205 205205 205 205 20019519520020 0 19 5 200200 200 200 2002002002001 95200 TREES TREES TREES TREES TREES TREES TREES TREES TREES TREES TREES N10°06'30"E11.46'N76°30'40"E 4.67'N29°05'20"E93.92'N73°21'30" E 359.94' 1 3 2 N 2138447.7727E 6128545.2623 N 2138479.3900E 6128545.6368 N 2138437.1422E 6128528.3477 N83°33'39"E 653.73'11+0012+0013+0014+0014+3510+ 6 7 . 0 1 P C 11+18.53 PT 12+25.43 PC 12+57.89 P R C 13+57.26 PT 14+35.36 EP 8+409+0010+0011 + 0 0 12 + 0 0 13+ 0 0 14+00 14+99 8+3 9 . 5 5 B P 9+66.90 P C C 10+32.93 PCC10+99.88 PT12+50.57 PC14+06.62 PT14+99.32 EPSTATION=13+79. 6 8 OFFSET=0.00'2010+001+002+003+006+006+1620220320 4 20 3 202201201201202203206 206 205 204 200199198197 201 CH LK FENCE203.79 12AC BERM203.99 13AC FS203.53 14 FG203.73 21 EP204.06 22 EDGE CONC204.27 23 CO NC FS204.37 24 EDGE CONC204.22 25 AC FS204.01 26AC BERM204.48 27 CH LK FENCE204.01 28 WAT ER VA LVE204.06 29 GA S VALVE203.84 30 EP A P204.11 31 EP203.24 32FL203.47 33FL203.72 34 FL203.91204.40AC BERM204.49 42 AC BERM204.08 43 AC BERM203.58 44FL-30"CMP202.22 45EP204.34 46 EDGE CONC204.71 47 CO NC FS204.80 48 EDGE CONC204.74 49 AC FS204.53 50AC BERM204.99 51 CH LK FENCE204.52 52 SIGN204.43 53AC AP205.26 54 CH.LK.AP205.37 55 CH.LK.AP206.03 56 GA TE205.75 57 STU MP 27"206.80 58 CH LK FENCE207.06 59 EP205.04NAT GRD206.06 87 NAT GRD206.10 88 NAT GRD205.78 89 NAT GRD205.54 90 NAT GRD205.45 91 NAT GRD205.64 92 NAT GRD206.42 93 NAT GRD205.85 94 NAT GRD205.59 95 NAT GRD205.95 96 NAT GRD206.00 97 NAT GRD206.31 98 IRR VALVE207.47 99 IRR VALVE206.14 100 TOP206.84 129 V-GU TTER202.84 130 V-GU TTER201.60 131 TOP205.52 132 FORKED AVO.206.74 133 FORKED AVO.206.29 134 TOP205.85 135 CO NTROL204.65 136 NAT GRD206.74 137 NAT GRD206.78 138 NAT GRD206.57 139 NAT GRD206.90 140 NAT GRD207.02 141 NAT GRD206.80 142 EDGE DRIVE207.15 143 EDGE DRIVE206.89 144 EDGE DRIVE206.51 145 EDGE DRIVE206.74 146 EDGE DRIVE206.65 147 EDGE DRIVE206.48 148 PO ST205.99 149 PO ST206.53 150WOO D FENCE206.56 151 NAT GRD206.78 152 WOO D FENCE205.94 153 NAT GRD205.94 154 NAT GRD205.65 155 WOO D FENCE205.15 156 EDGE DRIVE205.77 157 EDGE DRIVE206.23 158 WOO D FENCE206.09 159 TOP206.09 160 TOP206.58 161 SS CO NC.PAD207.02 162 SS CO NC.PAD207.02 163SS CO NC.PAD206.99 164SS CO NC.PAD207.01 165 TOP205.53 166WOO D FENCE205.51 167EDGE DRIVE205.62 168EDGE DRIVE205.35 169WOO D FENCE205.14 170 NAT GRD205.16 171 NAT GRD204.76 172 WOO D FENCE204.70 173 WOO D FENCE205.04 174EDGE DRIVE205.10 175EDGE DRIVE204.85 176 TOP205.19 177 TOP204.91 178TOP204.87 179 TOP204.48 180 TOP204.63 181 TOP204.38 182WOO D FENCE204.56 183EDGE DRIVE204.81 184EDGE DRIVE204.50 185WOO D FENCE204.25 186NAT GRD204.27 187 WOO D FENCE204.07 188NAT GRD203.84 189 NAT GRD203.79 190 NAT GRD203.41 191 NAT GRD202.94 192 NAT GRD202.33 193 NAT GRD201.89 194 NAT GRD202.38 195 WOO D FENCE202.35 196 NAT GRD202.37 197 NAT GRD203.27 198 NAT GRD203.44 199 NAT GRD203.71 200 NAT GRD203.63 201 WOO D FENCE203.89 202 EDGE DRIVE204.03 203 EDGE DRIVE204.12 204 WOO D FENCE203.96 205 TOP204.27 206 WOO D FENCE203.49 207 TOP203.46 208WOO D FENCE203.30 209EDGE DRIVE203.50 210EDGE DRIVE203.46 211WOO D FENCE203.21 212NAT GRD203.14 213 EDGE DRIVE202.71 214 EDGE DRIVE203.26 215 WOO D FENCE202.98 216 TOP202.31 217 TOP202.65 218WOO D FENCE202.75 219EDGE DRIVE203.09 220EDGE DRIVE202.48 221WOO D FENCE202.01 222 WOO D FENCE202.23 223NAT GRD201.30 224 NAT GRD202.23 225 EDGE DRIVE202.61 226 EDGE DRIVE203.22 227 WOO D FENCE202.94 228TOP202.80 229 WOO D FENCE202.28 230 WOO D FENCE202.74 231 WOO D FENCE202.51 232 TOE194.37 233 TOE194.26 234 TOE193.84 235 TOE193.13 236 TOE193.12 237 TOE192.95 238 CO NTROL202.43 239 WOO D FENCE202.50 240 EDGE DRIVE202.96 241 EDGE DRIVE203.07 242 EDGE DRIVE202.81 243 EDGE DRIVE202.74 244 WOO D FENCE202.46 245 TOP201.87 246 TOP202.31 247 WOO D FENCE202.40 248 EDGE DRIVE202.27 249 EDGE DRIVE202.19 250 WOO D FENCE202.21 251 PO WER POLE202.10 252 NAT GRD201.75 253 NAT GRD202.27 254 195200 200200 TREES PP PP PP BR BR BR BR @A ED ED @A A A A Proposed Restroom DYB14-01 DYC14-01 DYC14-02 DYB14-02 DYB14-03 DYP17-01 DYP17-02 Figure 2 - SITE PLANDocument Path: K:\datafls\PROJECTS\2014\2014-029.01\Figures\GIS\Site Plan.mxd0 10050Feet ¯ Legend DYA Field Exploration Locations @A Boring ED Cone Penetration Test A Percolation Test Proposed Imporvements Source: NUVIS, 2017 4 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx The site is currently undeveloped, and the proposed improvements will likely alter current storm water runoff and infiltration patterns or rates. The purpose of DYA's services was to provide geotechnical input for the design of the proposed Project. The scope of our services consisted of the following tasks:  Reviewing data.  Conducting a field exploration.  Performing laboratory tests on selected samples.  Performing engineering analyses to develop conclusions and recommendations regarding the following: o Subsurface conditions o Geology and seismic hazards o Site preparation and grading o Foundation type and allowable bearing capacity o Estimated total and differential foundation settlements o Resistance to lateral loads o Lateral earth pressures o Infiltration rates o Soil corrosion potential o Off-site borrow stockpile suitability  Preparing this report. 5 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 2.0 DATA REVIEW, FIELD EXPLORATION, AND LABORATORY TESTING Geotechnical data from the Project vicinity presented in previous reports were reviewed to supplement site data collected during this exploration. A list of the documents reviewed is presented in the bibliography (Section 7.0). The initial field exploration, conducted on August 20, 2014, consisted of hand-augering three soil borings, performing one percolation test, and advancing two cone penetration tests (CPT) at the locations shown on Figure 2. An additional field exploration, consisting of two hand-augered soil borings and two percolation tests, was perfomed on June 6, 2017, to obtain supplemental subsurface data. The field exploration locations, shown on Figure 2, were chosen to provide areal coverage of the Project site for infiltration rates, grading, and data for foundation design. The boring and CPT depths, ranging from approximately 1 to 22 feet below ground surface (bgs), were planned to extend to the depth of significant influence of the proposed loads and to investigate liquefaction potential and were terminated upon encountering refusal at shallower than planned depths. The percolation tests were performed at 5 feet bgs to estimate infiltration rates near the anticipated zones of infiltration. Details of the field exploration, including sampling procedures and boring logs are presented in Appendix A. Soil samples collected from the borings were re-examined in the laboratory to substantiate field classifications. Selected soil samples were tested for moisture content, dry density, grain-size distribution, percent passing the No. 200 sieve, consolidation, shear strength, compaction characteristics, and corrosion potential (pH, electrical resistivity, soluble chlorides, and soluble sulfates). The soil samples tested are identified on the boring logs. The samples collected for the direct shear and consolidation tests were disturbed; therefore, the samples were remolded to 90 percent relative compaction1 before testing. Laboratory test data are summarized on the boring logs in Appendix A and presented on individual test reports in Appendix B. 1 Relative compaction refers to the in-place dry density of soil expressed as a percentage of the maximum dry density of the same material, as determined by the ASTM International (ASTM) D1557 test method. Optimum moisture content is the moisture content corresponding to the maximum dry density, as determined by the ASTM D1557 test method. 6 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 3.0 SITE CONDITIONS 3.1 SURFACE CONDITIONS At the time of our exploration, the site was vacant except for a gravel-surfaced parking area, a gravel roadway, miscellaneous farming equipment, and scattered landscaping. The existing ground surface elevation ranged from approximately 190 to 220 feet. SCRRA railroad tracks and Oso Creek were located west of the Project area. 3.2 SUBSURFACE CONDITIONS The subsurface soils generally consisted of silty sands underlain by poorly graded sand with varying amounts of gravel. The thicknesses of the different subsurface materials varied across the Project site and are idealized as presented in Table 1 and Table 2. Moisture contents of soils encountered appeared very dry of optimum. Groundwater was encountered at a depth of 18 feet bgs during CPT operations. However, the depth to groundwater near the Project site has been reported to be as high as 5 feet bgs (California Geological Survey [CGS], 2001). The groundwater will vary depending on the water level in Oso Creek. 7 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Table 1 - SUMMARY OF GEOTECHNICAL CHARACTERISTICS SOIL LAYER1,2 APPROXIMATE DEPTH (feet) UNCORRECTED CPT TIP RESISTANCE (tsf) Top Bottom Silty Sand 0 4 18 Poorly Graded Sand 4 22 89 Notes: 1. Unified Soil Classification System. 2. Soils are not homogeneous and not in layers. Sands include varying amounts of silts and clays. Values provided are for the prevailing soil type in each idealized layer.  Mean values are listed.  Uncorrected = field measurements without any modification.  tsf = tons per square foot. Table 2 - GEOTECHNICAL DESIGN PROFILE SOIL LAYER1,2 ELEVATION (feet) LAYER THICKNESS (feet) TOTAL UNIT WEIGHT (pcf) FRICTION ANGLE (degrees) Silty Sand 205 to 201 4 120 31 Poorly Graded Sand 201 to 183 18 125 34 Notes: 1. Unified Soil Classification System. 2. Soils are not homogeneous and not in layers. Sands include varying amounts of silts and clays. Values provided are for the prevailing soil type in each idealized layer.  pcf = pounds per cubic foot. 3.3 OFF-SITE BORROW MATERIAL SOURCE We understand that various earthen mounds are proposed for the Project and will serve as aesthetic and sound attenuation features. The material which will be used to construct these mounds will be sourced from excess material generated on site from various earthwork operations. If more material is required, a borrow source has been identified near the site at a property owned by the City of San Juan Capistrano. The off-site borrow source is located immediately northwest of the intersection of Junipero Serra Road and Camino Capistrano. The material was tested in the laboratory for gradation properties and was found to be primarily composed of clay with significant amounts of sand and gravel. The results of the laboratory testing are provided on the boring logs in Appendix A and in individual laboratory reports in Appendix B. 8 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 4.0 CONCLUSIONS AND RECOMMENDATIONS Based on geotechnical considerations, the site is suitable for the proposed Project. The primary geotechnical consideration is the potential for seismically-induced settlement caused by liquefaction after an earthquake. The cost of ground improvement to mitigate liquefaction potential or use of pile foundations that extend below the bottom of potentially liquefiable soils are likely cost prohibitive for this Project. It is reasonable to support the proposed structure on shallow foundations placed on a mechanically stabilized earth (MSE) composite raft foundation system. The intent of the raft foundation is not to reduce the total settlement of the restroom building after a code-level earthquake, but rather to distribute the settlement more evenly across the site and reduce deformation of the foundation. This will reduce damage to the structure and prevent collapse, but the building may need repairs or replacement after a design earthquake event. The material at the proposed borrow site was found to be acceptable for usage in the construction of the earthen mounds discussed in Section 3.1. The material should not be used underneath foundations or as backfill for retaining walls. 4.1 SEISMIC/GEOLOGIC HAZARDS The site, like most of Southern California, will be subject to strong ground shaking during major earthquakes. For a structure with a period less than 0.5 seconds, the seismic design can be performed in accordance with the criteria listed in Table 3. 9 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Table 3 - SEISMIC/GEOLOGIC DESIGN CRITERIA CHARACTERISTIC CRITERIA Geographic Coordinates (Latitude/Longitude) 33.52216°, -117.67023° Site Class1 D2 Risk Catagory1 I / II / III Ss - mapped maximum considered earthquake spectral acceleration at short periods (g)1,3 1.362 S1 - mapped maximum considered earthquake spectral acceleration at 1-second period (g)1,3 0.507 Fa - site coefficient1,3 1.0 Fv - site coefficient1,3 1.5 SMS - adjusted maximum considered earthquake spectral acceleration at short periods (g)1,3 1.362 SM1 - adjusted maximum considered earthquake spectral acceleration at 1-second period (g)1,3 0.760 SDS - design spectral response accelerations at short periods (g)1,3 0.908 SD1 - design spectral response accelerations at 1-second period (g)1,3 0.507 PGA - mapped MCEG peak ground acceleration, (g)1,3 0.522 FPGA - site coefficient1,3 1.0 PGAM - mapped MCEG peak ground acceleration adjusted for site class effects, (g)1,3 0.522 Alquist-Priolo Special Study Zone4 Site outside special study zone California Seismic Hazards Mapping Act, Liquefaction Zone5 Site within liquefaction zone California Seismic Hazards Mapping Act, Landslide Zone5 Site outside landslide zone Notes: 1. California Building Code (CBC) Section 1613. 2. The site was classified as F but can be assumed to be Class D to estimate the design response spectra and CBC coefficients. 3. American Society of Civil Engineers/Structural Engineers Institute (ASCE/SEI) 7-10 mapped values obtained from U.S. Seismic Design Maps Web Application (United States Geological Survey [USGS], 2013). 4. CGS; 1994. 5. CGS; 2001.  MCE = maximum credible earthquake.  PGA = peak ground acceleration. Liquefaction analyses were based on the following:  Subsurface data from this exploration and an assumed groundwater depth of 5 feet bgs.  Youd et al., 2001, for CPTs (see Appendix C).  A PGA of 0.52 g.  An earthquake moment magnitude of 7. We judge that subsurface soils are subject to liquefaction. Liquefaction-induced settlement was estimated to be approximately 2 to 3 inches. Liquefaction evaluation and seismic settlement 10 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx calculations are presented in Appendix C. Static foundations settlements are noted in Section 4.3 and are in addition to the seismic settlements noted here. 4.2 EARTHWORK Minor earthwork (cuts and fills less than 5 feet) will be required to prepare the building pads, and provide compacted soil beneath shallow spread footings and concrete flatwork and backfill behind retaining walls. 4.2.1 Site Preparation and Grading Prior to the start of construction, the following should be performed:  All utilities should be located in the field and rerouted, removed, abandoned, or protected.  Areas to be graded for proposed improvements should be stripped of vegetation and debris, and the material removed from the site. The upper soil in areas of proposed improvements should be excavated and replaced with compacted fill as shown on Figure 3. The bottom of the excavation should be:  Scarified to a depth of 8 inches.  Moisture-conditioned to above optimum moisture content.  Compacting to at least 90 percent relative compaction. (Significant water will be required since the in situ moisture content is much lower than the optimum moisture content.) 11 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 1.5 1 1 1.5CF A A F Final Grade Existing Grade Existing Grade Final Grade NOT TO SCALE D 2% slope for 10 feet2 % slope for 10 feet A H Free Draining Material Slab on Grade D Plastic Vapor Barrier Soil FILL SECTION CUT SECTION G Geogrid II CompactedSoilCompacted E B J J J J B E LOCATION MINIMUM DIMENSIONS (feet) A. Footing Embedment Below Subgrade 1.5 B. Footing Width 1 C. Excavation Below Grade (footing) 5 D. Excavation Below Grade (slab) 5 E. Excavation Beyond Footing 5 F. Compacted Soil/Fill Below Footing 5 G. Compacted Soil/Fill Below Slab 5 H. Free-Draining Material 0.5 I. Geogrids Depth Below Footing1,2,3 1 J. Distance Between Geogrids2,3 1 PRESSURE (psf) Static (net) Allowable Bearing Capacity (FS≥3) 3,000 Increase per Foot of Depth 800 Increase per Foot of Width 500 Maximum Static Bearing Capacity (FS≥3) 4,000 Notes: 1. Geogrids should limit effect of liquefaction on structure. 2. Geogrids should be in accordance with Greenbook Table 213.2.2 (B), Biaxial S2. 3. Geogrids should be continuous.  FS = factor of safety; psf = pounds per square foot. Figure 3 - GRADING/FOUNDATION DETAILS The geogrids used to help mitigate liquefaction-induced differential settlement should satisfy the requirements noted on Figure 3. The vertical spacing and lateral extent of the geogrid is also shown on Figure 3. The geogrids should be continuous under the structure. Therefore, underground utilities should be located above the highest geogrid. Alternatively, the geogrids can be carefully cut and repaired after installing underground utilities. The repair shall consist of 12 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx a geogrid patch overlapping by at least one foot on both sides of the cut geogrid or reconnecting the existing goegrid. The geogrids should satisfy the requirements of Standard Specifications for Public Works Construction (Greenbook; Building News, 2015) Table 213.2.2 (B) Biaxial S2. The geogrid should be installed by:  Placing the geogrid on compacted fill that has been smoothed to remove surface obstructions.  Nailing one end of the geogrid with 6-inch-long “U” staples and/or other approved fasteners to the end edges of the geogrid roll.  Unrolling the geogrid without dragging.  Pulling the geogrid taut to remove any slack.  Placing fill from the fastened geogrid side to the unfastened geogrid side.  Continually tensioning the geogrid by hand.  Pinning the remaining end edges of the taut geogrid as described above.  Overlapping the geogrid by at least 12 inches.  Overlapping the geogrid in the direction of fill placement.  Pushing a new layer of fill on top of the geogrid without creating waves in the geogrid and without the construction equipment contacting the geogrid.  Compacting the new layer of fill as outlined above.  Repeating the above steps as necessary for the remaining layers of geogrid. Fill and backfill should be compacted by:  Placing in loose layers less than 8 inches thick.  Moisture-conditioning to above optimum moisture content.  Compacting to at least 90 percent relative compaction. The compacted subgrade soils should be firm, hard, and unyielding. Concrete flatwork (i.e., sidewalks, hardscape, curbs, and gutters) should be underlain by a minimum of 12 inches of compacted engineered soil compacted to at least 90 percent relative compaction and at least 2 percent above optimum moisture content. 13 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx For decomposed granite trails and paved areas, subgrade soils should be firm, hard, and unyielding and not “pumping” under the loads of the construction and paving equipment. The basement soil (subgrade) and aggregate base should be compacted to at least 95 percent relative compaction. We estimate that the shrinkage from cut to fill for the existing on-site soils to compacted fill (90 percent relative compaction) will be approximately 10 percent. Import material should meet the criteria in Table 4. Select backfill should meet the criteria in Table 4. Select backfill is material placed underneath structures and within a horizontal distance of 5 feet or one-half of the wall height, whichever is greater, behind retaining/basement walls. Table 4 - IMPORT FILL AND SELECT BACKFILL CRITERIA CRITERIA IMPORT FILL SELECT BACKFILL Maximum particle size (inches) 4 1 Maximum liquid limit (%) 10 5 Maximum plasticity index (%) 5 0 Maximum percentage passing the No. 200 sieve (%) 40 15 Minimum sand equivalent 10 20 The soils encountered in the borings are not expected to meet the criteria for select backfill. The preexisting off-site borrow source materials are expected to meet the criteria for import fill as indicated in Section 3.3. Site grading may be accomplished with conventional heavy-duty construction equipment. The fill should be compacted using soil compactors designed for compaction or a vibratory padded drum roller, as defined by the Caterpillar Performance Handbook (2015), or equivalent. However, to avoid overstressing basement or retaining walls, backfill should be compacted using lightweight compaction equipment or the walls should be braced. 4.2.2 Excavations and Temporary and Permanent Slopes The stability of temporary excavations is a function of several factors, including the total time the excavation is exposed, moisture condition, soil type and consistency, and contractor's operations. The contractor is responsible for excavation safety. As a guideline, temporary construction excavations greater than 3 feet but less than 10 feet deep should be planned with slopes no steeper than 1.5H:1V (horizontal to vertical). For steeper temporary construction 14 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx slopes or deeper excavations, shoring should be provided for stability and protection. The contractor should strictly adhere to grading requirements of City of San Juan Capistrano and applicable health and safety regulations, including those of the Occupational Safety and Health Administration (OSHA). Permanent compacted fill slopes should be planned no steeper than 2H:1V. The slopes should be paved or covered with vegetation to reduce surface erosion. 4.2.3 Drainage General site drainage criteria are outlined on Figure 3. Densely landscaped areas may require steeper gradients than those shown on Figure 3. Roof water should be collected by roof gutters and downspouts and directed away from structures into a closed drainage system or onto landscape or infiltration areas. Landscaped areas should be designed to not seep below building foundations or slabs-on-grade. Exterior grades should be no higher than the interior plastic vapor retarder. BMPs should be used. 4.3 FOUNDATION DESIGN The proposed structure can be supported on shallow foundations placed on a layer of compacted fill as shown on Figure 3. The static and temporary allowable bearing capacities include FS of at least 3 and 2, respectively, against shear failure. For properly constructed foundations supported on compacted fill, total static settlement due to the proposed structural loads is estimated to be less than ½ inch. Differential static settlements between similarly loaded footings are expected to be less than ½ inch. Most of the static settlements are expected to occur as the loads are applied or shortly thereafter. The static settlements noted above are in addition to the seismic settlements noted in Section 4.1. The proposed MSE raft foundation system is anticipated to reduce the differential settlement from the seismic event. 4.4 RESISTANCE TO LATERAL LOADS AND LATERAL EARTH PRESSURES Lateral loads can be resisted by an allowable passive soil pressure and base friction, as outlined on Figure 4 for compacted fill, applied against below-grade walls and foundation elements. The lateral resistance may be calculated using the following: 50 percent of passive resistance plus 50 percent of base friction, 100 percent passive resistance only, or 100 percent of the base friction only. 15 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 3 Drainage Backfill oa, q P Pp q (Surcharge) Fe Weep Drain  1 1 2 H H P P 0.5H P H 2H 11Select Backfill Pp = 350 H2 4,000 psf Cantilever Walls Restrained Walls µ = 0.4 P = Pa + Pq = 38 H3 + 0.4q P = Po + Pq = 58 H3 + 0.5q Notes: 1. All values of height (H) in feet, pressure (P) and surcharge (q) in psf. 2. Pp, Pa, and Po are the passive, active, and at-rest earth pressures, respectively. 3. Pq is the incremental surcharge pressure; µ is the allowable friction coefficient applied to dead normal (buoyant) loads. Fe is in addition to the active and at-rest pressures. Below groundwater, in areas of potential pipeline rupture, or areas of potential surface water infiltration, active and at-rest pressure should be reduced by 50 percent and hydrostatic pressure should be added to active and at -rest pressures. Pp should be reduced by 50 percent below the groundwater. 4. For 2H:1V slopes above the wall, increase the active and at -rest pressures by 50 percent; for 1.5H:1V slope, increase the active and at-rest pressures by 100 percent. 5. Neglect the upper 1 foot for passive pressure unless the surface i s contained by a pavement or slab. 6. In accordance with the CBC, retaining walls less than 6 feet tall need not be designed for seismic lateral force. 7. See Figure 5 for drainage details. Figure 4 - LATERAL EARTH PRESSURES The passive earth pressure and coefficient of sliding friction values presented on Figure 4 include an implicit FS of approximately 1.5 because of simplifying assumptions (e.g., neglecting wall friction, Coulomb earth pressure theory) and assumptions regarding soil slab interface, respectively. Active earth pressures on Figure 4 do not include an implicit FS. Retaining and subterranean walls should be designed to resist lateral earth pressures with the equivalent fluid pressures as illustrated on Figure 4. Lateral earth pressures are presented for walls free to rotate and restrained walls. At-rest earth pressures (restrained walls) should be used for basement walls and where the top of the wall is not expected to move laterally more than 0.001 H1 (see Figure 4). The lateral earth pressures on Figure 4 are based on natural on-site recompacted soils. See Figure 5 for typical sections of wall drains. 16 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Tendrain, or EquivalentPervious Material Granular MaterialFree-Draining 4-Inch-Diameter Impervious SoilMinimum 12-Inch 12-Inch 4-InchMinimum Minimum DrainpipePerforatedMinimum Geocomposite, MiradrainManufactured Drainage FOOTING Basement WallRetaining/ MaterialGranular4-Inch Minimum 90° Minimum Minimum 4-Inch DrainpipeMinimum Perforated 4-Inch-Diameter (Optional WithFilter Fabric FOOTING Basement WallRetaining/Impervious SoilMinimum 12-Inch MATERIAL CALTRANS SPECIFICATIONS GREENBOOK SPECIFICATIONS Free-Draining Granular Material 68-2.02 (Class 2) 300-3.5.2 Geotextile Filter Fabric 88-1.02B 300-8 Perforated Pipe 68-2.02 207-13.4 Notes:  Drainpipe should drain to an outlet.  Filter fabric wraps completely around perforated drainpipe and pervious mate rials. Figure 5 - RETAINING OR BASEMENT WALL DRAINAGE For retaining walls less than 3 feet high that have a granular select backfill (see Table 4), the wall drains on Figure 5 can be omitted. The retaining walls where the designer can show that hydrostatic lateral pressures resulting from infiltration of surface water, pipeline rupture, or groundwater will not occur, then hydrostatic pressure and wall drainage are not required. 4.5 SLABS-ON-GRADE AND CONCRETE FLATWORK Slabs-on-grade should be underlain by compacted free-draining granular materials as outlined on Figure 3. The free-draining granular material should satisfy the requirements listed in the American Concrete Institute’s (ACI) 360R-10 guideline Section 4.6.4. However, we recommend a maximum of 5 percent fines (passing the No. 200 sieve). Moisture vapor will tend to migrate through the slab-on-grade. A waterproofing specialist should be consulted. To reduce vapor migration through the floor building slab, the following should be considered:  Minimum 10-mil-thick plastic vapor barrier with joints overlapped by at least 6 inches and taped.  Sealing the plastic vapor barrier around plumbing, electrical, and other conducts.  No sand above the plastic vapor barrier. 17 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx  Minimum 7-day wet cure with no curing compounds.  Two-month drying period before floor coverings are placed.  Concrete mix design, materials, placement, curing, and finishing in conformance with the Greenbook and the ACI (ACI; 2004, 2010, 2011). The plastic vapor barrier should satisfy the requirements of ASTM International (ASTM) E1745 (Class “A”). ACI 302.1R-04 defines a vapor barrier as having a water vapor transmission rate (WVTR) of 0.00 perms, plus a testing tolerance generally of a WVTR of 0.008 perms or less when tested in accordance with ASTM E96. Note that commonly used “poly” or "visqueen” does not meet ASTM E1745 requirements. Vapor barriers should be installed in accordance with ASTM E1643. Care should be taken to seal the plastic vapor barrier and avoid puncturing the plastic vapor barrier during construction. 4.6 UTILITY TRENCHES Utility trenches (either open or backfilled) that parallel structures, pavement, or flatwork should be planned so that they do not extend below a plane with a downward slope of 1.5H:1V from the bottom edge of footings or flatwork. Temporary shoring to provide footing, pavement, flatwork, or utility support is recommended unless localized settlements on the order of 1 percent of the trench depth can be tolerated. All excavations should comply with appropriate safety standards outlined in Section 4.2.2. Utility pipes should be placed on the bottom of a neatly cut trench on a layer of bedding as outlined on Figure 6 or according to the manufacturer's recommendations, whichever is greater. Jetting should not be allowed for compaction purposes. We anticipate that the near-surface sandy soils will be suitable for use as backfill. The near-surface sandy soils should be tested to check whether they meet the criteria for bedding soils. 18 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Trench Zone Backfill Not to Scale Trench Zone Backfill A Pipe Bedding D E C B F MATERIAL MINIMUM THICKNESS (feet) MINIMUM RELATIVE COMPACTION1 (%) BACKFILL SPECIFICATIONS Caltrans Specifications Greenbook Specifications Pipe Bedding A = 0.33 or B/4 -- 19-3.02E 306-1.2.1 Pipe Zone C = 1 -- 19-3.02E 306-1.2.1 Trench Zone D varies 902 -- -- Trench Zone3 E = 2 95 -- -- Notes: 1. Based on ASTM D1557. 2. To reduce settlement, use 95 percent relative compaction. 3. E = 0 if no pavement or settlement-sensitive structures at surface.  Minimum values; use manufacturer’s recommendations if greater.  For slurry backfill, Caltrans Specification 19-3.02D (Caltrans, 2015) can be used. Figure 6 - PIPELINE BACKFILL SCHEMATIC 4.7 PAVEMENT THICKNESS DESIGN Recommended minimum dense graded hot mix asphalt (HMA) preliminary pavement sections for parking lots and access roads are presented on Figure 7. The recommended minimum preliminary pavement sections are based on the following:  Assumed R-value of 25  Caltrans design method  Assumed traffic index (TI) of 5 for light automobile traffic The assumed R-value should be confirmed prior to construction. The minimum thickness of compacted basement soil and aggregate base are outlined on Figure 7. The basement soils should be firm, hard, and unyielding, and not “pumping” prior to placing the aggregate base. The aggregate base requirements and specifications are outlined on Figure 7. If the basement soil cannot be compacted, the soil should be overexcavated as noted in Section 4.2. 19 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Basement Soil Base Course Subgrade Total Pavement Section HMA/PCC Course COURSE MINIMUM THICKNESS (inches) HMA1 3 Base2 6 Basement Soil3 12 Notes: 1. Dense graded HMA should satisfy the requirements of Caltrans Standard Specifications Section 39 (Caltrans, 2015); or Greenbook Section 203 (Building News, 2015). 2. Base course = Class 2 aggregate base in accordance with Caltrans Standard Specifications Section 26 (Caltrans, 2015); or crushed aggregate base (CAB) or crushed miscellaneous base (CMB) in accordance with Greenbook Sections 200-2.2 and 200-2.4 (Building News, 2015), respectively. The minimum relative compaction is 95 percent. 3. For compacted in-place natural soil or fill, the minimum is 95 percent relative compaction. Figure 7 - PARKING LOT PAVEMENT THICKNESS 4.8 SOIL CORROSION POTENTIAL Two soil samples were tested for pH, soluble chloride and soluble sulfate, and soil electrical resistivity for corrosion potential. The range of test values is summarized in Table 5. Analytical chemical test results indicated 58 to 111 parts per million (ppm) soluble sulfate concentrations in the near-surface soils. Based on these test results, we recommend that the concrete be designed for exposure class S0 from ACI 318. Type II or Type V cement can be used for the Project. Also presented in Table 5 are Caltrans (2012) corrosion criteria. The corrosion potential test results are presented in Appendix B. Based on Caltrans standards, and the chemical test results, the on-site soils are classified as non-corrosive to buried metal pipes. In addition to the soil characteristics, external factors such as nearby active corrosion systems will greatly affect the need for an active corrosion protection system. We also recommend that a corrosion specialist be contacted for details of corrosion protection. 20 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Table 5 - CORROSION POTENTIAL TEST CRITERIA FOR CORROSIVE MATERIALS RANGE OF VALUES pH1 <5.5 7.9 to 8 Soluble sulfate content (ppm)1 >2,000 58 to 111 Soluble chloride content (ppm)1 >500 58 to 111 Electrical resistivity (ohm-cm) <1,000 2,898 to 3,922 Note: 1. Caltrans (2012). Borrow soils imported to the Project site should be tested for corrosion potential. 4.9 INFORMATION FOR BMP Based on the results of the field percolation tests, the estimated field infiltration rate of the site subsurface silty sandy soils ranged from approximately 2 inches per hour to 5 inches per hour, with an average rate of approximately 3.5 inches per hour. Per County of Orange Department of Public Works guidelines (OCDPW, 2011), an FS should be applied to the field infiltration rate to account for various factors including soil assessment methods, redundancy, and site soil variability. We recommend that an FS of 3 be applied to the field infiltration rate of 3.5 inches per hour to obtain a design infiltration rate of approximately 1.2 inches per hour. During the field investigation, groundwater was measured at 18 feet bgs. However, the depth to groundwater near the Project site has been reported to be as high as 5 feet bgs (CGS, 2001). The in situ groundwater will vary depending on the water level in Oso Creek, which is located approximately 550 feet from the proposed infiltration device. Therefore, a design groundwater depth of 18 feet bgs can be used for infiltration design. 21 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 5.0 PLAN REVIEW, CONSTRUCTION OBSERVATION, AND TESTING DYA should be retained to review the finished grading plans, foundation plans, and related specifications for conformance with the intent of our recommendations. The review will enable DYA to modify the recommendations if final design conditions are different than presently understood. During construction, DYA should provide field observation and testing to check that the site preparation, excavation, foundation installation, and finished grading conform to the intent of these recommendations, Project plans, and specifications. This would allow DYA to develop supplemental recommendations as appropriate for the actual soil conditions encountered and the specific construction techniques used by the contractor. As needed during construction, DYA should be retained to consult on geotechnical questions, construction problems, and unanticipated site conditions. 22 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 6.0 LIMITATIONS This report has been prepared for this project in accordance with generally accepted geotechnical engineering practices common to the local area. No other warranty, expressed or implied, is made. The analyses and recommendations contained in this report are based on the literature review, field exploration, and laboratory testing conducted in the area. The results of the field exploration indicate subsurface conditions only at the specific locations and times, and only to the depths penetrated. They do not necessarily reflect strata variations that may exist between such locations. Although subsurface conditions have been explored as part of the exploration, we have not conducted chemical laboratory testing on samples obtained or evaluated the site with respect to the presence or potential presence of contaminated soil or groundwater conditions, for mold, or methane gas. The validity of our recommendations is based in part on assumptions about the stratigraphy. Observations during construction can help confirm such assumptions. If subsurface conditions different from those described are noted during construction, recommendations in this report must be re-evaluated. DYA should be retained to observe earthwork construction in order to help confirm that our assumptions and recommendations are valid or to modify them accordingly. DYA cannot assume responsibility or liability for the adequacy of recommendations if we do not observe construction. This report is intended for use only for the project described. In the event that any changes in the nature, design, or location of the facilities are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and conclusions of this report modified or verified in writing by DYA. We are not responsible for any claims, damages, or liability associated with the interpretation of subsurface data or reuse of the subsurface data or engineering analyses without our express written authorization. 23 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx 7.0 BIBLIOGRAPHY American Concrete Institute, 2004, ACI 302.1R-04, Guide for Concrete Floor and Slab Construction. American Concrete Institute, 2010, ACI 360R-10, Guide to Design of Slabs-on-Ground. American Concrete Institute, 2011, ACI 318, Building Code Requirements for Structural Concrete. American Society for Testing and Materials, 2016, Annual Book of Standards, Volumes 4.08 and 4.09, Soil and Rock. American Society of Civil Engineers/Structural Engineers Institute (ASCE/SEI 7-10), 2010, Minimum Design Loads for Buildings and Other Structures. Building News, 2015, “Greenbook,” Standard Specifications for Public Works Construction. California Department of Transportation, 2012, Corrosion Guidelines, Materials Engineering and Testing Service, Corrosion Technology Branch, November 2012. California Department of Transportation, 2015, Standard Specifications. California Division of Mines and Geology (now California Geological Survey), 1994, Fault Rupture Hazard Zones in California, Special Publication No. 42. California Geological Survey, 2001, Open File Report 053, Seismic Hazard Zone Report for the San Juan Capistrano 7.5-Minute Quadrangle, Orange County, California, 2001. California Geological Survey, 2008, Special Publication 117A, Guidelines for Evaluating and Mitigating Seismic Hazards in California, September 11, 2008. Caterpillar Performance Handbook, 2015, Caterpillar, Inc., Edition 42. County of Orange Department of Public Works, 2011, Low Impact Development Technical Guidance Document, March 22, 2011. DiazYourman & Associates, 2014, San Juan Capistrano Community Report, October 16, 2014, Revised December 19, 2014. Geologismiki, 2006, CLiq Computer program. International Code Council (ICC), 2013, California Building Code, 2013, California Code of Regulations, Title 24, Part 2. Ishihara, K., 1985, Stability of Natural Deposits During Earthquakes, Proceedings of 5th International Conference of Soil Mechanics & Foundation Engineering, Volume 1, pp. 321- 376. Ishihara, K., and Yoshimine, M., 1992, Evaluation of Settlements in Sand Deposits Following Liquefaction During Earthquakes, Japanese Society of Soil Mechanics and Foundation Engineering, Volume 32, No. 1, pp. 173-188, March 1992. 24 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx NUVIS, 2017, San Juan Capistrano Community Park Project Electronic Plans, May 18, 2017. Occupational Safety and Health Administration, 2008, OSHA Standards For The Construction Industry, 29 CFR Part 1926 With Amendments as of January 2008. Petra, 2009, Geotechnical Investigation, Proposed Park, Northwest Open Space, Phase 1A Master Plan Improvements, City of San Juan Capistrano, September 14, 2009. U.S. Bureau of Reclamation, 1985, Groundwater Manual. U.S. Geological Survey, 2009, Earthquake Ground Motion Parameters, version 5.0.9a, October 21, 2009. U.S. Geological Survey, 2013, U.S. Seismic Design Maps Web Application, Version 3.1.0, last updated July 11, 2013. Site accessed on May 17, 2017. Youd, T.L., Idriss, I.M., Andrus, R.D., Arango, I., Castro, G., Christian, J.T., Dobry, R., Liam Finn, W.D., Harder, L.F., Hynes, M.E., Ishihara, K., Koester, J.P., Liao, S., Marcuson, W.F., Martin, G.R., Mitchell J.K., Power, M.S., Robertson, P.K., Seed, R.B., Stokoe, K.H., 2001, Liquefaction Resistance of Soils: Summary Report from the 1996 NCEER and 1998 NCEER/NSF Workshops on Evaluation of Liquefaction Resistance of Soils, Journal of Geotechnical and Geoenvironmental Engineering, ASCE, Volume 127, No. 10, April 2001. APPENDIX A - FIELD EXPLORATION A-1 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx APPENDIX A - FIELD EXPLORATION The initial field exploration, conducted on August 20, 2014, consisted of hand-augering three soil borings (DYB14-01 through DYB14-03), performing one percolation test in DYB14-03, and advancing two cone penetration tests (CPTs; DYC14-01 and DYC14-02) at the locations shown on Figure 2. An additional field exploration, consisting of three hand-augered soil borings (DYP17-01, DYP17-02, and DYB17-03) and two percolation tests (one percolation test was performed in DYP17-01 and DY17-02, each), was perfomed on June 6, 2017, to obtain supplemental subsurface data for infiltration recommendations. All exploration locations from the August 2014 as well as the June 2017 field exploration programs are presented on Figure 2. Prior to drilling the borings and advancing the CPTs, the field exploration locations were marked in the field and Underground Service Alert (USA) was notified. Borings were drilled using hand-auger drilling techniques. Our field engineer performed the hand augers and collected drive samples for visual examination and subsequent laboratory testing. Soils encountered in the borings were classified in general accordance with the ASTM International (ASTM) Soil Classification System (ASTM D2487, which is summarized on Plate A1, and D2488). Boring logs presented on Plates A2 through A7 were prepared from visual examination of the samples, cuttings obtained during drilling operations, and results of laboratory tests. The CPTs were advanced by Middle Earth Geo Testing, Inc. on August 20, 2014, with a truck-mounted rig. The CPTs were advanced in general accordance with ASTM D5778 using an electronic cone penetrometer. The CPTs encountered refusal at depths of 22 and 21 feet for DYC14-01 and DYC14-02, respectively. The results of the CPT exploration are presented on Plates A8 and A9. Field percolation tests were performed in boring DYB14-03 at a depth of 6 feet below ground surface (bgs) and DYP17-01 and DYP17-02, each at depths of approximately 5 feet bgs, in general accordance with the United States Bureau of Reclamation (USBR) Procedure 7300-89 (1985). A 60-gallon reservoir equipped with a flow totalizer was used to fill the permeability test hole with water. The flow from the reservoir was controlled to maintain a constant height of water in the permeability test hole. Time and flow measurements were used to obtain a discharge rate to estimate a steady-state condition. Results of the percolation testing, including calculations and field data are presented on Plates A10 through A15. A-2 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx Based on CPT data, groundwater was estimated to be encountered during the field exploration at a depth of approximately 18 feet bgs. The field exploration locations were identified in the field by measuring from known locations using a hand-held global positioning system (GPS) unit with an estimated 6-foot horizontal accuracy. DYB17-03 was performed at the borrow source. Field exploration locations were backfilled with cuttings. San Juan Capistrano - Community Park Project No. 2014-029 SOIL CLASSIFICATION SYSTEM-ASTM D2487 "Push" Sampler (APPRECIABLE AMOUNT OF FINES) SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES DS = Direct Shear GRAVEL AND GRAVELLY SOILS TYPICAL MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE GC A1 CL OL LETTER Standard Penetration Test (SPT) Sampler CLEAN GRAVELS CP = Compaction Test CN = Consolidation P = Permeability Test SW CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES DESCRIPTIONS HIGHLY ORGANIC SOILS GW MORE THAN 50% OF COARSE FRACTION PASSING ON NO. 4 SIEVE LIQUID LIMIT GREATER THAN 50 (APPRECIABLE AMOUNT OF FINES) SM SC MH CH OH PT SP ML MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE LIQUID LIMIT LESS THAN 50 MORE THAN 50% OF MATERIAL IS SMALLER THAN NO. 200 SIEVE SIZE [PID] Reading in ppm above background CLEAN SANDS CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES Groundwater Surface COARSE-GRAINED SOILS SILTS AND CLAYS POORLY GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES Split Barrel "Drive" Sampler With Liner FINE-GRAINED SOILS POORLY GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY GM SYMBOLS SILTY SANDS, SAND - SILT MIXTURESSANDS WITH FINES PLATE PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY GP (LITTLE OR NO FINES) ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS SILTS AND CLAYS NP = Nonplastic EI = Expansion Index Test CA = Corrosivity CU = Consol. Undrained Triaxial. CL = Collapse Potential UU = Undrained, Unconsol. Triaxial. SE = Sand Equivalent SG = Specific Gravity CD = Consol. Drained Triaxial. CU = Consol. Undrained Triaxial. WELL-GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES Bag Sample Concrete/Rock Core GRAPH NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS SAND AND SANDY SOILS (LITTLE OR NO FINES) GRAVELS WITH FINES MAJOR DIVISIONS SA = Particle size; HD = Hydrometer UU = Unconfined Comp. R = R-Value 44 4 4 SILTY SAND (SM): grayish brown; dry; coarse to fine SAND; trace coarse to fine GRAVEL no coarse GRAVEL Refusal encountered at 3 feet due to gravel. Groundwater not encountered during drilling. Boring backfilled with cuttings. CA CN MD DS LOGGED BY: BORING DIAMETER (inches): 8/20/14 LONGITUDE: 8/20/14 EMV DATE COMPLETED:8/20/14 Hand Auger LATITUDE:33.52583 -117.6717 DATE STARTED: CHECKED BY: 4 Hand Auger 3 DRILLING METHOD: BORING DEPTH (feet): KMV See Figure No. 2 DRILLING EQUIPMENT: BORING LOCATION:203ELEVATION (feet):Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.GPJA2Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029 DESCRIPTION Symbol200 195 Percent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYB14-01 29 SILTY SAND (SM): grayish brown; coarse to fine SAND; few coarse to fine GRAVEL; trace roots Refusal encountered at 1 foot due to gravel. Groundwater not encountered during drilling. Boring backfilled with cuttings. CA SA LOGGED BY: BORING DIAMETER (inches): 8/20/14 LONGITUDE: 8/20/14 EMV DATE COMPLETED:8/20/14 Hand Auger LATITUDE:33.52592 -117.6723 DATE STARTED: CHECKED BY: 4 Hand Auger 1 DRILLING METHOD: BORING DEPTH (feet): KMV See Figure No. 2 DRILLING EQUIPMENT: BORING LOCATION:202ELEVATION (feet):Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.GPJA3Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029 DESCRIPTION Symbol200 195 Percent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYB14-02 39 18 3 3 SILTY SAND (SM): dark grayish brown; dry; coarse to fine SAND; trace fine GRAVEL; trace rootlets light olive brown moist; decreased fines content; no rootlets olive brown; medium to fine SAND; few fine GRAVEL POORLY GRADED SAND (SP): brown; moist; coarse to fine SAND Bottom of boring at 6 feet. Percolation test run at this location. Groundwater not encountered during drilling. Boring backfilled with GRAVEL to 5 feet bgs and cuttings to surface. SA SA LOGGED BY: BORING DIAMETER (inches): 8/20/14 LONGITUDE: 8/20/14 EMV DATE COMPLETED:8/20/14 Hand Auger LATITUDE:33.52706 -117.67242 DATE STARTED: CHECKED BY: 4 Hand Auger 6 DRILLING METHOD: BORING DEPTH (feet): KMV See Figure No. 2 DRILLING EQUIPMENT: BORING LOCATION:205ELEVATION (feet):Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.GPJA4Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029 DESCRIPTION Symbol200 195 Percent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYB14-03 10 1 4 SILTY SAND (SM): pale brown; moist; medium dense; coarse to fine SAND; few organic debris (vegetation, rootlets) trace fine GRAVEL SILTY SAND with GRAVEL (SM): pale brown; moist; medium dense; coarse to fine SAND; coarse to fine GRAVEL; trace COBBLES POORLY GRADED SAND with SILT (SP-SM): yellowish brown; moist; medium dense; medium to fine SAND; micaceous Bottom of boring at 5 feet. Groundwater not encountered during drilling. Boring backfilled with cuttings. Percolation test performed at this location. LOGGED BY: BORING DIAMETER (inches): 6/6/17 LONGITUDE: 6/6/17 EMV DATE COMPLETED:6/6/17 Hand Auger LATITUDE:33.52662 -117.67238 DATE STARTED: CHECKED BY: 4 Hand Auger 5 DRILLING METHOD: BORING DEPTH (feet): SC See Figure No. 2 DRILLING EQUIPMENT: BORING LOCATION:204ELEVATION (feet):Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.01.GPJA5Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029.01 DESCRIPTION Symbol200 195 Percent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYP17-01 38 2 10 CLAYEY SAND (SC): pale brown; moist; loose; medium to fine SAND; trace fine GRAVEL; trace organic debris (vegetation) SILTY SAND (SM): dark brown; moist; medium dense; medium to fine SAND dark yellowish brown Bottom of boring at 5 feet. Groundwater not encountered during drilling. Boring backfilled with cuttings. Percolation test performed at this location. LOGGED BY: BORING DIAMETER (inches): 6/6/17 LONGITUDE: 6/6/17 EMV DATE COMPLETED:6/6/17 Hand Auger LATITUDE:33.52702 -117.67165 DATE STARTED: CHECKED BY: 4 Hand Auger 5 DRILLING METHOD: BORING DEPTH (feet): SC See Figure No. 2 DRILLING EQUIPMENT: BORING LOCATION:206ELEVATION (feet):Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.01.GPJA6Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029.01 DESCRIPTION Symbol205 200 195 Percent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYP17-02 53SANDY LEAN CLAY with GRAVEL (CL): light yellowish brown; moist; medium stiff; low plasticity; coarse to fine SAND; coarse to fine GRAVEL; trace COBBLES; few organic debris (vegetation, rootlets) Borrow stockpile located at the northwest of the intersection of Junipero Serra Road and Camino Capistrano. Location identified by NUVIS. LOGGED BY: BORING DIAMETER (inches): 6/6/17 LONGITUDE: 6/6/17 EMV DATE COMPLETED:6/6/17 Shovel LATITUDE:33.52051 -117.66996 DATE STARTED: CHECKED BY: NA Grab Sample 1 DRILLING METHOD: BORING DEPTH (feet): SC DRILLING EQUIPMENT: BORING LOCATION:NAELEVATION (feet):Borrow StockpileBorrow Stockpile Elevation(feet)MoistureContent (%)LiquidLimit (%)PlasticityIndex (%)SamplerOther Tests[PID]Field Unc.Comp. Str. (tsf)Template: DYLG HAND AUGER; Prj ID: 2014-029.01.GPJA7Page 1 of 1Depth(feet)San Juan Capistrano - Community Park PLATE Project No. 2014-029.01 DESCRIPTION SymbolPercent Passing#200 SieveDryDensity (pcf)5 10 LOG OF BORING DYB17-03 Daiz Yourman & AssociatesProjectSan Juan Capistrano Community ParkOperatorBH-DGFilenameSDF(146).cptJob NumberTBDCone NumberDDG1268GPSHole NumberDYC14-01Date and Time8/20/2014 2:51:31 PMMaximum Depth21.98 ftEST GW Depth During Test18.00 ftNet Area Ratio .8Cone Size 10cm squaredSoil Behavior Referance*Soil behavior type and SPT based on data from UBC-1983 0 5 10 15 20 25 0 600 TIPTSF 0 8 FRICTIONTSF 0 5 Fs/Qt% 0 120 SPT N0121 - sensitive fine grained 2 - organic material 3 - clay 4 - silty clay to clay 5 - clayey silt to silty clay 6 - sandy silt to clayey silt 7 - silty sand to sandy silt 8 - sand to silty sand 9 - sand 10 - gravelly sand to sand 11 - very stiff fine grained (*)12 - sand to clayey sand (*) CPT DATADEPTH(ft)SOILBEHAVIORTYPE Daiz Yourman & AssociatesProjectSan Juan Capistrano Community ParkOperatorBH-DGFilenameSDF(145).cptJob NumberTBDCone NumberDDG1268GPSHole NumberDYC14-Date and Time8/20/2014 1:10:44 PMMaximum Depth21.33 ftEST GW Depth During Test18.00 ftNet Area Ratio .8Cone Size 10cm squaredSoil Behavior Referance*Soil behavior type and SPT based on data from UBC-1983 0 5 10 15 20 25 0 600 TIPTSF 0 8 FRICTIONTSF 0 5 Fs/Qt% 0 120 SPT N0121 - sensitive fine grained 2 - organic material 3 - clay 4 - silty clay to clay 5 - clayey silt to silty clay 6 - sandy silt to clayey silt 7 - silty sand to sandy silt 8 - sand to silty sand 9 - sand 10 - gravelly sand to sand 11 - very stiff fine grained (*)12 - sand to clayey sand (*) CPT DATADEPTH(ft)SOILBEHAVIORTYPE PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PROJECT: SUBJECT: LOCATION: DYP17-01 DATE OF TEST: 6/6/2017 60 5 2 65.44 70 Note: Line shows data considered to have achieved 'steady state' flow. 0.97 2.03 Water temperature, T deg. F gallons per hour inches inches Depth to bottom of well feet 2014-029.016/7/2017EMV 6/6/17EMV 6/7/17 Reference: US Bureau of Reclamation, Procedure 7300-89 for Performing Field Permeability Testing by the Well Permeater Method Height of water in well, h SC 6/9/17 Purpose: Calculate coefficient of permeability in accordance with USBR methods. Hydraulic Conductivity 2014-029.01 SJC Community Park Coefficient of permeability at 20 C, k20 Kinematic viscosity ratio of water, V inches per hour Discharge rate of water from the well for steady-state condition, q Radius of well, r 0 20 40 60 80 100 120 140 0.0 0.2 0.4 0.6 0.8 1.0 1.2 1.4Total Flow (gallons)Elapsed Time (hours) K:\datafls\PROJECTS\2014\2014-029.01\Calcs\Percolation\DYP17-01 PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PAGE PROJECT:SUBJECT:OCATION: DYP17-01 DATE OF TEST: 6/6/2017 Raw DataTime Reading (gal)0.00 40215.00 44216.50 445.218.00 448.519.50 451.522.00 45723.50 460.125.50 464.627.00 467.828.50 47130.00 474.231.50 477.433.00 480.534.50 483.938.00 488.239.50 49041.00 491.542.50 493.344.00 49545.50 496.647.00 498.248.50 499.950.00 501.251.50 503.253.00 504.854.50 506.556.00 508.257.50 509.859.00 511.260.50 512.962.00 514.563.50 516.165.00 517.866.50 519.368.00 52169.50 522.671.00 524.372.50 525.874.70 528.275.50 529.177.00 530.7 2014-029.01 SJC Community ParkHydraulic Conductivity 2014-029.016/7/2017EMV 6/6/17EMV 6/7/17 SC 6/9/17 2/2 PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PROJECT: SUBJECT: LOCATION: DYP17-02 DATE OF TEST: 6/6/2017 54 5 2 115.20 72 Note: Line shows data considered to have achieved 'steady state' flow. 0.95 4.17 Water temperature, T deg. F gallons per hour inches inches Depth to bottom of well feet 2014-029.016/7/2017EMV 6/6/17EMV 6/7/17 Reference: US Bureau of Reclamation, Procedure 7300-89 for Performing Field Permeability Testing by the Well Permeater Method Height of water in well, h SC 6/9/17 Purpose: Calculate coefficient of permeability in accordance with USBR methods. Hydraulic Conductivity 2014-029.01 Coefficient of permeability at 20 C, k20 Kinematic viscosity ratio of water, V inches per hour Discharge rate of water from the well for steady-state condition, q Radius of well, r 0 20 40 60 80 100 120 140 0.0 0.2 0.4 0.6 0.8 1.0 1.2Total Flow (gallons)Elapsed Time (hours) K:\datafls\PROJECTS\2014\2014-029.01\Calcs\Percolation\DYP17-02 PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PAGE PROJECT:SUBJECT:OCATION: DYP17-02 DATE OF TEST: 6/6/2017 Raw DataTime Reading (gal)0.00 531.48.30 549.910.00 553.412.00 557.613.50 560.815.00 563.916.50 56718.00 570.219.50 573.321.00 576.523.00 580.624.50 583.826.00 586.827.50 589.829.00 592.330.50 595.932.00 599.132.63 600.434.50 606.936.00 610.337.50 613.739.00 617.140.50 620.542.00 62443.50 627.445.00 630.646.50 63448.00 637.149.50 640.151.00 643.252.50 645.954.00 648.855.50 651.657.00 654.658.50 657.4 2014-029.01Hydraulic Conductivity 2014-029.016/7/2017EMV 6/6/17EMV 6/7/17 SC 6/9/17 2/2 PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PROJECT: SUBJECT: LOCATION: DYB14-03 DATE OF TEST: 8/20/2014 36 6 2 72.00 70 Note: Line shows data considered to have achieved 'steady state' flow. 0.97 5.25Coefficient of permeability at 20 C, k20 Kinematic viscosity ratio of water, V inches per hour Discharge rate of water from the well for steady-state condition, q San Juan Capistrano - Community Park Depth to bottom of well feet Water temperature, T deg. F gallons per hour inches inches 2014-0298/20/2014EMVEMV Height of water in well, h Radius of well, r Reference: US Bureau of Reclamation, Procedure 7300-89 for Performing Field Permeability Testing by the Well Permeater Method MD Purpose: Calculate coefficient of permeability in accordance with USBR methods. Hydraulic Conductivity 0 5 10 15 20 25 30 35 0.0 0.1 0.1 0.2 0.2 0.3 0.3 0.4 0.4 0.5Total Flow (gallons)Elapsed Time (hours) K:\datafls\PROJECTS\2014\2014-029\Calcs\DYB14-03 PROJECT NO.DATEFIELD DATA BYCOMPUTED BYCHECKED BY PAGE PROJECT:SUBJECT:OCATION: DYB14-03 DATE OF TEST: 8/20/2014 Raw DataTime Reading (gal)0:00 00:25 30 San Juan Capistrano - Community ParkHydraulic Conductivity 2014-0298/20/2014EMVEMV MD 2/2 APPENDIX B - LABORATORY TESTING B-1 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx APPENDIX B - LABORATORY TESTING DiazYourman & Associates (DYA) selected soil samples to be tested and the tests to be performed on the selected samples. The initial laboratory testing program was performed by AP Engineering & Testing, Inc. in August 2014. Supplemental laboratory testing was performed by Hushmand Associates, Inc. in June 2017. Laboratory data are summarized on the boring logs in Appendix A and presented on Plates B1 through B7. A summary of the geotechnical laboratory testing is presented in Table B1. A summary of the corrosion test results is presented in Table B2. The samples collected for the direct shear and consolidation tests were disturbed; therefore, the samples were remolded to 90 percent compaction before testing. Table B1 - LABORATORY TESTING SUMMARY TEST NAME PROCEDURE PURPOSE LOCATION Percent Passing the No. 200 Sieve ASTM D1140 Classification, index properties Boring Logs Moisture Content ASTM D2216 Classification, index properties Boring Logs Grain-Size Distribution ASTM D422 Classification, index properties Plates B1 and B2 Consolidation ASTM D2435 Settlement Plate B3 Direct Shear ASTM D3080 Shear strength Plate B4 Compaction ASTM D1557 Earthwork Plates B4 and B6 pH CTM 532 Corrosion potential Table B2, Plate B7 Resistivity CTM 532 Corrosion potential Table B2, Plate B7 Soluble Sulfates CTM 417-B Corrosion potential Table B2, Plate B7 Soluble Chlorides CTM 422 Corrosion potential Table B2, Plate B7 Notes:  ASTM = ASTM International  CTM = Caltrans Test Method Table B2 - CORROSION POTENTIAL TEST RESULTS Boring No. DYB14-01 DYB14-02 Depth (feet) 0 0-1 pH 8 7.9 Water Soluble Sulfate Content (ppm) 111 58 Water Soluble Chloride Content (ppm) 111 58 Minimum Resistivity (ohms-cm) 2,898 3,922 Note:  ppm = parts per million 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110100 PLATEPARTICLE SIZE ANALYSIS 16 COBBLES 30 GRAVEL 5 0.5 U.S. Standard Sieve Numbers 50 2 0.05 11 GRAIN SIZE IN MILLIMETERS 3 50 200 0.005 Fine 8 4 Coarse Medium Laboratory Testing by: AP Engineering and Testing, Inc. B1 3 Coarse SAND U.S. Standard Sieve Size (in.) 4 Hydrometer 8 100 Template: DY_SIEVE_WINSILT or CLAYPERCENT FINER BY WEIGHTFine 3 San Juan Capistrano - Community Park Project No. 2014-029 % Passing #200 Sieve Plasticity DYB14-01 DYB14-02 DYB14-03 DYB14-03 3 Classification Liquid Limit (%)M. C. (%) 44 29 39 18 Natural Index (%)Symbol Source Depth (feet) 1.0 0.8 0.0 4.0 SILTY SAND (SM) SILTY SAND (SM) SILTY SAND (SM) SILTY SAND (SM) 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.1110100 PLATEPARTICLE SIZE ANALYSIS 16 COBBLES 30 GRAVEL 5 0.5 U.S. Standard Sieve Numbers 50 2 0.05 11 GRAIN SIZE IN MILLIMETERS 3 50 200 0.005 Fine 8 4 Coarse Medium Laboratory Testing by: Hushmand Associates, Incorporated B2 3 Coarse SAND U.S. Standard Sieve Size (in.) 4 Hydrometer 8 100 Template: DY_SIEVE_WINSILT or CLAYPERCENT FINER BY WEIGHTFine 3 San Juan Capistrano - Community Park Project No. 2014-029.01 % Passing #200 Sieve Plasticity DYB17-03 DYP17-01 DYP17-02 4 10 Classification Liquid Limit (%)M. C. (%) 53 10 38 Natural Index (%)Symbol Source Depth (feet) 0.0 4.5 4.5 SANDY LEAN CLAY WITH GRAVEL (CL) POORLY GRADED SAND WITH SILT (SP-SM) SILTY SAND (SM) Boring No. : DYB14-01 Initial Dry Unit Weight (pcf): 112.9 Sample No.: B Initial Moisture Content (%): 9.8 Depth (feet): 0-3 Final Moisture Content (%): 14.6 Sample Type: Remolded to 90% RC at opt. MC Assumed Specific Gravity: 2.7 Soil Description: Silty Sand Initial Void Ratio:0.49 Remarks: Collapse=0.07% Project Name:San Juan Capistrano Project No.:2014-029 Date: AP No:14-0851 CONSOLIDATION CURVEASTM D 2435 9/2/2014 0 1 2 3 4 5 6 7 8 0.1 1 10 100 VERTICAL STRESS (ksf)CONSOLIDATION (Percent of Sample Thickness)At Field Moisture After Saturation Project Name: San Juan Capistrano Initial Dry Density:113.0 pcfBoring No.: DYB14-01 Moisture Content (before): 9.8 %Sample No.: B Moisture Content (after): 16.0 %Depth (ft): 0-3Sample Type: Remolded to 90% RC at opt. MCSoil Description: Silty SandTest Condition: Inundated Strength Parameters Peak Ultimate Cohesion (psf): 350 100Friction Angle:31 ° 31 ° DIRECT SHEAR TEST RESULTSASTM D 3080 0 1 2 3 4 012345678Shear Stress (ksf)Normal Stress (ksf) Peak Ultimate 0.0 1.0 2.0 3.0 0 0.1 0.2 0.3 0.4Shear Stress (ksf)Shear Deformation (inches) COMPACTION TESTClient:Diaz Yourman AP Number:14-0851Project Name:San Juan Capistrano Tested By:AP Date:08/28/14Project No. :2014-029 Calculated By:JP Date:09/02/14Boring No.:DYB14-01 Checked By:AP Date:09/02/14Sample No.:B Depth(ft.):0-3Visual Sample Description:Silty Sand Compaction Method X ASTM D1557 ASTM D698METHODAPreparation Method MoistMOLD VOLUME (CU.FT) 0.0333 X Dry Trial No.1 2 3 4 5 6 Wt. Comp. Soil + Mold (gm.)3794 3874 3915 3864 Wt. of Mold (gm.)1816 1816 1816 1816 Net Wt. of Soil (gm.)1978 2058 2099 2048 Container No. Wt. of Container (gm.)150.04 149.68 150.04 149.69 Wet Wt. of Soil + Cont. (gm.)455.25 441.75 500.36 464.47 Dry Wt. of Soil + Cont. (gm.)434.47 417.16 465.16 427.53 Moisture Content (%)7.31 9.19 11.17 13.30 Wet Density (pcf)130.79 136.11 138.82 135.42 Dry Density (pcf)121.88 124.65 124.87 119.53 Maximum Dry Density (pcf)125.7 Optimum Moisture Content (%)10.2 Maximum Dry Density w/ Rock Correction (pcf)N/A Optimum Moisture Content w/ Rock Correction (%)N/A PROCEDURE USEDX METHOD A: Percent of Oversize:3.2% Soil Passing No. 4 (4.75 mm) Sieve Mold : 4 in. (101.6 mm) diameter Layers : 5 (Five) Blows per layer : 25 (twenty-five) METHOD B: Percent of Oversize: N/A Soil Passing 3/8 in. (9.5 mm) Sieve Mold : 4 in. (101.6 mm) diameter Layers : 5 (Five) Blows per layer : 25 (twenty-five) METHOD C: Percent of Oversize: N/A Soil Passing 3/4 in. (19.0 mm) Sieve Mold : 6 in. (152.4 mm) diameter Layers : 5 (Five) Blows per layer : 56 (fifty-six) 100 110 120 130 140 010203040Dry Density (pcf)Moisture (%) 100% Saturation @ S.G.= 2.6100% Saturation @ S.G.= 2.7100% Saturation @ S.G.= 2.8 Client :Diaz Yourman & Associates, Inc. DYAL-17-011 Project Name:San Juan Capistrano Community Park Tested by:MB/KL Project No.:2014-029.01 MZ Boring No:DYB17-03 Date:6/12/2017 Sample No.:Bulk @ 0-5'Mold size:4" Soil Description:Brown, Sandy Lean Clay with Gravel (CL)Procedure:B10.5 COMPACTION CURVE (ASTM D1557) HAI Project No.: % Ret. On 3/8 " Checked by: 100 110 120 130 140 0 5 10 15 20 25Dry Density (pcf)Moisture Content (%) Gs= 2.60 Maximum Dry Density (pcf): 121.3 Optimum Moisture Content (%): 10.3 Gs= 2.50 Corrected Maximum Dry Density (pcf): 124.2 Corrected Optimum Moisture Content (%): 9.3 CORROSION TEST RESULTS Client Name: Diaz Yourman AP Job No.: 14-0851 Project Name: San Juan Capistrano Date 08/28/14 Project No.: 2014-029 Boring Sample Depth Soil Type pH Sulfate Content Chloride Content No. No. (feet)(ppm)(ppm) DYB14-01 1 0 SC 8.0 111 111 DYB14-02 B 0-1 SM 7.9 58 58 NOTES: Resistivity Test and pH: California Test Method 643 Sulfate Content : California Test Method 417 Chloride Content : California Test Method 422 ND = Not Detectable NA = Not Sufficient Sample NR = Not Requested 2607 Pomona Boulevard, Pomona, CA 91768Tel. (909) 869-6316 Fax. (909)869-6318 MinimumResistivity (ohm-cm) 2898 3922 APPENDIX C - LIQUEFACTION AND SEISMIC SETTLEMENT ANALYSES C-1 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx APPENDIX C - LIQUEFACTION AND SEISMIC SETTLEMENT ANALYSES LIQUEFACTION POTENTIAL EVALUATION The liquefaction potential evaluation was generally based on the approaches recommended by the computer program CLiq (Geologismiki, 2006) for cone penetration test (CPT). This approach to liquefaction evaluation meets the requirements in the California Geological Survey (CGS) Special Publication 117A (2008). The simplified liquefaction evaluation procedure involves the following basic steps: 1. An estimate is made of the cyclic stress ratio (CSR) caused by given earthquake ground motions at different depths using a simplified approach. The intensity of ground shaking, the duration of shaking, and the variations of induced shear stresses with depth are incorporated into the evaluation. 2. An estimate is then made of cyclic resistance ratio (CRR), indicative of the liquefaction resistance of the site subsurface soils. Recommendations were provided to estimate CRR either from standard penetration test (SPT) blow counts or direct CPT results. The procedure can provide a deterministic index, namely a factor of safety (FS), comparing the CRR and CSR to evaluate the potential zone of liquefaction in the soil deposit. The FS against liquefaction is defined as FS = CRR/CSR. Potential zones of liquefaction correspond to soil layers where FS is less than 1. In addition to the FS, the procedure can provide the probabilistic evaluation for liquefaction potential. SIMPLIFIED PROCEDURES BASED ON CPT RESULTS Expressions were provided to estimate (CRR7.5) as a direct function of (qc1N)cs, where (qc1N)cs is the normalized CPT tip resistance for clean sands. (qc1N)cs is obtained by modifying the field CPT tip resistance, qc. The modifications included normalizing to an overburden pressure of 1 ton per square foot (tsf) and correcting for fines content. A soil behavior type index, Ic, was defined as a function of field CPT results. Corrections for the fines content can be estimated based on Ic. As for the SPT-based procedure, (CRR7.5) is then corrected for the magnitude of the given earthquake using a magnitude scaling factor (MSF), where the CRR for the given earthquake = (CRR7.5) x MSF. C-2 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx ANALYSES The liquefaction potential of the subsurface soils was evaluated using the above recommended procedures using CPT results. Sample calculations of the spreadsheets used for liquefaction potential evaluations for code-level earthquake (CLE) by the CPT method are attached. SEISMIC SETTLEMENT Settlement of level ground because of the CLE-induced liquefaction was estimated based on procedures presented by Ishihara and Yoshimine (1992) for the CPT method. The results are summarized in Section 4.1 of the text and Table C1. Table C1 - SUMMARY OF EVALUATION OF SEISMIC SETTLEMENT POTENTIAL BORING ID CALCULATED SEISMIC SETTLEMENT (inches) BOTTOM DEPTH (Elevation) OF LOWEST SOIL WITH SETTLEMENT (feet) DYC14-01 3.3 11 (192) DYC14-02 1.9 14 (188) LIQUEFACTION ANALYSIS REPORT Input parameters and analysis data I&B (2008) R&W (1998) Based on Ic value 7.00 0.52 G.W.T. (in-situ): G.W.T. (earthq.): Average results interval: Ic cut-off value: Unit weight calculation: Project title : 2014-029 - San Juan Capistrano Community Park Location : San Juan Capistrano, California GeoLogismiki Geotechnical Engineers Merarhias 56 http://www.geologismiki.gr CPT file : DYC14-2 18.00 ft 5.00 ft 3 2.60 Based on SBT No N/A N/A No Yes Clay like behavior applied: Limit depth applied: Limit depth: MSF method: Sands only No N/A Method based Summary of liquefaction potential CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clq 1 PLATE C1 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2CPT basic interpretation plotsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM2Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/ASBT legend1. Sensitive fine grained2. Organic material3. Clay to silty clay4. Clayey silt to siltyl5. Silty sand to sandy silt6. Clean sand to silty sand7. Gravely sand to sand8. Very stiff sand told9. Very stiff fine grainedPLATE C2 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2CPT basic interpretation plots (normalized)CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM3Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqSBTn legend1. Sensitive fine grained2. Organic material3. Clay to silty clay4. Clayey silt to siltyl5. Silty sand to sandy silt6. Clean sand to silty sand7. Gravely sand to sand8. Very stiff sand told9. Very stiff fine grainedInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C3 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2Liquefaction analysis overall plots (intermediate results)CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM4Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C4 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2Liquefaction analysis overall plotsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM5Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/AF.S. color schemeLPI color schemeAlmost certain it will liquefyVery likely to liquefyLiquefaction and no liq. are equally likelyUnlike to liquefyAlmost certain it will not liquefyVery high riskHigh riskLow riskPLATE C5 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2Check for strength loss plots (Idriss & Boulanger (2008))CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM6Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C6 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2Estimation of post-earthquake settlementsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM7Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqAbbreviationsPLATE C7 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-2Estimation of post-earthquake lateral DisplacementsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:07 AM8Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqAbbreviationsPLATE C8 LIQUEFACTION ANALYSIS REPORT Input parameters and analysis data I&B (2008) R&W (1998) Based on Ic value 7.00 0.52 G.W.T. (in-situ): G.W.T. (earthq.): Average results interval: Ic cut-off value: Unit weight calculation: Project title : 2014-029 - San Juan Capistrano Community Park Location : San Juan Capistrano, California GeoLogismiki Geotechnical Engineers Merarhias 56 http://www.geologismiki.gr CPT file : DYC14-1 18.00 ft 5.00 ft 3 2.60 Based on SBT No N/A N/A No Yes Clay like behavior applied: Limit depth applied: Limit depth: MSF method: Sands only No N/A Method based Summary of liquefaction potential CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clq 9 PLATE C9 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1CPT basic interpretation plotsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM10Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/ASBT legend1. Sensitive fine grained2. Organic material3. Clay to silty clay4. Clayey silt to siltyl5. Silty sand to sandy silt6. Clean sand to silty sand7. Gravely sand to sand8. Very stiff sand told9. Very stiff fine grainedPLATE C10 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1CPT basic interpretation plots (normalized)CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM11Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqSBTn legend1. Sensitive fine grained2. Organic material3. Clay to silty clay4. Clayey silt to siltyl5. Silty sand to sandy silt6. Clean sand to silty sand7. Gravely sand to sand8. Very stiff sand told9. Very stiff fine grainedInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C11 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1Liquefaction analysis overall plots (intermediate results)CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM12Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C12 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1Liquefaction analysis overall plotsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM13Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/AF.S. color schemeLPI color schemeAlmost certain it will liquefyVery likely to liquefyLiquefaction and no liq. are equally likelyUnlike to liquefyAlmost certain it will not liquefyVery high riskHigh riskLow riskPLATE C13 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1Check for strength loss plots (Idriss & Boulanger (2008))CLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM14Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqInput parameters and analysis dataI&B (2008)R&W (1998)Based on Ic value7.000.5218.00 ftDepth to GWT (erthq.):Average results interval:Ic cut-off value:Unit weight calculation:Use fill:Fill height:5.00 ft32.60Based on SBTNoN/AN/ANoYesSands onlyNoN/APLATE C14 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1Estimation of post-earthquake settlementsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM15Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqAbbreviationsPLATE C15 This software is licensed to: Vallipuram NadeswaranCPT name: DYC14-1Estimation of post-earthquake lateral DisplacementsCLiq v.1.7.5.27 - CPT Liquefaction Assessment Software - Report created on: 9/26/2014, 10:48:09 AM16Project file: K:\datafls\PROJECTS\2014\2014-029\Calcs\Liquefaction\DYC14-02.clqAbbreviationsPLATE C16 \\Dyaserver\data\datafls\PROJECTS\2014\2014-029.01\Report\2014-029.01 - Report V0.docx DISTRIBUTION 1 copy: Mr. Tomas Munoz NUVIS, Inc. 3151 Airway Avenue, Suite J-3 Costa Mesa, CA 92626-4640 QUALITY CONTROL REVIEWER Vallipuram Nadeswaran, PE, GE Principal EMV/CMD:dr/sjd STORM WATER POLLUTION PREVENTION PLAN City of San Juan Capistrano Northwest Open Space Community Park Risk Level 1 San Juan Capistrano, California Prepared for: CITY OF SAN JUAN CAPISTRANO 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Prepared by: STANTEC CONSULTING SERVICES INC. 38 Technology Drive Irvine, California 92618 Project Manager: Roger T. Chung, P.E., QSD January 16, 2020 Project Number: 2042565100 Stantec Consulting Services Inc. 38 Technology Drive, Irvine CA 92618 January 16, 2020 File: 2042565100 City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Reference: City of San Juan Capistrano Northwest Open Space Park The letter has been enclosed to inform you of your responsibilities as the owner of this SWPPP. The SWPPP is intended to be a “living” document, integrating changes to the plan as the construction project progresses. The initial process prior to the start of construction is to complete this SWPPP document and submit it, with the balance of the permit registration documents (PRD’s) and fees to RWQCB via the SMARTS website. Furthermore, it is to be kept within the premises of the project at all times and kept on file for a period of three years after construction is completed. Below is a list of requirements that you or the Project Superintendent will need to fulfill in order to consider this SWPPP compliant once soil disturbing activities begin: 1. Fill in the PRD electronic filing date in Section 1.3. 2. Fill in the WDID in Table 2-1 in Section 2.1. 3. Insert a copy of the NOI, receipt of the paid annual fee, and any signed certification statements in Appendix C. Prior to the start of construction the SWPPP shall be amended with the following items after the QSP for the project has been selected. 4. Insert QSP qualification documents and complete the training forms in Appendix G. 5. Complete Responsible Parties and Contractors information in Appendix H. During construction, the SWPPP shall be updated regularly for the following activities: 6. Site inspections must be performed prior to the anticipated storm events, during extended storm events, and after actual storm events. The Visual Site Inspection Form found in Appendix I of the SWPPP should be used for inspections after actual storm events and is highly recommended for any other site inspection not required by the General Construction Permit. 7. Spill Reports must be filled out when occurred at the project site. The form can be found in Appendix I of the SWPPP. 8. Update site plan/erosion control exhibit as the project site changes. Date should be labeled on each of the progress map. 9. An Annual Report shall be prepared and electronically submitted no later than September 1 of each year. January 16, 2020 Page 2 of 2 Reference: Northwest Open Space Community Park SWPPP During construction of the project the SWPPP must be administered by a qualified SWPPP practitioner (QSP). Any amendments to the SWPPP must be completed by a QSD designated by the Legally Responsible Person (LRP). Stantec Consulting Services Inc. can provide you with a proposal to complete QSP/QSD SWPPP services during the construction phase of your project. If you are interested in these services please request a proposal through your Stantec Consulting Services Inc. contact. Stantec Consulting Services Inc. has completed the scope of services outlined in our proposal for this project. If you have any questions please feel free to contact me at any time. Regards, STANTEC CONSULTING SERVICES INC. Roger Chung, P.E., QSD Project Manager Phone: (949) 923-6089 Fax: (949) 923-6121 Roger.Chung@stantec.com Attachment: City of San Juan Capistrano Northwest Open Space Community Park SWPPP STORM WATER POLLUTION PREVENTION PLAN (SWPPP) NORTHWEST OPEN SPACE PARK PROJECT COUNTY OF ORANGE CITY OF SAN JUAN CAPISTRANO PREPARED FOR: CITY OF SAN JUAN CAPISTRANO 32400 PASEO ADELANTO SAN JUAN CAPISTRANO, CA 92675 JANUARY 16, 2020 Prepared By: STANTEC CONSULTING SERVICES INC. 38 TECHNOLOGY DRIVE IRVINE, CA 92618 QUALIFIED SWPPP DEVELOPER’S CERTIFICATION OF STORM WATER POLLUTION PREVENTION PLAN (SWPPP) I certify that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. 1/16/2020 Signature of QSD/Date Roger T. Chung, P.E. C65388 Printed Name of QSD and QSD's Qualifying Professional Registration* Stantec Consulting Services Inc. Company Name LEGALLY RESPONSIBLE PERSON’S CERTIFICATION OF SWPPP I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature of Approved Signatory for LRP/Date ______ Printed Name and Title * Evidence of QSD qualifications and training are included in Appendix G. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park i TABLE OF CONTENTS 1. INTRODUCTION, REQUIRED NOTICES, AND OUTSIDE DOCUMENTATION .. 1 1.1 LEGAL FRAMEWORK, OBJECTIVES, AND AVAILABILITY .................................................. 1 1.2 ELECTRONIC FILING AND NOTICES TO LRP ..................................................................... 2 1.3 PERMIT REGISTRATION DOCUMENTS ............................................................................... 2 1.4 CHANGES TO GENERAL PERMIT COVERAGE .................................................................... 2 1.5 NOTICE OF TERMINATION ................................................................................................ 3 1.6 OUTSIDE PLANS AND DOCUMENTS .................................................................................. 3 1.7 SWPPP AMENDMENTS .................................................................................................... 4 1.8 RECORD RETENTION ........................................................................................................ 4 1.9 NON-COMPLIANCE REPORTING ....................................................................................... 4 1.10 ANNUAL REPORT ............................................................................................................. 4 2. PROJECT INFORMATION/SITE CONDITIONS .......................................................... 6 2.1 PROJECT/SITE INFORMATION ........................................................................................... 6 2.2 MAPS ............................................................................................................................... 7 2.2.1 Vicinity Map ................................................................................................................ 7 2.2.2 Site Map ...................................................................................................................... 7 2.2.3 Progress Maps ............................................................................................................ 8 2.3 PROJECT SITE GEOGRAPHY, GEOLOGY, BIOLOGY, HYDROLOGY, AND EXISTING WATER QUALITY CHARACTERISTICS ........................................................................................................ 9 2.4 ANTICIPATED RUN-ON .................................................................................................... 9 2.5 PROJECT RISK DETERMINATION....................................................................................... 9 2.5.1 Project Sediment Risk. ................................................................................................ 9 2.5.2 Receiving Water Risk. ............................................................................................... 10 2.5.3 Project Risk Level. .................................................................................................... 10 2.6 CONSTRUCTION & DEVELOPMENT SCHEDULE ............................................................... 10 2.7 POTENTIAL POLLUTANT SOURCES ................................................................................. 10 2.7.1 Activities Inventory ................................................................................................... 11 Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park ii 2.7.2 Materials Inventory ................................................................................................... 12 2.8 POTENTIAL NON-STORM WATER DISCHARGES .............................................................. 14 3. ESPONSIBLE PARTIES AND CONTRACTORS ......................................................... 15 4. TRAINING .......................................................................................................................... 16 5. BEST MANAGEMENT PRACTICES ............................................................................. 17 5.1 GENERAL DESCRIPTION ................................................................................................. 17 5.2 BMPS SELECTED FOR THE PROJECT ............................................................................... 17 5.3 LOCAL REQUIREMENTS FOR CONSTRUCTION-PHASE BMPS .......................................... 21 5.4 GENERAL REQUIREMENTS FOR CONTRACTORS AND LICENSEES .................................... 21 5.5 POST-CONSTRUCTION BMPS ......................................................................................... 21 6. BMP INSPECTION AND MAINTENANCE .................................................................. 22 6.1 INSPECTION TYPES AND FREQUENCIES & PROCEDURES ................................................. 22 6.1.1 Visual Inspection Types & Frequencies ................................................................... 22 6.1.2 Inspection Procedures .............................................................................................. 22 6.2 INSPECTION DOCUMENTATION ....................................................................................... 25 6.3 RAIN EVENT ACTION PLAN ............................................................................................ 25 6.4 BMP MAINTENANCE NEEDS/CORRECTIVE ACTION ....................................................... 25 6.5 EMERGENCY PREPAREDNESS ......................................................................................... 26 7. CONSTRUCTION SITE MONITORING PROGRAM ................................................. 27 7.1 EFFLUENT STANDARDS AND DISCHARGE PROHIBITIONS ............................................... 27 7.2 PURPOSE OF THE CSMP ................................................................................................. 28 7.3 VISUAL MONITORING .................................................................................................... 28 7.4 NON-VISIBLE POLLUTANT SAMPLING ............................................................................ 28 7.4.1 Sampling Triggers, Schedule, and Exceptions .......................................................... 28 7.4.2 Sampling Procedures ................................................................................................ 29 7.4.3 Data Evaluation/Reporting ....................................................................................... 30 COPY TO SWPPP/FIELD OFFICE .......................................................................................... 1 Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park iii APPENDICES: Appendix A: Abbreviations Appendix B: Copy Of General Permit Appendix C: Permit Registration Documents Appendix D: SWPPP Amendment Log And Amendments Appendix E: Vicinity Map and Base Site Map Appendix F: Construction Schedule Appendix G: Training And Qualification Documents Appendix H: Responsible Parties And Contractors Appendix I: Blank Forms Appendix J: Completed Inspection Forms, Rain Gauge Data, And Spill Reports Appendix K: Completed Sampling Forms Appendix L: Completed Annual And Non-Compliance Reports Appendix M: CASQA BMP Fact Sheets Appendix N: Completed Progress Maps Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 1 1. INTRODUCTION, REQUIRED NOTICES, AND OUTSIDE DOCUMENTATION 1.1 Legal Framework, Objectives, and Availability This Storm Water Pollution Prevention Plan (SWPPP) has been prepared to comply with the National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities (General Permit) (State Water Resources Control Board Order No. 2009-0009-DWQ, NPDES No. CAS000002) amended by Order No. 2010-0014-DWQ & Order No. 2012-0006-DWQ). A copy of the General Permit is included in Appendix B. Per Section XIV.A of the General Permit, this SWPPP addresses the following objectives: (a) All pollutants and their sources, including sources of sediment associated with construction, construction site erosion and all other activities associated with construction activity are controlled; (b) Where not otherwise required to be under a Regional Water Board permit, all non-storm water discharges are identified and either eliminated, controlled, or treated; (c) Site BMPs are effective and result in the reduction or elimination of pollutants in storm water discharges and authorized non-storm water discharges from construction activity to the BAT/BCT standard; (d) Calculations and design details as well as BMP controls for site run-on are complete and correct; and (e) Stabilization BMPs installed to reduce or eliminate pollutants after construction are completed. This SWPPP is to be implemented at the construction site concurrently with the start of ground disturbing activities by the Legally Responsible Person (LRP) (site owner), its representatives, contractors, and licensees; all subcontractors and trades at the site; and all other visitors allowed on the site, as applicable. A copy of this SWPPP shall be made available at the construction site during working hours while the site is under construction, commencing with the initial construction activity and ending with termination of coverage under the General Permit. The SWPPP shall be made available upon request by a state or municipal inspector or by U.S. Environmental Protection Agency personnel. If the original SWPPP is retained by the Qualified SWPPP Practitioner (QSP) in a construction vehicle or trailer and is not currently at the construction site, current copies of the Best Management Practices (BMPs) and site map(s)/progress map(s) will be left with field crew members, and the original SWPPP shall be made available via a request by a radio/telephone. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 2 1.2 Electronic Filing and Notices to LRP The General Permit requires certain documents to be electronically filed using the SWRCB's Storm Water Multi-Application and Report Tracking System (SMARTS). Electronic filings will include: · Permit Registration Documents (see Section 1.3 below) submitted prior to the start of construction · Documents required due to changes in General Permit coverage (see Section 1.4 below) submitted when acreage covered by the General Permit changes, · Notice of Termination (see Section 1.5 below) when construction is complete or ownership of the entire site has changed, · Non-Compliance Reports (see Section 1.9 below), and · Annual Reports (see Section 1.10 below). Prior to any individual authorized by the LRP to submit electronic documents making submission of such documents through the SMARTS system, the authorized individual shall notify the LRP and obtain the LRP’s approval. Once documents are submitted via the SMARTS system, the person making such submission shall notify the LRP of such an event. 1.3 Permit Registration Documents Permit Registration Documents (PRDs) were filed electronically with the SWRCB on [INSERT DATE OF FILING]. PRDs include: (1) a Notice of Intent (NOI); (2) Risk Assessment Documentation; (3) Site Map; (4) Annual fee; (5) signed certification statements; and (6) this SWPPP. A copy of the acknowledgment letter from the SWRCB indicating the Project's waste discharge identification number (WDID) shall be included in Appendix C, once received. 1.4 Changes to General Permit Coverage The General Permit allows project acreage covered by the WDID to be reduced or enlarged when: · portions of the project have been completed and/or conditions for termination of coverage (See Section 1.5 below) have been met for a portion of the site; · ownership of a portion of the project has been transferred; or · new acreage has been added to the project. When such changes occur at the Project, revised PRDs will be filed electronically with the SWRCB within 30 days of the reduction or addition of acreage. Revised PRDs will consist of: Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 3 (a) a revised NOI; (b) a revised site map (showing completed areas, areas under construction, acreage sold/transferred or added), and acreage stabilized per conditions for (Notice of Termination); (c) SWPPP revisions (as appropriate); (d) if applicable, certification that new landowners have been notified of General Permit requirements (including name, address, telephone and email of new owner); and (e) revised annual fee (for Project size increases). Any revised PRDs submitted will be placed in Appendix C along with the original PRDs. Any SWPPP revisions necessary will be completed and documented in accordance with Section 1.7, below. 1.5 Notice of Termination Included as Appendix B is the Notice of Termination (NOT) form and instructions. The LRP shall complete and electronically submit the NOT (along with a final site map and photos) within 90 days of when construction is completed or the ownership of the site has been transferred. The Regional Water Board will determine if the NOT is accepted based upon the following factors: (a) ownership of the entire property covered under the WDID has been transferred; or (b) all of the following conditions have been met: · There is no potential for construction-related storm water pollutants to be discharged from the site. · Construction materials and wastes have been disposed of properly. · All construction-related equipment, materials and any temporary BMPs no longer needed are removed from the site. · The site will not pose any additional sediment discharge risk than it did prior to construction activity due to final stabilization. Final stabilization must be demonstrated by photos showing 70% final cover is achieved, or RUSLE or RUSLE 2 results, or a custom calculation method(s). 1.6 Outside Plans and Documents The following plans, reports, or other documents have been incorporated by reference into this SWPPP and will be kept with the SWPPP at the construction site: Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 4 Table 1-1: Plans and Documents Incorporated by Reference SHORT NAME FULL NAME Precise Grading Plan Northwest Open Space Community Park Grading Plan Water Plans Northwest Open Space Community Park Water Plan 1.7 SWPPP Amendments The QSD shall prepare all amendments to this SWPPP. All SWPPP amendments will be logged the Amendment Log, located in Appendix D. SWPPP amendments include but are not limited to: changes in BMPs, changes in construction scheduling, modified information for responsible parties and contractors at the site, etc. All SWPPP amendments shall be signed and certified by the QSD and the LRP’s Authorized Representative. A blank SWPPP amendment form has been provided in Appendix J. Completed SWPPP amendments will be kept in Appendix D. 1.8 Record Retention All documents relevant to this SWPPP (including maps and reports) will be maintained in either paper or electronic form for a minimum of three years from the date that the Notice of Termination is approved. Records must be available at the construction site in accordance with Section 1.1, above during the construction has been completed, records will be kept at the LRP's office. This SWPPP and any related documents will be made available to the SWRCB, RWQCB, and U.S. EPA within a reasonable time following a request for such documents. 1.9 Non-Compliance Reporting Any violations of narrative discharge limitations (contained in the CSMP Section 7, below) must be electronically reported. Likewise, any reporting required by RWQCB enforcement action taken under the General Permit will be electronically reported. A form to utilize in making any Non-Compliance Report is provided in Appendix I, and completed Non-Compliance Reports will be kept in Appendix L. 1.10 Annual Report During construction, an annual report shall be certified and submitted via the SMARTS system no later than September 1 of each year. For annual reports submitted under this SWPPP, the report shall include: Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 5 · a summary and evaluation of all sampling results (e.g., non-visible pollutant sampling or non-storm water discharge) including copies of any laboratory reports and non-storm water sampling reports); · analytical methods used, method reporting units, and method detection limits for each parameter sampled (information available on the sampling forms used in this SWPPP); · a summary of all corrective actions taken during the year, including any corrective actions not implemented (information available on all sampling and inspection forms used in this SWPPP); · a summary of any General Permit violations and copies of all non-compliance reports; · the date, time, place, and name of each inspector conducting sampling, inspections and field measurements (e.g. rain gauge measurements) under this SWPPP (information available on the sampling and inspection forms used in this SWPPP); · copies of all visual inspection reports (reports include the descriptions of any instances when visual inspections were otherwise required but where inspection was excused under the General Permit); and · documentation of training for all persons responsible for General Permit compliance under this SWPPP (including those responsible for BMP installation, inspection and maintenance, and those responsible for overseeing and revising this SWPPP). A form to utilize in making the Annual Report is provided in Appendix I, and completed Annual Reports will be kept in Appendix L. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 6 2. PROJECT INFORMATION/SITE CONDITIONS This section will describe the existing site conditions and existing storm water drainage patterns. Additionally, this section will provide a brief description of the figures and plans that provide graphic representations of the site conditions before construction, the anticipated site conditions following construction, and the site conditions as they change during the construction period. 2.1 Project/Site Information Table 2-1: Project Information Summary Project/Site Name: Northwest Open Space Park Project Location: The Project is located within the City of San Juan Capistrano, Orange County, California. West of Camino Capistrano and the 5 Freeway, North of Junipero Serra Road County: Orange WDID: [INSERT WDID ONCE KNOWN] Project Owner/LRP: City of San Juan Capistrano Type of Development (Check all that apply):  Residential  Commercial/Retail  Office  Resort  Other (Please specify) Municipal Parks Project Brief Description of Project: The Project is to construct a park area on the site Total Size of Project (in acres): 2.63 ac Total Disturbed Area (in acres): 2.63 ac Does this site fall within a jurisdiction governed by a public storm drain permit with requirements for construction sites?  Yes  No Or with a post-construction program for new development or redevelopment projects?  Yes  No If yes, local requirements are discussed in greater detail in Sections 2.8 and 5.3 of this SWPPP Previous Land Use: Project site was previously vacant open space Are there any known contaminants from the previous land use that could affect water quality during construction?  Yes  No If so, contaminants are described in the potential pollutant inventory in Section 2.7.2, below. Does the Project site discharge directly to a receiving water?  Yes  No Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 7 If so, name of receiving water: Does the Project site discharge to a public storm drain system?  Yes  No If so, name the system: Public storm drain system drains into: Trabuco Creek Does runoff from the Project site (either directly or indirectly) enter a water body: Listed as impaired for sediment or any other pollutant?  Yes  No Having a TMDL for sediment or any other pollutant?  Yes  No With designated beneficial uses of SPAWN, COLD and MIGRATORY?  Yes  No Considered sensitive in any other way?  Yes  No Please describe:______________________________________________________________ 2.2 Maps 2.2.1 Vicinity Map Included in Appendix E is a vicinity map depicting the Project site with respect to identifiable major roadways, geographic features, and landmarks. The vicinity map shows: · the construction site perimeter; · geographic features surrounding the site (including identifiable major roadways and landmarks); and · general topography. 2.2.2 Site Map Included in Appendix F is the Site Map of the construction site. The Site Map shows the layout of the improvement and contain the required information concerning sediment control and erosion control and the BMPs. The following table describes site features which the General Permit requires to be shown graphically on one or more site maps and designates which map or plan illustrates those features. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 8 TABLE 2-2: SITE MAP AND OTHER PLANS SITE FEATURE FIGURE OR PLAN Project's surrounding area Vicinity Map Site layout Site Map Construction site boundaries Site Map Planned storm water collection points Site Map Discharge locations Site Map Sampling locations Not Applicable Areas of soil disturbance (temporary or permanent) Site Map and Progress Maps (as construction progresses) Active areas of soil disturbance (cut or fill) Site Map and Progress Maps (as construction progresses) Runoff BMPs Site Map and Progress Maps (as construction progresses) Erosion control BMPs Site Map and Progress Maps (as construction progresses) Sediment control BMPs Site Map and Progress Maps (as construction progresses) Active Treatment System Location Not Applicable Sensitive habitats, watercourses, and other features not to be disturbed (if any) Not Applicable Location of post-construction structural BMPs (A.5.b.6) Not Applicable Areas designated for waste storage, vehicle storage or service (if any), equipment service, cleaning , and maintenance, construction material loading and unloading, fueling (if any), water, transfer for dust control and compaction purposes (if any) Not Applicable Construction access points (ingress and egress points) Site Map 2.2.3 Progress Maps In addition to the Site Maps, Progress Maps will be utilized during construction and Progress Maps depict the site as it appears during critical construction phases or after significant construction benchmarks have been reached (e.g., post-grading, post-paving, etc.). The Site Map serves as the base for the Progress Maps. Progress Maps may include locations of specific erosion or sediment control measures, structural BMPs, or other Project characteristics, as indicated in Table 2-2, above. Progress Maps are intended to benefit the LRP in looking at the site as a whole and are not intended to be a BMP. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 9 Progress Maps, by their nature, change as construction progresses, and thus are not submitted with PRDs. Progress Maps will be kept at the site with this SWPPP (when not being actively used (e.g. on the wall of the construction office).) Progress Maps will be updated when construction activity moves from one phase to another (e.g. land clearing and grading to utilities), or more frequently at the discretion of the QSP. 2.3 Project Site Geography, Geology, Biology, Hydrology, and Existing Water Quality Characteristics Table 2-3: Project Geologic, Biologic, And Hydrologic Information Soil Type: Per the Orange County Hydrology Manual Soils Map, the project lies within soil type B. Topography: The elevations within this area range from approximately 199 to 206 feet above mean sea level (msl). The general direction of the slope is from the North to South. Vegetation: The existing site is a vacant open space area with some vegetation Hydrology : The proposed project does not alter the existing drainage pattern Water Quality Impairments/TMDLs: The runoff from the site ultimately discharges into the Pacific Ocean. The site does not discharge directly into a water body that has been listed under Section 303(d) of the Federal Clean Water Act as impaired for sediment, silt, or turbidity. 2.4 Anticipated Run-On Run-On is not anticipated during construction of the Project. 2.5 Project Risk Determination 2.5.1 Project Sediment Risk. Table 2-4: Sediment Risk Summary GIS Method: The SITE SPECIFIC METHOD was used to determine soil loss. The soil loss for the Project is 1.54 tons per acre. R Factor: The R factor was calculated using U.S. EPA's ONLINE CALCULATOR The R factor for the Project is 2.09. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 10 KLS Factor: The KLS factor was calculated based upon THE SWRCB’S KLS MAPS. The KLS factor for the Project is 0.74. Sediment Risk: The sediment risk for the Project is LOW. Project sediment risk worksheets are located in Appendix C with the other PRDs. 2.5.2 Receiving Water Risk. Table 2-5: Receiving Water Risk Summary Receiving Water: Trabuco Creek Impairment: The receiving water IS NOT listed as impaired for sediment by the SWRCB under Section 303(d) of the federal Clean Water Act. TMDL: There IS NOT a U.S. EPA- approved TMDL implementation plan for sediment for the Project’s receiving water. Beneficial Uses: The receiving water DOES NOT have beneficial uses of COLD, SPAWN, and MIGRATORY as listed in the applicable basin plan. Receiving Water Risk: Receiving water risk for the Project is LOW. Additional information may be found on risk determination worksheets located in Appendix C. 2.5.3 Project Risk Level. The Project subject of this SWPPP is Risk Level 1. 2.6 Construction & Development Schedule A construction schedule is located in Appendix F and notes the estimated start and finish dates of overall construction as well as the estimated dates for major construction phases at the Project. The SWPPP will be amended should the schedule change. 2.7 Potential Pollutant Sources This section provides an inventory of the activities or materials that could result in the discharge of pollutants in the storm water runoff from the site or which may result in non-storm water discharges. The pollutants and activities below have been considered in selecting BMPs for the Project. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 11 2.7.1 Activities Inventory Table 2-6 that follows generally presents the activities taking place on the site during the construction phase, which have the potential to contribute sediment and other pollutants to either storm water or non-storm water discharges. Additionally, Table 2-6 demonstrates the category of pollutants to which each activity may potentially contribute. Italicized items in Table 2-6 indicate construction phases. Categories of activities in Table 2-6 are, at times general, with subsets of activities included within the larger, more general activity (e.g. for structure construction, specific sub-activities such as framing and roofing are subsumed by the more general activity). Table 2-6: Anticipated Project Activities Project Activity Potential Pollutant Category Sediment/Erosion Materials & Waste Management Non-Storm Water Grading and Land Development (Incl. Clear, Grub, Mass Grade) Earth work (e.g., grading, trenching, and excavation, import, export, and stockpiling of soil) X Construction of erosion and sediment control measures (e.g., desilting basins, down drains, storm drain system, sand bag dikes, and slope protection) X X Management of contaminated soils1 X X Vehicle and construction equipment storage, cleaning, maintenance, fueling, and stored fuel management2 X X Portable sanitary and septic waste management3 X X Streets and Utilities (Incl. Drainage Structures, Curb & Gutter, Concrete Drives and Pathways) 1 Management of contaminated soils may also occur during other phases but is most likely to commence during the grading phase. 2 Vehicle and equipment-related activities will occur during all construction phases but will first occur during the grading and land development phase. 3 Sanitary facilities will be present during the other construction phases; however, management of the facilities and their wastes will commence during the grading phase. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 12 Project Activity Potential Pollutant Category Sediment/Erosion Materials & Waste Management Non-Storm Water Utility installation (including gas, electric, domestic water, reclaimed water, cable, storm drain, telephone and related communication lines, and sanitary sewer) X X Concrete waste management X X Washing of stone, concrete, or masonry with acids or other similar compounds X Sandblast grit management X Paving (asphalt and concrete) X X Sweeping and washing of paved areas (including streets) and buildings4 X X X Management of stranded or trapped storm water5 X X Final Stabilization and Site Stabilization Application of soil amendments, fertilizers6 X Organic mulch and ground covers X Activities pertaining solely to builder development activities on lots owned by builders and not by the LRP are discussed in any applicable SWPPPs prepared by parties responsible for development of those lots. 2.7.2 Materials Inventory Table 2-7 represents, generally, construction materials, including those associated with on-site equipment and vehicles, which have a potential to contribute to the discharge of pollutants to either storm water or non-storm water discharges. Where applicable, general classes of materials are meant to include the specific. Additionally, Table 2-7 demonstrates the potential for pollutants to be visible or not in runoff from the site. For potential pollutants that would not be visible, Table 2-7 notes the pollutant parameter to be used in non-visible pollutant sampling described in the Construction Site Monitoring Program (CSMP) in Section 7. 4 Sweeping and washing of paved areas and buildings is also expected to occur during the vertical construction phase and may occur during the final stabilization phase. 5 Stranded storm water management may occur during other phases but is most likely to occur during streets and utilities phase. 6 Application of soil amendments may also occur during the grading and utilities phases, but the activity is most closely related to landscaping activities of the stabilization phase. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 13 Table 2-7: Anticipated Materials Checked items are anticipated to be present at the Project at some point during the construction process. Material Type Pollutant Parameter Visually Observable Parameter for Non-Visible Pollutant Sampling  Adhesives Chemical oxygen demand, phenols, semi volatile organic compounds Yes Not Applicable (NA)  Animal waste Animal waste Yes NA  Asphalt Asphalt Yes, oily sheen Total petroleum hydrocarbons  Cement Aluminum calcium iron oxide, calcium sulfate Yes NA  Cleaning solvents Perchloroethylene, ethylene, chloride, TCE Varies Volatile organic compounds  Concrete Fly ash, heavy metals, cement, pH Yes NA  Concrete slurry Turbidity and pH Yes NA  Curing compounds Glass oxide, urea extended phenol No Semi volatile organic compounds  Diesel fuel Petroleum distillates, naphthalene, xylene Yes, oily sheen NA  Drywall compound Vinyl acetate, pigment Yes, color NA  Engine coolant Ethylene, propylene glycol, heavy metals Yes, color sheen, stain NA  Engine oil Mineral oil, additives, combustion byproducts Yes, oil sheen, stain NA  Fertilizer Nitrogen, phosphorus No NO3/NH3/P  Gasoline Benzene, toluene, xylene, MTBE Yes, oily sheen NA  Grease Petroleum hydrocarbons Yes, sheen, stain NA  Grout Silica, cement, pH Varies pH  Herbicide Chlorinated hydrocarbons, organophosphates Varies Contaminate specific  Hydraulic oil Mineral oil, additives, combustion byproducts Yes, sheen, stain NA  Kerosene Petroleum hydrocarbons Yes, oily sheen NA  Paint Ethylene glycol, titanium Yes NA Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 14 Material Type Pollutant Parameter Visually Observable Parameter for Non-Visible Pollutant Sampling oxide, Volatile organic compounds  Pesticide Chlorinated hydrocarbons, carbonates, organophosphates, pyrethrums Varies Pesticide scan, semi volatile organic compounds  Sanitary waste Human waste, feces Yes NA  Sealers Diacetone alcohol No Semi volatile organic compounds, phenols  Sediments, sand, gravel Turbidity, total suspended solids Yes NA  Soil amendments Gypsum, aluminum sulfate, sulfur No Phosphate, TKN, NO3, pH, sulfate  Solid waste, litter7 Floatables, trash and debris Yes NA  Tile and stone Debris Yes NA  Transmission oil Mineral oil, trace additives Yes, oil sheen, stain NA  Treated wood Arsenic No ACZA, CCA, ACA, Cu  Vegetation Organics Yes NA  Wash water Sulfites Yes NA 2.8 Potential Non-Storm Water Discharges All efforts will be made at the Project to reduce or eliminate non-storm water discharges from the site. Potential pollutants and activities that may result in non-storm water discharges are listed above in Section 2.7. Dewatering activities involving shallow groundwater are not anticipated at the site during construction. 7 Items that are designed for exposure to the elements—including BMP materials, such as geotextiles and plastic sheeting, and other items, such as PVC piping or clay roof tiles—are not considered “pollutants” for the purposes of this table; however, such materials may be considered pollutants if they are damaged, broken, or otherwise destroyed such that pieces of the materials are considered solid waste. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 15 3. ESPONSIBLE PARTIES AND CONTRACTORS The names and contact information for parties authorized to sign documents under the SWPPP, the LRP, the QSD, the QSP, and BMP inspectors are provided in Appendix H. Documentation of the qualifications for the QSD and QSP are provided in Appendix G. Names, contact information, and responsibilities of all contractors who will be directed by the QSP are provided in Appendix H. Storm Water Pollution Prevention Plan (SWPPP) City of San Juan Capistrano Northwest Open Space Park 16 4. TRAINING All elements of this SWPPP have been developed by a QSD and will be implemented by the QSP and those person under the QSP's direction. The QSP and person working under the QSP's direction have received or will receive training appropriate for their individual roles and responsibilities. Training activities will be documents, with records of formal and informal training kept in Appendix G. This training documentation will also be submitted with the Annual Report. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 17 5. BEST MANAGEMENT PRACTICES 5.1 General Description This section identifies best management practices (BMPs) to be used for this Project. BMPs are the schedule of activities, prohibitions of practices, maintenance procedures, and other management practices that reduce or eliminate pollutants in storm water discharges and authorized non-storm water discharges. BMPs include treatment requirements, operating procedures, and practices to control site runoff, spillage or leaks, waste disposal, and drainage from raw material storage. BMP implementation must take into account changing weather conditions and construction activities, and various combinations of BMPs may be used over the life of the Project to maintain compliance with the Clean Water Act. The BMPs for the Project have been specified as requirements by Attachment C (Risk Requirements) of the General Permit, or have been selected by the QSD from those prepared by the California Storm Water Quality Association, or represent those required by local regulations. In order to take full advantage of the water quality benefits of existing and planned facilities, and to assure that the selection of a particular BMP would not adversely impact other valuable resources or facilities, structural opportunities and constraints were considered and investigated, as part of the selection of BMPs for this development. The following BMP program is structured to maintain compliance with technology standards specified by the General Permit—best available technology economically achievable (BAT) and best conventional pollutant control technology (BCT)—as well as specific BMP mandates of General Permit Attachment C. BMPs are designed to work in concert to ensure narrative effluent standards (General Permit Attachment C, §A.1) are maintained. BMPs will be employed, as directed by the QSP according to the schedule identified below, with weather conditions providing an additional factor in BMP implementation. 5.2 BMPs Selected for the Project This section the menu of BMPs selected for the Project. Tables 5-1A and 5-1B below, include the minimum BMPs stipulated in the General Permit, as well as other BMPs selected to address anticipated pollutants and maintain technology standards and effluent limitations. For all Minimum BMPs shown in Table 5-1A and the selected BMP Fact Sheets shown in Table 5-1B, these BMPs will be implemented throughout construction based upon the suitable application criteria discussed in the individual Fact Sheets or based upon dictates of the site conditions or specific language of the BMP. BMPs selected for implementation in Tables 5-1A and 5-1B have been chosen to address all of the potential pollutants from activities and materials anticipated at the Project site discussed in Section 2.7. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 18 Table 5-1A: Mandatory Minimum BMPs8 Construction Materials: √ Cover and berm all loose stockpiled materials not actively being used. √ Store chemicals in a water tight container with appropriate secondary containment or in an enclosed shed or building. √ Minimize materials exposure to precipitation (excluding those materials designed to be exposed to the elements). √ Prevent off-site tracking of sediments and construction materials. Waste Management: √ Provide trash and debris waste containers sufficient in number and location to properly manage all waste generated onsite. √ Prevent discharge of all rinse and wash water into the storm drain system or receiving waters. √ Contain sanitary facilities to prevent discharge to storm drain systems or receiving waters. √ Inspect sanitary facilities regularly for leaks/spills and clean or replace as needed. √ Cover waste containers at the end of each business day and prior to rain events. √ Prevent discharge of disposal container waste into the storm drain system or receiving waters. √ Contain and securely protect stockpiled waste material from wind and rain at all times unless actively being used. √ Control and address hazardous and non-hazardous spills. √ Ensure equipment and materials for cleanup of spills are available on site. √ Clean up spills and leaks immediately and dispose of contaminated or leaked materials properly. √ Assign and properly train spill response personnel. √ Provide sufficient number and locations of washout areas for concrete and other materials to ensure containment of discharge so as to prevent discharge into the underlying soil and onto the surrounding areas. Vehicle and Equipment Storage and Maintenance: √ Prevent leaks to the ground, storm drains, or surface waters. √ Maintain, store, and fuel vehicles and equipment in designated area fitted with appropriate BMPs. √ Clean leaks immediately upon discovery and dispose of contaminated and leaked materials properly. Landscape Materials: √ Contain stockpiles, fertilizers, and other materials when not actively being used. √ Discontinue application of erodible landscape materials at least 48 hours prior to and during rain events. √ Use all landscape materials in accordance with manufactures recommendation. √ Stack erodible landscape materials on pallets and cover or store indoors when not actively being used. Non-Storm Water Discharges: 8 Mandatory Minimum BMPs are not optional and are required to be implemented either per the General Permit or per directive of the LRP. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 19 √ When vehicle washing is permitted on site, prevent any wash waters from entering storm drain systems or receiving waters. √ All street cleaning shall be performed such that no unauthorized discharge reaches storm drain system or surface waters. Wind Erosion: √ Control fugitive dust and other air deposition of the site materials (e.g. trash, nutrients, bacteria, etc.) through the implementation of waste management and dust control procedures. √ Implement effective wind erosion controls through implementation of Fact Sheet WE-1. Erosion Controls: √ Limit the use of plastic materials for erosion control when more sustainable alternatives are available and where plastics are used, consider those resistant to solar degradation. √ Provide effective soil cover with erosion control products for inactive areas and all finished slopes, open space, utility backfill, and completed lots. Inactive areas of construction are those areas disturbed and are not scheduled to be re-disturbed for at least 14-days. √ Install controls to minimize slope length on all slopes, such as fiber rolls, or an appropriate alternative. √ Install and maintain effective erosion controls until criteria for termination is established. Sediment Controls: √ Install and maintain effective inlet protection and ensure construction materials are not stored directly adjacent to drain inlets. √ Establish and maintain effective perimeter controls until sufficient stabilization is achieved. √ Control and stabilize all construction entrances and exits to sufficiently control discharge from site. √ Construct sediment basins consistent with Fact Sheet SE-2 design standard (if basins are to be used at the Project). √ During the Vertical Construction Phase, provide and maintain entrance/exit stabilization at all ingress/egress points between street and disturbed pad surface. Run-on and Run-off Controls: √ Effectively manage all run-on and runoff within the site; and to the extent feasible direct run- on away from disturbed areas. Any run-on through disturbed construction areas shall comply with the General Permit effluent limits (see the CSMP Section 7 of this SWPPP). Table 5-1B: Selected Project BMP CASQA Fact Sheets9 CASQA Fact Sheet BMP No. and Name BMP Selected for Implementation? Yes No Erosion Control BMPs EC-1 Scheduling √ 9 CASQA Fact Sheets selected for implementation at the Project are to be implemented for the duration of construction where as specified in the particular Fact Sheet. All selected Fact Sheets are included in Appendix M of this SWPPP. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 20 CASQA Fact Sheet BMP No. and Name BMP Selected for Implementation? Yes No EC-2 Preservation of Existing Vegetation √ EC-3 Hydraulic Mulch √ EC-4 Hydroseeding √ EC-5 Soil Binders √ EC-6 Straw Mulch √ EC-7 Geotextiles √ EC-8 Wood Mulch √ EC-9 Earth Dikes and Drainage Swales √ EC-10 Velocity Dissipation Devices √ EC-11 Slope Drains √ EC-12 Streambank Stabilization √ EC-13 Reserved EC-14 Compost Blankets √ EC-15 Soil Preparation / Roughening √ EC-16 Non-Vegetative Stabilization √ Sediment Control BMPs SE-1 Silt Fence √ SE-2 Sediment Basin √ SE-3 Sediment Trap √ SE-4 Check Dam √ SE-5 Fiber Rolls √ SE-6 Gravel Bag Berm √ SE-7 Street Sweeping/Vacuuming √ SE-8 Sandbag Barrier √ SE-9 Straw Bale Barrier √ SE-10 Storm Drain Inlet Protection √ SE-11 Active Treatment Systems √ SE-12 Temporary Silt Dike √ SE-13 Compost Socks and Berms √ SE-14 Biofilter Bags √ Wind Erosion Control BMPs WE-1 Wind Erosion Control √ Tracking Control BMPs TC-1 Stabilized Construction Entrance/Exit √ TC-2 Stabilized Construction Roadway √ TC-3 Entrance/Outlet Tire Wash √ Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 21 5.3 Local Requirements for Construction-Phase BMPs The local requirements for construction phase BMPs vary by jurisdiction. For the Project site, the local requirements relative to regulation of construction site water quality are described below. These requirements are separate from those of the General Permit, with the local requirements being overseen and enforced by local authorities, not the RWQCB, SWRCB, or EPA. (General Permit §I.A.4) The relevant local requirements are described in this SWPPP for information purposes only. · State Water Resources Control Board (SWRCB) Order No. 2009-0009-DWQ · National Pollutant Discharge Elimination System (NPDES) General Permit No. CAS000002 · Waste Discharge Requirements (WDRs) for Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities · CASQA BMP Manual · Air Quality Regulations and Permits · Federal Endangered Species Act · National Historic Preservation Act/Requirements of the State Historic Preservation Office · State of California Endangered Species Act · CA Department of Fish and Game 1600 Streambed Alteration Agreement, if required 5.4 General Requirements for Contractors and Licensees Pursuant to their individual contracts with the LRP, contractors at the Project are obligated to comply with all laws at the site, including but not limited to: the Clean Water Act, the Safe Drinking Water and Toxic Enforcement Act, Air Quality Management regulations (including those for fugitive dust), and the Comprehensive Environmental Response, Compensation and Liability Act. Furthermore, per their contracts, contractors are obligated to abide by the requirements of the General Permit and this SWPPP to the extent that such requirements are associated with their activities on the site. Any licensees at the Project, per their individual agreements with the LRP, are obligated to comply with all laws, including those for water quality, and to obtain coverage under the General Permit for their activities as may be required. 5.5 Post-Construction BMPs The Project is an interim condition. The ultimate project is to improve urban stormwater quality. Therefore, the post-construction BMPs are not applicable. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 22 6. BMP INSPECTION AND MAINTENANCE This section discusses the program to inspect and maintain all BMPs. Monitoring and sampling procedures are included in the Construction Site Monitoring Program in Section 7. 6.1 Inspection Types and Frequencies & Procedures 6.1.1 Visual Inspection Types & Frequencies Routine Inspections Routine visual inspections of the site shall occur on a weekly basis. Rain Event Inspections 1) Pre-storm inspections shall occur within 2 business days (48 hours) prior to a “likely rain event.” “Likely rain events” are those where the forecast predicts 50% chance or greater of precipitation in the area. Weather forecast information may be obtained at http://www.srh.noaa.gov/forecast. 2) During storm inspections shall occur once every 24-hours during extended rain events. 3) Post-storm inspections shall occur within 2 business days (48 hours) after a “qualifying rain event.” “Qualifying rain events” are those producing 0.5 inches or more of precipitation with a 48-hour or greater period between rain events. Non-storm Water Inspections A non-storm water inspection shall be conducted once per quarter (January- March, April-June, July-September, and October-December). Stored/Stranded Storm Water Inspections Stored, stranded, or contained storm water derived from and discharged after a qualifying rain event shall be inspected at the time of discharge. Discharge of such water that will occur after business hours will be observed prior to the discharge (during business hours). 6.1.2 Inspection Procedures Inspectors · Inspections will be conducted only by the QSP or other designated, trained, inspectors supervised by the QSP and listed in Appendix H. Limitations · Visual inspections shall occur during business hours only. · Only safely-accessible areas shall be inspected. · Should none of the BMPs be safely accessible, an attempt to inspect the discharge point(s) for the site shall be made in order to determine the condition and quality of discharge. · If no inspections are conducted due to dangerous conditions (e.g., flooding or electrical storms) or due to inspection time frames being outside of schedule site business hours include an explanation in the Inspection Report and Annual Report as to why no inspection was conducted. Quarterly non-storm water inspections are only required during daylight Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 23 hours. Spill Response · Spills or contaminated soils discovered during inspections shall be remediated by the responsible party. · Should the responsible party not be identified or fail to respond appropriately, the QSP or inspector shall take the appropriate action to have the spill cleaned up, test (if necessary) any contaminated soils, and properly dispose of materials. · All necessary reporting of spills to local, state and federal agencies (including the RWQCB) shall be performed according to applicable regulations. · A spill report form is located in Appendix. I. Rain Gauge · Rain gauge readings shall be taken for all qualifying rain events. · Rain gauge measurements, dates and times shall be recorded in the rain gauge log. · A blank log is in Appendix I and completed logs will be kept in Appendix J. Routine Inspections · Determine if any unauthorized or authorized non-storm water discharges are occurring. · Identify any spills, leaks, or uncontrolled pollutant sources. · Inspect all BMPs, construction entrances, storage areas, slopes and disturbed areas, and all discharge locations. · Observe the presence or absence of floating and suspended materials, a sheen on the surface, discolorations, turbidity, odor(s), and source(s) of any observed pollutants. · Determine if any triggers for non-visible pollutant sampling have occurred in accordance with the CSMP. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 24 Pre-Storm Inspections · Identify any spills, leaks, or uncontrolled pollutant sources. · Inspect all BMPS to identify proper implementation in accordance with the SWPPP. · Inspect all storm water storage and containment areas to detect leaks and ensure maintenance of adequate freeboard. · Ensure necessary pre-storm BMP maintenance has been conducted e.g.: - removal of sediment accumulated behind check dams and silt fencing, - ensure chemicals have been stored indoors or in watertight conditions, - ensure stockpile management controls are in place, - ensure temporary erosion and sediment control devices are in place, - ensure adequate supply of spill response materials and temporary sediment controls (e.g., gravel bags) are on hand for emergency purposes, · Observe the presence or absence of floating and suspended materials, a sheen on the surface, discolorations, turbidity, odor(s), and source(s) of any observed pollutants. · Determine if any triggers for non-visible pollutant sampling have occurred in accordance with the CSMP. · Perform any necessary BMP maintenance in accordance with Section 6.4, with the goal of completing any maintenance prior to the onset of the forecasted rain event. During Storm Inspections · Evaluate all BMPs for adequacy and proper implementation. · Identify any spills, leaks, or uncontrolled pollutant sources. · Inspect all storm water storage and containment areas to detect leaks and ensure maintenance of adequate freeboard. · Observe the presence or absence of floating and suspended materials, a sheen on the surface, discolorations, turbidity, odor(s), and source(s) of any observed pollutants. · Determine if any triggers for non-visible pollutant sampling have occurred in accordance with the CSMP. · Identify if any additional BMPs are needed and revise the SWPPP if necessary. · Implement corrective actions as soon as possible and when safely accessible but no later than 72 hours after the rain event has ended, as per Section 6.4. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 25 Post-Storm Inspections · Identify whether BMPs were adequately designed, implemented, and effective. · Inspect the site for any areas of surface erosion, structure undermining, slope instability, failure of containment structure (e.g., portable sanitary facilities and masonry wash outs). · Identify if any additional BMPs are needed and revise the SWPPP if necessary. · Observe the presence or absence of floating and suspended materials, a sheen on the surface, discolorations, turbidity, odor(s), and source(s) of any observed pollutants. · Perform any needed BMP maintenance in accordance with Section 6.4. Non-Storm Water Inspections · Each drainage area is to be inspected for the presence or indications of prior unauthorized or authorized non-storm water discharges/sources. · Observe the presence or absence of floating and suspended materials, a sheen on the surface, discolorations, turbidity, odor(s), and source(s) of any observed pollutants. · Document the response taken to eliminate any unauthorized non-storm water discharges. Stored Storm Water Inspections · Inspect any discharges of stored or contained storm water in conjunction with the Post-Storm Inspection. 6.2 Inspection Documentation Inspections are to be documented using the form found in Appendix I. Completed inspection reports are to be kept in Appendix J. 6.3 Rain Event Action Plan Because this Project is a Risk Level 1 site, no Rain Event Action Plans are required by the General Permit. 6.4 BMP Maintenance Needs/Corrective Action Begin implementing repairs or design changes to BMPs within 72 hours of identification and complete the changes as soon as possible. Routine BMP maintenance needs are discussed in the BMP Fact Sheets in Appendix M. Maintenance needs and records of completed maintenance activities are to be noted on the inspection report forms. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 26 6.5 Emergency Preparedness Equipment, materials, and workers must be available for rapid response to failures and emergencies. Necessary materials shall be available on site and stockpiled at convenient locations for rapid construction of temporary erosion and sediment control devices when rain is imminent or problems arise. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 27 7. CONSTRUCTION SITE MONITORING PROGRAM This section will guide the QSP as to the monitoring and sampling procedures for the site. Based upon the required monitoring, the QSP shall determine if BMPs are appropriate and/or effective to maintain compliance with effluent limitations and discharge prohibitions contained in Section 7.1, below, and corrective actions and/or SWPPP revisions are warranted. Any reporting required based upon monitoring results shall be made in accordance with Section 1.9 of this SWPPP. 7.1 Effluent Standards and Discharge Prohibitions This is a Risk 1 site and is subject to narrative effluent standards and discharge prohibitions. Narrative Effluent Standards (General Permit Attachment C) A. Storm water discharges and authorized non-storm water discharges shall not contain a hazardous substance equal to or in excess of reportable quantities established in 40 C.F.R. §§ 117.3 and 302.4, unless a separate NPDES Permit has been issued to regulate those discharges. B. Dischargers shall minimize or prevent pollutants in storm water discharges and authorized non-storm water discharges through the use of controls, structures, and management practices that achieve BAT for toxic and non-conventional pollutants and BCT for conventional pollutants. Discharge Prohibitions (General Permit § III) A. Dischargers shall not violate any discharge prohibitions contained in applicable Basin Plans or statewide water quality control plans. Waste discharges to Areas of Special Biological Significance (ASBS) are prohibited by the California Ocean Plan, unless granted an exception issued by the State Water Board. B. All discharges are prohibited except for the storm water and non-storm water discharges specifically authorized by this General Permit or another NPDES permit. C. Authorized non-storm water discharges may include those from dechlorinated potable water sources such as: fire hydrant flushing, irrigation of vegetative erosion control measures, pipe flushing and testing, water to control dust, uncontaminated ground water from dewatering, and other discharges not subject to a separate general NPDES permit adopted by a Regional Water Board. The discharge of non-storm water is authorized under the following conditions: (1) The discharge does not cause or contribute to a violation of any water quality standard; (2) The discharge does not violate any other provision of this General Permit; (3) The discharge is not prohibited by the applicable Basin Plan; Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 28 (4) The discharger has included and implemented specific BMPs required by this General Permit to prevent or reduce the contact of the non-storm water discharge with construction materials or equipment; and (5) The discharge does not contain toxic constituents in toxic amounts or (other) significant quantities of pollutants. D. Debris resulting from construction activities are prohibited from being discharged from construction sites. E. When soil contamination is found or suspected and a responsible party is not identified, or the responsible party fails to promptly take the appropriate action, the discharger shall have those soils sampled and tested to ensure proper handling and public safety measures are implemented. The discharger shall notify the appropriate local, state, and federal agency(ies) when contaminated soil is found at a construction site, and will notify the appropriate Regional Water Board. 7.2 Purpose of the CSMP The CSMP addresses the following objectives: A. To demonstrate that the site is in compliance with the Discharge Prohibitions; B. To determine whether non-visible pollutants are present at the construction site and are causing or contributing to exceedances of water quality objectives; C. To determine whether immediate corrective actions, additional BMP implementation, or SWPPP revisions are necessary to reduce pollutants in storm water discharges and authorized non-storm water discharges; and D. To determine whether BMPs included in the SWPPP are effective in preventing or reducing pollutants in storm water discharges and authorized non-storm water discharges. 7.3 Visual Monitoring See discussion of visual inspections in Section 6.1, above. 7.4 Non-Visible Pollutant Sampling 7.4.1 Sampling Triggers, Schedule, and Exceptions Sampling Triggers · Any breach, BMP malfunction, leakage or spill observed during a visual inspection that could result in a discharge of non-visible pollutants. · Anticipated non-visible pollutants at the site are noted in Section 2.7.2. Sampling Schedule · Samples shall be collected during the first two hours of discharge from rain events occurring during business hours and which generate runoff. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 29 Exceptions to Sampling · No sampling is required from locations not safely accessible. · No sampling during non-business hours is required. · No sampling from rain events too small to generate runoff is required. 7.4.2 Sampling Procedures Sample Collection Generally · All samples will be collected by the QSP, qualified personnel designated in Appendix H under the QSP’s supervision, or laboratory personnel qualified to collect samples. · The laboratory selected to perform any necessary laboratory analysis is listed in Appendix H. · Locations for collection of potential non-visible pollutant samples and uncontaminated samples are shown on the Site Map. · All sampling will be documented on non-visible pollutant sampling forms located in Appendix I. · Chain of custody forms for any laboratory analysis are located in Appendix I. · Completed sampling and chain of custody forms will be kept in Appendix K. Non-visible Pollutant Sample(s) · All discharge locations serving the drainage area where the triggering event occurred and which can be safely accessed must be sampled. · Samples must be large enough to characterize site conditions. · All samples must be analyzed for all non-visible pollutant parameters identified in Section 2.7.2 for the potential non-visible pollutant(s) being sampled. · Analysis may be conducted using field analysis methods or through laboratory analysis dependent upon the potential non-visible pollutant. Uncontaminated Sample · A sample of storm water that has not contacted the disturbed soil or materials stored or used on-site must be collected for comparison to the non-visible pollutant sample. · Analysis of the uncontaminated sample shall be the same as performed for the non-visible pollutant sample(s). · Results of the analysis of the uncontaminated sample shall be compared to the non-visible pollutant sample(s). Analytical constituents that may be potentially analyzed in the Project’s non-visible sampling program are listed below in Table 7-3. Along with the constituent name, the Table 2-1 lists considerations to be taken into account to ensure the quality of samples is maintained. Analytical methods are to be determined by the designated laboratory and are to accord with applicable U.S. EPA methods. For field analysis (e.g., for pH), sample collection, analysis and Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 30 equipment calibration shall be in accordance with the manufacturer specifications for the particular field instrument. Field testing equipment shall be maintained in accordance with manufacturer’s instructions and shall be calibrated before each sampling event. For laboratory analysis, all sampling equipment (e.g., bottles, etc.) shall be obtained from or approved by the designated laboratory. Chain of custody procedures shall be obtained from the designated laboratory and followed by personnel collecting samples. Table 7-1: Analytical Constituents and Analytical Method Information Name Abbreviation Bottle Type Volume Required (ml) Preservation Hold Time Specific Conductance EC Polypropylene 50 N/A ASAP pH pH Polypropylene 50 N/A ASAP Total Dissolved Solids TDS Polypropylene 500 Cool (4° C) 7 days Salinity Salt Polypropylene 500 Cool (4° C) 28 days Biological Oxygen Demand BOD Polypropylene 500 Cool (4° C) 48 hrs Total Recoverable Petroleum Hydrocarbons TRPH Glass 1000 Cool (4° C) 14 days Oil & Grease O&G Glass 1000 H2SO4 28 days Nitrate Nitrogen NO3-N Polypropylene 100 Cool (4° C) 48 hrs Ammonia Nitrogen NH3-N Polypropylene 100 None 28 days Total Phosphorus Total P Polypropylene 100 H2SO4 28 days Detergents MBAS Polypropylene 500 Cool (4° C) 48 hrs Total Recoverable Metals TR Polypropylene 250 H2SO4 48 hrs Total Dissolved Metals Diss Polypropylene 250 H2SO4 48 hrs Volatile Organics VOCs Glass 2 x 40 vial Cool (4° C) 14 days Semi-Volatile Organics SVOCs Glass 1000 Cool (4° C) 7 days Pesticides Pest Glass 1000 Cool (4° C) 7 days 7.4.3 Data Evaluation/Reporting Results of non-visible sampling will be evaluated for evidence of potential pollution in discharges from the Project. Should pollution be indicated (based upon analytical results and comparison between non-visible pollutant sample(s) and uncontaminated sample(s)) the following shall take place: Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 31 · BMPs shall be evaluated for effectiveness. · Should inadequate or ineffective BMPs be identified, BMPs will be changed or augmented as necessary. Modified BMPs will be documented as SWPPP amendments. · Should pollutant results indicate that narrative effluent limitations have been exceeded, non-compliance reporting in accordance with Section 1.9, shall occur. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX A ABBREVIATIONS ASBS Area of Special Biological Significance BAT Best Available Technology Economically Achievable BCT Best Conventional Pollutant Control Technology BMP Best Management Practice CSMP Construction Site Monitoring Program EC Erosion Control EPA United States Environmental Protection Agency LRP Legally Responsible Person MS4 Municipal Separate Storm Sewer System NOI Notice of Intent NOT Notice of Termination NPDES National Pollutant Discharge Elimination System NS Non-Storm Water QSD Qualified SWPPP Developer QSP Qualified SWPPP Practitioner RWQCB Regional Water Quality Control Board SC Sediment Control SMARTS Storm Water Multi-Application and Report Tracking System SWPPP Storm Water Pollution Prevention Plan SWRCB California State Water Resources Control Board TC Tracking Control TMDL Total Maximum Daily Load WDID Waste Discharge Identification Number WE Wind Erosion WM Waste Management Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX B COPY OF GENERAL PERMIT Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX C PERMIT REGISTRATION DOCUMENTS · Notice of Intent (NOI) · Risk Documentation Worksheets · Site Map · Annual fee · Signed certification statements · Any amended PRDs (due to change of ownership or increased acreage) Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park [INSERT NOTICE OF INTENT] Entry 1.22 0.17 4.33 0.74 Watershed Erosion Estimate (=RxKxLS) in tons/acre Site Sediment Risk Factor Low Sediment Risk: < 15 tons/acre Medium Sediment Risk: >=15 and <75 tons/acre High Sediment Risk: >= 75 tons/acre Sediment Risk Factor Worksheet A) R Factor R Factor Value B) K Factor (weighted average, by area, for all site soils) Analyses of data indicated that when factors other than rainfall are held constant, soil loss is directly proportional to a rainfall factor composed of total storm kinetic energy (E) times the maximum 30-min intensity (I30) (Wischmeier and Smith, 1958). The numerical value of R is the average annual sum of EI30 for storm events during a rainfall record of at least 22 years. "Isoerodent" maps were developed based on R values calculated for more than 1000 locations in the Western U.S. Refer to the link below to determine the R factor for the project site. https://lew.epa.gov/ K Factor Value LS Factor Value Low C) LS Factor (weighted average, by area, for all slopes) The soil-erodibility factor K represents: (1) susceptibility of soil or surface material to erosion, (2) transportability of the sediment, and (3) the amount and rate of runoff given a particular rainfall input, as measured under a standard condition. Fine-textured soils that are high in clay have low K values (about 0.05 to 0.15) because the particles are resistant to detachment. Coarse-textured soils, such as sandy soils, also have low K values (about 0.05 to 0.2) because of high infiltration resulting in low runoff even though these particles are easily detached. Medium-textured soils, such as a silt loam, have moderate K values (about 0.25 to 0.45) because they are moderately susceptible to particle detachment and they produce runoff at moderate rates. Soils having a high silt content are especially susceptible to erosion and have high K values, which can exceed 0.45 and can be as large as 0.65. Silt-size particles are easily detached and tend to crust, producing high rates and large volumes of runoff. Use Site-specific data must be submitted. The effect of topography on erosion is accounted for by the LS factor, which combines the effects of a hillslope-length factor, L, and a hillslope-gradient factor, S. Generally speaking, as hillslope length and/or hillslope gradient increase, soil loss increases. As hillslope length increases, total soil loss and soil loss per unit area increase due to the progressive accumulation of runoff in the downslope direction. As the hillslope gradient increases, the velocity and erosivity of runoff increases. Use the LS table located in separate tab of this spreadsheet to determine LS factors. Estimate the weighted LS for the site prior to construction. 0.90 http://svctenvims.dot.ca.gov/wqpt/wqpt.aspx http://svctenvims.dot.ca.gov/wqpt/wqpt.aspx K x LS Factor \\Us0300-ppfss01\workgroup\2042\active\2042565100\design\drain\SWPPP\test2\2042565100-Template Risk Determination Worksheet.xls Receiving Water (RW) Risk Factor Worksheet Entry Score A. Watershed Characteristics yes/noA.1. Does the disturbed area discharge (either directly or indirectly) to a 303(d)-listed waterbody impaired by sediment (For help with impaired waterbodies please visit the link below) or has a USEPA approved TMDL implementation plan for sediment?:http://www.waterboards.ca.gov/water_issues/programs/tmdl/integrated2010.shtml ORA.2. Does the disturbed area discharge to a waterbody with designated beneficial uses of SPAWN & COLD & MIGRATORY? (For help please review the appropriate Regional Board Basin Plan) http://www.waterboards.ca.gov/waterboards_map.shtml NO Low \\Us0300-ppfss01\workgroup\2042\active\2042565100\design\drain\SWPPP\2042565100-Template Risk Determination Worksheet.xls Low Medium High Low Level 1 High Level 3 Project Sediment Risk:Low 1 Project RW Risk:Low 1 Project Combined Risk:Level 1 Combined Risk Level Matrix Sediment Risk Receiving Water RiskLevel 2 Level 2 \\Us0300-ppfss01\workgroup\2042\active\2042565100\design\drain\SWPPP\2042565100-Template Risk Determination Worksheet.xls Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park [INSERT ANNUAL FEE RECEIPT] Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park [INSERT SIGNED CERTIFICATION STATEMENTS] Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX D SWPPP AMENDMENT LOG AND AMENDMENTS Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 1 SWPPP AMENDMENT LOG* Project Name: QSD Name: Amendment No. Description of the Amendment Date of Amendment * All SWPPP amendments are to utilize the SWPPP amendment form. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX E VICINITY MAP AND BASE SITE MAP 01/16/2020 2042565100NORTHWEST OPEN SPACE PARK VICINITY MAP38 TECHNOLOGY DRIVE, SUITE 100 IRVINE, CA 92618 949.923.6000 stantec.com N 1 204256510001/16/20202NORTHWEST OPEN SPACE PARKSWPPP SITE MAP38 TECHNOLOGY DRIVE, SUITE 100IRVINE, CA 92618949.923.6000stantec.comGRAPHIC SCALEN PP PP XXXXXXXXXPTPTPTPTPTPTPTPTPTPTTYPICAL FIBER ROLL INSTALLATIONENTRENCHMENT DETAIL Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX F CONSTRUCTION SCHEDULE Estimated Date(s) Event or Construction Phase 4/2020 Start of Project 6/2020 Project Completion Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX G TRAINING AND QUALIFICATION DOCUMENTS · Qualified SWPPP Developer Qualification Documents · Qualified SWPPP Practitioner Qualification Documents · Completed Training Forms Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park [INSERT QSD DOCUMENTS] Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park [INSERT QSP DOCUMENTS] Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX H RESPONSIBLE PARTIES AND CONTRACTORS Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 1 Title and Contact Information Area of Responsibility Legally Responsible Person: Entity Name: City of San Juan Capistrano Contact Person: Address: 25925 Camino Del Avion City, State, Zip: San Juan Capistrano, CA 92675 Telephone Number: Cell: Email: Property Owner and Permittee under the General Permit Authorized Signatory for the LRP: Contact Person: Address: City, State, Zip: Telephone Number: Fax: Email: Authorized to sign (and certify) on behalf of the LRP: the Notice of Intent, Notice of Termination, Changes to the Permit Registration Documents, SWPPP Certification, Annual Reports, Non-Compliance Reports, and any other information requested by the RWQCB, SWRCB, or EPA under the General Permit. Qualified SWPPP Developer Company Name: Stantec Consulting Service QSD Name: Roger Chung Address: 38 Technology Drive City, State, Zip: Irvine, CA 92618 Telephone Number (including emergency contact number(s): 949-923-6089 Fax: 949-923-6121 Email: roger.chung@stantec.com Draft the SWPPP and certify compliance of the SWPPP with the General Permit. Qualified SWPPP Developer Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: SWPPP amendments, Change of Information and certify compliance of the SWPPP with the General Permit. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 2 Title and Contact Information Area of Responsibility Qualified SWPPP Practitioner Company Name: QSP Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Implement the SWPPP on a daily basis at the Project, oversee the training of contractors and other personnel undertaking SWPPP-related duties, monitor and direct contractors with SWPPP responsibilities (including those installing or maintaining BMPs), oversee the inspection and monitoring programs, perform inspections or delegate others to do so (see other delegated inspectors below), prepare reports required by the SWPPP for review and certification by the LRP’s representative. SWPPP Inspector(s) Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Conduct inspections under the supervision of the QSP. Contractor/Sub-contractor Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Install, maintain, and replace erosion and sediment controls. Contractor/Sub-contractor Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Install, maintain, and replace temporary and permanent soil stabilization. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 3 Title and Contact Information Area of Responsibility Contractor/Sub-contractor Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Install, maintain and replace non-storm water controls. Solid Waste Hauler Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Licensed waste hauler to dispose of litter and debris generated at the site. Sanitary Waste Contractor Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Licensed sanitary waste hauler to supply and maintain portable sanitary facilities and to dispose of sanitary wastes during construction. Street Sweeper Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Contractor to perform mechanical street sweeping at the Project. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 4 Title and Contact Information Area of Responsibility Dust Control Contractor Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Contractor to perform dust control activities (e.g., watering) at the Project. Laboratory for Analysis of Samples Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Laboratory to provide sampling materials (e.g., bottles) and to perform analysis of non-visible pollutant and uncontaminated samples. Sampling Consultant Company Name: QSD Name: Address: City, State, Zip: Telephone Number (including emergency contact number(s): Fax: Email: Collection of samples under the CSMP. Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park APPENDIX I BLANK FORMS · SWPPP Amendment Form · Site Inspection Report · Rain Gauge Log · Non-Visible Pollutant Sampling Form · Spill Report Form · Annual Report Form · Non-Compliance Report Form Storm Water Pollution Prevention Plan (SWPPP) Northwest Open Space Park 1 of 1 SWPPP AMENDMENT FORM Name of Project: Date of SWPPP Amendment: Date of Amendment Implementation: Reason for SWPPP Amendment: Insert New/Modified SWPPP Text and Description of Any SWPPP Text This Amendment Replaces (insert additional pages as necessary):  SWPPP Amendment prepared by the QSD, whose certification of the SWPPP appears below and whose contact information and qualifications appear in the SWPPP. Certification of SWPPP Amendment I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. QSD Signature QSD Printed Name Date: LRP Authorized Signatory LRP Authorized Signatory Printed Name Date: 1 of 2 SITE INSPECTION REPORT LRP: WDID No.: Project: Date: I. Type of Inspection (check one):  Prior to Anticipated Storm Event  Non-Storm Water Discharge  During Extended Storm Event (once every 24 hrs.)  Routine Inspection  Post Storm Event II. Construction Phase Information Stage of Construction (check all that apply):  Grading & Land Development Phase  Vertical Construction Phase  Streets & Utilities Phase  Final Landscaping & Site Stabilization Phase Activities Completed [E.G., CLEARING, MASS GRADE, UTILITY INSTALLATION, ETC.] Appx. Area of Site Disturbed Area (ac. or ft.2) % of entire site III. Weather Conditions (check one):  Clear (no precipitation)  Windy  Cloudy/Chance of Precipitation ________%  Fog/Mist/Light Precipitation  Rain  Sleet/Snow Precipitation Data (if applicable) Date and Time of Rain Gauge Check: Est. Qualifying Rain Event Start Time: Est. Duration of Rain Event Amount of Precipitation (in.): Date Since Last Rain Event: IV. Check the response for each question below: Yes No Was a visual inspection of BMPs not conducted due to dangerous weather conditions or inspection time frame falling outside of scheduled business? If “yes” note explanation here: ____________________________________________   If BMPs were not observed due to dangerous weather conditions, were all relevant outfalls, discharge points, downstream locations observed? Note any needed follow up activities in Section VI, below.   Did you observe the presence of any floating or suspended materials, noticeable odors, visible sheen on the surface, discoloration, or turbidity in any discharges from the site? Note any needed follow up activities in Section VI, below. Note source(s) of any observed pollutants: ____________________________________________________   Do you need to conduct non-visible pollutant testing? If “yes,” conduct testing according to the CSMP.   Were authorized or unauthorized non-storm water discharges observed? If “yes” describe here: ___________________________________________________   V. Check the observed status of all items: Item # Inspection Item Not Applicable Inspected Follow Up Required Date Follow Up Completed 1 Construction Site Perimeter Controls    2 Sediment Basins / Sediment Traps    3 Straw Waddles / Fiber Rolls    4 Silt Fences    5 Check Dams / Berms / Dikes    6 Slope protection    7 Vegetation / Re-vegetation    2 of 2 Item # Inspection Item Not Applicable Inspected Follow Up Required Date Follow Up Completed 8 Dust Control    9 Erosion Controls    10 Slope Stability    11 Debris / Litter / Housekeeping    12 Chemical (i.e., paints) & Waste Controls (i.e., waste bins)    13 Masonry / Paint Wash Outs    14 Storage – Stockpiles & Materials (incl. storage yards / secondary containment)    15 Disposal Areas (export sites)    16 Spills or Leaks – Vehicles, Equipment, & Materials    17 Integrity of Irrigation System    18 V-ditches & Slope Drains    19 Drain Inlet & Outfall Protection    20 Portable Toilets    21 Non-Storm Water BMPs (if applicable)    22 Construction Entrances / Potential for Track Out to Paved Areas    23 Wind Erosion Controls    24 Other:    Append any site photographs taken during inspection to the Inspection Report. VI. Any Necessary Follow Up (if necessary, attach additional sheets to this report): * For example, removal of accumulated soil, additional training, replacement of damaged BMPs, spill clean up, etc. Item # Description of Condition Proposed Action VII. SWPPP Amendment / Non-Compliance Reporting Yes No After all inspections, do you believe that the BMPs need modification? (If “yes” SWPPP amendment required) Date BMPs modified __________________________   Do you believe the SWPPP requires amendment for any other reasons? (If “yes” SWPPP amendment required) Date SWPPP Amended ________________________   Were there any incidents of non-compliance observed requiring a Non-Compliance Report (per SWPPP § 1.8)? Date Non-Compliance Report Completed _________________________   Inspection Performed By: Date Printed Name and Title: Date Copy to SWPPP/Field Office Copy to Irvine Company Main Office 1 NON-VISIBLE POLLUTANT MONITORING REPORT LRP: WDID No.: Project: Date: I. Non-Visible Pollutant Sample(s) Collection Information Describe location where sample(s) taken: Date and time sample(s) taken: Number of samples: Method used to collect sample(s): Non-visible pollutant for which sample(s) was collected: Describe breach, BMP malfunction, leakage or spill leading to sample collection: Device used to analyze sample(if field): II. Uncontaminated Sample Collection Information Describe location where sample(s) taken: Date and time sample(s) taken: Number of samples: Laboratory or field analysis conducted: Device used to analyze sample (if field): III. Analysis If laboratory analysis is conducted, attach the chain of custody forms and laboratory results to this report. For each sample taken and analyzed using field analysis devices, indicate in the chart below the data produced from the analytical device. Note measuring units along with numerical data. For parameters not analyzed, indicate “NA.” Use additional forms or attach additional pages if necessary. Parameter Uncontaminated Sample Non-visible Pollutant Sample 1 Non-visible Pollutant Sample 2 (if applicable) pH Specific Conductance Dissolved Oxygen Conductivity Salinity Total Dissolved Solids Other ______________ Other ______________ Sample(s) collected by: Date: Printed name and title: Sample(s) analyzed by (if different): Date: Printed name and title: Copy to SWPPP/Field Office Copy to LRP Office 1 SIGNIFICANT SPILL REPORT FORM Date and Time of Occurrence: Discovered by Whom: Location: Material Type & Volume Spilled or Area Impacted: Source of Spill & Responsible Party: Corrective Action Taken & Time Spill Was Contained: Agencies/Persons Contacted: Are Modifications to the SWPPP needed? Yes  No  CERTIFICATION I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature of SWPPP Inspector Printed Name Date: 1 ANNUAL REPORT GENERAL CONSTRUCTION STORM WATER PERMIT This Annual Report must be submitted to the State Water Resources Control Board by September 1st of each year. This form and any attachments must be kept for a minimum of three years from date of submittal. All storm water monitoring information (reports, lab data, etc.) is attached to this Annual Report and is summarized below: [ADD OR DELETE ROWS AS NECESSARY IN THE TABLES BELOW TO ACCOMMODATE ALL REQUIRED SUMMARY INFORMATION] Project: WDID: Date: Sampling Event Summary:* Sampling Event Date Parameters Sampled Analytical Method Used Reporting Limit/Method Detection Limit Analytical Results [DATE] [E.G. PH] [E.G. FIELD PH TEST STRIPS] [INSERT INFO FROM LAB OR FIELD KIT] [INSERT NUMERIC DATA] *All sampling reports are included as attachments to this Annual Report. Evaluation of Sampling Events: Event Date Evaluation of Data [DATE] [E.G. COMPARISON WITH UNCONTAMINATED SAMPLE INDICATED NO NON- VISIBLE POLLUTANT LEVELS IN OFFSITE DISCHARGE THAT COULD CAUSE OR CONTRIBUTE TO DOWNSTREAM RECEIVING WATER STANDARD EXCEEDANCE.] Summary of Corrective Action:** Date Identified Corrective Action Taken Date of Implementation ** Based upon sampling results or visual inspections. 2 Any Compliance Actions Identified But Not Implemented: Any General Permit Violations:*** Date Summary: ***All Non-Compliance Reports are included as attachments to this Annual Report. Visual Inspection Summary:**** Inspection Date & Time Inspection Type (check all that apply) Inspector's Name  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit 3 Inspection Date & Time Inspection Type (check all that apply) Inspector's Name  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit  Routine  During Storm  Pre-Storm  Post-Storm  Non-Storm Water  Rain Gauge Measurement  Inspection Excused by General Permit **** All copies of visual inspection reports (including records showing observations and rain gauge measurements taken) are attached to this Annual Report. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature of Authorized Representative of Legally Responsible Person: Date: Printed name: 1 GENERAL CONSTRUCTION STORM WATER PERMIT NON-COMPLIANCE REPORT FORM I certify that I have evaluated the [Enter Project Name] project site of [LRP Entity Name] Irvine Company [Enter Division], a subsidiary or affiliate of the Irvine Company, and find that the construction site is in non-compliance with the effluent limitations mandated by the Statewide General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities as of [Date], 20____. Type(s) of non-compliance: Impact caused by the event: Action(s) needed to achieve compliance: The appropriate action(s) or modification(s) required to achieve compliance will be completed by [Date], 20____. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature:[Signature of Authorized Representative of LRP] Title: Date: APPENDIX J COMPLETED INSPECTION FORMS, RAIN GAUGE DATA, AND SPILL REPORTS APPENDIX K COMPLETED SAMPLING FORMS APPENDIX L COMPLETED ANNUAL AND NON-COMPLIANCE REPORTS APPENDIX M CASQA BMP FACT SHEETS Scheduling EC-1 Categories Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Objective Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None Description and Purpose Scheduling is the development of a written plan that includes sequencing of construction activities and the implementation of BMPs such as erosion control and sediment control while taking local climate (rainfall, wind, etc.) into consideration. The purpose is to reduce the amount and duration of soil exposed to erosion by wind, rain, runoff, and vehicle tracking, and to perform the construction activities and control practices in accordance with the planned schedule. Suitable Applications Proper sequencing of construction activities to reduce erosion potential should be incorporated into the schedule of every construction project especially during rainy season. Use of other, more costly yet less effective, erosion and sediment control BMPs may often be reduced through proper construction sequencing. Limitations Environmental constraints such as nesting season prohibitions reduce the full capabilities of this BMP. Implementation Avoid rainy periods. Schedule major grading operations during dry months when practical. Allow enough time before rainfall begins to stabilize the soil with vegetation or physical means or to install sediment trapping devices. Plan the project and develop a schedule showing each phase November 2009 California Stormwater BMP Handbook 1 of 3 Construction www.casqa.org Scheduling EC-1 of construction. Clearly show how the rainy season relates to soil disturbing and re- stabilization activities. Incorporate the construction schedule into the SWPPP. Include on the schedule, details on the rainy season implementation and deployment of: -Erosion control BMPs -Sediment control BMPs -Tracking control BMPs -Wind erosion control BMPs -Non-stormwater BMPs -Waste management and materials pollution control BMPs Include dates for activities that may require non-stormwater discharges such as dewatering, sawcutting, grinding, drilling, boring, crushing, blasting, painting, hydro-demolition, mortar mixing, pavement cleaning, etc. Work out the sequencing and timetable for the start and completion of each item such as site clearing and grubbing, grading, excavation, paving, foundation pouring utilities installation, etc., to minimize the active construction area during the rainy season. -Sequence trenching activities so that most open portions are closed before new trenching begins. -Incorporate staged seeding and re-vegetation of graded slopes as work progresses. -Schedule establishment of permanent vegetation during appropriate planting time for specified vegetation. Non-active areas should be stabilized as soon as practical after the cessation of soil disturbing activities or one day prior to the onset of precipitation. Monitor the weather forecast for rainfall. When rainfall is predicted, adjust the construction schedule to allow the implementation of soil stabilization and sediment treatment controls on all disturbed areas prior to the onset of rain. Be prepared year round to deploy erosion control and sediment control BMPs. Erosion may be caused during dry seasons by un-seasonal rainfall, wind, and vehicle tracking. Keep the site stabilized year round, and retain and maintain rainy season sediment trapping devices in operational condition. Apply permanent erosion control to areas deemed substantially complete during the project’s defined seeding window. Costs Construction scheduling to reduce erosion may increase other construction costs due to reduced economies of scale in performing site grading. The cost effectiveness of scheduling techniques should be compared with the other less effective erosion and sedimentation controls to achieve a cost effective balance. November 2009 California Stormwater BMP Handbook 2 of 3 Construction www.casqa.org Scheduling EC-1 November 2009 California Stormwater BMP Handbook 3 of 3 Construction www.casqa.org Inspection and Maintenance Verify that work is progressing in accordance with the schedule. If progress deviates, take corrective actions. Amend the schedule when changes are warranted. Amend the schedule prior to the rainy season to show updated information on the deployment and implementation of construction site BMPs. References Stormwater Quality Handbooks Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Stormwater Management for Construction Activities Developing Pollution Prevention Plans and Best Management Practices (EPA 832-R-92-005), U.S. Environmental Protection Agency, Office of Water, September 1992. Preservation Of Existing Vegetation EC-2 Categories Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Objective Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None Description and Purpose Carefully planned preservation of existing vegetation minimizes the potential of removing or injuring existing trees, vines, shrubs, and grasses that protect soil from erosion. Suitable Applications Preservation of existing vegetation is suitable for use on most projects. Large project sites often provide the greatest opportunity for use of this BMP. Suitable applications include the following: Areas within the site where no construction activity occurs, or occurs at a later date. This BMP is especially suitable to multi year projects where grading can be phased. Areas where natural vegetation exists and is designated for preservation. Such areas often include steep slopes, watercourse, and building sites in wooded areas. Areas where local, state, and federal government require preservation, such as vernal pools, wetlands, marshes, certain oak trees, etc. These areas are usually designated on the plans, or in the specifications, permits, or environmental documents. Where vegetation designated for ultimate removal can be temporarily preserved and be utilized for erosion control and sediment control. Limitations Requires forward planning by the owner/developer, November 2009 California Stormwater BMP Handbook 1 of 4 Construction www.casqa.org Preservation Of Existing Vegetation EC-2 contractor, and design staff. Limited opportunities for use when project plans do not incorporate existing vegetation into the site design. For sites with diverse topography, it is often difficult and expensive to save existing trees while grading the site satisfactory for the planned development. Implementation The best way to prevent erosion is to not disturb the land. In order to reduce the impacts of new development and redevelopment, projects may be designed to avoid disturbing land in sensitive areas of the site (e.g., natural watercourses, steep slopes), and to incorporate unique or desirable existing vegetation into the site’s landscaping plan. Clearly marking and leaving a buffer area around these unique areas during construction will help to preserve these areas as well as take advantage of natural erosion prevention and sediment trapping. Existing vegetation to be preserved on the site must be protected from mechanical and other injury while the land is being developed. The purpose of protecting existing vegetation is to ensure the survival of desirable vegetation for shade, beautification, and erosion control. Mature vegetation has extensive root systems that help to hold soil in place, thus reducing erosion. In addition, vegetation helps keep soil from drying rapidly and becoming susceptible to erosion. To effectively save existing vegetation, no disturbances of any kind should be allowed within a defined area around the vegetation. For trees, no construction activity should occur within the drip line of the tree. Timing Provide for preservation of existing vegetation prior to the commencement of clearing and grubbing operations or other soil disturbing activities in areas where no construction activity is planned or will occur at a later date. Design and Layout Mark areas to be preserved with temporary fencing. Include sufficient setback to protect roots. Orange colored plastic mesh fencing works well. Use appropriate fence posts and adequate post spacing and depth to completely support the fence in an upright position. Locate temporary roadways, stockpiles, and layout areas to avoid stands of trees, shrubs, and grass. Consider the impact of grade changes to existing vegetation and the root zone. Maintain existing irrigation systems where feasible. Temporary irrigation may be required. Instruct employees and subcontractors to honor protective devices. Prohibit heavy equipment, vehicular traffic, or storage of construction materials within the protected area. November 2009 California Stormwater BMP Handbook 2 of 4 Construction www.casqa.org Preservation Of Existing Vegetation EC-2 Costs There is little cost associated with preserving existing vegetation if properly planned during the project design, and these costs may be offset by aesthetic benefits that enhance property values. During construction, the cost for preserving existing vegetation will likely be less than the cost of applying erosion and sediment controls to the disturbed area. Replacing vegetation inadvertently destroyed during construction can be extremely expensive, sometimes in excess of $10,000 per tree. Inspection and Maintenance During construction, the limits of disturbance should remain clearly marked at all times. Irrigation or maintenance of existing vegetation should be described in the landscaping plan. If damage to protected trees still occurs, maintenance guidelines described below should be followed: Verify that protective measures remain in place. Restore damaged protection measures immediately. Serious tree injuries shall be attended to by an arborist. Damage to the crown, trunk, or root system of a retained tree shall be repaired immediately. Trench as far from tree trunks as possible, usually outside of the tree drip line or canopy. Curve trenches around trees to avoid large roots or root concentrations. If roots are encountered, consider tunneling under them. When trenching or tunneling near or under trees to be retained, place tunnels at least 18 in. below the ground surface, and not below the tree center to minimize impact on the roots. Do not leave tree roots exposed to air. Cover exposed roots with soil as soon as possible. If soil covering is not practical, protect exposed roots with wet burlap or peat moss until the tunnel or trench is ready for backfill. Cleanly remove the ends of damaged roots with a smooth cut. Fill trenches and tunnels as soon as possible. Careful filling and tamping will eliminate air spaces in the soil, which can damage roots. If bark damage occurs, cut back all loosened bark into the undamaged area, with the cut tapered at the top and bottom and drainage provided at the base of the wood. Limit cutting the undamaged area as much as possible. Aerate soil that has been compacted over a trees root zone by punching holes 12 in. deep with an iron bar, and moving the bar back and forth until the soil is loosened. Place holes 18 in. apart throughout the area of compacted soil under the tree crown. Fertilization Fertilize stressed or damaged broadleaf trees to aid recovery. Fertilize trees in the late fall or early spring. November 2009 California Stormwater BMP Handbook 3 of 4 Construction www.casqa.org Preservation Of Existing Vegetation EC-2 November 2009 California Stormwater BMP Handbook 4 of 4 Construction www.casqa.org -Apply fertilizer to the soil over the feeder roots and in accordance with label instructions, but never closer than 3 ft to the trunk. Increase the fertilized area by one-fourth of the crown area for conifers that have extended root systems. Retain protective measures until all other construction activity is complete to avoid damage during site cleanup and stabilization. References County of Sacramento Tree Preservation Ordinance, September 1981. Stormwater Quality Handbooks Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), November 2000. Stormwater Management of the Puget Sound Basin, Technical Manual, Publication #91-75, Washington State Department of Ecology, February 1992. Water Quality Management Plan for The Lake Tahoe Region, Volume II, Handbook of Management Practices, Tahoe Regional Planning Agency, November 1988. Non-Vegetative Stabilization EC-16 November 2009 California Stormwater BMP Handbook 1 of 5 Construction www.casqa.org Description and Purpose Non-vegetative stabilization methods are used for temporary or permanent stabilization of areas prone to erosion and should be used only where vegetative options are not feasible; examples include: Areas of vehicular or pedestrian traffic such as roads or paths; Arid environments where vegetation would not provide timely ground coverage, or would require excessive irrigation; Rocky substrate, infertile or droughty soils where vegetation would be difficult to establish; and Areas where vegetation will not grow adequately within the construction time frame. There are several non-vegetative stabilization methods and selection should be based on site-specific conditions. Decomposed Granite (DG) is a permanent erosion protection method that consists of a layer of stabilized decomposed granite placed over an erodible surface. Degradable Mulches of various types (see EC-3, EC-6, EC- 8) can be used for temporary non-vegetative stabilization; examples include straw mulch, compost, wood chips or hydraulic mulch. Geotextiles and Mats can be used for temporary non-vegetative stabilization (see EC-7). These BMPs are typically manufactured Categories Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Category Secondary Category Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None Non-Vegetative Stabilization EC-16 November 2009 California Stormwater BMP Handbook 2 of 5 Construction www.casqa.org from degradable or synthetic materials and are designed and specified based on their functional longevity, i.e., how long they will persist and provide erosion protection. All geotextiles and mats should be replaced when they exceed their functional longevity or when permanent stabilization methods are instituted. Gravel Mulch is a non-degradable erosion control product that is composed of washed and screened coarse to very coarse gravel, 16 mm to 64 mm (0.6” - 2.5”), similar to an AASHTO No. 3 coarse aggregate. Rock Slope Protection consists of utilizing large rock or rip-rap (4”- 24”) to stabilize slopes with a high erosion potential and those subject to scour along waterways. Soil Binders can be used for temporary non-vegetative stabilization (see EC-5). The key to their use is functional longevity. In most cases, the soil binder will need to be routinely monitored and re-applied to maintain an erosion-resistant coverage. Suitable Applications Non-vegetated stabilization methods are suitable for use on disturbed soil areas and on material stockpiles that need to be temporarily or permanently protected from erosion by water and wind. Non-vegetated stabilization should only be utilized when vegetation cannot be established in the required timeframe, due to soil or climactic conditions, or where vegetation may be a potential fire hazard. Decomposed Granite (DG) and Gravel Mulch are suitable for use in areas where vegetation establishment is difficult, on flat surfaces, trails and pathways, and when used in conjunction with a stabilizer or tackifier, on shallow slopes (i.e., 10:1 [H:V]). DG and gravel can also be used on shallow rocky slopes where vegetation cannot be established for permanent erosion control. Degradable Mulches can be used to cover and protect soil surfaces from erosion both in temporary and permanent applications. In many cases, the use of mulches by themselves requires routine inspection and re-application. See EC-3 Hydraulic Mulch, EC-6 Straw Mulch, EC-8 Wood Mulch, or EC-14 Compost Blankets for more information. Geotextiles and Mats can be used as a temporary stand-alone soil stabilization method. Depending on material selection, geotextiles and mats can be a short-term (3 mos – 1 year) or long-term (1-2 years) temporary stabilization method. For more information on geotextiles and mats see EC-7 Geotextiles and Mats. Rock Slope Protection can be used when the slopes are subject to scour or have a high erosion potential, such as slopes adjacent to flowing waterways or slopes subject to overflow from detention facilities (spillways). Soil Binders can be used for temporary stabilization of stockpiles and disturbed areas not subject to heavy traffic. See EC-5 Soil Binders for more information. Non-Vegetative Stabilization EC-16 November 2009 California Stormwater BMP Handbook 3 of 5 Construction www.casqa.org Limitations General Refer to EC-3, EC-6, EC-8, and EC-14 for limitations on use of mulches. Refer to EC-7 for limitations on use of geotextiles and mats. Refer to EC-5 for limitations on use of Soil Binders. Decomposed Granite Not available in some geographic regions. If not tackified, material may be susceptible to erosion even on slight slopes (e.g., 30:1 [H:V]). Installed costs may be more expensive than vegetative stabilization methods. Gravel Mulch Availability is limited in some geographic regions. If not properly screened and washed, can contain fine material that can erode and/or create dust problems. If inadequately sized, material may be susceptible to erosion on sloped areas. Pore spaces fill with dirt and debris over time; may provide a growing medium for weeds. Rock Slope Protection Installation is labor intensive. Installed costs can be significantly higher than vegetative stabilization methods. Rounded stones may not be used on slopes greater than 2:1 [H:V]. Implementation General Non-vegetated stabilization should be used in accordance with the following general guidance: Should be used in conjunction with other BMPs, including drainage, erosion controls and sediment controls. Refer to EC-3, EC-6, EC-8, and EC-14 for implementation details for mulches. Refer to EC-7 for implementation details for geotextiles and mats. Refer to EC-5 for implementation details for soil binders. Non-vegetated stabilization measures should be implemented as soon as the disturbance in the areas they are intended to protect has ceased. Additional guidance on the comparison and selection of temporary slope stabilization methods is provided in Appendix F of the Handbook. Decomposed Granite Stabilization If used for a road or path should be installed on a prepared base. Non-Vegetative Stabilization EC-16 November 2009 California Stormwater BMP Handbook 4 of 5 Construction www.casqa.org Should be mixed with a stabilizer if used for roads or pathways, or on slope applications. Though porous it is recommended to prevent standing water on or next to a decomposed granite road or pathway. Gravel Mulch Should be sized based on slope, rainfall, and upgradient run-on conditions. Stone size should be increased as potential for erosion increases (steeper slopes, high intensity rainfall). If permanent, a weed control fabric should be placed prior to installation. Should be installed at a minimum 2” depth. Should completely cover all exposed surfaces. Rock Slope Protection Rock slope protection installation should follow Caltrans Standard Specification 72-2: Rock Slope Protection. Refer to the specification for rock conformity requirements and installation methods. When using rock slope protection, rock size and installation method should be specified by an Engineer. A geotextile fabric should be placed prior to installation. Costs Costs are highly variable depending not only on technique chosen, but also on materials chosen within specific techniques. In addition, availability of certain materials will vary by region/location, which will also affect the cost. Costs of mulches, geotextiles and mats, and soil binders are presented in their respective fact sheets. Costs for decomposed granite, gravel mulch stabilization and rock slope protection may be higher depending on location and availability of materials. Caltrans has provided an estimate for gravel mulch of $10 - $15/yd 2 in flat areas and $11 - $23/yd 2 on side slopes. Inspection and Maintenance General BMPs must be inspected in accordance with General Permit requirements for the associated project type and risk level. It is recommended that at a minimum, BMPs be inspected weekly, prior to forecasted rain events, daily during extended rain events, and after the conclusion of rain events. For permanent installation, require inspection periodically and after major storm events to look for signs of erosion or damage to the stabilization. All damage should be repaired immediately. Refer to EC-3, EC-6, EC-8, and EC-14 for inspection and maintenance requirements for mulches. Refer to EC-7 for inspection and maintenance requirements for geotextiles and mats. Refer to EC-5 for inspection and maintenance requirements for soil binders. Non-Vegetative Stabilization EC-16 November 2009 California Stormwater BMP Handbook 5 of 5 Construction www.casqa.org Decomposed Granite and Gravel Mulch Stabilization Rake out and add decomposed granite or gravel as needed to areas subject to rill erosion. Inspect upgradient drainage controls and repair/modify as necessary. Should remain stable under loose surface material. Any significant problem areas should be repaired to restore uniformity to the installation. References Arid Zone Forestry: A Guide for Field Technicians. Food and Agriculture Organization of the United Nations, 1989. Design of Roadside Channels with Flexible Linings, Hydraulic Engineering Circular Number 15, Third Edition, Federal Highway Administration, 2007. Design Standards for Urban Infrastructure - Soft Landscape Design, Department of Territory and Municipal Services - Australian Capital Territory http://www.tams.act.gov.au/work/ standards_and_procedures/design_standards_for_urban_infrastructure Erosion and Sediment Control Handbook: A Guide for Protection of State Waters through the use of Best Management Practices during Land Disturbing Activities, Tennessee Department of Environment and Conservation, 2002. Gravel Mulch, Landscape Architecture Non-Standard Specification 10-2, California Department of Transportation (Caltrans), http://www.dot.ca.gov/hq/LandArch/roadside/detail-gm.htm Maine Erosion and Sediment Control BMPs, DEPLW0588, Maine Department of Environmental Protection: Bureau of Land and Water Quality, 2003. National Menu of Best Management Practices, US Environmental Protection Agency, 2006. Standard Specification 72-2: Rock Slope Protection. California Department of Transportation, 2006. Stormwater Quality Handbooks Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), March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ó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tabilized Construction Entrance/Exit TC-1 Categories Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Objective Secondary Objective Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives None Description and Purpose A stabilized construction access is defined by a point of entrance/exit to a construction site that is stabilized to reduce the tracking of mud and dirt onto public roads by construction vehicles. Suitable Applications Use at construction sites: Where dirt or mud can be tracked onto public roads. Adjacent to water bodies. Where poor soils are encountered. Where dust is a problem during dry weather conditions. Limitations Entrances and exits require periodic top dressing with additional stones. This BMP should be used in conjunction with street sweeping on adjacent public right of way. Entrances and exits should be constructed on level ground only. Stabilized construction entrances are rather expensive to construct and when a wash rack is included, a sediment trap of some kind must also be provided to collect wash water November 2009 California Stormwater BMP Handbook 1 of 6 Construction www.casqa.org Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 2 of 6 Construction www.casqa.org runoff. Implementation General A stabilized construction entrance is a pad of aggregate underlain with filter cloth located at an point where traffic will be entering or leaving a construction site to or from a public right of w street, alley, sidewalk, or parking area. The purpose of a stabilized construction entrance reduce or eliminate the tracking of sediment onto public rights of wa y ay, is to y or streets. Reducing tracking of sediments and other pollutants onto paved roads helps prevent deposition of emented to prevent tracking of sediments onto paved roadways, where a significant source of sediments is derived o channel construction traffic in and out of the site at specified locations. Efficiency is greatly increased when a washing rack is included as part of a stabilized xit. Design and Layout ossible. oils engineer. Rumble racks constructed of steel panels with ridges and installed in the stabilized to keep adjacent streets clean. construction site. Properly grade each construction entrance/exit to prevent runoff from leaving the Route runoff from stabilized entrances/exits through a sediment trapping device before sediments into local storm drains and production of airborne dust. Where traffic will be entering or leaving the construction site, a stabilized construction entrance should be used. NPDES permits require that appropriate measures be impl from mud and dirt carried out from unpaved roads and construction sites. Stabilized construction entrances are moderately effective in removing sediment from equipment leaving a construction site. The entrance should be built on level ground. Advantages of the Stabilized Construction Entrance/Exit is that it does remove some sediment from equipment and serves t construction entrance/e Construct on level ground where p Select 3 to 6 in. diameter stones. Use minimum depth of stones of 12 in. or as recommended by s Construct length of 50 ft minimum, and 30 ft minimum width. entrance/exit will help remove additional sediment and Provide ample turning radii as part of the entrance. Limit the points of entrance/exit to the Limit speed of vehicles to control dust. construction site. discharge. Design stabilized entrance/exit to support heaviest vehicles and equipment that will use it. Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 3 of 6 Construction www.casqa.org Select construction access stabilization (aggregate, asphaltic concrete, concrete) based on longevity, required performance, and site conditions. Do not use asphalt concrete (AC) grindings for stabilized construction access/roadway. If aggregate is selected, place crushed aggregate over geotextile fabric to at least 12 in. depth, or place aggregate to a depth recommended by a geotechnical engineer. A crushed aggregate Designate combination or single purpose entrances and exits to the construction site. Require that all employees, subcontractors, and suppliers utilize the stabilized construction Implement SE-7, Street Sweeping and Vacuuming, as needed. ized Inspect and verify that activity–based BMPs are in place prior to the commencement of pect n and of two-week intervals in the non-rainy season to verify continued BMP implementation. ds adjacent to the site daily. Sweep or vacuum to remove visible accumulated sediment. Remove aggregate, separate and dispose of sediment if construction entrance/exit is clogged ove all sediment deposited on paved roadways within 24 hours. Costs cost for installation and maintenance may vary from $1,200 to $4,800 each, ment s range from $1,200 - $6,000 each, averaging $3,600 per entrance. Erosion and Sediment Control Measures, Association of Bay Area Governments, May 1995. greater than 3 in. but smaller than 6 in. should be used. access. All exit locations intended to be used for more than a two-week period should have stabil construction entrance/exit BMPs. Inspection and Maintenance associated activities. While activities associated with the BMPs are under way, ins weekly during the rainy seaso Inspect local roa with sediment. Keep all temporary roadway ditches clear. Check for damage and repair as needed. Replace gravel material when surface voids are visible. Rem Remove gravel and filter fabric at completion of construction Average annual averaging $2,400 per entrance. Costs will increase with addition of washing rack, and sedi trap. With wash rack, cost References Manual of Standards of Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 4 of 6 Construction www.casqa.org National Management Measures to Control Nonpoint Source Pollution from Urban Areas, USEPA Agency, 2002. Proposed Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters, Work Group Working Paper, USEPA, April 1992. vember 2000. rvation Guidance Specifying Management Measures for Nonpoint Pollution in Coastal Waters, EPA 840-B-9-002, USEPA, Office of Water, Washington, DC, 1993. Water Quality Management Plan for the Lake Tahoe Region, Volume II, Handbook of Management Practices, Tahoe Regional Planning Agency, November 1988. Stormwater Quality Handbooks Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), No Stormwater Management of the Puget Sound Basin, Technical Manual, Publication #91-75, Washington State Department of Ecology, February 1992. Virginia Erosion and Sedimentation Control Handbook, Virginia Department of Conse and Recreation, Division of Soil and Water Conservation, 1991. Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 5 of 6 Construction www.casqa.org Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 5 of 6 Construction www.casqa.org Stabilized Construction Entrance/Exit TC-1 Stabilized Construction Entrance/Exit TC-1 November 2009 California Stormwater BMP Handbook 6 of 6 November 2009 California Stormwater BMP Handbook 6 of 6 Construction www.casqa.org Construction www.casqa.org Wind Erosion Control WE-1 November 2009 California Stormwater BMP Handbook 1 of 5 Construction www.casqa.org Description and Purpose Wind erosion or dust control consists of applying water or other chemical dust suppressants as necessary to prevent or alleviate dust nuisance generated by construction activities. Covering small stockpiles or areas is an alternative to applying water or other dust palliatives. California’s Mediterranean climate, with a short “wet” season and a typically long, hot “dry” season, allows the soils to thoroughly dry out. During the dry season, construction activities are at their peak, and disturbed and exposed areas are increasingly subject to wind erosion, sediment tracking and dust generated by construction equipment. Site conditions and climate can make dust control more of an erosion problem than water based erosion. Additionally, many local agencies, including Air Quality Management Districts, require dust control and/or dust control permits in order to comply with local nuisance laws, opacity laws (visibility impairment) and the requirements of the Clean Air Act. Wind erosion control is required to be implemented at all construction sites greater than 1 acre by the General Permit. Suitable Applications Most BMPs that provide protection against water-based erosion will also protect against wind-based erosion and dust control requirements required by other agencies will generally meet wind erosion control requirements for water quality protection. Wind erosion control BMPs are suitable during the following construction activities: Categories Erosion Control Sediment Control Tracking Control Wind Erosion Control Non-Stormwater Management Control Waste Management and Materials Pollution Control Legend: Primary Category Secondary Category Targeted Constituents Sediment Nutrients Trash Metals Bacteria Oil and Grease Organics Potential Alternatives EC-5 Soil Binders Wind Erosion Control WE-1 November 2009 California Stormwater BMP Handbook 2 of 5 Construction www.casqa.org Construction vehicle traffic on unpaved roads Drilling and blasting activities Soils and debris storage piles Batch drop from front-end loaders Areas with unstabilized soil Final grading/site stabilization Limitations Watering prevents dust only for a short period (generally less than a few hours) and should be applied daily (or more often) to be effective. Over watering may cause erosion and track-out. Oil or oil-treated subgrade should not be used for dust control because the oil may migrate into drainageways and/or seep into the soil. Chemical dust suppression agents may have potential environmental impacts. Selected chemical dust control agents should be environmentally benign. Effectiveness of controls depends on soil, temperature, humidity, wind velocity and traffic. Chemical dust suppression agents should not be used within 100 feet of wetlands or water bodies. Chemically treated subgrades may make the soil water repellant, interfering with long-term infiltration and the vegetation/re-vegetation of the site. Some chemical dust suppressants may be subject to freezing and may contain solvents and should be handled properly. In compacted areas, watering and other liquid dust control measures may wash sediment or other constituents into the drainage system. If the soil surface has minimal natural moisture, the affected area may need to be pre-wetted so that chemical dust control agents can uniformly penetrate the soil surface. Implementation Dust Control Practices Dust control BMPs generally stabilize exposed surfaces and minimize activities that suspend or track dust particles. The following table presents dust control practices that can be applied to varying site conditions that could potentially cause dust. For heavily traveled and disturbed areas, wet suppression (watering), chemical dust suppression, gravel asphalt surfacing, temporary gravel construction entrances, equipment wash-out areas, and haul truck covers can be employed as dust control applications. Permanent or temporary vegetation and mulching can be employed for areas of occasional or no construction traffic. Preventive measures include minimizing surface areas to be disturbed, limiting onsite vehicle traffic to 15 mph or less, and controlling the number and activity of vehicles on a site at any given time. Wind Erosion Control WE-1 November 2009 California Stormwater BMP Handbook 3 of 5 Construction www.casqa.org Chemical dust suppressants include: mulch and fiber based dust palliatives (e.g. paper mulch with gypsum binder), salts and brines (e.g. calcium chloride, magnesium chloride), non- petroleum based organics (e.g. vegetable oil, lignosulfonate), petroleum based organics (e.g. asphalt emulsion, dust oils, petroleum resins), synthetic polymers (e.g. polyvinyl acetate, vinyls, acrylic), clay additives (e.g. bentonite, montimorillonite) and electrochemical products (e.g. enzymes, ionic products). Site Condition Dust Control Practices Permanent Vegetation Mulching Wet Suppression (Watering) Chemical Dust Suppression Gravel or Asphalt Temporary Gravel Construction Entrances/Equipment Wash Down Synthetic Covers Minimize Extent of Disturbed Area Disturbed Areas not Subject to Traffic X X X X X X Disturbed Areas Subject to Traffic X X X X X Material Stockpiles X X X X X Demolition X X X Clearing/ Excavation X X X Truck Traffic on Unpaved Roads X X X X X Tracking X X Additional preventive measures include: Schedule construction activities to minimize exposed area (see EC-1, Scheduling). Quickly treat exposed soils using water, mulching, chemical dust suppressants, or stone/gravel layering. Identify and stabilize key access points prior to commencement of construction. Minimize the impact of dust by anticipating the direction of prevailing winds. Restrict construction traffic to stabilized roadways within the project site, as practicable. Water should be applied by means of pressure-type distributors or pipelines equipped with a spray system or hoses and nozzles that will ensure even distribution. All distribution equipment should be equipped with a positive means of shutoff. Unless water is applied by means of pipelines, at least one mobile unit should be available at all times to apply water or dust palliative to the project. If reclaimed waste water is used, the sources and discharge must meet California Department of Health Services water reclamation criteria and the Regional Water Quality Wind Erosion Control WE-1 November 2009 California Stormwater BMP Handbook 4 of 5 Construction www.casqa.org Control Board (RWQCB) requirements. Non-potable water should not be conveyed in tanks or drain pipes that will be used to convey potable water and there should be no connection between potable and non-potable supplies. Non-potable tanks, pipes, and other conveyances should be marked, “NON-POTABLE WATER - DO NOT DRINK.” Pave or chemically stabilize access points where unpaved traffic surfaces adjoin paved roads. Provide covers for haul trucks transporting materials that contribute to dust. Provide for rapid clean up of sediments deposited on paved roads. Furnish stabilized construction road entrances and wheel wash areas. Stabilize inactive areas of construction sites using temporary vegetation or chemical stabilization methods. For chemical stabilization, there are many products available for chemically stabilizing gravel roadways and stockpiles. If chemical stabilization is used, the chemicals should not create any adverse effects on stormwater, plant life, or groundwater and should meet all applicable regulatory requirements. Costs Installation costs for water and chemical dust suppression vary based on the method used and the length of effectiveness. Annual costs may be high since some of these measures are effective for only a few hours to a few days. Inspection and Maintenance Inspect and verify that activity-based BMPs are in place prior to the commencement of associated activities. BMPs must be inspected in accordance with General Permit requirements for the associated project type and risk level. It is recommended that at a minimum, BMPs be inspected weekly, prior to forecasted rain events, daily during extended rain events, and after the conclusion of rain events. Check areas protected to ensure coverage. Most water-based dust control measures require frequent application, often daily or even multiple times per day. Obtain vendor or independent information on longevity of chemical dust suppressants. References Best Management Practices and Erosion Control Manual for Construction Sites, Flood Control District of Maricopa County, Arizona, September 1992. California Air Pollution Control Laws, California Air Resources Board, updated annually. Construction Manual, Chapter 4, Section 10, “Dust Control”; Section 17, “Watering”; and Section 18, “Dust Palliative”, California Department of Transportation (Caltrans), July 2001. Wind Erosion Control WE-1 November 2009 California Stormwater BMP Handbook 5 of 5 Construction www.casqa.org Prospects for Attaining the State Ambient Air Quality Standards for Suspended Particulate Matter (PM10), Visibility Reducing Particles, Sulfates, Lead, and Hydrogen Sulfide, California Air Resources Board, April 1991. Stormwater Quality Handbooks Construction Site Best Management Practices (BMPs) Manual, State of California Department of Transportation (Caltrans), March 2003. APPENDIX N COMPLETED PROGRESS MAPS