Loading...
HomeMy Public PortalAboutEast Third Avenue Landfill Closure Phase 2 / Seal Point Park, #46053111. TABLE OF CONTENTS TABLE OF CONTENTS 1 SECTION 00100 NOTICE INVITING SEALED BIDS 5 SECTION 00200 INSTRUCTIONS TO BIDDERS 8 SECTION 00220 GEOTECHNICAL DATA 18 SECTION 00400 BID 19 SECTION 00410 BID SCHEDULE 21 SECTION 00420 BID GUARANTY BOND 24 SECTION 00430 PROPOSED SUBCONTRACTORS 25 SECTION 00440 BIDDER'S STATEMENT 26 SECTION 00450 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE 27 I I I I I SECTION 00460 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION 28 SECTION 00470 CERTIFICATION OF NON-DISCRIMINATION 29 SECTION 00480 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMI I"1ED WITH BID 30 SECTION 00490 CERTIFICATE OF BIDDER'S QUALIFICATIONS 31 SECTION 00520 AGREEMENT 32 SECTION 00610 FAITHFUL PERFORMANCE BOND 35 SECTION 00620 PAYMENT BOND 37 SECTION 00700 GENERAL CONDITIONS 39 SECTION 00810 MODIFICATIONS TO GENERAL CONDITIONS 76 SECTION 00820 LIABILITY & INSURANCE REQUIREMENTS 77 SECTION 01110 SUMMARY OF WORK 82 Appendix A Requirements of Nation Marine Fisheries Service 85 Appendix B Requirements of the RWQCB 86 Appendix C Conditions of Approval PA 02-027 Shoreline Parks 87 Appendix D San Francisco Bay Conservation & Development Commission 88 SECTION 01150 FIELD ENGINEERING 89 SECTION 01160 REGULATORY REQUIREMENTS 90 SECTION 01200 PROJECT MEETINGS 91 SECTION 01250 MODIFICATION PROCEDURES 92 SECTION 01292 MEASUREMENT AND PAYMENT 97 SECTION 01313 PROJECT SCHEDULE 109 SECTION 01318 REQUEST FOR INFORMATION 114 SECTION 01330 SUBMITTALS 116 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 120 SECTION 01420 REFERENCES 123 SECTION 01430 QUALITY CONTROL 132 SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 136 SECTION 01600 MATERIAL AND EQUIPMENT 145 SECTION 01660 SYSTEM TESTING SECTION 01732 CUTTING AND PATCHING SECTION,01770 CONTRACT CLOSEOUT c a 151 TOC- 1 East Third Avenue Landfill Closure Phase H / Seal Point Park • e . 460 1 TABLE OF CONTENTS (TECHNICAL SPECIFICATIONS) DIVISION 2: SITE WORK SECTION 02058 SOIL AND AGGREGATE MATERIAL 02058-1 SECTION 02212 MONITORING SYSTEM CONSTRUCTION 02212-1 SECTION 02220 SITE DEMOLITION 02220-1 SECTION 02230 SITE CLEARING 02230-1 SECTION 02310 SITE GRADING AND REFUSE RELOCATION 02310-1 SECTION 02316 EXCAVATION AND TRENCHING 02316-1 SECTION 02318 BACICFILLING 02318-1 SECTION 02346 GEOSYNTHETIC CLAY LINER 02346-1 SECTION 02370 EROSION CONTROL 02370-1 SECTION 02395 WETLAND PROTECTION 02395-1 SECTION 02512 WATER SERVICE PIPING 02512-1 SECTION 02530 SANITARY SEWER PIPING 02530-1 SECTION 02622 FOUNDATION DRAINAGE 02622-1 SECTION 02630 SITE STORM DRAINAGE SYSTEMS 02630-1 SECTION 02730 COPOLYMER STABILIZED DECOMPOSED GRANITE PAVING 02730-1 SECTION 02740 ASPHALT PAVING 02740-1 SECTION 02748 RESINS STABILIZED DECOMPOSED GRANITE PAVING 02748-1 SECTION 02760 TRAFFIC ITEMS 02760-1 SECTION 02785 INTERLOCKING CONCRETE PAVERS 02785-1 SECTION 02796 SYNTHETIC TURF 02796-1 SECTION 02822 PROTECTION FENCE AND GATES 02822-1 SECTION 02825 MISCELLANEOUS GATES 02825-1 SECTION 02832 CONCRETE BLOCK RETAINING WALL 02832-1 SECTION 02870 SITE FURNISHINGS 02870-1 SECTION 02950 SITE REVEGETATION 02950-1 DIVISION 3: CONCRETE SECTION 03100 CONCRETE FORMWORK 03100-1 SECTION 03200 CONCRETE REINFORCEMENT 03200-1 SECTION 03300 CAST -IN -PLACE CONCRETE 03300-1 SECTION 03305 SITE CONCRETE 03305-1 SECTION 03360 CONCRETE FINISHES 03360-1 SECTION 03450 PRECAST ARCHITECTURAL CONCRETE 03450-1 DIVISION 4: MASONRY SECTION 04220 CONCRETE UNIT MASONRY 04220-1 DIVISION 5: METALS SECTION 05120 STRUCTURAL STEEL 05120-1 SECTION 05400 COLD -FORMED METAL FRAMING 05400-1 TOC- 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 I I I 1 I I 1 I I 1 1. t L 'I. I 1 1 I I I I I SECTION 05500 METAL FABRICATIONS 05500-1 DIVISION 6: WOOD AND PLASTICS SECTION 06100 ROUGH CARPENTRY 06100-1 SECTION 06200 SITE CARPENTRY 06200-1 SECTION 06420 PANELING 06420-1 DIVISION 7: THERMAL AND MOISTURE PROTECTION SECTION 07210 THERMAL INSULATION 07210-1 SECTION 07260 VAPOR RETARDERS 07260-1 SECTION 07265 UNDERLAYMENTS 07265-1 SECTION 07610 SHEET METAL ROOFING 07610-1 SECTION 07620 SHEET METAL FLASHING AND TRIM 07620-1 SECTION 07920 JOINT SEALERS 07920-1 DIVISION 8: DOORS AND WINDOWS SECTION 08110 STEEL DOORS AND FRAMES 08110-1 SECTION 08200 WOOD DOORS 08200-1 SECTION 08331 OVERHEAD COILING DOORS 08331-1 SECTION 08510 STEEL WINDOWS 08510-1 SECTION 08710 DOOR HARDWARE 08710-1 SECTION 08800 GLAZING 08800-1 DIVISION 9: FINISHES SECTION 09260 GYPSUM BOARD ASSEMBLY 09260-1 SECTION 09860 ANTI -GRAFFITI COATINGS 09860-1 SECTION 09900 SITE PAINTING 09900-1 DIVISION 10: SPECIALTIES SECTION 10162 TOILET COMPARTMENTS 10162-1 SECTION 10400 SIGNAGE 10400-1 SECTION 10800 TOILET ACCESSORIES 10800-1 DIVISION 11: EQUIPMENT (NOT USED) DIVISION 12: FURNISHINGS (NOT USED) DIVISION 13: SPECIAL CONSTRUCTION (NOT USED) DIVISION 14: CONVEYING SYSTEMS (NOT USED) DIVISION 15: MECHANICAL A J SECTION 15160 MECHANICAL & ELECTRICAL GENERALIPROVIS'IO TOC- 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park 5160-1 1160531/ SECTION 15400 PLUMBING 15400-1 DIVISION 16: ELECTRICAL SECTION 16010 GENERAL ELECTRICAL PROVISIONS SERVICE AND DISTRIBUTION 16010-1 SECTION 16050 BASIC MATERIALS AND DISTRIBUTION 16050-1 SECTION 16500 LIGHTING 16500-1 SECTION 16620 GROUNDING 16620-1 SECTION 16630 SPECIAL SYSTEMS 16630-1 SECTION 16660 ELECTRICAL WORK FOR MECHANICAL EQUIPMENT 16660-1 TOC- 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1. I I I, I I I I I I I I 1 SECTION 00100 NOTICE INVITING SEALED BIDS EAST THIRD AVENUE LANDFILL CLOSURE CITY PROJECT NO. 460531 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California for EAST THIRD AVENUE LANDFILL CLOSURE PHASE H / SEAL POINT PARK shown on the Contract Drawings No. 3-3-7. The work described requires that the bidder be licensed by the State of California as a Class A Contractor. 2. The Contract Book, plans, and proposal forms are available at the Public Works Department, City Hall, 330 West 20'" Avenue, San Mateo, California. A non-refundable fee of $175 per set is required if picked up or $200 for each set if mailed. Any questions regarding the Contract Documents should be directed to Martin Quart, Assistant Engineer, at 650/522-7330 or in writing at the above address. 3. The estimated construction cost of this project is $5,000,000. This estimate is not based on a "contractor's cost take off" of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. A non -mandatory Pre -Bid Conference and walk-through is scheduled for August 7, 2003 at City Hall and proceeding to the project site. All interested bidders are encouraged to attend. At that time questions will be solicited. All discussion will be for information purposes only unless incorporated by addendum or addenda. 5. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 6. Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. It is the responsibility of the contractor to contact the City to determine the existence of any and all addenda. 7. The Contract time for this contract shall be 180 calendar days, beginning from the date specified in the Notice to Proceed. At the time of Award, the Owner may adjust the Contract time to reflect the Scope of Work included in the Contract, and other factors... t. es 8. The City of San Mateo intends that the work under this Contract will begin on, 2004, except for minor portions described in the Bidding Documents. Bids s in force and may be accepted for contract award up to 90 days after the day th Section 00100-5 East Third Avenue Landfill Closure Phase n / Seal Point Park Project Q460 �`�/y opened. Bidders are hereby informed that the City of San Mateo expects that the contract will be awarded late in this 90 -day period. 9. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter city, and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provisions of the state law. 10. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working in this project. In some cases, prevailing wage determinations have either a single asterisk(*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in the contracts the Contractor enters into. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of the bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations Internet web site at http://www.dir.ca.gov.. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 11. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., August 21, 2003, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him/her. 12. Bidding contractors as part of the bid package shall submit a detailed statement of costs for each major item of work along with a listing of the name, address, and telephone number of each proposed subcontractor and materials supplier which exceed one half of one percent (1/2%) of bid amount, or $10,000, which ever is less. 13. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsive bidder as so reported; or as the City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. I 1 I I Section 00100- 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I t, I I V I 1 $. 1 I I I I I I I 14. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after the Notice of Completion is recorded. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: July 23, 2003 /S/ Claire Mack, MAYOR Section 00100- 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project,N ORnr Section 00200 - 8 East Third Avenue Landfill Closure Phase II / Seal Point Park SECTION 00200 INSTRUCTIONS TO BIDDERS 1.0 WORK TO BE DONE It is the intention of the Owner to construct improvements as shown and set forth in the Contract Documents titled: EAST THIRD AVENUE LANDFILL CLOSURE PHASE II / SEAL POINT PARK dated July 23, 2003. All of the work is particularly set forth in the permits, plans and specifications, and all of said work, together with all other work incidental thereto, is included. The work includes the furnishing of all labor, materials, power, incidentals and equipment necessary for the project. 2.0 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with those Contract Documents, drawings, and addenda (if any). The submission of a bid shall constitute an acknowledgment upon which the Owner may rely that the bidder has thoroughly examined and is familiar with the Contract Documents. The failure or neglect of a bidder to receive or examine any of the Contract Documents shall in no way relieve it from any obligation with respect to its bid or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract Documents or failure to receive and/or review any Contract Documents. 3.0 INSPECTION OF SITE Bidders are required to inspect the site of the work to satisfy themselves, by personal examination or by such other means as they may prefer, of the location of the proposed work. This site inspection shall be for review of the actual conditions, including subsurface, of and at the site of work. If, during the course of its site inspection, a bidder finds conditions that appear to be in conflict with the letter or intent of the Contract Documents, the Bidder shall apply to the Owner, in writing, for additional information and explanation before submitting its bid. Submission of a bid by the bidder shall constitute conclusive evidence that, if awarded the Contract, it has relied and is relying on its own examination of (1) the site of the work, (2) access to the site, (3) all other data and matters requjtisit' the fulfillment of the work and on its own knowledge of existing faciliti in the vicinity of the site of the work to be constructed under the Contrac conditions to be encountered, (5) the character, quality and scope of they Project N 4F work, (6) the quality and quantity of the materials to be furnished, and (7) the requirements of the Contract, the plans, the specifications, and other related Contract Documents. The information provided by the Owner is not intended to be a substitute for, or a supplement to the independent verification by the bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the bidder. 4.0 INTERPRETATION OF CONTRACT DOCUMENTS No oral representations, explanations or interpretations will be made to any bidder as to the meaning of the Contract Documents. Requests for an interpretation shall be made in writing and delivered at least five (5) days before the time announced for opening the bids to: Martin Quan, Project Manager Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the Owner other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the Owner for the interpretation to become effective. 5.0 POSTPONEMENT OF OPENING The Owner reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Notice of Invitation to Bid. Postponement notices maybe faxed and will subsequently be mailed to planholders of record in the form of addenda. 6.0 OPENING OF BIDS All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will not be opened. Any such bids will be returned, unopened, to the Bidder. Section 00200 - 9 East Third Avenue Landfill Closure Phase n / Seal Point Park Project No. 460531 I I I I 1 I I L I The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. Acknowledgement of Addenda 7.0 PREPARATION OF BID FORMS Bids shall be made on the blank bid forms contained in Section 00400 through 00490 and must be submitted at the time and place stated in the Notice Inviting Sealed Bids. All blanks in the bid forms must be appropriately filled in, in ink or typed, and all prices must be stated in figures. All bids must be submitted in sealed envelopes bearing on the outside the name of the bidder, its address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that its bid is received before the time stipulated in the Notice of Inviting Sealed Bids. Owner shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. Bids for the work shall be made in the forms contained in the following sections and shall include the following documents: SECTION TITLE 00400 BID 00410 BID SCHEDULE 00420 BID GUARANTY BOND 00430 PROPOSED SUBCONTRACTORS 00440 BIDDER'S STATEMENT 00450 CERTIFICATION AND PAYMENT OF PREVAILING WAGES 00460 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION 00470 CERTIFICATION OF NON-DISCRIMINATION 00480 NON -COLLUSION AFFIDAVIT 00490 CERTIFICATE OF BIDDER'S QUALIFICATIONS 8.0 BIDDER'S SIGNATURE AND AUTHORITY If the bid is made by an individual; bidder's name, signature, and po address must be shown. t�J Section 00200 -10 East Third Avenue Landfill Closure Phase ll / Seal Point Park 9 Project No;. If the bid is made by a firm or partnership; the name and post office address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown. If the bid is made by a corporation; the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation, and the tide of the person who signs on behalf of the corporation. If the bid is made by a corporation; a certified copy of the bylaws or resolution of the Board of Directors of the corporation shall be furnished, showing the authority of the officer signing the bid, to execute Contract on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of the sponsoring partner of the joint venture. Additionally, the bid shall include a copy of the resolution or agreement empowering the representative to execute the bid and bind the joint venture. 9.0 ERASURES AND CORRECTIONS The bid submitted must not contain any erasure, interlinear additions, or other corrections unless each such correction is authenticated. Authentication may be made by affixing in the margin, immediately opposite the correction, the signature of the person submitting the bid. 10.0 BID IRREGULARITIES Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in Section 00400 will result in rejection of the bid by the Owner. The Owner will treat all such bids as not being responsive to the Notice Inviting Sealed Bids. The Owner will consider no oral, fax or electronic or telephonic modification of any bid submitted. 11.0 MODIFICATION OF BID Upon written request, a bid already received may be modified or withdrawn at any time before the time established for receiving bids. The request must be executed by the bidder or its authorized representative as described in Paragraph 00200-8.0, BIDDER'S SIGNATURE AND AUTHORITY. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. Withdrawal of a bid does not prejudice a bidder's right to submit a new bid within the time designated for the submission of bids. No bid may be withdrawn after the time established for receiving bids except as provided in Paragraph 00200-12.0, WITHDRAWAL OF BIDS. Section 00200 -11 East Third Avenue Landfill Closure Phase U ! Seal Point Park Project No. 460531 I I I I 1 1 I I • I V I I I I 12.0 WITHDRAWAL OF BIDS A bidder may withdraw its bid with the consent of the Owner. A Bidder wishing to withdraw its bid, after the time of opening the bids, shall give written notice to the Owner within five days of the opening. The bidder shall provide documentation detailing basis for bid withdrawal. Bids cannot be changed because of mistake. 13.0 ADDENDA Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgment in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. 14.0 BID PRICES Bid prices shall include everything necessary for the completion of the work stipulated in the Contract Documents, including but not limited to providing the materials, equipment, tools, power, plant and other facilities, and the management, superintendence, labor and services. Bid prices shall include all federal, state and local taxes. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern. The corrected product of the unit price and the estimated quantity shall be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amount quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. 15.0 BID GUARANTY The bid form shall be accompanied by a bid guaranty bond provided by a surety company authorized to carry on business in the State of California with : a minimum "A:VII" rating with Best's Rating Guide for payment to the Own�e ci the sum of at least ten (10) percent of the total amount of the bid/ alternatively, by a certified or cashier's check, payable to the Owner ij t at least ten (10) percent of the total amount of the bid price. The bi Section 00200 - 12 East Third Avenue Landfill Closure Phase n / Seal Point Park bond shall be provided on the form included in Section 00420 BID GUARANTY BOND of this Project Document. The amount payable to the Owner under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the Owner as liquidated damages in case of a failure or neglect of the bidder to furnish, execute, and deliver to the Owner the required performance and payment bonds, evidences of insurance; and to enter into, execute, and deliver to the Owner the Agreement on the form provided herewith, within ten..(10) calendar days after receiving written notice from the Owner that the award has been made and the Agreement is ready for execution. The bid guarantees of the three lowest bidders will be retained until the Agreement is signed, evidence of insurance provided, and satisfactory bonds furnished or other disposition made thereof. The bid guarantees of all bidders except the three lowest, responsive bids will be returned within 10 calendar days after the bids are opened. 16.0 BLANK 17.0 SUBCONTRACTORS Each general bid shall have listed in Section 00430 PROPOSED SUBCONTRACTORS the name, location of the place of business and the portion of work to be performed 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, or of any subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the bidder's total bid or $10,000, whichever is greater. Failure to list subcontractors may render the bid non -responsive and may be grounds for rejection of the bid. 17.1 The Contractor shall perform at a minimum the percentage of work specified in Section 01110-8.0, CONTRACTOR'S WORK PERCENTAGE, with its own forces and shall not subcontract out this portion of work. 18.0 BLANK Section 00200 -13 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I $' 1 I 1 I I I I I I 1 I t I • I I I I i I I I 1 I I I I I 19.0 SUBSTITUTIONS DURING BIDDING Contractors, manufacturers or suppliers of materials and equipment may offer an alternative product and request the alternatives to specified products be considered equal. Inclusion of such alternatives in the bid is the sole responsibility of the Contractor. Inclusion of the proposed alternative should only be considered if it is the Contractor's sole belief the offered alternative is equal in quality and performance to the specified product. After award of the Contract, such offers of alternative products will be reviewed and processed as a substitution as provided under Section 01600, MATERIAL AND EQUIPMENT. If the material, process or article offered by the contractor is not, in the Owner's sole opinion, substantially equal or better in respect to that specified, then the contractor shall furnish that material, process or article specified or one that in the Owner's opinion is substantially equal or better in every respect. 20.0 BIDDERS INTERESTED IN MORE THAN ONE BID No person, firm, or corporation, under the same or different name, shall make, file, or be interested in more than one bid for the same work unless alternate bids are called for. A person, firm, or corporation may, however, submit sub proposals or quote prices on materials to more than one bidder. Bidders shall execute and furnish with their bids Section 00480 NON - COLLUSION AFFIDAVIT. Reasonable grounds to believe that any individual, partnership, corporation, or combination is interested in more that one bid for the proposed work may cause rejection of all bids in which that individual, partnership, corporation, or combination is interested. 21.0 SHEETING, SHORING AND BRACING Pursuant to the provisions of California Labor Code Section 6707, each bid submitted shall contain, in the bid item indicated, the amount included in its bid for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the Owner, the Design Consultant, and their employees, agents, and subconsultants. 22.0 WAGE RATES Pursuant to provisions of the Labor Code Section 1770, et. seq.; California, the Director of the Department of Industrial Relations Section 00200 -14 East Third Avenue Landfill Closure Phase H / Seal Point Park the. State' saeMi a:RbRb Projel+e}%r31 3 the prevailing rate of per diem wages of the locality in which the Work is to be performed and applicable to the work to be done. Copies of these wage determinations are on file with the Owner. Bidders shall promptly notify the Owner, in writing, about all the classifications of labor not listed in the prevailing wage determinations but necessary for the performance of the Work, before bids are submitted. 23.0 OFFER OF ASSIGNMENT OF ANTITRUST ACTIONS As provided by Section 4552, et. seq., of the California Government Code, in submitting a bid to the Owner, the bidder offers and agrees that if the bid is accepted, it will assign to the Owner all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.G. 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 purchases of goods, materials, or services by the bidder for sale to the Owner pursuant to the bid. Such assignment shall be made and become effective at the time the Owner tenders final payment to the bidder. 24.0 ASSIGNMENT OF CONTRACT Any attempted assignment by the Contractor of any contract to be entered into hereunder, or any part thereof; or of funds to be received there under by the Contractor, is void unless such assignment has prior written approval of Owner, and the Surety has been given due notice of such assignment in writing and has consented thereto in writing. 25.0 REJECTION OF BIDS The Owner reserves the right to reject any and all bids and further reserves the right to reject any bids which are non -responsive, incomplete, obscure, or irregular; any bids which omit a bid on any one or more items on which the bids are required; any bids in which unit prices are unbalanced in the opinion of the Owner; any bids accompanied by insufficient or irregular bid guaranty; and any bids from bidders who have previously failed to perform properly or to complete on time Contracts of any nature. The Owner reserves the right to waive irregularities. 26.0 CONTRACT AND BONDS The successful bidder, simultaneously with the execution of the Agreement, will be required to furnish a Payment Bond equal to one hundred percent (100%) of Section 00200 -15 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I I I I I I I I I I I I I I I I I I I I I i I I! I I I I I I I I I I I the Contract Price, a Faithful Performance Bond equal to one hundred (100%) of the Contract Price, and evidences of required insurance. Said insurance and bonds shall be secured from a company or companies authorized to carry on business in the State of California and is satisfactory to Owner with a minimum "A:VII" rating with Best's Rating Guide. The form of Agreement, as provided in Section 00520, which the successful bidder as Contractor will be required to execute, and the forms of bonds as provided in Sections 00610 and 00620, which it will be required to furnish, shall be carefully examined by the bidder. The Faithful Performance Bond is to secure the faithful performance of the Contract, and the Payment Bond is to secure payment for those to whom the bidder may become legally indebted for labor, materials, tools, power, equipment, or services of every kind used or employed by the bidder in performing the work. 27.0 AWARD OF CONTACT Within 90 days after the time of opening of the bids, the Owner will act either to accept a bid, to reject all bids or with the consent of the bidders and their sureties to extend the time in which the Owner may act. In this Contract, the City of San Mateo intends to use the full 90 -day period before formally awarding and executing the Contract. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered in person or by certified mail to the bidder whose bid is accepted. No other act of Owner will constitute acceptance of a bid. The Award of Contract shall obligate the bidder whose bid is accepted to furnish performance and payment bonds and evidences of insurance, and to execute the Agreement in the form set forth in the Contract Documents. The Contract will require the completion of the work according to the Contract Documents. If award is made, it will be based on the responsive, responsible Bid whose sum of extended prices for all Bid Items yields the lowest total Contract price. Selection of all, none, or any combination of Bid Items for award and construction shall be at the sole discretion of the Owner. Selection of Bid Items for award and construction will be accomplished by making the quantity of non - selected Bid Items zero. 28.0 EXECUTION OF CONTRACT The Agreement shall be executed by the successful bidder and returned, together with the Contract bonds and evidences of insurance, within ten (10) days_ receiving written Notice of Award of the Contract. Time is of the ess regard. After execution by Owner, one copy of the Agreement shalt$ to Contractor. Section 00200 -16 East Third Avenue Landfill Closure Phase II / Seal Point Park P 041'7` .:. The failure to execute the Contract Documents or to furnish the bonds or insurance required by these instructions within ten (10) days after receiving written notice of the Award of the Contract constitutes default. In case of default, the Owner may, at its sole discretion, award the Contract to the next lowest bidder or may re -advertise the project for new bids. If a more favorable bid is received by re -advertising, the defaulting bidder shall have no claim against the Owner for a refund. 29.0 CONSTRUCTION DOCUMENTS Within five (5) days after the execution of the Contract and furnishing bonds and insurance, the Owner will furnish the Contractor five copies of the Specifications, full-size plans and, if available, half-size plans. The Contractor may obtain additional copies for the price listed in Section 00100. NOTICE INVITING SEALED BIDS. ***END OF SECTION*** Section 00200 -17 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I 1 r I I r I 1 I I I V I I r 1 SECTION 00220 GEOTECHNICAL DATA Sub -surface soil investigations were conducted at the site of the work. The geotechnical report(s) is available for review at City Hall, Department of Public Works, 330 W. 20th Avenue, San Mateo, CA 94403. The soil investigations were developed for design purposes only, and as such may not include necessary information for, any or all, construction related activities, including, but not limited to, excavations, sheeting, shoring, bracing and dewatering. The data shown in the geotechnical report(s) is for the subsurface conditions found at the time and location of the borings made during the subsurface investigation. The Owner disclaims responsibility for the bidder's interpretation of data contained in the geotechnical report, such as projecting or extrapolating from the test holes to other locations on the site of the work. The Owner does not guarantee the soil bearing values and profiles, soil stability, and the presence, level, and extent of underground water for subsurface conditions found during the subsurface investigation will be the same for all areas of the work site during construction activity. The geotechnical report(s) and subsurface boring logs are to be used to supplement the contractors personal investigation of the work site and otherwise satisfy themselves as to the conditions affecting the work as detailed and shown in these Contract Documents. ***END OF SECTION*** Section 00220 - 18 East Third Avenue Landfill Closure Phase II / Seal Point Park i i I I I i I I I I I I I I I DATE: SECTION 00400 BID The undersigned, as bidder, declares that it has received and examined the Contract Documents entitled East Third Avenue Landfill Closure & Seal Pt. Park and will contract with the City of San Mateo, on the form of Agreement provided herewith, to do everything required for the construction of the above named Project at the price(s) and in accordance with the terms and conditions contained herein. Bidder agrees that the following Contract Document Sections shall form a part of this bid: SECTION TITLE 00400 Bid 00410 Bid Schedule 00420 Bid Guaranty Bond 00430 Proposed Subcontractors 00440 Bidder's Statement 00450 Certification of Payment of Prevailing Wages 00460 Certification of Requirement to Pay Workers' Compensation 00470 Certificate of Non -Discrimination 00480 Non -Collusion Affidavit 00490 Certificate of Bidder's Qualifications We acknowledge that the following addenda numbers have been received and have been examined as part of the Contract Documents. Addenda # Date Received Initials Attached is a bid guaranty bond as required by Paragraph 00200-15.0, BID GUARANTY. Name of Bidder If our bid is accepted, we agree to sign the Agreement and to furnish the performance and paymeb and the required evidences of insurance within 10 calendar days after receiving written Notic&of--: the Contract. i( Section 00400 - 19 East Third Avenue Landfill Closure Phase II / Seal Point Park Projec�"It(gh3_6653 We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the Owner, to plan the work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Name of Bidder Contractor's License No. License Expiration Date Signature of Bidder Title of Signator Witness Address of Bidder Title of Witness State of Incorporation Section 00400 - 20 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I I I 1' I 1 I 1 I I I 1 I I 1 t 1 1 t I I I I I I I I I I I I I I i SECTION 00410 BID SCHEDULE PROPOSAL FOR THE CONSTRUCTION OF EAST THIRD AVENUE LANDFILL CLOSURE PHASE II / SEAL PT. PARK Owner City of San Mateo. California Pursuant to Section 00100, NOTICE INVITING SEALED BIDS the undersigned hereby agrees that on award by the City of San Mateo under this Bid, and in accordance with the provisions therein stated, to execute a Contract, with necessary bonds, and insurances, to furnish all labor, materials, power, transportation, and services for the construction of the City of San Mateo project, in accordance with the Plans and Specifications therefore adopted and on file with the City of San Mateo within the time hereinafter set forth and at the prices named in this Bid as follows: ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT PRICE TOTAL COST Landfill Closure (Schedule A) 1 Mobilization / Demobilization 1 L.S. $ $ 2 Sheeting, Shoring & Bracing 1 L.S. $ $ 3 Pedestrian / Traffic Control 1 L.S. $ $ 4 Bonds and Insurance 1 L.S. $ $ 5 Demolition 1 L.S. $ $ 6 Erosion Control I L.S. $ $ 7 Clearing and Grubbing 13 ACRE $ $ 8 Grading to Bottom of Foundation Layer 27,250 C.Y. $ $ 9 Install New Landfill Cap (GCL w/ 24" Foundation & 18"Vegetative Layers) 22,876 S.Y. $ $ 9a Install New Landfill Cap (GCL w/ 6" Foundation & 18" Vegetative Layers) 41,439 S.Y. $ $ 10 6" ADS Storm Drain Pipe 85 LF $ $ 11 8" ADS Storm Drain Pipe 1,024 LF $ $ 12 12" ADS Storm Drain Pipe 1,582 LF $ $ 13 15" ADS Storm Drain Pipe 75 LF $ $ 14 18" ADS Storm Drain Pipe 209 LF $ $ y 15 Sanitary Sewer Force Main 1,825 LF $ $ Ati 16 Sanitary Sewer Ejector Pumps 2 EA $ $ ;Al %-.- 17 Sanitary Sewer Cleanouts 8 EA $ 5* 1 if x Section 00410 - 21 East Third Avenue Landfill Closure Phase II / Seal Point Park 18 Sanitary Sewer Manhole 1 EA $ $ 19 Drop Inlets 26 EA $ $ 20 Flared End Sections 11 EA $ $ 21 Area Drains 10 EA $ $ 22 Geotextile Swale Linings 1,800 S.Y. $ $ 23 Surveying 1 L.S. $ $ 24 Excavate Refuse & Relocate On -Site 2,680 C.Y. $ $ 25 Excavate Refuse, Ofthaul & Dispose 7,910 C.Y. $ $ 26 Screen & Crush On -Site Spoil 16,000 C.Y. $ $ 27 Place Extra Foundation Layer Soil 4,000 C.Y. $ $ 28 Place Extra Vegetative Layer Soil 4,000 C.Y. $ $ 29 Import Foundation Layer Soil 12,000 C.Y. $ $ 30 Import Vegetative Layer Soil 4,000 C.Y. $ $ 31 Asphalt Paving — Vehicle Load 14,160 S.F. $ $ 32 Asphalt Paving — Pedestrian Load 42,060 S.F. $ $ 33 Decomposed Granite w/ Resin Treatment 62,230 S.F. $ $ 34 Decomposed Granite w/ Copolymer Treatment 36,880 S.F. $ $ 35 Gravel Paving 60,600 S.F. $ $ 36 Pavement Stripes, Roads & Paths 1 L.S. $ $ 37 Concrete Band Edge 10,980 L.F. $ $ 38 Concrete Curb 2,685 L.F. $ $ 39 Concrete Curb & Gutter 1,455 L.F, $ $ 40 Habitat Fence 6,525 L.F. $ $ 41 Seed Mixture "A" 410,240 S.F, $ $ 42 Seed Mixture "A," willow cuttings 101,200 S.F, $ $ 43 Seed Mixture "B" 39,795 S.F. $ $ 44 Seed Mixture "C" 62,400 S.F. $ $ 45 Seed Mixture "D" 172,000 S.F. $ $ TOTAL SCHEDULE A $ Seal Point Park (Schedule B) 1 Restroom at Windsurfing Area 1 L.S. $ $ 2 Wetland Observation Point 1 L.S. $ $ 3 Entry Kiosk 1 L.S. $ $ 4 Maintenance Building 1 L.S. $ $ 5 Trash Enclosure by Dog Park (No. 2) 1 L.S. $ $ 6 Restroom "B" at Dog Park 1 L.S. $ $ 7 Trash Enclosure Windsurfing Area (No. 1) 1 L.S. $ $ Section 00410 - 22 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 r I I a 1 I 1 1 t I 1 I I I I 1 I 1 I I I I 1 8 Dog Park 1 L.S. $ $ 9 Picnic Areas (1 & 2) 1 L.S. $ $ 10 Picnic Overhangs (1 & 2) 1 L.S. $ $ 11 Outdoor Classroom 1 L.S. $ $ 12 Windsurfing & Sea Kayak Access 1 L.S. $ $ 13 Windsurf Trail 1 L.S. $ $ 14 San Mateo Creek Interpretive Outlook 1 L.S. $ $ 15 Overlook Point 1 L.S. $ $ 16 Art Display A 1 L.S. $ $ 17 Art Display B 1 L.S. $ $ 18 Art Display C 1 L.S. $ $ 19 Hillside Stairs (Includes Interpretive Point A&B) 1 L.S. $ $ 20 Interpretive Point C 1 L.S. $ $ 21 16' Diameter Concrete Art Pad 12 EA $ $ 22 20' Diameter Concrete Art Pad 1 EA $ $ 23 Benches 1 L.S. $ $ 24 Grant Signs for Bay Trail; ADA Signs 1 L.S. $ $ 25 Site Utilities 1 L.S. $ $ 26 Habitat Access Fence at Wetland 1 L.S. $ $ 27 Non -Grant Signs 1 L.S. $ $ 28 Vehicle Access Gates 1 L.S. $ $ TOTAL SCHEDULE B $ TOTAL BID (SCHEDULE A + SCHEDULE B) $ ***END OF SECTION*** Section 00410 - 23 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. -fkAa A I i I I 1 I I r. I I I I I I I 1 SECTION 00420 BID GUARANTY BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WE, AS PRINCIPAL, AND AS SURETY, are held and firmly bound unto the City of San Mateo in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City of San Mateo for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City of San Mateo to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, in no case shall the liability of the surety hereunder exceed the sum of $ THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City of San Mateo, aforesaid, for certain construction specifically described as follows, for which bids are to be opened at City Hall, City of San Mateo. FOR: EAST THIRD AVENUE LANDFILL CLOSURE PHASE II / SEAL POLNT PARK NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City of San Mateo, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this day of 2003. Name of Contractor Name of Surety Title of Signator Title of Signator Signature of Principal Signature of Surety Address: Address: Note: Signatures of those executing for the surety must be properly acknowledged. ***END OF SECTION*** Section 00420 - 24 East Third Avenue Landfill Closure Phase II / Seal Point Park SECTION 00430 PROPOSED SUBCONTRACTORS The following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be responsible for more than one-half of one percent of contractor's total bid or $10,000, whichever is greater. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered, and headed "Proposed Subcontractors" and shall be signed by the Bidder.) 1 I I I I I I S I I 1 Name Business Address Description of Work Cost ($) of Work Name of Contractor Name of Bidder ***END OF SECTION*** Section 00430 - 25 East Third Avenue Landfill Closure Phase Il / Seal Point Park I I 1 I I I r I 1 I I I I I I SECTION 00440 BIDDER'S STATEMENT The undersigned further certifies that he is licensed by the state of California as a Contractor, that the license is now in force and that the number and class is Class (A), and the expiration date is . Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I, , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of , 2003, , at California. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, Section 00520, together with the necessary bonds, certificate(s) of insurance, related endorsements for general automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work within the Contract Time beginning from the date specified in the Notice to Proceed. The City intends to issue the Notice to Proceed 10 days after the award of contract. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section 01160 Regulatory Requirements, paragraph. 1.0, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. ***END OF SECTION*** Section 00440 - 26 East Third Avenue Landfill Closure Phase II / Seal Point Park I 1 I I 1 I1 1 I I I I I I. 1 SECTION 00450 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE On behalf of the bidder, I the undersigned certify that the. Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California in force on the day this bid was announced, will be the minimum paid to all craftsman and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been determined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: Name and Title of Person Making Certification Date Questions regarding State Prevailing Wages shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite .1160 P.O. Box 420603 San Francisco, CA 94142-0603 ***END OF SECTION*** Section 00450 - 27 East Third Avenue Landfill Closure Phase II! Seal Point Park I I I I 1 I I I I I I I I I SECTION 00460 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION 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. BIDDER By: Name and Title of Person Making Certification Date ***END OF SECTION*** Section 00460 - 28 East Third Avenue Landfill Closure Phase H / Seal Point Park 1 I I 1 I I I I 1 1 I I 1 1 SECTION 00470 CERTIFICATION OF NON-DISCRIMINATION On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: Name and Title of Person Making Certification Date ***END OF SECTION*** Section 00470 - 29 East Third Avenue Landfill Closure Phase II/ Seal Point Park S Project No. 461093 i+ ) 9fe SECTION 00480 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 55. County of being first duly sworn, deposes and say that he or she is Name of Bidder) of Name of Contractor the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, business entity, business combination, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Name of Contractor Signature Name of Bidder Subscribed and sworn before me this day of , 20 . Title Signature of Notary Public in and forDate the County of State of California. ***END OF SECTION*** Section 00480 - 30 East Third Avenue Landfill Closure Phase U / Seal Point Park Project No `oR*Eo is 24/ 1 I 1 i 1 I 1 I 1 1 1 I 1 1 1 SECTION 00490 CERTIFICATE OF BIDDER'S QUALIFICATIONS The undersigned certifies that the bidder will have the requisite experience necessary to meet the minimum qualifications of this project as stated below. The following minimum criteria must be met as requisite experience. Major subcontractors' experience will be considered. 1. The contractor must have experience as prime contractor for projects in excess of $2,000,000.00 within the last six years. 2. The contractor must have experience in landfill closures and waste disposal within the last four years. 3. The contractor must have experience in municipal park construction within the last four years. This certification is based upon the following past performance. Project References: 1. Project Name: Location: Owner/Client: Total Contract Price: Description of Bidder's Work: 2. Project Name: Location: Owner/Client: Total Contract Price: Description of Bidder's Work: Title of Project: East Third Avenue Landfill Closure Phase 2 / Seal Point Park, Project No. 460531 Bidder's Name (Printed) Bidder's Name and Title of Person Making Certificate Section 00490 - 31 East Third Avenue Landfill Closure Phase H / Seal Point Park I 1 I 1 1 i 1 1 I I 1 1 I SECTION 00520 AGREEMENT THIS AGREEMENT, made and entered into in the City of San Mateo, County of San Mateo, State of California, by and between the CITY OF SAN MATEO, a municipal corporation, hereinafter called "Owner," and hereinafter called "Contractor," as of the day of , 20 . RECITALS: (a) City has taken appropriate proceedings to authorize construction of the public work and improvements or other matters herein provided, and execution of this contract. (b) A notice was duly published for bids for the contract for the improvement hereinafter described. (c) After notice duly give, on the date hereof, the Owner awarded the contract for the construction of the improvements hereinafter described to Contractor. IT IS AGREED, as follows: 1. Scope of Work. Contractor shall perform the work according to the Contract Book therefore entitled: EAST THIRD AVENUE LANDFILL CLOSURE PHASE II / SEAL POINT PARK 2. Contract Price. Owner shall pay, the Contractor shall accept, in full payment for the work above agreed to be done the sum of Said price is determined by the prices contained in Contractor's bid, and shall be paid as described in the Contract Book. In the event work is performed or materials furnished in addition to or a reduction of those set forth in Contractor's bid and the specifications herein, such work and materials will be paid for as described in the Contract Book. 3. The Contract Documents. The complete contract consists of the following documents: This Agreement; the Notice Inviting Sealed Proposals; the Accepted Proposal; the Contract Book which includes the Specifications and Contract Drawings, Addenda Number issued to the Contract Book, the Faithful Performance Bond, and the Labor and Materials Bond. All rights and obligations of Owner and Contract are fully set forth and described in the contract documents. All of the above -named documents are intended to cooperate, so that any work called for in one, and not mentioned in the other, or vice versa, is to be executed the same as if mentioned in all said documents. The documents comprising the complete contract will hereinafter be referred to as "the contract documents". In the event of any variation or discrepancy between any portion of this agreement Section 00520 - 32 East Third Avenue Landfill Closure Phase II / Seal Point Park Project N le r sr,?r to, =i • ..% and any portion of the other contract documents, this agreement shall prevail. The precedence of the remaining contract documents will be as specified in the Contract Book. 4. Schedule. All work shall be performed in accordance with the schedule provided pursuant to the Contract Book. 5. Performance by Sureties. In the event of any termination as hereinbefore provided, Owner shall immediately give written notice thereof to Contractor and Contractor's sureties, and the sureties shall have the right to take over and perform the agreement, provided, however, that if the sureties, within 5 days after giving them said notice of termination, do not give City written notice of their intention to take over the performance thereof within 5 days after notice to Owner such election, Owner may take over the work and prosecute the same to completion, by contract or by any other method it may deem advisable, for the account, and at the expense of Contractor, and the sureties shall be liable to Owner for any excess cost or damages occasioned Owner thereby; and, in such event, Owner may, without liability for so doing, take possession of, and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefore. 6. Legal Work Day — Penalties for Violation. Eight hours of labor shall constitute a legal day's work. Contractor shall not require more than 8 hours' labor in a day and 40 hours in a calendar week from any person employed by Contractor in the performance of such work unless such excess work is compensated for at not less than 1-1/2 times the basic rate of pay. Contractor shall forfeit as a penalty to Owner the sum of $25.00 for each laborer, workman or mechanic employed in the execution of this contract by Contractor, or by any subcontractor for each calendar day during which such laborer, workman or mechanic is required or permitted to labor more than 8 hours in any calendar day and 40 hours in any one calendar week in violation of the provisions of Sections 1810 and 1816, inclusive, of the Labor Code of the State of California. 7. Prevailing Wage Scale. The prevailing wage scale as determined by the Director of Industrial Relations of the State of California, in force on the day the bid was announced, will be the minimum paid to all craftsman and laborers working on this project. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of Contractor to determine the correct scale. Copies of the prevailing wage rates are on file at the City Clerk's office. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 00820. 8. Insurance. The Contractor shall provide and maintain insurance as required under Section 9. Hold Harmless and Indemnity Provision. As required under Section 00820, paragraph 1.6. 10. Attorney Fees. As required under Section 00700, paragraph 7.3.4. 11. Mediation. As required under Section 00700, paragraph 7.3.5 12. Arbitration. As required under Section 00700, paragraph 7.3.6. 13. Provisions Cumulative. The provisions of this agreement are cumulative, and in addition to and not in limitation of, any other rights or remedies available to Owner. Section 00520 - 33 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I 1 I I 1 I I 14. Notices. All notices shall be in writing, and delivered in person or transmitted by certified mail, postage prepaid. Notices required to be given to Owner shall be addressed as follows: Director of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 Notices required to be given to Contractor shall be addressed as appears in the signature block as shown on the Bidder's Statement. 15. Interpretation. As used herein any gender includes each other gender, the singular includes the plural and vice versa. IN WITNESS WHEREOF, this agreement has been duly executed by the parties herein above named, as of the day and year first above written. CONTRACTOR CITY OF SAN MATEO, a municipal corporation By: Mayor ATTEST: (Typed Name of Person Signing) City Clerk Attachment: Exhibit A: Scope of Work Section 00520 - 34 East Third Avenue Landfill Closure Phase II / Seal Point Park 1 1 1 1 I i a 1 1 1 1 SECTION 00610 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS, THAT, WHEREAS, City of San Mateo_, hereinafter designated the "Owner," has, on , 2003, awarded to Name of Contractor , hereinafter designated as the "Principal," a Contract for the construction of EAST THIRD AVENUE LANDFILL CLOSURE & SEAL PT. PARK, and WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, WE, the Principal, and Name of Surety , as Surety, are held and firmly bound unto the Owner the penal sum of Contract Amount Written Out dollars ($ Amount in Figures ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, it or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on it or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the Owner, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. It is acknowledged that the Contract provides for a one-year warranty period, during which time this bond remains in full force and effect. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any 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 or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Section 00610 - 35 East Third Avenue Landfill Closure Phase II I Seal Point Park 4 Project No. 460$x:; IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their seals this day of , 2003, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) Principal Name of Contractor Signature for Principal Title of Signator Surety Name of Surety Signature for Surety Title of Signator **** END OF SECTION *** Section 00610 - 36 East Third Avenue Landfill Closure Phase II l Seal Point Park Project No. 460531 1 1 S 1 1 1 1 I 1 1 t 1 I 1 1 1 SECTION 00620 PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS, THAT, WHEREAS, City of San Mateo, hereinafter designated as the "Owner," has, on 20 , awarded to Name of Contractor) , hereinafter designated as the "Principal," a Contract (Project Name) and for the construction of the WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and Name ofSurety) , as Surety, are held and firmly bound unto the Owner the penal sum of (Written Amount of Bond Value) Dollars ($ lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall 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 for amount due under the Unemployment Insurance Act with respect to such work or labor; or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount herein above set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the Owner as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Section 00620 - 37 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their seals this day of , 20 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Seal) (Seal) Principal Name of Contractor Signature for Principal Title of Signator Surety Name of Surety Signature for Surety Title of Signator *** END OF SECTION *** Section 00620 - 38 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 1 1 1 I 1 I 1 1 I 1 1 1 1 I SECTION 00700 GENERAL CONDITIONS 1.0 GENERAL 1.1 Intent Of Contract Documents The intent of the Plans and Specifications is to describe the details for the construction and completion of the Work that the Contractor undertakes to perform in accordance with the terms of the Contract. Plans and Specifications are divided into groups for the convenience of the Owner, Design Consultant, and Owner's Representative. These divisions are not for the purpose of apportioning work or responsibility for work among subcontractors, suppliers, and manufacturers. Where the Plans or Specifications describe portions of the Work in general terms but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish tools, equipment, power, and incidentals, and do all the work involved in executing the Contract in a satisfactory and workmanlike manner. Unless specifically noted otherwise, all sections of the Specifications and the Plans shall be complementary and applicable to each other. In the event the materials and/or equipment are to be famished by the Owner, as designated in the General Requirements or as agreed on, this shall not relieve the Contractor of the above requirements to furnish all other labor, materials, power, and equipment to complete the Contract. Words and abbreviations, which have well known technical or trade meaning, are used in the Contract Documents in accordance with such recognized meanings. For the definition of terms and abbreviations used in these Contract Documents see Section 01420, REFERENCES. 1.2 Discrepancies and Omissions Any discrepancies or omissions found in the Contract Documents shall be reported to the Owner's Representative immediately. The Owner's Representative will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: 1. Contract a. Agreement b. Permits c. Change Orders 2. General Requirements 3. Supplementary Conditions Section 00700 - 39 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 4. Instructions to Bidders 5. General Conditions 6. Technical Specifications 7. Project Plans 8. Reference Specifications 9. Reference Standard Plans 1.3 Headings Headings to parts, divisions, sections, articles, paragraphs, subparagraphs, and forms are inserted for convenience of reference only and shall not affect the interpretation of the Contract Documents. 1.4 Penalty for Collusion If, at any time, it is found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any bid or bids, colluded with any other party or parties, then the Contract shall be null and void, and the Contractor and its sureties shall be liable for loss or damage which the Owner may suffer thereby, and the Owner may advertise for new bids for said Work. 1.5 Successors and Assigns The Owner and the Contractor, respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party hereto and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants, agreements, and obligation contained in the Contract Documents. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other and any attempt to assign the Contract by the Contractor shall be void unless approved in writing by the Owner. 1.6 Assignment to Owner Pursuant to Public Contract Code 7103.5, in entering into the Contract and all subcontracts, to supply goods, services, or materials pursuant to the Contract, the Contractor and its subcontractors offer and agree to assign to the Owner all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract and subcontracts. This assignment shall be made and become effective at the time the Owner tenders final payment to the Contractor, without further acknowledgment by the parties. Section 00700 - 40 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 1 1 I 1 1 1 1 1 1 I S 1.7 Rights and Remedies The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to, and not a limitation of, any duties, obligations, rights, and remedies otherwise imposed or available by law. No action or failure to act by the Owner, the Design Consultant, or the Owner's Representative shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing by Owner. 2.0 ADMINISTRATION 2.1 Administration of the Contract The Owner's Representatives and the Design Consultant will provide administration of the Contract as hereinafter discussed. The duties, responsibilities and limitations of authority of the Design Consultant and the Owner's Representative as the representatives of the Owner during the construction, as set forth in the Contract Documents, will not be modified or extended without written consent of the Owner. In case of the termination of the employment of the Design Consultant or the Owner's Representative, the Owner shall appoint a Design Consultant or an Owner's Representative whose status under the Contract Documents shall be that of the former Design Consultant or Owner's Representative, respectively. 2.2 Owner's Representative 2.2.1 General - The Owner's Representative has the authority to act on behalf of the Owner on negotiating and making recommendations change orders, progress payments, Contract decisions, acceptability of the Contractor's work, and early possession. 2.2.2 Change Orders - The Owner's Representative has the authority to negotiate change orders and cost proposals submitted by the Contractor and to make recommendations to the Owner for final approval. 2.2.3 Progress Payments - The Owner's Representative has the authority to accept or reject requests for progress payments which have been submitted by the Contractor. The Owner's Representative will then forward the progress payments to the Owner for final approval. 2.2.4 Contract Decisions - The Contractor may appeal to the Owner's Representative in accordance with the provisions of the Contract. 2.2.5 Inspection of Construction - The Owner's Representative shall have the authority to reject work and materials which do not conform to the Contract Documents, and to require special inspection or testing. 2.2.6 Acceptability of Work - The Owner's Representative has the authority to make the final determination of the acceptability of the Work. The Owner's Representative Section 00700 - 41 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 also has the authority to accept or reject the Design Consultant's recommendations regarding retention of defective work as provided. 2.2.7 Construction Schedule - The Owner's Representative has the authority to review and recommend acceptance of the progress schedule submitted by the Contractor at the start of the Work and subsequent revisions for conformance to the specified sequence of work and logic. 2.2.8 Final Payment — The Owner's Representative, with the assistance of the Design Consultant will conduct inspections to determine the date of completion of the Work, and will receive and forward to the Owner, for the Owner's review, written warranties, and related documents required by the Contract and assembled by the Contractor. 2.2.9 Delegation — Owner may delegate some of the Owner's Representative's duties, to the extent it wishes, to other persons as it may wish. Such persons may assume day- to-day representation of Owner in the contract as construction manager, resident engineer, Owner's inspector, or other such title as Owner may see fit. Owner will provide a letter to Contractor delineating such person's role, authority, and responsibility. 2.3 Design Consultant 2.3.1 General - The Design Consultant will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 2.3.2 Interpretations - The Design Consultant has the authority to be the initial interpreter of the technical requirements of the Contract Documents. Either party to the Contract may make written request to the Owner's Representative for interpretations necessary for the proper execution or progress of the Work. The Owner's Representative shall refer such written requests to the Design Consultant, who will render such interpretations. Where the Contractor has requested an interpretation from the Owner's Representative, or been notified by the Owner's Representative that such interpretation has been requested by the Owner, any work done before receipt of such interpretations, if not in accordance with same, shall be removed and replaced or adjusted as directed by the Owner's Representative without additional compensation to Contractor. 2.3.3 Acceptability of the Work - The Design Consultant has the authority to make a recommendation as to the acceptability of the Work. The Design Consultant has the authority to recommend acceptance regarding the retention of defective work. 2.3.4 Site Observations - The Design Consultant may visit the Site at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the Work and to determine in general if the Work is proceeding in accordance with the Contract Documents. However, the Design Consultant will not be required to make extensive or continuous on -site inspections to check the quality or quantity of the Work. 2.3.5 Submittal - The Contractor shall submit, through the Owner's Representative, all shop drawings, product data and samples for review in accordance with Section 01340, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. Section 00700 - 42 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 I 1 1 1 1 I 1 1 1 1 I 1 1 1 1 I 1 1 The Design Consultant has the authority to review and take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for conformance with the design concept of the Work and the information given in the Contract Documents. 3.0 OWNER 3.1 General The Owner, acting through the Owner's Representative, shall have the authority to act as the sole judge of the Work and materials with respect to both quantity and quality as set forth in the Contract. 3.2 Attention to Work The Owner shall notify the Contractor in writing of the name of the individual designated as the Owner's Representative. 3.3 Inspection In addition to the Owner's Representative, the Owner may employ one or more inspectors to observe the Work and to act in matters of construction under this Contract. An inspector is not authorized to revoke, alter, or waive any requirements of the specifications. The Spector is authorized to call the attention of the Contractor to any failure of the Work or materials to conform to the Contract Documents. Separate and independent from the inspection above, the project may be inspected by Building Officials for code compliance. Such inspectors shall have the authority provided to them by local jurisdiction. 3.4 Owner's Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents, and fails within 48 hours after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, after 48 hours following receipt by the Contractor of an additional written notice and without prejudice to any other remedy make good such deficiencies. The Owner also reserves the right to perform any portion of the work due to an emergency threatening the safety of the Work, public, Owner, and any property or equipment. In either case an appropriate Change Order shall be issued unilaterally deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies and/or for performing such work, including compensation for the Design Consultant's, and Owner's additional services made necessary by such default, neglect, failure or emergency. 3.5 Owner's Right to Use or Occupy The Owner reserves the right, prior to Substantial Completion, to occupy, or use, any completed part or parts of the Work, providing these areas have been approved for Section 00700 - 43 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 occupancy by the Owner. The exercise of this right shall in no way constitute an acceptance of such parts, or any part of the Work, nor shall it in any way affect the dates and times when progress payments shall become due from the Owner to the Contractor or in any way prejudice the Owner's rights in the Contract, or any bonds guaranteeing the same. The Contract shall be deemed completed only when all the Work contracted has been duly and properly performed and accepted by the Owner. Prior to such occupancy or use, the Owner and Contractor shall agree in writing regarding the responsibilities assigned to each of them for payments, security, maintenance, heat, utilities, damage to the Work, insurance, the period for correction of the Work, and the commencement of warranties required by the Contract Documents. The part or parts of the Work, if any, which the Owner anticipates the use or occupancy of prior to Completion are noted in Paragraph 01110-3.0 OCCUPANCY REQUIREMENTS. Failure to include a part of the Work in the above section, shall not limit the Owner's right to use or occupy parts of the Work not listed. 3.6 Owner's Right to Perform Work and to Award Separate Contracts The Owner reserves the right to perform the work related to the Project with the Owner's own forces, and to award separate Contracts in connection with the Project or other work on the Site under these or similar Conditions of the Contract. 4.0 CONTRACTOR 4.1 Office The Contractor's office at the Project Site is hereby designated as the legal address of the Contractor for the receipt of documents, samples, notices, letters, and other articles of communication. 4.2 Contractor's Representative The Contractor shall notify the Owner in writing of the name of the person who will act as the Contractor's representative and shall have the authority to act in matters relating to this Contract. The Contractor, acting through its representative, shall give personal attention to, and shall manage the Work, so that it shall be prosecuted faithfully. The Contractor's representative shall be an employee of the Contractor. Upon written request of the Contractor, the Owner may waive this requirement. The Owner's waiver, if granted, will be in writing. There is no obligation by the Owner to waive this provision regardless of the effect on the Contractor's operations. At all times during the progress of the Work, the Contractor's representative shall be personally present at the Project site, or a designated alternate shall be at the Project site who has the authority to act in matters relating to the Contract. The Contractor's representative or designated alternate shall have the authority to carry out the provisions of the Contract and to supply materials, equipment, tools, and labor without delay for the performance of the Work. If neither the Contractor's representative or a designated alternate is at the Project site, the Owner acting through the Owner's Representative shall have the authority as provided in Paragraph 00700-6.6, Temporary Suspension of Work, to suspend the work until such a representative is at the Project site. Section 00700 - 44 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 1 1 1 1 1 1 I I 1 I I I I I I I I I I I I I I I I Before initial work is begun on the Contract, the Contractor shall file with the Owner's Representative, addresses and telephone numbers where the Contractor's and all subcontractors' representatives can be reached during all hours, including nights and weekends when work is not in progress. 4.3 Construction Procedures The Contractor will supervise and direct the work. The Contractor has the authority to determine the means, methods, techniques, sequences, and procedures of construction, except in those instances where the Owner, to define the quality of an item of work, specifies in the Contract, a means, method, technique, sequence, or procedure for construction of that item of Work. 4.4 Contractor's Employees The Contractor shall be responsible for the adequacy, efficiency, and sufficiency of its employees. Workers shall have sufficient knowledge, skill, and experience to perform properly the work assigned to them. The Contractor shall employ only competent, skillful workers to perform the Work. If any subcontractor or person employed by the Contractor or its subcontractors, appear to the Owner's Representative to be incompetent or act in a disorderly or improper manner, such person or subcontractor shall be discharged from the site immediately by the Contractor upon written direction of the Owner's Representative, and such person shall not again be employed on the Project. 4.5 Subcontractors Subcontractors will not be recognized as having a direct relationship with the Owner. The persons engaged in the Work, including employees of subcontractors and suppliers, will be considered employees of the Contractor. The Contractor will be responsible for their work and their work shall be subject to the provisions of the Contract. The Contractor is as fully responsible to the Owner for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by them as the Contractor is for the acts and omissions of persons directly employed by the Contractor. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. References in the Contract Document to actions required of subcontractors, manufacturers, suppliers, or any party other than the Contractor, the Owner, the Owner's Representative, or the Design Consultant shall be interpreted as requiring that the Contractor shall require such subcontractor, manufacturer, supplier, utility company, or party to perform the specified action, unless the Contract Documents specifically state that the Work is not included in the Contract. The Contractor shall not employ any subcontractors that are not properly licensed in accordance with State law. Prior to commencement of any work by a subcontractor, the Contractor shall submit verification to the Owner's Representative that each subcontractor is properly licensed for the work it will perform. Changes to subcontractors listed in the Bid shall be made only with the approval of the Owner. 4.6 Contractor's Equipment and Facilities The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such Section 00700 - 45 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 equipment and facilities shall meet all requirements of applicable ordinances and laws. 4.7 Public Safety and Convenience The Contractor shall conduct its work so as to insure the least possible obstruction to traffic and inconvenience to the general public and the residents in the vicinity of the Work and to insure the protection of persons and property at no extra cost to the Owner. The Contractor shall have under construction no greater length or amount of work than it can prosecute properly with due regard to the rights of the public. 4.8 Owner -Contractor Coordination 4.8.1 Service of Notice - Notice, order, direction, request, or other communication given by the Owner's Representative or Owner to the Contractor shall be deemed to be well and sufficiently given to the Contractor if delivered to the Contractor's Representative designated in Paragraph 007004.2, Contractor's Representative, to the Contractor's office designated in Paragraph 00700-4.1, Office or to the Contractor's address provided in the Bid Proposal. 4,8.2 Suggestions to Contractor - Plans or methods of work suggested by the Owner, the Owner's Representative, or the Design Consultant to the Contractor, but not specified or required, if adopted or followed by the Contractor in whole or in part, shall be used at the risk and responsibility of the Contractor. The Owner, and Owner's Representative, or the Design Consultant assume no responsibility therefore, and in no way will be held liable for any defects in the Work which may result from or be caused by use of such plan or method of work. 4.8.3 Cooperation - The Contractor shall afford the Owner, the Owner's Representative and separate contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall connect and coordinate the Work with theirs as required by the Contract Documents. If any part of the Contractor's Work depends for proper execution or results upon the work of the Owner or any separate contractor, the Contractor shall, prior to proceeding with the Work, promptly report to the Owner's Representative any apparent discrepancies or defects in such other work that render it unsuitable for such proper execution and results. Failure of the Contractor to so report shall constitute an acceptance of the Owner's or separate contractor's work as fit and proper to receive the Work, except as to latent defects which subsequently become apparent in such work by others. If requested by the Contractor, the Owner shall arrange meetings with other contractors performing work on behalf of the Owner to plan coordination of construction activities. The Owner shall keep the Contractor informed of the planned activities of other contractors. Differences and conflicts arising between the Contractor and other contractors employed by the Owner or between the Contractor and the workers of the Owner with regard to their work, shall be submitted to the Owner for its decision in the matter. If such separate contractor sues the Owner on account of any delay or damage alleged to have been caused by the Contractor, the Owner shall notify the Contractor who shall, at the Owner's election, defend such proceedings at the Contractor's expense. If any judgment or award against the Owner arises from any Section 00700 - 46 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I 1 I I I I 1 V I 1 t 1 such litigation whether defended by Owner or by Contractor, the Contractor shall pay or satisfy said judgment or award and shall reimburse the Owner for all attorney's fees and court costs which the Owner has incurred or for which it is liable. 4.9 Permits Unless specifically stated to be provided by the Owner, Contractor shall apply for, obtain, and comply with all the terms, conditions and requirements attached to all permits, bonds and licenses required by local, state, or federal agencies to perform work, construct, erect, test and start up of any equipment or facility for this Contract. Where operating permits are required, the Contractor shall apply for and obtain such operating permits in the name of the Owner and provide the permit in an appropriate frame or fileholder when the Owner accepts substantial completion of the equipment or facility. The Contractor shall give all notices necessary or incidental to the due and lawful prosecution of the work. I I My permits, bonds, licenses and fees therefore required for the performance of work under this Contract and not specifically mentioned herein as having been obtained and paid by the Owner shall be included in the Contractor's bid price. The Contractor shall apply for and obtain in its name the necessary building, plumbing and electrical permits and shall be responsible for satisfying all code requirements, calling for inspections, and obtaining final approvals. The Owner's Representative will coordinate code inspections. The Contractor shall comply with all construction conditions stipulated in the permits. The Contractor shall include in its bid the fees for any permits required. The Contractor shall apply for and obtain all safety permits for excavations, tunneling, trenches, construction (building structure, scaffolding, or falsework) and demolition required by CAL/OSHA including but not limited to, the permits required by Labor Code Section 6500. 4.10 Contractor's Responsibility for the Work and Materials Until acceptance of the Work, the Contractor shall have the charge and care of the Work and of the materials to be used therein and shall bear the risk of injury, loss, or damage, to any part thereof (regardless of whether partial payments have been made on such damaged portions of the Work) by the action of the elements or from any other cause, whether or not arising from the non -execution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries, losses, or damages to any portion of the Work or the materials occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries, losses, or damages as are directly and proximately caused by acts of the Owner. 4.11 Laws to be Observed The Contractor shall keep fully informed of all existing and future County, State, and National laws and regulations and all municipal ordinances and regulations of the Owner which in any manner affect those engaged or employed in the Work and of all such orders and decrees of bodies having any jurisdiction or authority over the same; and shall protect and indemnify the Owner and all of its officers, agents, and servants against any claim or liability arising from or based on the violation of any such laws, ordinances, regulations, orders, or decrees whether by the Contractor or its Section 00700 - 47 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications or Contract for the Work in relation to any such law, ordinance, regulations, order or decree, the Contractor shall immediately report the same to the Owner's Representative in writing. 4.11.1 Prevailing Wage - In accordance with Section 1770 of the Labor Code, the Owner has ascertained and does hereby specify that the prevailing wage rates shall be those provided in Article 00200-22.0 WAGE RATES. The said rates shall include all employer payments that are required by Section 1773.1 of the Labor Code. The Owner will furnish to the Contractor, upon request, a copy of such prevailing rates. It shall be the duty of the Contractor to post a copy of such prevailing wages at the job site. For each worker paid less than the stipulated rate in the execution of the Contract by the Contractor, or any subcontractor under the Contractor, in violation of the provisions of the Labor Code, and in particular, Section 1770 to Section 1780, inclusive, the Contractor shall be subject to the provisions and penalties of Section 1775 of the Labor Code. In addition to said penalty, and pursuant to said Section 1775, the difference between such stipulated prevailing wage rates and the amounts paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the stipulated prevailing rate shall be paid to each worker by the Contractor. The wage rates set forth are the minimum that maybe paid by the Contractor. Nothing herein contained shall be construed as preventing the Contractor from paying more than the minimum set forth. No extra compensation whatever shall be allowed by the Owner due to the inability of the Contractor to hire labor at the minimum rate nor for any necessity for payment by the Contractor for subsistence, travel time, overtime, or other added compensation, all of which possibilities are elements to be considered and ascertained to the Contractor's own satisfaction in preparing the bid. If it becomes necessary to employ a craft other than those listed, the Contractor shall notify the Owner immediately and the Owner will obtain the additional prevailing rate from the Director of the Department of Industrial Relations and the rate thus determined shall be applicable as a minimum at the time of initial employment. The Contractor shall pay travel and subsistence payments to workers needed to execute the work as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed with the Department of Industrial Relations pursuant to Labor Code Section 1773.8. 4.11.2 Certified Payrolls - In accordance with Section 1776 of the Labor Code, each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, 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 him or her in connection with the project. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: Section 00700 - 48 East Third Avenue Landfill Closure Phase 11 ! Seal Point Park Project No. 460531 I I I I I I 1 1 I I I I 1 I a. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. b. A certified copy of all payroll records shall be made available for inspection or furnished upon request to a representative of the Owner, the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. c. A certified copy of all payroll records shall be made available upon request by the public in accordance with Section 1776 of the Labor Code. 4.11.3 Overtime Requirements - The Contractor shall forfeit, as a penalty to the Owner, the penalty as provided in Section 1813 of the Labor Code for each worker employed in the execution of the Contract by the Contractor, or any subcontractor under the Contractor, for each day during which such worker is required or permitted to work more than eight (8) hours in any one dayandforty (40) hours in any one week, in violation of the provisions of the Labor Code, and in particular, Section 1810 to Section 1815 thereof, inclusive, except that work performed by employees of Contractors in excess of eight (8) hours a day and forty (40) hours during one week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day, at not less than one and a half (12) times the basic rate of pay as provided for in Section 1815 of the Labor Code. 4.11.4 Apprentice and Trainee - Attention is directed to the provisions in Section 1777.5 of the Labor Code and in accordance with the regulations of the California Apprenticeship Council concerning the employment of apprentices by the Contractor or any subcontractor under the Contractor. Section 1777.5 requires the Contractor or subcontractors employing trades persons in any apprenticeable occupation to apply to the joint apprenticeship committee nearest the site of the project which administers the apprenticeship program in that trade for a certificate of approval. The Contractor and subcontractors are required to submit contract award information to the applicable joint apprenticeship committee. As provided for in Section 1777.5 of the Labor Code, the Contractor is required to make contributions to funds established for the administration of apprenticeship programs. It shall be the responsibility of the Contractor to abide by the provisions of Section 1777.5 of the Labor Code and to require all subcontractors employed by or contracting with the Contractor to abide by said provisions. The Contractor shall furnish the Owner any and all evidence of compliance with this code section when requested by the Owner. For failure to comply with Section 1777.5 of the Labor Code, the Contractor shall be subject to the penalties in Section 1777.7 of the Labor Code. 4.11.5 Workers' Compensation Insurance - The Contractor is required to secure the payment of compensation to its employees in accordance with the provisions of Sections 1860 and 3700 of the Labor Code and Paragraph 00820-2.4, Workers' Compensation Insurance. Section 00700 - 49 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 4.12 Safe 4.12.1 Contractor's Safety Responsibility - The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the California Occupational Safety and Health Act, and all other applicable Federal, State, County, and local laws, ordinances, codes, the requirements set forth below, and any regulations that may be detailed in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirement shall be followed. No provision of the Contract Documents shall act to make the Owner, the Owner's Representative or any other party than the Contractor responsible for safety. The Owner's Representative shall not have authority for safety on the project. The Contractor shall indemnify, defend and hold harmless the Owner, Owner's Representative, or other authorized representatives of the Owner, from and against any and all actions, damages, fines, suits, and losses arising from the Contractor's failure to meet all safety requirements and/or provide a safe work site. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner's Representative and the Owner. In addition, the Contractor must promptly report in writing to the Owner's Representative all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the Site, giving full details and statements of witnesses. The Contractor shall make all reports as are, or may be, required by any authority having jurisdiction, and permit all safety inspections of the work being performed under this Contract. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Owner's Representative, giving full details of the claim. 4.12.2 Safety Program - The Contractor shall establish, implement, and maintain a written injury prevention program as required by Labor Code Section 6401.7. Before beginning the Work the Contractor shall prepare and submit to the Owner's Representative a Contractor Safety Program that provides for the implementation of all of the Contractor's safety responsibilities in connection with the Work at the site and the coordination of that program and its associated procedures and precautions with safety programs, precautions and procedures of each of its subcontractors and other prime Contractors performing work at the site. The Contractor shall be solely responsible for initiating, maintaining, monitoring, coordinating, and supervising all safety program, precautions, and procedures in connection with the Work and for coordinating its programs, precautions, and procedures of the other prime contractors and subcontractors performing the Work at the site. The Safety Program should contain all the necessary elements for the Contractor to administer its program on site. At a minimum, this written Safety Program shall address the elements required by Labor Code Section 6401.7. The program shall also address the following: A. Compliance with Laws, Rules, and Regulations Section 00700 - 50 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 ,1 I 7 Y 1 I 1 I 1 I I 1 1 I I I i r I I I I i I 1 I I B. Infractions of Safety Rules 1. Reported to Contractor's designated Safety Supervisor 2. Time correction 3. Contractor to enforce safety requirements on its subcontractors 4. Noncomplying employees to be removed from the Project C. Housekeeping 1. Continuous cleaning required 2, Final clean up required D. Means of Implementing the Program 1. All new employees to receive training on the Contractor's Safety Program prior to starting work. 2. Periodic tool box meetings with agenda recorded 3. Documented safety inspections by Safety Supervisor 4. Establish emergency procedures and telephone numbers including the procedure for the immediate removal to a hospital or a doctor's care of persons who may be injured on the jobsite. The Contractor shall maintain at its office or other well-known place at the Site safety equipment applicable to the Work as prescribed by the aforementioned authorities, and all items necessary for giving first aid to the injured. 5. Project bulletin board with required policies 6. At least two employees on each shift should have First Aid training and maintain a current First Aid card issued by an agency such as the American Red Cross. 7. Completion of a job hazard analysis for specific construction activities. 8. Establish a hazard communication program for informing the Contractor's and subcontractor's personnel, Owner's Representative, Owner, and other affected parties of specific hazards on the project. E. Define the duties and responsibilities of Contractor management personnel for safety. 1. Project Manager 2. General Superintendent 3. Foreman 4. Safety Supervisor F. Accident Investigation 1. Investigate all accidents and near misses. 2. Develop steps to prevent a reoccurrence. 3. Completion of all reporting paperwork. The Contractor's compliance with requirements for safety and/or the Owner's Representative's review of the Contractor's Safety Program- shall not relieve or decrease the liability of the Contractor for safety. The Owner's Representative's review of the Contractor's Safety Program is only to determine if the above listed elements are included in the program. 4.12.3 Safety Supervisor - The Contractor shall appoint an employee as safety supervisor who is qualified and authorized to supervise and enforce compliance withtheSafety Program. The Contractor shall notify the Owner's Representative in writing prior to the commencement of work of the name of the person who will act as the Contractor's safety supervisor and furnish the safety supervisor's resume to the Owner's Representative. Section 00700 - 51 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 The Contractor will, through and with his Safety Supervisor, ensure that all of its employees and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. The Owner shall have the authority to require removal of the Contractor's Safety Supervisor if the representative is judged to be improperly or inadequately performing the duties; however, this authority shall not in any way affect the Contractor's sole responsibility for performing this work safely, nor shall it impose any obligation upon the Owner to ensure the Contractor perform its work safely. 4.12.4 Safety Coordination Meetings - The Contractor and its affected subcontractors shall attend safety coordination meetings with the Owner's Representative and any other affected parties. The meeting shall be held at least monthly and prior to the start of new construction activities. Construction activities will be reviewed prior to the start of work in the various areas to determine potential hazards. The Contractor will be responsible for preparing job hazard analyses to breakdown the activities to be performed in a step-by-step procedure and provide safety guidelines for each step and any special equipment necessary to protect workers. The Contractor will act as facilitator for the meeting. The Owner's Representative will participate in the Safety coordination meetings but will not direct the Contractor on how to perform its safety operations. 4.12.5 Safety and Protection - The Contractor shall take all necessary protection to prevent damage, injury, and loss to: • All employees on the Project, employees of all subcontractors, and other persons and organizations who may be affected thereby; • All the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and • Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of construction. The Contractor shall comply with all applicable laws and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and of underground facilities and utility owners when prosecution of the Work may affect them and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, any subcontractor, supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the Contractor. 4.12.6 Excavation Safety - In accordance with the provisions of Section 6705 of the Labor Code, the Contractor shall submit, in advance of excavation five feet or more in depth, detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from hazard of caving ground during such excavation. If such plans vary from the shoring system standards set forth in Section 00700 - 52 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I I I I 1 I 1 I 1 r I I I I I I I l 1 1 r I the Construction Safety Orders in Title 8, California Code of Regulations, the plans shall be prepared and signed by a registered civil or structural engineer. Shoring, bracing, sloping, or other protective system shall not be less effective than required by the California Construction Safety Orders. The Owner's review of the Contractor's excavation plan is only for general conformance to the California Construction Safety Orders. Prior to commencing any excavation, the Contractor shall designate in writing to the Owner's Representative the "competent person(s)" with the authority and responsibilities designated in the Construction Safety Orders. 4.12.7 Safety Emergencies - In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, the Contractor, without special instruction or authorization from the Owner's Representative, is obligated to act to prevent threatened damage, injury or loss. The Contractor shall give the Owner's Representative prompt written notice if the Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. 4.12.8 Safety Violations - Should the Contractor fail to correct an unsafe condition, the Owner's Representative shall immediately notify the Owner of the Contractor's failure to correct the unsafe condition. The Owner shall then notify the Contractor through the Owner's Representative that the unsafe condition must be corrected or the work in question will be stopped in accordance with Section 00700-6.6.1, Temporary Suspension of Work until the condition is corrected to the satisfaction of the Owner. No extension of time or additional compensation will be granted as a result of any stop order so issued. The notification and suspension of such work or the failure to provide such notification and suspension by the Owner's Representative and Owner shall not relieve the Contractor of its sole responsibility and liability for safety. The Owner shall have the authority to require the removal from the project of the foreman and/or superintendent in responsible charge of the work where safety violations occur. 4.12.9 Equipment Safety Provisions - The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar, ordinary safety items, required by the State and Federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work, including Owner - selected equipment, subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. All equipment furnished shall be grounded and provided guards and protection as required by safety codes. Where vapor -tight or explosion -proof electrical installation is required by safety codes, this shall be provided. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. The Contractor shall notify all equipment suppliers and subcontractors of the provisions of this paragraph. 5.0 CONTROL OF WORK AND MATERIALS 5.1 Means and Methods It is expressly stipulated that the drawings, specifications and other Contract Documents set forth the requirements as to the nature of the completed Work and do Section 00700 - 53 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 not purport to control the method of performing work except in those instances where the nature of the completed Work is dependent on the method of performance. Except as provided elsewhere in the Contract Documents, neither the Owner, Design Consultant nor the Owner's Representative will be responsible for or have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work. Except as provided elsewhere in the Contract Documents, neither the Owner, Design Consultant nor the Owner's Representative will be responsible for or have control or charge over the acts or omissions of the Contractor, or any of their subcontractors, agents or employees, or any other persons performing any of the Work. Any general control of the Work exercised by the Owner or its authorized representatives shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons and/or to public or private property arising from the Contractor's execution of the Work shall not be lessened because of such general control. Neither the inspection by the Owner, Design Consultant, or Owner's Representative, nor any order, measurement, approved modification, or payment of monies, nor acceptance of any part or whole of the Work by the Owner, Design Consultants, Owner's Representative, or their agents shall operate as a waiver of any provision of the Contract. Acceptance by the Owner's Representative, Owner and/or Design Consultant of any drawings, or any information regarding materials and equipment the Contractor proposes to furnish or method of work shall not be regarded as an assumption of risks or liability by the Owner's Representative, Design Consultant, or the Owner, or any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Such acceptance shall be considered to mean merely that the Owner's Representative, Owner, and/or Design Consultant has no objection to the Contractor using, upon its own full responsibility, the plan or method of work proposed, or furnishing the materials and equipment proposed. 5.2 Owner -Furnished Materials Materials, if furnished by the Owner, will be made available as designated in the General Requirements. The cost of loading, unloading, hauling and handling, and placing Owner -furnished materials shall be considered as included in the price bid for the Contract item involving such Owner -furnished material. Contractor shall inspect and assure itself of the amount and soundness of such materials. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. Owner -furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor will be liable to the Owner for the cost of replacing Owner -furnished material and such costs may be deducted from any monies due or to become due the Contractor. 5.3 Defective and Unauthorized Work Materials and workmanship not conforming to the requirements of the Contract Documents shall be considered defective and will be subject to rejection. Defective Section 00700 - 54 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I r 1 I I 1 I 1 I I i U 1 1 I r 1 work or material, whether in place or not, shall be removed immediately from the Site by the Contractor, at its expense, when so directed by the Owner's Representative. Any work done beyond the limits of work, lines, and grades shown on any approved plans or established by the Owner's Representative, or any extra work done without written authority, will be considered as unauthorized and will not be paid for. Upon failure on the part of the Contractor to comply with any order of the Owner's Representative made under the provisions of this paragraph, the Owner's Representative shall have authority to cause defective work to be remedied, or removed and replaced, and unauthorized work to be removed, and to deduct the costs thereof from any monies due or to become due the Contractor. The time, cost and compliance requirements stipulated in Paragraph 00700-3.4, Owner's Right to Carry Out the Work shall apply for this paragraph also. 5.4 Unnoticed Defects Any defective work or material that may be discovered by the Owner, Owner's Representative, or Design Consultant before the final acceptance of the Work, or before final payment has been made, or during the warranty period, shall be removed and replaced by work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Owner, Owner's Representative, or Design Consultant to reject bad or inferior work or materials shall not be construed to imply acceptance of such work or materials. 5.5 Right to Retain Imperfect Work If any part or portion of the work performed or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such work but shall make such deductions in the final payment therefore as may be just and reasonable. 6.0 PROGRESS OF THE WORK 6.1 Beginning of Work The Contractor shall begin work within ten (10) days of the effective date of the Notice to Proceed and shall diligently prosecute the same to completion within the time limit. Should the Contractor begin work in advance of receiving Notice to Proceed, any work performed in advance of the said date of approval shall be considered as having been done by the Contractor at its own risk and as a volunteer. 6.2 Time of Completion Time shall be of the essence of the Contract. The Contractor shall prosecute the work so that the various portions of the project shall be complete and ready for use Section 00700 - 55 East Third Avenue Landfill Closure Phase II ! Seal Point Park Project No. 460531 within the time specified in Paragraph 00810-2.0 TIME ALLOWED FOR COMPLETION. It is expressly understood and agreed by and between the Contractor and the Owner that the Contract time for completion of the work described herein is a reasonable time taking into consideration the average climatic and economic conditions and other factors prevailing in the locality and the nature of the work. 6.3 Delays 6.3.1 Notice of Delays - When the Contractor foresees a delay in the prosecution of the Work and, in any event, immediately upon the occurrence of a delay, the Contractor shall notify the Owner's Representative in writing of the probability of the occurrence and the estimated extent of the delay, and its cause. The Contractor shall take immediate steps to prevent, if possible the occurrence or continuance of the delay. The Contractor agrees that no claim shall be made for delays which are not called to the attention of the Owner's Representative at the time of theft occurrence. 6.3.2 Non -excusable Delays - Non -excusable delays in the prosecution of the Work shall include, but not limited to, delays which could have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or its subcontractors, at any tier level, or suppliers. 6.3.3 Excusable Delays - Excusable delays in the prosecution or completion of the Work shall include delays which result from causes beyond the control of the Contractor and Owner and which could not have been avoided by the exercise of care, prudence, foresight, and diligence on the part of the Contractor or its subcontractors, at any tier level, or suppliers. 6.3.3.1 Abnormal Delays - Delays caused by acts of god, fire, unusual storms, floods, tidal waves, earthquakes, strikes, labor disputes, freight embargoes, and shortages of materials shall be considered as excusable delays insofar as they prevent the Contractor from proceeding with at least seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item(s) on the latest favorably reviewed progress schedule. 6.3.3.2 Weather Delays - Should inclement weather conditions or the conditions resulting from weather prevent the Contractor from proceeding with seventy-five (75) percent of the normal labor and equipment force engaged in the current critical activity item for a period of at least five (5) hours per day toward completion of such operation or operations, and the crew is dismissed as a result thereof, it shall be a weather delay day. The Contractor may be granted a time extension pursuant to Paragraph 00700- 6.4.2.c, Weather Delays. 6.3.3.3 Material Shortages - Upon the submission of satisfactory proof to the Owner's Representative by the Contractor, shortages of material will be acceptable as grounds for granting a time extension. In order that such proof may be satisfactory and acceptable to the Owner's Representative, it must be demonstrated by the Contractor that the Contractor has made every effort to obtain such materials from all known sources within reasonable reach of the proposed Work. Only the physical shortage of material, caused by unusual circumstances, will be considered under these provisions as a cause for extension of time, and no consideration will be given to any claim that material could not be obtained at a reasonable, practical, or economical cost or price, unless it is shown to the satisfaction of the Owner's Representative that Section 00700 - 56 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 a 1 1 r I I I I a I I 1 such material could have been obtained only at exorbitant prices entirely out of line with current rates, taking into account the quantities involved and usual practices in obtaining such quantities. A time extension for shortage of material will not be considered for material ordered or delivered late or whose availability is affected by virtue of the mishandling of procurement. The above provisions apply equally to equipment to be installed in the work. 6.3.4 Compensable Delays - Compensable delays in the prosecution or completion of the Work shall include delays that occur through no fault of the Contractor and prevent the Contractor from proceeding with at least seventy-five (75) percent of the normal labor and equipment force for at least five (5) hours per day toward completion of the current critical activity item(s) on the latest favorably reviewed progress schedule due to the following cause(s): a. Delays due solely to the actions and/or inactions of the Owner. b. Delays due to differing site conditions as defined in Paragraph 00700-7.2, Differing Site Conditions. c. Delays due to other Contractors employed by the Owner who interfere with the Contractor's prosecution of the Work as defmed above. 1 I I I I I t I 6.3.5 Concurrent Delays - Concurrent delays are those delay periods when the prosecution of the Work is delayed during the same period of time due to causes from a combination of the delays defined in Paragraphs 00700-6.3.2, Non - Excusable Delays, 00700-6.3.3, Excusable Delays, or 00700-6.3.4, Compensable Delays. During such concurrent delay periods, time extensions will be granted in accordance with Paragraph 00700-6.4, Time Extensions; however, the Contractor shall not be compensated for its overhead costs as defined in Paragraph 00700-6.4.3, Indirect Overhead, and the Owner shall not assess it's actual costs as defined in Paragraph 00700-6.4.1, Non -excusable Delays. 6.4 Time Extensions 6.4.1 Non -excusable Delays - The Owner may grant an extension of time for non - excusable delays if the Owner deems it is in its best interest. If the Owner grants an extension of time for non -excusable delays, the Contractor agrees to pay the Owner's actual costs, including charges for engineering, inspection and administration incurred during the extension. 6.4.2 Excusable or Compensable Delays - If the Contractor is delayed in the performance of its work as defmed in Paragraphs 00700-6.3.3, Excusable Delays, or 00700-6.3.4, Compensable Delays, then the Contract completion date may be extended by the Owner for such time that, in the Owner's and Owner's Representative's determination, the Contractor's completion date will be delayed, provided that the Contractor strictly fulfills the following: a. The Contractor shall provide notification, in accordance with Paragraph 00700-6.3.1, Notice of Delays, and submit in writing a request for an. extension of time to the Owner's Representative stating at a minimum the probable cause of the delay and the number of days being requested: The time extension request shall be submitted in accordance with the requirements of Paragraph 01313-6.0, TIME IMPACT ANALYSES. Section 00700 - 57 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 b. If requested by the Owner's Representative, the Contractor shall promptly provide sufficient information to the Owner's Representative to assess the cause or effect of the alleged delay, or to determine if other concurrent delays affected the work. c. Weather Delays. The Contractor will be granted a non-compensable time extension for weather caused delays, pursuant to Paragraph 00700-6.3.3.2, Weather Delays, over and above an allowance as provided for in Paragraph 00810-4.0 WEATHER DELAYS. No time extensions for weather delays will be granted until the total number of weather days exceeds this allowance. Should the Contractor fail to fulfill any of the foregoing, which are conditions precedent to the right to receive a time extension, the Contractor waives the right to receive a time extension. During such extension of time, neither extra compensation for engineering, inspection and administration nor damages for delay will be charged to the Contractor. It is understood and agreed by the Contractor and Owner that time extensions due to excusable or compensable delays will be granted only if such delays involve controlling operations which would prevent completion of the whole Work within the specified Contract time. Should the Contractor fail to complete the work within the time specified in the contract, as extended in accordance with this clause if appropriate, the Contractor shall pay to the Owner liquidated damages in accordance with Paragraph 00700-6.5, Liquidated Damages. 6.4.3 Indirect Overhead - The Contractor shall be reimbursed for indirect overhead expenses for periods of time when the Work is delayed as defined in Paragraph 00700-6.3.4, Compensable Delays. However, no reimbursement for indirect overhead shall be made for compensable delays which occur during a concurrent delay as defined in Paragraph 00700-6.3.5, Concurrent Delays. No reimbursement for indirect overhead as covered in this section shall be made for any time extensions granted for Contract change orders as provided in Section 01035 MODIFICATION PROCEDURES. As a condition precedent to any reimbursement, the Contractor must fulfill all conditions as provided in Paragraph 00700-6.4.2, Excusable or Compensable Delays. No additional markup for overhead or profit shall be provided for such indirect overhead expenses. Payment to the Contractor for indirect overhead expenses will be made only if the extended Contract period granted for the compensable delay(s) is required to complete the work following the depletion of the original contract period and any time extensions granted other than compensable time extensions. 6.4.3.1 Indirect Field Overhead - For those allowable delay periods as defined in Paragraph 00700-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its indirect field overhead based on: a. Invoices for all field office equipment. b. Actual salary for field office staff. c. Fair rental values acceptable to the Owner's Representative as described in Paragraph 01035-3.0 Force Account Payment for construction equipment idled due to the delay. Section 00700 - 58 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No.460531 I I I I I 1 I I I I I ,I. I I I I I I 1 I I I 1 I I I I I r I I I I 1 I 1 I 6.4.3.2 Indirect Home Office Overhead - For those allowable delay periods as defined in Paragraph 00700-6.4.3, Indirect Overhead, the Contractor shall be reimbursed for its home office overhead based on the following formula: Contract Bid Price ($) x (0.03) = Daily Home Office Overhead ($/Day) Contract Period (Days) As it is impractical to determine the actual home office overhead, such reimbursement shall be mutually agreed between the Owner and Contractor to encompass full payment for any home office overhead expenses for such periods of time for the Contractor and all subcontractors. The Contractor agrees to indemnify, defend and hold the Owner harmless for any indirect overhead claims from its subcontractors. 6.5 Liquidated Damages It is agreed by the parties to the Contract that time is of the essence in the completion of this Work, and that in case all the Work called for under the Contract is not completed before or upon the expiration of the time limit as set forth in these Contract Documents, as modified by extensions of time granted by the Owner, damage will be sustained by the Owner. As it is impracticable to determine the actual delay damage; it is, therefore, agreed that the Contractor shall pay liquidated damages to the Owner in the amount set forth in Paragraph 00810-3.0, DAMAGES FOR DELAYS per day for each and every day's delay beyond the time prescribed to complete the Work. The Contractor agrees to pay such liquidated damages and in case the same are not paid, agrees that the Owner may deduct- the amount thereof from any monies due or that may become due the Contractor under the Contract. 6.6 Temporary Suspension of Work 6.6.1 If the Contractor fails to correct defective work as required by Paragraph 00700-5.3, Defective and Unauthorized Work, or fails to carry out the Work in accordance with the Contract Documents or any other applicable rules and regulations, the Owner, by a written order of the Owner's representative or signed personally by an agent specifically so empowered by the Owner, in writing, may order the Contractor to stop the work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the Owner to stop the Work shall not give rise to any duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity. All delays in the Work occasioned by such stoppage shall not relieve the Contractor of any duty to perform the Work or serve to extend the time for its completion. Any and all necessary corrective work done in order to comply with the Contract Documents shall be performed at no cost to the Owner. 6.6.2 In the event that a suspension of Work is ordered, as provided in this paragraph, the Contractor, at its expense, shall perform all work necessary to provide a safe, smooth, and unobstructed passageway through construction for use by public, pedestrian, and vehicular traffic, during the period of such use by suspension. Should the Contractor fail to perform the Work as specified, the Owner may perform such work and the cost thereof may be deducted from monies due the Contractor under the Contract. Section 00700 - 59 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 6.6.3 The Owner shall also have authority to suspend the Work wholly or in part, for such period as the Owner may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the Work. Such temporary suspension of the Work will be considered justification for time extensions to the Contract in an amount equal to the period of such suspension if such suspended work includes the current critical activity on the latest favorably reviewed progress schedule. The Contractor as directed by the Owner shall provide the provisions as stipulated in Paragraph 00700-6.6.2 above. Such additional work shall be compensated as provided for in Section 00700-7.0 CHANGES IN THE WORK. 6.7 Termination of Contract If at any time the Contractor is determined to be in material breach of the Contract, notice thereof in writing will be served upon the Contractor and its sureties, and should the Contractor neglect or refuse to provide means for a satisfactory compliance with the Contract, as directed by the Owner's Representative, within the time specified in such notice, the Owner or the Owner's Representative in such case shall have the authority to terminate the operation of the Contract. Upon such termination, the Contractor shall discontinue the Work, or such parts of it as the Owner may designate. Upon such termination, the Contractor's control shall terminate and thereupon the Owner or its fully authorized representative may take possession of all or any part of the Contractor's materials, tools, equipment, and appliances upon the premises and use the same for the purposes of completing the Work and hire such force and buy or rent such additional machinery, tools, appliances, and equipment, and buy such additional materials and supplies at the Contractor's expense as may be necessary for the proper conduct of the Work and for the completion thereof; or the Owner may employ other parties to carry the Contract to completion, employ the necessary workers, substitute other machinery or materials and purchase the materials contracted for, in such manner as the Owner may deem proper; or the Owner may annul and cancel the Contract and re -let the Work or any part thereof. Any cost arising therefrom over and above the Contract price will be charged against the Contractor and its sureties, who will be liable therefore. In the event of such termination, all monies due the Contractor or retained under the terms of this Contract shall be held by the Owner; however, such holdings will not release the Contractor or its sureties from liability for failure to fulfill the Contract. Any cost over and above the Contract amount incurred by the Owner arising from the termination of the operations of the Contract and the completion of the Work by the Owner as above provided shall be paid for by any available funds held by the Owner. The Contractor will be so credited with any surplus remaining after all just claims for such completion have been paid. In addition to the Owner's rights under this section, if at any time before completion of the work under the Contract, it shall be determined by the Owner that reasons beyond the control of the parties hereto render it impossible or against the interests of the Owner to complete the work, or if the work shall be stopped by an injunction of a court of competent jurisdiction or by order of any competent authority, the Owner may, upon ten (10) days written notice to the Contractor, discontinue the work and terminate the Contract. Upon service of such notice of termination, the Contractor shall discontinue the work in such manner, sequence, and at such times as the Owner's Representative may direct. The Contractor shall have no claim for Section 00700 - 60 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 r 1 1 I I I 'i p I I I I 1 1 I I I I I I I i' i I I i I damages for such discontinuance or termination, nor any claim for anticipated profits on the work thus dispensed with, nor any other claim except for the work actually performed up to the time of discontinuance, including any extra work ordered by the Owner's Representative to be done, nor for any claim for liquidated damages. 7.0 SCOPE OF WORK- CHANGES IN THE WORK 7.1 Change Orders 7.1.1 Without invalidating the Contract and without notice to sureties or insurers, the Owner through the Owner's Representative, may at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by Field Directive, Field Order, or Change Order. A Change Order will not be issued for a Field Directive unless the Owner's Representative concurs with an appeal by the Contractor that such Field Directive is a change in the scope of the Contract. The Contractor shall comply promptly with the requirements for all Change Orders, Field Orders, or Field Directives. The work involved in Change Orders shall be executed under the applicable conditions and requirements of the Contract Documents. If any Field Order causes an increase or decrease in the Contract Amount or an extension or shortening of the Contract Time, an equitable adjustment will be made by issuing a Change Order. If the Contractor accepts a Change Order that does not include a time extension, the Contractor waives any claim for additional time for the work covered by that Change Order. Additional or extra work performed by the Contractor without written authorization of a Field Order or Change Order will not entitle the Contractor to an increase in the Contract Amount or an extension of the Contract Time. 7.1.2 Extra work shall be that work not shown or detailed on the Contract Drawings and not specified. Such work shall be governed by all applicable provisions of the Contract Documents. In giving instructions, the Owner's Representative shall have authority to make minor changes in the work, not involving extra cost, and not inconsistent with the purposes of the work; but otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless in pursuance of a written order by the Owner through the Owner's Representative, and no claim for an addition to the total amount of the Contract shall be valid unless so ordered. 7.1.3 In case any change increases or decreases the work shown, the Contractor shall be paid for the work actually done at a mutually agreed upon adjustment to the Contract price, based upon the provisions of Section 01250 - MODIFICATION PROCEDURES 7.1.4 If the Contractor refuses to accept a Change Order, the Owner may issue it unilaterally. The Contractor shall comply with the requirements of the Change Order. The Owner shall provide for an equitable adjustment to the Contract, and compensate the Contractor accordingly. If the Contractor does not agree that the adjustment is equitable, it may submit a claim in accordance with Paragraph 00700-7.3.2, Claims. Section 00700 - 61 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 7.2 Differing Site Conditions Pursuant to Public Contract Code Section 7104, the Contractor shall promptly, and before such conditions are disturbed, notify the Owner's Representative in writing, of any: a. 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. b. Subsurface or latent physical conditions at the site differing from those indicated. c. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. The Owner shall promptly, investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work the Owner shall cause to be issued a change order under the procedures provided in Paragraph 00700-7.1 Change Orders. In the event that a dispute arises between the Owner and the Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, 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. The Contractor shall retain any and all rights provided either by Contract or by law which pertain to the resolution of disputes and protests between the contracting parties, Paragraph 00700-7.3 Resolution of Disputes. No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required. 7.3 Resolution of Disputes 7.3.1 Contract Interpretation by the Owner's Representative - Questions regarding the meaning and intent of the Contract Documents shall be referred in writing by the Contractor to the Owner's Representative. Where practical, the Owner's Representative shall respond to the Contractor in writing with a decision within ten (10) days of receipt of the request. 7.3.2 Claims 7.3.2.1 Notice - If the Contractor disagrees with the Owner's Representative's decision in Paragraph 00700-7.3.1, Contract Interpretation by the Owner's Representative, or in any case where the Contractor deems additional compensation or a time extension to the Contract period is due the Contractor for work or materials not covered in the Contract or which the Owner's Representative has not recognized as extra work, the Contractor shall notify the Owner's Representative, in writing, of its intention to make claim. Claims pertaining to decisions provided in Paragraph 00700-7.3.1 or such other determinations by the Owner's Representative shall be Section 00700 - 62 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 p 1 I I I 1 I I I I r 1 1 1 1 filed in writing to the Owner's Representative within five (5) days of receipt of such decision. All other claims notices for extra work shall be filed in writing to the Owner's Representative prior to the commencement of such work. Written notice shall use the words "Notice of Potential Claim". Such Notice of Potential Claim shall state the circumstances and the reasons for the claim, but need not state the amount. Additionally, no claim for additional compensation or extension of time for a delay will be considered unless the provisions of Paragraphs 00700-6.3, Delays, and 6.4, Time Extensions are complied with. No claim filed after the date of fmal payment will be considered. It is agreed that unless notice is properly given, the Contractor shall not recover costs incurred by it as a result of the alleged extra work, changed work or other situation which had proper notice been given would have given rise to a right for additional compensation. The Contractor should understand that timely notice of potential claim is of great importance to the Owner's Representative and Owner, and is not merely a formality. Such notice allows the Owner to consider preventative action, to monitor the Contractor's increased costs resulting from the situation, to marshal facts, and to plan its affairs. Such notice by the Contractor, and the fact that the Owner's Representative has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. 7.3.2.2 Records of Disputed Work - In proceeding with a disputed portion of the Work, the Contractor shall keep accurate records of its costs and shall make available, to the Owner's Representative, a daily summary of the hours and classification of equipment and labor utilized on the disputed work, as well as a summary of any materials or any specialized services which are used. Such information shall be submitted to the Owner's Representative on a monthly basis, receipt of which shall not be construed as an authorization for or acceptance of the disputed work. 7.3.2.3 Submission of Claim Costs. Within 30 days after the last cost of work for which the Contractor contends it is due additional compensation is incurred, but if costs are incurred over a span of more than 30 days, then within 15 days after the thirtieth day and every month thereafter, the Contractor shall submit to the Owner's Representative, as best the Contractor is able, its costs incurred for the claimed matter. Claims shall be made in itemized detail and should the Owner's Representative be dissatisfied with format or detail of presentation, upon request for more or different information, the Contractor will promptly comply, to the satisfaction of the Owner's Representative. If the additional costs are in any respect not knowable with certainty, they shall be estimated as best can be done. In case the claim is found to be just, it shall be allowed and paid for as provided in Section 01035, MODIFICATION PROCEDURES. 7.3.2.4 Claim Meetings. From lime to time the Owner's Representative may call a special meeting to discuss outstanding claims should it deem this of possible help. The Contractor shall cooperate and attend prepared to discuss its claims, making available the personnel necessary for resolution, and all documents which may reasonably be requested by the Owner's Representative. 7.3.3 Resolution of Claims - For all contracts awarded during the effective dates of Public Contract Code Section 20104, where claims cannot be resolved between the parties, claims for three hundred and seventy five thousand dollars ($375,000) or less shall be resolved pursuant to the provisions of that code section. Section 00700 - 63 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Should either party to this Agreement bring legal action against the other, the case shall be handled in the California county where the work is being performed. 7.3.4 Attorney Fees — Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys; trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. 7.3.5 Mediation — Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from the mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a blindfolded process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. 7.3.6 Arbitration — After mediation above, and upon agreement of the parties, any dispute arising out of or relating tot his agreement may be settled by arbitration in accordance with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. 8.0 PAYMENT 8.1 Scone of Payment 8.1.1 General - The Contractor shall accept the compensation, as herein provided, as full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary for completing the Work according to the Contract Documents, and no additional compensation will be allowed therefore. Neither the payment of any partial payment estimate nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material. 8.1.2 Payment for Patents and Patent Infringement - All fees or claims for any patented invention, article, or arrangement that may be used upon, or in, any manner connected with the performance of the work or any part thereof shall be included in the price bid for doing the work, and the Contractor and its sureties shall defend, protect, and hold the Owner, the Owner's Representative, and Design Consultants, Section 00700 - 64 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 I r I I I 1 I r I I 1 i 1 I I I I I I 1 I I I I together with all their officers, agents, and employees harmless against liability of any nature or kind for any and all costs, legal expenses, and damages made for such fees or claims and against any and all suits and claims brought or made by the holder of any invention or patent, or on account of any patented or unpatented invention, process, article, or appliance manufactured for or used in the performance of the Contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract. Before final payment is made on the Contract, the Contractor shall furnish an affidavit to the Owner regarding patent rights for the project. The affidavit shall state that all fees and payments due as a result of the work incorporated into the project or methods utilized during construction have been paid in full. The Contractor shall certify in the affidavit that no other fees or claims exist for work in this project. 8.1.3 Payment of Taxes - The Contractor shall pay and shall assume exclusive liability for all taxes levied or assessed on or in connection with the Contractor's performance of this Contract, including, but not limited to, State and local sales and use taxes, Federal and State payroll taxes or assessments, and excise: taxes, and no separate allowance will be made therefore, and all costs in connection therewith shall be included in the total amount of the Contract price. 8.1.4 Payment for Labor and Materials - The Contractor shall pay and require its subcontractors to pay any and all accounts for labor including worker's compensation premiums, state unemployment and federal social security payments and other wage and salary deductions required by law. The Contractor also shall pay and cause its subcontractors to pay any and all accounts for services, equipment, and materials used by the Contractor and its subcontractors during the performance of work under this Contract. Such accounts shall be paid as they become due and payable. If requested by the Owner, the Contractor shall furnish proof of payment of such accounts to the Owner. 8.2 Partial Payments In consideration of the faithful performance of the work prosecuted in accordance with the provisions of these Specifications and the Contract, the Owner will pay the Contractor for all such work installed on the basis of percentage completion. Amounts earned will be based on accepted Cost Breakdown (Section 01292, MEASUREMENT AND PAYMENT). Payments will be made by the Owner to the Contractor on estimates duly certified and approved by the Owner's Representative, based on the value of equipment installed and tested, labor and materials incorporated into said permanent work by the Contractor during the preceding month, and acceptable materials and equipment on hand (materials and equipment furnished and delivered to the site by the Contractor and not yet incorporated into the work accompanied by an approved invoice). Payments will not be made for temporary construction unless specifically provided for in the Contract Documents. Partial payments will be made monthly based on work accomplished as of a day mutually agreed to by the Owner and the Contractor. The Contractor shall submit its estimate of the work completed during the prior month and the work completed to date in a format corresponding to the accepted cost breakdown. Additionally, the Contractor shall submit a detailed statement of the Contractor's request for payment of acceptable materials and equipment on hand in Section 00700 - 65 East Third Avenue Landfill Closure Phase n / Seal Point Park Project No.460531 compliance with Paragraph 00700-8.3 Partial Payments - Inclusion of Materials on Hand. Upon receipt of Contractor's requests for payment, the Owner shall act in accordance with the following: (a) The Owner's Representative shall review the submitted estimates, as soon as practical after receipt for the purpose of determining that the estimates are a proper request for payment, and shall prepare a certified estimate of the total amount of work done and acceptable materials and equipment on hand. (b) Any request for payment determined not to be a proper shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. A request for payment returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the request for payment is not proper. (c) The number of days available to the Owner to make a payment without incurring interest pursuant to this section shall be reduced by the number of days by which the Owner exceeds the seven (7) day return requirement set forth in subdivision (b) above. If requested, the Contractor shall provide such additional data as may be reasonably required to support the partial payment request. The Owner's Representative will be available to meet to discuss the partial payment request prior to its resubmittal(s). When the Contractor's estimate of amount earned conforms with the Owner's Representative's evaluation, the Owner's Representative will calculate the amount due the Contractor, prepare the progress payment request for signature by the Contractor, and submit the recommended progress payment request for the Owner's approval and processing. Payment will be made by the Owner to the Contractor in accordance with Owner's normal accounts payable procedures; the Owner shall retain amounts in accordance with Paragraph 00700-8.4, Right to Withhold Amounts. No such estimate or payment shall be required to be made, when in the judgment of the Owner's Representative, the Work is not proceeding in accordance with the provisions of the Contract, or when in the Owner's Representative's judgment the total value of the Work done since the last estimate amounts to less than One Thousand Dollars ($1,000.00). Subject to the provisions of this section, the Owner shall pay the Contractor within thirty (30) days after receipt of undisputed and properly submitted requests for payment from the Contractor. In accordance with Public Contract Code Section 20104.50, if the Owner fails to pay an undisputed request for payment within the allotted thirty (30) days, the Owner shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Section 00700 - 66 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I 1 1 1 I l 1 1 1 t p I I 1 I i 1 r r i I I I I I I I i 1 I I I I I 8.3 Partial Payments - Inclusion of Materials on Hand Materials, as used herein, shall be considered to be those items which are fabricated and manufactured goods and equipment. Only those materials for which the Contractor can transfer clear title to the Owner will be qualified for partial payment. The Contractor may request payment of seventy-five (75) percent of the actual net cost of these materials. To receive partial payment for materials and equipment delivered to the Site, but not incorporated in the Work, it shall be necessary for the Contractor to submit to the Owner's Representative a list of such materials, at least seven (7) days prior to submitting the monthly estimate of amount earned for work completed. At the Owner's Representative's sole discretion, the Owner's Representative will approve items for which partial payment is to be made subject to the following: a. Only equipment or materials which have received favorable review of shop drawings will qualify. b. Eligible equipment or materials must be delivered and properly stored, protected, and maintained in a manner favorably reviewed by the Owner's Representative, at the job site or at a bonded warehouse. c. The Contractor's actual net cost for the materials must be supported by paid invoices of suppliers, or other documentation requested by the Owner's Representative. d. Materials or equipment delivered to the Site less than thirty (30) days prior to their scheduled incorporation in the Work shall not qualify. e. Final payment shall be made only for materials actually incorporated in the Work. Upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. f. Partial payments for materials and equipment on hand shall not be deemed to be final payment for the material nor relieve the Contractor of its obligations under the Contract. g. Partial payments for materials and equipment on hand shall be subject to retention in accordance with Paragraph 00700-8.4. Right to Withhold Amounts. 8.4 Right to Withhold Amounts 8.4.1 Retention - The Owner will deduct from each partial payment and retain as part security, ten (10) percent of the amount earned until the final payment. The Owner is entitled to retain ten (10) percent of the Contract Price for 35 days after it records the Notice of Completion. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the Owner to ensure the performance of the Contract, the Contractor, may, at his or her option, choose to substitute securities meeting the requirements of said Section 22300. In the event the Contractor wishes to choose Section 00700 - 67 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 this option, the Contractor shall enter into an escrow agreement with the Owner, and the escrow agent, a qualified bank to be chosen by Owner, in the form of the agreement included in the project specifications. The costs of such escrow shall be paid by the Contractor. The securities to be deposited in said escrow account shall be equivalent, in fair market value, to the amount to be withheld as performance retention. The securities shall be held in accordance with the provisions of Public Contract Code Section 22300, and the implementing agreement. Contractor shall have the obligation of ensuring that such securities deposited are sufficient so as to maintain, in total fair market value, an amount equal to the cash amount of the sums to be withheld under the Contract. If, upon written notice from the Owner, or from the appropriate escrow agent, indicating that the fair market value of the securities has dropped below the dollar amount of monies to be withheld by the Owner to ensure performance, Contractor shall, within five days of the date of such notice, post additional securities as necessary to ensure that the total fair market value of all such securities held by the Owner, or in escrow, is equivalent to the amount of money to be withheld by the Owner under the Contract. Any Contractor wishing to exercise this option shall give notice in writing to Owner, and shall thereafter execute an escrow agreement in the following form: Section 00700 - 68 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 r i I1 I I 11 I I I I I I 1 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into , 2003, by and between; whose address is hereinafter called "Owner", and whose address is hereinafter called "Contractor", and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities which meet the requirements set forth in said Section 22300, with Escrow Agent, as a substitute for retention earnings required to be withheld by Owner pursuant to the Construction Contract entered into between Owner and Contractor for in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the Owner shall make payments of the retention earnings directly to the Escrow Agent. When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within 10 days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities shall be held in the name of Owner, and shall designate the Contractor as the beneficial owner. 2. Owner shall make progress payments to Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the Owner makes payment of retentions earned directly to the Escrow Agent the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this Contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the Owner pays the Escrow Agent directly. Section 00700 - 69 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account, and all expenses of the Owner. These expenses and payment terms shall be determined by the Owner, Contractor, and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The Owner shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute thecash as instructed by the Owner. 8. Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections (4) to (6), inclusive, of this Agreement, and Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: Section 00700 - 70 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I 1 I I 1 e I 1 1 1 I I i 1 I I i I I I On Behalf of Owner: On Behalf of Contractor: Title Title Name Name Signature Signature Address Address On Behalf of Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. OWNER: CONTRACTOR: Title Title Name Name Signature Signature Section 00700 - 71 East Third Avenue Landfill Closure Phase Ill / Seal Point Park Project No. 460531 8.4.2 Other Withholds - In addition to the amount which the Owner may otherwise retain under the Contract, the Owner may withhold a sufficient amount or amounts of any payment or payments otherwise due the Contractor, as in its judgment maybe necessary to cover: a. Payments which may be past due and payable for just claims against the Contractor or any subcontractor for labor or materials furnished for the performance of this Contract. b. Defective work not remedied. c. Failure of the Contractor to make proper payments to its subcontractors or suppliers. d. A reasonable doubt that the Contract can be completed for the remaining contract balance. e. Damage to another Contractor or third party, or toproperty. f. Failure of the Contractor to keep its work progressing in accordance with its progress schedule or maintaining current "As -Built" record drawings. g. The Owner's costs for the Contractor's failure to complete within the allowed time. h. Cost of insurance arranged by the Owner due to cancellation or reduction of the Contractor's insurance. I. Failure of the Contractor to make proper submissions, as herein specified. j. Failure to submit, revise, resubmit, or otherwise conform to the requirements herein for preparing and maintaining a construction schedule. k. Payments due the Owner from the Contractor. 1. Reduction of Contract Amount because of modifications. m. The Contractor's neglect or unsatisfactory prosecution of the work including failure to clean up. n. Provisions of law that enable or require the Owner to withhold such payments in whole or in part. When the above reasons for withhold amounts are removed, payment may be made to the Contractor for amounts withheld. The Owner in its discretion may apply any withheld amount or amounts to the payment of valid claims. In so doing,. the Owner shall be deemed the agent of the Contractor, and any payment so made by the Owner shall be considered as a payment made under the Contract by the Owner to the Contractor, and the Owner shall not be liable to the Contractor for such payment made in good faith. Such payments may be made without prior judicial determination of the claim or claims. The Owner will render to the Contractor a proper accounting of such funds disbursed in behalf of the Contractor. Section 00700 - 72 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 r i 1 I I 1 1 1 1 I I 1 e I 1 I r I I 1 1 1 I I I a 8.5 Blank 8.6 Completion, Final Inspection and Payment Upon completion of the Work, and upon completion of final cleaning, the Contractor shall so notify the Owner's Representative in writing. Upon receipt of the notification, the Owner's Representative, and the Owner will make the final inspection, to determine the actual status of the Work in accordance with the terms of the Contract. If materials, equipment, or workmanship are found which do not meet the terms of the Contract, the Owner's Representative shall prepare a punch list of such items and submit it to the Contractor. Following completion of the corrective work by the Contractor, the Owner's Representative shall notify the Owner that the Work, has been completed in accordance with the Contract. Final determination of the acceptability of the Work shall be made by the Owner. After completion of the work, but prior to its acceptance by the Owner, the last partial payment will be made to the Contractor in accordance with Paragraph 00700-8.2, Partial Payments. After receipt of the last partial payment, but prior to acceptance of the Work by the Owner, the Contractor shall send a letter to the Owner's Representative. The letter, pursuant to California Public Contract Code Section 7100, shall state that acceptance of the final payment described below shall operate as and shall be, a release to the Owner, the Owner's .Representative, the Design Consultant, and their duly authorized agents, from all claim of and/or liability to the Contract arising by virtue of the Contract related to those amounts. Disputed Contract claims in stated amounts previously filed as provided in Paragraph 00700-7.3.2, Claims, may be specifically excluded by the Contractor from the operation of the release. Following receipt of all required submittals and the Owner's Representative's written statement that construction is complete and recommendation that the Owner accept the project, the Owner will take formal action on acceptance. Within ten (10) days of the acceptance by the Owner of the completed work embraced in the Contract, the Owner will cause to be recorded in the office of the County Recorder a Notice of Completion. Thirty-five (35) days after recording the Notice of Completion of the work involved in the Contract, the Owner will pay the Contractor in lawful money such sums of money as may be due the Contractor including all sums retained but excluding such sums as have previously been paid the Contractor. This payment will constitute the final payment to the Contractor under this Contract. 8.7 Warranty of Title No material, supplies, or equipment for the work under this Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by the seller or supplier. The 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 premises, together with all improvements and appurtenances constructed or placed thereon by the Contractor, to the Owner from any claim, liens, security interest, or charges, and further agrees that neither the Contractor nor any person, fine, or corporation furnishing any materials or labor for any work covered Section 00700 - 73 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 by this Contract shall have any right to a lien upon the premises or any improvement or appurtenances thereon. 9.0 EXISTING UTILITIES 9.1 General Pursuant to Government Code Section 4216, et. seq., the Contractor shall notify the appropriate required notification center. 9.2 Notification and Location At least two (2) working days before performing any excavation work, the Contractor shall request the utility owners to mark or otherwise indicate the location of their service. It shall be the Contractor's responsibility to determine the exact location and depth of all utilities, including service connections, which have been marked by the respective owners and which the Contractor believes may affect or be affected by the Contractor's operations. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 9.3 Damage and Protection The Contractor shall immediately notify the Owner's Representative and utility owner of any damage to a utility. The party responsible for the cost of repairing and/or relocating damaged utility shall be as follows: Description Responsible Party A. Utility mains delineated incorrectly on Owner/Utility Company Owner's plans B. Utility mains delineated correctly on Utility Company Owner's plans but information provided incorrectly by utility company C. Utility mains not shown on Owner's plan Utility Company D. Utility mains incorrectly marked in the field Utility Company by utility company E. Utility mains correctly marked and/or Contractor delineated on Owner's plans F. Utility service laterals whether indicated or Contractor not indicated on plans and whether correctly or incorrectly shown on Owner's plans Section 00700 - 74 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I r I I 1 I I I 1 1 I I I r I I 1 I I i 1 I I I I I 9.4 Utility Relocation and Rearrangement The right is reserved to the Owner and the owners of utilities or their authorized agents to enter upon the Work area for the purpose of making such changes as are necessary for the rearrangement of their facilities or for making necessary connections or repairs to their properties. The Contractor shall cooperate with forces engaged in such work and shall conduct its operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by such forces and shall allow the respective utilities time to relocate their facility. The Contractor assumes responsibility for the removal, relocation, or protection of existing facilities wherein said facilities are identified by the Plans, field located by a utility company, or as provided for in the General Requirements. The Contractor shall coordinate with the owner of utility facilities for the rearrangement of said facilities. In the event that underground utilities are found that are not shown in the Contract Documents or are found to exist in a different location than shown in the. Contract Documents, the Contractor shall: (1) notify the Owner's Representative of the existence of said facilities immediately; and (2) take steps to ascertain the exact location of all underground facilities prior to doing work that may damage such facilities. Requests for extensions of time arising out of utility rearrangement delays shall be determined by Owner's Representative. In accordance with Government Code Section 4215 the Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay is caused by the failure of the Owner or utility company to provide for the removal or relocation of facilities for which they are the responsible party as defined in Paragraph 00700-9.3, Damage and Protection. Where it is determined by the Owner's Representative that the rearrangement of an underground main, the existence of which is not shown on the Plans, Specifications, or in the General Requirements, is essential in order to accommodate the contemplated improvement, the Owner's Representative will provide for the rearrangement of such facility by other forces or by the Contractor in accordance with the provisions of Paragraph 00700-7.1, Change Orders. When the General Requirements, Specifications, or Plans indicate that a utility is to be relocated, altered or constructed by others, the Owner will conduct all negotiations with the utility company and the work will be done at no cost to the Contractor. Temporary or permanent relocation or alteration of utilities desired by the Contractor for its own convenience shall be the Contractor's responsibility and it shall make arrangements and bear all costs. ***END OF SECTION*** Section 00700 - 75 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 r 1 I I 1 I 1 I I SECTION 00810 MODIFICATIONS TO GENERAL CONDITIONS 1.0 CONTRACT ADMINISTRATION The following are designated: 1.1 Name of Owner's Representative L1.1 Martin Quan, Project Manager 1.2 Name of Design Consultants 1.2.1 Civil Engineer: Dan MacLeod Associates 1.2.2 Landscape Architect: 2M Associates 1.2.3 Landfill Consultant/Geotechnical Consultant: Kleinfelder, Inc. 1.2.4 Construction Manager: Nedel Consulting Group 2.0 TIME ALLOWED FOR COMPLETION In accordance with the provisions of Paragraph 00700-6.2, Time of Completion substantial completion of this project shall be completed within 180 consecutive calendar days from the effective date of the Notice to Proceed. 3.0 DAMAGES FOR DELAYS In accordance with the provisions of Paragraph 00700-6.5, Liquidated Damages, for the period of time that any portion of the work remains unfinished after the time fixed for completion in the Contract documents, as modified by extensions of time granted by the Owner, it is understood and agreed by the Contractor and the Owner that the Contractor shall pay the Owner one thousand two hundred dollars ($1,500) per day liquidated damages. 4.0 WEATHER DAYS In accordance with the provisions of Paragraph 00700-6.4.2.c, Weather Delays, an allowance of 20 working days/year of weather caused delay is provided. The weather day allowance shall be prorated for periods of less than a full year. For contract times greater than one year, the weather day allowance shall be 20 working days/each full year plus the prorated amount for any partial year portion. ***END OF SECTION*** Section 00810 - 76 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I I I I I 1 I SECTION 00820 LIABILITY & INSURANCE REQUIREMENTS 1.0 LIABILITY AND INSURANCE REOUIREMENTS 1.1 General The Contractor shall not commence any work under the Contract until he/she has obtained at his/her expense all insurance required by this Contract and such insurance has been approved by the Owner; nor shall the Contractor allow any Subcontractor to commence work on any Subcontract until the same insurance requirements have been complied with by each Subcontractor. Such insurance shall remain in full force and effect on all phases of the work, whether or not occupied or utilized by the Owner until all work under the Contract is completed and has been accepted by the Owner. Any insurance endorsements necessary to permit portions of the work by the Owner shall be secured by the Contractor. Any changes in the insurance requirements shall be subject to the prior written approval of the City Attorney. Owner shall be permitted to withhold funds due or that may be due for required insurance premiums. 1.2 Contractor's Responsibility Nothing contained in the insurance requirements shall be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations under the Contract. Contractor agrees that he alone shall be completely responsible for procuring and maintaining full insurance coverage as provided herein or as may be otherwise required by the Contract. Any approval by the Owner or Owner's Representative shall not operate to the contrary. 1.3 Maintenance Period Any surety and insurance bearing on adequacy of performance and liability shall be maintained after completion of the Project for the full maintenance period. 1.4 Types, Limits and Amounts of Insurance The Contractor shall procure and shall maintain for the period of the Contract the following types of insurance in the form, minimum limits and amounts herein specified or as may be otherwise required by the Contract Documents. Any deductibles associated with such insurance shall be solely for the account of and the responsibility of the Contractor and shall be disclosed in writing to the Owner. 1.4.1 Workers' Compensation Including Occupational Disease, and Employer's Liability Insurance - The Contractor shall maintain during the life of his Contract Statutory Workers' Compensation Insurance in strict accordance with requirements of the most current and applicable California State Workers' Compensation Laws and Labor Code 1861 for all of his/her employees to be engaged in work under this Contract, and in case any work is sublet, the Contractor shall require each subcontractor similarly to provide Workers' Compensation for the latter's employees engaged in such work unless such employees are covered by the protection afforded by the Contractor's Insurance. In case any class of employees engaged in hazardous work under this Contract is not protected Section 00820 - 77 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 under the Workers' Compensation Statute, the Contractor shall provide, and shall cause each Subcontractor to provide, adequate Employer's Liability Insurance for the protection of the employees not otherwise protected. 1.4.2 Public Liability and Property Damage Insurance - The Contractor shall procure and shall maintain during the life of this Contract full Commercial General Liability Insurance coverage. This coverage shall provide protection from any and all claims for damages for personal injury and bodily injury, including in part sickness, disease, or death and from claims for damages to property, which may arise directly or indirectly out of, or in connection with, the performance of work under this Contract by the Contractor, or by any subcontractors or anyone directly or indirectly employed by either of them or under the control of either of them, and the minimum amount of such insurance shall be as follows: (a) Public Liability and Property Damage Insurance in an amount not less than Two Million ($2,000,000) Dollars per person, Two Million ($2,000,000) Dollars per occurrence for damages arising out of personal injury, property damage, and bodily injury, including in part: sickness, disease, or death and subject to an annual aggregate limit of not less than Two Million ($2,000,000) Dollars. The aggregate limit is to apply on a per job basis. The Property Damage portion of this coverage shall not exclude coverage for explosion, collapse, and underground exposures. A policy endorsement shall name the Owner, its Owner's Representative, and each of its boards, commissions, officers, agents, and employees as additional insured. 1.4.3 Automobile Liability and Property Damage Insurance - The Contractor shall procure and shall maintain during the life of this Contract, Comprehensive Automobile Liability and Property Damage Insurance coverage on all self-propelled vehicles used in connection with the Contract, whether owned, non -owned, or hired. The liability limits shall be not less than One Million ($1,000,000) Dollars per person, One Million ($1,000,000) Dollars per occurrence for injury or death; and Property Damage limits of not less than Two Million ($2,000,000) Dollars in any one occurrence. A policy endorsement shall name the Owner and each of its boards, commissions, officers, agents, and employees as additional insured. 1.4.4 Pollution Liability Insurance - The Contractor shall procure and shall maintain during the life of this Contract, Pollution Liability Insurance coverage in an amount not less than One Million ($1,000,000) Dollars per claim made, for damages arising out of discharges of polluting materials, and subject to an annual aggregate limit of not less than Two Million ($2,000,000) Dollars. The aggregate limit is to apply on a per job basis. A policy endorsement shall name Owner, Owner's Representative, and each of its boards, commissions, officers, agents, and employees as additional insured. 1.4.5 Waste Hauler's Pollution Liability Insurance - The Contractor cause its waste hauling subcontractor to procure and maintain during the life of this Contract, Hauler's Pollution Liability Insurance coverage in an amount not less than Five Million ($5,000,000) Dollars per claim made, for damages arising out of discharges of polluting materials, and subject to an annual aggregate limit of not less than Ten Million ($10,000,000) Dollars. The aggregate limit is to apply on a per job basis. A policy endorsement shall name Owner, Owner's Representative, and each of its boards, commissions, officers, agents, and employees as additional insured. Section 00820 - 78 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I S 1 I I 1 1 1 I 1 1 I 1 1 1 I i I 1 I I 1.4.6 Owner's Protective Liability Policy - The Contractor shall, at his/her expense, provide the Owner with an Owner's Protective Liability Policy naming the Owner as the named insured, and each of its boards, commissions, officers, agents and employees as additional insureds under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. This insurance shall be in the same minimum amounts as the Contractor's liability insurance. 1.4.7 Builder's Risk Insurance - In addition to such Property Insurance coverage which the Contractor elects to carry for his own protection, he shall procure and shall maintain for the life of the Contract, Builder's Risk Insurance and Installation Floater Insurance coverage. Such coverage should be on a Special Perils (All Risk) basis including theft of building materials upon the full insurable value of all portions of the Work which is the subject of the Contract and subject to a loss for which these policies give protection, and shall include completed Work and Work in progress. This coverage shall be with an insurance company or companies acceptable to the Owner. Such coverage may have a deductible clause but amount of deductible shall not exceed SI0,000.00 providing the Contractor shall assume and pay such deductible. (a) Such insurance shall include as Additional Named Insured: The Owner and each of their officers, agents, and employees; Subcontractors and Sub -contractors of the Contractor; and any other party with an insurable interest designated by the Owner as an Additional Named Insured, all as their interest may appear. (b) An original and a certified copy of the policy of insurance required herein shall be furnished to the Owner as provided under "Evidence of Insurance Coverage" of this Contract. 1.5 Contractual Liability Coverage Each and every policy for liability insurance carried by each Contractor and subcontractor shall include coverage for liability assumed under Contract to be sufficiently broad to insure the provision title "Hold Harmless and Indemnity" hereinafter set forth. 1.6 Hold Harmless and Indemnity The Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees including the Owner's Representative, from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and; (2) to defend City of San Mateo, its officers or employees including Owner's Representative, there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. 1.7 Insurance Standards All surety and insurance required hereunder shall be with companies with a Best Rating of A:VII or better at all times, and licensed by the State of California. If any modifiers are attached to a A: VII rating of such a company, the Owner shall be entitled to review Section 00820 - 79 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 that modifier's basis and require a better rated insurer. All such policies shall be written as primary policies, not contributing with and not in excess of coverage which Owner may carry. If said policies contain any exclusion concerning property in the care, custody or control of the insured, an endorsement shall be attached thereto stating that such exclusion shall not apply with regard to any liability of the Owner, its officers, agents, or employees. 1.8 Evidence of Insurance Before commencement of any work, the Contractor shall submit written evidence that the minimum insurance required by the Contract Documents has been obtained. Such written evidence shall be in the form of an Endorsement of Insurance executed by the Contractor's insurance carrier showing such policies in force for the specified period and by furnishing a copy of the actual policy or policies. Each certificate shall contain an endorsement or statement waiving right of cancellation or reduction in coverage unless 30 days prior written notice is given to the Owner by registered or certified mail. At a minimum, the following will be provided: (a) An original copy of the Owner's Protective Liability policy shall be furnished to the Owner. (b) Copies of Endorsements to the Commercial and Automobile Liability policies evidencing to the additional insured coverage required by this Contract. (c) Waive subrogation rights. 1.9 Insurance Renewal Contractor shall automatically renew any policy which expires during the performance of this Contract and notify the Owner by appropriate certificate and endorsement of such renewal prior to expiration date. ***END OF SECTION*** Section 00820 - 80 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I 1 I r S 1 1 1 I I I 11 1 1 1 1 1 i 1 i 1 i i 1 1 1 1 1 DIVISION 1- GENERAL REQUIREMENTS Division 1 - 81 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 t I1 I I SECTION 01110 SUMMARY OF WORK 1.0 WORK COVERED BY CONTRACT DOCUMENTS The project consists of the construction of capping an existing landfill and building a new municipal park. The following work includes: • Demolition, clearing, and grubbing. • Segregation, screening, and processing excavated constmction debris into recycled mineral and wood products. • Earthwork including excavation of soil containing construction debris and filling to proposed grades. • Relocating landfill refuse, construction debris, and soil, both onsite and by off - hauling • Installing of Geosynthetic clay liner (GCL) including related foundation and protective soil layers to execute landfill closure. • Installing water, sewage, electrical, and communications utilities. • Installing paved and unpaved roads and pathways, fences and gates, signage, parking, plazas, drainage features,trash enclosures, • Constructing park facilities including entry kiosk, maintenance, and restroom buildings; dog park; windsurfmg access, outdoor classroom, stairways, scenic overlooks, and other outdoor educational and recreational structures. • Other miscellaneous park and civil improvements. 2.0 WORK SEQUENCE AND CONSTRAINTS 2.1 PG&E Constraint: The Contractor shall insure a minimum clearance between the power lines and the work at all times as dictated by OSHA regulations. 2.2 Contractor's Use of Site and Construction Restrictions: 2.2.1 All construction activities shall be conducted during the dry season, April 15- Oct 15, to minimize erosion and sediment transport 2.2.2 Work shall begin on April 15, 2004. Contractor will be allowed to propose a work plan for the period before this date, but such may be only by permission of Owner, which retains the right to accept or reject any such plan, in whole or in part. Acceptance by Owner shall not constitute a guarantee or endorsement of any kind that such Work will be feasible, economical, or not subject to cost increase and/or delay. Work under such winter work plan shall be wholly at Contractor's risk, such that any and delays and extra costs encountered other than scope Section 01110 - 82 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 changes directed by Owner shall not be compensable by Owner or its agents. 2.3 Contractor shall submit a Work Plan for review and approval by the City, fully describing the proposed procedures to conform to these requirements. 2.4 The permits at the end of this section, appendices A -D, contain additional constraints on the Contractor's work sequence and timing. These constraints shall be incorporated into the Contractor's schedule and Work Plan. If there is a conflict with any provision of the Contract Documents and the Permit requirements, the Permit requirements shall govern. 2.5 Representatives of the Department of Boating and Waterways shall be allowed access to all parts of the construction work. 3.0 OCCUPANCY REOUIREMENTS None 4.0 OCCUPANCY Not a part of this specification. 5.0 OWNER FURNISHED MATERIALS 5.1 None 6.0 TRENCH EXCAVATION 6.1 The maximum length of trench excavation in advance of the pipe laying operation shall be 200 feet, and the maximum amount of trench remaining open without backfill shall be 50 feet. No trench in public areas shall be left open during periods when the Contractor is not at the site of work. Trenches in these areas shall either be back filled and temporarily paved, where applicable, or covered with steel trench plates as specified in the technical specifications. 7.0 WORK UNDER OTHER CONTRACTS 7.1 PG&E maybe working on their towers within the project site concurrently with Contractor's work under this Contract. Contractor shall make reasonable efforts to accommodate access for this work, including meetings to coordinate with PG&E. 8.0 CONTRACTOR'S WORK PERCENTAGE The Contractor shall perform at least 35 percent of the Contract bid amount. This portion of work shall encompass the performance of work by the Contractor's forces and equipment and the procurement of materials and equipment by the Contractor. Subcontractors shall not be responsible for the performance of any work or procurement of materials and equipment within the above Contractor's work percentage allotment. 8.0 UNDERGROUND FACILITIES The Contractor is responsible for coordinating all project documentation, including but not necessarily limited to, the Contract Documents, and existing record drawings for the determination of the location of all underground facilities. Section 01110 - 83 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 1 1 I 1 I 1 I I 1 1 1 1 1 1 1 1 1 1 i 1 i 1 1 1 i 1 1 1 1 The Contractor shall exercise care in all excavations to avoid damage to existing underground facilities. This shall include potholing or hand digging in those areas where underground facilities are known to exist until they have been sufficiently located to avoid damage to the facilities. Prior to fabrication, the Contractor shall verify the location and elevations of existing underground facilities to which the Contractor is connecting. No additional compensation shall be provided the Contractor for compliance with the provisions of this section or for the damage and repair of facilities due to the lack of such care. Section 01110 - 84 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 i 1 1 1 1 1 1 1 1 1 I 1 1 Appendix. A Requirements of Nation Marine Fisheries Service Section 01110 - 85 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 a a i i =a i i i i i i IS i i N FA " N b tltrE III givirlidi 114 i I NJ itlg _ 17, qt � tddir/tIftgqiiiii;g (4. itteitto?. iron 100: [pt 11 la�� l 4LL , ��1 b �� ;�;� Ps � g ° B E. I nrr M O MI a al® 11111 a a a a a a a a a a a a a a 1 1: 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 misting consultation or enoirectioatal reds preC Yaa. Tharatoze. the Cotes ma' ineatpe?tte tha 21,2 2ssaaa out into doom is prm a, ei far the section. 7 consultation initiation package such as the Yetoleg3.ca1 easearemeat. ff you hove env question sonaten3.uy tiaese cads please contact Mire Sagan at (707) 375-6422 Sincaroly, �free . his Acts 1a9iors/ Aciattinistrotcct camas E. Loehr, SIOAh risharies Dan. Wards MOM ?Blida camas, cetps essolatury Dennis 7tticak. City of Sun Mateo i I I 1 I I 1 I I I a 1 I I U I Appendix B Requirements of the RWQCB Section 01110 - 86 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Qalifornia R. *ional Water Quality ( ntrol Board .tnstan a. aickos U1 Fecretory for rtvironmental ' Protection �I San Francisco Bay Region [JUL12 2001 CITY OF SAN MATED PUBLIC WORKS DEPARTMENT FileDate: No. 2179.7035JUL09 (HT2001 K) Site No. 02-41-0O269 Internet Addiess: httpiAvw. wswrcb.cagov Street, Suite 1400, Oakland, �C 1 P (5 0) 622-2300 At FAX (510) California6 24 04612 Ms. Min-Tze Cheng, P.E. Senior Engineer , Department of Public Works. City of San Mateo 330 West 20th Avenue San Mateo, CA 94403-1388 SUBJECT: CONDITIONAL WAIVER OF WASTE DISCHARGE REQUIREMENTS FOR EAST THIRD AVENUE LANDFILL CLOSURE PROJECT, CITY OF SAN MATEO, SAN MATEO COUNTY Dear Ms. Cheng: Gray Davis Governor We have reviewed and hereby waive waste discharge requirements (WDRs) to fill approximately 1.7 acres of seasonal wetlands in association with Phase II of the East Third Avenue Landfill Closure in the City of San Mateo (the City). These wetlands are isolated and located on top of the landfill. The Army Corps of Engineers indicated that it has no jurisdiction in regulating these isolated wetlands. As such, the City has applied to the Regional Board for a waiver of WDRs that the project will not violate State water quality standards. Project: On April 10, 2001, the City submitted an application to fill about 1.7 acres of seasonal wetlands that falls within the area of the landfill to be capped. The City owns an inactive solid waste disposal site referred as the East Third Avenue Landfill Site (the landfill). The City entered into a Stipulated Order of Compliance and Agreement with San Mateo County, the Local Enforcement Agency, in April 1996. Subsequently, the California Integrated Waste Management Board approved the Final Closure Plan for the landfill in June 1996. As part of the terms and conditions of the Stipulated Order, the City plans to complete closure of the landfill by October 2001. San Mateo City Council certified a Mitigated Negative Declaration/Initial Study (MND/IS) for the project on October 4, 1993. The footprint of the landfill was believed to be about 31.6 acres at the time. However, an additional 12.4 acres of refuse was found between the landfill mound and J. Hart Clinton Drive (former East Third Avenue) during investigation activities to delineate the extent of the landfill. The 1.7 acres of seasonal wetlands that will be filled during the closure The energy challenge facing California is real. Every Californian needs to take immediate action to reduce energy consumption. For a list of simple ways you can reduce demand and cut your energy costs, see our Web -site at htfp://www.swrcb.ca.gov. California Environmental Protection Agency 0 Recycled Paper t I Ms.. Cheng. Department of Public Works City of San Mateo Site No. 02-41-0O269 Page 2 of 4 of the landfill were discovered during this latest investigation. Subsequently, the City prepared and issued a supplemental MND/IS, along with the Final Closure Plan and Final Post -Closure Maintenance Plan for the project site. Impacts: The landfill closure operations will result in permanent fill of 1.7 acres of seasonal and non -tidal brackish marsh wetlands. These wetlands are situated on the top of the landfill and have low quality functions. The City proposes to create about 33 acres of seasonal wetlands on -site after the completion of the project. A portion of the new wetlands (2.2 acres) would serve as mitigation for wetland fill occurring during landfill closure operations. The City would like the remainder (1.1 acres) to serve as possible future mitigation for other City projects. After the implementation of mitigation plan, there will be a total of 4.9 acres of wetlands in the vicinity of the project site. On January 9,:2001, the City submitted a conceptual wetlands mitigation and monitoring plan. Board staff reviewed the plan and find it is acceptable. The City will initiate construction of the new wetlands this summer. Waiver: I hereby find that waiving WDRs for this specific discharge is not against the public interest. Pursuant to Regional Board Resolution No. 83-3, WDRs are hereby waived for the East Third Avenue Landfill Closure project. This waiver is subject to the following conditions: 1. The City shall comply with all terms and conditions of any permits or approvals of other agencies; 2. The City shall develop and implement a Storm Water Pollution Prevention Plan (SWPPP), including specific Best Management Practices that would prevent the discharge of polluted stormwater runoff to waters of the State; 3. The City shall implement the mitigation and monitoring plan accordir g to the schedule described in the January 9, 2001, Conceptual Wetland Mitigation and Monitoring Plan. The City shall conduct mitigation and monitoring efforts until mitigation is successful or until five years of post -implementation monitoring have been completed, which ever is longer; 4. The City shall submit annual monitoring reports for the mitigation implemented as described in the plan and stated in condition # 3. These reports are due December 15 of each of the first five years after mitigation has been implemented (or if necessary, additional years until the mitigation issuccessful) and shall include a description of problems encountered in the mitigation and the proposed means to address these problems; The energy challenge facing California is real Every Californian needs to take immediate action to reduce energy consumption. For a list of simple ways you can reduce demand and cut your energy costs, see our Web -site at hap /Iwww.swrcb.cagov. California Environmental Protection Agency Co Recycled Paper I I I I 1 1 I I I I a I 1 I Ms. Cheng Department of Public Works City of San Mateo Site No. 02-41-0O269 Page 3 of 4 5. Upon completion of the project, the City shall restore and revegetate all temporarily impacted wetlands and work areas to their pre -construction condition using native vegetation and provide photos of the project site within 60 days of completing the project; 6. The City shall stabilize, winterize and vegetate all disturbed areas with appropriate native vegetation prior to October 15, 2001; and 7. Discharge, or creation of a potential for discharge, of any materials into San Francisco Bay and its tributaries is prohibited. Please be aware that Conditions 4 and 5 above are formal requestsfor technical reports pursuant to California Water Code (CWC) Section 13267. Also, any violation of this waiver of WDR conditions is subject to administrative civil liability pursuant to CWC Section 13350. Failure to submit the technical reports or meet any condition of a waiver may subject the City to civil liability imposed by the Board to a maximum of $1,000 per day per violation or $10 for each gallon of waste discharged in violation of this waiver. We anticipate no further action on this request. Should new information come to our attention that indicates a water quality problem with this project, the Regional Board may issue Waste Discharge Requirements pursuant to 23 CCR Section 3857.. If you have any questions, please contact Habte Kifle of my staff at (510) 622-2371 or email at hlarb2. swrcb.ca. gov. Sincerely, Peve(r_ Loretta K. Barsamian Executive Officer The energy challenge facing California is real Every Californian needs to take immediate action to reduce energy consumption. For a IS of simple ways you can reduce demand and cut your energy costs, see our Web -site at http://www.swrcb.ca.gov. California Environmental Protection Agency 4.21 4d Recycled Paper Ms. Ching Department of Public Works City of San Mateo cc: Ed Wylie Regulatory Branch S/Francisco District U.S. Army Corps of Engineers 333 Market Street San Francisco, CA 94105-2197 U. S. EPA, Region 9 (WTR-8) 75 Hawthorne Street San Francisco, CA 94105 Margaret Roper California Dept. of Fish and Game P.O. Box 47 Yountville, CA 94599 Darla G. Reams, City Engineer Department of Public Works City of San Mateo 330 West 20th Avenue San Mateo, CA 94403-1388 Stephen L. Granholm, Ph.D. LSA Associates, Inc. 157 Park Place Pt. Richmond, CA 94801 Oscar Balaguer, SWRCB —DWQ David Elias — Groundwater Containment Division - Landfill RWQCB Database - 401 Certification Site No. 02-41-0O269 Page 4 of 4 The energy challenge facing California is real. Every Californian needs to take immediate action to reduce energy consumption. For a list of simple ways you can reduce demand and cut your energy costs, see our Web -site at http://www.swrcb.ca.gov. I J I 1 1 1 I I 1 1 California Environmental Protection Agency pad Recycled Paper Appendix C Conditions of Approval PA 02.027 Shoreline Parks 1 I I I i I I I I I 1 Section 01110 - 87 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I '! I 1 I 1 CONDTFiONS OF APPROVAL PA 02-027 SHORELINE PARKS October 22, 2002 The following conditions of approval apply to the project referenced above. The conditions of approval are grouped under specific headings that relate to the timing of Squired compliance. Additional language within a condition may further define the timing of required compliance. The following conditions shall be addressed on the CONSTRUCTION PLANS and SHALL BE INCLUDED IN THE CONTRACT and on the CONTRACT DRAWINGS for construction except as otherwise specified in the conditions. 1. CONFORMANCE WITH APPROVED PLANNING APPLICATION - AM building permit drawings and subsequent constriction shall substantially conform with the approved planning application, including: drawings, materials samples, building colors, and other items submitted as part of the approved planning application. Any proposed modifications to the approved planning application must be reviewed by the Chief of Planning and/or Zoning Administrator. The Chief of Planning and/or Zoning Administrator shall determine whether the proposed modifications substantially conform with the approved planning application, or whether a new planning application must be submitted to permit the proposed project modifications. A new planning application shall be subject to review by the Zoning Administrator, Planning Commission, or City Council. (PLANNING) 2. TRASH AND RECYCLING ENCLOSURES - All ground level trash and recycling enclosures must be screened from public view by a solid wall or solid fence, and/or perimeter landscaping. These facilities shall be designed and located as delineated on the approved planningapplication drawings. (PLANNING) 3. CONSTRUCTION PLAN - The Parks and Recreation Department shall work with the California Department of Fish and Game and the U.S. Fish and Wildlife Service to develop a construction plan for the point -access trail improvements, fencing, and extension of the tidal channel in Bay Marshes that will avoid direct impacts to the salt marsh harvest mouse, which may occur in or near the construction area. Final approval of the plan shall be submitted to the Planning Division prior to commencement of construction of the point -access trail improvements. (PARKS AND RECREATION/PLANNING) *MITIGATION 4.2.4-4 4. BAY MARSHES AND TIDELAND PARK PREDISTURBANCE SURVEY - To avoid impacts on Point Reyes bird's beak, a predisturbance survey ghat' be conducted by a qualified botanist during the spring flowering period prior to any construction within the Bay Marshes to assess species presence. If found, the botanist, in consultation with the California Department of Fish and Game, will determine the extent of a construction -free buffer zone to be established or suitable methods to avoid or relocate plants as appropriate. The predistmbance survey shall be submitted to the Planning Division prior to commencement of construction and issuance of any requited site development permit. If the Point Reyes bird's beak is found then an approval letter of the construction -free buffer zone by the California Department of Fish and Game shall be submitted to the Planning Division. (PARKS AND RECREATION/PLANNING) *MITIGATION 4.2.4- S. PROJECT AREA PREDISTURBANCE SURVEY - A predisturbance survey shall be conducted by a qualified ornithologist or wildlife biologist to assess the presence of nesting Cooper's hawk, White-tailed kite, and Northern harrier prior to any construction phase within the Project Area. This survey should be conducted no more than 14 days prior to the initiation of construction activities during the early part of the !reeding season (February through April) and no more than 30 days prior to the initiation of these activities during the late part of the breeding season (May through August). If an active nest is found close enough to the construction area to be disturbed by the proposed activities, the biologist, in consultation with the California Department of Fish and Game, will determine the extent of a construction -free buffer zone to be established around the. nest The predisturbance survey shall be submitted to the Planning Division prior to commencement of construction and issuance of any required site development permit If a Cooper's hawk, White-tailed kite, andior Northern harrier nesting area(s) are found then an approval letter of the construction -free buffer zone by the California Department of Fish and Game shall be submitted to the Planning Division. (PARKS- AND RECREATION / PLANNING) *MITIGATION 42A-3 6. BUILDING PERMIT - A building permit shall be required for all buildings and structures unless specifically exempt per CBC Section 106.2. All construction shall comply with all State of California building mechanical, plumbing, electrical, energy, Accessibility requirements and all Municipal Building Codes necessary for maintaining conditions of public health and / or safety that are in effect at the time of application for building permits resulting in actual construction. (BUILDING) 7. GEOTECHNICAL - The site -specific geotechniral and engineering studies preparedby the City for all project facilities shall include a soil investigation and designs to minimize structural damage or hazards to people from ground shaking or liquefaction during an earthquake. All foundations shall conform with the requirements of the Uniform Building Code, other standard conditions of approval of the City of San Mateo, and be designed by a licensed engineer. (BUILDING) *MITIGATION 42.6-1 8. PROXIMITY OF BUILDINGS OR STRUCTURES IN RELATION TO PROPERTY LINES - The minimum setback requirement from any property line for all proposed buildings or structures shall be five feet Walls of buildings or structm'es with a setback measured less than ten feet shall be 1 -hour rated and have openings of 3/4 -hour protection. Walls of building or structures setback less than 20 feet shall be 1 -hour rated and may have non -rated openings. Walls of building or structures setback 20 feet or greater may have unprotected walls and openings. (BUILDING) 9. FLOOD HAZARD AREA — Portions of the project area are located within an area designated as Special Flood Hazard Area as identified by the Federal Emergency Management Agency (FEMA). New buildings and additions andfor alteration projects valued at 50% or more of the market value of the existing structure must filly comply with all regulations which includes the finish floor level of an new habitable floor area to be constructed above the base flood elevation (Note: the base flood elevation ranges from approximately 1 -foot to 4 -feet above existing grade). The elevation of the lowest floor of all new or remodeled buildings shall be determined by a licensed surveyor and an elevation certificate for each building shall be submitted to the City upon completion of project and prior to issuance of Certificate of Occupancy. A copy of the certificate can be downloaded from the FEMA website at httpJ/www.fema.aov/librarv/elvinst.htm" 1. 11 1 1 11 r 1 i I 1 C) CURB, GUTTER AND SIDEWALK - The applicant shall repair and replace to existing City standards any curb, gutter and sidewalk that is damaged now or during construction of this project. Curb, gutter and sidewalk repair shall match existing color, texture and design, and shall be constructed per City Standard Drawing 3-1-141. The Public Works Construction Inspector will determine limits of repair during the construction phase. (PUBLIC WORKS) D) VALLEY GUTTER - The applicant shall construct new valley gutter to replace the curb line at Harborview Park. Doweling shall be provided into adjacent curb and gutter sections. (PUBLIC WORKS) E) DRIVEWAY APPROACHES - The applicant shall install City Standard Commercial driveway approaches as shown on the approved plans. New commercial driveway approaches shall be constructed per City Standard Drawing 3-1-148. (PUBLIC WORKS) F) SEWER LATERALS - The applicant shall install as a minimum six (6) inch City Standard sewer lateral connections to the sewer mains located in the street right-of-way and public utility easements. The installation shall be done in accordance with City Standard Drawing 3-1-101 including a 6" clean -outs. For direct connections to City manholes, the applicant shall provide detailed drawings for review and approval by the City Engineer. (PUBLIC WORKS) 11. TRIANGULAR AREA OF VISIBILITY — Landscaping and permanent structures located within the 10' triangular area of visibility at the driveways shall have a minimum vertical clearance of 7', and/or be less than 3' in height. Landscaping and permanent structures located within 45 feet of the driveway approach on Mariner's Island Boulevard, between the drive aisle and J Hart Clinton Drive, shall have a minimum vertical clearance of 7', and/or be less than 3' in height (PUBLIC WORKS) 12. PARKING LOTS - The applicant shall submit plans for all required off-street parking lots showing proper grading, drainage, ramps, and parking dimensions in conformance with City parking standards. The plans shall be approved by the Department of Public Works prior to the issuance of any City permits. (PUBLIC WORKS/PLANNING) 13. WATER QUALITY BASINS — To ensure that the discharge of pollutants within storm water has been reduced to the maximum extent practicable, the applicant shall construct water quality basins per approved plans, and based on the Balance Hydrologics, Inc., Hydrologic Analysis, dated January 22, 2002, or equivalent measures as approved by the City Engineer. Plans shall include 0 & M (operation and maintenance) procedures for the project's water quality basins and specify the access information, to ensure their ongoing effective operation and maintenance. (PUBLIC WORKS) 14. OUTBOARD LEVEE SYSTEM — To ensure that the outboard levee system is not compromised, the applicant shall submit to the City plans and any. necessary structural calculations for all work performed on or immediately adjacent to the levees, for approval by the City Engineer. A licensed civil engineer, whose signed engineer's stamp shall appear on the plans, shall submit these plans and calculations. (PUBLIC WORKS) Furthermore, new or substantial improvements to attached or detached garages, if located lower than the designated flood level, shall be designed to automatically equalize hydrostatic flood forces on exterior walls by allowing for the entry and exit of floodwater. Designs for meeting this requirement must exceed the following minimum criteria: A) Certification by a registered professional engineer or architect OR B) Have a minimum of two openings having a total net area of not less than one square inch for every square foot of enclosed area subject to flooding. The bottom of all openings shall be no higher than one foot above grade. Openings may be equipped with screens, louvers, valves or other coverings or device provided that they permit the automatic entry and exit of floodwater. (BUILDING) 10. ENCROACHMENT PERMITS, BONDS, AND INSURANCE - The applicant must obtain an encroachment permit, posting the required bonds and insurance, for all work to be done in the City's right-of-way. This encroachment permit dealt be obtained prior to the issuance of a site development or building permit and prior to any work being done in the City's right-of-way. The applicant shall have street improvement plans prepared for all work in the public right-of-way by a licensed civil engineer, whose signed engineer's stamp shall appear on the plans. Prior to issuance of the encroachment permit, the applicant shall submit any applicable pedestrian or traffic detour plans for any lane, bike path or sidewalk closures. The detour plan shall comply with the State of California Manual of Traffic Controls fir Construction and Maintenance Work Zones, 1996, and standard construction practices. Construction plans for improvements in the right-of-way shall be submitted to the City Engineer at 30%, 60%, and 90% design for review. All design assumptions and criteria shall be submitted with each phase of design submittal. Project specifications ball he included for review with the 90% design review. Public Works will review each submittal within two weeks, and provide written comments back to the project engineer, or his representative. Final construction plans and specifications shall be approved by the City Engineer, and released for construction, prior to the issuance of the encroachment permit. Right of way improvements shall include, at a minimum, the following items: A) J HART CLINTON DRIVE MEDIAN LANDSCAPING - The applicant shall plant landscaping and related structures per the approved plans. Any changes to the approved plans chat' be submitted to the City Engineer for review and approval. (PUBLIC WORKS) B) STREET MARKINGS - The applicant shall install necessary street markings of a material and design approved by the City and replace any that are damaged during construction. These include but are not limited to all pavement markings, painted curbs and handicap markings. All permanent pavement markings shall be paint Color and location of painted curbs shall be shown on the plans and subject to approval by the City Engineer. Any existing painted curb or pavement markings no longer required shall be removed by grinding if thermoplastic; sand blasting if in paint. Once installed, the applicant shall coordinate with City crews to mark any red curb within the proposed City right-of-way with a City seal. (PUBLIC WORKS) I r I I I I l I I I 1 15. DRAINAGE - All storm runoff drainage shall be directed to the water quality basins, or other drainage structures as shown on the approved plans. Drainage structures designed into landscaping with the purpose of reducing volume or improving quality of runoff from the site is encouraged, subject to the approval of the City Engineer. No increase to the peak discharge shall be permitted downstream. In addition, discharge must conform to any non -point source permit issued by the Regional Water Quality Control Board. Drainage improvements made on -site shall conform to standard engineering practices and shall not allow any site drainage to impact adjacent properties. (PUBLIC WORKS) 16. CHARGES FOR PUBLIC WORKS SERVICES - Prior to plan checking the applicant shall be required to provide Public Works with an account number to charge their time for plan checking and constructions inspection. (PUBLIC WORKS) 17. SITE DEVELOPMENT PERMIT -GRADING - The applicant must obtain a site development permit from the Public Works Department for grading and drainage and shall submit to Public Works, for review with the building permit application and construction plans, a site grading and drainage plan prepared by a registered Civil Engineer with all supporting data, including hydraulic calculations, in accordance with requirements of the City's Site Development Code (SMMC 23.40). (PUBLIC WORKS) 18. PERMITS REQUIRED BY OTHER AGENCIES - The applicant is hereby mfonned that permits may be required by one (1) or more of the following Corps of Engineers, Bay Conservation and Development Commission, Fish and Game, and/or the United States Fish and Wildlife. If project is within jurisdiction of any of these agencies, verification of permit or waiver of permit must be given to the Public Works Department prior to issuance of any required City permits. (PUBLIC WORKS) 19. SANITARY SEWER CONNECTION CHARGE - The applicant shall pay a fee proportional to the incsciacd amount of plumbing fixture units that the project generates. Please see City of San Mateo's fee schedule to calculate the fee. The fee will be based upon the City Council resolution in effect at the time the building permit application is made. (PUBLIC WORKS, BUILDING) The following conditions shall be addressed on the construction plans and/or shall be met prior to RELEASE OF U'TILMES or ISSUANCE OF A CERTir'ICATE OF OCCUPANCY. 20. RECORD DRAWINGS - The applicant shall submit one full set of original Mylar or vellum record drawings and construction specifications for all off -site improvements to the Department of Public Works upon completion of the project. All underground facilities shall be shown on the record drawings as constructed in the field. The applicant shall also provide the City with an electronic copy of the as-builts in either AutoCad version 12,13,14 or 2000 (.dwg or .dxf format). (PUBLIC WORKS) The following conditions shall be complied with AT ALL TIMES DURING THE CONSTRUCTION PHASE OF THE PROJECT. 21. ARCHAEOLOGICAL FINDS - If archaeological resources and human remains are discovered during excavation, construction shall cease within 50 feet of the area until a qualified archaeologist has studied the resources. All identified archaeological sites shall be evaluated using the California Register of Historical Resources criteria. The archaeologist shall identify the proper course of action to reduce .project impacts on cultural resources. This shall include studying and reporting on the site to ensure that data is available to future researchers. Material recovered shall be donated to an appropriate repository for future study. Project personnel should not collect cultural resources, including prehistoric (chert, obsidian flakes or points, mortars, pestles) or historic resources. (PARKS AND RECREATION/PLANNING) *MITIGATION 4.2.5-1 22. NATIVE AMERICAN BURIALS - If prehistoric archaeological deposits that include human remains or objects considered "cultural items" according to the Native American Graves Protection and Repatriation Act (NAGPRA) are discovered dining construction, the County Coroner shall be notified immediately and NAGPRA regulations shall be followed. If the remains are identified as American Indian, the tribe(s) shall be notified within one (1) working day and consultation will be initiated. Project activities may resume 30 days after notifying the tribe(s). Repatriation of the other categories of items (funerary objects, sacred objects, and cultural patrimony) shall be based on evidence that indicates whether or not the original acquisition of the object was from an individual that had the authority to separate the :item from the tribal group. (PARKS AND RECREATION/PLANNING) *MrfIGATTON 42.5-2 23. SOIL TESTING - The City shall require that all soils imported for placement at Tidelands Park be analyzed to ensure that there is no presence of chemicals or toxic materials that would nceeri accepted standards. The City shall coordinate any such analysis with the San Mateo County Department of Environmental Health Services to establish an appropriate exposure standard for Tidelands Park A final letter of approval from a licensed soil engineer stating that the fill soil meets the standards determined by the San Mateo County Health Services shall be submitted to Planning Division prior to commencement of grading. (PARKS AND RECREATION/PLANNING) *MITIGATION 4.2.7-1 24. BAY MARSHES CONSTRUCTION SCHEDULE - Improvements to the trail and construction of fencing on the west side of the Bay Marshes and extension of an existing drainage channel fencing on the east side of the Bay Marshes shall be conducted from September 1 through Ternary 31, outside of the breeding period of the California clapper rail. (PARKS AND RECREATION) *MITIGATION 42.4-2 25. CONSTRUCTION DRAWINGS — All construction drawings located at each project site shall have a copy of any related plan for habitat protection (pre -disturbance survey or construction plan) attached to the construction drawings for reference during construction and shall be complied with at all times during construction. (PARKS AND RECREATION) *MITIGATION 4.2.4-1, 42.43, 4.2.4-4 I 1 l I J I I I I 1 I 1 1 I I I I I I I I I I 1 1 26. BUILDING CONSTRUCTION ACTIVITIES - The following provision to control traffic congestion, noise, and dust shall be followed during siteexcavation, grading and construction. Construction activities related to the issuance of any Building permit shall be restricted to the weekdays between 7:30 a.m. and 6:00 pan The Building hours of construction do not apply to construction work that takes place inside a completely enclosed building that does not exceed the exterior ambient noise level as measured ten feet from the exterior property line. The allowed hours of Building construction activities may be waived or modified through an exemption from the hours of work designated in Section 23.06.017, for limited periods, if the Building Official finds that A) The following criteria are met 1) Permitting extended hours of construction will decrease the total time needed to complete the project thus mitigating the total amount of noise associated with the project as a whole; or 2) Permitting extended hours of construction are required to accommodate design or engineering requirements, such as a large concrete pour. Such a need would be determined by the project's design engineer and require acceptance by the City of San Mateo. 3) An emergency situation exists where the construction work is necessary to correct an unsafe or dangerous condition resulting in obvious and eminent peril to public health and safety. If such a condition exists, the City may waive any of the remaining requirements outlined below. B) The exemption will not conflict with any other condition of approval required by the City to mitigate significant impacts. C) The contractor or owner of the property will notify commercial occupants of property adjacent to the construction site of the hours of construction activity which may impact the area This notification must be provided three days prior to the start of the construction activity. D} The approved hours of construction activity will be posted at the construction site in a place and manner that can be easily viewed by any interested member of the public. The Building Official may revoke the exemption at any time if the contractor or owner of the property fails to abide by the conditions of exemption or if it is determined that the peace, comfort and tranquility of the occupants of adjacent residential or commercial properties are impaired because of the location and nature of the construction. The waiver application must be submitted to the Building Official ten (10) working days prior to the requested date of waiver. (BUILDING) *MITIGATION 4.2.11-1 27. PUBLIC WORKS CONSTRUCTION ACTTVU IES - The following provision to control traffic congestion, noise, and dust shall be followed during site excavation, grading and construction: A) Construction activities related to the issuance of any Public Works permit shall be restricted to the weekdays between 7:30 a.m. and 6:00 p.m. Please note, however, that no work shall be allowedto take place within the City right-of-way after 5:00 p.m. Earth haul and materials delivery to and from the site, including truck arrivals and departures to and from the site, will be prohibited between the weekday hours of 4:00 - 5:30 p.m. Signs outlining these restrictions shall be posted at conspicuous locations on site. The signs shall be per the City Standard Drawing for posting construction hours. The sign shall be kept free of graffiti at all times. Contact the Public Works Da.1aa 6 r... at to obtain sample City Standard sign outlining hours of operation. B) All construction vehicles should be properly maintained and equipped with exhaust mufflers that meet State standards. C) Prior to site grading, a grading plan shall be submitted to the City for review. The grading plan shall include measures to reduce emissions from construction equipment and wind blown soils that will include, but not be limited to: twice - daily watering of disturbed soils as necessary during dry periods, proper maintenance of construction equipment, and other Best Management Practices (in accordance with condition of approval #) to reduce windblown dust. Construction grading activity shall be discontinued in wind conditions that in the opinion of the Public Works Construction Inspector cause excessive neighborhood dust problems. Wash down of dirt and debris into storm drain systems will not be allowed. D) Construction activities shall be scheduled so that paving and . foundation placement begin immediately upon completion of grading operation. E) All aggregate materials transported to and from the site shall be coveredin accordance with Section 23114 of the California Vehicle Code during transit to and from the site. F) Prior to issuance of any permit, the applicant shall submit any applicable pedestrian or traffic detour plans, to the satisfaction of the City Engineer, for any lane, brie path or sidewalk closures. The detour plan shall comply with the State of California Manual of Traffic Controls for Construction and Maintenance Work Zones, 1996, and standard construction practices. (PUBLIC WORKS) *MITIGATION 4.2.11-1 28. MATERIAL HAULING AND CONSTRUCTION WORKER PARKING - For material delivery vehicles equal to, or larger than two -axle, six -tire single unit truck (SU) size or larger as defined by FHWA Standards, the applicant shall submit a truck hauling route that conforms to City of San Mateo Ordinance 11.28.040 and is approved by the City Engineer. A letter from the applicant confirming the intention to use this hauling route shall be submitted, for approval, to the Department of Public Works prior to the issuance of any City permits. All material hauling activities including but not limited to, adherence to the approved route, hours of operation, staging of materials, dust control and I I I I 1 I I I I I • I I I I I I I 1 I j I I I I I I 1 I street maintenance shall be the responsibility of the Developer. All storage and office trailers will be kept off the public right-of-way. Tracking of dirt onto City streets and walks will not be allowed. The applicant must provide an approved method of cleaning tires and trimming loads on -site. Any job -related dirt andfor debris that does impact the public right-of-way will be removed immediately. All material hauling activities shall be done in accordance with applicable City ordinances and conditions of approval. Violation of such may be cause for suspension of work. The applicant shall provide a construction -parking plan that minimizes the effect of construction worker parking in the neighborhood and shall include an estimate of the number of workers that will be present on the site during the various phases of construction and indicate where sufficient off- street parking will be provided and provide designations for deliveries and storage. Said plan shall be subject to the review and approval by the City Engineer prior to issuance of City permits and shall be enforced during construction. Failure to enforce the parking plan may result in suspension of the City permits. (PUBLIC WORKS} 29. BEST MANAGEMENT PRACTICES (BMP) — In accordance with the City's Storm Water Management and Discharge Control Rules and Regulations (SMMC 738.020), and the San Mateo Countywide Stormwater Management Plan (SWMP) by reference. In addition, prior to site grading, a grading plan shall be submitted to the City for review. The grading plan shall include a construction erosion control plan with Best Management Practices designed to minimize sediment in site runoff during construction. These measures shall include, but not be limited to: limiting the size of areas disturbed, avoiding long unbroken flow paths, making drainage swales broad and flat, routin off -site drainage around newly disturbed areas, directing sediment into sediment control basins, using energy dissipaters, and maintaing facilities on a daily basis. Failure to enforce the plan may result in suspension of the City permits. (PUBLIC WORKS) *MITIGATION 4.2.3- 1,4.2.6-2 The following conditions shall be complied with AT ALL TIMES that the use permitted by this planning application occupies the premises. 30. WATER QUALITY BASINS — To ensure that the discharge of pollutants within storm water has been reduced to the maximum extent practicable, the applicant shall maintain the water quality basins per approved plans. 0 & M (operation and maintenance) procedures and practices thrill, at a minimum, conform, conform with the San Mateo Countywide Stormwater Pollution Prevention Program (STOPPP) Performance Standards for Maintenance of Storm Water Facilities. .For this project, water quality basins shall be inspected annually prior to the wet season, shortly after the first storm, and once during the early summer. Inspections will determine the frequency for sediment removal and other routine maintenance such as cleaning up trash and debris, removing weeds and algae, and resolving problems with erosion control and odors. (PUBLIC WORKS) *MITIGATION 4.2.8.1 31. POST CONSTRUCTION BEST MANAGEMENT PRACTICES (BMP) — In accordance with the City's Storm Water Management and Discharge Control Rules and Regulations (SMMC 738.020), and the San Mateo Countywide Stormwater Management Plan (SWMP) by reference, the applicant shalt. A) Owner/occupant shall inspect private storm drain facilities at least two (2) times per year and sweep parking lots immediately prior to and once during the storm season. B) Label new and redeveloped stvtiu drain inlets with the phrase "No Dumping — Drains to Bay", (by stenciling, branding or plaques) to alert the public to the destination of storm water and to prevent direct discharge of pollutants into the storm drain. Template ordering information is available from the Department of Public Works. C) All Process equipment, oils fuels, solvents, coolants, fertilizers, pesticides, and similar chemical products, as well as petroleum hasPd wastes, tallow, and grease planned for storage outdoors shall be stored in covered containers at all times. (PUBLIC WORKS) 32. PEST MANAGEMENT - The City shall employ integrated pest management (IPM) principles for all pest (including weed) control activities at the Shoreline Parks. Procedures and practices shall at a minimum, conform with the San Mateo Countywide Stormwater Pollution Prevention Program (STOPP) Performance Standards for Pesticide Usage and Integrated Pest Management. *MITIGATION 4.2.8-2 * MITIGATION MEASURE - This measure mitigates adverse environmental effects identified in the environmental document. Monitoring procedures are contained within the condition of approval. A change in the condition may affect the validity of the current environmental document, and a new or amended environmental document may be required. 1 i I 1 I I I I I I I 1 I 1 Appendix D San Francisco Bay Conservation & Development Commission Section 01110 - 88 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I i I I t I 1 I I 1 I I I GRAY DAVIS, Governor • STATE OF CALIFORNIA SAN FRANCISCO BAY CONSERVATION AND DEVELOPMENT COMMISSION )f CALIFORNIA STREET, SUITE 2600 SAN FRANCISCO, CALIFORNIA 94111 PHONE (415) 352-3600 htlp://www.bcdo.ca.gov PERMIT NO. M02-32 October 17, 2002 City of San Mateo Department of Parks and Recreation 1900 O'Farrell, Suite 140 San Mateo, California, 94403 ATTENTION: Dennis Frank Dear Mr. Frank: I. Authorization A. Subject to the conditions stated below, the permittee, the City of San Mateo, is hereby authorized to do the following: Location: In the Bay and within the 100 -foot shoreline band, along the entire 11,718 -foot -long shoreline in the City of San Mateo, fiu,u Coyote Point County Park to Foster City, including portions of the Bayfront Nature Area, Ryder Park, Seal Point Park, and the Bay Marshes Open Space. Description: Implement the plan entitled "City of San Mateo Shoreline Parks,"prepared by 2M Associates/ Royston Hanomoto Alley & Abey dated February 2, 2002, which would provide the following 11upnovements: (1) Install, use, and maintain approximately 5,095 square feet of replacement Bay fill and approximately 4,350 square feet of new Bay fill including: (a) approximately 1,550 square feet of pile -supported replacement fill for two dual-purpose public access and PG&E boardwalk' (725 square feet each) in the Bayfront Nature Area; (b) approximately 1,400 square feet of solid and floating concrete fill for windsurfing access that would replace approximately 1,400 square feet of riprap; (e) two replacement outfalls and one additional outran near the Poplar Street Pump Station; (d) approximately 1,000 square feet of new cantilevered fill for a bridge across San Mateo Creek; and (e) approximately 3,350 square feet of new pile - supported fill for two outdoor classroom platforms over Dedicated to making San Francisco Bay better. PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 2 existing riprap fill in the B ayfront Nature Area and in Seal Point Park (approximately 1,000 and 2,350 square feet, •„, respectively); and (2) Improve, use and maintain existing facilities and install, use and maintain new public amenities on 26.9 acres of shoreline, including: (a) rehabilitate the Poplar Street Pump Station; (b) repave an existing public parking lot at Ryder Parlq (c) install a public restroom at the Bay Marshes open space; (d) improve approximately 1.78 acres of public pathways and sidewalks, including a 12 -foot -wide, asphalt trail with 2 -foot - wide shoulders along the entire shoreline; (e) improve existing and install new landscaping on approximately 22.47 acres; (f) install shoreline structures such as decks, platforms, picnic areas, and PG&E tower pole foundations; (g) excavate 230 cubic yards of sediment to extend a tidal channel in the Bay Marshes open space; and (h) grade approximately 950 square feet of an approximately 820 -foot -long, raised pathway in the Bay Marshes Open Space, install and maintain an approximately 380 -foot -long boardwalk and observation point over the pathway, and close the remaining 440 -foot -long raised pathway leading into the Bay Marshes. B. This authority is generally pursuant to and limited by your application dated June 12, 2002, including its accompanying exhibits and all conditions of this permit. C. Work authorized herein must commence prior to October 12, 2004, or this permit will lapse and become null and void. Such work must also be diligently pursued to completion and must be completed within ten years of commencement, or by October 12, 2014, whichever is earlier, unless an extension of time is granted by amendment of the permit. It Special Conditions The authorization made herein shall be subject to the following special conditions, in addition to the standard conditions in Part IV: A. Specific Plans and Plan Review 1. Plan Review. For each phase of the project, no work on that phase shall be commenced pursuant to this authorization until final precise site, engineering (where appropriate), layout, grading, drainage, architectural, and landscaping plans and any other relevant criteria, specifications, and plan information for that portion of the work have been submitted to, reviewed, and approved in writing by or on behalf of the Commission. The permittee shall consult with the staff prior to submitting drawings for each phase of construction and staff will determine the specific drawings and information required. To save time, preliminary drawings should be submitted and approved prior to final drawings. a. Site, Architectural, and Landscaping Plans. Site, architectural, landscaping, layout, grading, and drainage plans shall include and clearly label the Mean High Tide Line, or a line five feet above Mean Sea Level in marshland, the 1 1 1 /1 I I I I i I I I I I I 1 .1 I 1 I I I I I I I I t I 1 I PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 3 line 100 feet inland of the Mean High Tide Line, or a line five feet above Mean Sea Level in marshland, property lines, the boundaries of all areas to be improved for public access purposes and open space, grading, details showing the location, types, dimensions, and materials to be used for all structures, irrigation, landscaping, drainage, seating, parking, signs, lighting, fences, paths, trash containers, utilities and other proposed improvements. b. Engineering Plans. Engineering plans shall be submitted for portions of the project involving Bay fill that will be accessed by the public, and shall include a complete set of contract drawings and specifications and design criteria. The design criteria shall be appropriate to the nature of the project, the use of any structures, soil and foundation conditions at the site, and potential earthquake and wave -induced forces. Final plans shall be signed by the professionals of record and be accompanied by: (1) Evidence that the design complies with all applicable codes; and (2) Evidence that a thorough and independent review of the design details, calculations, and construction drawings has been made. Plans submitted shall be accompanied by a letter requesting plan approval, identifying the type of plans submitted, the portion of the project involved, and indicating whether the plans are final or preliminary. Approval or disapproval shall be based upon: (a) completeness and accuracy of the plans in showing the features required above, particularly the Mean High Tide line, or a line five feet above Mean Sea Level in • marshland, property lines, and the line 100 -feet inland of the Mean High Tide Line, or a line five feet above Mean Sea Level in marshland, and any other criteria required by this authorization; (b) consistency of the plans with the terms and conditions of this authorization; (c) the provision of the amount and quality of public access to and along the shoreline and in and through the project to the shoreline required by this authorization; (d) assuring that any fill in the Bay does not exceed this authorization and will consist of appropriate shoreline protection materials as determined by or on behalf of the Commission; (e) consistency of the plans with the recommendations of the Design Review Board; (f) assuring that appropriate provisions have been incorporated for safety in case of seismic event Plan review shall be completed by or on behalf of the Commission within 45 days after receipt of the plans to be reviewed. PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 4 2 Conformity with Final Approved Plans. All work, improvements, and uses shall conform to the final approved plans. Prior to any use of the facilities authorized herein, the appropriate design professional(s) of record shall certify in writing that, through personal knowledge, the work covered by the authorization has been performed in accordance with the approved design criteria and in substantial conformance with the approved plans. No noticeable changes shall be made thereafter to any final plans or to the exterior of any constructed structure, outside fixture, lighting, landscaping, signage, landscaping, parking area, or shoreline protection work without first obtaining written approval of the change(s) by or on behalf of the Commission. 3. Discrepancies between Approved Plans and Special Conditions. In case of any discrepancy between final approved plans and Special Conditions of this authorization or legal inshuments approved pursuant to this authorization, the Special Condition or the legal instrument shall prevail. The permittee'is responsible for assuring that all plans accurately and fully reflect the Special Conditions of this authorization and any legal instruments submitted pursuant to this authorization. B. Construction. The improvements authorized herein shall be built generally in conformance with the plan entitled "City of San Mateo Shoreline Parks,"prepared by 2M Associated Royston Hanomoto Alley & Abey, dated February 2, 2002, and the plan entitled "City of San Mateo Shoreline Parks Master Plan and Mitigated Negative Declaration', prepared by 2M Associates, et al., and dated November 20, 2002. C. Marsh and Upland Plant Protection During Construction of Boardwalk. The boardwalk construction authorized by this permit shall be performed in a manner that will prevent, avoid, or minimize, to the extent possible, any significant adverse impact on any tidal marsh, other sensitive wetland resources, and existing native upland vegetation adjacent to the raised pathway in the Bay Marshes Open Space. If any unforeseen adverse impacts occur to any such areas as a result of the activities authorized herein, the permittee shall restore the area to its previous condition, including returning the disturbed area to its original elevation and soil composition and, if the area does not revegetate to its former condition within one year, the permittee shall seed all disturbed areas with appropriate vegetation consistent with plans approved by or on behalf of the Commission. The permittee shall minimize all traffic in rnarsh/mudflat areas. D. Construction Operations. All construction operations shall be performed to prevent construction materials from falling into the Bay. In the event that such material escapes or is placed in an area subject to tidal action of the Bay, the permittee shall immediately retrieve and remove such material at its expense. E. Debris Removal. All construction debris shall be removed to an authorized location outside the jurisdiction of the Commission. In the event that any such material is placed in any area within the Commission's jurisdiction, the permittee, its assigns, or successors in interest, or the owner of the improvements, shall remove such material, at its expense, within ten days after it has been notified by the Executive Director of such placement. F. Abandonment If, at any time, the Commission determines that the improvements in the Bay authorized herein, have been abandoned for a period of two years or more, or have deteriorated to the point that public health, safety or welfare is adversely affected, the Commission may require I 1 I I 1 1 I a I 1 I I 1 I 1 I I 1 I I 1 I I r 1 I 1 I I I. I I 1 1 PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 5 that the improvements be removed by the permittee, its assigns or successors in interest, or by the owner of the improvements, within 60 days or such other reasonable time as the Commission may direct G. Creosote Treated Wood. No pilings or other wood structures that have been pressure treated with creosote shall be used in any area subject to tidal action in the Bay or any certain waterway, in any salt pond, or in any managed wetland within the Commission's jurisdiction as part of the project authorized herein. H. Notice to Contractor. The permittee shall provide a copy of this permit to any contractor or person working in concert with the permittee to carry out the activities authorized herein and shall point out the special conditions contained herein. I. Commission Jurisdiction Over Fill Area. Notice is hereby given that, under the McAteer- Petris Act, the area of the approved project that is within the Commission's jurisdiction under Section 66610(a) remains within that jurisdiction even after fill or substantial change in use, authorized by the Commission, may have changed the character of the area; so that the permitted or the permittee's successors in interest will require further action by or on behalf of the Commission prior to any future change of use or work within areas filled pursuant to this authorization. J. Recording. The permittee shall record this document or a notice specifically referring to this document on all parcels affected by this document with San Mateo County within 30 days after execution of the permit issued pursuant to this authorization and shall, within 30 days after recordation, provide evidence of recordation to the Commission. N. Findings and Declarations On behalf of the Commission, I find and declare that: A. The project authorized by this permit involves: (1) routine repairs, reconstruction, replacement, removal, and maintenance that do not involve any substantial enlargement or change in use as defined in Regulation Section 10601(a)(6); (2) minor fill for improving public access that complies with Regulation Section 10701 and that does not exceed 1,000 square feet in area; (3) an activity similar to the construction of a new single boat dock no larger than 1,000 square feet or a new multiple boat dock no larger than 5,000 square feet, as defined in Regulation Section 10601(a)(1); (4) the placement of small amounts of inert inorganic fill, the extraction of small amounts of materials or a substantial change of use of any area so long as the placement, extraction, or change in use does not have a significant adverse effect on present or possible future maximum feasible public access to the Bay consistent with the project, on present or possible future use for a designated priority water -related use, and on the environment, as defined in Regulation Section 10601(b)(i); and (5) routine repairs, reconstruction, replacement, removal, and maintenance that do not involve any substantial enlargement or any substantial change in uses, as defined in Regulation Section 10601(b)(5). Thus the project is a "minor repair or improvement" for which the Executive Director may issue a permit, pursuant to Government Code Section 66632(f) and Regulation Section 10622(a). B. The project authorized by this permit is consistent with the McAteer-Petris Act and with the San Francisco Bay Plan in that it will not adversely affect the Bay nor public access to and enjoyment of the Bay. Special Conditions ILA and K are included to ensure that the project is built PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 6 in conformance with this authorization. Special Conditions II. Special Conditions 11.-B through J are included to ensure that project is constructed and maintained in a manner that will not adversely effect the Bay and the surrounding environment. C. The Commission further finds, declares, and certifies that the activity or activities authorized herein are consistent with the Commission's Amended Management Program for San Francisco Bay, as approved by the Department of Commerce under the Federal Coastal Zone Management Act of 1972, as amended. D. Pursuant to Regulation Section 11501, the project authorized by this permit is categorically exempt from the requirement to prepare an environmental impact report. E. The Commission finds that the fill authorized herein is consistent with public trust needs for the area because it will be made available to the public for water -oriented recreation, which is a public trust use. F. Pursuant to Regulation Section 10620, this project was listed with the Commission on August 15, 2002. IV. Standard Conditions A. All required permissions from governmental bodies must be obtained before the commencement of work; these bodies include, but are not limited to, the U. S. Army Corps of Engineers, the State Lands Commission, the Regional Water Quality Control Board, and the city and/or county in which the work is to be performed, whenever any of these may be required. This permit does not relieve the permittee of any obligations imposed by State or Federal law, either statutory or otherwise. B. The attached Notice of Completion and Declaration of Compliance form shall be returned to the Commission within 30 days following completion of the work. C Work must be performed in the precise manner and at the precise locations indicated in your application, as such may have been modified by the terms of the permit and any plans approved in writing by or on behalf of the Commission. D. Work must be performed in a manner so as to minimize muddying of waters, and if diking is involved, dikes shall be waterproof. If any seepage returns to the Bay, the permittee will be subject to the regulations of the Regional Water Quality Control Board in that region. E. The rights, duties, and obligations contained in this permit are assignable. When the permittee transfers any interest in any property either on which the authorized activity will occur or which is necessary to the full compliance of one or more conditions to this permit, the permitteeJtransferor and the transferee shall execute and submit to the Commission a permit assignment form acceptable to the Executive Director. An assignment shall not be effective until the assignee executes and the Executive D i for receives an acknowledgment that the assignee has read and understands the permit and agrees to be bound by the terms and conditions of the permit, and the assignee is accepted by the Executive Director as being reasonably capable of complying with the terms and conditions of the permit. r I I I I I r 1 I I 1 I I r I 1 ., I I I 1 I r. I I I 1 1 I 1 1 PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 7 F. Unless otherwise provided in this permit, all the terms and conditions of this permit shall remain effective for so long as the permit remains in effect or for so long as any use or construction authorized by this permit exists, whichever is longer. G. Unless otherwise provided in this permit, the terms and conditions of this permit shall bind all future owners and future possessors of any legal interest in the land and shall run with the land. H. Unless otherwise provided in this permit, any work authorized herein shall be completed within the time limits specified in this permit, or, if no time limits are specified in the permit, three years. If the work is not completed by the date specified in the permit, or, if no date is specified, within three years from the date of the permit, the permit shall become null and void: If a permit becomes null and void for a failure to comply with these time limitations, any fill placed in reliance on this permit shall be removed by the permittee or its assignee upon receiving written notification by or on behalf of the Commission to remove the fill. I. Except as otherwise noted, violation of any of the terms of this permit shall be grounds for revocation. Me Commission may revoke any permit for such violation after a public hearing held on reasonable notice to the permittee or its assignee if the permit has been effectively assigned. If the permit is revoked, the Commission may determine, if it deems appropriate, that all or part of any fill or structure placed pursuant to this permit shall be removed by the permittee or its assignee if the permit has been assigned. I. This permit shall not take effect unless the permittee executes the original of this permit and returns it to the Commission within ten days after the date of the issuance of the permit. No work shall be done until the acknowledgment is duly executed and returned to the Commission. K. Any area subject to the jurisdiction of the San Francisco Bay Conservation and Development Commission under either the McAteer-Petris Act or the Suisun Marsh Preservation Act at the time the permit is granted or thereafter shall remain subject to that jurisdiction notwith- standing the placement of any fill or the implementation of any substantial change in use authorized by this permit L Any area not subject to the jurisdiction of the San Francisco Bay Conservation and Development Commission that becomes, as a result of any work or project authorized in this permit, subject to tidal action shall become subject to the Commission's "bay" jurisdiction. M. Unless the Commission directs otherwise, this permit shall become null and void if any term, standard condition, or special condition of this permit shall be found illegal or unenforceable through the application of statute, administrative ruling, or court determination. If this permit becomes null and void, any fill or structures placed in reliance on this permit shall be subject to removal by the permittee or its assignee if the permit has been assigned to the extent that the Commission determines that such removal is appropriate. Any uses authorized shall be terminated to the extent that the Commission determines that such uses should be terminated PERMIT NO. M02-32 City of San Mateo October 17, 2002 Page 8 Executed at San Francisco, California, on behalf of the San Francisco Bay Conservation and Development Commission on the date first above written. TRAVIS Executive Director San Francisco Bay Conservation and Development Commission WI7LL/ra cc: U. S. Army Corps of Engineers, Attn.: Regulatory Functions Branch San Francisco Bay Regional Water Quality Control Board, Attn.: Certification Section Environmental Protection Agency, Attn: Mike Monroe, WTR-8 City of San Mateo Planning Department- 2M Associates, Attn: Patrick Miller * * * * * * * * * * * * * Receipt acknowledged, contents understood and agreed to: Executed at By: Applicant Title I I f I I I I I p I I I I I I i I i I 1 I I I I I I I 1 I I I I I I I SECTION 01150 FIELD ENGINEERING 1.0 DATUM Vertical and horizontal datum is based on the coordinates and benchmarks shown on the Drawings. The Contractor shall establish other vertical and horizontal control from these Owner furnished reference points as required to properly layout and construct the Work. All connections shall be installed based on actual elevations of existing structures to which connections are made. 2.0 LINES AND GRADES The Contractor shall lay out all work, including structures and pipelines, and shall be responsible for any errors resulting therefrom. In all questions arising as to proper location of lines and grades, the Owner's Representative 's decision will be final. As part of the bid price for the construction of the improvements the Contractor shall provide and be responsible for the layout of all work specified in the contract. The Contractor shall provide all necessary surveys, field staking, and positioning for the construction of all components at the proper alignment, elevations, grades, and positions, as indicated on the Drawings and as required for the proper operation and function. The Contractor shall stake the work limits. The Contractor's layout shall be based upon existing structures, and the vertical and horizontal datum established by the Owner. The Contractor shall supply such labor as required, at no extra charge, to aid and assist the Owner's Representative in checking location and grades of the work as set by the Contractor, if requested by the Owner's Representative. This shall include moving materials and equipment that interfere with a clear line of sight between horizontal control points and the construction work. *** END OF SECTION *** Section 01150 - 89 East Third Avenue Landfill Closure Phase Il / Seal Point Park Project No. 460531 SECTION 01160 REGULATORY REQUIREMENTS 1.0 SAN MATEO BUSINESS LICENSE GUIDELINES — A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General contractor, $100.00; (2) all other contractors, $40.00." 2.0 APPLICABLE CODES Uniform Building Code, 1997 edition California Building Code, 2001 edition California Title 24 Local Building Code, Latest Edition Uniform Mechanical Code, Latest Edition California Mechanical Code, Latest Edition Uniform Plumbing Code, Latest Edition California Plumbing Code, Latest Edition National Electrical Code, Latest Edition California Electrical Code, Latest Edition 3.0 FEES AND PERMITS Contractor is responsible to obtain and pay for permits from the following agencies, and for any other incidental permits that may be required. Contractors Fees and Permits San Mateo Public Health Department, Health and Safety Plan Storm Water Pollution Prevention Permit, City of San Mateo *** END OF SECTION *** Section 01160 - 90 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 I I w I I 1 1 I 1 I I 1 1 1 SECTION 01200 PROJECT MEETINGS 1.0 Pre -Construction Conference - The Owner's Representative will schedule a pre - construction conference and organizational meeting at the project site or other convenient location upon award and/or execution of the Contract and before issuance of the Notice to Proceed. More than one conference may be required if the Owner and Contractor deem it is in their collective best interests to do so. 1.1 Attendees - The Owner, Owner's Representative, Design Consultant, Contractor and its superintendent, invited subcontractors, and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the work. 1.2 Agenda - The Owner's Representative, in concert with the Owner, Design Consultant and Contractor, will prepare an agenda for discussion of significant items relative to contract requirements, procedures, coordination and construction. Items on the agenda will include the Contractor's field organization, submittals, progress payments, change order procedures, safety and permit requirements, inspection procedures, and other project related matters. 2.0 Progress Meetings - The Owner's Representative will conduct progress meetings at the project site at weekly or other regularly scheduled intervals agreed to between the contractor and the Owner's Representative. Frequency of meetings are to be determined by the Owner's Representative. Meeting minutes will be taken by the Owner's Representative and distributed accordingly. 2.1 Attendees - The Owner, Design Consultant and Owner's Representative shall each be represented at the meetings. Attendance by subcontractors, suppliers and other entities is subject to issues and/or items of the agenda which may, or may not, require attendance. 2.2 Agenda - Review, correct or approve minutes of the previous progress meeting. Review items of significance that could affect project progress. Review status of previous action items and determine what new action items are necessary to insure the project stays on schedule. Review Contractor's look ahead schedule. Add other action items that were not considered when the agenda was developed. 3.0 Conferences - Any time during progress of the Work, the Owner and the Owner's Representative shall have the authority to require the Contractor and any subcontractor, suppliers, or service providers to attend job -site conferences. Any notice of such conference shall be duly observed and complied with by the Contractor and subcontractors, suppliers, or service providers. ***END OF SECTION*** Section 01200 - 91 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 I 1 1 r 1 1 I 1 1 I i 1 r SECTION 01250 MODIFICATION PROCEDURES 1.0 CHANGES IN CONTRACT PRICE Whenever corrections, alterations, or modifications of the work under this Contract are ordered by the Owner's Representative and approved by the Owner and increase the amount of work to be done, such added work shall be known as extra work; and when such corrections, alterations, or modifications decrease the amount of work to be done, such subtracted work shall be known as work omitted. The difference in cost of the work affected by such change will be added to or deducted from the amount of said Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined in one or more of the following ways as directed by the Owner's Representative: a. By unit prices fixed by agreement between the parties; b. By an acceptable lump sum proposal from the Contractor; or c. By Force Account (as described in Paragraph 01250-3.0 Force Account Payment) when directed in writing and administered by the Owner through its agents or representatives. When required by the Owner's Representative, the Contractor shall submit, in the form prescribed by the Owner's Representative, an itemized breakdown with supporting data of the quantities and prices used in computing the value of any change that may be ordered. The Owner's Representative will review the Contractor's proposal for the change and negotiate an equitable adjustment with the Contractor. After there is an agreement the Owner's Representative will prepare and process the Change Order and make a recommendation for action by the Owner. All Change Orders must be approved by the Owner in writing before the work can be authorized and the Change Order executed. The prices agreed upon and any agreed upon adjustment in Contract Time shall be incorporated in the written order issued by the Owner, which shall be written so as to indicate an acceptance on the part of the Contractor as evidenced by its signature. By signature of the Change Order, the Contractor acknowledges that the adjustments to cost and time contained in the Change Order are in full satisfaction and accord, payment in full, and so waives any right to claim any further cost and time impacts at any time during and after completion of the Contract for the changes encompassed by the Change Order. 2.0 NEGOTIATED CHANGE ORDERS Under the methods described in Paragraph 01250-1.Ob and 1.0c above, the Contractor shall submit substantiating documentation with an itemized breakdown of Contractor and subcontractor direct costs, including labor, material, equipment rentals, and approved services, pertaining to such ordered work in the form and detail acceptable to the Section 01250 - 92 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Owner's Representative. The direct costs shall include only the payroll cost for workers and foremen, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the Owner's Representative; the cost of materials used and equipment delivered and installed in such work as substantiated by appropriate documents; the cost of construction machinery and equipment based on fair rental or ownership values acceptable to the Owner's Representative as described in Paragraph 01250-3.0, Force Account Payment and the cost of incidentals directly related to such work. The direct costs shall not include any labor or office costs pertaining to the Contractor's managers or superintendents, its office and engineering staff and office facilities, or anyone not directly employed on such work, nor the cost of small tools as all such indirect costs form a part of the Contractor's overhead expense. Under the method described in Paragraph 01250-1.0b and 1.0c the maximum percentage which will be allowed for the Contractor's combined overhead and profit will be: a. For work by its own organization, the Contractor may add the following percentages: 1 Direct Labor 25 percent 2 Materials 15 percent 3 Equipment (owned or rented) 15 percent b. For all such work done by subcontractors, such subcontractor may add the same percentages as the Contractor as listed in (a) above to its actual net increase in costs for combined overhead and profit and the Contractor may add up to ten (10) percent of the subcontractor's total for its combined overhead and profit. c. For all such work done by sub tier subcontractors, such sub -subcontractors may add the same percentages as the Contractor as listed in (a) above to its actual net increase in costs for combined overhead and profit, and the subcontractor may add up to ten (10) percent of the sub -subcontractor's total for its combined overhead and profit. The Contractor may add up to five (5) percent of the subcontractor's total for its combined overhead and profit. d. To the total of the actual costs and fees allowed hereinunder, not more than two (2) percent shall be added for additional bond and insurance other than labor insurance. The above fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation, and any reproduction or change order documents. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, for each area of work, i.e. direct labor, materials, equipment, and subcontractors. The amount of credit to be allowed by the Contractor to the Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in Paragraph 01250-3.0, Force Account Payment. The Contractor shall not claim for anticipated profits on work that may be omitted. Section 01250 - 93 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460531 I I i 1 I I 1 I r I I I I I 1 I 3.0 FORCE ACCOUNT PAYMENT If either the amount of work or payment for a Change Order cannot be determined or agreed upon beforehand, the Owner may direct by written Change Order or Field Order that the work be done on a force account basis. The term "force account" shall be understood to mean that payment for the work will be done on a time and expense basis, that is, on an accounting of the Contractor's forces, materials, equipment, and other items of cost as required and used to do the work. For the work performed, payment will be made for the documented actual cost of the following: a. Direct labor cost for workers, including foremen, who are directly assigned to the force account work: Direct labor cost is the actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements or state prevailing wages, workers' compensation and labor insurance, and labor taxes as established by law. No other fixed labor burdens will be considered, unless approved in writing by the Owner. b. Material delivered and used on the designated work, including sales tax, if paid for by the Contractor or its subcontractor. c. Equipment rental, including necessary transportation for items having a value in excess of One Thousand Dollars ($1,000.00). d. Additional bond. e. Additional insurance, other than labor insurance. To the preceding costs, there shall be added the following fees for the Contractor, subcontractor, or sub -subcontractor actually performing the work: 1 A fixed fee not to exceed fifteen (15) percent of the costs of Items a, b, and c above. 2 To the total of the actual costs and fees allowed hereunder, not more than two (2).percent shall be added for additional bond and insurance as the cost of Items d and e above. For work performed by an approved subcontractor, the Contractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. For work performed by a sub tie -subcontractor, the subcontractor may add to the total of the actual costs and fixed fees allowed under the preceding paragraph for the sub - subcontractor an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the subcontractor's administration of the work performed by the sub tier subcontractor. The Contractor may add to the total of the actual costs and fixed fees allowed under this paragraph an additional fixed fee of five (5) percent of said total. No further compensation will be allowed for the Contractor's administration of the work performed by the subcontractor. Section 01250 - 94 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The above fixed fees represent the maximum limits which will be allowed, and they include the Contractor's and all subcontractors' indirect home office expenses and all costs for cost proposal preparation and record keeping. The Owner reserves the right to furnish such materials and equipment as it deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item c above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Payment shall be based on actual rental and transportation invoices subject to the following: 1. The rental rate shall not exceed the rate in the Caltrans' Equipment Rental Rate (ERR), latest edition. 2. Owner -operated equipment rates shall not exceed the rate in the ERR plus the labor costs as provided in Item a, above. 3. The rental cost allowed for equipment shall cover all expenses including fuel, supplies, repairs, maintenance, ownership, and incidental costs and no further allowances will be made for those items, unless specific agreement to that effect is made. 4. For Contractor owned equipment not covered in the ERR, the rental rate shall be based on either actual cost accounting records or the monthly rates in the Contractor's Equipment Cost Guide published by "Data Quest". Hourly rates shall be determined by dividing the monthly rate by 176 hours. 5. When equipment is idled or on standby owing to a compensable delay of any kind, equipment rental rates will be based on the operated rental rate, determined by one of the methods in clauses I through 4 above, times the right-of-way delay factor published in the ERR. If there is no right-of-way delay factor for the equipment, the idle or standby rate shall be determined by using the Data Quest rate that excludes all operating related costs such as fuel and maintenance, 6. When equipment is used during an overtime period, the rental rate shall be based on the operated rental rate, determined by one of the methods in clauses 1 through 4 above, times the overtime factor published in the ERR. Prior to the commencement of force account work, the Contractor shall notify the Owner's Representative of its intent to begin work. Labor, equipment and materials furnished on force account work shall be recorded daily by the Contractor upon report sheets furnished by the Owner's Representative to the Contractor. The reports, if found to be correct, shall be signed by both the Contractor and Owner's Representative, or inspector, and a copy of which shall be furnished to the Owner's Representative no later than the working day following the performance of said work. The daily report sheet shall thereafter be considered the true record of force account work provided. If the Owner's Representative, or inspector, do not agree with the labor, equipment and/or materials listed on the Contractor's daily force account report, the Contractor and Construction Manger, or inspector, shall sign -off on the items on which they are in agreement. The Owner's Representative shall then review the items of disagreement and Section 01250 - 95 East Third Avenue Landfill Closure Phase fl / Seal Point Park Project No. 460531 I I I I 1 I I I I I I 1 1 I 1 1 I I I I I I I !' 1 I will advise the Contractor, in writing, of its determination. If the Contractor disagrees with this determination, it shall have the right to file a claim notice as provided in Paragraph 00700-7.3.2.1, Notice. The Contractor shall maintain its records in such a manner as to provide a clear distinction between the direct costs of work paid for on a force account basis and the costs of other operations. To receive partial payments and final payment for force account work, the Contractor shall submit, in a manner approved by the Owner's Representative, detailed and complete documented verification of the Contractor's and any of its subcontractor's actual costs involved in the force account pursuant to the pertinent Change Order or Field Order. Such costs shall be submitted within thirty (30) days after said work has been performed. No payments will be made for work billed and submitted to the Owner's Representative after the thirty (30) day period has expired. The force account invoice shall itemize the materials used and shall cover the direct costs of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The invoice shall be in a form acceptable to the Owner's Representative and shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendor's invoices. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. The amount of credit to be allowed by the Contractor to the Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease and a credit in accordance with the markups allowed under the use of the method described in this Section. The Contractor shall not claim for anticipated profits on work that may be omitted. 4.0 TIME EXTENSIONS FOR CHANGE ORDERS If the Contractor requests a time extension for the extra work necessitated by a proposed Change Order, the request must comply with the applicable requirements of Paragraph 01313-6.0 TIME IMPACT ANALYSES. ***END OF SECTION*** Section 01250 - 96 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No, 460531 1 1 1 1 f 1 r I 1 I 1 1 I 1 I 1 1 SECTION 01292 MEASUREMENT AND PAYMENT 1.0 MEASUREMENT OF OUANTITIES 1.1. General Measurements of the completed work shall be in accordance with, and by instruments and devices calibrated to United States Standard Measures and the units of measurement for payment, and the limits thereof, shall be made as shown on the Plans, Specifications, General Requirements, and Supplementary Conditions. Payment for the various items of the Bid Schedule, as further described herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies and manufactured items and for all operations, and incidental appurtenances to the items of work being described, as necessary to complete the various items of work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto. Payment for the various items of the Bid Schedule shall include all costs of permits, business licenses, and the cost of compliance with the regulations of public agencies having jurisdiction, including the Department of Health Services, Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for various appurtenant items of work. 1.2 Units of Measurement Measurements shall be in accordance with U.S. Standard Measures. A pound is an avoirdupois pound. A ton is 2,000 pounds avoirdupois. The unit of liquid measure is the U.S. gallon. 1.3 Certified Weights When payment is to be made on the basis of weight, the weighing shall be done on certified platform scales, or when approved by the Owner's Representative, on a completely automated weighing and recording system. The Contractor shall furnish the Owner's Representative with duplicate licensed weighmaster's certificates showing the actual net weights. The Owner will accept the certificates as evidence of the weights delivered. 1.4 Methods of Measurement Materials and items of work, which are to be paid for on the basis of measurement, shall be measured in accordance with the method stipulated in the particular sections involved. In determining quantities, all measurements shall be made in a horizontal plane unless otherwise specified. Section 01292 - 97 East Third Avenue Landfill Closure Phase I1 / Seal Point Park Project No. 460531 Material not used from a transporting vehicle shall be determined by the Owner's Representative and deducted from the certified tag. When material is to be measured and paid for on a volume basis and it would be impractical to determine the volume, or when requested by the Contractor in writing and approved by the Owner's Representative in writing, the material will be weighed and converted to volume measurement for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Owner's Representative and shall be agreed to by the Contractor before such method of measurement of pay quantities will be adopted. Full compensation for all expense involved in conforming to the above requirements for measuring and weighing materials shall be considered as included in the unit prices paid for the materials being measured or weighed and no additional allowances will be made therefore. Quantities of material wasted or disposed of in a manner not called for under the Contract; or rejected loads of material, including material rejected after it has been placed by reason of failure of the Contractor to conform to the provisions of the Contract; or material not unloaded from the transporting vehicle; or material placed outside the lines indicated on the plans or given by the Owner's Representative; or material remaining on hand after completion of the Contract, will not be paid for and such quantities will be deducted from the final total quantities. No compensation will be allowed for hauling rejected material. 2.0 DESCRIPTION OF BID ITEMS 2.1 General The bid items are presented to indicate major categories of the work for purposes of comparative bid analyses, payment breakdown for monthly progress payments and as in the case of Bid Item 2, Sheeting Shoring & Bracing, to comply with the California Labor Code relating to the price for sheeting, shoring, and bracing of excavations. Bid items are not intended to be exclusive descriptions of work categories and the Contractor shall determine and include in its pricing all materials, labor, and equipment necessary to complete each Bid Item as shown and specified. Contractor shall perform all work depicted in the Contract Documents whether it is specifically mentioned in the Bid Schedule and bid item descriptions or not. The Bid Schedule and the Bid Item Descriptions below are intended to cover any and all Work depicted in the Contract Documents. Not all elements of every part of the Work are explicitly listed. It is the intention of Owner, and a provision of this Contract, that any and all of the Work depicted shall be included in Contractor's bid and installed complete at a price included in a Bid Item submitted with Contractor's bid. No adjustments will be made to unit, extended, or total price for an item that is depicted in the contract documents but is not specifically described or itemized. Such items may be included for payment in a bid item of the Contractors' choice, as long as the chosen bid item is closely related. Section 01292 - 98 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 r I I 1 I I I i I I 1 I1 I i 1 I I I I 2.2 Bid Item Descriptions Bid Item 1 Mobilization / Demobilization: This bid item includes all the work described in paragraph 11-1.01 of the State Standard Specification. It will be paid in accordance with paragraphs 11-1.02 A through D of the State Standard Specification. Bid Item 2 Sheeting Shoring & Bracing: This bid item includes all work necessary to comply with OSHA, CalOSHA, and California Labor Code Section 6707 including the preparation of an excavation safety plan. Payment for sheeting, shoring, and bracing will be bid as a separate bid item whenever excavation of any kind is included in the project. Measurement for this item will be equal to the percentage of grading and trench excavation completed as specified herein and as estimated by the Owner's Project Representative. This price shall constitute full compensation for completion of all planning, design, engineering fees, furnishing and construction, and removal and disposal of such temporary sheeting, shoring and bracing as a lump -sum item, complete, as required under the provisions of any permits, and in accordance with the requirements of OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Bid Item 3 Pedestrian / Traffic Control: This bid item includes all work necessary to prepare, implement, and maintain a pedestrian and traffic control plan. It will be paid on a monthly prorated basis beginning in the month when the first traffic control measures are Stalled. Bid Item 4 Bonds & Insurance: This bid item includes all costs for the performance bond, payment bond, and required insurance. It will be paid as a lump sum after the Owner receives satisfactory bond and insurance forms. Bid Item 5 Demolition: This bid item includes all work necessary to demolish and dispose of items designated to be demolished, to be paid as a lump sum by percentage of completion. Bid Item 6 Erosion Control: This bid item includes all work to prepare and implement erosion controls in conformance with the applicable permits, including the Owner's NPDES permit for Storm Water Pollution Prevention and the STOPPP construction permit. It will be paid on a monthly prorated basis. Bid Item 7 Clearing And Grubbing: This bid item includes all work involved in clearing and grubbing as shown on the drawings (except the propagule materials), as specified, and as directed by the Engineer, including the removal and disposal of the resulting material. It will be paid on the area cleared & grubbed. This item includes moving surface and shallow -set boulders to a location designated by the Project Representative. Bid Item 8 Grading to Bottom of Foundation Laver: This bid item includes all cut and fill earthwork needed to achieve the lines and grades roughly to the bottom of the Foundation Layer, so that the Foundation Layer, GCL, and Vegetative Layer can be placed to achieve the minimum thickness and finished to the designated final surface grades. This item includes all necessary excavation, handling, transportation, segregating soil types, stockpiling, moisture conditioning, placement, compaction, grading, and maintenance of stockpiles. It also includes segregating construction debris and refuse encountered in the volume of earth between the original and final lines and grades. It will be paid on the basis of total Section 01292 - 99 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 volume (adding cut plus fill) of earthwork between the original lines and grades and the tines and grades of the designed bottom of Foundation Layer, as measured by aerial surveys taken initially immediately after clearing and grubbing, and finally upon completion of final grading. Bid Item 9 Install New Landfill Cap (GCL w/ 24" Foundation & 18" Vegetative Layers): This bid item unit price includes all material, placed and finished, to comprise one (1) square yard measured on the horizontal, of landfill cap, including 24" minimum Foundation Layer, GCL, and Vegetative Layer upon grades created by Bid Item 8. The bid item includes all accommodations and measures for utilities and other items placed within it as an assembly. Bid Item 9a Install New Landfill Cap (GCL w/ 6" Foundation & 18" Vegetative Layers): This bid item unit price includes all material, placed and finished, to comprise one (1) square yard measured on the horizontal, of landfill cap, including 6" minimum Foundation Layer, GCL, and 18" Vegetative Layer upon grades created by Bid Item 8. The bid item includes all accommodations and measures for utilities and other items placed within it as an assembly. Bid Item 10 6" ADS Storm Drain Pipe: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (1) lineal foot of 6" ADS storm drain pipe, measured on the horizontal. Bid Item 11 8" ADS Storm Drain Pipe: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (I) lineal foot of 8" ADS storm drain pipe, measured on the horizontal. Bid Item 12 12" ADS Storm Drain Pipe: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (1) lineal foot of 12" ADS storm drain pipe, measured on the horizontal. Bid Item 13 15" ADS Storm Drain Pipe: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (I) lineal foot of 15" ADS storm drain pipe, measured on the horizontal. Bid Item 14 18" ADS Storm Drain Pipe: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (1) lineal foot of 18" ADS storm drain pipe, measured on the horizontal. Bid Item 15 Sanitary Sewer Force Main: This bid item unit price includes all excavation, bedding, pipe, fittings, testing, backfill and surfacing for the complete installation of one (I) lineal foot of 6" ADS storm drain pipe, measured on the horizontal. Bid Item 16 Sanitary Sewer Ejector Pumps: This bid item unit price includes all excavation, bedding, structural installations, fittings, appurtenances, testing, backfill and surfacing for the complete installation of one (I) sanitary sewer force ejector pump and lift station structure as shown and specified. Bid Item 17 Sanitary Sewer Cleanouts: Section 01292 -100 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 i i I i 1 1 1 I I 1 1 I I 1 1 1 r I I I This bid item unit price includes all excavation, bedding, fittings, backfill and surfacing for the complete installation of one (1) sanitary sewer cleanout. Bid Item 18 Sanitary Sewer Manhole: This bid item unit price includes all excavation, bedding, structural installations, fittings, appurtenances, testing, backfill and surfacing for the complete installation of one (1) sanitary sewer manhole. Bid Item 19 Drop Inlets: This bid item unit price includes all excavation, bedding, structural installations, fittings, appurtenances, testing, backfill and surfacing for the complete installation of one (I) drop inlet as for area and storm drainage as shown and specified. Bid Item 20 Flared End Sections: This bid item unit price includes all excavation, bedding, structural installations, fittings, appurtenances, testing, backfill, outfall (riprap energy dissipator) and surfacing for the complete installation of one (I) flared end section for storm drain outfall. Bid Item 21 Area Drains: This bid item unit price includes all excavation, bedding, structural installations, fittings, appurtenances, testing, backfill and surfacing for the complete installation of one (1) area drain as shown and specified. This item includes attached pipe and appurtenances not specifically paid by another Bid Item. Bid Item 22 Geotextile Swale Linings: This bid item unit price includes all excavation, material, fasteners, backfill and surfacing for the complete installation of one (1) square yard measured on the horizontal to line bioswales and other swales and ditches on the site as directed. Bid Item 23 Surveying: This bid item includes an initial site survey, monthly progress surveys, and a final survey of the project site. It will be used to establish the initial and final grades used to determine the quantity of work for bid item 7, 8, 9, 10, 11, 12, 13, 14, 15, 22, 24, 25, 26, 27, 28, 31, 32, 33, 34, 35, 37, 38, 39, 40, 41, 42, 43, 44, and 45. The initial and final surveys shall be done by a California licensed surveyor or civil engineer. This item will be paid on a prorated basis when performed according to the Schedule of Values to be provided by Contractor and approved by Owner. Bid Item 24 Excavate Refuse & Relocate On -Site: This bid item is to be used for landfill refuse burial on -site. It will be done at the direction of the Owner. It includes handling, unloading, stockpiling, transportation, burial and compaction of the refuse at a location on the project site designated by the Owner. It includes removal of cover on an existing landfill area, and installation of a 12" temporary daily soil cover, if required. It will be paid of the basis on net volume excavated. No additional payment for daily or temporary cover will be made. Bid Item 25 Excavate Refuse, Off Haul & Dispose: This bid item is to be used for refuse removal to an off -site licensed waste disposal facility. It will be done at the direction of the Owner. It includes handling, unloading, stockpiling, transportation, testing, and the lawful disposal at an offsite location selected by the Contractor. It will be paid on the basis on net volume disposed. Bid Item 26 Screen & Crush Onsite Spoil: Section 01292 -101 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 This bid item unit price includes all material, equipment, and labor to screen one (1) cubic yard from spoil material in the stockpiles and windrows, segregate larger pieces into suitable and unsuitable categories, and crush the suitable material so that it passes a 2 -inch sieve and conforms to the specification for foundation layer material. Item will be paid per cubic yard of loose crushed material. Material unsuitable for crushing will be set aside and disposed separately under the appropriate bid item. Bid Item 27 Place Extra Foundation Laver Soil: This bid item includes all material, equipment, and labor to install one (1) cubic yard of foundation layer material from an on -site surface source and compact it to 90% relative compaction in lots of at least one cubic yard, as directed by the Owner's Project Representative. Bid Item 28 Place Extra Vegetative Laver Soil: This bid item includes all material, equipment, and labor to install one (1) cubic yard of vegetative layer material from an on -site surface source and compact it to 90% relative compaction in lots of at least one cubic yard, as directed by the Owner's Project Representative. Bid Item 29 Import Foundation Layer Soil: This bid item includes all costs for material, equipment, and labor to provide to the site from off - site sources determined by the Contractor one (1) cubic yard of foundation layer material to an on - site surface location in lots of at least 15 cubic yards, as directed by the Owner's Project Representative. Bid Item 30 Import Vegetative Laver Soil: This bid item includes all costs for material, equipment, and labor to provide to the site from off - site sources determined by the Contractor one (1) cubic yard of vegetative layer material to an on - site surface location in lots of at least 15 cubic yards, as directed by the Owner's Project Representative. Bid Item 31 Asphalt Paving — Vehicle Load: This bid item unit price includes all work to install one (1) square foot of a full section of asphaltic -concrete pavement for roadways and parking, including excavation, sub -grade treatments, sub -base, base, coats, and asphaltic -concrete. This price includes all necessary coordination measures with existing conditions at pavement edges and within the pavement area. Bid Item 32 Asphalt Paving - Pedestrian Load: This bid item unit price includes all work to install one (1) square foot of a full section of asphaltic -concrete pavement for trails and paths, including excavation, sub -grade treatments, sub- base, base, coats, and asphaltic -concrete. This price includes all necessary coordination measures with existing conditions at pavement edges and within the pavement area. Bid Item 33 Decomposed GranitewithResin Treatment: This bid item unit price includes all work to install one (1) square foot of a full section of decomposed granite pavement, including excavation, sub -grade treatments, sub -base, base, decomposed granite, and specified resin treatment. This price includes all necessary coordination measures with existing conditions at pathway edges and within the pavement area, but excludes new (N) concrete curbs. Bid Item 34 Decomposed Granite with Copolymer Treatment: This bid item unit price includes all work to install one (1) square foot of a full section of decomposed granite pavement, including excavation, sub -grade treatments, sub -base, base, decomposed granite, and specified copolymer treatment. This price includes all necessary Section 01292 - 102 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 I 1 coordination measures with existing conditions at pathway edges and within the pavement area, but excludes new (N) concrete curbs. Bid Item 35 Gravel Paving: This bid item unit price includes all work to install one (1) square foot of a full section of gravel pavement, including excavation, sub -grade treatments, sub -base, base, and decomposed granite. This price includes all necessary coordination measures with existing conditions at pathway edges and within the pavement area, but excludes new (N) concrete and lumber edge curbs. Bid Item 36 Pavement Stripes, Roads & Paths: This bid item unit price includes all work to install pavement striping as shown and specified. Payment will be by percentage of completion. Bid Item 37 Concrete Band Edge: This bid item unit price includes all work to install one (1) lineal foot of a full section of a concrete band edge as depicted, including excavation, sub -grade treatments, base, reinforced concrete, and backfill. This price includes all necessary coordination measures with existing conditions at pathway edges and within the pavement area. Bid Item 38 Concrete Curb: This bid item unit price includes all work to install one (1) lineal foot of a full section of a concrete curb as depicted, including excavation, sub -grade treatments, base, reinforced concrete, and backfill. This price includes all necessary coordination measures with existing conditions at pathway edges and within the pavement area. Bid Item 39 Concrete Curb & Gutter: This bid item unit price includes all work to install one (1) lineal foot of a full section of a concrete curb and gutter as depicted, including excavation, sub -grade treatments, base, reinforced concrete, and backfill. This price includes all necessary coordination measures with existing conditions at pathway edges and within the pavement area. Bid Item 40 Habitat Fence: This bid item unit price includes all work to install one (1) lineal foot of a complete Habitat Fence as depicted, including excavation, sub -grade treatments, GCL penetration treatment, fittings, reinforced concrete, and backfill. The cost of all gates and other features needed for complete fencing system as shown shall be included in this unit price. Bid Item 41 Seed Mixture "A": This bid item unit price includes all work to install one (1) square foot the specified seed mixture "A", including materials, equipment, preparation, hydro -seeding, and maintenance for the period specified. Bid Item 42 Seed Mixture "A", willow cuttings: This bid item unit price includes all work to install one (1) square foot the specified seed mixture "A" with willow cuttings, including materials, equipment, preparation, hydro -seeding, and maintenance for the period specified. Bid Item 43 Seed Mixture "B": This bid item unit price includes all work to install one (1) square foot the specified seed mixture "B", including materials, equipment, preparation, hydro -seeding, and maintenance for the period specified. Bid Item 44 Seed Mixture "C": Section 01292 -103 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 This bid item unit price includes all work to install one (1) square foot the specified seed mixture "C", including materials, equipment, preparation, hydro -seeding, and maintenance for the period specified. Bid Item 45 Seed Mixture "D": This bid item unit price includes all work to install one (1) square foot the specified seed mixture "D", including materials, equipment, preparation, hydro -seeding, and maintenance for the period specified. Lump Sum Bid Items — Seal Point Park Features The price submitted for each Park Bid Item shall include all costs to provide a complete and useable facility in accordance with the plans and specifications, including but not limited to overhead, profit, regulatory compliance, site protection and sediment control, insurance, supervision, and so on. Building construction bid items are intended to install all systems associated with the building, including but not limited to foundations above the GCL with complete gas mitigation as shown in the "ENV" series drawings, structural, architectural, roofing, electrical and mechanical systems. Signs mounted on and in buildings shall be installed as work under the Park Bid Item that installs the building. Park Bid Item 1 — Restroom at Windsurfing Area As a lump sum, install Windsurfing Restroom building and all appurtenances including pad and foundation above fine grade, gas mitigation system as shown in drawing series "ENV" and foundations above GCL, all pavers and curbs around them with drainage features, fountain and other outdoor equipment, bicycle racks, and furniture shown within the limits of the interlocking pavers, connections as needed to stubbed utilities installed by Park Bid Item, bicycle rack, all signs in and on the building as shown; signs 013, 014, 015, 017, 019, and 021; electrical and communications distribution lines between San Mateo Creek Overlook Point and the Main Distribution Panel at the Entry Kiosk; connected to nearby connection boxes installed under Park Bid Item 014; terminate and seal all installations to protect the work from the elements; provide all measures and material to make these systems complete, functional and conforming at all service locations on the west side on the park including the Windsurf Ramp area. Water and sewer utilities including sewer lift station, tapping to points of connection provided by Park Bid Items 008 and 025. If this item is not built, the area will be hydro -seeded and have decomposed granite (DG) pathway installed under the unit price. Park Bid Item 2 — Wetland Observation Point As a lump sum, install all features of Wetland Observation Point including decomposed granite (DG) pathway and signs 001 and 003. If this Item is not built, wetland fence will be installed under the unit price. Park Bid Item 3 — Entry Kiosk As a lump sum, install all features of Kiosk structure and all associated site features within the triangle made by the surrounding roadways, including pavers and signs, Curbs along the edge of roadway will be paid as a Unit Priced item. If this Bid Item is not built, the area will be hydro - seeded under the unit price. Park Bid Item 4 — Maintenance Building As a lump sum, install Maintenance Building and all appurtenances including pad and foundation above fine grade, gas mitigation system as shown in drawing series "ENV" and foundation above Section 01292 -104 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No.460531 1 1 1 A 1 i 1 1 1 1 I 1 1 1 1 1 1 1 1 I 1 1 I 1 I 1 GCL, utilities connections to stubouts installed by Park Bid Item 25, interlocking pavers at side and decomposed granite (DG) pathway to front door; asphaltic concrete transition to garage door; pavement striping in front of garage; curbs around building and pavers; and building signs in area. Park Bid Item 5 — Trash Enclosure by Dog Park (No. 2) As a lump sum, install Trash Enclosure in its entirety with all equipment and hardware shown or specified, including bicycle racks; drinking fountain; concrete apron in front of trash enclosure; and interlocking pavers. Park Bid Item 6 — Restroom "B" at Dog Park As a lump sum, install Dog Park Restroom building and all appurtenances including pad and foundation above fine grade, gas mitigation system as shown in drawing series "ENV" and foundation above GCL, pavers shown including those around the Dog Park Trash Enclosure, connections as needed to stubbed utilities installed by Park Bid Item 25, bicycle racks, all signs in and on the building as shown and the sewer lift station with piping to the building; and signs 053, 055, 057, and 059. Park Bid Item 7 — Trash Enclosure at Windsurfing Area (No. 1) As a lump sum, install Trash Enclosure in its entirety with all equipment and hardware shown or specified, interlocking pavers and substrate layers. If this item is not built, area will be hydro - seeded and curbs will be joined under the unit prices. Park Bid Item 8 — Dog Park As a lump sum, install all habitat fences and gates around Dog Park and plaza, all interlocking pavers and curbs in this area and substrate layers, all equipment and furniture related to the Dog Park except picnic tables and shelters, all related decomposed granite (DG) paved areas and related curbs and substrate layers, water line to and drain line from the fountain, all paths shown within the Dog Park; signs 071, 079; water line for Dog Park fountain, including tap and main line from street main. If this Bid Item is not built, the area will be hydro -seeded and pathways joined with decomposed granite (DG) under the unit prices. Park Bid Item 9 — Picnic Areas (1 & 2) As a lump sum, install all Dog Park Picnic Area grounds improvements and picnic tables (2 areas, each with two (2) picnic tables, for a total of four (4) picnic tables) and decomposed granite (DG) bulbs with curbs as shown. If this Bid Item is not built, the area will be hydro -seeded under the unit prices. Park Bid Item 10 —Picnic Overhangs (1 & 2) As a lump sum, install both Dog Park Picnic Area overhang structures in Picnic Areas 1 and 2 as shown. Park Bid Item 11— Outdoor Classroom As a lump sum, install all features shown on Drawing L-2.1 including Pad for Art; electrical and communication utilities, tapped from the Dog Park area, terminated and sealed to protect the work from the elements; all measures and material to make these systems complete, functional and conforming at all service locations; sign 083. If this item is not built, no work will be done in the area. Park Bid Item 12 — Windsurfing and Sea Kayak Access As a lump sum, install new artificial turf platform, asphalt paving, concrete ramp with handrail, concrete stairs with handrail, substrate layers as shown for all improvements, windsock, realignment of existing (E) pathway, trash receptacle; signs 115, 118, and 119; electrical and communications distribution lines between San Mateo Creek Overlook Point and this Windsurf Section 01292 - 105 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Ramp; terminate and seal all installations at conductor ends to protect the work from the elements. If this item is not built, no work will be done hi the area, Park Bid Item 13 — Windsurf Trail As a lump sum, install new earthen pathway, concrete stairs, landing, associated weep drains and culvert, and signs 117, 131 and 133. If this item is not built, no work will be done in the area. Park Bid Item 14 — San Mateo Creek Interpretive Outlook As a lump sum, install all features of the San Mateo Creek Overlook Point including decomposed granite (DG) pathways, boulders, signs 125 and 127, and electrical and communications distribution lines between Windsurf Restroom and this Overlook Point; connect to box at Overlook Point installed under Park Bid Item 24; terminate and seal all installations to protect the work from the elements. Park Bid Item 15 — Overlook Point As a lump sum, install all features of Overlook Point. Park Bid Item 16 — Art Display A As a lump sum, install all features of Art Display A, including sign 135. If this item is not built, curbs will be joined under the unit prices. Park Bid Item 17 — Art Display B As a lump sum, install all features of Art Display B, including sign 107. If this item is not built, curbs will be joined under the unit prices. Park Bid Item 18 — Art Display C As a lump sum, install all features of Art Display C, including sign 109. If this item is not built, curbs will be joined under the unit prices. Park Bid Item 19 — Hillside Stairs (Includes Interpretive Point A & B) As a lump sum, install all features of Hillside Stairs, Interpretive Points A and B, signs 103 and 105, concrete seatwalls, as shown in Drawing L-1.5 and referenced Drawings. If this item is not built, curbs will be joined under the unit prices. Park Bid Item 20 — Interpretive Point C As a lump sum, install all features of Art Display C, including signs 095, 097, 099, and 101. If this item is not built, curbs will be joined under the unit prices. Park Bid Item 21 — 16' Diameter Pad for Art This bid item unit price includes all work to install one (1) circular concrete slab of 16 -foot diameter with a full section, including excavation, sub -grade treatments, sub -base, base, reinforcement, and concrete. Park Bid Item 22 — 20' -Diameter Pad for Art This bid item unit price includes all work to install one (1) circular concrete slab of 20 -foot diameter with a full section, including excavation, sub -grade treatments, sub -base, base, reinforcement, and concrete. Park Bid Item 23 — Benches As a lump sum, install eight (8) benches at various locations per Detail 3 of Drawing L-3.10, including site, pad, and foundation; and one trash receptacle with foundation slab per Detail 6, Drawing L-3.9 at each bench location. Section 01292 -106 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Park Bid Item 24 - Grant Signs for Bay Trail ADA Signs As a lump sum, install Signs 005, 007, 009, 011, 027, 031, 033, 035, 041, 044, 049, 061, 065, 067, 069, 075, 078, 081, 087, 091, 112, 113, 120, 129, and 140; install all ADA signs except those related to structures; all signs related to structures are part of the Park Bid Item for the structure. 1 1 I 1 i 1 1 Park Bid Item 25 -Site Utilities As a lump sum, install all exterior water, power, and communications, except Dog Park water line and main, and utilities to the west side of the park from the split point at the park entry. Includes Main Distribution Panel at Entry Kiosk and all appurtenances. Terminate and size all installed utilities so that points of connection can be tapped for work under all other Bid Items. Electrical service up to secondary of service transformer will be provided by others. Park Bid Item 26 - Habitat Access Fence at Wetland As a lump sum, install all fences and gates enclosing the Wetlands Area, except the front Vehicle Access Gate, and those installed under the Dog Park bid item. Park Bid Item 27 - Non -Grant Signs As a lump sum, install construction sign, signs 012, 013, 023, 025, 029, 034, 037, 039, 043, 045, 047, 051, 063, 067, 077, 079, 085, 089, 093, 099, 101, 103, 105, 111, 121, 129, 131, 133, 139, and 141. Include all foundations, pedestals, structures, etc., for complete installations as shown on Sheet L-3.6 "Construction Sign" and Signage drawings. Park Bid Item 28 - Vehicle Access Gates As a lump sum, install three vehicle access gates at the traffic circle, as shown. 3.0 CONTRACTOR'S COST BREAKDOWN The Contractor shall submit a Schedule of Values, including all Additive and Deductive Bid Items to the Owner's Representative prior to the first payment and within ten (10) days after receipt of its Notice to Proceed. The price breakdown, as agreed upon by the Contractor and the Owner's Representative, shall be used for preparing future estimates for partial payments to the Contractor, and shall list the major items of work with a price fairly apportioned to each item.- Mobilization, overhead, bond, insurance, other general costs and profit shall be prorated to each item so that the total of the prices for all items equal the lump sum price. At the discretion of the Owner's Representative, mobilization, bond and insurance costs may be provided for separately if accompanied by invoices to verify actual expenses. The price breakdown shall be generally in the same format as the Contract specifications divisions and subdivisions, with major items of work listed individually. The price breakdown shall be by structure, civil, landscaping, or other logical division of work. The price breakdown for architectural, structural, mechanical, process, and electrical work shall include separate items for identifiable portions of the structures. The price breakdown shall include separate allowances for any testing and startup work required. Measurable approximate quantities of work performed by the Contractor or its subcontractors shall be provided. For quantities that are the sum total of several individual quantities, backup summaries shall be provided which list the individual descriptions and quantities. These summaries then will be used to determine the quantities of work in place in subsequent progress payment requests. The above is a statement of the intent of the Contract Documents to provide a moderate level of detail, acceptable to the Owner's Representative, to allow a fair and reasonable Section 01292 -107 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 estimate to be made of the value of work installed. The detail of the price breakdown must be sufficient to provide timely processing of the monthly progress payment request. The price breakdown will be subject to the approval of the Owner's Representative, and upon request, the Contractor shall substantiate the price for any or all items and provide additional level of detail, including quantities of work: The price breakdown shall be sufficiently detailed to permit its use by the Owner's Representative as one of the bases for evaluating requests for payments. The Owner's Representative shall be the sole judge of the adequacy of the price breakdown. The Schedule of Values shall be solely used to determine progress payments. The Schedule of Values shall not be considered in determining payment or credit for additional or deleted work. *** END OF SECTION *** Section 01292 -108 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 I 1 1 SECTION 01313 PROJECT SCHEDULE 1.0 GENERAL 1.1 Scope 1.1.1 CPM - The Contractor shall prepare and maintain a Project Schedule usingthe critical path method (CPM) of schedule analysis. 1.1.2 Management Tool - The schedule is a management tool. It is used to demonstrate the Contractor's means of construction, to identify the critical path of work necessary for on -time completion, and to provide a method of analyzing the effects of delays to the contract completion date. 1.1.3 Requirement - The requirement for the Project Schedule is included to assure adequate planning and execution of the Work and to assist the Owner in appraising the reasonableness of the proposed Project Schedule and evaluating the progress of the Work. 1.1.4 Float - Float is a project resource equally available to the Contractor and Owner. 1.2 Related Work 1.2.1 See Section 01010, Summary of Work, for project specific constraints, project milestones, work sequence restrictions, coordination requirements, and other project requirements that may affect the Project Schedule 2.0 PRODUCTS 2.1 Automated Scheduling Programs 2.1.1 Required Software - The Contractor shall prepare the Project Schedule using Primavera Project Planner © (P3), SureTrak Project Manager © 3.0, or Microsoft Project 2000 © or equal. The Contractor shall provide a licensed copy of the scheduling program to the Owner at no cost. The program shall become the property of the Owner. 2.1.2 Alternate Software - If the Contractor elects to use another automated scheduling program, it shall provide a licensed copy that works with Windows 98 or 2000 and shall provide training at no cost to the Owner. 2.2 Submittals 2.2.1 Waiver of Claims - In the event that the Contractor fails to comply with the provisions of this Section 01313, Project Schedule, it shall unconditionally waive all claims for delay and shall waive all defenses for the assessment of liquidated damages during the time it is not in compliance. If compliance is achieved, the Contractor's claims for delay or defenses for liquidated damages shall exclude the time it was not in compliance with this section. 2.2.2 Submission of Schedule - All Project Schedule submittals shall include an electronic version, provided on 3 '/2 inch floppy disks, or other electronic means acceptable to the Owner, compatible with the Windows operating system, in a format readable by Primavera scheduling programs. 2.2.3 Gantt Chart - Each Project Schedule submittal shall include a time -scaled network activity diagram (Gantt Chart). 1. The Contractor shall plot the diagram on ANSI B, C, D, or E sized paper at the Owner's option. 2. The organization and layout of the diagram shall be as directed by the Owner. Section 01313 -109 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 3. The network activity diagram shall show for each activity its description, its unique activity number, its estimated duration in work days, and its relationship with other activities. The critical path shall be shown in red on the network activity diagram. 2.2.4 Preliminary Project Schedule. 1. The Contractor shall prepare a Preliminary Project Schedule and submit it no later than the Notice to Proceed date. 2. The Contractor can elect to submit the Proposed Baseline Project Schedule in lieu of the Preliminary Project Schedule. 2.2.5 Baseline Project Schedule I. The proposed Baseline Project Schedule shall be submitted within 10 working days after the Notice to Proceed is issued or such other time as the Owner may allow. In no case shall the proposed Baseline Project Schedule be submitted later than 20 working days after the Notice to Proceed has been issued. 2.2.6 Schedule Review 1. The Owner will review Project Schedule submittals and provide written comments within 10 working days. The review comments will only address the Contractor's compliance with the contract requirements including Contract Period, milestones, and owner imposed construction constraints. They do not constitute an approval of the Contractor's approach. Scheduling the project and the means and methods needed to achieve the schedule are solely the responsibility of the contractor. 2. Review of the Project Schedule does not relieve the Contractor of its responsibility for meeting the Contract Completion Date. Any omission of work from the Project Schedule shall not excuse the Contractorfrom completing such work within the Contract Period. 3. The Contractor shall make adjustments in the Project Schedule to accommodate the Owner's needs so long as such changes do not increase the Contractor's costs for performing the work or do not extend the Contract Completion Date. 3.0 Execution 3.1 General The following requirements are based on using SureTrak Project Manager (0 3.0. If the Contractor is using another scheduling program, it shall be configured to yield similar results. 3.1.1 Activity Codes 1. Each activity shall have the following activity codes defined and completed: a. RESP-The entity responsible for completing the activity. Each activity shall be assigned to the Contractor, subcontractor, supplier, governmental agency, or the Owner. b. AREA -Logical subdivision of the Project as determined by the Contractor. As a minimum, use the following: i) Mobilization ii) Submittals/Review/Procurement iii) Time impact analysis iv) Sitework/underground v) Foundation vi) Structure(s) vii) Interior Finishes Section 01313 - 110 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 I viii) Mechanical ix) Electrical x) Exterior finishes xi) Landscape xii) Closeout c. PHAS-Phase of work having separate completion milestone or other Contract constraint. WBS-work breakdown structure codes are optional. 3.1.2 Calendar I. The normal workweek project calendar shall exclude weekends and Owner observed holidays as workdays. 2. Special calendars for overtime, shift work, or extended work days may also be defined at the Contractor's option. 3.1.3 Constraints 1. The schedule shall incorporate Contract required constraints or limitations on work sequence. 2. Other than those required by the Contract Documents, no start or fmish constraints shall be allowed on activities without the Owner's permission. 3. The "Must Finish Date" for the project shall be the Contract Completion Date. 4. The weather allowance shall be on the critical path and be the only activity logically connected to the contract completion milestone. 3,1.4 Logical Relationships 1. Only one logical relationship shall exist between any two activities except for hammock activities. 3.1.5 Critical Path 1. Only one critical path shall be defined. 3.2 Preliminary Project Schedule 3.2.1 General - It shall include all activities to be accomplished before the review of the Baseline Project Schedule is completed. 3.2.2 Owner Review - The Owner will review the Preliminary Project Schedule. 1. It will be the basis of measuring project progress until replaced by the Baseline Project Schedule. 3.2.3 Preliminary Schedule - The Preliminary Project Schedule shall show: 1. Activity relationships. 2. Project constraints. 3. The critical path. 4. The start and finish dates of all activities. 5. Submittal review and procurement of major piece of equipment. Section 01313 - 111 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 6. Progress milestone events. 7. The time required for testing, inspection and other procedures required prior to acceptance of the Work. 8. Activity duration shall be no longer than twenty (20) workdays, except for submittal and procurement activities. If an activity takes longer, it shall be broken into appropriate segments of work for measurement of progress. The Owner may waive this limitation for activities whose progress can be easily monitored. 3.3 Baseline Project Schedule 3.3.1 General - The proposed Baseline Project Schedule shall incorporate all the requirements and information presented in the Preliminary Project Schedule. 3.3.2 Components - Proposed Baseline Project Schedule shall include construction activities, submittal activities for samples and shop drawings, procurement activities for critical materials and equipment, fabrication activities for special material and equipment, and installation and testing activities. 3.3.3 Owner Activities - Activities of the Owner that affect the schedule shall be shown with the RESP code assigned to the Owner. 3.3.4 Level of Detail - The level of detail shall be subject to review by the Owner. 3.3.5 Review Comments - After review of the proposed Baseline Project Schedule, the Contractor shall revise it as requested by the Owner's review comments. The revised schedule shall become the Baseline Project Schedule. 3.3.6 Early Completion. 1. If the Baseline Project Schedule proposes early completion, the Contractor shall explain what means and methods it will employ to achieve early completion. 2. The Owner at its sole option, may request the Contractor to resource load the Baseline Project Schedule showing the resources it and its subcontractors intend to use to achieve early completion. Delays in completing work because of inadequate resources shall be non -excusable. 3. It shall be understood that the Contractor's project home office overhead and General Requirements costs are sufficient for the entire Contract Period unless the Contractor provides compelling documentation to the contrary. a) If the Contractor demonstrates to the Owners satisfaction that early completion date is achievable and that its project home office overhead and General Requirements costs were estimated to cover only the reduced Contract Period, the Contractor agrees that the time between the early completion date and the Contract Completion Date is project float. At its option, the Contractor can request a contract change order reducing the Contract Period. 14 Schedule Updates 3.4.1 Monthly Updates 1. Each month the Contractor shall prepare and submit a schedule update that reflects the progress of the Work through the progress payment cutoff date. a) The monthly update shall be submitted at the same time as the Progress Payment Request. b) The update shall incorporate executed and show pending Contract Change Orders as they relate to the logic and sequence of the Work, the critical path, and the Contract Period. 3.4.2 Additional Updates - Additional updates may be required when any of the following conditions exist: Section 01313 -112 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 1 1 e 1 1 1 1 1 1 1 i 1 1 1 1 i i 1 1 1 1 1 1 1 I 1 1 1 1 1. When a delay results in an extension of Contract Period by either twenty (20) working days or by five (5) percent of the remaining duration of time to complete the Contract, whichever is less. 2. When submittal or procurement delays make rescheduling necessary. 3. When the Project Schedule does not represent actual prosecution and progress of the Work. 4. When there is a revision to the sequence of activities. 5. When an interim milestone date is likely to be missed. 6. When changes occur to the critical path. 7. When a Contract Change Order will result in an extension in the Contract Period. 3.4.3 Reports 1. The Contractor shall submit a report with the Project Schedule update. a) The report shall include the status of submittals and procurement of major items. b) It shall identify changes to the Project Schedule including added or deleted activities, delays, changes in logic, changes in activity duration, and any other substantive changes to the schedule since the previous report was submitted. c) If there is a difference in the percent complete progress as measured by the Project Schedule and the percent complete progress as measured by the Progress Payment Request, the Contractor shall explain the reason for the difference. d) The narrative report shall include a description of problems and delays and an assessment of their effects. It shall identify corrective actions taken or proposed. 3.4.4 Time Impact Analysis 1. The update shall incorporate schedule delays and approved time extensions as they occur. 2. The delays shall be assigned an AREA code of "Time Impact Analysis" and an appropriate RESP code assigned. 3. The time impact analysis shall be necessary to justify an excusable or compensable time extension. The Contractor shall also adjust its preferred sequence of work to mitigate the effects of a delay on project costs and Contract Period. 3.5 Three -Week Look Ahead Schedules. A. At each weekly meeting, Contractor shall submit to the Owner a look -ahead schedule showing activities to be accomplished during the following three weeks. The look -ahead schedule shall as a minimum show activities from the current Project Schedule as well as activities requiring the Owner's action. B. The Contractor shall submit a report of activities that are delayed, who is responsible, and what action is recommended to avoid a delay in Contract completion. *** END OF SECTION *** Section 01313 -113 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 1 I I I 1 I 1 SECTION 01318 REQUEST FOR INFORMATION 1.0 GENERAL 1.1 1.1.1 Definition and Form Definition - A request for information (RFI) is a written request from the Contractor to the Owner's Representative for information that: 1. Is not contained in the Contract Documents and is not inferable from the Contract Documents. 2. The Contract Documents contain contradictory information as to how the Work is to be performed. 1.1.2 Form - Information request shall be made in writing, serially numbered, and submitted on an Owner approved Request for Information Form. Each RFI form prepared by the Contractor shall be full and completed 1.1.3 Multiple Locations - Where the RFI includes multiple location or similar conditions, a single RFI should be used that incorporates all locations or similar conditions. 1.1.4 Effects on Schedule - If the RFI concerns an aspect of the project that affects the critical path, the Contractor must: 1. Identify the critical path by activity number in the contractor's Project Schedule. 2. Specify the date when a response is required. 1.1.5 Contractor Responsibility for Review - Prior to submitting the RFI, Contractor shall diligently review the Contract Documents for information responsive to the RFI, including information incorporated by reference. Contractor should not issue RFI's regarding information contained in or inferable from the Contract documents, including information incorporated by reference. An RFI is invalid if the RFI response is contained in or inferable from the Contract Documents. 1.1.6 Response Period - The Owner's Representative shall endeavor to respond to each no later than seven (7) days after receipt of the RFI unless a longer time is needed. Such longer time shall be communicated to the Contractor who shall advise if the longer time will adversely affect the Contract Period or Contract Amount. Contractor shall be responsible for preparing and submitting RFI's to not cause delay to the progress of the work nor to cause any impact to the Contractor's labor productivity. An RFI may be considered untimely if failure to respond within seven (7) days results in delay to the project. Untimely submission of any RFI will preclude contractor from asserting any claims for delay or for labor impact against the Owner. 1.1.7 RFI Response does not Constitute a Contract Change - The Owner's Representative response to a RFI shall not, by itself, constitute an authorization to perform any work that causes an adjustment to either the Contract Period or Contract Amount. If the Contractor believes the response to a RFI should constitute a change to either the Contract Period or Contract Amount, Contractor shall notify the City Representative within seven (7) calendar days of the receipt of the RFI response. Failure to timely submit adjustments to the Contract Period or Contract Amount shall waive the Contractor's rights for such Section 01318 -114 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 change. In said notice, Contractor must provide the basis for its request for a change, including an estimate of the cost associated with the change. ***END OF SECTION *** Section 01318 -115 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 I I I 1 I 1 I I I I I I SECTION 01330 SUBMITTALS 1.0 SUBMITTALS Where the Contractor is required by these Specifications to make submittals, they shall be forwarded to the Owner's Representative, with a letter of Transmittal, and in accordance with the requirements of this section and Section 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. The Contractor shall submit the following items to the Owner's Representative. Eight (8) copies are to be submitted unless other provisions of the Contract Documents stipulate a different number of submittals. Three (3) copies of submittals which require review will be returned to the Contractor with comments, if any, for its records. Should the Contractor require more than three copies, it will be required to provide the additional copies at no additional cost to the Owner: It shall be the Contractor's responsibility to copy and/or conform reviewed submittals in sufficient numbers for its files, subcontractors and vendors. Approved copies of the construction schedule and Operation and Maintenance Manuals are the property of the Owner and will not be returned to the Contractor. The Contractor shall provide the following items: • Designation of Contractor's Representative • Contractor's Safety Program (IIPP) • Designated Safety Supervisor • Designated "Competent Person(s)" • Cost Breakdown • Construction Schedule o Submittal and Materials List o Substitutions List • Shop Drawings • Material Safety Data Sheets • Operation and Maintenance Manuals • Working Drawings • Requests and Notices • Manufacturer's Affidavits • Warranty Data • Others as Specified in the Technical Specifications • Manufacturer's Instructions • Manufacturer's Certifications Where the Contractor is required by these Specifications to submit samples of products, the Contractor shall provide a sufficient number of physical samples to allow three (3) to be retained by the Owner's Representative of all structural and architectural products involving color, finish, texture, or the like. 2.0 MATERIALS LIST Section 01330-- 116 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Within thirty-five (35) days after the Notice to Proceed, the Contractor shall submit a List of Materials to the Owner's Representative for review. The List shall include all items of equipment and materials for mechanical, piping, architecture, electrical, heating and ventilating, equipment piping, and plumbing work; and the names of manufacturers with whom purchase orders have been or will be placed. The List shall be arranged in the same order as the Specifications, and shall contain sufficient data to identify all items of material and equipment the Contractor proposes to furnish. The List shall include Specification and/or Drawing references. After the submission is favorably reviewed and returned to the Contractor by the Owner's Representative, it shall become the basis for the submission of detailed manufacturer's drawings, catalog cuts, curves, diagrams, schematics, data, and information on each separate item for review as set forth in SECTION 01340, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. The favorable review of shop drawings shall be obtained prior to the fabrication, delivery and construction of items requiring shop drawing submittal. 3.0 SEISMIC DESIGN AND ANCHORAGE OF EOUIPMENT AND OTHER APPURTENANT FACILITIES All pieces of electrical, mechanical, and instrumentation equipment and appurtenant facilities which are separately mounted or anchored shall be so designed and installed as to be in conformance to all requirements of the Uniform Building Code - for the edition adopted by the governing jurisdiction, both for vertical and lateral loading. This requirement applies, but is not limited to, such items as light fixtures, electrical and instrumentation panels, tanks, pumps, piping, pipe supports and hangers, generators, motors, fans, ventilating ducts and equipment, and other similar equipment or facilities. The applicable seismic zone for this project shall be as defined by the Uniform Building Code. San Mateo is located in Zone 4 as defined by the Uniform Building Code. All equipment or facilities described in these Specifications or on the Drawings shall be designed and anchored to resist seismic forces appropriate for this seismic zone. Anchorage or restraints shall be so designed as to resist the code required forces acting in any direction. The design of the entire anchoring system, and the furnishing of any part of the anchoring system that must be integral with the equipment or facilities, shall be the responsibility of the manufacturer or supplier. The Contractor, working closely with the manufacturer or supplier, shall be responsible for furnishing or installing anchors or restraints, which are independent of the equipment or facilities. Examples, but not limited to those noted, are anchor bolts, restraining curbs, walls, or angles and similar items. Shop drawings for seismic anchorage listed in these specifications shall be submitted. Shop drawing submittals shall include equipment weights, locations of proposed equipment centroids, calculations, details, and other amplifying data demonstrating conformance to the seismic requirements of this Section. Such calculations shall be prepared and signed by a registered Civil or Structural Engineer in the State of California. Calculations shall also be submitted on all equipment or facilities so indicated in the technical specifications. Although calculations will not be required, manufacturers shall assure that equipment has been designed and constructed to safely transfer seismic induced loads through the equipment and to the anchorage systems without failure of equipment components. If possible, equipment anchorage required by this section shall be designed to preclude the requirement for Special Inspections by an outside agency. *** END OF SECTION * Section 01330 -117 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 464531 I 1 I r I I I I 1 1 a 1 I I I I I' I L I I I I I Attachment to section 1330 SUBMITTALS LIST Contract Title: East Third Avenue Landfill Excavation 1 00610 q4 Performance Bond W/ Agreement 2 Payment Bond 00620 W/ Agreement 3 Contractor's Representative 00700-4.2 At Pre -con Conference 4 Permits 007004.9 NLT 10 working days after NTP 5 Contractor Safety Program 00700.4.12.2 NLT 10 working days after NTP 6 Safety Supervisor 00700.4.12.3 NLT 10 working days after NTP 7 Shoring & Bracing Plan 007004.12.6 See (1) 8 Patent Rights 00700-8.1.2 Before Final Payment 9 Release of Claims 00700-8.6 After last partial payment 10 Work Plan 01110-2.4 NLT 10 working days after NTP 11 Schedule of Values 01292-3.0 NLT 10 working days after NTP 12 Preliminary CPM schedule 01313-2.2.4 NLT NTP Date 13 Copy of scheduling software 01313-2.2.4 NLT NTP Date 14 Baseline Schedule 01313-2.2.5 NLT 10 working days after NTP 15 Schedule update 01313-3.4.1 Monthly 16 r Schedule report 01313-3.4.3 Monthly, with update 17 3 -week Look -ahead schedule 01313-3.5 Weekly, at project meeting 18 List of Materials 01330-2.0 NLT 35 cal. days after NTP 19 Storm Water Pollution Prevention Plan 01500-7.4 At Pre -con Conference 20 Locations for parking & storage 01500-7.8 NLT 10 working days after NTP 21 Haul routes 01500-8.2 Before Pre -con conference 22 Traffic Control Plan 01500-8.3 Before work on public streets 23 Proposed substitutions 01500-8.3 NLT 30 cal. days after NTP Section 01330 - 118 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I Submittals List, continued 24 Cutting & Patching Plan 01732-1.3 Before cutting 25 O&M Manuals 01770-1.0 Before installation 26 Final O&M Manual 01770-1.0 Before Final Acceptance 27 Warranty Form 01770-2.0 See Note (2) 28 Record Drawings 01770-4.0 Before acceptance 29 Shop Drawings, product data & samples 01340-1.0 NLT 30 cal. days after NTP 30 Other submittals per Technical Specs Divisions 2-16 NLT 30 cal. days after NTP (1) Before excavating more than 5 feet deep (2) Before substantial Completion and Final Acceptance and use of a portion of the Work. This list is not intended as an inclusive summary of all requirements for submittal of documents. If conflicts exist between this list and the Referenced Paragraph, the Referenced Paragraph takes precedence. For comprehensive submittal requirements, refer to Contract Documents. *** END OF SECTION *** Section 01330 -119 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I r 1 I I 1 I I 1 1 Ii 1 r I 1 I I I • I I I I SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 1.0 CONTRACTOR'S RESPONSIBILITIES The Contractor shall submit, at its own expense submittals and details of structural and reinforcing steel, equipment, material, electrical controls, architectural fabrications, pipe, pipe joints, special pipe sections, and other appurtenances as required in technical specifications. All submittals and supporting data, catalogs, schedules, etc., shall be submitted as the instruments of the Contractor, who shall be responsible for their accuracy and completeness and coordination. Such responsibility shall not be delegated in whole or part to subcontractors or suppliers. These submittals may be prepared by the Contractor, subcontractors, or suppliers, but the Contractor shall ascertain that submittals meet all of the requirements of the Contract Documents, while conforming to structural, space, and access conditions at the point of installation. Designation of work "by others," if shown in submittals, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who prepared the submittals. The Contractor shall insure that there is no conflict with other submittals and notify the Owner's Representative in each case where its submittal may affect the work of another contractor or the Owner. The Contractor shall insure coordination of submittals among the related crafts and subcontractors. Submittals shall be prepared in such form that data can be identified with the applicable Specification paragraph. The data shall clearly demonstrate compliance with the Contract Plans and Specifications and shall relate to the specific equipment to be furnished. Where manufacturer's standard drawings are employed, they shall be marked clearly to show what portion of the data is applicable to this project. 2.0 TRANSMITTAL PROCEDURES 2.1 Transmittal Form A separate transmittal form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. The specification section to which the submittal is related shall be indicated on the transmittal form. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX"; where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX-Y"; where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for Section 01340 -120 East Third Avenue Landfill Closure Phase III Seal Point Park Project No. 460531 1 resubmittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal 25. 2.2 Deviations From The Contract If the submittals show any deviations from the Contract requirements, the Contractor shall submit with the submittal submission a separate written description of such deviations and the reasons therefore. If the Owner accepts such deviation, the Owner shall issue an appropriate Contract Change Order, except that, if the deviation is minor, or does not involve a change in price or in time of performance, a Change Order need not be issued. If any deviations from the Contract requirements are not noted on the submittal, the review of the shop drawing shall not constitute acceptance of such deviations. 2.3 Submittal Completeness The Contractor shall check all submittals before submitting them to the Owner's Representative and shall certify on the transmittal letter and on each shop drawing that they have been checked, are in compliance with the Plans and Specifications, and all deviations from the Contract requirements are noted. If the Contractor submits an incomplete submittal, the submittal will be returned to the Contractor without review. A complete submittal shall contain sufficient data to demonstrate that the items comply with the Specifications, shall meet the minimum requirements for submissions cited in the technical specifications, shall include materials and equipment data and seismic anchorage certifications where required, and shall include any necessary revisions required for equipment other than first named. It is considered reasonable that the Contractor shall make a complete and acceptable submittal to the Owner's Representative at least by the second submission of data. The Owner reserves the right to deduct monies from payments due the Contractor to cover additional costs of review beyond the second submission. 2.4 Submittal Period All submittals shall be completed within ninety (90) days after Notice to Proceed by the Owner, unless the Owner's Representative accepts an alternate schedule for submission of submittals proposed by the Contractor. 3.0 REVIEW PROCEDURE Submittals shall be submitted to the Owner's Representative for review and returned within 20 working days after receipt. Review of submittals by the Design Consultant has as its primary objective the completion for the Owner of a project in full conformance with the Contract Plans and Specifications, unmarred by field corrections, and within the time provided. In addition to this primary objective, submittal review as a secondary objective will assist the Contractor in its procurement of equipment that will meet all requirements of the project Plans and Specifications, will fit the structures detailed on the Plans, will be completed with respect to piping, electrical, and control connections, will have the proper functional characteristics, and will become an integral part of a complete operating facility. Section 01340 -121 East Third Avenue Landfill Closure Phase II ! Seal Point Park Project No. 460531 I 1 I I I I I I t I 1 After review by the Design Consultant of each of the Contractor's submissions, the material will be returned to the Contractor with actions defined as follows: A. NO EXCEPTIONS NOTED (RESUBMITTAL NOT REQUIRED) - Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. B. MAKE CORRECTIONS NOTED (RESUBMITTAL NOT REQUIRED) - Same as A, except that minor corrections as noted shall be made by the Contractor. C. MAKE CORRECTIONS NOTED (RESUBMIT)- Rejected because of major inconsistencies or errors which shall be resolved or corrected by the Contractor prior to subsequent review by the Design Consultant. D. NOT ACCEPTABLE (RESUBMIT)- Submitted material does not conform to Plans and Specifications in major respect., i.e.: wrong size, model, capacity, or material. Items A and B above (no resubmittal required) are considered "favorable review." Items C and D above (correction and resubmittal required) are considered "unfavorable review." It shall be the Contractor's responsibility to copy and/or conform reviewed submittals in sufficient numbers for its files, subcontractors, and vendors. I I I I I L 1 1 4.0 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS The Design Consultant's favorable review of submittals shall be obtained prior to the fabrication, delivery and construction of items requiring submittal review. Favorable review of submittals does not constitute a change order to the Contract requirements. The favorable review of all submittals by the Design Consultant shall apply in general design only and shall in no way relieve the Contractor from responsibility for errors or omissions contained therein. Favorable review by the Design Consultant shall not relieve the Contractor of its obligation to meet safety requirements and all other requirements of laws, nor constitute a Contract Change Order. Favorable review by the Design Consultant will not constitute acceptance by the Design Consultant of any responsibility for the accuracy, coordination, and completeness of the submittals or the items of equipment represented on the submittals. ***END OF SECTION*** Section 01340 -122 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I 1 I I I I I I I l f' I SECTION 01420 REFERENCES 1.0 CODES AND STANDARDS References to a code or standard, means the latest edition in effect the date the Contract Documents were approved and dated by the Owner. Where codes, standards and reference documents are refereed to in the Contract Documents, the Contractor may submit a written request to the Owner's Representative for assistance in locating such documents. Within three working days of receipt of such request, the Owner's Representative or the Design Consultant will notify the Contractor as to where the document(s) can be reviewed. No provision of any such standard, specifications, manual, code or instruction shall be effective to change the duties and responsibilities of the Owner, Contractor, Design Consultant or the Owner's Representative, or any of their consultants, representatives, agents, or employees from those set forth in the Contract Documents. Nor shall any of the aforementioned be effective to assign to the Owner, the Design Consultant, or the Owner's Representative, or any of their consultants, representatives, agents, or employees any duty or authority to supervise or direct the furnishing or performance of the Work or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 2.0 DEFINITIONS OF WORDS AND TERMS Unless otherwise stated, the words directed, required, permitted, ordered, instructed, designated, applicable, appropriate, sufficient, proper, desirable, necessary, prescribed, approved, acceptable, satisfactory or words of like import, refer to actions, expressions, and prerogatives of the Owner, Design Consultant, or Construction Manager. Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine, and feminine of the words and terms. Acceptance — Formal action of the Owner in determining the Contractor's work is in accordance with the Contract and in notifying the Contractor in writing, of the acceptability of the work. Act of God - "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes more than a magnitude 3.5 on the Richter Scale and tidal waves. Addenda - Supplemental written specifications and/or drawings issued prior to the receipt of bids which modify or interpret the Contract Documents, by additions, deletions, clarifications, or corrections. Agreement - The written document covering the performance of the Work as more fully described in the Contract Documents. Bid - Offer of a Bidder submitted on the prescribed form setting forth the prices for the work to be performed. Section 01420 -123 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 Bidder - A properly licensed individual, firm, partnership, corporation, including joint ventures, submitting a proposal for the work contemplated, acting directly or through a duly authorized representative. Bond(s) - Bid, Performance, or Payment Bonds and other instruments of surety, furnished by the Contractor and Contractor's surety in accordance with the Contract Documents. Clarification Letter — A Clarification Letter is issued by the Owner's Representative to address the clarification of Contract issues raised by the Owner's Representative, Design Consultant, or the Owner. Calendar Day - Any day including legal holidays, Saturdays and Sundays. City Representative - The person designated in writing by the Owner to act as its agent on specified matters relating to this Contract. It shall be understood that Owner's Representative, and Owner shall be same as City Representative. Completion — The word completion shall indicate final completion, meaning the Contractor's contract obligations are fully performed. Contract Change Order - A written order to the Contractor, covering changes in the plans or quantities, or both, and establishing the basis of payment and time adjustments for the work affected by the changes. Also referred to as a Change Order. Contract Documents - The words "Contract Documents" shall mean any or all of, but not limited to, the following items, as applicable: Invitation to Bid Instructions to Bidders Bid Form and Bid Schedule Designation of Subcontractors Bid Guaranty Bond Agreement Performance Bond Payment Bond Insurance Endorsements Non -Collusion Affidavit General Conditions Supplementary Conditions General Requirements Technical Specifications Drawings Addenda, if any Executed Change Orders, if any Notice of Award Notice to Proceed Each of these items is to be considered by reference as part of the Contract Documents, also referred to as Contract. Contract Price - The amount payable to the Contractor under the terms and conditions of the Contract based on the price given on the bidding schedule, with Section 01420 - 124 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I i I I I I 1 1 1 I 1 I 1 I I t' I I I r I I I I i 1 I adjustments made in accordance with the Contract. The base amount given in the bidding schedule shall be either a lump sum bid or the summation of the unit price bids multiplied by the estimated quantities set forth in the bid form. Also referred to as Contract Amount or Contract Sum. Contract Time - Number of calendar days stated in the Contract for the completion of the Work. Contract Completion Date - The date on which the Contractor is to complete all contract work. Contractor - The individual, partnership, corporation, or combination thereof including joint ventures, who enter into the Contract with the Owner for the performance of the work. The term covers subcontractors, subtier subcontractors, consultants, equipment and material suppliers and their employees. Contractor's Plant and Equipment - Equipment, material, supplies, and all other items, except labor, brought onto the site by the Contractor to carry out the Work, but not to be incorporated in the Work. Dav(s) - Calendar Day(s). Direct - Action of the Owner or Owner's Representative by which the Contractor is ordered to perform or refrain from performing work under the Contract. Drawings - Refers to the Contract drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, signed by the Design Consultant, approved by the Owner, and are referred to in the Contract Documents, which show the location, character, dimensions, and details of the work to be performed. The terms drawing, plan and plans have the same meaning as the term drawings unless otherwise stated or specified. Design Consultant - The engineer or architect designated by the Owner to have design control over the Work or a specified portion of the Work, acting directly or through duly authorized representatives. Such representatives shall act within the scope of the particular duties delegated to them. The Design Consultant may also furnish inspection services, startup services and training services as provided by the Contact Field Directive - Written documentation of the actions of the Owner or Owner's Representative in directing the Contractor. Also referred to as a Directive. Field Order - A written instruction given to the Contractor authorizing work that is a change to the scope of work carried out on a time and material basis. Final Inspection List — List of materials, equipment, workmanship, or administrative requirements, which are not in conformance with the Contract. The Owner's Representative will prepare the list. The list will be given to the Contractor following the Contractor's notice of completion of the Work, including all items on the Punch List Float — Float, also known as slack or "total float," is the time a task can be delayed without delaying the Contract Completion Date. Float is a project resource. Tasks with float are non -critical. Section 01420 -125 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Furnish - To deliver to the job site or other specified location any item, equipment, or material. General Conditions — Sections 00700, GENERAL CONDITIONS and 00800, SUPPLEMENTARY GENERAL CONDITIONS, which form part of the Contract Documents representing the general clauses that establishes how the project is to be administered. General Requirements —Division I,GENERAL REQUIREMENTS, which forms part of the Contract Documents establishing special conditions or requirements peculiar to the work and supplementary to the General Conditions. Herein - Refers to information presented in the Project Manual. Holidays - Legal holidays designated by the Owner or specifically identified in the Contract. Indicated — A word used to direct the Contractor to information contained in the Contract Documents. Install - Placing, erecting, or constructing any item, equipment, or material. Laboratory - The designated materials testing laboratory authorized by the Owner to test materials and work involved in the Contract. Liquidated Damages - The amount prescribed in Paragraph 00700-6.5, Liquidated Damages, and Paragraph 00810-3.0, DAMAGES FOR DELAYS, to be paid to the Owner or to be deducted from any payments due or to become due the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Contract Documents. Notice of Award - A written notice to the Contractor that the Contract has been awarded to it. Notice to Proceed - A written notice to the Contractor authorizing him to proceed with the Work and establishing the date of commencement of the Contract Time. Multiple Notices to Proceed may be given at the sole option of the Owner for various aspects of the Work. Owner — The City of San Mateo, California. It shall be understood that Owner's Representative, and City Representative shall be same as Owner. Owner's Representative - The person designated in writing by the Owner to act as its agent on specified matters relating to this Contract. It shall be understood that City Representative, and Owner shall be same as Owner's Representative. Paragraph - For references or citation purposes, refers to the paragraph(s), called out by paragraph number and alphanumeric designator. Person - Includes firms, companies, corporations, partnerships, and joint ventures. Plans — See "Drawings". Section 01420 -126 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 t I 1 1 I I I I I I I I 1 I I I I I I I I I I I I I I I I Project - The undertaking to be performed under the provisions of the Contract. Project Representative - The person designated in writing by the Owner to act as its agent on specified matters relating to this Contract. Project Manual - The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the Table of Contents. Provide - Furnish and install, complete in place. Punch List - List of incomplete items of work, incomplete administrative requirements, and of items of work which are not in conformance with the Contract. Request for Information — A request forwarded by the Contractor to the Owner's Representative to request resolution of a question regarding the Contract Documents. Shall - Refers to actions by either the Contractor or the Owner and means the Contractor or Owner has entered into a covenant with the other party to do or perform the action. Shown - Refers to information presented on the Drawings, with or without reference to the Drawings. Site - The property as described in the General Conditions or as shown on the Drawings. Specifications - That part of the Contract Documents consisting of written descriptions of the technical features of materials, equipment, construction systems, standards and workmanship. Specify - Refers to information described, shown, noted or presented in any manner in any part of the Contract. State of California Specifications - The State of California Department of Transportation Standard Specifications in effect at the time of advertising the Work. Also referred to as State Standard Specifications and Caltrans Standard Specifications. Subcontractor - A subcontractor is a person or entity who has a direct contract with the Contractor to perform any of the Work at the Site. The term subcontractor means a subcontractor or subcontractor's authorized representative. The term subcontractor, does not include any separate contractor or any separate contractor's subcontractors. Submittals - The information which is specified for submission to the Owner's Representative in accordance with the Project Manual. Sub -subcontractor - A sub -subcontractor is a person or entity who has a direct or indirect contract with a subcontractor to perform any of the Work at the Site. The term sub -subcontractor means a sub -subcontractor or an authorized representative thereof. Section 01420 -127 East Third Avenue Landfill Closure Phase II / Sea! Point Park Project No. 460531 Substantial Completion — means the date, determined by the Owner, that the Contractor's contract obligations, while not fully performed, are sufficiently complete that the remaining contract work is minor. Supplier - Any person, firm, corporation, or organization who supplies materials or equipment for the Work, including that fabricated to a special design, and may also be a Subcontractor or a Sub -subcontractor. Surety - The person, firm, corporation, or organization that joins with the Contractor in assuming the liability for the faithful performance of the Work and for the payment of all obligations pertaining to the Work in accordance with the Contract Documents by issuing the Bonds required by the Contract Documents or by law. Will - Actions entered into by the Contractor or the Owner as a covenant with the other party to do or to perform the action. Work - The labor, materials, equipment, supplies, and other items necessary for the execution, completion, and fulfillment of the Contract. Working Day - Any day, other than a holiday, Saturday or Sunday, on which the Contractor may proceed with regular work on the current controlling operation as determined by the Owner's Representative toward the completion of the Contract. A working day is equivalent to 1.45 calendar days. 2.0 ABBREVIATIONS Whenever the following terms are used, the intent and meaning shall be as follows: Abbreviations Stand For AA Aluminum Association AABC Associated Air Balance Council AASHTO American Association of State and Highway and Transportation Officials AAMA Architectural Aluminum Manufacturers Association ABMA American Boiler Manufacturers Association ACI American Concrete Institute ADC Air Diffusion Council AGA American Gas Association AGC Associated General Contractors ALMA American Gear Manufacturers Association AI Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction Section 01420 -128 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I. I I I I I I I I I, I I I T I I 1 I 1 I I i 1 I I I I 1 I AMCA Air Moving and Conditioning Association ANSI American National Standard Institute (formerly United States of America Standards Institute) APA American Plywood Association API American Petroleum Institute AREA American Railway Engineers Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning ASME American Society of Mechanical Engineers ASAP American Sod Producers Association ASTM American Society of Testing and Materials AWI Architectural Woodwork Institute AWPA American Wood -Preserver's Association AWS American Welding Society AWWA American Water Works Association CAGI Compressed Air and Gas Institute CAL/OSHA State of California Department of Industrial Relations, Division of Industrial Safety CALTRANS California Department of Transportation CBM Certified Ballast Manufacturers CBR California Bearing Ratio CI Chlorine Institute CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CMAA Construction Managers Association of America CMAA Crane Manufacturers Association of America CPSC Consumer Products Safety Commission CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CTI Cooling Tower Institute DFPA Douglas Fir Plywood Association EIA Electronic Industries Association EJCDC Engineers' Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association EIA Electronic Industries Association EPA U.S. Environmental Protection Agency ETL Electronic Testing Laboratory Section 01420 - 129 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 FM Factory Mutual Insurance Company FPS Fluid Power Society FS Federal Specifications GO 95 General Order No. 95, California Public Utilities Commission Rules for Overhead Electric Line Construction HI Hydraulic Institute HMI Hoist Manufacturers Institute IAPMO International Association of Plumbing and Mechanical Officials IBR Institute of Boiler and Radiator Manufacturers ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronic Engineers IES Illuminating Engineering Society IMIAC International Masonry Industry All -Weather Council, International Masonry Institute IPCE International Power Cable Engineers Association ISA Instrument Society of America MBMA Metal Building Manufacture's Association MIL Military Specifications ML/SFA Metal Lath / Steel Framing Association MSS Manufacturer's Standardization Society NAAMM National Association of Architectural Metal Manufacturers NBS National Bureau of Standards NCMA National Concrete Masonry Association NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Act PCA Portland Cement Association PCI Prestressed Concrete Institute PCMAC Prestressed Concrete Manufacturers Association of California PS Product Standard RIS Redwood Inspection Service SDI Steel Deck Institute SDI Steel Door Institute Section 01420 - 130 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I I I I I I I I I I I I 1 I 1 I I 1 I I I I I I I I I I SJI Steel Joist Institute SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Structural Steel Painting Council TCA Tile Council of America UBC Uniform Building Code UFC Uniform Fire Code UPC Uniform Plumbing Code UL Underwriters Laboratories WCLIB West Coast Lumber Inspection Bureau WIC Woodwork Institute of California WIC Women in Construction WWPA Western Wood Products Association ***END OF SECTION*** Section 01420 -131 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I I I 1 i I SECTION 01430 QUALITY CONTROL 1.0 INSPECTION AND TESTING Additional requirements for tests are described in Section 01660, SYSTEMS TESTING, and other Technical Sections of these Specifications. 1.1 General Where the Contract Documents require work to be field tested or approved, it shall be tested in the presence of the Owner's Representative or its authorized representative. The Owner's Representative shall have the right to witness all on -site tests performed by the Contractor and any shop tests. The results of any tests performed by the Contractor shall be made available for the information of the Owner's Representative. Inspections, tests or favorable reviews by the Owner's Representative shall not relieve the Contractor of its obligation to perform the work in accordance with the requirements of the Contract Documents or for its sole responsibility to the quality of workmanship and materials. Except as specifically required under the technical specifications for testing and inspection, all tests for materials furnished by the Contractor will be done in accordance with commonly recognized standards of national organizations. Where tests are to be performed by the Owner's Representative or an independent testing laboratory or agency, the Contractor will provide all samples of materials without charge. The Owner's Representative and not the Contractor will select the sample or samples of materials to be tested. No material for which the Contract Documents require the submittal and approval of tests, certificates of compliance or other documentation shall be incorporated in the work until submittal and approval of the submittal has been made. The Contractor shall provide safe access for the Owner's Representative and its inspectors to inspect the quality of work and the works conformance with the Contract Documents. The Contractor shall furnish the Owner's Representative the necessary labor and facilities for such things as excavation in compacted fills to the depths required to take samples and/or density tests. The Contractor shall provide adequate lighting, ventilation, ladders and other equipment or protective facilities as may be necessary for the safe performance of inspections. Upon completion of the Work, the Owner's Representative will conduct a final inspection as provided in Section 00700-8.7, Final Inspection and Payment. Records shall be available at all reasonable hours for inspection by other local and State agencies to ascertain compliance with laws and regulations. 1.2 Notice The Contractor shall notify the Owner's Representative at least 24 hours before any field testing or special inspections are required to be performed by the Owner's Representative or the independent testing laboratory furnished by the Owner. The Contractor shall notify the Owner's Representative at least two hours before any inspection is required to be performed or to witness the Contractor's on -site field testing. Section 01430-132 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Whenever the Contractor varies the period during which work is carried on each day, the Contractor shall give the Owner's Representative due notice so proper and timely inspection may be provided. Any work done in the absence of the Owner's Representative shall be subject to rejection by the Owner's Representative and/or the Owner. 2.0 OUALITY CONTROL All materials and equipment, with the exception of approved recycled materials, shall be new and of the specified quality and equal to the samples found to be acceptable by the Design Consultant if samples have been submitted. It shall be the duty of the Contractor to call the Owner's Representative's attention to apparent errors or omissions and request instructions before proceeding with the Work. The Owner's Representative may, by appropriate instructions, correct errors and supply omissions not involving extra cost, which instructions shall be as binding upon the Contractor as though contained in the original Contract Documents. At the option of the Owner's Representative, materials and equipment to be supplied under this Contract will be tested and inspected either at their place of origin or at the site of the Work. The Contractor shall give the Owner's Representative written notification at least 30 days prior to the shipment of materials and equipment to be tested and inspected at point of origin. Satisfactory tests and inspections at the point of origin shall not be construed as a final acceptance of the materials and equipment nor shall such tests and inspections preclude retesting or reinspection at the site of the Work. Inspection of the Work by the Owner, Owner's Representative and/or Design Consultant shall not relieve the Contractor of its obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. 3.0 INSPECTION All work and materials are subject to the inspection of the Owner's Representative. The Contractor shall notify the Owner's Representative before noon of the working day before inspection is required. If the Specifications, the Owner's Representative's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give timely notice, in writing, of its readiness for inspection. Unless otherwise determined by the Owner's Representative, all inspections shall be done only in the presence of the Owner's Representative or its authorized representatives. The Owner, Owner's Representative, Design Consultant and authorized government agents and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress and to all warehouses and storage yards wherein materials and equipment are stored, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract, and improper work will be subject to rejection. Work and materials not meeting such requirements shall be made good, and unsuitable work or materials may be rejected; notwithstanding that such work or materials have been previously inspected by the Owner's Representative or that payment therefore has been included in a progress estimate. 3.1 Work Covered Prior to Inspection and/or Testing Section 01430-133 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I 1 i I I 1 I 1 I 1 I 1 I 1 I I I I I i i I I I r I I No portion of any work or installed materials shall be covered or concealed in any manner whatsoever without first being inspected by the Owner's Representative. If any work should be covered up without the approval or consent of the Owner's Representative, the Owner's Representative shall have the authority to require that such work be uncovered for examination; defective work, if any, corrected; and recovered at the Contractor's expense. 4.0 SAMPLES AND TESTS At the option of the Owner's Representative, the source of supply of materials for the Work shall be subject to tests and inspection before the delivery is started and before such materials are used in the Work. Representative preliminary samples of the character and quality prescribed shall be submitted by the Contractor or producer of materials to be used in the Work in sufficient quantities or amounts for testing or examination. All tests of materials furnished by the Contractor shall be made in accordance with the commonly recognized standards of national technical organizations, and such special methods and tests as are prescribed in the Contract Documents. Certificates of compliance shall be provided by the Contractor as required in the Technical Specifications. 4.1 Sampline The Contractor shall furnish such samples of materials as are requested by the Owner's Representative, without charge. No material shall be used until the Owner's Representative has had the opportunity to test or examine such materials. Samples will be secured and tested whenever necessary to determine the quality of the material. Samples and test specimens prepared at the jobsite, such as concrete test cylinders, shall be taken or prepared by the Owner's Representative or Testing Firm in the presence and with the assistance of the Contractor. 4.2 Testing Unless otherwise provided, all initial testing for concrete and soils shall be at no expense to the Contractor and shall be performed in the Owner's laboratory or in a laboratory designated by the Owner. Any retesting required due to failed test or defective material or sample shall be at the Contractor's expense. When required by the Contract or the Owner's Representative, the Contractor shall furnish, at no extra charge, certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Contractor is responsible for all system and equipment testing as provided for in these Contract Documents. 4.3 Test Standards All sampling, specimen preparation, and testing of materials shall be in accordance with the standards of nationally recognized technical organizations. Section 01430-134 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 The physical characteristics of all materials not particularly specified shall conform to the latest standards published by the American Society for Testing Materials, where applicable. ***END OF SECTION*** Section 01430-135 East Third Avenue Landfill Closure Phase U / Seal Point Park Project No. 460531 I I I I I I 1 I I I I 1 I I I1 I I I I I I t I r I SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS LO GENERAL The Contractor shall provide all temporary facilities and utilities required for prosecution of the work, protection of employees and the public, protection of the work from damage by fire, weather or vandalism, and such other facilities as may be specified or required by any legally applicable law, ordinance, rule, or regulation. 2.0 TEMPORARY UTILITIES 2.1 Electrical Service The Contractor shall arrange, at its own cost, with the local utility to provide adequate temporary electrical service at a mutually agreeable location. The Contractor shall then provide adequate jobsite distribution facilities conforming to applicable codes and safety regulations. The Contractor shall provide, at its own cost, all electric power required for construction, testing, general and security lighting, and all other purposes whether supplied through temporary or permanent facilities. 2.2 Water The Contractor shall pay for and shall construct all facilities necessary to furnish water for its use during construction. Water used for human consumption shall be kept free from contamination and shall conform to the requirements of the State and local authorities for potable water. The Contractor shall pay for all water used for the Contractor's operations prior to final acceptance. 2.3 Heating and Ventilation The Contractor shall provide means for heating and ventilating all work areas as may be required to protect the Work from damage by freezing, high temperatures, weather, or to provide a safe environment for workers. Unvented direct fired heaters shall not be used in areas where freshly placed concrete will be exposed to the combustion gases until at least two hours after the concrete has attained its initial set. 2.4 Sanitary Conveniences The Contractor shall provide suitable and adequate sanitary conveniences for the use of all persons at the site of the Work. Such conveniences shall include chemical toilets or water closets and shall be located at appropriate locations at the site of the Work. All sanitary conveniences shall conform to the regulations of the public authority having jurisdiction over such matters. At the completion of the Work, all such sanitary conveniences shall be removed and the site left in a sanitary condition. Section 01500 -136 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 3.0 CONSTRUCTION FACILITIES Construction hoists, elevators, scaffolds, stages, shoring, and similar temporary facilities shall be of ample size and capacity to adequately support and move the loads to which they will be subjected. Railings, enclosures, safety devices, and controls required by law or for adequate protection of life and property shall be provided. 3.1 Staging and Falsework Temporary supports shall be designed by a professional registered engineer with an adequate safety factor to assure adequate load bearing capability. If requested by the Owner's Representative, the Contractor shall submit design calculations for staging and shoring prior to application of loads. Excavation support shall be in accordance with Section 007004.12 Safety. 3.2 Temporary Enclosures When sandblasting, spray painting, spraying of insulation, or other activities inconveniencing or dangerous to property or the health of employees or the public are in progress, the area of activity shall be enclosed adequately to contain the dust, over -spray, or other hazard. In the event there are no permanent enclosures of the area, or such enclosures are incomplete or inadequate, the Contractor shall provide suitable temporary enclosures. 3.3 Warning Devices and Barricades The Contractor shall adequately identify and guard all hazardous areas and conditions by visual warning devices and, where necessary, physical bathers. Such devices shall, as a minimum, conform to the requirements of CallOSHA. 4.0 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection of public and private property at and adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements which are not designated for removal (e.g., curbs, sidewalks, survey points, fences, walls, signs, utility installations, pavements, structures, etc.) and are damaged or removed as a result of its operations. Repairs and replacements shall be at least equal to existing improvements and shall match them in fmish and dimension. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed because of the Contractor's operations, they shall be restored or replaced in as nearly the original conditions and location as is reasonably possible. Lawns shall be re -seeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements within the right-of-way which are designated for removal or would be destroyed because of the Work. Section 01500 -137 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I 1 I I I I I N 1 I 1 1 5.0 PROJECT SECURITY I I I I i 1 I I I I I I I The Contractor shall make adequate provision for the protection of the Work area against fire, theft, and vandalism, and for the protection of the public against exposure to injury. 5.1 Fire Extinguisher Sufficient number of fire extinguishers of the type and capacity required to protect the Work and ancillary facilities, shall be provided and maintained in readily accessible locations. 5.2 Temporary Fences Except as otherwise provided, the Contractor shall enclose the site of the Work with a fence adequate to protect the Work and temporary facilities against acts of theft, violence, or vandalism. In the event all or a part of the site is to be permanently fenced, this permanent fence or a portion thereof may be built to serve for protection of the Work site, provided however, that any portions damaged or defaced shall be replaced prior to final acceptance. Temporary openings in existing fences shall be protected to prevent intrusion by unauthorized persons. During night hours, weekends, holidays, and other times when no work is performed at the site, the Contractor shall provide temporary closures or guard service to protect such openings. Temporary openings shall be fenced when no longer necessary. 6.0 ACCESS ROADS Access roads shall be maintained to all storage areas and other areas to which frequent access is required. Similar roads shall be maintained to all existing facilities on the site of the Work to provide access for delivery of material and for maintenance and operation. Where such temporary roads cross buried utilities that might be injured by the loads likely to be imposed, such utilities shall be adequately protected by steel plates or wood planking, or bridges shall be provided so that no loads shall discharge on such buried utilities. 7.0 SPECIAL CONTROLS The Contractor shall take all reasonable means to minimize inconvenience and injury to the public by dust, noise, diversion of storm water, or other operations under its control. 7.1 Dust Control The Contractor at its expense shall take whatever steps, procedures, or means as are required to prevent abnormal dust conditions being caused by its operations in connection with the execution of the Work; and on any unpaved road which the Contractor or any of its subcontractors are using, excavation or fill areas, demolition operations, or other activities. Control shall be by sprinkling, use of dust palliatives, modification of operations, or any other means acceptable to agencies having jurisdiction. Haul routes shall be kept visibly wet during excavation and hauling operations. Section 01500 -138 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Unless the construction dictates otherwise, and unless otherwise approved by the Owner's Representative, the Contractor shall furnish and operate a self -loading motor sweeper with spray nozzle at least once each working day to keep paved areas acceptably clean whenever construction, including restoration, is incomplete. 7.2 Noise Abatement Operations at the Worksite shall be performed so as to minimize unnecessary noise. Special measures shall be taken to suppress noise during any approved working hour variances. Noise levels due to construction activity shall not exceed the levels specified by local ordinance. Internal combustion engines used on the Work shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated without said muffler. 7.3 Working Hours Construction shall be allowed only between the hours of eight (8:00) a.m. and five (5:00) p.m. on weekdays unless otherwise approved in writing by the Director of Public Works. The Contractor shall be responsible for any inspection and additional administration costs incurred by the Owner, or its agents and representatives, for work by the Contractor outside the hours defined above on weekdays, or any work on weekends or holidays recognized by the Owner. Such costs shall be withheld from the succeeding monthly progress payment. Any work in Section 01110, SUMMARY OF WORK, specifically required to be performed outside the normal working hours is excluded from the provisions of this paragraph. The Contractor shall notify the Owner's Representative at least 24 hours prior to any work outside the normal working hours defined above, on weekends or holidays. 7.4 Water Pollution - In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules"). The Contractor shall obtain a Stormwater Pollution Prevention (STOPPP) Construction Permit from the City of San Mateo Department of Public Works, paying the required fees and posting the required Cash Deposit for all work associated with the Stormwater Pollution Prevention Program. The Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to, catch basins, drainage channels, and creeks. Non -allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. Stormwater pollution control work is intended to provide prevention, control, and abatement of such stormwater pollution and shall consist of constructing those facilities which may be contained in the Contractor's stormwater pollution control program, shown on the plans, specified herein, or directed by the Owner's Representative. At the pre -construction conference the Contractor shall submit, for acceptance by the Owner's Representative, a program to control stormwater pollution effectively during construction of the project. Storm Water Pollution Prevention Plan, or SWPPP shall be written in conformance to the latest Caltrans SWPPP and WPCP Preparation Manual, and Section 01500 - 139 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I i 1 I I I 1 I r 1 I 1 I I i I I I I r I I with all applicable laws and regulations. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality Control Board Staff Recommendations (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (October 15 through April 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sediment controls and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure. In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall remove the slurry immediately. The Contractor shall coordinate stormwater pollution control work with all other work done on the contract. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Owner's Representative, until the required storm water pollution control program has been accepted. It shall be the Contractor's responsibility to train all employees and subcontractors on the approved stormwater pollution control measures. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised stormwater pollution control program, or for any delays to the work due to the Contractor's failure to submit an acceptable stormwater pollution control program. During construction of the project, if the stormwater pollution control measures being taken by the Contractor prove inadequate to control stormwater pollution, the Owner's Representative may direct the Contractor to revise his operations and/or his stormwater pollution control program. If the Contractor fails to adequately revise his operations after such direction, the Owner's Representative may cause the stormwater pollution control measures to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. The complete cleanup of all material which is discharged from the project in violation of the Discharge Rules shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and effectively to the Owner's Representative's request for cleanup of such discharges, the Engineer may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. Section 01500 - 140 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program and obtaining all necessary permits will be paid under the Erosion Control bid item and no additional compensation will be made. 7.5 Construction Cleaning The Contractor shall, at all times, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. All surplus material shall be removed from the site immediately after completion of the work causing the surplus materials. Upon completion of the construction, the Contractor shall remove all temporary structures, rubbish, and waste materials resulting from its operations. 7.6 Disposal of Material The Contractor shall make arrangements for disposing of materials outside the Site and the Contractor shall pay all costs involved. The Contractor shall first obtain permission from the property owner on whose property the disposal is to be made and absolve the Owner from any and all responsibility in connection with the disposal of material on said property. When material is disposed of as above provided, the Contractor shall conform to all required codes pertaining to grading, hauling, and filling of earth. 7.7 Construction and Demolition Waste Recycling Program The State of California Solid Waste Recycling Act of 1989 requires that all cities meet 50% divergence of its solid waste by December 31, 2000. Construction and demolition waste constitutes a large volume of the material to be recycled. The Owner's staff has worked with the South Bayside Waste Management Authority (SBWMA) to determine an appropriate program for handling construction and demolition waste. A. The Contractor shall provide sufficient space for recycling containers in addition to garbage containers, in conformance with the standards for recycling space collection allocation areas. B. The Contractor shall provide a list of construction and demolition recycling service providers to all subcontractors charged with construction and demolition activities and require that they investigate recycling opportunities. C. Contractors and subcontractors shall make a good faith effort to contact construction and demolition recycling providers in an effort to increase diversion from the project. D. The Contractor shall notify subcontractors of City of San Mateo expectations of maximizing diversion of solid waste from the project. E. Contractor shall investigate opportunities for salvaging of materials for reuse prior to the start of demolition activities and shall provide sufficient lead-time in the demolition schedule for salvage activities to take place. Section 01500 -141 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 I I I 1 I I 1 I 1 I 1 I I I I I I 1 I I I I I I r I I The San Mateo County Recycling Hotline phone number is 888-442-2666. Listings for construction and demolition recyclers and other important recycling and reuse information is available on the San Mateo County Website: www.RecycleWorks.org. 7.8 Parking and Storage Areas All stockpiled materials and parked equipment at the job site shall be located to avoid interference with private property and to prevent hazards to the public. Locations of stockpiles, parking areas, and equipment storage must be approved by the Owner's Representative. 8.0 TRAFFIC REGULATION 8.1 General The Contractor shall take all necessary steps to minimize inconvenience to the general public throughout all work under this Contract. No driveways or private roads shall be blocked without notifying the property owner and access must be restored during all non- working hours. Safe access must be maintained for pedestrian traffic throughout the work area at all times. At least one lane of traffic in each direction must be kept open at all times unless prior approval is provided by the Owner and any affected agency. No roads shall be blocked or made inaccessible, due to the Contractor's work, without prior written approval of the Owner and the affected agencies. The Contractor shall not block or obstruct fire lanes at any time. 8.2 Haul Routes Prior to the pre -construction conference, the Contractor shall submit for approval the proposed route(s) for all construction traffic on the project. This shall include any designated routes, if any, shown on the Contract Drawings. Upon approval, the Contractor shall strictly adhere to that route(s) only, unless written permission is obtained to change the route(s). 8.3 Traffic Control Traffic control shall be in accordance with the California Department of Transportation Traffic Manual. The Contractor shall submit for approval, by the Owner and any other applicable agency, its traffic control plans prior to work on public streets. Traffic control shall include signs, warning lights, reflectors, barriers, and other necessary safety devices and measures, including sufficient flaggers to direct vehicular traffic through the construction areas. No material or equipment shall be stored/parked where it will interfere with the free and safe passage of public traffic, and at the end of each day's work, and at other times when construction operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from the public right-of-way. Section 01500 -142 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 Should the Contractor appear to be negligent in famishing warning and protective measures, as above provided, the Owner's Representative may direct attention to the existence of a hazard, and the necessary warning and protective measures shall be furnished and installed by the Contractor at its expense. 9.0 PROJECT SIGN 9.1 The Contractor shall provide, install and maintain for the duration of the project a project sign conforming to the requirements of the State Standard Specification. 9.2 CONTENTS OF PROJECT ID SIGN Project Name: EAST THIRD AVENUE LANDFILL CLOSURE PHASE II / SEAL POINT PARK Owner: City of San Mateo Design Consultants: MacLeod & Associates / LSA Associates / 2M Associates / Kleinfelder Construction Manager: Nedell Consulting Group Hours of Construction: Start Date: Estimated Completion Date: 10.0 PROJECT OFFICE The Contractor shall maintain on the project site a suitable office or other protected area in which shall be kept project copies of the Contract Documents, project progress records, project schedule, shop drawings, and other relevant documents which shall be accessible to the Owner and Owner's Representative during normal working hours. 11.0 OWNER'S REPRESENTATIVE'S OFFICE The Contractor shall at its own expense, furnish a temporary Owner's Representative's office with utilities as noted herein. The office shall be installed and operational the first day that the Contractor starts work at the project site, in a location as directed by the Owner's Representative. Unless the Contractor is directed by the Owner's Representative to remove the office at an earlier date, the office shall be disconnected from the utilities and removed from the site between twenty and thirty-five days after the Notice of Completion is recorded. The office shall be insulated and of weather fight construction. It shall be equivalent to a mobile trailer having an area of at least 500 square feet. The office shall be rigidly mounted and level. Stairs with a landing at floor level and handrails shall be provided for two entrance doors, each complete with deadbolt and or external padlock and four keys. Section 01500 -143 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1 I I 1 I I I I 1 I i i I I I I I I I 1 I i 1 I 1 I I r I I I 1 I Each window shall be protected with minimum one-half (1/2) inch square security bars spaced at two (2) inch centers. The office shall have two rooms. There shall be at least two operable screened windows per office room. Each room shall be adequately lighted, heated, ventilated, and air- conditioned. HVAC equipment shall be capable of maintaining a 70 -degree temperature within the building. At least six air changes per hours shall be provided in all rooms except the toilet room, which shall have twelve air changes per hour. The Contractor shall provide, at its cost, electrical service to the office, including an adequate disconnect switch, and an automatic circuit breaker panel located on the inside of the office. At least one duplex 115 -volt electrical receptacle shall be installed on the wall of each room with a maximum spacing between receptacles not to exceed eight feet. Provide fluorescent type lights inside. At least 70 foot-candles of initial uniform lighting at desk level shall be provided in all rooms except the toilet room, which may have 30 foot-candles. Provide an outside light near one of the entrance doors. The Contractor shall furnish the office with the following equipment. All equipment shall be new. • 1 desk • 1 8 -person conference table • 2 swivel chairs • 8 conference table chairs • four -drawer filing cabinets • desk lamps • 1 plan holder rack with 12 plan sticks The Contractor shall provide a water chiller with hot and chilled water service. The Contractor shall provide bottled water service with two 5 -gallon bottles each month. Not required. ***END OF SECTION** Section 01500 -144 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I 1 I I I I I I I 11 SECTION 01600 MATERIAL AND EQUIPMENT 1.0 STORAGE OF MATERIALS Materials shall be stored in such a manner as to ensure the preservation of their quality and fitness for the Work. When considered necessary by the Owner's Representative, materials shall be placed on platforms or other hard, clean surfaces, and covered when directed. Materials shall be stored so as to facilitate inspection. Storage areas shall be suitably fenced, if necessary to protect the public or the material. Unless otherwise designated in the General Requirements, locations and arrangements for storage sites for materials and equipment outside the limits of work, shall be selected and maintained by the Contractor at its expense. Full compensation for furnishing such storage sites as may be necessary or required by the Contractor shall be considered as included in the price bid and no additional compensation will be allowed therefore. The Owner shall be specifically exempted in any agreement from any liability incurred from the use of private property for construction purposes. Use of portions of the Owner's area at the site for materials and equipment storage shall be permitted only upon the approval of the Owner's Representative. 2.0 HAZARDOUS MATERIALS The storage and handling of potential pollution causing and hazardous materials, including but not necessarily limited to, gasoline, oil and paint shall be in accordance with all local, state and federal requirements. All hazardous materials shall be stored and handled in strict accordance with the Material Safety Data Sheets for the products. Material Safety Data Sheets, shall be submitted to the Owner's Representative prior to the delivery of materials to the project. 3.0 MATERIAL AND EQUIPMENT SUBSTITUTIONS 3.1 General In preparing these Specifications, the Design Consultant has named those products that to its knowledge meet the Specifications and are equivalent in construction, functional efficiency, and durability. Wherever catalog numbers and specific brands or trade names preceded by "similar and equal" or followed by the designation "or equal" are used in conjunction with a designated material, product, thing, installation, or service mentioned in these Specifications, they are used to establish the standards of quality and utility required. The first -named manufacturer is the basis for the project design and the use of alternative -named or unnamed manufacturer's products proposed by the Contractor may require modifications in the project design and construction. Where only one product has been named by brand and the specification indicates that no substitutions will be allowed, it is the only brand, trade name, or manufactured product known to the Design Consultant that acceptably meets these Specifications. Section 01600-145 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 3.2 Substitutions Substitutions which are equal in quality and utility to those specified will be permitted, subject to the following provisions. For this purpose, the Contractor shall submit to the Owner's Representative in accordance with Public Contract Code Section 3400, no later than thirty five (35) days after the Notice of Award, a typewritten list containing a description of each proposed substitute item or material. Sufficient data, drawings, samples, literature, calculations, or other detailed information as will demonstrate to the Owner that the proposed substitute is equal in quality and utility to the material specified shall be appended to this list. The Owner through its Owner's Representative will favorably review in writing such proposed substitutions as are, in its sole opinion, equal in quality to the items or materials specified. In the event that a substitute is favorably reviewed, fifty percent (50%) of all savings shall be credited to the Owner. Failure of the Contractor to submit proposed substitutions for review in the manner described above and within the time prescribed shall be sufficient cause for rejection by the Owner's Representative of any substitutions otherwise proposed. 3.3 Modifications and Costs If alternative named or substitutions are proposed by the Contractor and favorably reviewed, the Contractor is responsible for providing, at no additional cost to the Owner, any electrical, mechanical, structural, or other related changes or testing that may be required to accommodate or provide the particular material or equipment the Contractor desires to use. Any deviation from the Specifications or the Drawings resulting from the type of material or equipment to be used shall not be the basis for any "extra charges" above and in excess of the original bid price of the work. In addition the Contractor is responsible for all additional costs to the Owner, and its agents and representatives, for evaluation of data submitted by the Contractor for alternative named or substitutions and any redesign necessary. The Owner shall deduct said costs from the Contract monies due the Contractor. *** END OF SECTION *** Section 01600-146 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I I 1 1 I I I I I 1 i i I 1 I 1 I I1 1 SECTION 01660 SYSTEM TESTING The Contractor shall test the facilities as specified in the Technical Specifications. The Contractor shall provide all other necessary facilities for conducting the tests, including but not limited to, personnel, power, water equipment, and chemicals. The Contractor shall provide minimum 24 hours notice to the Owner's Representative of its readiness and intent prior to each test. *** END OF SECTION ** Section 01732 -147 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 01732 CUTTING AND PATCHING 1.0 GENERAL 1.1 Requirements Included 1.1.1 Contractor Responsibilities - Contractor shall be responsible for cutting, fitting and patching required to complete Work and to: 1) Make its parts fit together properly. 2) Uncover work to provide for installation of ill-timed work. 3) Remove and replace defective work. 4) Remove and replace work not conforming to Contract Documents. 5) Remove samples of installed work as required for testing. 6) Provide penetrations of non-stmctural surfaces for installation of piping and conduit. 1.1.2 Existing Improvements - Contractor shall repair or replace existing improvements, not designated for removal, which are damaged and removed as result of construction operations. 1) Improvements including but are not limited to curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, sprinkler systems, and plantings. 2) Repair to condition equal to or better than original; replace with equal or better than original where repairs are not acceptable to Owner's Representative. 1.2 Related Requirements Section 01500: Construction Facilities and Temporary Controls 1.3 Submittals 1) Submit the following in accordance with Section 01330. 2) Submit a written request to City Representative well in advance of executing cutting or alteration which affects: a) Work of Owner or separate contractor. b) Structural value or integrity of any element of Project. c) Integrity of weather -exposed or moisture -resistant elements. d) Efficiency, operational life, maintenance or safety of operational elements. e) Visual qualities of sight -exposed elements. 3) Request shall include: a) Identification of Project and description of affected work. b) Necessity for cutting or alteration. c) Effect on work of The City or separate contractor, on structural integrity, or weatherproof integrity of Project. d) Alternatives to cutting and patching. e) Cost proposal, when applicable. f) Written permission of separate contractor whose work will be affected. Section 01732 -148 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 g) Description of proposed work including: i) Scope of cutting, patching, alteration, or excavation. ii) Products proposed to be used. iii) Extent of refinishing to be included. 4) Should conditions of Work or schedule indicate a change of products from original installation, Contractor shall submit request for substitution as specified in Section 01600. 5) Submit written notice to Owner's Representative designating date and time work will be uncovered. 2.0 PRODUCTS 2.1 Materials 2.1.1 Compliance - Comply with Specifications and standards for each specific product involved. 2.1.2 Non -Specified Materials - Where Specifications and standards have not been provided, provide materials and fabrication consistent with quality of Project and intended for commercial construction. 2.1.3 Cutting & Patching Materials - Provide new materials for cutting and patching unless otherwise indicated. 3.0 EXECUTION 3.1 Inspection 3.1.1 Inspection of Existing Conditions - Inspect existing conditions of Project, including elements subject to damage or to movement during cutting and patching. 3.1.2 Conditions Affecting Installation - After uncovering work, inspect conditions affecting installation of products, or performance of work. 3.1.3 Report of Unsatisfactory Conditions - Report unsatisfactory or questionable conditions to Owner's Representative in writing; do not proceed with work until Owner's Representative has provided further instructions. 3.2 Preparation 3.2.1 Temporary Support - Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of Work. 3.2.2 Protection of Existing Components - Protect other portions of Project from damage. 3.3 Performance 3.3.1 Cutting - Execute cutting by methods which provide proper surfaces to receive installation of repairs and finishes. 1. Execute excavating and backflling by methods which will prevent settlement and which will prevent damage to other work. Section 01732 -149 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 i i i 1 1 i 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 i 1 1 1 3.3.2 Installation and Fabrication - Employ same installer or fabricator to perform cutting and patching work as employed for new construction for: 1. Weather -exposed or moisture resistant elements. 2. Sight -exposed finished surfaces. 3.3.3 Compliance - Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances and finishes. 3.3.4 Restoration of Work - Restore work which has been cut or removed; install new products to provide completed Work in accordance with requirements of Contract Documents. 3.3.5 Fitting of Work - Fit work tight to pipes, sleeves, ducts, conduit and penetrations through surfaces. 1. Refinish entire surfaces as necessary to provide even finish to match adjacent finishes: a. For continuous surfaces, refinish to nearest intersection. b. For an assembly, refinish entire unit. *** END OF SECTION *** Section 01732 - 150 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I i 1 I 1 SECTION 01770 CONTRACT CLOSEOUT 1.0 OPERATION AND MAINTENANCE Prior to the delivery and installation of any item of machinery or equipment the Contractor shall submit the Operation and Maintenance Manual. The manual will be reviewed by the Owner's Representative for general content, and the Owner's Representative will advise the Contractor within five days of receipt if the manual is acceptable in general content for the delivery and installation of the equipment or machinery. No equipment or machinery shall be delivered or installed if the general content of the manual is found to be deficient. The final Operation and Maintenance Manuals must be submitted and favorably reviewed prior to final acceptance. All manuals shall be bound and marked to indicate the specific equipment furnished for this project and shall include: a. Start-up instructions b. Assembly and disassembly instructions c. Trouble shooting instructions d. Lubrication instructions e. Maintenance and reinstallation instructions f. Parts identification g. List of spare parts recommended to have on hand h. Operator safety Installation drawings In addition, all operation and maintenance manuals for electrical equipment shall include: a. Equipment ratings b. Calibration curves and rating tables if appropriate Operation and maintenance manuals for complex equipment shall also include: a. Alternate specified operating modes b. Normal shutdown instructions c. Long term shutdown instructions 2.0 EOUIPMENT START-UP After all acceptance tests have been completed by the Contractor and Owner but prior to fmal acceptance, the Contractor shall recheck all equipment for proper alignment and adjustment, check oil levels, relubricate all bearing and wearing points, and in general assure that all equipment is in proper condition for regular continuous operation. 3.0 FINAL CLEANING 3.1 Final Clean Up Before fmal inspection of the Work, the Contractor shall clean the construction area, material sites, adjacent property and streets, and all ground occupied by the Contractor in connection with the Work of all rubbish, excess materials, form lumber, etc. All parts of the Work shall be left in a neat and presentable condition. Section 01770 - 151 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 3.2 Final Building Clean -Up On all building projects and wherever else applicable, besides general broom cleaning, the following special cleaning shall be performed at completion of the Work: A. Putty stains and paint shall be removed from glass; glass shall be washed and polished, inside and outside. Care shall be exercised so as not to scratch glass. B. Marks, stains, fingerprints, and other soil and dirt shall be removed from painted, decorated, or stained work. C. Waxed woodwork shall be cleaned and polished. D. Hardware shall be cleaned and polished of all traces; this shall include removal of stains, dust, dirt, paints, and blemishes. E. Spots, soil, paint, plaster, and concrete shall be removed from tile; tile work shall be washed afterwards. F. Fixtures and equipment shall be cleaned and stains, paint, dirt, and dust shall be removed. G. Temporary floor protections shall be removed; floors shall be cleaned, waxed, and buffed. H. Dust, cobwebs, and traces of insects and dirt shall be removed. 4.0 RECORD DRAWINGS The Contractor shall keep at the Site a copy of the plans and specifications, including addenda and change orders, to which the Design Consultant, and Owner's Representative shall have access at all times. The Contractor shall maintain one (1) set of specifications and full size prints and mark thereon any deviation from plan dimensions, elevations, or orientations, and all changes from addenda, change orders, and clarifications. The Contractor shall submit the record drawings in good condition to the Owner's Representative upon completion of the Work as a condition of acceptance of the Work. Marked prints shall be updated at least weekly and shall be available to the Owner and its representatives for review. The Owner may withhold partial payments if it does not find the record drawings to be satisfactory. 5.0 WARRANTY The Contractor hereby agrees to make, at its own expense, all repairs or replacements necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which becomes evident within one (1) year after the date of acceptance of the project or the Substantial Completion date whichever is applicable or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all work and materials provided by subcontractors or manufacturers of packaged equipment components. The Contractor also agrees to indemnify, defend, and Section 01770 -152 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 1 I i hold the Owner harmless from liability of any kind arising from damage due to said defects. i 1 1 I I I I I 11 1 The Contractor shall execute and submit a completed Warranty Form in the format as appended to this section for the Work, and any portion of the Work possessed in accordance with Paragraph 00700-3.5, Owner's Right to Use or Occupy. The Warranty Form shall be submitted prior to the Substantial Completion date or the final acceptance of the project or within five (5) days of the occupancy or use of a portion of the Work, whichever is applicable. The Contractor shall, upon the receipt of notice in writing from the Owner, promptly make all repairs arising out of defective materials, workmanship, or equipment. The Owner is hereby authorized to make such repairs, and the Contractor and its Surety shall be liable for the cost thereof, if ten (10) days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the repairs with due diligence. In case of emergency, where in the opinion of the Owner delay could cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the expense in connection therewith shall be charged to the Contractor, and its Surety shall be liable for the cost thereof. Prior to the expiration of the Warranty period, the Owner reserves the right to hold a meeting and require the attendance of the Contractor. The purpose of the meeting is to review warranties, bonds and maintenance requirements and determine required repair or replacement of defective items. For the purpose of this paragraph, acceptance of the Work or a portion of the Work by the Owner, shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the time of such acceptance. All covenants and agreements shall continue to be binding on the Contractor until they have been fulfilled. The Owner and the Contractor agree that warranty on the parts of the work possessed and used by the Owner in accordance with Paragraph 00700-3.5, "Owner's Right to Use or Occupy," shall commence on the date that the Owner takes possession of such work and so notifies the Contractor in writing. The Owner and Contractor further agree that such possession, and use of the work shall not be deemed as Substantial Completion or acceptance of any other part of the Work. Section 01770 -153 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 WARRANTY FORM Warranty For (Project/Component) (Location) We hereby guarantee the for a period of one (I) year from (Date) the date of acceptance of the work/substantial completion by the (Owner) . (Project/Component) that we have constructed The following are excluded from the provisions of this warranty: We agree that if any of the equipment should fail due to any reason other than improper maintenance or improper operation, if any pipe or appurtenances should develop leakage, or if any settlement of fill or backfill occurs, or should any portion of the work fail to fulfill any of the requirements of the Specifications, we will, within ten days after written notice of such defects, commence to repair or replace the same together with any other work which may be damaged or displaced in so doing. In the event of our failure to comply with the above mentioned conditions within a reasonable time after being notified, or should the circumstances require repairs or replacements to be made before we can be notified or respond to notification, we do hereby authorize the (Owner) to proceed to have the defect repaired and made good at our expense, and we will pay the cost therefore upon demand. The warranty provided herein shall not be in lieu of, but shall be in addition to any warranties or other obligations otherwise imposed by the Contract Documents and by law. Contractor: Signed: Title: Date: *** END OF SECTION *** Section 01770 -154 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 1 I 1 1 1 1 1 1 1 1 I 1 1 1 DIVISION 2 - SITE WORK East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 r 1 1 I 0 1 1 1 SECTION 02058 SOIL AND AGGREGATE MATERIALS PART 1 — GENERAL 1.0 INTENT This section is intended to provide guidance on soil materials and their properties including processing that must be met in order for the Landfill Closure and other work to be acceptable to the City of San Mateo and to regulating bodies. 1.1 SECTION INCLUDES A. Foundation layer soil. B. Vegetative cover layer soil. C. Structural fill (for fills beneath buildings) D. Aggregate base & surfacing material. 1.2 RELATED SECTIONS A. Section 01110 - Summary of Work. B. Section 01430 - Quality Control. C. Section 02310 - Site Grading and Refuse Relocation. D. Section 02318 - Backfilling. E. Section 02630 - Site Storm Drainage Systems. F. Section 02950 — Site Revegetation 1.3 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. B. Structural Backfill soils will be paid at the rate for Bid Item 29, Import Foundation Layer Soil, for preparation, loading, and transportation to the site; and at the rate for Bid Item27, Place Extra Foundation Layer Soil, for backfilling and compaction. 1.4 REFERENCES A. Standard Specifications, Department of Transportation, State of California, current edition. B. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 -inch (457 mm) Drop. Section 02058 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. ASTM D2487 - Classification of Soils for Engineering Purposes. D. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). E. ASTM D3017 - Test Method for Moisture Content of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D422 — Test Method for Grain Size Analysis. G. ASTM D4318 — Test Method for Liquid and Plastic Limits. H. ASTM D2974 — Test Method for Organic Content. I. ASTM D2216 — Method for Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil -Aggregate Mixtures. J. ASTM D4829 — Standard Test Method for Expansion Index of Soils. K. ASTM D2488 — Standard Practice for Description and Identification of Soils (Visual — Manual Procedure) L. ASTM D698 — Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) 1.5 SUBMITTALS FOR REVIEW A. Section 01330 - Submittals: Procedures for submittals. B. Samples: Submit, in air -tight containers, a 50 -pound representative sample of each source of imported soil or aggregate to testing laboratory. C. At the end of foundation layer construction, a Certificate of Subgrade Acceptance shall be co- signed by the Contractor and the Geosynthetic Installer prior to Installation of the GCL. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 - Submittals: Procedures for submittals. B. For each source of imported material: Submit name, location, intended use, compaction curve by ASTM Method D1557, grain size analysis by ASTM Method D422, organic content by ASTM Method D2974, and classification reports of imported materials sources. For foundation soil also submit results of expansiveness testing results. C. Submit detailed Work Plan that shows type and location of sources, stockpiles, equipment, and procedures. 1.7 QUALITY ASSURANCE A. Section 01430 — Quality Control: Samples and Tests. Section 02058 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 I 1 I 1 PART 2- PRODUCTS 2.1 FOUNDATION LAYER MATERIALS A. Soil Type (S1): On -Site Cover Soil Materials for Foundation Layer Construction. 1. Excavated, screened and re -used material having low plasticity (expansion potential less than 4 percent under 60 psf surcharge) according to ASTM D4829. 2. Well graded with 100% passing a 6 -inch sieve according to ASTM D422. 3. Free of rocks or clumps larger than 6 inches within 6" of the Geosynthetic Clay Layer. 4. Less than 2% organic material by weight according to ASTM D2974. B. Soil Type (S2): Imported Material for Foundation Layer Construction 1. Must meet the requirements of foundation layer soil, type SI, above. C. All Foundation layer shall meet the following gradation according to ASTM D422. US Sieve Size Gradation (% Passing) 6" 100 2" 80-100 #4 60-100 #200 20-100 D. Contractor shall follow GCL manufacturer's recommendation for foundation layer (sub grade). 2.2 VEGETATIVE COVER LAYER MATERIALS A. Soil Type (S3): On -Site Soil Cover Materials for Vegetative Cover Layer Soil Construction. 1. Vegetative Layer material shall be classified as SC, SM, ML or CL as defined by the Unified Soil Classification System (ASTM D2487) and shall consist of materials that are approved by the CQA Officer for the purpose of supporting vegetation, or other surfaces or structures as plans dictate above the GCL. 2. Soil shall contain up to 10% by weight of organic matter in locations where vegetation is planned. 3. Vegetative layer shall meet the following guidelines: U.S. Sieve Size GRADATION (%Passing) 6" 100% 3/," 90-100% - r • #4 20-80% #200 30-70% 4. Vegetative Layer Material shall be free of stone, rock, debris, refuse, vegetation, excessive organic materials, roots and other deleterious material larger than 6" in any dimension. 5. Vegetative layers shall be free of angular stones or other foreign matter that could damage the GCL. B. Soil Type (S4): Clean Imported Fill: 1. Must meet the requirements of vegetative cover layer soil, type S3, above. Section 02058 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Contractor shall follow GCL manufacturer's recommendation for vegetative layer (cover soil). 2.3 STRUCTURE FILL A. Contractor shall use the stockpile of soil at Detroit Drive for Structure Backfill to its full extent before importing other soils. This stockpile is available to Contractor at no cost, but must be prepared by removing vegetation and, surface netting and oversized material. Other City -owned soils may be made available to Contractor from stockpiles within the City of San Mateo limits, and will be paid at the same rate as the Detroit Drive soil. B. Contractor shall remove oversized material with a maximum dimension larger than 6" within one (1) foot of the GCL. 2.4 AGGREGATE BASE AND SURFACING MATERIAL A. Contractor to furnish imported material conforming to 3/4 -inch maximum Class 2 aggregate base in Paragraph 26-1.02A, Standard Specifications, Department of Transportation, State of California, current edition. 2.5 SOURCE QUALITY CONTROL A. Section 01430 — Quality Control — Testing and Laboratory Services: Testing and Analysis of Soil Material. B. Testing and Analysis of Soil Material: Perform in accordance with ASTM D698, ASTM D1557, ASTM D2167, ASTM D2922, and ASTM D3017. C. If tests indicate soil and aggregate materials do not meet specified requirements, change the materials and retest. D. Provide import materials of each soil type from same source throughout the Work. PART 3- EXECUTION 3.1 FOUNDATION LAYER SOIL SOURCE A. Avail foundation layer soil material from on -site stockpiles for relocation to other site areas and from Contractor -supplied import sources. During excavation, Contractor shall make all practical efforts to carefully segregate clean foundation layer material from landfill refuse and debris. All material shall meet specification requirements and be approved by the City's Representative. 3.2 VEGETATIVE SOIL LAYER SOURCE A. Avail vegetative layer soil material from on -site sources and from imported sources. On -site material will be excavated and stockpiled during foundation layer construction for reuse following placement of the GCL material. During excavation, Contractor shall make all practical efforts to carefully segregate clean vegetative layer material from landfill refuse and Section 02058 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I 1 1 1 I 1 1 1 t 1 1 1 1 1 1 1 I 1 I 1 1 debris. All material shall meet specification requirements and be approved by the City's Representative. 3.3 STOCKPILING A. Stockpile materials on -site at locations approved by Project Representative. B. Stockpiled materials must meet the minimum clearance requirements of PG&E and the California Public Utilities Commission with respect to underground lines and overhead high voltage transmission lines. C. Stockpile in sufficient quantities to meet project schedule and requirements. D. Separate differing materials with dividers or stockpile apart to prevent mixing. E. Prevent intermixing of soil or aggregate types or contamination. F. In accordance with the Contractor's Storm Water Pollution Prevention Plan, direct surface water away from stockpile site to prevent erosion or deterioration of materials. 3.4 PREPROCESSING A. Preprocess material from the on -site stockpiles and import sites, if necessary, to remove rocks, debris, and other non -specified material to meet specifications above. B. Preprocessing of material may also include any of the following: 1. Removal of organic materials. 2. Removal of oversized materials and rocks. 3. Homogenization of non -uniform soils. C. Remove organic material and oversized particles by mechanical equipment (screens) or by hand. 3.5 EXAMINATION A. Before placement of material and after appropriate testing, visually examine stockpile for quality standards established in section 2 above. Remove deleterious material or reprocess if needed to meet standard. B. Visually examine materials under this specification continuously during placement to ensure that material is proper for the application and meets requirements. C. Prove record surveys of prepared grade surface to the Project Representative and the CQA Officer. 3.6 PREPARATION AND PROTECTION FOR GCL PLACEMENT A. Prior to GCL placement, Roto-till, disc or otherwise pulverize foundation layer soils so that soil clod size does not exceed maximum specified size and uniform moisture conditions exist Section 02058 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 in the foundation layer materials. For other materials included in the section, prepare surface to meet grade lines and smoothness requirements. B. Provide for grade control and protect grade control stakes from disturbance during construction. C. The subgrade surface of the foundation layer shall be rolled with a smooth -drum compactor to remove any wheel ruts, footprints, or other abrupt grade changes. All protrusions extending more than 0.5 inches from the subgrade surface shall be removed, crushed or pushed into the surface with a smooth -drum compactor. D. Remove any angular rocks, debris, desiccation cracks, grade control stakes, or other structural irregularities from the foundation layer surface that could puncture or cause undue stress on the GCL. Overfill, compact and trim any residual depressions. E. Finish final surface of top lift of Foundation layer with a minimum of two (2) passes of a smooth drum roller or rubber tired roller. Final surface must have no vertical irregularities greater than % inch or abrupt grade transitions. All grade breaks must have a minimum radius of 1 foot. 3.7 QUALITY CONTROL A. The contractor will perform quality control testing during Foundation and vegetative cover placement in accordance with Table 02058-1, consisting of (1) field moisture content, (2) moisture -density relationships, and (3) gradations. B. Cooperate with CQA Monitor in the performance of quality assurance tests according to the Quality Assurance Plan. Remove surface materials and render assistance as necessary to enable sampling and testing. Table 02058-1 Foundation and Vecetative Laver Construction Testin Frequencies a ASTM Test Method Frequency Visual -Manual Soil Classification (D-2488)° Continual Unified Soil Classification System (D-2487) 1 per 15,000 square feet Particle Size (D 422) 1 per 15,000 square feet Moisture -Density Relations Curve (D-1557) 1 per soil type Moisture Content (D-2216) 1 per 5 nuclear moistures Moisture, Nuclear Method (D-3017) 1 per 5,000 square feet at nuclear density test site Clod Size Continuous a Material changes, suspect areas, or other field conditions may require the CQA Officer to increase testing and sampling frequencies. 1 1 1 I I 1 Section 02058 - 6 ' East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1 1 1 1 1 1 I 1 1 1 1 1 1 I 1 1 1 1 1 b Visual examination Retest at contractor's expense; report failures immediately. 3.8 FIELD QUALITY CONTROL A. Provide full time grade checker during grading and placement of each layer to control grades to grades, tolerances and thickness. B. Provide record survey for finished surface grades of each layer. Survey completed surface at 50 -foot grid and grade breaks. END OF SECTION Section 02058 - 7 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460531 I I I I I I I I 1 1 I 1 1 r I i i SECTION 02212 MONITORING SYSTEM CONSTRUCTION PART 1— GENERAL 1.0 SECTION INCLUDES A. Drilling and casing monitoring wells. 1.02 RELATED SECTIONS A. Final Closure Plan, East Third Avenue Landfill, San Mateo, California, June 30, 1992. Prepared by Harding Lawson Associates. B. Final Closure Plan Amendment, East Third Avenue Landfill, San Mateo, California, November 18, 1993. Prepared by Roger Foott Associates. C. Section 02222 — Excavation and Trenching. D. Section 01010 — Summary of Work. E. Section 01300 Submittals. F. Section 02050 — Site Demolition. 1.03 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01025. 1.04 REFERENCES A. ASTM F480 — Standard specification for thermoplastic well casing pipe, and couplings made in Standard Dimension Ratios (SDR), SCH 40 and SCH 80. B. ASTM D1785 — Standard specification for Poly (Vinyl Chloride) (PVC) Plastic pipe, Schedules 40, 80 and 120. C. ASTM A120 — Pipe, steel, black and Hot -Dipped Zinc Coated (Galvanized) Welded and Seamless, for ordinary uses. 1.05 SYSTEM DESCRIPTION A. Monitoring Wells with the following characteristics: 1. Drill Hole: 10 -inch diameter, depth per Schedule (Contract Drawings). 2. Casing Size: 2 -inch nominal diameter, depth per Schedule (Contract Drawings). Section 02212 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 3. Grout Seal: Depth per Schedule (Contract Drawings). 4. Total Well Depth: Per Schedule (Contract Drawings). B. Landfill Gas Probes 1. Drill Hole: 6 -inch diameter, depth per Schedule (Contract Drawings). 2. Casing Size: 1/2 inch nominal diameter, depth per Schedule (Contract Drawings). 3. Grout Seal: Depth per Schedule (Contract Drawings). 4. Total Well Depth: Per Schedule (Contract Drawings). 1.06 SUBMITTALS FOR REVIEW and regulatory requirements A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Include data indicating materials of well construction. C. Drilling/Well Installation Permit as required by the Environmental Health Services Division of the San Mateo County Health Services Agency. 1.07 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Installation Instructions: Indicate assembly, and installation instructions. 1.08 SUBMITTALS AT PROJECT CLOSEOUT A. Accurately record actual locations of well, depth, subsoil strata, and drilling difficulties encountered, amount of materials used. B. Submit signed copy of driller's log statements. C. Certification that well has been constructed in accordance with the Department of Water Resources Construction Standards. 1.09 QUALITY ASSURANCE A. Perform Work in accordance with California and San Mateo Well installation Standards. B. Drilling Finn: Company specializing in performing the work of this Section with minimum 5 years documented experience, and possess a valid C-57 contractors license in good standing. C. Submit proof of state license to perform this work. D. Well placement is critical for this project, well shall placed in exact surveyed locations as staked by the Engineer. Wells placed in unapproved locations shall be destroyed and re - drilled at the Well Driller's and/or Contractor's expense. Section 02212 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I 1 I I I I 1 I I I I I I 1 I 1 I I I 1 I I 1 I I I i I I E. Avoid damage of adjacent areas and provide complete clean-up following work. 1.10 REGULATORY REQUIREMENTS A. Conform to applicable well installation standards. B. Provide certificate of inspection from San Mateo County if Owner's representative is not present at time of inspection. 1.11 SEQUENCING A. Sequence Work under the provisions of Section 01010. 2 PRODUCTS 2.01 MATERIALS A. Leachate and Groundwater Well Casing and Screen: The monitoring well casing and screen shall be 2 -inch nominal diameter schedule 40 polyvinyl chloride (PVC) with flush -threaded connections. A threaded cap shall be placed to secure the bottom of the screened section while a locking expansion plug shall be used to secure the top of the casing. No PVC cement or other solvents or glues shall be permitted. The perforated casing section (screen) shall be factory -slotted. The perforation size (slot size) shall be 0.020 inches unless project considerations dictate otherwise. B. Filter (sand pack) Material: Filter material will be a clean, rounded sand or gravel with less than 2 percent, by weight, passing through a No. 200 sieve. Material shall be Lonestar 2/12, 2/16, or 3 sand. The filter material will extend from the bottom of the screen to no more that two feet above the top of the screen. C. Bentonite Seal: A transition seal of bentonite pellets shall be placed between the top of the filter material and the bottom of the surface (grout) seal. Material shall be 3/8 -inch bentonite pellets. If the top of the seal is above the standing water surface, the pellets shall be hydrated with 1 gallon of potable water for every 50 pounds of pellets. D. Surface (grout) Seal: The surface seal shall consists of Portland cement with 2 to 5 percent (%) powdered bentonite unless forbidden by agency regulations. E. Landfill Gas Probe Casing and Screen: The monitoring probe casing and screen shall be 1/2 inch nominal diameter PVC pipe (Schedule 40) with machined 0.128 -inch slots, length screen shall be 3 feet. Due to shallow groundwater at the site, screen lengths may need to be adjusted in the field. Five-foot minimum seal shall be provided at the surface for the gas wells. 3 EXECUTION 3.01 EXAMINATION A. Verify site conditions under provisions of Section Division 1 of the Contract Documents (Technical Specifications). Section 02212 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Verify that site conditions will support equipment for performing drilling operations. 3.02 DRILLING AND WELL CONSTRUCTION A. Drill concentric well shaft to diameters and depths indicated or as shown on the Contract Drawings. B. The monitoring well casing, screen, and bottom cap shall be assembled and lowered into the soil boring through the hollow -stem auger, The bottom of the screen shall be placed approximately flush with the bottom of the boring. C. Place well casing immediately after drilling. Centralize within borehole. D. Seal annular space between well casing and GCL with hydrated granular bentonite as shown in the Contract Drawings. E. Notify Environmental Health Services Division of the San Mateo County Health Services Agency prior to initiation of Work as per permit conditions. Allow inspection of casing prior to placement of sand pack or grout unless otherwise directed. F. The filter material shall be placed in the annular space between the screen and the wall of the soil boring by pouring the material down the annulus through the space between the casing and the hollow -stem auger. Prevent bridging of filter pack within hollow stem auger. Filter material shall be installed from the bottom of the boring to approximately 1 foot above the top of the screen. As the filter material is placed the hollow -stem augers shall be gradually withdrawn as the operation proceeds. During placement, the rising level of the filter material shall be monitored with a weighted tape to reduce the potential for bridging. The top of the filter material shall be verified by direct measurement using the weighted tape. G. Place a 3 -foot thick (approximate) layer of bentonite pellets on top of the filter material. These pellets shall be slowly poured into the annular space around the casing until the 3 -foot thick interval is filled. The depth to the top of the seal shall be measured with a weighted tape. If the bentonite pellets are placed above standing water they shall be hydrated by the addition of approximately 1 gallon of potable water per 10 pounds of bentonite. H. The bentonite/cement grout seal shall be placed above the bentonite pellet layer. This seal shall be placed by tremie pipe if it is to extend deeper than 15 feet or to below standing water. Hollow auger shall be gradually removed from the borehole as the grouting operation progresses. The grout seal shall extend to the ground surface. No work shall be performed on the monitoring well for a minimum of 48 hours after the grout is placed. I. Place grout tight to surrounding work and in accordance with project requirements. J. Maintain well opening and casing free of contaminating materials. K. Cut off shaft top 6 to 12 inches above grade. Do not permit cuttings to enter casing. L. Place well locking (stovepipe, above grade) protective cover, grout or concrete in place. M. Cut off shaft top 6 to 12 inches above grade. Do not permit cuttings to enter casing. Section 02212 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 I I I I I r i I 1 I I 1 I I I 1 1 I I 1 I 1 I I I I 1 N. Place well locking (stovepipe, above grade) protective cover, grout or concrete in place. 3.04 TOLERANCES A. Maximum Variation From Plumb: In accordance with ANSIIAWWA A100 not to exceed 2/3 of casing diameter per 100 feet of well depth. B. Maximum Offset From True Position: 12 inches. 3.05 CLEANING A. Clean work under provisions of 01700. 3.06 MONITORING WELL SCHEDULE A. See plans for construction details END OF SECTION Section 02212 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 02220 SITE DEMOLITION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Demolition of designated site features and removal of materials from site. B. Demolition of designated storm drain pipes and appurtenances, asphalt concrete pavement, concrete pads, benches, and geosynthetic clay liner (GCL). 1.2 RELATED SECTIONS A. Section 01100 — Summary of Work. B. Section 01500 - Construction Facilities and Temporary Controls. C. Section 01770 - Contract Closeout: Project record documents. D. Section 02230 - Site Clearing. E. Section 02346 — Geosynthetic Clay Liner 1.3 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. 1.4 REGULATORY REQUIREMENTS A. Notify Underground Service Alert (USA) and affected utility companies 48 hours before starting work and comply with their requirements. B. Conform to applicable regulatory procedures when handling or disposing of hazardous or contaminated materials. 1.5 SEQUENCING A. Sequence work under the provisions of Section 01110. 1.6 SCHEDULING A. Schedule work under the provisions of Section 01313. B. Schedule Work to precede site clearing and excavation work. PART 2- PRODUCTS Section 02220 - 1 East Third Avenue Landfill Closure Phase III Seal Point Park Project No. 460531 PART 3 - EXECUTION 3.1 PREPARATION A. Provide temporary bathers as needed for safety at each demolition location. B. Protect existing site features from damage during the course of mobilization and completion of the work. C. Verify location of specific GCL, storm drain pipes, drain inlets, a.c.pavement, and other features to be demolished. Existing wells, GCL and piping at the site that are not designated for demolition are to remain intact. D. Mark location of utilities if present. 3.2 DEMOLITION REQUIREMENTS A. Not used. 3.3 DEMOLITION A. Geosynthetic Clay Liner (GCL) 1. Identify designated limits of GCL to be removed. 2. Remove and stockpile existing vegetative cover layer soil to expose GCLwithout damaging GCL to remain. 3. At perimeter of GCL to remain, cut GCL in clean, straight lines. 4. Remove GCL designated for demolition. 5. Remove demolished materials from site. 6. Proceed with construction of new GCL per Sections 02058, 02310 and 02775. 7. Remove any temporary work items and clean up. B. Storm drain pipes and inlets. 1. Identify designated limits of storm drain pipes to be removed. 2. Identify particular inlets to be removed. 3. Remove storm drain pipe at nearest joint or at particular structure, if so designated. 4. Store intact materials suitable for reuse on site. 5. Remove any temporary work items and clean up. C. Asphalt Concrete Pavement. I. All edges of existing paving to remain shall be sawcut in a neat clean manner. Section 02220 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I I I I I I I I I 2. All existing pavement within proposed planting areas shall be removed in its entirety, including baserock. 3. All existing pavement within proposed pavement areas shall be removed to a depth sufficient to allow for the construction of the proposed pavement to the grades shown. Existing base materials may be left in place where not conflicting with the pavement section. 1 1 I I I 1 I I I I I i I I 3.4 SCHEDULES A. Not used. END OF SECTION Section 02220 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Protect No. 460531 I r r I 1 I I I I I I I I SECTION 02230 SITE CLEARING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Removal of surface debris. B. Removal of vegetation, trees, shrubs, and other plant life. 1.2 RELATED SECTIONS A. Section 01500 — Construction Facilities and Temporary Controls. B. Section 02220 — Site Demolition. C. Section 02310 — Site Grading and Refuse Collection. 1.3 REGULATORY REQUIREMENTS A. Conform to applicable requirements for disposal of debris. B. Coordinate clearing work with City's Representative. 1.4 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. PART 2 — PRODUCTS (Not Used) PART 3- EXECUTION 3.1 PREPARATION A. Verify with City's Representative that existing vegetation areas are in fact to be removed as shown on Contract Drawings. B. Identify potential waste and clean stockpile areas for placement of removed materials. C. Debris transported off -site shall be implemented under a City of San Mateo Transporter Hauling Permit. The approved haul route for site clearing and all materials required for construction shall be as follows: 1. From the site: West on J. Hart Clinton Drive to East Third Avenue to Highway 101 (north and south). 2. From Highway 101: Exit at Third Avenue and proceed east to East Third Avenue to J. Hart Clinton Drive. Turn left into the site via the left turn lane. Section 02230 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 3. Alternative haul routes through Foster City or unauthorized areas of San Mateo are not approved. 3.2 PROTECTION A. Locate, identify, and protect from damage utilities, wells, settlement markers, or site features that are to remain. B. Protect existing perimeter pedestrian trail and features designated to remain. C. Protect survey control points from damage or displacement. 3.3 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove all shrubs and weed growth within worksite areas. Remove all roots greater than 4 - inch in diameter. Clearing need not extend below a depth of one foot, except that tree trunks and roots shall be cleared to a depth of two feet. 3.4 REMOVAL A. Cleared debris, and material not designated for stockpiling, shall be removed from the landfill and disposed of by the Contractor at an off -site location approved by the City. B. All costs for disposal shall be the responsibility of the Contractor. 3.5 STOCKPILING FOR VEGETATIVE COVER LAYER SOIL A. Cleared soil that may be used for Vegetative Cover Layer purposes shall be stockpiled in areas designated on -site outside the limits of active construction. Slope pile sides at minimum 3:1 H:V to prevent sliding and protect from erosion. B. Stockpiled materials must meet the minimum clearance requirements of PG&E and the California Public Utilities Commission with respect to underground lines and overhead high voltage transmission lines. C. All stockpiling shall be in conformance with the Contractor's Storm Water Pollution Prevention Plan, which shall be implemented during the construction period to prevent sediment run-off. END OF SECTION Section 02230 - 2 East Third Avenue Landfill Closure Phase Il / Seal Point Park Project No. 460531 1 I 1 1 1 1 1 I 1 I I 1 I i t 1 I I I I 11 I i I SECTION 02310 SITE GRADING AND REFUSE RELOCATION PART 1 — GENERAL 1.0 INTENT A. It is the intent of the City to construct a landfill cap inside the limits of the landfill composed of at least 24" foundation layer, a geosynthetic clay layer (GCL) and finally a minimum 18" soil layer suitable to resist erosion by supporting vegetation or a structure, or to have a surface that will resist erosion. B. The contractor will be responsible for maintaining minimum soil depths conforming to technical specifications through implementation of its own quality control. 1.1 SECTION INCLUDES A. Grading (cut and fill) and placement of existing on -site landfill soils, existing on -site and off - site stockpiled soils, existing on -site stockpiled soils, imported soils to achieve required foundation and vegetative cover layer thickness and plan elevations and grades. B. Placement to grade of foundation layer soil. C. Placement to grade of vegetative cover layer soil. D. Placement of general fill under structures, to replace existing landfill trash and debris to the depth of natural soils. E. Refuse excavation and relocation within landfill. F. Grading of roadway and trail areas for placement of aggregate surfacing. G. Grading of aggregate surfacing to line and grade. H. Site survey 1.2 RELATED SECTIONS AND DOCUMENTS A. Section 01110 — Summary of Work: Requirements applicable to prices for the work of this Section. B. Section 01430 — Quality Control. C. Section 02230 - Site Clearing. D. Section 02058 - Soil and Aggregate Materials. E. Section 02316 — Excavation and Trenching. F. Section 02318 — Backfilling. Section 02310 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 G. Section 02630 — Site Storm Drainage Systems. H. Section 02950 — Site Revegetation. 1.3 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. 1.4 REFERENCES A. ASTM C136 - Method For Sieve Analysis of Fine and Coarse Aggregates. B. ASTM DI557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 -inch (457 mm) Drop. C. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). D. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. 1.5 QUALITY ASSURANCE A. Prior to beginning site grading and refuse relocation, the Contractor shall provide the City's Representative a Work Plan that includes a Waste Management/Handling Plan. The Plan shall discuss and provide provisions for, at a minimum, the following: 1. Order of work. 2. Stockpile locations and rough volumes. 3. Vector Control. 4. Odor Control. 5. Runoff/runon protection. 6. Sources of import and destinations of export. 7. Intermediate and fmal disposal. B. Perform Work as described in Section 02058 and other project technical specifications. Maintain one copy of Work Plan on site. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01770. B. Accurately record actual locations of utilities remaining by horizontal dimensions, elevations or inverts, and slope gradients. Section 02310 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I 1 I 1 I I I 1 1 I C. Provide daily report of quantities by pay item category to the Project Representative. The report shall also include a listing of all labor and equipment on the project that day, by name/number. I I 1 I 1 I D. Provide initial and final Aerial surveys as described in theis specification Section (02310) 3.12. Site survey. PART 2- PRODUCTS 2.1 MATERIALS A. Foundation Layer Soil: As specified in Section 02058. B. Vegetative Cover Layer Soil: As specified in Section 02058 and Section 02950. C. General fill under structures: Use Detroit Drive material as described in Paragraph 3.7 of this Section 02310. PART 3- EXECUTION 3.1 EXAMINATION A. Verify site conditions under provisions of Sections 01110 Summary of Work and 02230 Site Clearing. B. Verify that survey benchmarks and corresponding elevations for the Work as shown on the Contract Drawings are as indicated. C. Before bidding, inspect condition and material in stockpiles and windrows. This material is varied and contains organic and debris materials. No price adjustment will be made for the treatment and processing of this material for use as Foundation Layer and Vegetative Layer. Unsuitable material from the stockpiles and windrows shall be segregated so that it can be conveniently disposed. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. B. Stake and flag locations of known utilities, benchmarks and monitoring stations and protect from damage. C. Stake and flag the assumed "Break Line", defined as a line in plan view that connects the points on the Sections where the upper surface of landfill trash intersects the bottom surface of the Foundation Layer. D. Remove and relocate utilities where specified, or as directed by the City's Representative. E. Protect benchmarks, survey control points, existing structures, and fences from excavation equipment and vehicular traffic. Section 02310 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 F. Identify areas where stockpiles and other materials and equipment must meet the minimum clearance requirements of PG&E and the California Public Utilities Commission with respect to underground lines and overhead high voltage transmission lines. 3.3 FOUNDATION LAYER EXCAVATION A. Excavation of existing foundation layer soils for relocation to other areas shall be permissible only in locations of the landfill with existing foundation layer thicknesses of greater than two (2) feet. A minimum two (2) foot foundation layer thickness shall remain over the entire landfill Waste Management Unit at the completion of foundation layer grading. Excavated foundation layer soils shall be relocated to areas requiring additional foundation layer thickness in accordance with the Site Grading Plans. Inadvertent over -excavations of the foundation layer shall be replaced be the Contractor at his cost and replaced soil shall be compacted and tested for field density. B. Excavate foundation layer soil from areas to be further excavated or re -graded. Downhill of the Break Line (the direction where the existing upper surface of the landfill refuse is shown as above the proposed lower surface of the Foundation Layer), excavate a rough grade equal to the bottom of the 24" foundation layer. Uphill of the Break Point, excavate to 6" below the proposed GCL layer. C. Uphill of the Break Point, should landfill refuse be encountered during excavation, Contractor shall notify the Project Representative immediately, and upon direction shall excavate a lateral area such that a depth of 24" for Foundation Layer is created. When this area is established, Contractor and Project Representative will jointly measure it and agree on its area, which will be paid under the Bid Item #9A. "Install New Landfill Cap, 24" Foundation Layer." D. Benching Slopes: Horizontally bench existing slopes greater than 5H: 1V to key placed fill material to slope to provide firm bearing in accordance with Section 02318. E. Stability: Replace damaged or displaced subsoil to same requirements as that for specified fill. 3.4 FOUNDATION LAYER FILLING A. Place soil in accordance with Site Grading Plans and Technical Specifications. B. Fill areas to design contours and elevations with moisture conditioned soils. C. Place fill material in maximum 8 -inch thick loose layers and compact to 90 percent of maximum dry density. D. Maintain soil moisture content to within 2 percent of optimum moisture to attain required compaction density. E. Make grade changes gradual. Blend slope into level areas. 3.5 REFUSE EXCAVATION AND RELOCATION A. Limited refuse excavation and relocation will be conducted in areas where existing refuse is present above the lower surface of proposed foundation layer and in areas requiring Section 02310 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 r I I 1 I r I I 1 I r I I excavation for the lowering of existing grades to achieve design grades, such as on the sloped location at the southwest corner of the existing landfill mound, and at other locations as shown on the Contract Drawings. Refuse shall be excavated to an elevation that provides a final foundation layer thickness of a minimum of two feet. B. Limited refuse excavation and relocation will be conducted in areas where existing refuse is present under proposed structures, and within 4 foot horizontally of the structure's proposed foundation. Refuse shall be excavated to bay mud (native soil) or as approved in writing by owner's representative. Contractor shall be paid for refuse removal under Bid Item 24 and/or Bid Item 8 in quantities determined by the extended footprint of the structure and depth of excavation. C. The areas where refuse excavation occurs will require backfilling to grade with approved foundation layer soil. The backfilling shall be conducted in the same manner as for other foundation filling, whereby soil is to be placed in lifts no greater then 8 inches in depth, compacted, and tested for relative density. D. Relocated refuse shall be placed in the project landfill area below the foundation layer, where sections show the greatest depth between the bottom of foundation layer and top of existing refuse. In this operation, Contractor shall excavate carefully in locations directed by the Project Representative to the top surface of landfill refuse, setting aside the excavated material for re -use. This excavation will be paid at the rate for Bid Item #8, Grading to Bottom of Foundation Layer, but tracked separately as an extra. Contractor shall then place relocated landfill refuse in the excavated volume and compact it to the extent possible, so that the top surface of the newly -placed landfill refuse reaches the level of the proposed bottom of foundation layer. E. Contractor shall then backfill with the 24" minimum foundation layer soil as per this Section and Section 02318, "Backfilling." F. Refuse in excess of the amount that can be accommodated on -site shall be disposed of at an appropriate off -site disposal site, as arranged by Contractor. 3.6 EXCAVATION AND BACKFILLING UNDER PROPOSED BUILDINGS A. Excavate the surface cover soils, refuse and debris from under proposed building locations to the horizon of natural soil as follows: 1. Excavate a pit in each building location to a lateral extent 4' outside the limit of the building slab, and to a depth that reaches natural or competent soils. Report reaching such soil to the Project representative and cease excavating, so the Project Representative can inform the Geotechnical Engineer. 2. Slope or shore excavations as needed. The soils and other material here should be assumed to be very soft, saturated, and weak, so that appropriate measures will be required and included in the Bid Items for this activity. 3. Assume excavation to a depth of ten feet from existing ground surface elevation. Contractor will be paid for an excavation quantity that is equal to the area of the limit of building slab plus four feet on each side, times the fmal depth of the pit from original ground surface to the bottom elevation approved by the Geotechnical Engineer. Section 02310 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Upon approval of the Geotechnical Engineer for the bottom of excavation, backfill as follows: 1. Areas encountering free groundwater: Install layer of Mirafi 500X or equivalent geofabric over bottom of excavation and backfill with '''A" crushed gravel until gravel is at least six (6) inches above groundwater elevation. 2. Backfill remaining excavations below and above GCL with material from Detroit Drive stockpile, as specified in Section 02058 "Soil and Aggregate Materials", to 95% relative compaction per ASTM D1557. Lift thicknesses shall conform to technical specifications. Quantities: Backfill which is underneath and to lines four (4) feet beyond proposed structures less than three -and -one-half (3-1/2) below Finished floor elevation of structure shall be paid under Bid Item 8 "Grading to Bottom of Foundation Layer". Backfill under and within four (4) feet of proposed structures less than three -and -one-half (3-1/2) below Finished floor elevation shall be included as Bid Item 9 "Install New Landfill Cap w/ 24" Foundation". 3.7 DETROIT DRIVE SOIL STOCKPILE A. Transfer the Detroit Drive soil stockpile (approximately 3,300 CY) to the Phase H area and incorporate into the foundation layer material. This material shall be placed below the GCL, and used for foundation layer material following the requirements for foundation layer soils in Section 02058. B. Sufficient amounts of the "Detroit Drive Stockpile" material shall be reserved for backfllling under all proposed building locations, see Part 3.6 " Excavation and Baekfilling Under Proposed Buildings", in this Section. 3.8 VEGETATIVE COVER LAYER EXCAVATION A. Excavation of existing vegetative layer soils for relocation to other areas or re -use in the same area shall be permissible provided that a minimum eighteen (18) inches vegetative layer thickness shall remain over the entire landfill Waste Management Unit at the completion of vegetative layer grading. Excavated vegetative layer soils shall be relocated to areas requiring additional vegetative layer thickness in accordance with the Site Grading Plans. Inadvertent over -excavations of the vegetative layer shall be replaced be the Contractor at his cost and replaced soil shall be compacted and tested for in accordance with testing for S3 and S4 soils. B. Excavate vegetative layer soil from areas to be further excavated or re -graded C. Process wet material to obtain optimum moisture content. D. Excess vegetative cover layer material shall be disposed of at an appropriate off -site disposal site. 3.9 VEGETATIVE COVER LAYER FILLING A. Place soil in accordance with Site Grading Plans and Technical Specifications. B. Fill areas to design contours and elevations with moisture conditioned soils. Section 02310 - 6 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460531 I I I i I I I I 1 i 1 1 1 C. Place fill material in 12 -inch thick loose layer for first layer and compact as required. Then place maximum 8 -inch layers for additional layers and compact as required. Refer to Table 02318-1 "Vegetative Layer Surface Treatment", below_ D. Maintain soil moisture content to within 2 percent of optimum moisture to attain required compaction density. E. Treat the vegetative surface layer in accordance with table 02318-1 below. Table 02318-1, Vegetative Layer Surface Treatments Surface Condition Surface Treatment Sub -base for roads, parking areas, pavers, and paths Compact to 90%; remove stones and other objects greater than 1" dia. from surface before final rolling and fill in gaps; clean, trim, and re -roll immediately before placement of Aggregate base or other surfacing. Under building foundations Compact to 95%, material referenced in Section 02310 " Site Grading and Relocation" 3.6-A.2. This material differs from ordinary vegetative layer material, and is part of the buildings' lump sum bid item. Areas to be hydroseeded Compact to a neat surface, to 85%. Before hydroseeding lightly scarify to 6" depth. Track roll slopes greater than 4H:1 V. Areas without further treatment Compact to a neat surface, to 90%. Track roll slopes greater than 4H:1V. F. Make grade changes gradual.. Blend slope into level areas. 3.10 TOLERANCES A. Top of Foundation Layer: Plus or minus 0.10 feet from plan -required elevations. Tolerances shall not be cumulative. B. Top of Vegetative Cover Layer: Plus or minus 0.02 feet from plan -required elevations within 15 feet of paths, trails, roads and other hard surfaces. Plus or minus 0.10 feet in all other areas. Tolerances shall not be cumulative. 3.11 FIELD QUALITY CONTROL A. Section 01430 — Quality Control: Field inspection and testing. Section 02310 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Testing: In accordance with ASTM D1557, ASTM D698, AASHTO T180, ASTM D2167, ASTM. D2922, and ASTM D3017. C. If tests indicate Work does not meet specified requirements, provide additional compaction and retest. If subsequent re -compaction fails to yield passing results, notify the City representative, then the soil shall be excavated to competent material, replaced in 8 -inch lift thickness, re -compacted, and re -tested. If required, re -compaction, removal and replacement of placed fill shall be at the Contractor's expense. D. Frequency and Types of Tests: Refer to Section 02058 "Soil and Aggregate" Materials and 02318 "Backfilling". E. The Contractor is responsible for prevention of erosion of the vegetative layer and must repair any eroded areas, including planting and improvements, before final acceptance. F. The Contractor shall provide for a 12 month maintenance period of the vegetative layer. Contractor will be responsible for repairing erosion and settlement damage and restoring surface conditioning. 3.12 SITE SURVEY A. The Contractor shall use a California Licensed Land Surveyor (LLS) or California Registered Civil Engineer (RCE)with a valid license to practice land surveying to perform all surveys. The LLS or RCE shall survey all specific location points relative to northing and easting coordinates and pertinent layout dimensions provided on the Contract Drawings. B. The LLS or RCE shall survey lateral coordinates relative to the California Coordinate System, North American Datum of 1983 (NAD 83). The local City of San Mateo vertical datum is 2.36 feet above the National Geodetic Vertical Datum (NGVD) or Mean Sea Level, plus 100.00 feet. C. The LLS or RCE shall work directly with the Contractor to provide grade staking on an as - needed basis. On -going day-to-day grade staking may be performed by someone other than a LLS who is knowledgeable in setting grade stakes. D. The Contractor shall be responsible for making certain that the landfill profile layers are constructed to the specified thickness and that final grades meet the specifications within the stated tolerances. E. Aerial surveys (topographic survey with 1' contour interval) shall be provided to OWNER both following clearing and grubbing and at conclusion of project in hard copy and electronically. Format shall be approved in writing by OWNER prior to submittal. These surveys will be used to calculate bid item quantities as described in Section 01292 and as record drawings. END OF SECTION Section 02310 - 8 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 I 1 I I I I I I 1 1 SECTION 02316 EXCAVATION AND TRENCHING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Excavation for drainage V -ditches and miscellaneous excavations. B. Trenching for drainage piping. C. Excavating and relocation of soil material to be used for foundation layer. D. Excavation to -grade of soil as required for placement of aggregate road base and trails surfacing and other surfaced areas. 1.2 RELATED SECTIONS A. Section 01110 —Summary of Work; requirements applicable to lump sum and unit prices for the work of this Section. B. Section 01430 — Quality Control. C. Section 02310 — Site Grading and Refuse Relocation. D. Section 02318 - Backfilling. 1.3 SUBMITTALS A. Contractor shall submit a trench safety plan with shoring/sloping design prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems, in accordance with Section 00700-4.12.6. B. Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads 1.4 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. 1.5 FIELD MEASUREMENTS A. Verify that survey benchmark and intended lines and elevations for the Work are as indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION Section 02316 -1 East Third Avenue Landfill Closure Phase ii ! Seal Point Park Project No. 460531 3.1 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Locate, identify, and protect from damage utilities that remain. C. Remove and/or relocate affected utilities where specified, or as directed by the City's Representative. D. Protect benchmarks, survey control points, existing structures, fences from excavating equipment and vehicular traffic. E. Notify City's Representative upon encountering refuse. Refuse materials will be relocated on -site below the foundation layer. 3.2 EXCAVATING A. Excavate to working elevations. B. Slope banks with machine to angle of repose. C. Do not interfere with 45 degree bearing splay of adjacent features or structures. D. Grade top perimeter of excavation to prevent surface water from draining into excavation. The Contractor is responsible for control of all water during construction. This also includes storm water. Trenches and excavations damaged or made unsuitable for backfilling (or for laying pipe) from storm water shall be over -excavated and repaired at the Contractor's cost. E. Hand trim pipeline and structure excavations. Remove loose matter, rocks, clods, and debris. Prepare excavation bottoms flat, true, and straight. F. Remove lumped subsoil, boulders, and rock up to 1/4 cubic yards measured by volume. G. Notify Owner's Representative of differing site conditions in accordance with Section 00700- 7.2. H. Correct areas over -excavated in accordance with Section 02318. I. Stockpile excavated material (likely required for vegetative cover layer soil) in area designated on site in accordance with Section 02058. 3.3 FIELD QUALITY CONTROL A. Section 01430 —Quality Control: Field inspection and testing. B. Provide for visual inspection of drainage pipe bearing surfaces. 3.4 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. Section 02316 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I1 I I B. Protect excavations, trenches, and soil adjacent to and beneath excavations from storm water damage. The Contractor shall conduct his work in a manner such that a minimum of excavations or trenches is open at any time. Any excavation dewatering and/or repairs shall occur at the Contractor's cost. END OF SECTION Section 02316 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 02318 BACKFILLING r 1 1 11 I 1 I PART 1 - GENERAL 1.1 SECTION INCLUDES A. Backfilling to top of foundation layer elevations. B. Site filling and backfilling required to re -grade both the foundation layer soil and vegetative layer soil materials to conform with site grading plans. C. Fill for over -excavation, including fill below buildings. D. Backfilling of drainage piping and utility trenches and excavations. E. Special backflling in utility trenches near buildings to stop landfill gas movement in trench. F. Consolidation, compaction, and soil density testing as scheduled. G. Placement to line, grade, and minimum thickness and compaction of aggregate surfacing for roads and paths. 1.2 RELATED SECTIONS A. Section 01110 — Summary of Work; requirements applicable to lump sum and unit prices for the work of this section. B. Section 01430 — Quality Control; compaction testing, soil placement. C. Section 02058 - Soil and Aggregate Materials. D. Section 02310 — Site Grading and Refuse Relocation. E. Section 02316 - Excavating and Trenching. F. Section 02346 — Geosynthetic Clay Liner 1.3 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. 1.4 REFERENCES A. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 -inch (457 mm) Drop. B. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). Section 02318-1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 C. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil -Aggregate Mixtures. PART 2- PRODUCTS 2.1 FILL MATERIALS A. Foundation Layer Soils (S1) and (S2): As specified in Section 02058 Soil and Aggregate Materials. B. Vegetative Cover Layer Soils (S3) and (S4): As specified in Section 02058 Soil and Aggregate Materials. C. Aggregate Gravel Surfacing Material: As specified in Section 02058 Soil and Aggregate Materials. D. Fill material under building locations. As specified in Section 02310 Site Grading and Refuse Relocation. E. Storm drain pipe bedding: Quarry fines, sand, or 3/a" maximum crushed rock. F. Water and sanitary sewer pipe bedding: sand to dimensions shown on Contract Drawings. 2.2 ACCESSORIES A. Geosynthetic Clay Liner (GCL) — Section 02346 — As related to site grading. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify subgrade condition. 3.2 PREPARATION A. Compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of foundation layer subgrade not capable of compaction in place. Backfill with Type (S1) and/or Type (S2) fill and compact to density equal to requirements for subsequent fill material. 3.3 BACKFILLING A. Backfill areas to contours and elevations indicated on plans. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, or spongy subgrade surfaces. C. Granular Fill - Place and compact materials in equal continuous layers not exceeding 8 inches compacted depth. r I I I I Section 02318-2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 D. Soil Fill - Place and compact material in equal continuous layers not exceeding 8 inches compacted depth. E. Employ a placement method that does not disturb or damage other work. 1 1 1 1 1 F. Maintain optimum moisture content of backfill materials to attain required compaction density. G. Make gradual grade changes. Blend slope into level areas. H. Remove surplus backfill materials from site. 3.4 BACKFILLING OVER GCL MATERIAL A. Vegetative layer soils and other soils placed over the GCL shall be placed as described in Section 02310. 3.5 BACKFILLING UNDER BUILDING PADS A. After over -excavation of refuse from under proposed building locations, backfill as described in Section 02310 Site Grading and Refuse Relocation. 3.5 TOLERANCES A. Top surface of general backfilling: plus or minus 0.10 -foot from required elevations. 3.6 FIELD QUALITY CONTROL A. Section 01430 — Quality Control: Field inspection and testing. B. Compaction testing will be performed in accordance with ASTM D1557, ASTM D2922, and ASTM D3017. C. If tests indicate Work does not meet specified requirements, remove the Work, replace, and retest. D. Frequency of Soil Compaction Testing: 1. Foundation Layer Soil Fill: 90 percent of relative maximum dry density (ASTM D1557). Compaction testing required for each 250 cubic yards of material placed. Test shall be equally divided within the two -foot thick foundation layer. Foundation layer material under buildings is treated separately under Section 02310 3.6, and shall be compacted to 95% relative maximum dry density and be tested for each 50 cubic yards of material placed. Tests shall be equally divided within the entire depth of the excavation depth. At least one test should be performed for each building location. 2. Vegetative Layer Compaction Testing Frequency: a. Sub -base for roads, parking area, pavers, and paths. Compact to 90% percent of relative maximum dry density (ASTM D1557), compaction testing required for every 50 feet of total lineal footage for roads and paths and at least 1 for every 1,000 square feet of parking and paver areas. Section 02318-3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 b. Under Building Foundation: Compact to 95% percent of relative maximum dry density (ASTM D1557). One compaction testing required for each building location. c. Areas to be hydroseeded: Compact to 85% relative maximum dry density, compaction testing required for every 10,000 square feet of vegetative layer materials to be hydrodseeded. d. Areas without further treatment: Compact to 90% relative maximum dry density, compaction testing required for each 250 cubic yards of material placed. Tests shall be equally divided within the thickness of this vegetative layer. 3. Drainage Piping or Components Trenches/Excavations: Compact to 90 percent of relative maximum dry density (ASTM D-1557). Compaction testing required for each 50 cubic yards of material placed. Tests shall be equally divided within the entire depth of the excavation depth. 4. Aggregate Surfacing for Roads and Paths and under Pavers: Compact to 95 percent of relative maximum dry density (ASTM D1557). Compaction testing required for every 50 feet of total lineal footage for placed aggregate. Tests shall be completed upon the final surface. Tests shall penetrate a minimum of 2/3rds of the total layer thickness or 12 inches, whichever is less. F. Frequency and types of tests other than compaction: Refer to Section 02058- Soil and Aggregate Materials. 3.7 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. B. Reshape and re -compact fills subjected to vehicular traffic. END OF SECTION Section 02318-4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 1 1 1 I 1 1 1 I 1 SECTION 02346 GEOSYNTHETIC CLAY LINER (GCL) PART 1- GENERAL 1.1 SUMMARY A. This section includes furnishing and installing geosynthetic clay liner for the composite landfill cover. 1.2 MEASUREMENT AND PAYMENT A. Payment for installed GCL shall be as part of the assembly paid by Bid Items 9 and 9a, including all splices, anchor trench connections, tests, and all other work associated with landfill cap construction requiring GCL. B. Contractor shall execute repairs to GCL required because of actions by Contractor at no cost to Owner. "Actions by Contractor" shall be understood to include actions by all parties other than Owner, under Contractor's duty to keep the site secure. 1.3 REFERENCES A. ASTM D422 Method for Particle -Size Analysis of Soil. B. ASTM D1557 Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 -inch (457 mm) Drop. C. ASTM D2216 Test Method for Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil -aggregate Mixtures. D. ASTM D3776 Standard Test Method for Detaaniination of Weight (Mass) per Unit Area of Woven Fabrics E. ASTM D4354 Standard Practice for Sampling of Geosynthetics for Testing. F. ASTM D-4632 Standard Test Method for Breaking Load and Elongation of Geotextiles. G. ASTM D4751 Standard Test Method for Determining Apparent Opening Size of a Geotextile. H. ASTM D4759 Standard Practice for Determining the Specification Conformance of Geosynthetics. I. ASTM D4873 Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples. J. ASTM D5084 Standard Test Method of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter. Section 02346 -1 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 K. ASTM D5321 Standard Test Method for Determining the Coefficient of Soil and Geosynthetic or Geosynthetic and Geosynthetic Friction by the Direct Shear Method L. ASTM D5890 Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners. M. ASTM D5891 Standard Test Method for Fluid Loss of Clay Component of Geosynthetic Clay Liners. N. ASTM D5993 Standard Test Method for Measuring Mass Per Unit of Geosynthetic Clay Liners. 1.4 DEFINITIONS A. Bentonite: Clay soil, comprised primarily of sodium montmorillonite, characterized by high -swelling potential and low -hydraulic conductivity. B. ENGINEER: Duly authorized representative of the OWNER. The party responsible for observing and documenting activities related to the quality assurance of the installation of the geosynthetic components of the project. Also responsible for issuing a construction monitoring report sealed by a Registered Professional Engineer. C. Construction Quality Assurance (CQA) Laboratory (third party laboratory): The party, retained by the OWNER, independent from the OWNER, Manufacturer, Fabricator, and Installer, responsible for conducting tests on samples of geosynthetic materials obtained at the site. Any party involved with the manufacture, fabrication, or installation of the geosynthetic components shall not provide the CQA Laboratory service. D. Construction Quality Assurance (CQA) Monitor: The site representative for the ENGINEER. E. Geosynthetic Clay Liner (GCL): Relatively thin factory -manufactured liner material consisting of bentonite supported by textile on front and back, held together by needling, stitching, or chemical adhesives. F. GCL Manufacturer (Manufacturer): The party responsible for the production and quality of GCL. G. Installer: The Installer, or CONTRACTOR, is the patty responsible for field handling, storing, deploying, seaming, repairing, temporarily restraining (against wind), and other site aspects of installing the GCL. The CONTRACTOR is also responsible for transportation of these materials to the site and for the complete anchoring systems. H. Lot: Group of consecutively numbered rolls from the same manufacturing line. Minimum Average Roll Value (MARV): Minimum value of a limited series of tests that represents a value two standard deviations lower than the overall average value. Ninety- five percent of any individual samples will have values greater than the MARV for any given property. Section 02346 - 2 East Third Avenue Landfill Closure Phase IT / Seal Point Park Project No. 460531 I I 1 1 1 i I 1 I 1 1 1 1 i 1 J. Panel: The unit area of GCL, a roll or a portion of a roll that will be seamed or overlapped in the field. K. Textile Backing (textile or geotextile): Geosynthetic support material consisting of woven slit film, needle -punched nonwoven, or spunlaced polymer fabric, used for supporting bentonite in a GCL. 1.5 SUBMIIIALS A. Product Data (Manufacturer): Submit the following 7 days prior to shipping material to the site. 1. Geotextile Backing: Certification stating that the geotextiles meet the product requirements (Table 02775-1). Copy of quality control tests performed by geotextile supplier (if different from GCL Manufacturer). Copy of quality control tests performed by GCL Manufacturer. 2. Bentonite: Certification stating that the bentonite meets the product requirements (Table 02775-1). Copy of quality control tests performed by bentonite supplier. Copy of quality control tests performed by GCL Manufacturer. 3. GCL: Certification stating that the GCL meets the product requirements (Table 02775-1). Copy of quality control tests performed by GCL Manufacturer. Permeability testing on typical product by independent laboratory (not necessarily for product delivered to site). Laboratory test data on typical product for. i. Swell i. Permeability of overlapped GCL iii. Freeze -thaw behavior of GCL Submit a certificate of compliance for the GCL to the OWNER for approval at least 14 clays before he intends to import this material. The certificate of compliance must include the test results conducted by a third -party soils laboratory for the following ASTM tests: D 5321 (GCL Internal Shear Section 02346 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 Strength), D5321 (GCL-site soil Interface Shear Strengths) and D5321 (GCL - geomembrane shear strength). The on -site soil sample and material test parameters (i.e., moisture, density, saturation, confining loads, etc.) must be approved by the OWNER prior to conducting ASTM test D5321. The shear strengths must meet or exceed the minimum shear strength parameters presented in Table 02775-1. The soil samples to be used for shear strength testing shall be fabricated from on -site soil with a minimum relative compaction of 92 percent of the ASTM test D1557 maximum dry density (unit weight) and with a moisture content of 4 percent above the D1557 test optimum moisture content. The actual moisture content may be revised on the basis of the D1557 test results for each material. (The D5321 direct shear strength tests determine the GCL internal shear strength, and the GCL-HDPE and GCL-site soil interface shear strengths will be performed by saturating GCL under 250 psf normal load for 48 hours then consolidating the fabricated specimens under normal loads of 1,000, 2,000, and 4,000 psf respectively, for a period of 16 hours prior to applying the shear loads.) The sample shall be sheared using a constant strain rate of 0.04 inches per minute. The residual shear strength shall be measured at 3.0 inches of displacement. Panel Layout Drawing: Provide a copy of the panel layout drawing for the deployment and seaming of the GCL seven (7) days prior to shipment to site. The panel layout drawing shall include panel numbers and seam numbers. Record Drawings: Provide reproducible record (as -built) drawings showing, at a minimum, panel numbers, seam numbers with seamed, and location of patches and destructive seam samples within seven (15) days after completion of the GCL installation 4. Qualifications (Installer). Submit, three weeks prior to installation, name of Installer, resume of installation supervisor/field engineer to be assigned to the project, and list of projects completed by Installer that involved GCLs. 5. Quality Control Plan and Installation Procedures (Manufacturer): Submit, three weeks prior to installation, copy of Manufacturer's quality control plan including list of quality control tests performed and typical testing frequencies. Submit, three weeks prior to installation, recommended installation procedures. 6. Submit, upon completion of the installation, Manufacturer's product warranty against Manufacturer defects (material not in compliance with this specification). The warranty shall cover the full material replacement cost not including installation. Section 02346 - 4 East Third Avenue Landfill Closure Phase 11 / Seel Point Park Project No. 460531 1 1 1 I 1 I 1 1.6 QUALIFICATIONS A. Product shall be obtained from a Manufacturer listed in Section 2.1 or a Manufacturer - approved distributor, B. Installer shall meet the following requirements: 1. Have experience in similar capacity involving GCLs on at least three landfill projects and have installed a minimum of 500,000 square feet of GCL, or 2. Provide a Manufacturer representative, with field experience on at least five GCL projects, to be on site for a minimum of three days until the Installer has demonstrated capability. 1.7 QUALITY ASSURANCE A. The OWNER will engage and pay for the services of (1) Construction Quality Assurance (CQA) Consultant (ENGINEER) and (2) Construction Quality Assurance (CQA) Laboratory for monitoring the quality and installation of the GCL unless otherwise specified. B. The Manufacturer shall not charge any time or material expenses to the OWNER, related to a plant visit by the OWNER (if so elected), the CQA Monitor, or designated representative to visit the plant during manufacturing. C. The Installer shall aid the CQA Monitor in product sampling by providing personnel and equipment necessary to move, cut, and protect GCL rolls. D. Furnish in rolls wrapped in relatively impermeable and opaque protective coverings. Immediately restore any damaged protective covering. 1.8 DELIVERY, STORAGE AND HANDLING A. General: Conform to the Manufacturer's requirements or by ASTM D-4873, whichever is more strict. B. Delivery: 1. Deliver materials to the site only after the CQA Monitor accepts required submittals. 2. Cover material with a waterproof, tight -fitting, plastic covering resistant to ultraviolet degradation. 3. Ship less than one month prior to scheduled installation. 4. Mark each roll with the following information: Manufacturer's name. Product identification. Section 02346 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 Lot and roll numbers. Roll dimensions and weight. C. Storage: 1. Store rolls in space allocated by the OWNER. Space should be at high -ground level or elevated aboveground surface. 2. Stack no more than 4 rolls high. 3. Protect rolls from precipitation, mud, dirt, dust, puncture, cutting or any other damaging or deleterious conditions. 4. Preserve integrity and readability of roll labels. D. Handling: 1. Use appropriate handling equipment to Manufacturer's recommendations to load, move or deploy GCL rolls. 2. Handling of rolls shall be done in a competent manner such that damage does not occur to the product or to its protective wrapping. Follow handling procedures outlined in ASTM D-4873. 3. Damage to protective covering due to mishandling or sampling must be repaired immediately. Repairs shall be such that the GCL roll is protected from moisture or other deleterious conditions. 4. Installer is responsible for off-loading, storage, and transporting material from storage area to installation site. 5. Use a spreader bar to prevent slings from damaging the ends of the rolls. 6. Insert a pipe, in accordance with the manufacturer's recommendations, through the core of the role for lifting. PART 2 PRODUCTS 2.1 MANUFACTURERS — The following companies manufacture the preferred GCL products to be used in this project: A. Gundle/SLT Environmental, Inc. GUNDLEISLT ENVIRONMENTAL, INC. 19103 Gundle Road Houston, Texas 77073 Phone: (800) 435-2008 Section 02346 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 I I I I I I 1 I I I U 1 I 1 I B. Colloid Environmental Technologies Company (CETCO) COLLOID ENVIRONMENTAL TECHNOLOGIES COMPANY Lining Technologies Group 1500 West Shure Drive Arlington Heights, Illinois 60004 Phone: (800) 527-9948 2.2 APPROVED PRODUCTS A. For landfill cap in sloped areas (slope equal to or greater than 10 horizontal to 1 vertical): 1. Gundle /SLT Environmental Bentofix Thermal Lock "NS" 2. CETCO Bentomat "ST" B. For landfill cap in level areas (slope less than 10 horizontal to 1 vertical): 1. Gundle /SLT Environmental Bentoflex Thermal Lock "EC" 2. CETCO Claymax "200W' 2.3 MANUFACTURER'S RECOMMENDATIONS A. Install GCL in accordance with the manufacturer's recommendations for the selected and approved GCL for the appropriate (slope or level) condition, except where these specifications are more restrictive, in which case these specifications shall prevail. B. Repair torn, punctured, or otherwise damaged GCL according to the manufacturer's recommendations. For existing GCL installed under previous projects, determine via the Project Representative what material was damaged, and repair according to recommendations by its manufacturer. 2.4 BENTONITE A. Meet the requirements of Table 02775-1. B. Geotextile filter cannot be heat burnished, only. 2.5 GEOTEXTILE BACKING (BOTH SIDES) A. Needle -punched, non -woven and woven B. Needle -punched or stitched reinforcement. C. Meet the requirements of Table 02775-1. 2.6 GCL A. Consist of bentonite encapsulated by geotextiles. Section 02346 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Provide with continuous water -proof laplines and matchlines printed directly on the geotextile-type GCL at 6 and 9 inches from the edges of the rolls, respectively. C. Wrapped around structurally -sound core that can support weight of GCL without excessive bending or buckling. The core must be accessible to stingers or rods placed full-length within the core. 1. Geotextiles: needle -punched or lock -stitched together through the bentonite layer to form a stable composite. Adhesives may be used in addition to, but not in lieu of, needle -punching, or lock -stitching. 2. Continuously inspected for presence of needles and certified to be "needle -free." D. Meet the requirements of Table 02775-1. 2.7 MANUFACTURER SOURCE QUALITY CONTROL A. Perform the quality control tests at the frequencies shown on Table 02775-2. B. Supply copies of testing to OWNER. Section 02346 - 8 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 1 1 I 1 1 r i r 1 I 1 1 1 1 1 1 I i 1 1 I I I I I I I I I I N I I I I I Table 02775-1 Properties for Geosynthetic Clay Liner Test Test Designation(1) Requirement Bentonite ASTM D-2216 ASTM D-422 ASTM D-5891 ASTM D-5890 <40% for geotextile-type GCL <20% passing #200 U.S. sieve 18 ml. max. 24 ml./2 g. min. Moisture Content Particle Size Fluid Loss Swell Index Geotextilet2i(3) ASTM D-3776 ASTM D-4632 ASTM D-4632 ASTM D-4751 Upper>3.3 oz/yd2, Lower>6.0 oz/yd2 Upper>90 pounds (lb,)i4', Lower>60 pounds 4i 15 0.15 mm. Mass Per Unit Area Grab Strength Grab Elongation (%) AOS GCL(2) ASTM D-5993 ASTM D-4632 ASTM D-4632 ASTM D-5084 ASTM D-5321 >0.75 lb (5)/ftat 0% moisture >85 lb. 150 <5 x 10"9 cm/secl6i Confining Stress (psf) Shear Stress (psf) 200 500 Mass Per Unit Area Grab Strength Grab Elongation (%) Permeability Hydrated Internal Shear Strengthl'i 19 Alternate tests are allowed only with prior written approval of OWNER. (2) Required values for geotextile and GCL are MARV. (3) For geotextile-type GCL. (4) Measured in weakest direction. (5) Weight of GCL minus weight of geotextiles and corrected to 0 percent bentonite moisture content. (6) Measured under 5 psi confining pressure and 2 psi head pressure. (7) Requirement applies to (1) internal GCL strength and (2) GCL/soil interface strength. Section 02346 - 9 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 Table 02775-2 Manufacturer's Testing for Geosynthetic Clay Liner Test Frequency» Bentonitell l 1 per 20 tons 1 per 50 tons 1 per 100 tons 1 per 50 tons Moisture Content Particle Size Fluid Loss Swell Index Geotextilehll3l 1 per 40,000 square yards 1 per 40,000 square yards Mass Per Unit Area Grab Strength GCL(2) 1 per 50,000 square feet 1 per 200,000 square feet 1 per Lot or Weekly(3) Periodic Mass Per Unit Area Grab Strength Permeability Hydrated Internal Shear Strength l'l One test per quantity indicated. (2) Frequencies based on material with ten percent moisture content. (31 Minimum of two tests for permeability. PART 3 EXECUTION 3.1 PREPARATION OF SUBGRADE A. Compact subgrade as specified in Section 02058. B. Roll subgrade to a smooth and level surface. C. Provide surface free of stones or protrusions greater than '/z -inch diameter, as well as organic materials or other deleterious material. D. Fill voids and cracks. E. Limit ruts to 'h -inch maximum depth. 3.2 DEPLOYMENT A. Deploy only after the OWNER accepts subgrade and subgrade meets specifications of Section 02058. B. Do not allow foot traffic on the GCL if the material is at the moisture content of 40 percent or greater. Section 02346 -10 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 I 1 I 1 I I I I I I 1 1 1 l r I 1 I I I I I I r� I I C. Deploy manually or by use of spreader bar attached to loader or backhoe. D. Do not place GCL during precipitation, in the presence of excessive moisture, in any area of ponded water, or during excessive winds. Engineer may order the suspension of work during such conditions. Failure to do so shall not be construed to relieve installer of the responsibility to meet this specification and properly perform the work, or the responsibility for personnel safety. Only enough GCL panels should be laid out that can be covered with welded geomembrane panels during the same day. At the end of the work day, any exposed GCL panel edges shall be covered by overlying geomembrane or the exposed GCL panel edges shall be covered by additional geomembrane or plastic sheeting. Weight the geomembrane or plastic sheeting sufficiently to prevent any overnight precipitation from running under the sheeting and contracting the GCL edges. Excessively wetted GCL panels that cannot be practically dried out and reused must be cut away, iemoved, and a replacement panel placed. E. Take care not to entrap objects or moisture beneath GCL. F. Beginning deployment implies acceptance of subgrade by Installer. 3.3 JOINING A. Overlaps: 1. Using the lapline and matchline as guides, overlap a minimum of 6 inches along length. 2. Overlap a minimum of 12 inches at ends of rolls and in sump areas. 3. Overlaps or seams perpendicular to slopes must be overlapped in the direction of slope and anticipated water movement. For slopes greater than 150 feet in length, the GCL end seam shall be overlapped a minimum of 24 inches with the overlap shingled downslope. No end seam is permitted within 25 feet up- or downslope on adjacent panels. Adhesives shall be used to assure that the GCL stays in place during construction. B. Seams: 1. Spread loose bentonite or bentonite paste at each seam overlap. Bentonite shall be placed at a rate of `/4 pound per lineal foot of seam. 2. Bentonite must be same material used in the GCL. 3. Use lime spreader to reduce wind-blown particles if powder bentonite is used, or any other method as approved by the Engineer. 4. Do not sew or use mechanical connections (except for repairs). C. Penetrations: Section 02346 - 11 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1. Place granular bentonite around penetrations (such as gas extraction wells), at the slope toe where it abuts the concrete channel, and other areas where the GCL does not provide entire coverage as determined by the Engineer. Bentonite seal should extend at least 12 inches beneath the GCL panel. 3.4 BALLAST A. Ballast GCL against wind using sandbags filled with fine-grained material. B. Leave sandbags in place until GCL is covered. C. GCL must be covered with geomembrane the day it is installed. If overlying geomembrane is not seamed the same day, the CQA Monitor may request geomembrane edges be pulled back for inspection of the GCL. Work to perform the inspection must be done at no additional cost to OWNER. D. Remove and replace, punctured, or hydrated material in accordance with Section 3.5. Remove and replace at no additional cost to OWNER. E. The OWNER will reject bentonite material that becomes hydrated to a moisture content greater than 40 percent before being covered by a seamed geomembrane. Remove and replace rejected material at no additional cost to the OWNER. F. GCL must remain in place and undisturbed during the placement of the geomembrane. Any disturbed areas must be fixed prior to welding. 3.5 REPAIR PROCEDURES A. Remove punctured, torn or hydrated material. B. Cover area with same type of GCL material with same side up. C. Overlap remaining material surrounding the defective area by a minimum of 12 inches in all directions. D. Adhesion tape or spray may be used to keep patch in place. E. Apply loose bentonite at the overlap seams at a rate of 4 ounces per linear foot. F. Hydrated Areas: Remove hydrated areas and replaced with unhydrated material. G. For the area shown on Sheet C2-1.1 (excavation and GCL replacement), Contractor shall remove entire existing GCL panel back to the nearest seam and anchor trench, and replace with new GCL and anchor trench according to Detail C/C2-2.1. 3.6 FIELD QUALITY CONTROL AND QUALITY ASSURANCE A. General: 1. Field quality control is the responsibility of the Installer who must document that the installation proceeds in accordance with this specification. Section 02346 -12 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I r I I I I I V 1 I I I I I I I 1 f I 1 I 1 1 I f I r I 1 2. Field quality assurance is the responsibility of the CQA Monitor and the Installer. B. The Installer and CQA Monitor must inspect: 1. The underlying surface for entrapped particles that may impact the GCL. 2. The surface of the GCL for needles, punctures, tears, thinning, or other evidence of that the material may not meet specification requirements. 3. The GCL for evidence of premature hydration such as wet areas or swelling. 4. Overlaps using the laplines and matchlines as a guide. The CQA Monitor will periodically measure the distance of the laplines and matchlines from the edge of the GCL. 5. The bentonite seam (if necessary) to check the location of the seams over the overlap and the amount of bentonite being used. 6. The CQA Monitor must approve each panel of the GCL before the GCL is covered. C. Collection of samples for CQA Testing (Performed by CQA Monitor): 1. Installer must aid the CQA Monitor in collecting sample for testing. 2. Reject any roll that cannot be identified. 3. Take samples at a minimum frequency of one sample per 100,000 square feet. 4. Take a Minimum of one sample per lot. 5. Take sample that is a minimum of two feet long and the entire width of the roll. 6. Mark the roll number and machine direction on each sample. D. Laboratory Testing: 1. Conduct the following laboratory tests, according to the test methods on Table 02775-1. Moisture content. Mass per unit area. Thickness. Grab strength (1 sample only). Permeability (1 sample only). Shear strength (1 sample only). Section 02346 - 13 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460331 2. Evaluate test results according to ASTM D 4759. 3.7 ACCEPTANCE A. CONTRACTOR retains ownership and responsibility of GCL until acceptance by the OWNER. B. OWNER will accept GCL installation when: 1. All required documentation from the Manufacturer and Installer has been received and accepted. 2. Test reports verifying material properties have been received and accepted. 3. The CQA Monitor has completed final inspection and any noted defects have been repaired. END SECTION Section 02346 - 14 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 I r I 1 I I I I 1 r I I i 1 I I t I I I I I I 1 I I 1 SECTION 02370 EROSION CONTROL PART 1 - GENERAL 1.1 SCOPE OF WORK A. General: Provide all materials, equipment, and labor necessary to furnish and install silt fences, straw fiber rolls and temporary stabilized construction entrance at locations shown on the drawings, including protection of adjacent wetlands, San Mateo Creek and other State of California waters. B. Permit: Prepare a Storm Water Pollution Prevention Plan (SWPPP) tailored to the Contractor's operations, methods, and equipment. Comply with State Water Resources Control Board requirements and as specified. 1.2 SUBMITTALS A. Procedures: In accordance with Section 01330, "Submittal Procedures." B. Submittals: Submit the SWPPP to the City of San Mateo for review and approval. The SWPPP shall at a minimum address: 1. Cut and fill operations. 2. Temporary stockpiles. 3. Vehicle and equipment storage, maintenance, and fueling operations. 4. Concrete disposal. 5. Dust control. 6. Tracking of dirt, mud on off -site streets. 7. Pipe flushing. 8. All measures as indicated in the City of San Mateo Conditions of Approval for Project. 1.3 QUALITY ASSURANCE A. General: Comply with governing codes and regulations. B. Adjacent Wetlands: 1. No grading, vehicle entry, material storage, or soil stockpiling shall be allowed in adjacent wetlands. 2. Adjacent wetlands shall be identified with temporary fencing. 3. If it is necessary to conduct some construction activities in areas identified as wetlands, first obtain City permission and then restore as accepted by City Representative. PART 2 - PRODUCTS 2.1 MATERIALS A. Temporary stabilized construction entrance: Stone shall be 1.5 inches to 3 inches diameter and no less than 6 inches in depth. The width and length of the pad shall be as shown on the Contract Drawings. Section 02370 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Filter fabric shall be a pervious sheet of synthetic polymer composed of at least 85 percent by weight ethylene, propylene, amide, ester, or vinylidene yam, woven or non -woven. It shall contain stabilizers and/or inhibitors to resist deterioration by heat, water, and ultra -violet light. C. Posts for silt fences shall be a shown on the Drawings. D. Straw fiber rolls shall be Kristar Rice Fiber Rolls, 9 inch diameter by 20 feet long, or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Silt Fence: Shall be installed and placed at locations as indicated on the drawings. B. Fiber Rolls: Shall be installed and placed at locations as indicated on the drawings and per the manufacturers recommendations. C. Temporary Gravel Construction Entrance: The entrance shall be constructed at the location as shown on the drawings. 3.2 MAINTENANCE AND REMOVAL A. General: Erosion control measures shall be utilized throughout all phases of operation in areas where soil, silt, dirt and/or sediment from the project activities threatens to enter adjacent wetlands, San Mateo Creek, or other waters of the State or contributing tributaries. At no time shall any of these materials be allowed to enter said waters or be placed where it may enter said waters. Spoils shall not be placed on the side slopes of said waters or where they could enter said waters. Spoils shall not be placed over vegetation. Spoils shall be removed from riparian areas, and disposed of in accordance with Section 02310, Site Grading and Refuse Relocation. B. Maintain and repair erosion control facilities throughout the construction period. Remove silt buildup at silt fences and/or fiber rolls as needed. Repair damage to earth slopes and banks. Keep area clean of debris. C. Silty/turbid water from excavation and/or project activities shall not be discharged into adjacent wetlands, storm drains, San Mateo Creek and other State of California waters. The silty/turbid water shall be directed or pumped into a holding facility or into a settling pond located in a stable area outside of said protected waters or sprayed over a large area outside of the Creek or wetlands area to allow for natural filtration of sediments. 3.3 MEASUREMENT AND PAYMENT A. Erosion Control shall be paid for as a unit or lump sum as shown on the bid schedule, which price shall include full compensation for all required erosion control, in equal monthly increments throughout the duration of the contract, except in months in which liquidated damages are charged. END OF SECTION Section 02370 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I 1 i I I 1 I I t 1 I I I i I I I r I I I I I I I I SECTION 02395 WETLAND PROTECTION PART 1- GENERAL 1.1 SUMMARY A. Preserve and protect existing wetland and other improvements and adjoining properties during removal work, site preparation work and construction. 1.2 QUALITY ASSURANCE A. Stipulations: 1. Plant Protection: Protect existing wetland area with temporary fencing as accepted by City; permit no traffic or stockpiling within wetland area. B. Site Preparation: 1. Work is in accordance with the Drawings and specifications and includes but is not necessarily limited to the following: a. Identification and protection of vegetation indicated to remain. C. Related work specified elsewhere includes: 1. Section 02220 — Site Demolition 2. Section 02310 — Site Grading and Refuse Relocation 3. Section 02370 — Erosion Control 4. Section 02630 — Site Storm Drain Systems 5. Section 02950 — Site Revegetation PART 2 — PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 INSTALLATION A. Install a temporary 4 -foot high fence where necessary to prevent access to wetland slopes at edge of wetland area as directed by the City's Representative. END OF SECTION Section 02395 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I r I 1 I I I I I I 1 I SECTION 02512 WATER SERVICE PIPING PART I - GENERAL 1.1 SCOPE A. Furnish and install water service connection and potable water system, as indicated on drawings. B. Testing and disinfection of new piping. 1.2 CODES AND STANDARDS A. California Plumbing Code as currently adopted by local ordinance. B. American Water Works Association (AWWA). C. American Society of Testing Materials (ASTM). D. American Society of Mechanical Engineers (ASME). 1.3 REFERENCES A. Related work specified elsewhere: 1. Section 02316 - Excavation and Trenching 2. Section 02318 - Backfilling 1.4 REVIEWS AND INSPECTIONS A. Twenty-four (24) hours prior to placement of backfill above the pipe bedding, the City shall be notified by the Contractor and shall be allowed such reasonable time to inspect points of connection, placement of the pipe, and pipe bedding. 1.5 RECORD DRAWINGS A. Contractor shall maintain a daily log of on -site installation and changes from the Contract Documents on a set of prints provided to the City for record purposes. A clearly legible and detailed prim of said log, acceptable to the Inspector, shall be submitted to the City prior to final payment. 1.6 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. Section 02512 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 PVC (POLYVINYL CHLORIDE) PIPE 3 INCHES ANI) SMALLER: A. PVC Fittings: Schedule 40 socket -type, solvent cement joint; or elastomeric gasketed joint. All joints must be watertight. B. PVC Pipe: Schedule 40. C. Solvent Cement: ASTM D-2564; gaskets: ASTM F-477, elastomeric seal. 2.2 DISSIMILAR PIPE COUPLINGS: Iron body sleeve assembly fabricated to match outside diameters of pipes to be jointed. A. Sleeve: ASTM A-126, Class B, Gray Iron. B. Followers: ASTM A-47, Grade 32510 OR ASTM A-536 Ductile Iron. C. Gaskets: Rubber. D. Bolts and Nuts: AWWA C111. E. Finish: Enamel Paint. 2.3 VALVES A. Non -Rising Stem Gate Valves, 3 Inches And Larger: AWWA C500, cast-iron double disk; bronze disc and seat rings or AWWA C509, resilient seated; bronze stem, cast iron or ductile iron body and bonnet, stem nut, 200 psi working pressure, mechanical joint ends. B. Rising Stem Gate Valves, 3 Inches And Larger: AWWA C500, cast-iron double disc; bronze disc and seat rings; AWWA C509, resilient seated, cast iron or ductile iron body and bonnet, OS&Y bronze stem, 200 psi working pressure, flanged ends. C. Non -Rising Stem Gate Valves, 2 Inches And Smaller: MSS SP -80; body and screw bonnet of ASTM B-62 cast bronze; with Class 125 threaded ends, solid wedge, non - rising copper -silicon alloy stem, brass packing glands, "Teflon -impregnated packing and malleable iron handwheel. 2.4 LABELING AND IDENTIFICATION A. Metallic -lined plastic underground warning tape with metallic core, 6 inches wide by 4 mills thick, solid blue in color with continuously -printed caption in black letters "CAUTION - WATER LINE BURIED BELOW". PART 3 - EXECUTION: Section 02512 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I 1 I I I I T I I I 1 I I I I r I I1 r I I I M I I I I I 3.1 TRENCHING A. Refer to Section 02316 "Excavation and Trenching" and Section 02318 "Backfilling" for underground standards. 3.2 PVC (POLYVINYL CHLORIDE) PIPE A. Install with PVC Schedule 40 socket type, solvent cement or elastomeric gasketed fittings in accordance with manufacturer's installation instructions. 3.3 VALVE APPLICATION A. Use mechanical joint end valves for 3- inch and larger buried installation. Use threaded and flanged end valves for installation in pits and inside building. Use bronze corporation stops and valves with ends compatible to piping for 2 -inch and smaller installation. B. AWWA type cast valves: Comply with AWWA C600. Install buried valves with stem pointing up and with cast iron valve box. C. Bronze corporation stops and curb stops: Comply with manufacturer's installation instructions. Install buried curb stops with head pointed up toward cast iron curb box. 3.4 MISCELLANEOUS A. Provide anchorage for tees, plugs and caps, bends, crosses and valves. B. Install continuous plastic underground warning tape during back filling of trench for underground water service piping. Locate 6 to 8 inches below finished grade, directly over piping. 3.5 TESTING A. Conduct piping tests before joints are covered, and after thrust blocks have sufficiently hardened. Fill pipeline 24 hours prior to testing, and apply test pressure to stabilize system. Use only potable water. 1. Test at no less than 1-1/2 times working pressure for 2 hours. 2. Increase pressure in 50 psi increments and inspect each joint between increments, Hold at pressure for one hour and then decrease to 0 psi. Slowly increase pressure again to test pressure and hold for one more hour. Maximum allowable leakage is 2 quarts per hour per 100 joints. Remake leaking joints with new materials and repeat test until leakage is within above limits. B. Clean and disinfect water distribution piping as follows: 1. Purge all new water distribution piping systems and parts of existing systems that have been altered, extended or repaired, prior to use. 2. Use the "purging a disinfecting procedure" prescribed by the authority having jurisdiction or, in case that authority does not prescribe a method, use the procedure described in AWWA C651, or as described below: Section 02512 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 (a) Fill the system or part thereof with water/chlorine solution containing at least 50 parts per million of chlorine. Isolate (valve off) the system or part thereof and allow to stand for 24 hours. (b) Drain the system or part thereof of the previous solution and refill with water/chlorine solution containing at least 200 parts per million of chlorine and isolate and allow to stand for 3 hours. (c) Following the allowed standing time, flush the system with clean, potable water until chlorine does not remain in the water coming from the system. (d) Submit water samples in sterile bottles to the authority having jurisdiction. (e) Repeat the procedure if the biological examination made by the authority shows evidence of contamination. (f) Prepare reports for all purging and disinfection activities. END OF SECTION Section 02512 - 4 East Third Avenue Landfall Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I I I 1 1 I I SECTION 02530 SANITARY SEWER PIPING PART 1- GENERAL 1.1 SCOPE A. Furnish and install sanitary sewer force mains, gravity lines, and cleanouts outside of buildings, and manhole as indicated on drawings. B. Testing of new piping. 1.2 CODES AND STANDARDS A. California Plumbing Code as currently adopted by local ordinance. B. American Water Works Association (AWWA). C. American Society of Testing Materials (ASTM). D. American Society of Mechanical Engineers (ASME). 1.3 REFERENCES A. Related work specified elsewhere: 1. Section 02316 - Excavation and Trenching 2. Section 02318 - Backfilling 1.4 REVIEWS AND INSPECTIONS A. Twenty-four (24) hours prior to placement of backfill above the pipe bedding, the City shall be notified by the Contractor and shall be allowed such reasonable time to inspect points of connection, placement of the pipe, and pipe bedding. 1.5 RECORD DRAWINGS A. Contractor shall maintain a daily log of on -site installation and changes from the Contract Documents on a set of prints provided to the City for record purposes. A clearly legible and detailed print of said log, acceptable to the Inspector, shall be submitted to the City prior to final payment. 1.6 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. Section 02530 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 PVC (POLYVINYL CHLORIDE) PIPE 4 INCHES AND SMALLER: A. PVC Pipe: Schedule 80. B. Solvent Cement: ASTM D-2564; gaskets ASTM F-477, elastomeric seal. 2.2 PIPE FITTINGS A. PVC Fittings: Schedule 80 socket -type, solvent cement joint; or elastomeric gasketed joint. B. All joints must be watertight. 2.3 MANHOLES A. Manholes shall be of a precast concentric type per City of San Mateo Standard Drawing Number 3-1-104. 2.4 CLEANOUTS A. Cleanouts shall be of the same size and material as the associated pipe with watertight plugs. 2.5 LABELING AND IDENTIFICATION A. Metallic -lined plastic underground warning tape with metallic core, 6 inches wide by 4 mills thick, solid blue in color with continuously -printed caption in black letters "CAUTION - SEWER LINE BURIED BELOW". PART 3 EXECUTION: 3.1 TRENCHING A. Refer to Section 02316 "Excavation and Trenching" and Section 02318 "Backfilling" for underground standards. 3.2 PVC (POLYVINYL CHLORIDE) PIPE A. Install with PVC Schedule 80 socket type, solvent cement or elastomeric gasketed fittings in accordance with manufacturer's installation instructions. 3.3 CLEANOUTS A. Install cleanouts and riser extensions from sewer pipes to cleanouts at grade. Install piping so cleanouts open in direction of flow in sewer pipe. 3.4 MISCELLANEOUS Section 02530 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I I 1 I I 1 I I I I I 1 I I I 1 I 1 I I1 I I I I I I I A. Install continuous plastic underground warning tape during back filling of trench for underground sanitary sewer piping. Locate 6 to 8 inches below finished grade, directly over piping. 3.5 TESTING A. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects. B. Do not enclose, cover, or put into service before inspection and approval. C. Test completed piping systems according to requirements of authorities having jurisdiction. D. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. E. Submit separate report for each test. END OF SECTION Section 02530 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I i I I i 1 I I I SECTION 02622 FOUNDATION DRAINAGE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Installation of perforated drains at retaining walls and seatwalls including drainage aggregate. 1.2 RELATED SECTIONS A. Section 02310 — Site Grading and Refuse Relocation. 1.3 SUBMITTALS A. Submit under provisions of Section 01330, "Submittals". B. Product Data: Manufacturer's specifications and installation recommendations. PART 2- PRODUCTS 2.1 PVC PERFORATED PIPE A. ASTM D2729 4 -inch diameter, 1/2 -inch diameter holes, 5 -inches on center, 120 degrees apart. 2.2 PVC SOLID WALL PIPE A. ASTM D3033 or D3034, SDR 35, 4 -inch diameter. 2.3 GRANULAR MATERIAL A. Bedding and Fill: Crushed stone, 3/4 -inch to No.4. PART 3 - EXECUTION 3.1 INSTALLATION A. Laying: Lay drain lines and firmly bed in granular material (minimum of 3 -inches below invert to true grades and alignment, and continuous uniform fall, not less than 1/2 percent, in the direction of flow). Invert elevation of pipe shall not be lower than the top of footings. Make solvent cement joints in accordance with ASTM D2855. Keep trenches dry until pipes in place and granular material backfill completed to 12 -inches above top of pipe. Section 02622 - 1 East Third Avenue Landfill Closure Phase II l Seal Point Park Project No. 460531 1. Lay perforated pipe with perforations down. 3. Perforated pipes to drain to daylight. 4. Prior to backfilling, check drain lines to assure free flow. Remove obstructions and recheck lines until satisfactory. B. Backfilling: Place granular material, hand tamped as shown on Drawings. END OF SECTION Section 02622 - 2 East Third Avenue Landfill Closure Phase H I Seal Point Park Project No. 460531 1 1 1 1 1 I 1 1 I 1 I I i 1 I 1 1 1 SECTION 02630 I I I1 1 I i I I I 1 I I i SITE STORM DRAINAGE SYSTEMS PART 1- GENERAL 1.1 SECTION INCLUDES A. Storm sewerage piping, drop inlets, junction boxes, side -opening inlets, area drains, flared end sections, fittings and accessories, and pipe bedding. B. Site drainage V -Ditches and swales. 1.2 RELATED SECTIONS A. Section 02058 — Soil and Aggregate Materials. B. Section 02310 — Site Grading and Refuse Relocation. C. Section 02316 — Excavation and Trenching. D. Section 02318 — Backfilling. 1.3 REFERENCES A. ASTM F 667 — Large Diameter Corrugated Polyethylene Pipe and fittings. B. ASTM D2321 - Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe. C. AASHTO M252 and M294 Standard Specification for Corrugated Polyethylene Pipe, 4" to 36" Diameter. 1.4 DEFINITIONS A. Bedding: Fill placed under and/or around pipe, prior to subsequent backfill operations. 1.5 SUBMITTALS FOR REVIEW A. Submittals: Submit under provisions of Section 01330. B. Product Data: Provide data indicating pipe, fittings, pipe accessories, drainage inlet components and flared end sections. 1.6 SUBMITTALS FOR INFORMATION A. Section 01330 — Submittals; procedures for submittals. B. Manufacturer's Instructions: Indicate special procedures required to install products specified. Section 02630 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.7 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to Contract Documents. B. Record location of pipe runs, connections, structures, control points, and invert elevations. C. Identify, indicate, and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.8 REGULATORY REQUIREMENTS A. Conform to applicable codes for materials and installation of the Work of this Section. 1.9 MEASUREMENT AND PAYMENT A. Shall be in accordance with Section 01292. PART 2- PRODUCTS 2.1 PIPE MATERIALS A. High Density Polyethylene (HDPE) smooth interior watertight joint corrugated pipe, with bell and spigot sealed joint end between pipe ends with o -ring gaskets (ASTM F477); nominal diameters of 8, 12, 15 and 18 inches. Advanced Drainage System (ADS) N-12 ProLink WT Drainage Piping, or approved equal. 2.2 PIPE ACCESSORIES A. Pipe Repair Couplings: Watertight coupling with gaskets compatible with pipe. Joint to seal by installation of coupling. Coupling to be ADS ProLink WT joint, or approved equal. B. Flared -end Sections: Advanced Drainage System (ADS), or approved equal. C. Fittings: Same material and manufacturer as pipe molded or formed to suit pipe size and end design, in required tee, bends, elbows, reducers, and other configurations required, with o - ring sealed water tight joints. D. Drop Inlets and Junction Boxes: As manufactured Santa Rosa Cast Products Company, or approved equal. E. Area Drains: As manufactured Santa Rosa Cast Products Company, Product SR -8; or approved equal. F. Trace Wire: Magnetic detectable conductor, plastic covering, imprinted with "Storm Drain" in large letters. 2.3 BEDDING AND BACKFILL MATERIALS A. Pipe Bedding: Quarry fines, sand, or 3%" maximum crushed rock. B. Pipe Backfill: Type S1 soil (same specification as project foundation layer soil) see Section 02058. Section 02630 - 2 East Third Avenue Landfill Closure Phase n/ Seal Point Park Project No.460531 1 I S I i I I 1 I I 1 1 1 1 1 1 1 i 1 i I 1 I I 1 1 1 2.4 DRAINAGE CHANNEL EROSION PREVENTION NETTING A. Material shall be Curlex III erosion control matting as manufactured by American Excelsior Company, or equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that trench cut and excavation base are ready to receive work and excavations, dimensions, and elevations are as indicated on Contract Drawings. 3.2 DRAINAGE PIPE TRENCH AND DRAINAGE APPUTANENCES EXCAVATION PREPARATION A. The pipe route shall be continuously staked parallel to the drainage piping installation with stationing, offset distance, and depth of cut marked on each stake. Maximum stationing shall be 50 ft between stakes. Depth of cut shall represent bottom of trench and not just the invert depth. B. Hand trim trenches and excavations to required elevations. Correct over -excavation with fine aggregate or backfill soil. Excavations will be required to accommodate drainage piping and piping components (inlets, fittings, riprap, etc.) in addition to piping itself. C. Remove large stones or other hard matter that could damage pipe or impede consistent backfilling or compaction. D. Excavate trenches or berms to the required elevations to accommodate corresponding piping diameter. Trench depths shall be pipe invert depth plus the pipe wall thickness. Larger diameter bell ends will require additional excavation to allow pipe to sit flat and to grade in the pipe trench. 3.3 BEDDING AND BACKFILL A. Excavate area in accordance with Section 02316. Hand trim excavation for accurate placement of pipe and structure to elevations indicated. B. Place bedding material at trench bottom in accordance with the Contract Drawings. Place backfill materials in continuous layers not exceeding 8 inches compacted depth. Compact both bedding and backfill material to 90 percent of the maximum dry density per ASTM D1557. C. Maintain moisture content of bedding and backfill material to plus or minus 2 percent of optimum moisture content to attain required compaction density. 3.4 INSTALLATION - PIPE A. Install pipe, fittings, and accessories in accordance with ASTM D2321 and manufacturer's instructions. Seal joints watertight. Section 02630 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. When lying within areas requiring a geosynthetic clay layer (GCL), the bottom of the pipe shall be at the elevation shown on the Contract Drawings and shall also be a minimum of six (6) inches above the GCL. C. Lay pipe to slope gradients noted on Contract Drawings, with maximum variation from true slope of 1:1000. D. The pipe laying shall begin at the downstream end of the pipeline. Bell ends of pipe shall be placed facing upstream. E. Install bedding at sides and over top of pipe to minimum compacted thickness of 12 inches, compacted to 90 percent. F. Do not displace, deform or damage pipe when compacting. G. Install trace wire and colored marker tape continuous over top of pipe. Wire and tape shall be buried above pipeline, 12 inches below finish grade. 3.5 FIELD QUALITY CONTROL A. Quality Control: Field inspection and testing. B. Request inspection prior to placing bedding. C. Compaction testing will be performed in accordance with ASTM D698 and ASTM D2922. D. Moisture content testing will be performed in accordance with ASTM D698 and ASTM D3017. E. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. F. Frequency of Tests: 1. Laboratory moisture/density (ASTM D1557): Once per material type and every 500 cubic yards. 2. Field moisture/density determination (ASTM D2922 /3017): Once per lift (maximum 8" lift) per 200 lineal feet of trench. 3.6 PROTECTION OF FINISHED WORK A. Protect pipe from damage or displacement until backfilling operation is complete. END OF SECTION Section 02630 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I 1 1 I I I i 1 SECTION 02730 COPOLYMER STABILIZED DECOMPOSED GRANITE PAVING PART 1 - GENERAL 1.1 SUMMARY A. Provide decomposed granite (DG) paving stabilized with copolymer and non -stabilized decomposed granite paving as indicated in various areas on the drawings and as specified herein. B. Related work not specified in this Section. 1. Section 02058 -Soil and Aggregate Material. 1.2 QUALITY ASSURANCE A. Reference Standards: 1. Perform all work in accordance with all applicable laws, codes and regulations required by the City of San Mateo. 2. Reference to "Standard Specifications" shall mean the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation (Caltrans). B. Stipulations: At no point shall surface fail to drain. C. Copolymer treated decomposed granite can permanently stain concrete and other masonry surfaces. Protect adjacent pavement, curbs, etc. from contact with decomposed granite. Remove any spillover immediately. 1.3 SUBMITTALS A. Procedures: In accordance with Section 01340. B. Field Mock-up: Submit a 6 -foot -square sample of copolymer -treated decomposed granite (Stabilized DG) in the field along with a copolymer mix design which states the proportions and recommended application rates. The design intent is to provide a consistent, stabilized, full lift of decomposed granite surface as specified and as shown on the drawings and without changing the color of the decomposed granite after it cures. PART 2— PRODUCTS 2.1 MATERIALS A. Base: Conform to Section 02058, Soil and Aggregate Materials. B. Rock Surface: Section 02730 - 1 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 I. Clean, hard, durable particles of 3/8" minus select crushed granite. Fines shall be evenly mixed throughout the aggregate. When produced from gravel, 50% of the material by weight retained on a No. 4 sieve shall have one fractured face. Material shall be Trade name "California Gold," available from Felton Quarry, Granite Construction Co. in Felton, CA or equal. 2. The portion retained on the No. 4 sieve shall have a maximum percentage of wear of 50 at 500 revolutions as determined by AASHTO T96-77. 3. The portion passing a No. 4 sieve shall have a maximum liquid limit of 25 and a maximum plasticity index of 7, as determined by AASHTO T89-81 and AASHTO T90- 81, respectively. 4. The crushed aggregate screenings shall be free from clay lumps, vegetable matter, and deleterious material. 5. Grading requirements: Percent of Weight Passing a Square Mesh Sieve AASHTO Ti 1-82 and T27-82 Sieve Designation % Passing Sieve No. Passing 3/8 inch 100 No. 30 40 - 50 No. 4 95-100 No. 50 25-- 35 No. 8 75-80 No. 100 20-- 25 No. 16 55-65 No. 200 5 — 15 C. Water: Potable. D. Copolymer: Soilshield-LS polyvinyl acrylic copolymer colorless emulsion available from Soil-Loc, Inc., Scottsdale, Arizona, (888) 828-7300 or equal. 1. The stabilizing agent shall be a nonflammable concentrated polyvinyl acrylic copolymer with a formulation containing a minimum of 60% solids which may be diluted for application at job site. 2. After drying, the copolymer shall form a colorless, transparent micro -plastic like film to agglomerate particles and allow exchange of air and moisture. 3. The product shall have a minimum effective service life of at least two years, provided surface is maintained according to manufacturer's recommendations. 4. When cured, the copolymer emulsion shall not re -emulsify and shall be biodegradable and nontoxic to plant and animal life. 5. After application and drying, a core of the treated section shall be able to maintain a portion of its shape, elasticity, and a portion of its strength after being submerged in water for a 24 hour period. 6. Store material as recommended by manufacturer. PART 3 - EXECUTION 3.1 PREPARATION A. Prior to placing the treated decomposed granite, complete all earthwork, borders, header boards, and adjacent improvements. B. Fine grade the decomposed granite areas and adjacent areas so that the paving follows the required alignment as approved by the City's Representative. All low areas shall be filled and Section 02730 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I 1 i I I 1 I 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 the areas to be paved shall be above the surrounding finish grade after compaction to prevent water from standing on the paved surface. 3.2 INSTALLATION A. Over approved subgrade, apply decomposed granite material loosely and evenly to required depths prior to application of copolymer. Screed the loosely graded material to the required grade so that after compaction, the compacted material will meet required finish grade. B. Apply copolymer evenly and uniformly to the loose, screeded material using approved sprayer at the rate recommended by the manufacturer to match the approved samples. C. Apply solution slowly enough to ensure full penetration. Repeat applications until solution has percolated full depth of decomposed granite material to be stabilized. Rake and till as required between sprayed applications to thoroughly mix the solution evenly throughout the decomposed granite material. Verify full penetration by hand sampling prior to compaction. D. Allow material to dry to compactable consistency (optimum moisture) and roll and compact with steel roller to 90 percent relative compaction. 3.3 CLEANUP A. Do not allow stabilizer treated DG to contact adjacent pavements or other surfaces. Provide protection of adjacent surfaces with plastic or other materials to prevent staining. Remove any stabilized DG from adjacent surfaces immediately upon discovery and correct any stain damage. B. After the pavement has cured for a minimum of 72 hours, remove excess material and dress the shoulders of the pavement. Fill low shoulders and fine grade as required and accepted by the City's Representative. Saw cut, remove and replace any unacceptable pavement as approved by City's Representative. END OF SECTION Section 02730 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 1 1 1 I i 1 I 1 1 1 I i 1 I I I i SECTION 02740 ASPHALT PAVING PART 1- GENERAL 1.1 SUMMARY A. Work in this section includes the installation and furnishing of aggregate base, asphaltic concrete (a.c.) paving and related work thereto. 1.2 STANDARDS A. Unless otherwise shown or specified, materials and methods shall conform with local codes and ordinances and to Section 39 and Section 73 of the Standard Specifications as it reasonably applies to this work. 1.3 SUBMITTALS A. Soil Sterilent: Submit written recommendation from a State of California appropriately licensed individual along with complete product data from proposed manufacturer, for review by the City's Representative. B. Aggregate Base: Submit laboratory reports of aggregate grading, durability, sand equivalency, and other requirements conforming to Caltrans Section 26, for review by the City's Representative. C. Asphalt Pavement: Submit laboratory reports of aggregate grading, durability, sand equivalency, and other requirements conforming to Caltrans Section 39, for review by the City's Representative. 1.4 TOLERANCES A. Tolerances for base and finished grade shall be as specified by the Standard Specifications except that Contractor shall deliver the full asphaltic concrete thickness shown. No combination of high and low tolerances that compromise the section will be permitted. 1.5 TESTING AND INSPECTION A. Contractor shall notify the City's Representative at the completion of the various stages of the operation as indicated below and shall allow two (2) days for testing operations prior to proceeding with subsequent construction. 1. After rough grading is complete and subgrade has been prepared to receive aggregate base. 2. After final placement and compaction of aggregate base has been prepared to receive asphalt prime coat. 3. When paving equipment is at the site and paving operation is ready to start. PART 2- PRODUCTS Section 02740 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 2.1 MATERIALS A. Aggregate Base: Standard Specifications Section 26, Class 2, with 3/4 -inch (19mm) maximum size. B. Liquid asphalt for prime coat: Standard Specifications Section 93, SC 70. C. Asphaltic emulsion for paint binder: Standard Specifications Section 94, SSI-H. D. Paving Asphalt: Standard Specifications Section 92, steam -refined asphalt grade AR - 4000. E. Mineral aggregates for Type B plant -mixed surfacing:: Standard Specifications Section 39, maximum size 1/2 inch, medium gradation. F. Fog Seal Coat: Equal parts Type SS -1-H asphalt emulsion per Section 37 of the Standard Specifications and hot water. G. Soil Sterilent: Shall be a commercially available herbicide material such as "Chipman- Chlorax 40", "Atrazine SOW", "Treflan", or approved equal, and as recommended for this project by a State of California appropriately licensed individual. The licensed individual shall review the type of construction, soils, base, adjacent plantings, time and season of application, and other project requirements; verify compatibility; and recommend procedures for proper application. Contractor shall be responsible for overspray, spreading, or runoff of material into adjacent areas. Products listed above are for Contractor's general reference only as these products may not be suitable for all conditions at the site. 2.2 MIXES A. Proportioning and mixing of the asphaltic concrete shall conform to Standard Specifications Section 39-3. PART 3 - EXECUTION 3.1 PREPARATION A. Verify that the subbase is properly compacted and at suitable grade for receiving aggregate base. Clear area to be paved of debris and organic material. Recompact and regrade as necessary to place aggregate base. B. Before beginning base and paving work and during construction, take steps necessary for protection of existing improvements. As the asphalt concrete is being placed, extreme care shall be taken not to discolor or damage the curbs, fences, or wall surfaces. If damage occurs, repair same and, if satisfactory repair cannot be made, remove and replace the section as directed. 3.2 INSTALLATION A. Soil Sterilent: Shall be applied to the subgrade soil of areas to be paved prior to baserock operations; uniformly applied per manufacturer's and a State of California appropriately licensed individual's recommendation. Contractor shall take precautions necessary to avoid spray onto or runoff into areas. Section 02740 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 I I I I 1 B. Place and compact aggregate base as specified for Class 2 aggregate base in Standard Specifications Section 26.1. Verify grades to allow for finish paving. C. Clear aggregate base surface of loose or unsuitable material. Apply prime coat in accordance with Standard Specifications Section 39.4 and at a rate of 0.25 gallons per square yard. After the liquid asphalt has penetrated the surface, the excess shall be removed with sufficient sand to absorb the excess liquid asphalt. Remove excess sand. D. Apply paint binder in accord with Standard Specifications Section 39.4. Paint binder shall be diluted with equal parts of water and applied to vertical surfaces of existing pavement, curbs, gutters, catch basins, and construction joints in the surfacing, existing bases and pavements to be surfaced, and other surfaces designated by the City. Asphaltic paint binder shall be provided in sufficient quantity to produce a thin, uniform black, glossy coat of asphalt. Pools in unevenly distributed areas shall be redistributed by means of hand brooms. E. Before placing surfacing, additional prime coat or paint binder shall be applied to areas where the prime coat or paint binder has been destroyed. F. Asphalt concrete shall be spread and compacted uniformly to a closed, smooth surface and a layer of uniform density, in accord with Standard Specifications Section 39.6. G, Finish grades shall be as indicated, smooth and without sharp breaks and shall allow the pavement to drain. Upon completion of the paving, flood the area as directed by the City's Representative. The Contractor shall be required to reconstruct any low areas as directed. Finish grades that allow ponding or puddling of water will not be accepted. H. Where drop inlets or other surface drainage devices are to be installed, slots or weep holes shall be cut into drainage device to allow free drainage of the contiguous base course materials. h Apply fog seal coat over new pavement. 3.3 CLEAN UP A. Upon completion of the work under this Section, remove immediately surplus materials, rubbish and equipment associated with or used in the performance of this work. Failure to perform such clean-up operations shall be considered adequate grounds for having the work done by others at this Contractor's expense. PART 4 - MEASUREMENT AND PAYMENT 4.1 The Contract unit price paid per square foot for asphalt pavement and aggregate pavement, shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in furnishing and installing these items complete in place, as shown on the Drawings, as specified in the Standard Specifications and these Special Provisions, and as directed by the City's Representative. END OF SECTION Section 02740 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 02748 RESIN STABILIZED DECOMPOSED GRANITE PAVING 1 1 I 1 PART 1 — GENERAL 1.1 SUMMARY A. Section Includes: 1. Aggregate Paving Surface Course ("TerraPave" Natural Pavement). 2. Aggregate Base Course. 3. Edging Materials. B. Related work specified elswhere. 1. Section 02058 -Soil and Aggregate Material. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D1557: Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort. 2. D1559: Test Methods for Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus. 3. D2950: Test Method for Density of Bituminous Concrete in Place by Nuclear Methods. B. Asphalt Emulsion Manufacturers Association (AEMA) Guidelines. 1.3 DEFINITIONS A. Acceptance: Refer to Section 01420-2.0. B. Subgrade: The soil surface on which the aggregate base is placed. If aggregate base is not required, subgrade is soil surface on which Aggregate Paving Surface Course is placed. C. Finished Surface: The required final surface grade elevations of Aggregate Paving Surface Course as indicated on the drawings. D. "TerraPave" Emulsion: Resin Modified Emulsion binding agent for Aggregate Paving Surface Course. E. TerraPave natural pavement (Aggregate Paving Surface Course): utilizing Resin Modified Emulsion and specified aggregate. F. Mix Design: describing the, source, color and weight of aggregate, gallons of pre -wet water and gallons of the Resin Modified Emulsion. Section 02748 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.4 SUBM111ALS A. Procedures: In accordance with Section 01340. B. Product Data: "Tl.ttaPave" Emulsion Product Data Sheet. C. Samples: Decomposed granite or specified aggregate: 2 -pounds for review and two sample "pucks" of Aggregate Paving Surface Course. D. Test Reports: 1. Marshall Stability Test Results using pre -approved specified aggregate 2. Final compaction report. E. Mix Design: describing the, source, color and weight of aggregate, gallons of pre -wet water and gallons of the "TerraPave" Emulsion. F. Certifications: 1. Written certification from "TerraPave" approved Aggregate Paving Surface Course mix manufacturer that all deliveries of Aggregate Paving Surface Course mix meet specifications 2. Weigh tickets or weighmaster tickets for each load of Aggregate Paving Surface Course mix. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Meet requirements of applicable laws, codes, and regulations required by authorities having jurisdiction over such work. B. Acceptable Installers: Installer shall be a certified installer of "TerraPave" natural pavement by Wheeler Zamaroni, or other authorized "TerraPave" producer/blender or installer agrees to become certified. C. Pre -installation: 1. Coordinate, schedule and conduct a meeting to review the installation requirements with the "TerraPave" authorized blender. 2. Required attendance of specific people that will install the Aggregate Paving Surface Course and the Project Manager or appointed representative. 3. Installing contractor to form and pave a sample of Aggregate Paving Surface Course duplicating a small section of actual work to be done. This demonstrates all protocol of pavement section construction and crews' ability to properly install, compact, and seal coat Aggregate Paving Surface Course. If work is satisfactory, sample may become part of the total project. If sample is not installed properly, sample shall be removed at contractors expense and another sample performed until approved and Contractor is given notice to proceed by "TerraPave" authorized producer and City Representative. D. Installation: "TerraPave" representative shall be onsite during each step of the on site sample installation to train installing crew and verify proper installation techniques are being followed. "TerraPave" representative shall also monitor installation of Aggregate Paving Surface Course and write reports of each visit. Contractor shall coordinate meetings with "TerraPave" representative. Section 02748 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 I I I 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1.6 SITE CONDITIONS A. Weather and Site Requirements: 1. Surface of aggregate base or sub -base shall be dry. 2. Do not install Aggregate Paving Surface Course mix, or seal coat if the possibility of rain is forecast within four days following installation. Resin Modifed Emulsion is water- dilutable. 3. Install Aggregate Paving Surface Course mix and seal coat when ambient temperature is above 60 degrees Fahrenheit and overnight temperature is above 32 degrees Fahrenheit. PART 2— PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS AND SUPPLIERS A. TerraPave Resin Modified Emulsion Paving manufactured by Wheeler Zamaroni, Santa Rosa, CA (707)-543-8400 shall be considered the standard to determine compliance to this specification. References to TerraPave shall mean TerraPave, or RoadOyl Resin Modified Emulsion Paving, or equal. B. Acceptable Aggregate Paving Surface Course Mix manufacturers: 1. Wheeler Zamaroni, 3500 Petaluma Hill Road, Santa Rosa, CA 95404 (707) 543- 8400 Fax (707) 575-3584. www.wzsupply.com 2. Or other TerraPave approved authorized producer. 3. Or RoadOyl, Soil Stabilization Products Co. Inc. Merced, CA (800) 523-9992. 4. Or equal. 2.2 MATERIALS A. Aggregate Base: Conforming to Caltrans Section 26, Class 2, 'A" maximum size. Submit laboratory reports of aggregate grading, durability, sand equivalency, and other requirements for review by City Inspector. B. Aggregate for Aggregate Paving Surface Course mix: Aggregate meeting gradation below and color of specifier's designation: 1. Clean, hard, durable particles of 3/8" minus select crushed granite. Fines shall be evenly mixed throughout the aggregate. When produced from gravel, 50% of the material by weight retained on a No. 4 sieve shall have one fractured face. Material shall be Trade name "California Gold," available from Felton Quarry, Granite Construction Co. in Felton, CA or equal. C. Water: Fresh, clean, potable. D. Seal Coat: "TerraPave" emulsion 2.3 MIXES A. Aggregate Mix General Content: Aggregate Paving Surface Course mix as supplied by authorized blender with not less than 12 percent emulsion by dry weight of the aggregate. B. Test properties of Aggregate Paving Surface Course mix: Installed Aggregate Paving Surface Section 02748 - 3 East Third Avenue Landfill Closure Phase II t Seal Point Park Project No. 460531 Course mixture shall meet requirements described below when tested in accordance with the Marshall Stability Test, ASTM D 1559. "TerraPave" authorized blender to submit test results with Puck samples for review and approval by City Inspector. Requirements for Marshall Stability Flow are shown below: 1. Test Properties Property Value Stability Minimum 1800 (Lbs.): Flow (1/100 -inch units): 8 - 15 2.4 EDGING A. As shown on the Drawings. PART 3 - EXECUTION 3.1 ACCEPTABLE INSTALLERS A. Installer shall be a certified installer of Aggregate Paving Surface Course by Wheeler Zamaroni or other authorized TerraPave producer/blender or installer who agrees to become certified. 3.2 EXAMINATION A. Verification of General Conditions: Examine site and verify that conditions are suitable to receive work and that no defects or errors are present which would cause defective installation of product or cause latent defects in workmanship and function. B. Subgrade: Review subgrade to verify that it has been graded to the correct grades and compacted as required for correct installation of the aggregate base. Aggregate base is required for all Terrapave applications in accordance with local ordinances pertaining to AC paving. C. Unsuitable conditions: Before proceeding with work, installing contractor to notify the Project Manager in writing of unsuitable conditions and conflicts. 3.3 PREPARATION A. Protection of Existing Conditions: 1. Use every possible precaution to prevent damage to existing conditions to remain such as structures, utilities, plant materials and paving on or adjacent to the site of the work. 2. Provide barricades, fences or other barriers as necessary to protect existing conditions to remain from damage during construction. 3. Protect all structures, utilities and existing plants to remain during the installation and seal coat of Aggregate Paving Surface Course. Aggregate Paving Surface Course may require up to 7 days to properly cure, depending on thickness of pavement and ambient temperatures. 4. Submit written notification of conditions damaged during construction to the Project Manager immediately. 1 I I 1 I 1 I Section 02748 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 r 1 1 11 1 i 1 1 11 B. Subgrade Preparation: 1. Refer to Geotechnical Report for subgrade preparation prior to placement of fill or aggregate base. 2. Grade subgrade with uniform slope between points where elevations are given. 3. Use equipment of proper size and type to achieve grades required. 4. Grade subgrade surface to within 0.05 foot of finish grade minus aggregate base and aggregate paving thickness. 5. Fill and compact any depressions and remove loose material to finish true to line and grade, presenting a smooth, compacted and unyielding surface, except where indicated otherwise. 6. Remove debris, loose dirt and other extraneous materials. 7. All proper drainage design elements should be in place. Ditches, drains, and drain pipes should be installed to assure protection of the pavement and base from cross flows of water. All water flow should be directed off of and away from the pavement and base. C. Edging Materials: 1. Edging materials shall be in place prior to the beginning of paving placement. Aggregate Paving Surface Course surface shall have a 2% crown in the middle or a 2% slope from one side to the other. The Aggregate Paving Surface Course compacted surface shall be no less than 1/8" above the edging material to assure proper drainage. 2. Where edge material is not required, edge shall be "rolled off edge", hand trimmed and backfilled flush with surface of Aggregate Paving Surface Course. Edge area shall be properly backfilled with dirt to grade to assure proper support and drainage. Removing edges is not recommended where vehicular traffic is possible. 3.4 SURVEY REQUIREMENTS A. Lines and Levels: Establish lines and levels: Locate and lay out by instrumentation and similar appropriate means for aggregate paving finish grades. B. Staking: Provide a sufficient quantity of grade stakes as required to provide aggregate paving with smooth finish grades and positive drainage. 3.5 AGGREGATE BASE A. Placement and Compaction: Meet placement, compaction, maintenance and finished surface requirements using the same standards as local codes and practices for asphalt paving. B. Provide Compaction Tests of aggregate base required by City Inspector prior to installation of Aggregate Paving Surface Course. Project Engineer to determine how many compaction tests are to be conducted. Aggregate base shall not be disturbed during installation of Aggregate Paving Surface Course. Aggregate base must be in proper horizontal alignment and properly compacted during the installation of Aggregate Paving Surface Course. 3.6 APPLICATION OF PRIME COAT A. Prime coats shall be applied when slope exceeds 6% or when installation occurs over an approved existing surface. B. Prime Coat Application: Section 02748 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1. Base shall be dry before prime coat application. 2. Apply prime coat to aggregate base surface at a rate of 0.1 gallon per square yard. 3. Provide a field -verifiable application method that will reliably place prime coat material at controlled rates with uniform pressure and with an allowable variation from the specified rate not to exceed 0.02 gallon per square yard. 3.7 INSTALLATION OF AGGREGATE PAVING SURFACE COURSE A. Placement of natural pavement mix: 1. All Aggregate Paving Surface Course mix shall receive initial compaction test within 2 hours of placement. Timing of initial compaction will vary. 2. When possible, place mix via a single, continuous operation using a self-propelled mechanized spreading and finishing machine designed specifically for that purpose and equipped with a screen or strike -off assembly capable of being accurately regulated and adjusted to a uniform depth to provide a structural section of a minimum of 2 inches compacted thickness upon completion of final compaction. Verify required thickness on drawings. 3. If slope of surfaces to be paved exceed 4 percent, place material in an uphill direction unless otherwise approved by the Project Manager. B. Initial Compaction: 1. Begin initial compaction as soon after mix placement will bear roller weight without undue displacement. 2. If mix will not support compaction equipment due to excess moisture, delay initial compaction until mix achieves adequate stability to support compaction equipment. 3. Perform initial breakdown compaction with self-propelled 1 -ton steel drum rollers in static mode only. 4. Use static rollers when working on grades 4 percent or steeper, operate equipment at slow speeds and with the drive wheel forward to the uphill direction of work progress. 5. Determine the compaction protocol with the assistance of the "TerraPave" mix supplier. Generally, no more than two passes are required for initial compaction. a. Warning: If the pavement begins to develop stress cracks, the pavement is being over compacted and further compaction should be halted. 6. Test paving surface for slope and smoothness after initial rolling, and correct deficiencies immediately so that finished surface will meet specified tolerances and requirements for smoothness. 7. Furnish and maintain at site clean 10 -foot long aluminum straight -edge having blades or box or box -girder section with a flat bottom reinforced to ensure rigidity and accuracy, with handle to facilitate movement on pavement, available for use by the Project Manager. C. Final Compaction: 1. Use a 1 -ton steel drum roller. 2. Begin final compaction as soon as possible after initial compaction has been completed. 3. The purpose of final compaction is to eliminate roller marks from the initial compaction step and to make the natural pavement surface aesthetically appealing. The minimum Section 02748 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 I 1 0 I 1 1 1 1 1 1 I I i 1 number of passes possible to achieve these goals is specified. A small plate compactor (18" x 24") can be used to remove roller marks. D. Determine the final compaction protocol with the assistance of the Aggregate Paving Surface Course mix supplier. 3.8 SEAL COAT A. Application: 1. Surface must be swept or water flushed free from mud, dust, or dirt prior to seal coat application. Caution must be paid to protecting surface from damage during sweeping or water flushing. 2. Protect pavement surface against track on of dirt and mud until seal coat application has been completed. 3. Apply 2 seal coats with minimum 3 hours between each coat to surface of completed pavement not earlier than 72 hours and not later than 7 days following final compaction. Apply each seal coat at rate of 0.005-0.05 gallon of "TerraPave" emulsion per square yard. Dilute "TerraPave" emulsion 5:1 with water prior to application. 4. Provide verifiable application method that will reliably place the product at controlled rates with uniform pressure and with an allowable variation from specified rate not to exceed 0.02 gallon per square yard. 5. Make applications in multiple passes as necessary to avoid loss of the material from run- off. B. Curing: 1. Allow seal -coated surface to dry for 48 hours prior to allowing traffic on pavement. 2. Verify seal coat is adequately cured before allowing traffic on seal -coated surface. Wind, temperature, humidity, and pavement surface absorbency affect drying and curing rates. 3.9 TOLERANCES A. In -Place Compacted Thickness: 1. Aggregate Base Course (Class 2 aggregate base, '/4" maximum size): Maximum 1/2 inch plus, minus 0 inch. 2. Aggregate Paving Surface Course: Maximum 3/16 inch plus, minus 0 inch. B. Finished Surface Smoothness: I . Subgrade: Plus or minus 0.08 foot. 2. Aggregate Base Course (Class 2 aggregate base, 3/4 -inch maximum size): Maximum 3/8 inch in 10 feet 0 inch. 3. Aggregate Paving Surface Course: Maximum 3/16 inch in 10 feet 0 inch any direction. 3.10 REPLACEMENT OF DEFECTIVE PAVEMENT A. Areas to Be Replaced: 1. Replace full depth of paving thickness in paving mixes that are contaminated or pavement that is defective. 2. Skin patching will not be permitted. Section 02748 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Edges of Replaced Pavement: 1. Cut edges of pavement to be removed so that sides are vertical and oriented perpendicular and parallel to direction of traffic. 2. Spray edges with a tack coat of "TerraPave" emulsion. C. Installation: 1. After applying tack coat, place natural pavement mix in areas where paving was removed in sufficient quantity that will allow finished surface to conform to elevation and tolerance requirements. 2. Thoroughly compact natural pavement mix so that cured patch meets requirements specified herein. 3. Skin patching of an area that has been rolled will not be permitted. 3.11 FIELD QUALITY CONTROL A. Density Tests: 1. Perform tests in accordance with ASTM D 2950. 2. Perform tests at within 48 hours after final compaction. 3. Perform number of tests as specified by project engineer. B. Aggregate Paving Surface Course Finished Surface Smoothness: 1. Test pavement continuously following initial compaction for smoothness and correct profile by laying a 10 -foot straightedge on the paving finished surface parallel to road or path centerline. 2. Surface shall not vary more than 3/16 inch, except at intersections or changes f grade. 3. Correct areas not meeting specified surface tolerance immediately after initial compaction. C. Aggregate Paving Surface Course Thickness: 1. Correct areas not meeting specifications immediately after initial compaction. 3.12 PROTECTION A. Traffic Restriction: 1. Protect pavement surface against equipment and traffic until pavement has cured sufficiently to support traffic without marring, rutting, tearing, distressing or damaging the pavement in any way. 2. Utilize warning signs, barricades, . and protection fencing to protect pavement from traffic. B. Drainage: Provide drainage during construction to prevent water from collecting or standing on areas to be paved or areas of freshly placed pavement C. Protect. Surface: Aggregate Paving Surface Course: Protect surface and edges from traffic for minimum 72 hours by using barricades, fencing or other accepted methods. Section 02748 - 8 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 I 1 1 1 1 1 I 1 1 I 1 I I I I 1 I I I I f 1 I 1 1 I I 3.13 CLEANUP A. Do not allow Aggregate Paving Surface Course to contact adjacent pavements or other surfaces. Provide protection of adjacent surfaces with plastic or other materials to prevent staining. Remove any Aggregate Paving Surface Course from adjacent surfaces immediately upon discovery and correct any stain damage. 3.14 MEASURMENT AND PAYMENT A. Aggregate Paving Surface Course shall be paid for per square foot full depth of pavement including subgrade preparation and base rock as shown on the bid schedule, which price shall include full compensation for all required Aggregate Paving Surface Course. B. Edging shall be paid for per lineal foot as shown on bid schedule, which price shall include full compensation for all required edging. END OF SECTION Section 02748 - 9 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I I I I I I I I I I V I I I SECTION 02760 TRAFFIC ITEMS PART 1 - GENERAL 1.1 SCOPE A. Furnish and apply painted traffic stripes and pavement marlings (including handicap stall designations) as shown on the Drawings and specified in these Special Provisions. 1.2 STANDARDS A. Work shall conform to the applicable requirements of Caltrans Sections 12, 82, 84, and 85 unless otherwise shown on the Drawings or specified in these Special Provisions. 1.3 MEASUREMENT AND PAYMENT A. The respective contract lump sum prices paid for Traffic Items shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in furnishing and installing these traffic items, as shown on the Drawings, as specified in the Standard Specifications and these Special Provisions, and as directed by the City's Representative. PART 2- PRODUCTS 2.1 MATERIALS A. Painted Traffic Stripes and Pavement Markings: Painted traffic stripes and pavement markings shall conform to the details shown on the Drawings and the requirements of Caltrans Section 84-1 "General" and Caltrans Section 84-3 "Painted Traffic Stripes and Pavement Markings." PART 3 - EXECUTION 3.1 LAYOUT A. All layout necessary to place the striping and pavement markers shall be performed by the Contractor. Prior to commencing installation, the Contractor shall mark the location of the striping and pavement markers on the pavement and request a review by the City's Representative. 3.2 INSTALLATION A. Painted traffic stripes delineating parking spaces perpendicular to curbs shall be 4" white. Painted traffic stripes delineating parking spaces parallel to curbs shall be 8" white. Painted handicap symbols shall be white on blue background. Painted stop lines shall be 12" white. Section 02760-1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 B. Painted traffic stripes and pavement markings shall be applied in two (2) coats in accordance with Caltrans Section 84-3, "Painted Traffic Stripes and Pavement Markings." END OF SECTION Section 02760-2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I I I I I I 1 I I I 1 SECTION 02785 INTERLOCKING CONCRETE PAVERS PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, equipment and services required for and incidental to the installation of concrete interlocking pavers. B. Related Work included elsewhere: 1. Section 02058: Soil and Aggregate Materials 2. Section 03305: Site Concrete. I I I I 1 I I I I 1.2 QUALITY ASSURANCE A. A person who is thoroughly familiar with the type of materials being installed and the methods for their installation shall be present at all times during execution of the work. 1.3 SUBMITTALS A. Procedures: In accordance with Section 01340. B. In addition to manufacturer's standard product data and color samples, submit the following: C. One set paver samples indicating full range of color and texture and paver sizes to be expected in completed work. D. Construct 4'-0" x 4'-0" sample panel at job site with 2x4 header board frame and vibrate in place. Protect sample panel until unit paving work is accepted. Locate panel where directed by City Representative. 1.4 STANDARDS A. Conform to the requirements of all applicable local, state and federal building and safety codes, ordinances and regulations and to Caltrans Standard Specifications, July 1992 Edition. 1.5 PRODUCT HANDLING A. Deliver and unload pavers at job site on pallets and bound in such a manner that no damage occurs to the product during hauling, handling or unloading at the job site. 1.6 WARRANTY A. Warrant all of the work under this Section to be free of defects of any kind, whether due to workmanship or materials, for a period of one year from the time of substantial completion of the project. Section 02785 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 INTERLOCKING CONCRETE PAVERS A. Interlocking concrete paving stones shall conform to the following specifications: 1. Pavers: Minimum compressive strength of 8,000 psi in accordance with testing procedures ASTM C936. 2. Materials used to manufacture interlocking concrete paving stones conform to the following: a. Cement: ASTM C150 (Portland Cement) b. Aggregates: ASTM C33 (washed, graded sand and rock; no expanded shale or lightweight aggregates). 3. Paver: Calstone "Classic Cobble", Small 6" x 4'/z", Medium 6" x 6" and Large 6" x 9"sizes x 80mm thick, as manufactured by Calstone Sunnyvale, CA; (408) 686-9627. Or equal. 4. Paver Pattern: Three-way Random Combo. 5. Paver Color: To be selected. Submit color chart and samples for approval. 2.2 SAND LAYING COURSE A. Sand laying course shall conform to the following specifications: Sieve Size 3/8 in. No. 4 No. 8 No. 100 No. 200 % passing 100 93- 100 61- 100 1- 12 0- 7 Re: Caltrans Standard Specifications (July 1992) 90-3.03, Fine Aggregate Gradings: 1. Thickness of sand laying course maximum 1" and uniform to ensure an even surface. 2. The sand laying course shall be the responsibility of the paving stone installer. 2.3 ADDITIONAL MATERIALS A. Sand Joint Filler: Plaster sand. 2.4 AGGREGATE BASE A. Caltrans Standard Specifications (July 1992) Section 26, Class 2, 3/4 -inch maximum size. PART 3 - EXECUTION 3.1 BASE A. Provide base per Section 02058: Soil and Aggregate Materials. Confirm that base is as specified before beginning work. 3.2 SAND LAYING COURSE A. Install dry sand to depth required for flush finish after pavers are installed (1" maximum thickness). Section 02785 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I 1 I I I 1 I I I I 1 I I I I I I I I I I I I I I I I I 3.3 PAVER INSTALLATION A. Before installing, clean pavers of all foreign material. B. Start installation parallel to face of building or path as approved by City Representative and proceed forward over the undisturbed sand laying course with pavers in "Three-way Random Combo" pattern. Cut pavers to conform to concrete edge without gaps. Cut pavers with a masonry saw, clean and uniform. C. Install pavers plumb and true to line and grade to coincide and align with adjacent work and elevations. D. Install pavers hand -tight on the undisturbed sand laying course, using string lines to hold pattern lines true. E. Use a plate vibrator to compact the stones and to vibrate the sand up into the joints between the stones. F. Spread plaster sand over the installed and approved pavers and vibrate into the joints between the pavers. G. Sweep excess sand into the joints or dispose of from surface areas and wash with a light spray to insure full joints. 3.4 CLEAN-UP A. Perform the work under this Section so as to keep affected portions of the building and site neat, clean and orderly. Upon completion of the work under this Section, remove immediately all surplus materials, rubbish and equipment associated with or used in the performance of this work. B. Wash and clean the completed paver installation to provide a clean, finished, workmanlike installation. C. Reset all disturbed pavers and brush joints with sand. END OF SECTION Section 02785 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 i f 1 I I I 1 I 1 I I 1 I I SECTION 02796 SYNTHETIC TURF PART 1 - GENERAL 1.1 SUMMARY A. Provide a complete synthetic turf system consisting of a polyethylene -blended fiber of not less than 2" in length, tufted rows spaced 3/4" apart to a permeable porous backing as indicated on the Plans and as specified herein, in strict accordance with the manufacturer's written installation instruction, and in accordance with all approved shop drawings. The Work shall consist of, but not necessarily be limited to, the following: 1. A compacted subgrade to receive the synthetic turf material. 2. A subsurface drainage system. 3. A porous stone aggregate base consisting of a uniform aggregate material. 4. A complete synthetic turf system, consisting of a polyethylene -blended fiber, tufted rows attached to a permeable porous backing. 5. A resilient infill system, designed to provide the look, feel, and safety of optimally maintained natural grass. The infill shall be filled so that there is a 3/4 inch void at the top of the fiber. 6. Geotextile liner. 7. Perimeter concrete curb / anchorage. 8. Non -powered sweeper/groomer. 9. The use of the term synthetic turf field system provider, turf company, turf manufacturer and similar terms shall mean the Contractor. B. Related work not specified in this Section. 1. Section 02058 -Soil and Aggregate Material. 2. Section 03305: Site Concrete. 1.2 JOB CONDITIONS A. Contractor shall stabilize all top of sub -grade elevations of the synthetic turf area and execute any fine grading prior to receiving the porous stone aggregate base. B. The porous stone material shall not be contaminated with soil or other matter. Contaminated porous stone material will be rejected. C. Sub -grade preparation shall be complete and approved by the Synthetic Turf System's Representative prior to commencement of work under this Section. 1.3 QUALITY ASSURANCE A. Reference Standards 1. Perform all work in accordance with all applicable laws, codes and regulations required by the City of San Mateo. 2. Reference to "Standard Specifications" shall mean the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation (Caltrans), July 1992 Edition. 3. FIFA, Federation International Football Association. 4. NHFS, National Federation High School Athletic Association. Section 02796 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.4 QUALIFICATIONS A. Refer to Submittals below for required qualifications to be submitted. B. Provide evidence direct from the turf manufacturer stating the installer is certified by the manufacturer to install this type of synthetic turf 1.5 QUALITY ASSURANCE A. The Drawings and Specifications for the Synthetic Turf System are intended to be generic and set the minimum requirements for design and quality. The Contractor is required to review the Drawings and Specifications and provide design/shop drawings modified to suit their product as accepted by the City's Representative. B. The porous stone aggregate base gradation and geotextile liner are listed as examples of minimum quality for acceptable materials. The Contractor shall be responsible for selecting the proper high quality materials that work best with the turf manufacturer's synthetic turf system and to satisfy the Synthetic Turf System's warrantee and performance. C. The Contractor shall provide all engineering services required to oversee the construction of the subgrade and porous stone aggregate base to receive the synthetic turf. D. The subsurface drain lines shown on the Synthetic Turf Plan represents a design example of an acceptable drainage design. The drainage system design shall be provided by the Contractor specifically for the synthetic turf manufacturer's product and the Contractor shall be responsible for its proper operation. E. The synthetic turf field system shall include the following materials and requirements: 1. Sewed seams. Taped and glued roll -seams are not acceptable. This is a 100 percent sewn system. 2. Gmax average range of 125 to 175. 3. Cryogenic Rubber infill. 4. Sand: If sand is part of the synthetic turf field system, it shall be rounded dust free silica sand. 5. The infill system shall be the only acceptable cushioning system. Formed rubber pads shall be deemed unacceptable as enhancements to meet the required safety requirements. 6. Provide an Insured Warrantee in writing to the Owner. F. The Contractor shall provide the services of a civil engineer consultant, licensed in the State of California, to inspect and modify the synthetic turf field drainage design, subgrade design and porous stone aggregate base design as necessary to fit the synthetic turf manufacturer's requirements in order to satisfy the manufacturer's insured warrantee and the proper performance of the product. 1.6 SUBMITTALS A. The Synthetic Infill Turf Product must be approved by the City of San Mateo prior to beginning construction. Submit the following information in accordance with Section 01340. 1. 4" x 4" minimum size sample of the exact synthetic turf and infill system that is specified for this project. 2. A list providing specific contacts and telephone numbers of the following: a. A list of 3 fields that have been in use for at least three years utilizing the same infill system and fiber manufacturer that is being proposed for this field. Section 02796 - 2 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 1 1 I I I I I I I I 1 I I I 1 1 I i I r i I 1 I I I I I I I I I I b. Written documentation that verifies that their existing field and the field they are proposing for this project, contain the exact specified material. The product must utilize the exact same fiber, fiber manufacturer, infill system, backing and all other materials that is being proposed for this field. c. The turf company and turf manufacturer (if different from the company) shall provide evidence that their turf system does not violate any other manufacturer's patents, patents allowed or patents pending. d. The turf company and the turf manufacturer (if different from the company) shall provide a copy of an insured and/or bonded warranty and insurance policy information. e. The turf company and the turf manufacturer (if different from the company) shall provide a current audited company financial statement. 3. The Contractor shall provide evidence direct from the turf manufacturer stating the installer is certified by the manufacturer to install this type of synthetic turf. B. Submit a specimen copy of its Manufacturer's Warranty that guarantees the usability and playability of the synthetic turf system for its intended uses for an eight (8) year period commencing with the date of Substantial Completion. C. Product Data: Submit manufacturer's installation instructions and list of materials. D. Certification: Submit certification signed by Contractor and drainage system installer that installed materials conform to specified requirements and system was successfully checked and tested prior to covering with drainage sand or porous stone aggregate base. E. Shop Drawings: Shop drawings shall be prepared at the scale of the construction documents and contain all pertinent information regarding installation. These drawings shall be submitted to the Owner for approval prior to the manufacturing and shipment of materials and shall include the following: 1. Drainage system. 2. Seaming plan. 3. Installation details; edge detail, etc. F. Samples: 1. Submit one -quart sample of porous stone aggregate base material along with test analysis to Owners Representative. 2. Submit an 8 -inch by 12 -inch minimum sample of the exact synthetic turf and infill system that is specified for this project. 1.7 MATERIAL TESTING A. Test proposed porous stone aggregate base as follows: 1. Pre -construction Testing: Contractor shall submit one -gallon separate composite and shall be accompanied by tests results conforming to ASTM C136 and ASTM D75 testing protocol as a guideline. This representative sample will be used for comparison with all subsequent samples submitted for approval during construction. B. All payments for Synthetic Turf Field material testing shall be the responsibility of the Contractor. C. The Testing agent must be accredited by the American Association for Laboratory Accreditation (A2LA) and must have at least 5 years experience in similar projects and test protocols: 1. ASTM C 136: Sieve Analysis of Fine and Coarse Aggregates Section 02796 - 3 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 D. The testing reports shall initially be submitted to the Owner's Representative for acceptance fifteen (15) calendar days prior to scheduled placement. E. The Contractor shall include the following items: 1. Identification of proposed source and supplier. 2. Current lab mechanical analysis of the proposed stone using U.S.G.A. or ASTM standards for sieve analysis. 3. Sample sizes as determined by the Owner's Representative. 4. Certification that the supplier can deliver the total quantity of material needed to complete the project in a timely manner. F. All porous stone aggregate must come from one supplier only. The porous stone aggregate shall be sampled at the source. Material delivered to the site not meeting specifications shall be rejected by the Contractor. All rejected material shall be removed from the site at the Contractor's expense. See PART 3 below for required moisture content of stone during delivery. 1.8 PROJECT RECORD DOCUMENTS A. Accurately record location of pipe runs, connections and invert elevations. 1.9 WARRANTY A. The Contractor shall submit the Manufacturer's Warranty, which guarantees the usability of the synthetic turf system for its intended uses for an 8 year period commencing with the date of Substantial Completion. The warranty coverage shall not be prorated nor limited to the amount of usage. B. The warranty submitted must have the following characteristics: C. Must provide full coverage for 8 years from the date of Notice of Completion. D. Must warrant materials and workmanship. E. Must warrant that the materials installed meet or exceed the product specifications. F. Must have a provision to either make a cash refund or repair or replace such portions of the installed materials that are no longer serviceable to maintain a serviceable and playable surface. G. Must be a warranty from a single source covering workmanship and all self -manufactured or produced materials. H. Guarantee the availability of replacement material for the synthetic turf system installed for the full warranty period. PART 2 - MATERIALS 2.1 SYNTHETIC INFILL TURF FIELD A. The pre -approved products are: 1. "Series 2 Soccer Field " Synthetic turf System as supplied by FieldTurf. Contact name is Andrew Rowley, ph: (707) 586-8873, fax: (707) 313-0167. Section 02796 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 r 1 r r I I 1 I I I I I I I I I I I 1 I V 1 I 1 i I ,I I I I I 2. AstroPlay RR brand stadium system with lower level of nylon 6/6 fiber ("Root Zone"), as manufactured and installed by Southwest Recreational Industries, Inc. (800) 233- 5714. Contact name is Cal Watson, (858) 847-3275, Cell (559) 681-6332. B. Or approved equal. C. The carpet shall be delivered in 15 -foot wide rolls. The rolls shall be of sufficient length to go from sideline to sideline. Head seams, between the sidelines, will not be acceptable. 2.2 POROUS STONE AGGREGATE BASE A. The infield synthetic turf system requires a porous stone aggregate base. The porous stone aggregate base shall be a layer of crushed stone that meets the hardness criteria for the California Department of Transportation Permeable Class 2 (Section 68) and the gradation specified herein: Mesh Size Percent Passing 1" 100 3/4" 90-100 3/8" 40-100 #4 25- 40 #8 18-33 #30 5- 15 #50 0- 7 #200 0- 3 B. Soft limestone and shale materials are not suitable. Questionable materials shall be evaluated using a sulfate soundless test (ASTM C-88 and LA Abrasion Test (ASTM C-131). TestMethod: Criteria: Surface Soundness Not to exceed 12% Loss LA Abrasion (ASTM C-131) Not to exceed 40 C. Synthetic Turf Fiber shall be green colored and a minimum of 2 inches in length. 2.3 GEOTEXTILE FABRIC A. The geotextile fabric shall be Mirafi 140 Soil Separator or accepted equal. 2.4 MAINTENANCE EQUIPMENT A. Upon Substantial Completion Provide one (1) new, towed, non -powered sweeper/groomer with hitch, excluding prime mover vehicle. The sweeper/groomer attachment shall be of sufficient size to cover at least a 7-1/2 feet wide swath in a single pass. The sweeper/groomer attachment shall be fitted with synthetic bristle brushes as recommended by the synthetic turf manufacturer and shall provide the following capabilities: 1. Groom the pile fibers 2. Collect surface debris 3. Level out the infill particles. 2.5 RUBBER INFILL A. Cryogenic Rubber. Section 02796 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 2.6 SAND INFILL A. Whole -grain (not ground), sub -angular to rounded in shape (not angular) and dust free (i.e. when dropped, no cloud of dust should billow up). PART 3 - EXECUTION 3.1 PREPARATION A. Prior to installing the synthetic turf, complete all substrate work. B. Excavate to depth shown on Drawings. During excavation, all grass, topsoil, etc., shall be stripped and removed. Depending on the in -situ materials' overall properties, it may be put aside for possible use as select -fill as accepted by the City's Geotechnical Engineer. C. In the event of over -excavation, select -fill material consisting of in -situ material acceptable to City's Geotechnical Engineer, or Class 2 aggregate base (3/4") shall be used to achieve design subgrade elevations. D. The City's Geotechnical Engineer will determine whether the materials in the excavated areas are suitable for use as select -fill. All unsuitable material shall be removed, and approved in - situ materials or approved Class 2 aggregate base (3/4") shall be used. E. The subgrade that is to receive porous stone aggregate shall be constructed using approved select -fill material. This approved material shall be placed in lifts not greater than 6" in depth. Each lift (layer or course) shall be compacted separately. The moisture in the soil, at the time of compaction, shall be uniformly distributed and within the moisture range acceptable to the City's Representative. F. The select -fill material in the first layer shall be rolled until the course has been uniformly compacted per manufacturer's specs. The second and succeeding courses shall be placed and mixed and then compacted as specified in the first course. G. The finished surface of the subgrade that is to receive porous stone aggregate, shall have a finished grade in accordance with the Plans and Specifications. The subgrade shall be established to within a tolerance of+0 to -1/2" of the designed subgrade elevation. H. Proof roll and mark "soft spots" for additional compaction or correction. Use static tandem drum -type roller of not less than one (1) tons weight. Proof rolling operations shall be performed in the presence of the City's Representative. I. Excavate perimeter drainage collector trenches with a minimum of 0.5% slope starting from the low point of the drainage system at the outlet extending toward the high point(s). Design of the collector trenches shall incorporate the following: 1. The trenches shall be backfilled using premium materials and compacted by hand tamping (or equivalent machinery) per manufacturer's specs. 3.2 SUBGRADE A. Contractor shall verify that subgrade has been prepared according to specification with regard to compaction, grade tolerances and is the free of debris, non-compactable material, topsoil, or organics prior to proceeding with work over subgrade. Section 02796 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I 1 1 I 1 I I 1 i r p I I I I I I I I I 1 I I 1 i I I I I I I B. Top of subgrade elevations shall be verified on a 10 -foot grid using laser -operation survey instruments. Grades must be within 1/2 -inch plus or minus from the elevation shown on the plans. In addition, no point within the 10 -foot grid deviates more than''/a" from any other point within the 10 -foot grid. C. The geotextile filter fabric shall be installed over the compacted and prepared subgrade, as shown on the plans, without disturbing grades. 3.3 PLACING THE POROUS STONE AGGREGATE BASE A. Processed stone must contain 90- 110 percent of the optimum moisture content to ensure that fines do not migrate in transit or during placement and to facilitate proper compaction. This is critical. The contractor shall ensure that aggregate leaving the source plant meets this requirement. The contractor is required to apply water to the processed stone on site to attain and maintain this minimum moisture content. Should any separation of the materials occur, during any stage of the spreading or stockpiling, the Contractor shall immediately remove and dispose of segregated material and correct or change handling procedures to prevent any further separation. Double handling of materials is not allowed. B. The porous stone aggregate must be laid without damaging the soil bed. It is very important to not create any depressions with heavy equipment. The specified stone or aggregate supplied must conform to recommended specifications. The porous stone aggregate base supplied shall be stable and permeable. C. The porous stone aggregate shall be carefully and evenly spread over the bottom of the trenches to depth shown on the plans. Once field perforated sub -drain lines are installed in the base stone, additional base stone shall be placed over the pipes to grades as shown in the Construction Drawings. D. Excess water shall not be applied during installation of porous stone aggregate and rough grading due to the potential of softening the sub -grade and altering the grading. E. Porous stone aggregate shall be smoothed and compacted uniformly to design grades by alternating raking, water settling, and rolling operations. F. If the required compact depth of the porous stone aggregate base exceeded 6", the stone base shall be constructed in 2 or more layers or lifts of approximate equal thickness. Each layer must be compacted in both directions to attain a uniform compaction. G. The porous stone aggregate base final grades shall not vary from the specified grades more than one quarter of one inch (1/4") in ten feet(10') when measured in any one direction. Elevations shall be verified on a 25 -foot grid using laser -operation survey instruments. H. Should any separation of the materials occur, during any stage of the spreading or stockpiling, the Contractor shall immediately tie 'love and dispose of segregated material and correct or change handling procedures to prevent any further separation. Double handling of materials is not allowed. 3.4 INSTALLING THE SYNTHETIC TURF A. The turf Contractor shall strictly adhere to the installation procedures outlined under this section and all manufacturer guidelines. Any variance from these requirements must be accepted in writing, by the manufacturer's onsite representative, and submitted to the Owner, verifying that the changes do not in any way affect the warranty. Section 02796 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. The turf manufacturer and contractor must accept the porous stone aggregate base prior to the installation of the synthetic turf system. The porous stone aggregate base shall be compacted per manufacturer's specs and the surface tolerance shall not exceed 3/16 inch over 10 feet. C. The carpet rolls are to be installed directly over the properly prepared aggregate base. Extreme care should be taken to avoid disturbing the porous stone aggregate base, both in regard to compaction and planarity. It is suggested that a 2-5 ton static roller is on site and available to repair and properly compact any disturbed areas of the porous stone aggregate base. D. The full width rolls shall be laid out across the field. Utilizing standard state of the art sewing procedures each roll shall be attached to the next. Gluing of roll shall not be acceptable. E. This is a 100% sewn installation. Minimum gluing will only be permitted to repair problem areas, corner completions. 3.5 MAINTENANCE AND WARRANTY A. The Contractor shall provide the following: 1. A single source warranty from the turf manufacturer to the Owner that covers defects in materials and all self -manufactured or procured materials and workmanship of the turf for a period of 8 years from the date of Substantial Completion. The turf manufacturer must verify that their onsite representative has inspected the installation and that the work conforms to the manufacturer's requirements. 2. The manufacturer's warranty shall include general wear and damage caused from UV degradation. The warranty shall specifically exclude vandalism, and acts of God beyond the control of the Owner or the manufacturer. The warranty coverage shall not be prorated nor limited to the amount of the usage. 3. The Contractor shall provide a warranty to the Owner that covers defects in the installation workmanship, and further warrant that the installation was done in accordance with both the manufacturer's recommendations and any written directives of the manufacturer's on -site representative. 4. The turf warranties shall have a provision to either make a cash refund or repair or replace such portions of the installed materials that are no longer serviceable to maintain a serviceable surface and shall include all necessary materials, labor, transportation costs, etc. to complete said repairs. 5. Turf manufacturer shall provide an insured warranty. 6. Guarantee the availability of replacement material for the synthetic turf system installed for the full warranty period. 3.6 CLEANUP A. Per Section 01770. END OF SECTION Section 02796 - 8 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I t I. I I I I I I I I I I I I I I I i I I I I I I I i 1 r I 1 SECTION 02822 PROTECTION FENCE AND GATES PART 1 - GENERAL 1.1 DESCRIPTION A. Provide complete habitat access control (protection) fencing and gates as shown on the Drawings and as specified. B. Related Work not Specified in This Section: 1. Section 03305: Site Concrete. 2. Section 06200: Site Carpentry. 1.2 SUBMITTALS A. Procedures: In accordance with Section 01340. B. Submit for approval manufacturer's information for fabric, and hardware for fence and gates. C. Provide shop drawing for all gates. PART 2- PRODUCTS 2.1 FENCE SYSTEMS A. As Shown on Drawings. 2.2 MATERIALS A. Fabric: Refer to Drawings. B. Line Posts: Refer to Drawings. C. Gate Post: Refer to Drawings. D. Latches: Industrial latch assembly, sliding fork -type latch with integral lock pin and lock keeper guide, to receive padlock or approved equal. Provide center stop and cane bolt in concrete base at double swing gates. E. Gate Frames: Standard galvanised steel pipe as shown on Drawings. F. Tension Cable: Refer to Drawings. PART 3 - EXECUTION 3.1 FABRICATION AND INSTALLATION Section 02822 - 1 East Third Avenue Landfill Closure Phase li / Seal Point Park Project No. 460531 A. Fence fabrication and erection shall as shown on the Drawings. B. Post Installation: 1. Set posts evenly spaced, plumb and true to lines with top line uniform in concrete as detailed. 2. Set top of concrete footing flush with grade and trowel to slope away from post. Wood post to extend 2 -inches through bottom of concrete footing. Allow concrete footings to cure 5 days before erection of fabric. C. Gates shall be structurally stable vertically and laterally, in any position. 1. Gate openings shown on plans to be face-to-face dimension of gate posts. Swing of gates to be as shown. Contractor shall verify grade conditions at bottom of gate and submit shop drawings that respond to field conditions. 2. Provide gates with same fabric as fence. Fabric to have smooth continuous horizontal top and bottom. 3. Provide shop drawings indicating necessary rail sizes and trussing appropriate for gate opening. Supply gates with positive -type latching devices with provisions for padlocking. Double leaf gates shall have a center plunger rod, catch and semi -automatic gate latch. D. Fabric Attachment: I. Fabric shall be attached to tension cables with wire ties spaced approximately 18 -inches apart. 2. Vertical ends of fabric shall start and end at posts. 3. Install fabric, between two and four inches clear of finish grade unless shown otherwise. END OF SECTION Section 02822 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I I 1 I I I I I i I 1 1 1 1 I I SECTION 02825 I i I I 1 I I I I t I I I r I I MISCELLANEOUS GATES PART 1 GENERAL 1.1 DESCRIPTION A. Provide gates, including trash enclosure gates and vehicular access gates complete. Include footings on gates and painted wood facing on trash enclosure gate frames. B. Related requirement specifications elsewhere: 1. Section 04220, Concrete Unit Masonry. 2. Section 05500, Metal Fabrications. 3. Section 06200, Site Carpentry. 4. Section 09900, Site Painting. 1.2 STRUCTURAL DESIGN AND ENGINEERING A. Details in the Drawings indicate a general design approach for the trash enclosure gates and vehicular access gates but do not necessarily include the specific fabrication details required for the complete structural integrity of the gates, nor do they necessarily consider preferred shop practices of individual contractors. Such specific fabrication details shall be provided by the Contractor, who shall ensure that gates withstand any and static, dynamic and/or erection loads that act upon them, including such loads associated with handling and servicing. B. Contractor shall furnish a complete structural design for gates, incorporating reasonable safety factors necessary to protect the City and Contractor against public liability. 1. Such structural designs shall meet applicable local, state, and national codes, as well as testing laboratory listings, where required. C. Contractor shall be responsible for the engineering and internal construction of gates, and shall submit shop drawings and details for review by the City's Representative. Shop drawings for Gate Types shall be designed and stamped by a licensed Structural Engineer currently registered in the State of California. Said stamped shop drawings shall specify structural components, including footings, and methods required to withstand the design loads associated with handling and servicing. 1. Structural design shall meet applicable local, state, and national codes, as well as testing laboratory listings, where required. 1.3 SUBMITTALS A. Procedures: In accordance with Section 01340. Section 02825 - 1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 B. Product Data: If requested by City's Representative, submit manufacturers' catalog sheets, brochures, diagrams, schedules, charts, illustrations, test results and/or other standard descriptive data. 1. Mark up each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required. C. Shop Drawings: 1. Shop drawings shall be neat, well organized and clearly legible. Elevations and plan views from the Drawings may be reproduced for the sake of expedience where appropriate. 2. Shop drawings shall be drawn to scale and not subsequently reduced to fit a drawing format. 3. Submit elevations and plan views for gate types, including graphic layouts, complete dimensions, materials, locations of fasteners and finishes. Determine the total quantity for each gate type and note it in the shop drawings. 4. Submit comprehensive section drawings for gate types where applicable, including sections of typical members. Show fabrication and installation details, including details for securing members to one another, to structures, and/or to site work. Show interior construction, reinforcements, anchorages, components and finishes. Reproduction of section drawings shown in the Drawings shall not be acceptable. 5. Site Condition Verification: Where required by the City's Representative for specific items, Contractor shall inspect site to confirm installation conditions, then submit shop drawings and/or written documentation for approval indicating proposed mounting devices. D. Samples: 1. Color and Finish for trash enclosure gate wood: Submit per Section 09900, Painting. 2. Prior to submittal, Contractor shall verify that colors submitted as samples match accurately any samples or specifications provided by City's Representative. 1.4 QUALITY ASSURANCE A. Do not scale drawings for dimensions. Use only the written dimensions indicated on the Drawings, unless such are found to be in error. Contractor shall verify and be responsible for dimensions and conditions shown by the Drawings, and shall visit the site to inspect and verify field conditions prior to fabrication and installation. The City's Representative shall be notified, in writing, of discrepancies on Drawings, in field dimensions or conditions, and of changes required in construction details. B. Provide each type of gate as a complete unit produced by a single manufacturer, including required mounting accessories, fittings and fastenings. C. Details shown in the Drawings shall be followed for exterior appearance. Minor changes in interior construction will be accepted in order to conform to Contractor's shop practices or engineering requirements when, in the City's Representative's sole judgment, such changes do not detract materially from design concept or intent. Contractor shall circle such changes on the shop drawings. C. Completed work shall be structurally sound, and free from distortions, chips, breaks, holes, splits or other disfigurements considered as imperfections for the specific material. Section 02825 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I 1 I I I i I I I I I I I I I I I I I I I I I 1 I I D. "Code of Arc and Gas Welding in Building Construction" of American Welding Society, WS D1.0, latest edition with current supplements and addenda, is hereby made a part of this Section and gate fabrication shall conform to the applicable requirements therein, except as otherwise specified herein or shown on the drawings. Nothing contained herein shall be construed as permitting work that is contrary to code requirements or governing rules and regulations. E. All work shall conform to the American Institute of Steel Construction specifications for design, erection and fabrication, and acceptable standards of good practice. Finished members shall be true to line and free from twists and bends. F. All gate frame, hinges, anchors, etc. shall be hot -dipped galvanized in accordance with Section 05500, Metal Fabrications and as specified herein. PART 2- PRODUCTS 2.2 MATERIALS A. Steel Tubing: ASTM MOO (cold -formed), Grade A or B, welded or seamless. B. Steel Pipe: ASTM 53, Type E or S, unless otherwise noted. C. Miscellaneous Steel Plates and Structural Steel Shapes: conforming to ASTM A36. D. Bolts: Structural grade steel, ASTM A307, with suitable hex nuts and washers, all galvanized. E. Paint: Wood: See Section 09900, Painting. F. Welding Electrodes: As permitted by AWS Code D1.0. G. Fasteners, Hardware and Devices: Stock proprietary fastening devices of approved standard manufacture such as cadmium plated screws, bolts and washers, and stainless steel hinges. 1. Conceal fasteners except where noted or shown otherwise. 2. Finish on exposed devices to match overall gate finish, unless otherwise noted. 3. Provide vandal -resistant fasteners at exposed locations unless otherwise noted. 4. Use fasteners fabricated from metals that are non -corrosive to either the gate material(s) or the mounting surface. H. Hot Phosphate Treatment: conforming to SSPC-PT-4. 2.3 FABRICATION A. Intent of Specifications: Finished work shall be of the highest quality in order to pass eye - level examination and scrutiny by City's Representative. 1. Work shall be free from buns, dents, raw edges and sharp corners. 2. Finish welds on exposed surfaces as required so they are not visible in the finished Work. Section 02825 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 3. Finish surfaces smooth unless otherwise indicated or specified. 4. Surfaces which are intended to be flat shall be free from bulges, gaps or other physical deformities. Such surfaces shall be fabricated to remain flat under installed conditions. 5. Surfaces which are intended to be curved shall be smoothly free -flowing to the required shape(s). 6. Edges shall be true, and corners shall be square. 7. Isolate dissimilar materials. Exercise particular care to isolate nonferrous metals from ferrous metals as required to prevent corrosion. B. Provide colors and/or finish textures as specified or indicated in the Drawings or, where not specified or indicated, as selected by City's Representative. PART 3 - EXECUTION 3.1 EXAMINATION A. Contractor shall inspect installation locations for conditions that will adversely affect the execution, permanence and/or quality of the Work, and notify City's Representative in writing of any and unsatisfactory conditions. Contractor shall not proceed with installation until said unsatisfactory conditions have been corrected. Commencement of installation indicates acceptance of site conditions and guarantees delivery of an acceptable product. 3.2 INSTALLATION A. Provide reinforced concrete footings with dimensions as specified by Engineer. Use Sonotube-type formwork for post gates. B. Where a concrete footing is flush with finished grade, slope the top of the footing away from the gate posts minimally as required for drainage and to prevent puddling. C. Securely attach gates to footings or site work in accordance with Engineer's specifications. D. Wood on gates shall be field -finished painted as specified in Section 09990, Painting. 3.3 SITE CLEANUP A. Final cleanup: 1. Clean and/or repair evidence of installation work or damage to site work or other adjacent surfaces. 2. Remove excess materials and dispose of properly off site. 3.4 CONTRACT CLOSE-OUT ITEMS A. Provide City with one quart of paint for each paint color specified. END OF SECTION Section 02825 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1 1 i I 1 I I r I I I I I a SECTION 02832 CONCRETE BLOCK RETAINING WALL I 1 1 I I 1 I I 1 i i I I PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all labor, materials and equipment for the installation of concrete block retaining wall as shown on the drawings and specified. B. Related work included elsewhere: 1. Section 02058 -Soil and Aggregate Material. 1.2 SUBMITTALS A. Certification: Submit certification from the block manufacturer per 01340 prior to delivery of concrete blocks to project site. PART 2— PRODUCTS 2.1 MATERIALS A. Wall Blocks: "Versa-Lok" Retaining Wall System with cap to match existing, available from McNear Brick & Block, (415) 454-6811 or equal. 1. Color: To match existing. 2. Pattern: To match existing. B. Filter Fabric: Polyester non -woven filter fabric with uniform fiber distribution; "Terra Bond" #1115, "Mirafi, Inc." #14ONS, or equal. C. Perforated Drain Pipe: PVC smooth wall perforated drain pipe manufactured to meet CalTrans Standard Specification Section 68 and AASHTO M278. 1. Size as noted on the Drawings. D. Permeable Backfill (Filter Rock): Permeable backfill used in subsurface drain installations shall be Class 2 permeable material in conformance with Section 68 "Subsurface Drains" of the Standard Specifications, gradation to 3/4" maximum size. PART 3 - EXECUTION 3.1 WALL CONSTRUCTION AND WORKMANSHIP A. Install concrete blocks and cap in accordance with manufacturer's recommendations and specifications, as specified herein and as shown. B. Wall cap block to fit with tight, flush joints. Secure with adhesive recommended by block manufacturer. 3.2 CLEANING Section 02832 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 A. Per Section 01742. B. Remove all excess materials. END OF SECTION Section 02832 - 2 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 1 I I I I I I 1 a I I I i 1 1 1 1 SECTION 02870 SITE FURNISHINGS PART 1 - GENERAL 1.1 DESCRIPTION A. Provide all labor, materials and equipment for the installation of all site furniture. B. Related Requirement Specifications Elsewhere: 1. Section 03305 Site Concrete. 1.2 REFERENCES A. Perform work in accordance with all applicable laws, codes and regulations required by the City and the State of California. B. Reference Standards: 1. State of California, Business and Transportation Agency, Department of Transportation: " Standard Specifications." 2. Manufacturers' specifications and recommendations. 1.3 COORDINATION A. Coordinate items of other trades. Contractor shall be responsible for the proper installation of all accessories embedded in concrete and for the provision of connections, holes, openings, etc., necessary to the execution of the work of the trades. 1.4 SUBMITTALS A. Procedures: In accordance with Section 01340. B. Product Data: Submit Manufacturer's product literature and specifications for the following including recommended installation procedures. Include complete information on shop - applied coatings and finishes 1. Benches. 2. Trash receptacles. 3. Bike racks. 4. Picnic tables. 5. Drinking fountain. 6. Dog waste disposal. 7. Skateboard clips 8. Outdoor shower 9. Windsock C. Metal Bollards: See Drawings. Section 02870 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 2 - MATERIALS 2.1 BENCHES A. Model: Bancal Bench, red pine and steel, high-pressure hot galvanized finish, Manufacturer: Santa & Cole, Maria Isabel, Ave Toluca No. 700, Edificio X, PH 101, Colonia Olivar De Los Padres Delegacion Alvaro Obregon, 01780, tel/fax (52) 55-5683-5250, cel. (52) 55-1091- 4213. No Substitution. 2.2 TRASH RECEPTACLE A. #201 F Dome -Top with container and triangular sign titled "Trash", Available from Eco-Pop Designs, Pacifica, CA, (650) 728-9220. No Substitution. B. #103 Pyramid -Top with container, Signed "Recycle" with keyed alike Cam Lock, Available from Eco-Pop Designs, Pacifica, CA, (650) 728-9220. No Substitution. 2.3 BIKE RACK A. Model: Welle Series, Inline, 1 bend, 2" OD square steel tubing, .188" wall, hot -dipped galvanized finish, embedded installation. B. Manufacturer: Palmer Group, PMB 328, 1072 Folsom Street, San Francisco, CA 94103 (888) 764-2453. No Substitution. 2.4 PICNIC TABLES A. Model: APT/G-6 with extended top (8 foot) for wheelchair access, Cedar and steel, galvanized metal finish, Manufacturer: Pilot Rock Park Equipment P.O. Box 946, Cherokee, IA 51012 (800) 762-5002, No Substitution. B. Model: APT/G-8, Cedar and steel, galvanized metal fmish, Manufacturer: Pilot Rock Park Equipment P.O. Box 946, Cherokee, IA 51012 (800) 762-5002, No Substitution. 2.5 DRINKING FOUNTAIN A. Model: 3500SS, stainless steel, blasted finish. B. Manufacturer: Haws Corporation, 1455 Kleppe Lane, P.O. Box 2070, Sparks, NV 89432 (888) 640-4297. No Substitution. C. Model: 3500DSS with Pet Fountain, stainless steel, blasted finish. D. Manufacturer: Haws Corporation, 1455 Kleppe Lane, P.O. Box 2070, Sparks, NV 89432 (888) 640-4297. No Substitution. 2.6 DOG WASTE DISPOSAL A. Provide 2 Dispoz-A-Scoop Dispensers, Posts and Signs, available from Petpro Products (310) 410-4404 along with 2 cases of Dispoz-A-Scoop degradable bag. No Substitution. 2.7 SKATEBOARD CLIPS Section 02870 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I 1 i I A. Model: Teardrop Flat Bars, aluminum, clear -coat finish. I r I 1 1 I I i i I I I I B. Manufacturer: Ravensforge, 10002 Aurora Avenue North #4432, Seattle, WA 98133 (206) 440-9833; no substitution. 2.8 METAL BOLLARDS — See Drawings. 2.9 OUTDOOR SHOWER A. Model: BS -2000, Beach Shower, floor mounted, with Foot Spray B. Manufacturer: Aquamasters Inc. P.O. Box 392, Hunt Valley, MD 21030, (410) 252-2079; no substitution. 2.10 WINDSOCK & POLE A. Model: 11-0, 17' stationary aluminum pole, type "B" ball bearing cast aluminum swivel, 18"x8' windsock, and anchor bolts. B. manufacturer: p. wedge co, box 400 brackendale, b.c. canada vOn ih0 (604), 898-4142; no substitution. C. Color of windsock to be decided by City Representative. Provide color choices for approval. PART 3 - EXECUTION 3.1 GENERAL INSTALLATION A. Install manufactured items in accordance with the manufacturer's instruction and as shown in the drawings and as specified herein. B. Perform all work in accordance with all applicable laws, codes and regulations required by State of California and the City of San Mateo. C. Set all work true and square, plumb and level. Remove and replace any wood that splits during or after erection until acceptance. Keep nailing neatly lined up. D. Fabricate wood in as long pieces as practical unless otherwise indicated. End joints shall occur at supports. Keep all work clean, accurately cut, closely fitted and set to the required lines and levels. Blunt exposed edges by sanding or with plane. E. Place washer under the head and nut of bolts where same bear on wood, except head of carriage bolt. Drill bolt holes same diameter as bolt. F. Size bolts to fit flush with nuts. Countersink nuts and bolts as detailed. G. Supply all miscellaneous metal units and install as specified herein under the Sections entitled 05500, Metal Fabrications. Hot -dip galvanize all metal fastenings, angles, etc., after complete fabrication. H. Set site furniture, level as recommended by manufacturer. Section 02870 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I. Transport, store and handle precast units and manufactured items in a manner to avoid hairline cracks, staining or other damage. Store units free of the ground and protected from mud or rain splashes. Cover units, secure covers firmly, and protect the units from dust, dirt or other staining material. 3.2 MANUFACTURED ITEMS A. Install manufactured items including benches, trash receptacles, bide rack, picnic tables, drinking fountain, dog waste disposal and skate board clips, outdoor shower and windsock in accordance with the manufacturer's instruction and as shown. END OF SECTION Section 02870 - 4 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 i i 1 r 1 1 1 I 1 I 1 I I i 1 1 1 I1 I r I I I I 1 I i I i I 1 I SECTION 02950 SITE REVEGETATION PART 1 — GENERAL 1.1 DESCRIPTION OF WORK A. Intent: It is the intent of the Drawings and Specifications to ensure seeding with viable seed and willow cuttings products. Items not specifically shown in the Drawings or called for in these Specifications, but normally required to conform with such intent, are to be considered as part of the work. B. Schedule: 1. In general, the work shall proceed as rapidly as possible. 2. Contractor shall submit schedule to City prior to start of work under this Section. Schedule shall be coordinated with work to be performed by others. C. Scope: Furnish all labor, material, equipment, and services necessary to provide all hydroseeding work, complete in place, as shown and specified for construction of this Project as identified in the plans and these Specifications. The work of this Section includes, but is not limited to, the following: 1. Track walking of slopes. 2. Hydroseeding. 3. Straw mulching. D. Related work elsewhere 1.2 QUALITY ASSURANCE A. Perform work in accord with Occupational Safety and Health Administration (CAL/OSHA) and Environmental Protection Agency (EPA) requirements, and in accord with all applicable laws, codes, and regulations required by authorities having jurisdiction over such work. Provide for all inspections and permits required by federal, state, and local authorities in furnishing, transporting and installing materials. B. If required by law, certificates of inspection for transportation of plants shall accompany invoice for each shipment. File copies of certificates with City after acceptance of material. Inspection by federal or state authorities at place of growth does not preclude rejection of plants at Project site. 1.3 SUBMITTALS A. Furnish manufacturer's literature, analytical data, or samples, as appropriate, in accordance with Section 01340 for the following items: 1. Seed mixtures. Section 02950 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.4 JOB CONDITIONS A. Traffic: Do not obstruct traffic on adjacent streets. Comply with Traffic Control requirements of City and the Parks Department. B. Utility Services: Protect existing utilities. Water required for the work shall be obtained from lines, metered by City, and paid for by the Contractor. C. Keep all areas of work clean, neat and orderly at all times. Keep all paved areas clean during seeding operations. To the satisfaction of City, clean up and remove all deleterious materials and debris from the entire work area prior to pre -acceptance review. 1.5 REFERENCES A. Standard Specifications of the California Department of Transportation (CalTrans), latest edition. B. CAL/OSHA Construction Safety Orders, Title 8. C. Applicable regulations of the Environmental Protection Agency (EPA) and other environmental laws. D. The Jepson Manual: Higher Plants of California. Hickman, James C., editor, University of California Press, Berkeley & Los Angeles, California, 1993. E. Sunset Western Garden Book, (Sixth Edition), Sunset Publishing Corporation, Menlo Park, California, 1995. F. S&S Guidelines for Seed Specifications, S&S Seeds, Carpinteria, California, 1992. 1.6 ORDERING OF PLANT MATERIAL A. Upon delivery to site, seed shall be subject to inspection and approval by City for conformity to Specifications. Such approval shall not preclude the right of inspection and rejection during progress of the work. B. Substitutions of plant seed materials will not be permitted unless authorized in writing by City. If proof is submitted that any plant seed specified is not obtainable, a proposal will be considered for use of the nearest equivalent species or variety. These provisions shall not relieve Contractor of the responsibility of obtaining specified materials in advance if special growing / collecting conditions or other arrangements must be made in order to supply specified seed. C. Stock Review: City may review plant seed at the job site as the seed arrives off of the delivery truck for compliance with requirements for genus, species, variety, size and quality. City retains right to further review seed for condition, insects, injuries and latent defects, and to reject unsatisfactory or defective material at any time during progress of the work. Remove rejected material immediately from Project site. Contractor shall request review of such seed by City by giving 48 hours advance notice in writing. 1.7 DELIVERY AND STORAGE Section 02950 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I i I I I I I I I i I I 1 1 l I I 1 1 r I I i I A. Furnish products in manufacturer's standard containers and bearing original labels showing quantity, analysis and name of manufacturer. B. Certification tags on all seed material, fertilizers, and amendments shall show a date that is within five months of the proposed planting date. C. Store products with protection from weather or other conditions that could damage or impair their effectiveness. D. Plant material: Provide protective covering during delivery, and provide protection on site from traffic, pedestrians, and deleterious effects of climate while seeding operations are in progress. Do not drop any seed during delivery or seeding operations. 1.8 WARRANTY AND REPLACEMENTS A. Seeded areas and willow plantings exhibiting conditions which are determined by City as being unacceptable due to actions during seeding/planting operations shall be reseeded and/or replanted at no additional cost to City. 1.9 WILLOW PLANTING SEASON A. Willow cutting and planting shall be coordinated with the weather conditions. Cuttings shall be taken after the willows have gone dormant and planting shall be done after December first and after the rains have wet the soil to a 6 -inch minimum depth. PART 2- PRODUCTS 2.1 SEED MIXTURES A. Seed shall conform with all laws and regulations pertaining to the sale and shipment of seed required by the California Department of Agriculture. Seed shall be delivered to the site in unopened containers tagged and labeled in accordance with State Agriculture Code and shall be acceptable to the County Agriculture Commissioner. B. Seed shall be true to species specified, shall be viable, and shall have a purity and germination rate as specified herein. Weed seed will not exceed 0.25 percent of the pure live seed and inert material. Species and/or varieties will not be substituted without prior written approval. C. Native Plant Seed Mixtures: Mixtures shall be composed as follows for areas as shown on Drawings 1. Seed Mix A — General: a. Bromus carinatus / California Brome - (95% purity (minimum), 75% germination) Rate: 6 pounds per acre. b. Elymus glaucus / Blue Wildrye - (95% purity (minimum), 80% germination) Rate: 6 pounds per acre. c. Eschscholzia californica / California Poppy - (95% purity (minimum), 75% germination) Rate: 3 pounds per acre. d. Leymus triticoides 'Rio' / Beardless Wild Rye - (95% purity (minimum), 80% germination) Rate: 4 pounds per acre. e. Nasella pulchra / Purple Needlegrass -(90% purity (minimum), 80% germination) Rate: 4 pounds per acre. Section 02950 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 f. Vulpia microstachys / Six Weeks Fescue - (95% purity (minimum), 75% germination) Rate: 8 pounds per acre. 2. Seed Mix B — Dog Park (mowed annually to 4") a. Festuca idahoensis / Idaho Fescue - (90% purity (minimum), 80% germination) Rate: 20 pounds per acre. b. Leymus triticoides `Rio'/ Beardless Wild Rye - (95% purity (minimum), 80% germination) Rate: 4 pounds per acre. c. Latium multiflorum / Annual Ryegrass - (95% purity (minimum), 85% germination) Rate: 20 pounds per acre. 3. Seed Mix C — Dog Park (mowed annually to 8") a. Leymus triticoides `Rio'! Beardless Wild Rye - (95% purity (minimum), 80% germination) Rate: 4 pounds per acre. 4. Seed Mix D — NOT USED 5. Seed Mix E — Road Turnarounds a. Clarkia amoena / Farewell -to -Spring - (98% purity (minimum), 85% germination) Rate: 3 pounds per acre. b. Clarkia bottae ! Showy Farewell -to -spring - (98% purity (minimum), 75% germination) Rate: 2 pounds per acre. c. Clarkia unguiculata / Elegant Clarkia - (98% purity (minimum), 85% germination) Rate: 3 pounds per acre. d. Eschscholzia californica / California Poppy - (98% purity (minimum), 80% germination) Rate: 2 pounds per acre. e. Lasthenia glabrata / Goldfields - (90% purity (minimum), 85% germination) Rate: 1 pound per acre. f. Layia platyglossa ! Tidytips - (60% purity (minimum), 60% germination) Rate: 1 pound per acre. g. Lupinus nanus ! Sky Lupine - (98% purity (minimum), 80% germination) Rate: 2 pounds per acre. h. Lupinus succulentus / Arroyo Lupine - (98% purity (minimum), 85% germination) Rate: 3 pounds per acre. 2.2 MULCH A. Bailed barley or rice straw with a water content not exceeding 15 percent. All bales brought to the job site shall have low weed seed content, and be free of mold and other deleterious materials as determined by City. Contractor shall provide written clearance to City from the San Mateo County Agricultural Commissioner before shipment of the barley or rice straw material into the job site.: Apply at a rate of two tons per acre. 2.3 FIBER A. Fiber to be 100% "Silva -Fiber" wood cellulose fiber as manufactured by Weyerhaeuser with marking dye included, or approved equal. Apply at a rate of 500 lbs/acre. 2.4 TACKIFIER A. Tackifier to be Scilium based "M" Binder at a rate of 150 lbs/acre. Binder shall be required on all hydraulically seeded areas. Binder shall be increased to a rate of 200 lbs/acre on all slopes equal to or exceeding three (3) feet horizontal and one (1) foot vertical in rise [3:1]. 2.5 FERTILIZER Section 02950 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I I I I I i 1 I I A. Ammonium phosphate fertilizer (16-20-0) in liquid form. 2.6 VEGETATIVE COVER LAYER SOIL A. All soil shall be "S3 soil", as described in Section 2058 Soil And Aggregate Materials. 2.7 WILLOW CUTTINGS A. Materials shall be cut from healthy, live, dormant branches of willow plants as specified in the Plant Schedule and shall be native to and growing in the immediate san Francisco Bay region. Propagates shall be collected from on -site sources wherever possible. 1 I r I i I I 1 I B. Material shall be collected with a maximum harvest per plant of 50% of above -ground vegetative parts. No branches over 3 inches in diameter shall be cut. C. In areas to be planted above the geo-synthetic layer used for landfill closure, cuttings will be a minimum of three -eights inch (3/8") and a maximum of one inch (1") in diameter;and shall be a minimum of 12 inches (12") in length and a maximum of eighteen inches (18") in length. In other areas to be planted, cuttings will be a minimum of three -eights inch (3/8") and a maximum of one and one-half inches (1-1/2") in diameter, and shall be a minimum of twenty- four inches (24") in length. Cuts shall be diagonal at the lower end, and straight at the upper end, resulting in cuttings with slanted bottoms and blunt tops. Remaining leaves will be removed from cuttings. Cuts will be clean and without frayed ends or bark. Cuttings shall be free of signs of canker diseases. D. Cuttings shall be maintained in moist conditions at all times. They may be stored out-of- doors in shade and submerged in water, either in natural streams or ponds or in containers. When stored in containers, water shall be changed daily. Cuttings may be wrapped in burlap sacks and watered daily, under refrigeration at 32-45 degrees F, until planting commences. E. During preparation, the orientation of cuttings shall be maintained, i.e. all cuttings shall be arranged with tops (blunt cut) up and bases (slanted cut) down. Cuttings shall be tied in bundles of 50 and the cut tops painted with a water -base paint to seal the cuts and identify the tops. A highly visible color (red, orange, yellow, etc.) shall be used. PART 3 - EXECUTION 3.1 TRACKING A. All slopes greater than three percent (3%) shall be track -walked up and down slopes. Upon completion, tracking marks shall cover the entire slope surface. 3.2 HANDLING OF SEED A. Seed shall be handled carefully at all times so as to retain the specified viability and purity. 3.3 LAYOUT OF SEEDED AREAS A. Temporarily stake or mark with lime the boundary of each Seeding Area. City will check location of areas in the field and shall adjust to exact position before seeding begins. 3.4 DRAINAGE, DETRIMENTAL SOILS AND OBSTRUCTIONS Section 02950 - 5 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No: 460531 A. Notify City in writing of all soil or drainage conditions, including excessively wet soil or other deleterious conditions that Contractor considers detrimental to growth of seed material. Proceed with work only after approval of City. 3.5 FERTILIZING A. Add ammonium phosphate sulfate fertilizer in liquid form to hydroseed mix as per manufacturer's instructions. 3.6 SEEDING A. Clear area of construction debris, dead woody plant material, and stones larger than three - fourths inch (3/4") in diameter. B. Prepare mixture of fiber, tackifier and seed mix as specified herein. C. Hydroseed designated areas shown on Plans with specified fiber, tackifier and seed mix. Apply using techniques outlined in Caltrans standard specifications (see 1.5 above). D. Confine application to designated areas as shown on Drawings. 3.7 STRAW MULCH A. Straw Mulch: After seed has been applied, power blow straw mulch and then tackifier as specified herein over seeded areas to form a uniform cover. 3.8 WILLOW CUTTING INSTALLATION A. Unless otherwise approved, cuttings will be collected, prepared and planted in the early winter after dormancy (i.e. when the resting buds are set and vegetative growth has ceased). B. Willow cuttings will not be prepared more than 7 days prior to installation. C. Soils shall be moist at the time of installation. Cuttings shall be kept moist until planting. This may be accomplished by carrying cuttings in planting bags or buckets, covered with moist vermiculite, sawdust, or similar material, or in water. Cuttings may be pushed into soft ground, or if necessary, to avoid damaging bark, a hole slightly smaller than the diameter of the cutting will be prepared using dibble, star drill, or a similar tool. Cuttings shall not be driven in with hammers. In any event, it is critical that all plantings be firmly tamped down so that no air pockets surround the plants or cuttings. Willow cuttings shall be planted to within two to three inches (2"-3") of their tops. In no instance shall willow cuttings be planted so as to penetrate the GCL layer used in landfill closure that is eighteen inches (18") below grade. Cuttings shall be planted, on average, on eight -foot (8') centers. 3.9 INTERIM REVIEWS / PRE -ACCEPTANCE REVIEW / FINAL ACCEPTANCE A. Upon staking or marking the boundary of each different Seeding Area and prior to seeding, and Willow area prior to planting, request an interim review in writing to City at least two days before initiation of hydroseeding and/or planting work in order that a mutually agreeable time for interim review may be arranged. 1 I I I I I I I Section 02950 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 11 I 1 I B. At the completion of all seeding and prior to straw mulching, request an interim review in writing to City at least two days before initiation of straw mulching work in order that a mutually agreeable time for interim review may be arranged. C. At the completion of all work under this Contract, the pre -acceptance review shall be performed. Request the review in writing to City at least two days before the completion of work in order that a mutually agreeable time for review may be arranged. D. City, Contractor, and such others as City shall direct, shall be present at the interim and pre - acceptance reviews. E. Work requiring corrective action in the judgment of City shall be performed immediately after the interim or pre -acceptance reviews but not more than 5 days following the reviews, unless prevented by weather conditions; in such case, corrective action shall take place as soon as possible. Corrective work and materials replacement shall be in accordance with the Plans and Specifications and shall be made at no cost to City. F. If, after the pre -acceptance review and any necessary corrective action has been completed, City is of the opinion that all work has been performed as per the Plans and Specifications and that all plant materials are in satisfactory growing condition, the City will give the Contractor written notice of acceptance and completion of this planting work. G. No partial approvals will be given. 3.10 MEASUREMENT AND PAYMENT A. Site Revegetation shall be paid for as a lump sum as shown on the bid schedule, which price shall include full compensation for all required Site Revegetation. END OF SECTION Section 02950 - 7 East Third Avenue Landfill Closure Phase tl / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 3 - CONCRETE East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 11 1 11 I I SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 DESCRIPTION A. Work Included: Furnish, install, and remove forms for cast -in -place concrete including shoring and form supports. Work included in this Section includes formwork required for concrete including walls, elevated slabs, structural slabs, slabs on grade and foundation concrete. Poured in place concrete walls shall be an Architectural Concrete finish with either board formed or formwork with recessed form ties and form joints to be spaced as shown on the Drawings. B. Related Work Specified Elsewhere: 1. Cast -in -Place Concrete: Section 03300. 2. Site Concrete: Section 03305. 3. Concrete Finishes: Section 03360. 1.2 REFERENCES, CODES, AND STANDARDS A. The following references, codes, and standards are hereby made a part of this Section and formwork shall conform to the applicable requirements therein except as otherwise specified herein or shown on the Drawings. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1. "Recommended Practice for Concrete Formwork", ACI 347. 2. Uniform Building Code, Chapter 19, 1.3. DEFINITIONS A. Architectural Concrete: The term "Architectural Concrete" where used herein shall mean concrete normally exposed to view. 1.4 ALLOWABLE TOLERANCES A. Design, construct, set, and maintain formwork so as to insure completed work within the suggested tolerance limits specified in ACI 347; Section 3.3.1. Section 03100 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Contractor shall submit formwork layout with panel joints, form tie layout and form tie products. C. Field Sample Wall Panels: First two installed wall panels shall serve as a mock-up for review and approval by Owner's Representative. Include form ties in the two panels and cold joint between the two panels. Approved panels shall become part of finished work. Rejected panels are to be removed and replaced at no cost to the City. PART 2 - PRODUCTS 2.1 MATERIALS A. Earth Forms: Unless otherwise indicated or required by the Drawings or these Specifications, concrete for footings may be placed directly against vertical excavated surfaces provided the material will stand without caving and provided that minimum reinforcing steel clearances indicated on the Drawings are maintained and suitable provisions are taken to prevent raveling of top edges or sloughing of loose material from walls of excavation. Sides of excavation shall be made with a neat cut and the width made as detailed on the Drawings. B. Fabricated Forms: 1. Exposed Architectural Concrete Not Otherwise Noted or Specified: Plywood, metal, metal framed plywood faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. If plywood is used, plywood shall comply with U.S. Product Standard PS 1-95 "B -B (Concrete Form) Plywood", Class I, Exterior Grade or better, mill -oiled and edge -sealed, with each piece bearing legible inspection trademark. Thickness shall be of sufficient design and strength to hold concrete properly in place and alignment. 2. Board Formed Concrete shall be 2x6 Douglas fir pine boards that are free from knots, warps, breaks or other such defects that will likely cause irregular surfaces. 3. Chamfer Strips, Reveals, and Score Marks: Extruded polyvinylchloride pecifically produced for concrete work; Greenstreak, Vinylex Corp., Preco Industries, Vulcan Metal Products, or equivalent. 4. Unexposed Concrete Not Otherwise Specified: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. Of sufficient design and strength to hold concrete properly in place and alignment. Section 03100 - 2 East Third Avenue Landfill. Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 I 1 1 1 1 I 1 1 1 I I I 1 5. Framing: At Contractor option subject to meeting necessary strengths and surface tolerances. C. Form Release Agents: 1. Exposed Concrete Including Surfaces to Receive Paint and Other Coatings: Chemically active type producing water insoluble soaps. Form release agents shall be delivered in manufacturer's sealed and trademarked containers and shall be guaranteed to provide clean, stain -free concrete release and not to interfere with future applied coatings and finishes. Release agents shall contain no petroleum solvents such as creosote, paraffin, waxes, or diesel oil. 2. Concealed Concrete: Contractor option except that release agents shall not interfere with bond of any applied finish. D. Form Sealer (Wood Forms): 1. Burke "Form Sealer," or equivalent, and of a type which will not interfere with bond of applied fmishes. E. Form Ties: 1. Metal, spreader type, removable to 1" from concrete face. Ties for exposed concrete shall leave smooth 1" diameter conical holes with no spalling upon form removal. Ties for exposed concrete shall be of same type throughout Project. Wire ties and wood spreaders will not be allowed. F. Cold Joints (Exterior Paving Slabs on Grade): Standard 24 gage galvanized steel, keyed profile, sized to suit slab thickness, punched to permit passage of continuous or doweled reinforcing bars of size and spacing shown on the Drawings. PART 3 - EXECUTION 3.1 PREPARATION A. Vertical and Horizontal Controls: Establish and maintain necessary benchmarks, lines, or controls throughout construction. B. Secure information and provide for underfloor electric raceways, openings, sleeves, chases, reglets, pipes, recesses, nailers, anchors, ties, inserts, and similar embedded items. Coordinate with concrete work for requirements governing embedment and sleeving of pipes, raceways, and conduits. 3.2 CONSTRUCTION A. Formwork - General: Construct wood forms of sound material, straight and rigid, thoroughly braced, mortar tight, and of such strength that the pressure of concrete and the movement of men and equipment will not displace them. Visible waves in exposed concrete surfaces after stripping of forms may result in rejection of that portion of the Section 03100 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 concrete. The design and engineering of formwork shall be the complete responsibility of the Contractor. B. Plywood Forms for Exposed Concrete: Plywood panels shall be clean, smooth, uniform in size, and free from damaged edges or faces (including holes other than those required for form ties). Use full panels wherever possible. Make plywood panel pattern regular and symmetrical, joints plumb or level, horizontal joints continuous. Block plywood edges, which do not occur at bearing points in order to eliminate, joint offsets. C. Make Board Forms sufficiently tight to prevent leakage of grout or cement paste. Seal wood surfaces against absorption of moisture from the concrete with an acceptable oil, sealer, or factory applied nonabsorptive liner. D. Framing and Bracing: Framing, bracing, and supporting members shall be of ample size and strength to carry safely, without excessive deflection (exceeding allowable tolerances), all dead and live loads to which formwork may be subjected, and shall be spaced sufficiently close to prevent any apparent bulging or sagging of forms. E. Form Ties: Form ties shall be of sufficient strength and used in sufficient quantities to prevent spreading of the forms. Form Tie layout shall be as shown on Drawings, unless otherwise noted. Ties for exposed concrete surfaces shall be arranged symmetrically and shall be aligned both vertically and horizontally (do not stagger), with layout pattern acceptable to City's Representative based on Drawing layouts and, where not shown, in accordance with reviewed formwork layout shop drawing submittals. F. Forms for concrete shall be constructed full height and width between indicated construction joints or emphasized joints in concrete surface and shall not be broken for pour or construction joints within these areas. G. Construct forms no higher than 12 inches above top of pour or construction joint. H. Construction Joints: Construction joints shall be in accord with requirements of Section 03300: "Cast -in -Place Concrete." Confine construction or pour joints to rustication strip locations where they occur; where rusticated joints do not occur in a surface, provide a surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. Prior to subsequent pour, remove strip and tighten forms. Construction joints shall show no "overlapping" or offsetting of concrete surfaces and shall, as closely as possible, present the same appearance as butted plywood joints. Joints in a continuous line shall be straight and true. I. Corners: Corners shall not be chamfered. The Contractor shall provide formwork to provide corners as directed by the City's Representative. Care should be taken so as not to damage any formed corners. J. Score Lines: Where "score," emphasized or rustication lines are indicated on vertical surfaces, obtain such lines by accurate placement of moldings in forms. Pieces shall be in longest lengths practical with joints mitered. K. Arrange forms to allow proper erection sequence and to permit form removal without damage to concrete. Section 03100 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I 1 1 I t 1 1 L. Form Sealer: Uncoated plywood forms for smooth Architectural Concrete shall be sealed on contact faces and edges using two (2) coats of specified form sealer in strict accord with manufacturer's directions. M. Form Release Agent: Thoroughly clean forms and coat with release agent prior to initial use and before each reuse. Apply release agent in strict accord with manufacturer's directions and coverage recommendations avoiding starved areas or excessive applications. Apply release agents reinforcing steel is placed. N. Reuse of Forms: Control reuse of forms for exposed surfaces to provide surface of uniform color and texture without sharp demarcation between adjacent surfaces. O. Prior to placement of concrete, remove dirt, debris, and foreign material from forms. Leave no wood in concrete except nailers. 3.3 FALSEWORK A. Contractor shall be fully responsible for proper strength, safety, and adequacy of formwork supports, and bearing surfaces thereof, used on and in connection with the work. Falsework shall be designed to support imposed loads without deformation, deflection, or settlement. B. Vertical and lateral loads shall be carried to ground by falsework system. or by the completed structure after it has attained the requisite strength. C. Erect shoring and vertical supports so that they cannot tilt or settle. Securely brace inclined shores against slipping or sliding. Cut bearing ends of shores square and with a tight fit at splices. Splices, where used, shall be secure against bending and buckling. 3.4 REMOVAL OF FORMS AND FALSEWORK A. The removal of forms and falsework shall be carried out in such manner as to ensure the complete safety of the structure. Supports shall not be removed until members have sufficient strength to support safely their own weight and any superimposed loading with proper factor of safety. B. Forms for exposed concrete surfaces shall be removed in such a manner as to preclude damage to finishes. Pinch bars and similar tools shall not be used for prying against exposed surfaces. Stripping shall commence at top edge or vertical corner where the use of wooden wedge is possible. Wedging shall be done gradually and shall be accompanied by light tapping on panels to loosen them. When free at one end, gradually loosen remaining area without jerking. C. After concrete is placed, the following minimum times shall elapse before the removal of forms or shoring: 1. Vertical Forms (Walls, Columns, and Beam Sides): 3 days 2. Side Forms (Footings, Slabs on Grade): 48 hours Section 03100 - 5 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 D. Upon removal of forms, remove bolts, wires, clamps, rod, etc., not necessary to the work to a minimum of 1" from the surface. Conduct operations so as to eliminate the danger of rust stains from form tie materials or other unprotected ferrous materials embedded in or adjacent to exposed concrete surfaces. END OF SECTION Section 03100 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 1 1 1 1 1 I I 1 1 1 I 1 I SECTION 03200 CONCRETE REINFORCEMENT PART I - GENERAL 1.1 DESCRIPTION A. Work Included: Furnish and install reinforcement for cast -in -place Architectural and structural concrete. Work included in this Section includes reinforcing steel required for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100: Concrete Formwork. B. Section 03300: Cast in Place Concrete. 1.2 REFERENCES, CODES, AND STANDARDS A. The following references, codes, and standards are hereby made a part of this Section and reinforcement shall conform to the applicable requirements therein except as otherwise specified herein or shown on the Drawings. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1. "Manual of Standard Practice for Detailing Reinforced Concrete Structures ACI 315, latest edition. 2. "Building Code Requirements for Reinforced Concrete," ACI 318. 3. "Manual of Standard Practice," published by CRASH, latest edition. 4. Uniform Building Code, Chapter 19. 1.3 QUALITY CONTROL A. The following is subject to Special Inspection per Uniform Building Code, and Chapter 17. Costs thereof will be paid by the City. 1. Placement of reinforcing steel as required by Sec. 101.5.4.2. 2. Contractor shall check architectural, structural, mechanical, and electrical project or contract drawings for anchor bolt schedules and locations, anchors, inserts, electric raceways, conduits, sleeves, and any other items which are required to be cast in concrete, and shall make the necessary provisions as required so that reinforcing steel will not interfere with the placement of such embedded items, and vice -versa. 3. Reinforcing steel shall not be fabricated or placed before the shop drawings have been reviewed by the City's Representative and returned to the Contractor. Review of shop drawings by the City's Representative will not relieve the Contractor of responsibility for his errors or failures in accurate and complete placing of the work. Section 03200 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Mill Testing Reports: Certified mill testing reports (tensile and bending) for each heat or melt of steel shall be submitted before delivery of any material to the job site. (See requirements above under "Source Quality Control.") 1.4 DELIVERY AND STORAGE A. Deliver reinforcing to site properly bundled and tagged, and store so as to prevent excessive rusting or fouling with grease or any coating that will interfere with bond. Segregate so as to maintain identification after bundles are broken. Do not use damaged, reworked, or deteriorated material. 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Material test reports for reinforcing steel with copy to Testing Laboratory for record purposes. C. Product data for proprietary items, including bar couplers and welding electrodes. D. Shop drawings prepared in accordance with ACI 315 showing size, shape and location of bars and wire fabric in structure, splice locations and lengths. PART 2- PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: 1. New, free of loose rust. 2. Billet Steel Bars: ASTM A615, UBC 1903.5.3.1, Grade 60 for #3 bars and larger. B. Welded Wire Fabric: ASTM A185, UBC 1903.5.3.5, fabricated with cold drawn plain steel wire conforming to ASTM A82. C. Tie Wire: #16 minimum, black and annealed. D. Accessories: Metal or plastic spacers, supports, ties, etc., as required for spacing, assembling, and supporting reinforcing in place. Legs of accessories to be of type that will rest on forms without embedding into forms. Galvanize metal items where exposed to moisture, or use approved other non -corrodible, non -staining supports. Use plastic or plastic coated accessories for supporting reinforcing where concrete soffits are to be painted. 2.2 FABRICATION A. Comply with details on Drawings. Section 03200 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 I 1 I 1 I 1 B. Where specific details are not shown or noted, detail and fabricate in conformance with requirements contained in the References, Codes, and Standards Article. C. Clean bars of loose rust, loose mill scale, and any substance, which may decrease bond. Bend bars accurately to details on reviewed shop drawings. Unless otherwise permitted by City's Representative, bend bars cold; do not heat bars to facilitate fabrication. PART 3 - EXECUTION 3.1 PLACING A. General: Place reinforcing steel in accordance with the Contract Drawings and the reviewed shop drawings and the applicable requirements of the References, Codes, and Standards Article. In the event of conflict between details shown on the Contract Drawings and on the shop drawings, those shown on the Contract Drawings shall take precedence and control. Install reinforcement accurately and secure against movement, particularly under the weight of workers and the placement of concrete. Reinforcing partially embedded in concrete shall not be field bent except as shown on the Drawings or as permitted by City's Representative. B. Reinforcement Supports: 1. Locate reinforcement accurately in the forms and hold in place by means of supports adequate to prevent displacement and to maintain reinforcement at proper distance from form face and from other bars and embedments. Supports and their placement shall comply with CRSI "Placing Reinforcing Bars." The use of wood supports and spacers inside the forms is not permitted. 2. Support reinforcement for on -grade slabs by wiring to precast cement blocks "dobies") spaced 3'-0" O.C. (maximum) both ways, staggered. Size blocks so that reinforcing is maintained at the mid -depth of the slab or at depths and clearances shown on the Drawings. C. Obstructions: Wherever conduits, piping, inserts, sleeves, etc., interfere with placing of reinforcing steel, or vice -versa, obtain approval of method of procedure before any concrete is placed. Bending or cutting of bars around openings, inserts, or sleeves is not permitted. D. Tying: Tie reinforcing rigidly and securely with steel tie wire at splices and at crossing points and intersections in the position shown. Tie wires, after cutting, shall be bent in such a manner that concrete placement will not force the wire ends to surface of exposed concrete. E. Spacing: Where Drawings do not show the spacing of the reinforcing, the minimum clear space shall conform to UBC 1907.6. F. Splicing: Make splices only at those locations shown on the Drawings or as approved by the City's Representative. Where Drawings do not show minimum laps, comply with the requirements of UBC 1912.14, .15, .16. Stagger splices in adjacent bars wherever possible. Section 03200 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 G. Welded Wire Fabric: Fabric shall be in as long lengths as practicable and shall be wire -tied at laps. Edge laps shall be a minimum of 2" c -c of selvage wires and end laps shall be a minimum of 2" greater than transverse wire spacing. Offset end laps in adjacent widths. H. Dowels: Tie dowels securely in place before concrete is deposited. In the event there are no bars in position to which dowels may be tied, add No. 3 bars (minimum) to provide proper support and anchorage. Welding: Not permitted, including tack welding of crossing bars to each other or of any inserts to the reinforcing steel. J. Boring holes in existing concrete: For holes less than 10" in diameter, the Contractor shall locate existing reinforcement prior to boring the hole, and adjust the location of the hole so as not to cut any of the existing reinforcement. For larger holes the Contractor shall refer to the plans for specific retrofit details. 3.2 CLEANING A. Reinforcement, at time of placing concrete, shall be free of any coating that would impair bond. END OF SECTION Section 03200 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I 1 1 1 1 1 I 1 1 1 I 1 I 1 1 I I I 1 1 1 1 I I 1 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. Work Included: Furnish and install all cast -in -place concrete required for the Project as shown on the Drawings and specified herein. This Section also includes: 1. Building concrete including walls, elevated slabs, structural slabs, slabs on grade and foundation concrete. 2. Curing of formed concrete surfaces. 3. Installation of anchor bolts, hangers, anchors, reglets, plates, inserts, and miscellaneous metal or other materials embedded in concrete. 4. Protection of Bay water. B. Related Work Specified Elsewhere: 1. Concrete Formwork Section 03100 (including erection, stripping, and removal). 2. Concrete Reinforcement Section 03200. 3. Finish for concrete surfaces including patching and curing of concrete (except curing of formed concrete): See Concrete Finishes Section 03360. 4. Site Concrete Section 03305. 1.2 REFERENCES, CODES, AND STANDARDS A. The following references, codes, and standards are hereby made a part of this Section and concrete work shall conform to the applicable requirements therein except as otherwise specified herein or shown on the Drawings. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1. "Building Code Requirements for Reinforced Concrete", ACI 31 -8. 2. Uniform Building Code, latest Edition, Chapter 19. 1.3. DEFINITIONS A. Architectural Concrete: The term "Architectural Concrete" where used herein shall mean concrete normally exposed to view. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Product data for proprietary materials and items, including admixtures, pigments, joint fillers, manufactured grouts, curing materials and vapor retarder. Section 03300 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Delivery tickets for each batch of concrete delivered, bearing the following information. 1. Mix identification. 2. Weight of cement, aggregate, water and admixtures, and aggregate size. D. Field Sample Wall Panels: First two installed wall panels shall serve as a mock-up for review and approval by Owner's Representative. Include form ties in the two panels and joint between the two panels. Approved panels shall become part of finished work. Rejected panels are to be removed and replaced at no cost to the City. E. Field Sample Board Formed Concrete: First installed Board Formed Concrete shall serve as a mock-up for review and approval by Owner's Representative. Include break off form ties in the concrete and joint between the boards. Approved forms shall become part of finished work. Rejected mock-up are to be removed and replaced at no cost to the City. F. Quality Control: I. Mix design for each concrete mix. 2. Laboratory test reports for concrete mixes. 3. Material certificates for concrete materials, including cements, aggregates and admixtures. 4. Statement of installer/finisher qualifications for Architectural Concrete. F. Contractor shall provide a plan outlining construction methods and practices to isolate concrete from Bay waters during the curing process to: (1) avoid a precipitous drop in Bay water pH levels and; (2) retain a pH level of between 6.5 and 8.5. 1.5 ENVIRONMENTAL CONDITIONS A. Cold Weather Requirements: Comply with ACI 306(R), "Cold Weather Concreting," and UBC 1905.12. B. Hot Weather Requirements: Comply with ACI 305(R), "Hot Weather Concreting," and UBC 1905.13. 1.5 FINISH A. Refer to Section 03360 for finishing cast concrete after formwork stripped. PART 2- PRODUCTS 2.1 MATERIALS A. Cement: ASTM C150, Type II. Cement shall be of same brand, type, and source throughout Project. Where aggregates are potentially reactive, use low alkali cement. B. Aggregates: 1. Typical Normal Weight Concrete: Conform to ASTM C33. Source shall be constant unless 10 days' prior notice is given for approval after recheck of mix design. Section 03300 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I 1 I I I I U I I I I I I I I I I I I I I 1 I II I I I C. Water: Clean and potable, free from impurities detrimental to concrete. D. Admixtures: The use of admixtures shall be confined to those admixtures listed below and are subject to prior approval of the City's Representative as per UBC 1903.6. Calcium Chloride, Thiocyanates, and admixtures containing more than 0.05% chloride ions are not permitted. Batch admixtures in strict accordance with manufacturer's recommendations. 1. Color Admixtures: a. Integral color admixtures for the restroom and kiosk slab and wall concrete shall be Davis color San Diego Buff (1.51bs of 5237). b. Unless otherwise noted, all other integral color additives shall be as follows: Lamp black (Black Oxide) 2 lbs. per cubic yard of concrete, or equal. 2. Chemical Admixtures: Concrete Admixtures Concrete admixtures other than those specified herein shall not be used without the permission of the City's Representative. 3. Certification: Prior to preparation of mix designs, submit written conformance to above requirements and the chloride ion content of the admixture(s). E. Expansion Joint Fillers: 1. Exposed Fillers (On -Grade Slabs and similar flatwork where joints are not otherwise noted or specified): ASTM D 1751-83, preformed, non -extruding strips, 3/8" thick unless otherwise noted, precut to proper size. F. Granular Fill: Open graded gravel with maximum 34 -inch (19 mm) aggregate size conforming to Class 2 Aggregate Base as defined in Caltrans Standard Specifications Section 26. G. Sand: ASTM C33, uniformly graded, clean sand, free from excessive fines, organcic materials, and other deleterious substances. H. Non -Shrink Grout (Metallic): Euclid Chemical Co. "Firmix," Master Builders "Embeco 636," Sonnenborn-Contech "Ferrolith G," or equal, premixed metallic grout conforming to Corps of Engineers Spec. CRD-C-621. Non -Shrink Grout (Non -Metallic): Euclid Chemical Co. "Euco N -S,", LM "Crystex," UPCO "Upcon," U.S. Grout Corp. "Five Star," Master Builders "Masterflow 713," or equal, non-metallic, non -staining, premixed grout having a compressive strength at 28 days of not less than 6,800 psi, non -shrink at all flow levels. J. Curing Compounds: Conform to requirements of Concrete Finishes Section K. Waterstop: Products listed are by Southern Metal & Plastic Products and are specified to establish the required level of performance, quality, and appearance. 1. For all locations provide dumbbell/center bulb waterstops Concrete Tie Catalog Number 28DBCB. Section 03300 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 2.2 MIXES A. Mix Designs: 1. Mix designs shall conform to Section 90 of the State Standard Specifications. 2. Mix designs for concrete shall be Contractor -designed at his expense. Designs shall be prepared by a qualified agency approved by the City's Representative. Submit mix designs for review by the City's Representative at least 5 days prior to placing any concrete. Submissions shall indicate completely brands, types, and quantities of admixtures included. If concrete is to be placed by pumping, recommendations of ACI Committee 304 shall be followed. 3. Mix designs shall be proportioned in accord with Section 4.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures" of ACI 318-83. Submit mix designs for each class of concrete for review. If trial batches are used, the mix design shall be prepared by an independent testing laboratory and shall achieve a compressive strength 1,200 psi higher than the specified strength. B. Schedule of Mixes: Max. Agg. Class Size (in.) A 3/4" Basic Max.* Slump (in.) 3" Min. Comp. Strength+ (psi/28 Days) 3,000 +designed for 2500 psi, no special inspection required. *without Admixtures 2.3 SLABS ON GRADE Min. Comp. Strength (shear walls) (psi/28 Days) 3,000 A. Place slabs on 2" compacted clean sand over 6 mil. vapor barrier over 4" clean, granular fill over 6 inches structural fill (compaction per Geotechnical Soils Report). Where no sand and gravel is placed, place slabs over 12" engineered structural fill. Dampen the sand with water just prior to concrete placement (11.2). Slope subgrade to drain. PART 3 --EXECUTION 3.1 MIXING A. B. Concrete shall be ready mixed per ASTM C 94. Equipment shall be adequate for the purpose and kept in good mechanical condition at all times. The rate of delivery, haul time, mixing time, and hopper capacity shall be such that mixed concrete delivered shall be placed in the forms within 90 minutes or 300 revolutions of the drum from the time of introduction of cement and water to the mixer. Any interruption in placing in excess of 90 minutes or 300 revolutions will cause shutdown of the work for the day and the wasting of any mixed concrete remaining in hoppers or Section 03300 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 M I I 1 I I I l I I I mixers. In case such interruption occurs, the Contractor shall provide construction joints where and as directed and cut concrete back to such line, cleaning forms and reinforcing as herein specified. Delivery tickets shall show departure time from plants. Revolution counters shall be set at "0" and shall commence to operate when drum revolution begins after introduction of all ingredients into the mixer. C. No water shall be added to the mix after the initial introduction of mixing water for the batch except when, on arrival at the job site, the slump of the concrete is less than that specified. In this case, additional water may be added from the truck system to bring the slump within required limits. The drum or blades shall then be turned an additional 30 revolutions until the mix is uniform. D. Mixers shall be equipped with an automatic device for recording number of revolutions of drum or blades prior to completion of mixing operation. E. Concrete shall be kept continuously agitated until discharged into the hopper at the job site. F. Contractor shall note that the appearance of concrete surfaces depends upon uniform color and texture within any one area and between adjacent areas and shall exercise strict batching and mixing controls to achieve this end. 3.2 PLACING A. Notify City's Representative 72 hours (3 working days) minimum prior to placing of any concrete. B. Thoroughly wet absorbent forms before concrete is placed. Aggregate base/sand beds for slabs on grade shall be moist but not saturated when concrete is placed. C. Placing of concrete shall be done immediately after mixing. No concrete shall be placed or used after it has begun to set and no retempering will be allowed. The method used in placing shall be such that concrete is conveyed to place and deposited without separation of the ingredients. Place no concrete with a free unconfined fall in excess of five (5) feet. Concrete shall not be allowed to cascade through reinforcing steel in such a manner as to promote segregation. Do not support runways on reinforcing steel. D. Where concrete slab surfaces have obtained 75% of their 28 day compressive strength and such surfaces are to be used for construction traffic, including concrete buggies and other conveyances, such surfaces shall be protected over traffic lanes by not less than 1 layer of waterproof kraft paper and 1 layer of 5/8" (min.) plywood. E. Remove splash or accumulations of hardened or partially hardened concrete. Protect contact faces of forms for exposed concrete from splash during placement of adjacent concrete. Place concrete containing piping and electric raceways in a manner that will prevent damage to them. F. Distribution of concrete shall be even and continuous and no placement joints shall show. Before a placement is started, make certain that adequate equipment, workers, and Section 03300 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 concrete will be available to place in cycles, which will permit proper and thorough integration of each layer of concrete. Upon stopping of a placement, the top surface shall be level. G. Place no concrete for any element until reinforcing for same is fastened in place nor until forms are complete. Place no concrete before work that is to be embedded has been set. Notify other crafts so that they may deliver anchors, inserts, etc., or other work to be embedded in ample time and also notify them when their assistance in setting is required. Do not disturb reinforcing or other materials that have been set in place. H. Comply with UBC 1906.3 for requirements governing embedded conduits and pipe. Sleeves and inserts will be provided and set under other Sections of the work I. Remove debris, mud and water from places to receive concrete. Verify depths of any depressed slab conditions for suitability with type and method of surfacing to be applied over concrete. J. Remove concrete splash and/or grout from exposed surfaces and from surfaces that will receive painter's finish. K. Place no concrete in water unless written permission has been obtained from City's Representative as to proposed procedures. 3.3 VIBRATION AND CONSOLIDATION A. Thoroughly consolidate concrete by means of internal mechanical vibrators. Such consolidation shall be produced as will be obtained by placing the vibrator- directly in concrete at 18" - 30" intervals for a period of 5 to 15 seconds and withdrawing slowly or as directed, depending on the consistency of the concrete. One vibrator will be required for each location where simultaneous placing takes place, to ensure thorough vibrating of all sections. Provide sufficient spare vibrators on the job so as to have them readily available in case any vibrator in use should suddenly cease to function properly. When spare vibrators are employed, provide additional spares. Under no condition shall vibrator be placed against reinforcing steel or attached to forms. Do not use vibrators to transport material. B. Vibrators shall be of the flexible immersion type having a frequency of not less than 8,000 RPM. Use and type of vibrator shall conform to ACI 309, "Recommended Practice for Consolidation of Concrete." C. Spading will not be permitted on exposed concrete surfaces. D. Voids and rock pockets shall be eliminated. Voids and rock pockets occurring in exposed concrete may subject that portion to rejection. 3.4 CONSTRUCTION JOINTS Section 03300 - 6 East Third Avenue Landfill Closure Phase n /Seal Point Park Project No. 460531 1 I I i I I I I I I I I I I I I p I i I I I I I A. Placement of construction joints and the manner in which they are provided for shall be only as approved by the City's Representative or as shown on the Drawings. Construction joints shall be as few as possible and will not be permitted simply to save forms. B. Under no condition will construction joints be permitted in Architectural Concrete surfaces other than where specifically shown and specified. See Concrete Formwork Section 03100. C. Clean and roughen construction joints, including keys, by removing entire surface and exposing clean solidly embedded aggregate by means of sandblasting or other approved methods. Clean forms and reinforcing of drippings, debris, etc. Just before starting of new pour, cover horizontal surfaces with 1/2" - 1" thickness of grout composed of cement and fine aggregate of the same proportion as that used in the concrete work, but omitting 1/2 of the 3/4" aggregate. Thoroughly consolidate initial pour with grout so that no variation in texture will occur in Architectural Concrete surfaces. Proportions will be determined by the testing agency. In lieu of grout, the use of bonding agents may be submitted for review by the City's Representative. 3.5 CURING CONCRETE A. Curing Concrete shall conform to Section 90-7 "Curing Concrete" of the State Standard Specifications, B. If forms are permitted to be removed prior to expiration of curing period, exposed concrete surfaces shall be kept continuously wet by means of fog sprays or non -staining cotton or burlap mats kept moist or by approved curing compound. Application of curing compounds shall conform to requirements of Concrete Finishes Section 03360. 3.6 EXPANSION JOINT FILLERS A. Preformed Filler Joints: Place filler material so that top of surface is level and aligned uniformly 1/4" below adjacent concrete surface. Provide where walks abut vertical surfaces, at not over 24 ft. centers horizontally in paving and at other locations so noted on the Drawings. Follow Drawings for pattern where indicated; where not indicated, coordinate locations with City's Representative before proceeding. 3.7 GROUTING A. Where grouting is required and such grout is exposed in the finished work, use non-metallic, non -shrink grout only. 3.8 QUALITY CONTROL A. Tests and inspections shall be performed by qualified individuals, engineering companies, or testing laboratories who shall perform those special inspections required by Sec. 1705.5.1 of the latest Uniform Building Code, those tests and inspections specified below, and other such tests and inspections as the City's Representative and Owner may require to establish the acceptability of the work. B. Testing and inspection services shall be retained by the Owner at its expense, except that when tests or inspections reveal failure of materials to meet contract requirements, costs for subsequent tests and inspections will be deducted from the moneys due the Section 03300 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Contractor. Excessive inspection time required by Contractor's failure to provide sufficient workers or to pursue properly the progress of the work shall likewise be deducted from the Contract Price. C. Furnish material and handling for test cylinders and any other samples which testing agency requires for analysis of concrete work. D. Portland Cement Tests: As per UBC 1903,2. E. Aggregate Tests: As per UBC 1903.3. F. Batch Plant Inspection: Concrete is subject to batch plant inspection as per UBC. G. Compression Tests: As per UBC Sec. 1905. Concrete shown to be defective shall be removed and replaced. Cost of core tests, repairs and removal, and replacement of defective concrete shall be paid by Contractor. H. Slump Tests: Slump tests will be performed as per ASTM C 143 (slump cone) at time of taking test cylinders. I. Owner's testing agency will supervise preparation and selection of samples taken at job site. END OF SECTION Section 03300 - 8 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I I I I l I I I i I I I I SECTION 03305 SITE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. Provide Portland cement concrete site work complete, including the following principal items: 1. Retaining walls, stairs, and seat walls. 2. Curbs, walks and pavements, including aggregate bases. 3. Footings for posts and structures. 4. Stair tread nosing insert. B. Related requirements specified elsewhere include: 1. Section 02310 — Site Grading and Refuse Collection. 2. Section 02630, Site Storm Drainage Systems. 3. Section 02822, Protection Fence and Gates. 4. Section 03100, Concrete Formwork. 5. Section 03200, Concrete Reinforcement. 6. Section 03300, Cast -in -Place Concrete. 7. Section 03360, Concrete Finishes. 8. Section 07920, Joint Sealers. 1.2 QUALITY ASSURANCE A. Reference and Standards: 1. Soils Reports: Reports of geotechnical investigations by Kleinfelder Inc dated April 16, 2003 (revised). 2. Perform work in accordance with all applicable laws, codes and regulations required by the City of San Mateo. 3. Reference to "Standard Specifications" shall mean the current Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, CALTRANS. 4. The American Concrete Institute (ACI}: "Manual of Concrete Practice," Parts 1, 2 and 3. B. Stipulations: 1. Finish Surface Tolerance: 1/4 -inch maximum variation in 10 feet. 2. At no point shall paving surface fail to drain. 1.3 TESTS A. The City will select a qualified testing laboratory to take samples for testing during the course of the work as considered necessary. Costs for such tests will be paid by the City. Section 03305 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 Contractor shall cooperate in making tests and shall be responsible for notifying the designated laboratory in sufficient time to allow taking of samples at time of pour. B. Should tests show that concrete is below specified strength, Contractor shall remove all such concrete, as directed by the City. Full cost of removal of low strength concrete, its replacement with concrete of proper specified strength and testing, shall be borne by Contractor. 1.4 COORDINATION A. Coordinate items of other trades. Contractor shall be responsible for the proper installation of all accessories embedded in the concrete and for the provision of holes, openings, etc., necessary to the execution of the work of the trades. 1.5 SUBMITTALS A. Per Section 01340. B. Samples of all materials under this Division shall be supplied for testing as requested by the City. C. Submit Tx 2' samples panels of all concrete finishes and color (with curing compound if any to be used) indicated on the drawings. Approved samples shall be prepared and kept at the job site to serve as a prerequisite for all finishes. D. Delivery tickets for each batch of concrete delivered, bearing the following information: a. Mix identification. b. Weight of cement, aggregate, aggregate size, water and admixtures. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING A. Supply ready mixed concrete throughout. Batch, mix and transport in accordance with ASTM C-94, "Specifications for Ready Mixed Concrete." B. Mix and deliver concrete in quantities that will permit immediate use only. C. Indiscriminate addition of water for any reason will be cause for rejection of the load. PART 2- PRODUCTS 2.1 FORMWORK MATERIALS A. In accordance with Section 03100, Concrete Formwork. 2.2 REINFORCING MATERIALS A. In accordance with Section 03200, Concrete Reinforcement. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C150, Type II. Section 03305 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I p I I I I I I 1 I 1 'I I I I 1 1 I I B. Aggregates: ASTM C33, materials from established sources with proven history of successful use in producing concrete with minimum shrinkage. C. Water: Clear and potable, free from deleterious impurities. D. Admixtures: Admixtures are optional, must be compatible with color pigments where required. Any proposed admixture shall comply with State Section 2603(b) 5 of Part 2, Title 24 CCR. Accelerating admixtures are not permitted. E. Lamp Black: As supplied by batch plant. 2.4 CONCRETE MIXES A. Concrete mixes shall be approved and shall be in accordance with Caltrans Standard Specifications Section 90. Unless otherwise noted, mix shall be Class "A," 3,000 psi, Type II Portland cement and 3/4 -inch maximum aggregate. B. Mixes for colored concrete paving, benches and walls: Refer to Section 03360. C. Lampblack: Plain concrete for sidewalks shall be darkened by the addition of approved agents at the mixer. The proportion of lampblack or other approved colorant, to a great extent dependent on the color of the cement used in the mix, shall be that required to properly darken the concrete to reduce glare, and shall be subject to the approval of the City's Representative or as required by the City of San Mateo. 2.5 ANCILLARY MATERIALS A. Aggregate Base: Class II aggregate base conforming to Section 26 of the Standard Specifications and Subgrade Specifications herein. B. Expansion Joint Material: 1. Fiber Expansion Joint: A non -extruding resilient filler, saturated with high quality bituminous materials having preserving characteristics. Conform to ASTM-D994- 71. 2. For all expansion joints to be caulked, refer to Section 07920, Joint Sealers. C. Curing Compound: Water -base type, free of permanent color, oil or wax, "Filpor," West Chemical Products, Emeryville, California; "Konseal Clear," Conrad Sovig Company, San Francisco, California; or approved equal. Curing compound shall be compatible with color pigments. D. Grout: Premixed nonshrink grout, U.S. Grout Corporation "Five Star," or W.R. Meadows "SealTight 588," or Master Builders" "Masterflow 713," or equal. D. Stair Tread Nosing Insert: 3" wide extruded Aluminum meeting Title 24 guidelines and sealed for exclusion of salt water, Type 232 with colored Supergrit/Stainnaster, color "Dark Red" — DR -1 by Wooster Products, Wooster, OH, (800) 321-4936, American Safety Tread, or equal. Section 03305 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 E. Asphalt Damproofing: Caltrans Standard Specifications, Section 54. Waterproofing asphalt shall conform to ASTM Designation D 312, Type I. PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. Install all concrete work true to line and grade as indicated on the drawings. B. Correct irregularities to the satisfaction of the City's Representative. 3.2 PREPARATION A. Take every precaution to obtain a subgrade of uniform bearing power by compaction to provide a firm base in accordance with Section 02310 of these specifications. B. Subgrade shall be kept moist as specified in Section 02310 and shall not be allowed to dry out before placement of concrete. Place no material on muddy subgrade. C. Aggregate base, where indicated, shall be placed and compacted to 95% relative compaction in conformance with Caltrans Standard Specifications 26-1.04 and 26-1.05. D. Obtain approval of subgrade from City's Representative prior to placing steel and concrete. 3.3 FORMS A. Forms shall be constructed in accordance with ACI 347 and shall be of sufficient strength and sufficiently tight to prevent visible distortion or leakage of mortar and fines. B. Forms for exposed surfaces shall be designed to protect intended fmish. Deflection of facing material between studs shall not exceed 0.0025 of the span. Facing material and pattern of joints shall be as approved by the Landscape Architect. C. For vertical surface of wall footings below grade, clean cut trench may be used in lieu of form if character of soil will permit installation without sluffing and width of concrete is increased at least 1 inch beyond indicated dimension of each face poured against earth. D. curb and pavement edge forms shall extend full depth of concrete. Curves shall be formed with flexible metal or wood made up of thin laminations. Curve forms shall extend one stake space straight beyond tangent point. E. Maintain forms within the following tolerances. 1. Top of Form: Plus or minus 1/8 inch in 10 feet and no abrupt variations; at required elevation to plus 3/8 inch. 2. Face of Form: Plus or minus 1/4 inch in 10 feet longitudinal and no abrupt variations; perpendicular to surface plus or minus 1/8 inch. F. Obtain approval of formwork from City's Representative prior to placing concrete. Section 03305 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I 1 I I I I I I I I I G. Forms may be reused upon cleaning and coating with parting compound to ensure separation from concrete without damage. H. Install Stair Tread Nosing Insert per manufacturer's reconunendations and as required by Title 24. L After concrete is placed, the following minimum times shall elapse before removal of forms. 1. Walls and benches: 48 hours. 2. Footing sides: 24 hours. 3. Curbs: 1 hour 3.4 REINFORCEMENT A. All concrete shall be steel reinforced unless specifically noted as "not reinforced." If no reinforcement is shown, reinforce in same manner as that shown in similar places. B. Fabricate and place reinforcement as indicated on the Drawings and in accordance with ACI "Detailing Manual" SP -66. No reinforcement shall be placed prior to distribution of the approved shop drawings. C. Secure reinforcement in position by suitable supports and by wiring at intersections with tie wire. Supports shall be of sufficient number and strength to resist crushing or displacement under full load. Metal shall not extend to surface of concrete. D. At time of placing concrete, reinforcing shall be free of excessive rust, mill scale, or other bond reducing matter, Immediately before placing concrete, check and adjust position, support and anchorage. 3.5 MIXING AND PLACING CONCRETE A. Conform to applicable requirements set forth in Caltrans Standard Specifications Section 90. B. Mixes for integrally colored concrete shall have pigment added early enough to ensure complete dispersal and uniform color, but not less than 15 minutes before placing. 3.6 JOINTS AND GROOVES A. Plane of joints shall be perpendicular to surface. Where new pavements join existing, joints shall align. B. Score Joints: Form in the fresh concrete using a jointer to cut the groove so that a smooth uniform impression is obtained to 1" depth unless shown otherwise. All joints shall be struck before and after brooming. Tool concrete both sides of joint. C. Expansion Joints and Edging: Provided at the location and intervals as shown on the drawings, and at all locations where concrete paving abuts buildings, curbs or other structures, and not more than 20 feet on center, 10 feet on center on curbs and 8 feet on center on walls. Grind down and caulk all expansion joints in walls — color to match color of wall. Approved joint material shall be placed with top edge 1/8" below the paved surface, and shall be securely held in place to prevent movement. Joint and other edges shall be formed in the fresh concrete Section 03305 - 5 East Third Avenue Landfill Closure Phase II I Seal Point Park Project No. 460531 using an edging tool to provide a smooth uniform impression. All edges shall be struck before and after brooming. D. Sealed Joints: After the curing period, expansion joints shall be carefully cleaned and filled with approved joint sealant to just below adjacent paved surface in such a manner as to avoid spilling on paved surfaces or overflowing from joint per Section 07920, Joint Sealers. E. Construction Joints: Place construction joints at the end of pours and at locations where placement operations are stopped for a period of more than one half hour, except where such pours terminate at expansion joints. 1. Construction joints shall be keyed with formed tongue and groove. 2. Tool concrete edge both sides of construction joint. 3.7 FINISHING A. Flatwork and Curbs: 1. Surface Finishes: a. Medium Broom Finish: Obtain by drawing a stiff bristled broom across a floated finish for a non -slip surface. Perform brooming while concrete is still wet enough to receive broom marks to match approved sample. Direction of browning to be perpendicular to direction of work or as otherwise shown on the Drawings. b. Steel Trowel Finish: After surface water disappears and floated surfaces sufficiently hardened, steel trowel and retrowel to smooth surface. After concrete has set enough to ring trowel, retrowel to a smooth uniform finish free of trowel marks or other blemishes. Avoid excessive troweling that produces burnished areas. c. Sandblast Finish: Perform in as continuous an operation as possible, utilizing the same work crew to maintain continuity of finish. Use an abrasive grit of the proper type and gradation to expose the aggregate and surrounding matrix surfaces to match sample panel, as follows: Light Cut: approximately 1/16" depth Medium Cut: approximately 1/8" to 3/16" depth Heavy cut: approximately 1/2" to 3/4" depth Blast corners and edge of patterns carefully, using backup boards in order to maintain a uniform corner of edge line. Use same nozzle, nozzle pressure and blasting technique as used for sample panel. Maintain control of abrasive grit and concrete dust in each area of blasting. Clean up and remove all expended abrasive grit, concrete dust and debris at the end of each day of blasting operations. Section 03305 - 6 ast Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 V I I I I I I I I l I I I I I I I I 11 I 3.8 DAMPPROOFING A. Apply asphalt dampproofing to seat wall where applicable in conformance with Caltrans Standard Specifications, Section 54. 3.9 DEFECTIVE CONCRETE A. If any concrete work is not formed as indicated, is understrength concrete, is concrete is out of line, level or plumb, or showing objectionable cracks, honeycomb, rock pockets, voids, spalling or exposed reinforcing, it shall be removed, repaired or replaced as directed by the City's Representative. 3.10 CURING A. Cure exposed concrete in accordance with Caltrans Standard Specifications Section 90. B. Only water or curing compounds which impart no permanent color or gloss shall be used for curing concrete. 3.11 CLEANUP: Per Section 01770. END OF SECTION Section 03305 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I 1 I I I I I 1 I I i SECTION 03360 CONCRETE FINISHES PART 1 - GENERAL 1.1 DESCRIPTION A. Section Includes, but not limited to: Restroom, Entry Kiosk, Maintenance Building. Provide finish and/or sealant for all Architectural Concrete as described by 3.3 Finish Location Schedule. B. Related work specified elsewhere 1. Section 03100: Concrete Formwork. 2. Section 03300: Cast -in -Place Concrete. 3. Section 03305: Site Concrete. 4. Section 03450: Precast Architectural Concrete 5. Section 09860: Anti -Graffiti Coating 1.2 SUBMITTALS A. Product Data: Submit for any specified color treatments. B. Samples: 1. City's Representative Selection: Where colors, etc. are specified to be selected by City's Representative from manufacturer's standard range, submit full range for City's Representative's use. 2. Specified Materials and Colors: Submit samples of specified color treatments. 1.3 QUALITY ASSURANCE A. Reference Standards apply to this Section and shall be the most current edition of the following: 1. Comply with Reference Standards of Section 03300, Cast -In Place Concrete. B. Concrete Finishing: Supervised and performed by workmen experienced in concrete finishing operations and capable of demonstrating completion of finishing projects of similar scope and complexity. C. Field Sample: On proper substrate and in location directed by City's Representative, prepare a sample area approximately 1.2 m x 1.2 m (4' x 4'), with representative tool joint and score line pattern, of smooth formed Broom fmishes for City's Representative 's review; make changes until sample is satisfactory to City's Representative. Approved sample shall serve as a standard for finishing operations. Remove when no longer needed. Section 03360 -1 East Third Avenue Landfill Closure Phase II ! Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 MATERIALS A. Sealant System: Provide sealant system for protecting exposed Architectural Concrete. 1. Clear Sealant Manufacturers: a. SealMaster P.O. Box 14484 Oakland, CA 94614 888-713-7325 b. Scofield Repello L.M. Scofield Co 6533 Bandini Blvd. Los Angeles, CA 90040 323-720-3000 c. Or equal. B. Mixes: Mixes for colored concrete paving, benches, and building walls shall contain specified integral color pigment at the following rates per 94 pounds of Portland cement: 1. "San Diego Buff": 2 pounds of Davis Colors #5237. 2. "Dune": 1/2 pound of Davis Colors #6058. 3. "Lamp Black": 2 pounds per cubic yard. PART 3- EXECUTION 3.1 PRECONDITIONS A. Examination: Examine surfaces to receive finishing operations and conditions under which they are to be applied or conducted. Correct unsatisfactory surfaces or conditions prior to commencement of finishing operations. 1. Lines and Levels: Ensure that surfaces have been brought to proper lines and levels to produce finish surfaces within specified tolerance and at required elevations. 3.2 WORKMANSHIP A. Formed Surfaces: Remove all fins and other projections, fill and patch depressions in permanently exposed areas, unexposed areas leave "As -cast" unless otherwise shown or specified. 1. Exposed Restroom and Maintenance building walls form tie holes shall be left "As -cast" per Drawing layout. Section 03360 - 2 East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 2. Grouting of Form Tie Holes Elsewhere: After installation of plugs, fill depression with grout, strike flush with adjacent surfaces. a. Grout Color: Match adjacent concrete color. 3. Protruding Formwork Nails, Staples, etc. cut off flush with concrete surface, grind smooth. B. Slabs: Finish monolithically unless otherwise shown or specified, ensure that an even joint is maintained between successive concrete pours. 1. Levels: As shown on drawings or as directed by City's Representative. 2. Drainage: Slope slabs uniformly to provide positive drainage into floor drains, gutters, etc. where indicated on Drawings. 3. Finishes: As shown on Drawings and as specified below. C. Tolerances: Finish concrete to smooth, even surfaces with no abrupt variations, within the following tolerances: 1. Slabs: In accordance with Reference Standard ACI 302.1 R. Verify Flatness and Levelness of slabs using ASTM 1155 or ASTM E1486 (Waviness Index) equivalent. 3.3 FINISH LOCATION SCHEDULE Location Restroom and Kiosk Building Slabs Maintenance Building Slab Restroom, Kiosk, Maintenance Building Walls All Site Seatwalls: outdoor classroom wetland observation point interpretive points A, B, C display points A,B,C overlook point San Mateo Creek interpret. pt Seatwalls on hilltop and hillside Sign Bases Finish Description Remarks Medium Broom Finish, Concrete Sealant or Admixture San Diego Buff color Medium Broom Finish, Concrete Sealant or Admixture Lamp Black Smooth formed, Anti -Graffiti Coating San Diego Buff color Light Sandblast face Trowel top San Diego Buff color Anti -Graffiti Coating Light Sandblast Anti -Graffiti Coating San Diego Buff color Section 03360 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Precast Hillside Stairs Medium Sandblast finish San Diego Buff color Outdoor Classroom Steps Windsurf Access steps Formed Riser, Medium Broom Finish Tread Lamp Black Concrete Paving Medium Broom Finish Lamp Black 3.4 FINISH DESCRIPTIONS A. Flatwork and Curbs: 1. Surface Finishes: a. Medium Broom Finish: Obtain by drawing a stiff bristled broom across a floated finish for a non -slip surface. Perform browning while concrete is still wet enough to receive broom marks to match approved sample. Produce even texture from edge -to -edge, lap adjacent strokes slightly to produce uniform corrugations. Direction of brooming to be perpendicular to direction of work, traffic flow or as otherwise shown on the Drawings. b. Steel Trowel Finish: After surface water disappears and floated surfaces sufficiently hardened, steel trowel and retrowel to smooth surface. After concrete has set enough to ring trowel, retrowel to a smooth uniform finish free of trowel marks or other blemishes. Avoid excessive troweling that produces burnished areas. c. Sandblast Finish: Perform in as continuous an operation as possible, utilizing the same work crew to maintain continuity of finish. d. Use an abrasive grit of the proper type and gradation to expose the aggregate and surrounding matrix surfaces to match sample panel, as follows: 1) Light Cut: approximately 1/16" depth. 2) Medium Cut: approximately 1/8" to 3/16" depth. 3) Heavy Cut: approximately 1/2" to 3/4" depth. e. Blast corners and edge of patterns carefully, using backup boards in order to maintain a uniform corner of edge line. f. Use same nozzle, nozzle pressure and blasting technique as used for sample panel. g. Maintain control of abrasive grit and concrete dust in each area of blasting. Clean up and remove all expended abrasive grit, concrete dust and debris at the end of each day of blasting operations. Section 03360 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Seeded Stone Finish: After leveling operations have been completed seed concrete with Noyo 3"- 4" round stone (Noyo Cobblestones may be substituted if specifications can be achieved), set two-thirds below the finished surface. Finished surface shall be free of small pockets, aggregates protruding more than 3", or other defects. Tops of cobblestones shall lie along a string line +/- 1/2". Order stones one month in advance. 3.5 TOOLING A. Layout: Locate score lines where shown on drawings or as directed by City's Representative. B. Workmanship: Unless otherwise shown, use tool to produce a groove 6 mm (1/4 inch) wide at the top and 13 mm (1/2 inch) deep with rounded corners. Lines shall be straight, parallel and/or square, with square intersections unless otherwise shown. 1. Edges: Round edges of slabs with tool to match score line corners. 3.6 PATCHING A. General: Minor defects in concrete that do not affect its structural properties or weathertight integrity may be patched if approved by the City's Representative. 1. Approval: Only defects that, in the opinion of the City's Representative, can be restored to the specified quality of finish and have a reasonable appearance match may be patched. B. Workmanship: Within three days after form removal, when approved by City's Representative, fill and patch all rock pockets, "honeycomb" voids and other surface defects to achieve specified finish quality. 1. Filling and Patching: Remove any loose material, thoroughly wet area to be patched, fill with fine sand -cement grout and patching mortar, compact and screed to achieve proper levels. 2. Finishing: Match adjacent surfaces and levels. 3. Epoxy Injection Procedure: Contractor to propose materials and methods for locations designated by City's Representative, based on the following description. a. Injection: Inject adhesive into prepared ports under pressure using equipment appropriate for particular application. b. Sequence: Begin injection at lower entry port and continue until adhesive appears in adjacent entry port. Continue from port to port until entire crack is filled. c. Cleanup: Remove temporary seal and excessive adhesive, clean surfaces adjacent to repair and blend finish. Section 03360 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 B. Final Approval: Areas that have been patched will be re -inspected by the City's Representative. If the patching has not, in the opinion of the City's Representative, restored the specified quality and appearance of the surface, the concrete shall be removed to nearest control joints, re -placed and refinished. END OF SECTION Section 03360 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I i i I I I I I I SECTION 03450 PRECAST ARCHITECTURAL CONCRETE PART 1 — GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast Hillside stairs. 2. Plant fabrication of architectural precast concrete . 3. Transportation of precast to job site. 4. Installation of stairs. B. Related Documents: The requirements of the General Conditions, Supplementary General Conditions and applicable portions of Division 1 of these Specifications as they apply to this Section. C. Related Sections: 1. Section 03200 2. . Section 03300 3. Section 03305 4. Section 05120 - 5. Section 05500 1.2 REFERENCES - Concrete Reinforcement. - Cast -In -Place Concrete. — Site Concrete. Structural Steel. - Metal Fabrications. A. Uniform Building Code, latest Edition. B. Precast Concrete Institute (PCI) 1. PCI MNL-120: PCI Design Handbook, Precast and Prestressed Concrete, Fourth Edition. 2. PCI MNL-117: Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products. 3. PCI MNL-116: Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products. C. American Welding Society (AWS) 1. AWS D1.1-96: Structural Welding Code— Steel 2. AWS D1.4-92: Structural Welding Code - Reinforcing Steel D. American Society for Testing and Materials (ASTM): 1. ASTM A27: Steel Castings, Carbon, for General Application. 2. ASTM A36: Structural Steel. 3. ASTM A47: Ferritic Malleable Iron Castings. 4. ASTM A53: Pipe, Steel, Black and Hot -Dipped, Zinc -Coated Welded and Seamless. 5. ASTM A108: Steel Bars, Carbon, Cold -Finished, Standard Quality. 6. ASTM A123: Zinc Coatings on Iron and Steel Products 7. ASTM A153: Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 8. ASTM A184: Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 9. ASTM A185: Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. Section 03450 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 10. ASTM A307: Carbon Steel Bolts and Studs, 60,000 Tensile Strength. 11. ASTM A325: Structural Bolts, Heat Treated, 120/105 ksi Minimum Tensile Strength. 12. ASTM A416: Steel Strand, Uncoated Seven -Wire for Prestressed Concrete. 13. ASTM A449: Quenched and Tempered Steel Bolts and Studs. 14. ASTM A496: Steel Wire, Deformed, for Concrete Reinforcement. 15. ASTM A497: Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 16. ASTM A500: Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 17. ASTM A572: High -Strength Low -Alloy Columbium -Vanadium Structural Steel. 18. ASTM A615: Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 19. ASTM A706: Low -Alloy Steel Deformed Bars for Concrete Reinforcement. 20. ASTM B633: Electrodeposited Coatings of Zinc on Iron and Steel. 21. ASTM B766: Electrodeposited Coatings of Cadmium. 22. ASTM C33: Concrete Aggregate. 23. ASTM C150: Portland Cement. 24. ASTM C260: Air -Entraining Admixtures for Concrete. 25. ASTM C494: Chemical Admixtures for Concrete. 26. ASTM C979: Pigments for Integrally Colored Concrete. E. DOD -P-21035. 1.3 SYSTEM DESCRIPTION A. Plant fabricated precast stairs with stair tread nosing insert, consisting of architectural concrete and steel reinforcement. Stairs are to be transported to the job site for installation. B. Precast fabrication and installation shall include all labor, materials, and equipment necessary to manufacture and install the stairs as shown by the Contract Documents. C. The Precast Manufacturer shall design and furnish all precast connection hardware to be attached to or embedded in the stairs; shall furnish all loose connection hardware, and shall furnish all connection hardware required to be embedded in the cast -in -place concrete for connection of the precast stairs. The placement of the hardware in the cast -in - place concrete shall be the responsibility of the Contractor. 1.4 QUALIFICATIONS A. Manufacturing: The precast manufacturing plant shall be certified at the time of bid by the Precast/Prestressed Concrete Institute Plant Certification Program for Group Al and/or be a participant in the PCMAC Quality Assurance Program. B. Acceptable Manufacturers: Dura Art Stone, Hayward, CA (800) 821-1120, Clark Pacific, Coreslab Structures (L.A.) Inc., Willis Construction Co., Inc., or equal. C. Welders (Shop, Plant and Field): Welders performing work under this specification shall be qualified in accordance with AWS D1.1, and AWS D1.4 as required to perform work at all stages of production and erection. D. Testing: Precast Manufacturer shall comply with the testing provisions in MNL-117, Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products. Section 03450 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 I I 1 I 1 I I 1 i t V 1 1 I I i • I I I I 1 i I I I I I I I 1.5 SUBMITTALS A. Submit all information under provisions of Division 1. B. Samples: 1. Submit preliminary samples, approximately 12" by 12", representative of finished exposed face and stair tread nosing inserts. 2. Prior to commencement of manufacture, submit production samples, approximately 12" by 12", for final approval of colors and textures. C. Shop and Erection Drawings: Submit one (1) reproducible set and 3 print sets showing; 1. Material specifications, 2. Plans identifying location of stairs, 3. Plans identifying location of pre -erection attachments (i.e. cast -in -place embeds and prewelds) to support structure, 4. Elevations identifying location of stairs and their connections, 5. Details as necessary to describe relationship of stairs to adjacent material, 6. Details of stairs connections, 7. Description of all hardware cast into stairs, and sent loose to the job site 8. Elevations and sections of typical stairs showing; a. geometry and finish, b. reinforcement layout, c. stripping, lifting, and erection insert sizes and locations, d. embeds with piece marks and their locations. D. Design Modifications: 1. Submit design modifications necessary to meet performance requirements and field conditions. 2. Variations in details or materials shall not adversely affect the appearance, durability or strength of stairs. 3. Maintain general design concept without altering size of members, profiles and alignment unless otherwise approved by the City Representative. L6 QUALITY ASSURANCE A. Full -Scale Stairs: 1. After standard samples are accepted for color and texture, provide full-scale stair meeting design requirements to job site for approval. 2. The full-scale stairs shall be representative of standard quality for precast stairs work, when accepted by City Representative. B. In -Plant Quality Control 1. The Precast Manufacturer shall have an established PCI and/or PCMAC quality control program in effect prior to bidding. If requested, a copy of this program shall be submitted to the City Representative. 2. Testing of materials and inspection of production techniques shall be the responsibility of the Precast Manufacturers Quality Control Department. 3. Keep quality control records available for two years after fmal acceptance. 4. Keep certificates of compliance available for five (5) years after final acceptance. PART 2 — PRODUCTS Section 03450 - 3 East Third Avenue Landfill Closure Phase 11! Seal Point Park Project No. 460531 2.1 PRECAST CONCRETE MATERIALS A. Portland Cement: 1. Architectural Mixes: ASTM C150 Type I, II or 111 cement. For surfaces exposed to view in the finished structure use same brand, type and source of supply throughout the precast production. 2. Back-up Mixes: When used, the back-up mix shall be compatible with the architectural mix to which it is combined. B. Aggregates: Fine and coarse aggregate for mix shall conform to ASTM C33 except for gradation. Aggregates shall be clean, hard, strong, durable, inert, and free of staining and deleterious materials. C. Water: Free from deleterious matter that may interfere with the setting, or strength of the concrete. D. Admixtures: Conforming to ASTM C260 and/or ASTM C494. E. Coloring Agent: Conforming to ASTM C979. 1. Shall be harmless to precast concrete set and strength, 2. Shall be stable at high temperatures, 3. Shall be alkali -resistant. F. Concrete Strength: Concrete strength shall be determined by design with a minimum 28 day design strength of 5,000 psi. 2.2 STEEL PRODUCTS A. Structural Shapes, Bars & Plates (1/8" and thicker): ASTM A36. B. Pipe ASTM A53 Grades A or B. C. Reinforcing Steel: ASTM A615 Grades 40 & 60 or ASTM A706. D. Prestressing Strand: ASTM A416 Grade 270. E. Deformed Steel Bar Mats: ASTM A184. F. Deformed Bar Anchors: ASTM A496. G. Deformed Welded Wire Fabric: ASTM A497. H. Plain Welded Wire Fabric: ASTM A185. I. Welded Headed Studs: AWS D1.1 Type B. J. Standard Machine Bolts: ASTM A307 Grade A or SAE J429 Grade 2. K. Standard Studs/Threaded Round Stock (UNC): ASTM A307 Grade C, ASTM A572 Grade 50. L. Nuts for Standard Machine Bolts and Threaded Studs: ASTM A563 Grade A Hex Nuts. Section 03450 - 4 East Third Avenue Landfill Closure Phase 111 Seal Point Park Project No. 460531 1 I I I 1 1 I I I 1 I I 1 I I I r I I I I r 1 r I I I 1 I I I M. High Strength Machine Bolts: ASTM A325 Type 1, ASTM A449 Type 1, or SAE 7429 Grade 5. N. Nuts for High -Strength Machine Bolts and Threaded Studs: ASTM A563 Grade A Heavy Hex Nuts. O. Coil Rods and Bolts: ASTM A108 - SAE 1016 to 1026, FU/FY = 70/55 ksi minimum. P. Coil Nuts for Coil Rods and Bolts: Nuts passing a proof load stress of 80 ksi, based on the tensile stress area of the matching coil rods and bolts. Q• Malleable Iron Castings: ASTM A47 Grade 32510. R. Carbon Steel Castings: ASTM A27 Grade 60-30. 2.3 STEEL PROTECTIVE COATINGS: A. All connection hardware exposed to weather after completion of stair shall be hot -dip galvanized. All connection hardware not exposed to weather after completion of stair may be uncoated, except as otherwise explicitly required by the contract drawings. Fasteners can have either an electroplated zinc or stainless steel. B. Zinc Coatings: 1. Hot -Dip Galvanizing: ASTM A123, or ASTM A153. 2. Electroplated Zinc for Steel Products and Steel Hardware: ASTM B633. 3. Zinc Rich Paints: DOD -P-21035. 2.4 FABRICATION A. Precast Manufacturer shall not proceed with fabrication of stairs prior to receiving the reviewed set of Shop Drawings and the City Representatives acceptance of submitted Samples. B. Manufacturing procedures shall be in general compliance with PCI MNL-1 17. C. Batching of Concrete shall be in accordance with approved Mix Design(s). D. Forms: 1. Forms for precast stairs shall be rigid and constructed of materials that will result in finished products conforming to the profiles, dimensions and tolerances indicated by this Section, the Contract Documents and the reviewed shop drawings. 2. Construct forms to withstand vibration method selected. 3. Release agents shall be applied and used according to manufacturer's instructions. E. Cover: Minimum concrete cover for rebar, inserts and embeds shall be 2 inches, where applicable. F. Concreting: 1. Convey concrete from the mixer to place of final deposit by methods which will prevent separation, segregation or loss of material. 2. Consolidate all concrete in the form to minimize unintentional pour lines, honeycombing or entrapped air on vertical surfaces. Section 03450 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460$31 G. Curing: Procedures sufficient to insure specified concrete strength of all precast stairs must be employed. Stripping of a stairs shall not occur until concrete strength is sufficient to prevent cracking or breaking of the stairs. H. Manufacturing Tolerances: 1. Overall length and width of stairs measured at any face: a. 10 Fee or Less: 1/8 inch. PART 3 — EXECUTION 3.1 PRODUCT TRANSPORTATION AND HANDLING A. Handle and transport stairs in a position consistent with their shape and design in order to avoid excessive stresses or damage. B. Lift or support stairs only at the points shown on the Shop Drawings. C. Support stairs during shipment on non -staining shock -absorbing material as needed to prevent damage. 3.2 PRE -INSTALLATION RESPONSIBILITY A. Contractor's Responsibility 1. The Contractor shall provide the control layout grid lines, including grades, at each elevation receiving precast stairs. 2. The Contractor shall provide true, level, and clean support and attachment surfaces. 3. The 1 Contractor shall provide for the accurate.(1/2" in all directions) placement and alignment of connection hardware. 4. The Contractor shall confirm that the dimensions and tolerances of the base allows for proper installation of the precast stairs. B. Erector's Responsibility: Prior to installation of the precast stairs, notify the Contractor of any discrepancies discovered which affect the work under this contract. Commencement of installation does not constitute acceptance of the structure. 3.3 ERECTION A. Setting: Precast stairs shall be lifted with suitable lifting devices at points provided by the Precast Manufacturer to prevent excessive stresses or damage to the stairs. B. Temporary Supports and Bracing: The erector shall provide temporary supports and bracing as required to maintain position, stability and alignment until stairs are permanently set. C. Tolerances of Erected Stairs: Tolerances for location of precast stairs shall be as listed below; 1. Plan location from plan layout , 1/2" 2. Top elevation from nominal top elevation 1/4" 3. Maximum jog in alignment of matching faces 1/4" 3.4 PATCHES AND REPAIRS: A. Patching of stairs, when required, shall be performed to the City Representative's satisfaction and consistent with industry standards. Section 03450 - 6 East Third Avenue Landfill Closure Phase!! / Seal Point Park Project No. 460531 r 1 1 I I r I 1 I I I I I I I 1 I I I I I I I 1 1 1 1 1 1 I B. Repairs shall be sound, permanent and flush with adjacent surface. C. From a distance of 20' all repairs must be of color and texture matching adjoining surfaces and showing no apparent line of demarcation between original and repaired work. 3.5 CLEANING: A. Cleaning methods shall be approved by Precast Manufacturer. B. Erector shall clean erection marks from precast stairs upon erection, when exposed to view. C. Precast Manufacturer is responsible for providing a clean stairs to Erector. D. Use care to prevent damage to precast surfaces and to adjacent materials. E. Surface shall be thoroughly rinsed with clean water immediately after using cleaner. F. At completion of the project, Contractor shall be responsible for final cleaning and wash down of stairs. 3.6 ANTI -GRAFFITI COATING A. Seal exposed precast surfaces anti -graffiti coating in accordance with Section 09860. END OF SECTION Section 03450 - 7 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1 1 I I I 1 I 1 1 1 I 1 1 t t I I DIVISION 4 - MASONRY East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I 1 I I 1 I $ 1 I I SECTION 04220 CONCRETE UNIT MASONRY PART 1 - GENERAL 1.1 SUMMARY A. Provide all labor, materials and equipment for the installation of concrete block wall for the trash enclosure as shown on the drawings and specified. B. Related work included elsewhere: 1. Section 02058: Soil and Aggregate Material. 2. Section 03305: Site Concrete. 1.2 QUALITY ASSURANCE A. Job Mock-up: Construct a job mock-up sample of wall end condition, at least 20 sq. ft., showing expected quality of in -place masonry work, including expected workmanship, joint treatment, grout cap, reinforcement, bonding and color and texture. Mock-up to be prepared by the trade who will perform the completed work. Obtain approval of mock-up from the City Representative prior to beginning the remainder of the masonry work. With the approval of the City Representative, the mock-up may be incorporated into the finished construction. If the mock-up panel is not part of the finished work, them maintain the approved panel throughout the work as the standard. 1.3 SUBMITTALS A. Procedures: In accordance with Section 01340. B. Certification: Submit certification from the masonry manufacturer in triplicate prior to delivery of concrete masonry units to project site. Each certificate signed by authorized officer of manufacturer shall contain the name and address of the Contractor, the project location, and the quantity and date of dates of shipment. PART 2-. PRODUCTS 2.1 MATERIALS A. General: Any type and/or color of blocks, mortar, and grout shall be from the same manufactured batch and shall match in dimension, texture, color, and appearance. B. Concrete Blocks: Grade N, Type 1 units conforming to ATM C90-85, and manufactured in accordance with requirements of the Concrete Masonry Association Specifications. Units shall be Calstone, Basalite, or equal. 1. Block size: 8"x 8"x 16", split face (one face) with integral color and 8"x 8"x 16" precision units. 2. Color to be selected. Submit color samples for approval. Section 04220 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Portland Cement: Standard brand conforming to ASTM C150-89, Type 1. D. Sand: Natural and consisting of well -shaped, hard, durable grains containing not more than 1% silt and clay by weight, free of detrimental amounts of alkali, mica, weak particles, injurious organic matter, or other deleterious matter. E. Reinforcing Steel: ASTM A165, Grade 40. F. Water: Clean and potable. 2.2 MORTAR AND GROUT A. Mortar and grout for reinforced concrete unit masonry shall conform to ASTM C476. B. Mortar to conform to UBC, Type M, composed of Type I or Type H Portland Cement, hydrated lime or lime putty; and clean well -graded mortar sand. Prepare and uniformly mix to ratio of one part Portland Cement, 1/4 part hydrated lime or lime putty, and 2-1/2 to 3 parts sand; 1500 psi. C. Grout: Fine grout to conform to UBC. Composed of one (I) cubic foot Portland Cement, 2- 1/4 to 3 cubic feet of sand, and 1/10 cubic foot hydrated lime or lime putty to produce a fluid consistency for pouring without segregation or material; 2000 psi. D. Accurately measure and mix materials in suitable devices to protect them from impurities. Mix each batch of mortar and grout for 2 minutes or longer to secure a uniform mass. Use mortar and grout within 30 minutes after mixing. No re -tempering, no shovel measuring, and no split sack batches will be permitted. PART 3 - EXECUTION 3.1 SPECIAL INSPECTION A. Special inspection of structural masonry in compliance with Section 306. (a) 7 of UBC as required. 3.2 MASONRY CONSTRUCTION AND WORKMANSHIP A. After masonry units have been approved, saturate units in each pile with water by placing an approved lawn sprinkler on each pile. Thoroughly soak masonry units the day before laying to become surface dry overnight. Set aside blocks which are not surface dry and use at a later time. B. Lay blocks to conform to the Specifications for Concrete Masonry Construction published by the Concrete Masonry Association. C. Lay blocks in staggered pattern or as approved by City Representative, with 3/8" minimum thick mortar bed on entire horizontal surface of the block. Fill head joints solid and shove tightly against the adjoining block to obtain a full 3/8" joint. Joints on exposed surfaces shall be densely tooled in a raked, vee'd, weathered or concave joint as indicated on drawings and details. Interior concealed surfaces may be struck flush but exterior concealed surfaces shall be densely tooled with a weathered joint regardless of covering conditions. Section 04220 - 2 East Third Avenue Landfdl Closure Phase H / Seal Point Park Project No. 460531 I 1 I I I I r 1 1 I I I I 1 I 1 1 1 I I I I I I r I I 1 I I I I D. Split face shall be on the exterior and wall ends and precision cut face to the interior. Provide grout cap crowned to drain. Provide colored grout to match color of block. E. When foundation dowels do not line up with vertical cells to be filled and reinforced, do not bend dowel and grout into a cell in direct vertical alignment. Install new vertical dowels in foundation in proper alignment by drilling a hole one -inch (1") in diameter to depth of horizontal reinforcement and setting the vertical splice rod in expanding grout. F. Grout bolts embedded in masonry solidly in place with no less than 1" of grout surrounding the bolt. Place vertical bolts 4" from the face of the masonry and set inside the horizontal ties at tope of piers and columns. Accurately set all bolts with templates. G. Completely fill cells with grout. Place reinforcing steel before blocks are laid and securely in place. Steel may be spliced with minimum laps of 40 bar diameters. Properly hold in place and wire steel at intersections before pouring grout. Provide a minimum of 1/2" of grout or concrete on all sides of reinforcing. When pouring of cells is stopped for 1 hour or longer, horizontal construction joints shall be formed by stopping the pour 1-1/2" minimum below the top of the uppermost unit. H. Embed all steel in grout in the cells and not in mortar or grout joint. I. Vertical pours in excess of 3'-4" will be termed high lift grout pours. Thoroughly clean cells to be filled with grout of loose mortar, etc., from the top (where lift is less than 3'-4"), or through a clean -out hole at the bottom of the cell in case of a high lift grout pour. Remove excess materials from the interior of cells to be filled. Rod pour of vertical cells to insure complete settlement of the grout. In high lift pours, tie the vertical and horizontal steel together to insure proper placement in the wall. J. Execute work in the best workmanlike manner and in compliance with the applicable building ordinances. Lay masonry true, level and plumb in accordance with the drawings. Accurately cut blocks to fit plumbing ducts, openings, electrical work and voids slushed full. 3.3 CURING A. Exercise care to prevent mortar blotches, uneven coloring in mortar, and other disfigurations to exposed concrete block wall. Should disfiguration occur, acid washing will not be allowed. Lightly sandblast the entire section of the wall to secure uniformity or appearance. In hot, dry conditions, the wall should be fogged during a 3 -day curing period at least twice a day. 3.4 CLEANING A. At the conclusion of the masonry work, the Masonry Contractor shall clean down all masonry walls, remove scaffolding and equipment used in work, clean up all debris, refuse and surplus material and remove them from the premises. Do not clean masonry walls with muriatic acid. END OF SECTION Section 04220 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I 1 I 1 1 I I 1 I I I I 1 i 1 DIVISION 5 - METALS East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I 1 I I I I I I I I I I SECTION 05120 STRUCTURAL STEEL PART 1 — GENERAL 1.1 SECTION INCLUDES A. Provide all materials, labor, equipment and services necessary for the fabrication, erection and completion of all structural steel, including all bracing and shoring required for erection and related work. The work shall include and not necessarily be limited to the following: 1. Structural steel columns, girders, beams, pipes (including picnic shelter), bracing, anchor bolts, base plates, connection bolts, welded studs connected to structural steel. Verification of anchor bolt setting and of levels to assure adequate fit of the steel work. 1.2 RELATED SECTIONS A. Cast -in -Place Concrete: Section 03300. B. Metal Fabrications: Section 05500. C. Site Painting: Section 09900. 1.3 QUALITY ASSURANCE A. Standards: Comply with the following applicable standards unless otherwise specified herein: 1. CBC—"California Building Code," Latest Edition and all applicable local Building Codes. 2. AISC-- American Institute of Steel Construction's "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings," latest edition. 3. AISC—American Institute of Steel Construction's "Code of Standard Practice for Steel Buildings and Bridges," latest edition. 4. AWS American Welding Society's "Structural Welding Code" AWS D1.1, latest Edition. 5. "AISC—American Institute of Steel Construction's "Specification for Structural Joints Using ASTM A325 or A490 Bolts," latest edition. 6. ASTM—American Society for Testing and Materials. 7. SSPC—Steel Structures Painting Council. 8. ICBO—"Evaluation Report" of ICBO Evaluation Service, Inc. B. Tests and Inspections:. Section 05120 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 l . Contractor shall certify, test and inspect all materials, welding, fabrication, galvanizing, shop priming and erection in accordance with the requirements of AISC and AWS Dl,1 and as noted herein. The Owner will employ a Testing Agency to provide for additional testing and inspections only as noted in the sections below. 2. Mill analysis and test reports for the steel, certified and properly executed by the manufacturer, will constitute sufficient evidence of conformity with the specifications. Contractor shall identify steel in accordance with UBC Section 2202.2.2 as to heat number and furnish the Testing Agency. If the material cannot be identified or its source is questionable, one set of tension and bend tests shall be made by the Testing Agency in accordance with the UBC Section 2202.2.2. a. The cost of all tests including sampling and machining of test coupons shall be paid by the Contractor. b. The Contractor shall cooperate with Testing Agency and provide all material required to take coupons for testing, as required by the City's Representative. 3. Certificates of compliance for welding electrodes and shear studs properly executed by the manufacturer(s) shall constitute sufficient evidence of compliance with the specification. 4. High strength bolts, nuts, washers and thread rods shall be sampled and tested in accordance with the requirements of the specification for High Strength Bolts for Structural Steel Joints, ASTM A325 or ASTM A490 Bolts. 5. Additional testing required as a result of corrective measures to correct defects shall be paid for by the Contractor. Welding Inspection by the Contractor: All shop and field welding shall be inspected by the contractor's "Welding Inspector" as defined by AWS D1.1, Section 6.1. Governing Building Code regulations shall not be construed as to alleviate either the Contractor's welding inspector of the Testing Agency from the welding inspection requirements of AWS D1,1. The Contractor's Quality Control Inspector shall be present during all shop and field welding operations, shall inspect the work as required by AWS DI A, Section 6, shall possess and be familiar with all approved WPSs and shall cooperate with the Testing Agency. D. Welding Inspection by the Testing Agency: All shop and field welding shall be inspected by a qualified and certified "Verification Inspector" as defined by AWS D1.1 Section 6.1, employed by the Testing Agency in accordance with AWS D1.1 Section 6 and in accordance with the Special Inspection Requirements of the governing Building Code. This inspector shall confirm the qualification of welders, the use of AWS qualified procedures, the manufacturer's recommended use of automatic equipment and the proper use of preheat. Inspection personnel shall be qualified for non-destructive testing at Level II as specified in Section 6, Paragraph 6.7 of AWS D1.1. The Testing Agency shall submit welding inspector qualifications to the City's Representative for approval. The Testing Agency shall submit a welding inspection checklist to the City's Representative for approval. Section 05120 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I I I I 1 I 1 i r i 1 I I 1. Welder Qualifications: All welders shall be qualified for the work in accordance with AWS D1.1, Section 5, Part C. Except as noted herein, the welders' qualification shall be considered as remaining in effect indefinitely unless there is a specific reason for questioning the welder's ability, in which case welder re- certification must be required. If in the opinion of the City's Representative, the welder is not suitable for the project, said welder may be disqualified from the project. Field Welders shall be qualified in all processes to be used on -site, in all positions, and on all thickness. 2. Equipment Electrical Meter Calibration Verification: The Contractor shall verify, to the satisfaction of the Testing Agency, that electrical meters are being used, and those in use accurately reflect voltage and amperage at the welding site for the length of cable in use. 3. Visual Inspection: Visually inspect all shop and field welding, including the superstructure, stairs, guardrails, and supports and/or bracing of finishes and non- structural components. Visual inspection shall be in accordance with AWS D1.1, Sections 5 and 6, and shall include verification of fit up, preheat, calibration of equipment, equipment settings, materials, adherence to approved WPS, interpass temperatures, deposition rates, technique, proper fusion of each pass, ensure the weld is crack free at each pass, confirm porosity and undercut do not exceed AWS requirements and confirm the final weld profile, and confirm that all special requirements specified herein are adhered to. Visual inspectors shall examine each step of the welding process. 4. NDT Ultrasonic Inspection: 100% of all complete joint penetration (COP) groove welds and partial penetration groove welds shall be subject to ultrasonic testing. Ultrasonic testing shall be performed by a specially trained, qualified technician, who shall operate the equipment, examine the welds and maintain a record of all welds examined, defects found and disposition of each defect. All defective welds shall be repaired by the Contractor and re -tested with ultrasonic equipment, at the expense of the Contractor. a. The ultrasonic instrumentation shall be calibrated by the technician to evaluate the quality of the welds in accordance with AWS D1.1., section 6.18. 5. Welded Studs: Testing and inspection of steel studs welded to structural steel shall be in accordance with Section 7, Stud Welding, AWS D1.1. E. Fabrication Inspection: All fabrication of structural steel shall be inspected by the Testing Agency. This inspection, in addition to the welding inspection requirements specified herein, shall consist of, but shall not necessarily be limited to, the following: 1 Visually inspect steel shapes and plates for existence of defects such as laminations and non-metallic inclusions. Use ultrasonic equipment and other NDT methods to determine extent of defects. 2 Verify steel materials with mill certificates, particularly where yield strength limits, grain size and/or toughness properties are specified in Section 2.01. Verify weld filler metal materials with certificates and manufacturers recommended limitations. Section 05120 - 3 East Third Avenue Landfill Closure Phase 111 Seal Point Park Project No. 460531 3 Review sections used for conformity to dimensional standards specified. F. Erection Inspection: All erection of structural steel shall be inspected by the Contractor and the Testing Agency. Provisions under "Fabrication Inspection" and "Welding Inspection" shall apply. 1. All welding shall be inspected by the Testing Agency. Complete and partial penetration welds shall be ultrasonically tested per the provisions under "Welding Inspection." 2. High strength bolting shall be inspected by the Testing Agency in conformance with the "Specification for Structural Joints using ASTM A325 or A490 Bolts" as approved by the Research Council on Riveted and Bolted Structural Joints of the Engineered Foundation. 1.4 SUBMITTALS A. Shop Drawings: Contractor shall submit shop drawings showing anchor bolt layout, details of members, their connections, details of weld grove profiles, indication of size and spacing of bolts, and erection plans for the execution of the work showing the marking, and position of each member. Detail drawings shall indicate the position of each member on the framing plans. Shop drawings of details incorporating SR welds shall include explicit references to corresponding approved weld procedure specifications. B. Product Data: Submit manufacturer's data for high strength bolts and direct tension indicator washers. 1.5 QUALITY CONTROL A. Certificates of compliance: Contractor shall submit certificates of compliance for bolts, welding electrodes, and shear studs. C. Certificates of compliance: Contractor shall submit certification and credentials needed for inspection of all necessary surface preparation, coating applications, and priming of inaccessible areas of miscellaneous fabrications. B. Mill Test Reports: Contractor shall furnish certified copies of all mill analysis and test reports covering the chemical and physical properties of the steel for review by the Testing Agency and the City's Representative. PART 2— PRODUCTS 2.1 STRUCTURAL STEEL MATERIALS All structural steel, fabrication and erection methods shall conform to the American Institute of Steel Construction (AISC) "Code of Standard Practice for Steel Buildings and Bridges," March, 2000. Where applicable, all cross sectional dimensions and production tolerances shall meet ASTM A6. A. Rolled steel angles and channels: ASTM A36, minimum yield stress fy=36 ksi or ASTM A572,minimum yield stress fy=50 ksi Section 05120 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 i I I I I 1 I I 1 I I I 1 I I I i I I I I t 1 I 1 1 I 11 B. Rolled steel plates and bars: ASTM A572, minimum yield stress fy=50 ksi. C. Rolled steel W sections: ASTM A992, minimum yield stress fy=50 ksi. D. Steel pipe: ASTM A53, Type E or S, Grade B, minimum yield stress fy=35 ksi E. HSS rectangular section: ASTM A500, Grade B, minimum yield stress fy=46 ksi. F. HSS round section: ASTM A500, Grade B, minimum yield stress fy-42 ksi G. Weathering steel: ASTM A588 or ASTM A847, Grade B, minimum yield stress fy-46 ksi 2.2 FASTENER PRODUCTS AND MATERIALS A. Anchor Bolts for Columns: ASTM A307. D. Machine Bolts: ASTM A307. E. High -Strength Bolts: ASTM A325, Connection Type X, N or SC, as indicated on the Drawings. F. Direct Tension Indicators: ASTM F959 -94A for use with SC bolts. G. Welded Steel Studs: ASTM A108, shear studs headed per Section 7, Stud Welding, AWS D1.l. 2.3 WELDING PRODUCTS AND MATERIALS A. Arc -welding Electrodes: Filler metals shall conform to Table 4.1 of AWS D1.1. Electrodes and equipment settings shall be as recommended by the filler metal manufacturer for the position, thickness or other conditions of actual use. All electrodes and filler metals shall be low hydrogen types. 1. Electrode wire diameter: FCAW wire diameter shall not exceed the values specified in AWS D1.1, Section 4.14.1. B. Arc -welding equipment: Equipment for electric welding shall have calibrated meters for voltage and amperage that accurately indicate voltage and amperage quantities at the welding site for the length of the cable to be used. Contractor shall demonstrate to the satisfaction of the Testing Agency the accuracy of the meters, using external meters attached to extension cables of a length that reflects actual project conditions. If equipment meters do not accurately reflect electrical properties at the welding site, external meters shall be used at the welding site and shall be provided but the Contractor at the Contractor's expense. 2.4 COATING PRODUCTS AND MATERIALS A. Steel Primer Paint: Tnemec Series 90-97 Tneme-Zinc at 2.5 to 3.5 mils DFT, or equal meeting VOC requirements for BAAQMD of State Air Resources Board Section 05120 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Steel Intermediate coating: Tnemec Series N69 Epoxoline at 2-3 mils DFT. C. Shop Galvanizing: All items noted on the drawings or specifications as galvanized shall be hot dipped galvanized in accordance with ASTM A123. Thickness of galvanized coating shall be in conformance with ASTM A123. Galvanizing repair compound shall be All State Galvanizing Powder, Drygalvo by American Solder and Flux, or equal. D. Galvanizing repair compound shall be All State Galvanizing Powder, Drygalvo, by American Solder and Flux, or equal and have minimum 80% Zinc content. 2.5 SHOP PAINTING A. General: Shop prime all structural steel work except members or portions of members to be galvanized or embedded in concrete. Prime embedded steel that is partially exposed on the exposed portions and the initial 2" of embedded areas only. Do not prime contact surfaces that are to be welded or high -strength bolted with friction -type connections or top flanges of beams to which metal decking will be welded. 1. Apply two coats of primer to surfaces that are inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. B. Surface Preparation: After inspection, clean all steel work to be primed and prime before shipping from the shop. Remove loose rust, mill scale and spatter, slag or flux deposits. Clean all steel, including steel to be fireproofed or embedded in concrete as follows: 1. Clean steel in accordance with Steel Structures Painting Council's "Painting Manual" for Solvent Cleaning (SSPC-SP 1) and either Hand Tool Cleaning (SSPC-SP2) or Power Tool Cleaning SSPC-SP3) for galvanized steel or prepare painted carbon steel per SSPC-SP6 Commercial Blast Cleaning.. C. Painting: Immediately after surface preparation, apply structural steel primer and intermediate coating paint in accordance with the manufacturer's instructions and at a rate to provide a uniform dry film thickness specified. Use painting methods that will result in full coverage of joints, corners, edges and all exposed surfaces. PART 3 -EXECUTION 3.1 GENERAL A. All exposed steel shall be defined as Architecturally Exposed Structural Steel (AESS) and comply with Section 10 of AISC as a minimum. B. Workmanship and details of structural steel work, unless otherwise specified, shall conform to Uniform Building Code and the AISCC Specification for Design, Fabrications and Erection of Structural Steel for Buildings. The quality of materials and the fabrication of all welded connections shall conform to the American Welding Society's Structural Welding Code, AWS D1.l. C. The Contractor shall secure all field measurements necessary for the completion of this work. The contractor shall be responsible for all errors of detailing and fabrication and for the correct fitting of the structural members to each other and to their supports. Section 05120 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 i 1 1 I I 1 1 I I I 1 I 1 I Provide column anchor bolts and templates for setting under Section 03300; this Section to verify location. 1 I I 1 I 1 I 1 I D. All materials both before and after fabrication shall be protected from rust corrosion and shall be kept free from dirt, grease and other foreign matter. E. Each framing member shall be free from twists and bends. Holes and all cut and sheared edges shall be neatly made without kinks, butts, and warped edges. All steel left exposed shall be straight, smooth and free of nicks, scars and dents. Exposed welds shall be uniform and neat. F. Installation of steel studs, headed for shear connectors and threaded for parts connectors, welded to structural steel, shall be in accordance with Section 7, Stud Welding, of AWS D1.1. G. Holes for Bolts: Holes for bolts shall be 1/16 inch larger than the nominal diameter of the bolt. If the thickness of the material is not greater than the nominal diameter for the bolt plus 1/8 inch, the holes my be punched. Holes in thicker material shall be drilled from the solid or sub -punched and reamed. Holes for high -strength bolts shall have all burrs removed by grinding. H. Column Bearing Surfaces: Column bases, as required by the AISC specification, and all column bearing surfaces shall be milled to a true plane perpendicular to the axis of the member to assure a complete bearing at the contact face. I. Camber: All beams and girders shall be cambered if and as indicated on the Drawings. J. Dimensional Tolerances: Fabrication and erection tolerances shall conform to AISC requirements except where closer tolerances are shown on the Drawings. 3.2 WELDING A. Welded Connections: Where structural joints are made by welding, the details of all joints, the techniques of welding employed, the appearance and quality of welds made, and the methods used in correcting defective work shall conform to requirements of "Structural Steel for Buildings" of American Institute of Steel Construction and "Structural Welding Code" of the American Welding Society. B. Qualification of Welders: Welding operators shall qualified by tests, as prescribed in the "Standard Qualification Procedure of the American Welding Society (AWS D1.1) to perform the type of work required, including process, position and thickness. All welders shall be capable of reading and following the approved written WPS. C. General Requirements: All welding shall conform to the following: 1. Equipment: Use equipment which will supply proper current, voltage, etc., as recommended by the manufacturer of electrodes to be used, adjusted to suit arrangement and thickness of base metal. Suitable meters and means of adjustment shall be provided for current and voltage . 2. Preparation for Welding: All surfaces shall be clean, free of rust, paint and foreign matter of any kind. Scale shall be removed by wire brush, chipping or hammering as required. Thermal cut edges to be welded shall be chipped clean, and ground at least Section 05120 - '7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1/32 inch to bright metal before welding. Clamp members, as required, space and alternate welds all as may be necessary to prevent warping or misalignment. 3. Fitup: Weld joint profiles shall meet dimensional requirements and maximum tolerances specified by AWS Dl.1 or as specified in approved Qualification Procedures. Joint fitup that does not comply shall be corrected using approved procedures and approved by the inspector before welding proceeds. 4. Preheat/lnterpass/Postheat: Provide minimum preheat and interpass temperatures and Post-heat/Cool Down procedures as required by AWS D1.1, unless otherwise specified herein. Deposition rates shall be controlled to be within minimum and maximum interpass temperatures. 5. Weld Quality: Welds shall present a uniform surface, free of imperfections as defined by AWS, and without undercutting or over -lapping and free of excessive oxides, gas pockets and non-metallic inclusions. Welds shall be made with the proper number of beads or passes to secure sound, thoroughly fused joints. Each deposit shall not exceed 5/16 inch of weld for each pass, nor shall each deposit exceed maximum layer height and bead width specified in AWS D1.1. Each pass shall be cleaned by chipping and wire brushing to remove scale and slag, before placing any additional weld metal. 6. Sequence of Welding: For highly restrained connection and/or weldments, the sequence of welding shall be designed to minimize distortion of the members and to minimize the buildup of internal stresses. 7. Filler Metal: Filler metal shall conform to Table 4.1 of AWS D1.1. Weld metal shall be thoroughly fused with the base metal along all surfaces and edges of the union. Penetration shall be 1/16 inch minimum and shall be into the root of the joint. D. Faculty and Defective Welding: Any welding performed without inspection or contrary to the approved WPS, or showing cracks, slag inclusion, lack of fusion, undercut or other defects as defined by AWS, ascertained by visual or other means for inspection, shall be chipped out and properly replaced by the contractor, and re -inspected by the Testing Agency, all at the Contractor's expense. 3.3 ERECTION A. Field Connections: Workmanship of field bolted and welded connections shall conform in all respects to methods and tolerances specified for fabrication. B. High Strength bolted connections shall be made in conformance with the "Specification for Structural Joints using ASTM A325 or A490 Bolts" approved by Research Council of Riveted and Bolted Joints of the Engineering Foundation." C. Tighten nuts using wither "Calibrated Wrench" method, "Twist off Element" method, "Turn -of -Nut" method, or by the use of a "Direct Tension Indicator". Minimum bolt tension as per applicable standard ISC "Specification for Structural Joints using ASTM A325 or A490 Bolts" for each bolt type and size used. Washers may be omitted for ASTM A325 bolts when "Turn -of -Nut" method is used. D. Column anchor bolts shall be furnished under this Section and set under Section 03300, Cast -in -Place Concrete. Section 05120 8 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 i 1 1 1 1 1 1 1 1 I 1 1 1 i 1 1 i 1 1 i I 1 1 I I 1 I E. Metal templates shall be furnished with bolts for setting of all column anchor bolts. The Contractor shall furnish instructions for the setting of anchor bolts and shall ascertain that the items are properly set during the progress of the work. F. Column base plates shall be set level to correct elevation, and temporarily supported until the supported members has been plumbed and the column base plate grouted. The entire bearing area under plates shall be grouted solid under Section 03300 with non -shrink grout placed in strict accordance with the manufacturer's recommended procedures for 28 -day minimum ultimate compressive strength of 5,000 psi. 3.4 FRAMING AND BRACING A. All structural steel shall be erected true and plumb. Temporary shoring and bracing shall be used wherever necessary and shall be adequate for all loads to which the structure may be subjected, including wind and erection equipment and operation of same. Leave temporary bracing and shoring in place as long as may be required for safety, and until final framing construction is completed. B. No final connections shall be made until the structure has been properly aligned. All temporary flooring, planking and scaffolding necessary in connection with the erection of the structural steel, or support of erection machinery shall be provided as part of the erection work. The temporary floors and scaffolding shall conform to the requirements of all laws governing safety regulations. C. Drifting done during assembly shall not distort the metal or enlarge the holes. Mismatching of holes greater than 3/32 inch shall require reaming for the next larger bolt. Mismatching of holes greater than 1/8 inch shall be cause for rejection. 3.5 FIELD TOUCH-UP PAINTING A. After installation, all field welds and areas in which shop painting has been disturbed shall receive surface preparation as specified for shop painting. 3.6 DEFECTIVE WORK A. Work found to be defective, missing or damaged shall immediately be replaced with proper work. Such replaced work and the inspection for it shall be at the expense of the Contractor. B. Straightening of any material, if necessary, shall be done by a process and in a manner that will not injure the materials, and which is approved by the City's Representative. Sharp kinks or bends shall be cause for rejection. Heating will not be allowed. C. De -lamination and other rolling defects in structural shapes and plates shall be cause for rejection when, in the judgement of the City's Representative, repairs are not feasible or acceptable. D. If defects or damaged work cannot be corrected in the field, the material shall be returned to the shop, new parts furnished, as the City's Representative directs; the Contractor shall replace all work at his own expense. Section 05120 - 9 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 E. Beams supporting metal deck that are not in alignment or at the right elevation shall be changed to suit proper support conditions of the metal deck. F. Welds completed or in process that do not conform to the approved Welding Procedure Specification may be considered defective and shall be repaired at the Contractor's expense. END OF SECTION Section 05120 - 10 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I 1 1 I I I I 1 I I I I I 1 SECTION 05400 COLD FORMED METAL FRAMING PART 1 — GENERAL 1.1 SECTION INCLUDES A. Interior metal stud wall framing and furring for gypsum board including related backing. 1.2 RELATED SECTIONS A. Section 09260: Gypsum Board Assembly. 1.3 REFERENCES A. ASTM C645 —Non -Load (Axial) Bearing Steel Studs, Runners (Track), and Rigid Furring Channels for Screw Application of Gypsum Board. B. ASTM C754 —Installation of Framing Members to Receive Screw Attached Gypsum Wallboard, Backing Board, or Water Resistant Backing Board. C. Uniform Building Code. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with ASTM C645 and ASTM C754 (most stringent where in conflict). 1.5 REGULATORY REQUIREMENTS A. Conform to applicable code for fire rated assemblies. PART 2 — PRODUCTS 2.1 WALL FRAMING MATERIALS A. Studs and Tracks: As manufactured by Cemco, Angeles Metal Systems, Dale/Incor, or equal. Galvanized sheet steel, 20 gage thick minimum, unless otherwise shown. Where shown 16 gage as manufactured by Wheeling Steel, Western Metal Lath, or equal with rust -inhibiting paint. B. Tracks: 1. Finish and gage to match studs. C. Furring: 1. 7/8 -inch screw type, hat shaped, 7/8"x 26 gage. Section 05400 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 2. 1-5/8" x 20 gage studs. D. Backing: As shown. E. Hold Downs: For low partitions, as shown. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that site conditions are ready to receive work. 3.2 METAL STUD INSTALLATION A. Install studs in accordance with the reference standards. B. Install members true to lines and levels to provide surface flatness with maximum variation of 1/8 inch in 10 feet in any direction. 3.3 METAL STUD INSTALLATION A. Install studs in accordance with the reference standards. B. Install members true to lines and levels to provide surface flatness with maximum variation of 1/8 inch in 10 feet in any direction. C. Metal Stud Spacing: 16 inches on center, unless otherwise shown. D. Partition Heights: Full height to floor or roof construction above, unless otherwise shown. Attach ceiling runner securely in accordance with details indicated. E. Door Opening Framing: Install double studs at door frame jambs. F. Metal studs shall provide plumb, true, straight and rigid support for attachment of wall and ceiling materials and all items mounted thereto. Securely fasten framing members together and to walls, floor and structural supports as shown. If stud webs are cut to a degree to impair strength, restore to original strength in a suitable manner. Do not cut stud flanges or splice studs. Where wall hung fixtures, wall mounted casework, grab bars, and equipment occur, provide not less than 16 gage studs at least 3-5/8 inches wide. G. Accurately align runner. Fastener type and spacing as shown. Where power actuated, use only low velocity type tool. Studs shall be securely attached to top and bottom runner wither by welding, screws, or pop rivets, Where studs are welded, touch—up galvanized metal with a product having a high since dust content and touch-up primed metal with paint compatible with shop coat. H. Studs shall be installed not more than 2 inches from all door and window frames, abutting partitions, partition corners, and other construction. Section 05400 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 1 1 i 1 1 1 I 1 1 1 1 I. Where duct flanges or similar buildup of material occurs beyond stud face, any headers in that area must have flanges coped and web bent and fastened to stud to avoid any additional building -up of material. J. Backing: As shown. Install backing for support of all wall -mounted items. 3.4 WALL FURRING INSTALLATION A. Erect stud wall furring at concrete walls. B. Erect freestanding metal stud framing size as shown at 16 inches on center tight to walls. Where walls are furred with 1-5/8 inch studs, anchor studs to wall at midpoint of partition height, but not to exceed 7 -feet unsupported. Shim if required to maintain alignment. END OF SECTION Section 05400 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 I e I I SECTION 05500 METAL FABRICATIONS PART 1 —GENERAL 1.1 SUMMARY A. Items included under this Section such as: 1. Handrails and Railing. 2. Bollards. 3. Cable rail and cable connectors. 4. Wetland protection fencing. 5. Chain link fence at Storage Room. 6. Cast abrasive strips at stairs. 7. Restroom wall drainage screens. 8. Glazing stops and miscellaneous custom fabricated items for windows and glazing. 9. Miscellaneous custom fabricated connectors and supports. 10. Bird wire and Cable at Restroom open clerestories. 11. Miscellaneous metal gates; including trash enclosure gates with shop drawings. B. Related Sections: 1. Structural Steel: Section 05120. 2. Site Painting: Section 09900. 1.2 ENGINEERING REQUIREMENTS A. Design Concept: Metal Fabrication requirements shown by the drawings are intended to establish basic dimensions, alignment of members, profiles of members and relationship of items to other building components. 1. Engineering Requirements: Engineer the designated items, including supporting members, connections and anchorage to building structure, including any necessary additions and modifications to any specified propriety system manufacture's standard details as may be required, to comply with specified performance requirements while maintaining the basic design concept. a. Structural Design: Prepared by a structural or civil engineer licensed in the State of California, including calculations and drawings as necessary for review and approval by Governing Authorities. B Performance Requirements: Comply with Reference Standards, requirements of Governing Authorities and requirements specified herein. 1. Structural: a. Wind Load: As required by Governing Authorities for applicable heights. b. Horizontal Force: 20 psf minimum, but not less than requirements of Governing Authorities. Section 05500 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1. Screens and Similar Open Assemblies: Assume 20 psf over full height and width of screen (no open area). c. Maximum Deflection of Members: 1. Simple Span: 1/360 of span. 2. Cantilever Members: 2L/360 maximum, where L is the length of the cantilever. d. Building Movements: Allow for the following movements: 1. Inter -Story Drift: 0.5% 2. Floor Deflection: 0.50" e. Glass Safety Factor, Fastener Safety Factor: As required by Governing Authorities. f. Seismic: As required by Governing Authorities for Seismic Zone 4. 2. Thermal: Provide for noiseless expansion and contraction of system components without causing buckling, failure or joints, glass, glazing, etc. or excessive on components and fastenings. a. Ambient Temperature Range: 100 Fahrenheit degrees. 3. Water and Air Infiltration: Provide for drainage to the exterior of all assemblies for water entering at joints or glazing, and condensate within the system. a. Certification: Furnish certification that applicable assemblies meet minimum air and water infiltration requirements of Reference Standards and Governing Authorities. 1. Air Infiltration: Comply with ASTM E283. 2. Water Resistance: Comply with ASTM E331. C. Quality Control: 1. Statement of qualifications for fabricator, installer, and welders. 2. Engineering Data: calculations verifying compliance with structural design criteria by design engineer and indicating reactions to structure. Although all calculations shall be submitted, only reactions to structure are subject to review. 3. Certification: Submittal drawings shall be signed by design engineer, or certification that structural portion of drawings are in compliance with design calculations shall be submitted. Design engineer shall be a structural or civil engineer registered in the State of California. 1.3 SUBMITTALS A. Shop Drawings: Submit large-scale drawings for fabrication and erection of assemblies not completely shown by manufacturer's product data. B. Samples: Section 05500 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 1 1 1 I I i I 1 City's Representative Selection: Where colors, etc. are specified to be selected by City's Representative from manufacturer's standard range, submit full range for City's Representative use. 2 Specified Materials: Submit for Manufactured Materials and Miscellaneous Fabricated Items where specified. 1.4 QUALITY ASSURANCE A. Reference Standards apply to this Section and shall be the following: 1. AISC "Specification for Design, Fabrication and erection of Structural Steel for Buildings", and "Code of Practice." 2. American Welding Society (AWS) D1.1 "Structural Welding Code for Structural Steel". 3. National Association of Architectural Metal Manufacturers (NAAMM) "Metal Finishes Manual." 4. National Association of Architectural Metal Manufacturers (NAAMM) "Pipe Railing Manual." PART 2 —PRODUCTS 2.1 MATERIALS A. General: Materials used in metal fabrications items include, but are not necessarily limited to, the following: 1. Structural Steel Shapes, Bars, Plates: ASTM A36. 2. Steel Tubing: ASTM MOO, Grade B. Use seamless tubing at exposed locations. 3. Sheet Steel: ASTM A611. 4. Steel Pipe: ASTM A53, Grade "B". 5. Bolts and Nuts: ASTM A307. 6. Welding Materials: Class E70 electrodes unless otherwise recommended by Reference Standards. 7. Non -Shrink Grout: Expansion producing non-metallic grout, pre -mixed, MasterBuilders "Masterflow 713", or equal. 8. Anchor Cement: Bonsai "Anchor Cement" or equal. 9. Sealants: As specified in Section 09720, "Joint Sealants." 10. Bituthene strip underlayment: Vycor V40 Weather Barrier Strips, or equal. 11. Metal Bird Barrier Assembly. a. 1/8" steel cable: 316 Stainless Steel, ASTM A492 Specification for Stainless Steel Rope Wire. b. Bird Wire and springs: 316 Stainless Steel, ultraviolet protective and nylon coated, acceptable manufacturer Bird Barrier America, Inc., Bird -B -Gone, Inc., or equal. Section 05500 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 2.2 MANUFACTURED MATERIALS A. General: Proprietary systems and materials used in metal fabrication include, but are not necessarily limited to, the following: 1. Pipe Railings: Fabricate from steel tubes and pipes complete with all required brackets, connectors, etc. a. Finish: Factory -applied prime coats, field applied paint finish coats. Comply with requirements of Section 09900, Site Painting. 2. Metal Bird Barrier: Fabricate from stainless steel wire and springs complete with all required brackets, connectors, etc. 2.3 FABRICATION A. Workmanship: Shop fabricate items in accordance with Reference Standards to dimensions and sizes shown, or if not specifically shown, use materials of required size and thickness to produce strength and durability in the finished products. 1. Continuity: Fabricate items in continuous lengths where possible. If size prohibits continuous fabrication, design field joints to be invisible in the finished product. 2. Edges: Ease to 1/32 -inch radius unless otherwise shown, form bent metal corners to smallest radius possible without damaging grain structure. 3. Corners: Mitered unless otherwise detailed. 4. Welding: Comply with Reference Standards. All welds that will be permanently exposed to view, weather or moist conditions shall be continuous, ground smooth prior to finishing. 5. Anchorage Devices: Coordinate with supporting structure, space as shown or as required to provide adequate support. 6. Railings: Use proprietary brackets, etc. where shown. a. Rail -To -Post Connections: Mitered unless otherwise shown. b. Wall Returns: Use pre -fabricated closed -end returns or bend tubes to uniform radius, close end with welded plate. c. Sleeves: Where posts are set in concrete, provide matching sleeve, 5" length minimum. d. Expansion Joints: Locate where shown on drawings, or if not shown, in straight runs exceeding forty feet in length. 1. Location: Within six inches of post, unless otherwise shown. 2. Joint: Slip joint, with internal sleeve extending two inches beyond joint, sleeve fastened to one side, free other side. a. Handrail Brackets: Locate where shown on drawings, or if not shown, at each end or change in direction, with intermediate brackets at six feet maximum spacing. B. Fabrication Tolerances: As required by Reference Standards and as follows: 1. Offset: Limit offsets in end -to -end and edge -to -edge alignments of adjacent members that form continuous planes, runs and profiles to the following: Section 05500 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 a. Separated by a Reveal or Protrusion of 2" width or Less 1/32" maximum offset. b. Separated by a Reveal or Protrusion of more than 2": 1/16" maximum offset. c. Not Separated by a Reveal or Protrusion: 1/32" maximum offset. 2. Width of Joints Between Adjacent Members in Any Location Permanently Exposed to View: 1/64" maximum, zero variation between edges. 2.4. PROTECTIVE COATINGS A. Prepare steel per SSPC SP -6 or SP -7 for AESS prior to galvanizing and prior to shop priming. B. Galvanizing: Hot -clip galvanize all items fabricated from ferrous metals that will be in permanent contact with concrete below grade, immersed in water, or in a location that will be permanently exposed to weather or moist conditions. 1. Shapes, Plates, Bars, Strips: Comply with ASTM A123. 2. Hardware Items: Comply with ASTM A153. 3. Sheets: Comply with ASTM A525. 4. Sequence: Insofar as practicable, galvanize after fabrication. Conform to requirements of ASTM A384, A385, A386. 5. Pressure Relief: Provide holes in closed ends of tube or pipe for relief of pressure during galvanizing process. 6. Touch-up: Where galvanizing is removed by welding or other assembly procedure, touch up abraded areas with molten zinc or zinc -rich paint. C. Shop Priming: Shop prime all metal fabrication items except items to be galvanized or embedded in concrete, see Section 05120. PART 3 EXECUTION 3.1 PRE -CONDITIONS A. Examination: Examine surfaces to receive metal fabrications and conditions under which they are to be installed. Correct unsatisfactory surfaces and conditions prior to commencement of installation. 3.2 INSTALLATION A. Workmanship: Install metal fabrications as shown and in accordance with Reference Standards, plumb, true, securely anchored, with all required fastenings, clips, anchors, hardware, etc. 1. Dissimilar Materials: Protect against galvanic action between dissimilar metals and/or concrete, etc., or other types of corrosion with tapes, coatings or insulators as appropriate, see Section 2 Materials. 2. Watertight Integrity: Where metal fabrications are exposed to weather or are otherwise required to be weatherproof, seal joints to provide a continuous weatherproof barrier. a. Sealants: Comply with requirements of Section 07920, Joint Sealers. Section 05500 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 b. Gaskets, Water Barriers, etc.: Of materials and design appropriate to conditions shown or encountered. B. Erection Tolerances: As required by Reference Standards and as follows: 1. Location: Limit variations from location (theoretical calculated positions in plan or elevation based on established floor lines and column lines) to the following: a. Any Member, Any location: ''A" maximum variation. 2. Plumb, Level or Dimensioned Angle: a. Story Height or 10 -foot Vertical or Angular Run: 1/8" maximum deviation. b. 20 -foot Horizontal Run: 1/8" maximum deviation. 3. Offset: Limit offsets in end -to -end and edge -to -edge alignments of adjacent members that form continuous planes, runs and profiles to the following: a. Separated by a Reveal or Protrusion of 2" width or Less: 1/32" maximum deviation. b. Separated by a Reveal or Protrusion of more than 2": 1/16" maximum offset. c. Not Separated by a Reveal or Protrusion: 1/32" maximum offset. 4. Width of Joints Between Adjacent Members in Any Location Permanently Exposed to View: 1/64" maximum, zero variation between edges. 3.3 ADJUSTMENT A. Hardware: Lubricate and adjust hardware for proper operation. END OF SECTION Section 05500 - 6 East Third Avenue Landfill Closure Phase n / Seal Point Park Project No. 460531 1 1 1 1 1 i 1 i 1 1 1 1 1 1 1 1 I 1 1 I 1 I 1 1 1 1 1 1 I 1 1 1 1 DIVISION 6 - WOOD AND PLASTICS East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 1 I 1 1 1 1 I 1 SECTION 06100 ROUGH CARPENTRY PART 1 — GENERAL 1.1 DESCRIPTION A. Work Included: Rough carpentry, light hardware, and miscellaneous items of work not included in another Section. This Section also includes, but not limited to: 1. Structural wood supports, grounds, backing, and blocking required for millwork and casework items and which are an integral part of wall, floor and/or ceiling construction. 2. Wood cants, stops, and nailers for roof as may be required. 3. Wood blocking, backing, and nailers for flashings and sheet metal work. 4. Plywood backboards for electrical equipment. B. Related Sections: 1. Concrete Formwork Section 03100. 2. Joint Sealants Section 07920. 3. Wood Door Section 08200. 4. Door Hardware Section 08710. 5. Steel Doors and Frames Section 08110. C. For Trex or composite decking refer to Site Carpentry: Section 06200. 1.2 REFERENCES, CODES AND STANDARDS A. The following references, codes and standards are hereby made a part of this Section and carpentry work shall conform to the applicable requirements therein except as otherwise specified herein or shown on the Drawings. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1. "Standard Grading and Dressing Rules #17," of the West Coast Lumber Inspection Bureau, 1991 Edition, with current supplements. 2. "Grading Rules for Western Lumber," of the Western Wood Products Assn., September 1991, with current supplements. 3. "Product Standard PS 1 for Construction & Industrial Plywood." 4. American Wood Preservers Assn. (AWPA) Standard C 2, "Lumber, Timbers, Bridge Ties, and Mine Ties —Preservative Treatment by Pressure Processes." 5. American Wood Preservers Assn. (AWPA) Standard C 9-85, "Plywood Preservative Treatment by Pressure Processes." 6. American Wood Preservers Bureau (AWPB) Quality Control Standards. 7. American Wood Preservers Assn. (AWPA) Standard C 27, "Plywood —Fire Retardant Treatment by Pressure Processes" 8. Factory Manual "Loss Prevention Data No. 1 -49 -Perimeter Flashing," latest edition. 9. Uniform Building Code, Latest Edition, Chapter 23. 1.3 QUALITY ASSURANCE Section 06100 - 1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 A. Lumber and plywood shall be grade or quality marked by W WPA, WCLIB, APA, AWPA, or by other grading and inspection agencies acceptable to the Architect. Grade marks shall include the designation "S -DRY" (or "MC -15" as applies) where applicable. Grade and quality marks shall not be apparent on surfaces exposed in the finish work. 1.4 SUBMITTALS A. Product Data: Submit wood treatment certifications and instructions for proper use of each type of treated material. 1.5 PRODUCT STORAGE A. Store kiln dried materials, in enclosed areas, protected from moisture and separated from contact with concrete or soil. PART 2 —PRODUCTS 2.1 MATERIALS A. Temporary Construction: Clean lumber at Contractor's option, rough or smooth as usage requires, strength as required for purpose. B. Framing Lumber Not Otherwise Specified or Noted: Douglas Fir or Larch graded and grade marked according to Reference Standard 1.2A.1 or 1.2A.2. Maximum bow, crook, and cup shall be as established by WWPA Para. 752.00 for "Light" or better. Item Grade Reference (WCLIB) Studs No. 2 123 (c) Plates No. 2 121 (c) Beams 6x and Larger No. 1 130 (b) Joists and Rafters No. 2 123 (c) Posts and Columns No. 1 131 (b) Blocking No. 3 or Const. 123 (d) Beams 4x No. 2 123 (c) 1. Boards: Construction Grade. 2. Sill Plates (on Concrete or Concrete Masonry): Construction Grade Light Framing, pressure treated as hereinafter specified. C. Plywood: Each panel shall be identified with the appropriate grade -trademark of the APA - The Engineered Wood Association (APA) and shall meet the requirements of Product Standard PS 1. 1. Miscellaneous Not Otherwise Specified (Concealed): CD or better and free of defects, which would adversely affect finish materials. 2. Miscellaneous (Exposed): "B" face or better. 3. Exterior plywood, interior plywood exposed to continuing moisture, and pressure treated plywood shall be fabricated with exterior glue. Plywood with interior glue shall be fully protected from soaking or continuing moisture at all times and shall not be used for any structural purposes. 4. Roof and Wall Sheathing not noted as "Structural I": APA Rated Sheathing CD, Exposure 1 with proper span rating. Wall sheathing under cement plaster shall have Section 06100 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I 1 1 I U I I U 1 I I 1 I I I I I r I I a 24/0 or Wall -24 span rating for framing at 16" o.c. and a minimum 24/0, 7/16" or thicker for framing 24" o.c. 5. Roof and Wall Sheathing noted as "Structural I": Structural I -CD, all veneers Group 1 species. D. Rough Hardware: 1. Bolts and Nuts: ASTM A 307 (a) and A 563(a), Grade A. 2. Lag Bolts: Fed. Spec. FF-B-561. 3. Nails: Fed. Spec. FF-N-101, common unless otherwise noted or specified. 4. Explosive Driven Fasteners: Driv-it, Omark, Ramset, Remington, or approved equal, unless otherwise noted, galvanized. 5. Joist Hangers and Framing Connectors: Simpson, Silver, Teco, Universal, or approved equal, unless otherwise noted, galvanized. 6. Round Plate Washers: ASTM F844. 7. Expansion Bolts: Dyna-Bolt, Kwik-Bolt, Tru-Bolt, or approved equal. E. Pressure Treatment (Decay and Termite Prevention): 1. Pressure treat for decay and termite prevention, wood materials, which are embedded in or set against concrete, masonry, plaster, or roofing, or where otherwise exposed to continuing dampness or moisture required by Uniform Building Code. Where materials are also required to be treated for fire retardance, fire retardant shall be in lieu of decay and termite treatment. 2. Treat in accord with Reference Standard 1.2A.4. and 1.2A.5 quality marked as per Reference Standard 1.2A.6. 3. Treat with either of the following processes at Contractor option except do not use waterborne salts where wood is in contact with built-up roofing and other bituminous products. Creosote type preservatives are not permitted. a. Alkaline copper Quatenary (ACQ) 0.6 retention or ACZA in a water carrier (AWPB LP -2 quality marked). b. Members treated with waterborne salts shall be dried to a moisture content not exceeding 19% after treatment. 4. Where possible, pre-cut material before treatment. 5. Holes and cut-offs and handling and storage shall be in accord with AWPA M-4. 6. Ensure that ferrous metal fastenings and items in contact with wood treated with waterborne salts are hot dip galvanized (1.25 oz. coating). 2.2 MOISTURE CONTENT A. At time of closing in: 15% maximum for 2x thickness or less; 19% maximum for thickness greater than 2x, and 22% maximum thickness greater than 4x. 2.3 SIZES A. Surfaced to "Dry" sizes. Sizes noted are nominal unless shown as net. 2.4 SURFACING A. S4S unless noted or specified elsewhere. Section 06100 - 3 East Third Avenue Landfill Closure Phase II /Seal Point Park Project No. 460531 PART 3 — EXECUTION 3.1 ERECTION AND INSTALLATION A. General: 1. All materials shall be approved grade and identified by a grade mark. U.B.C. Section 2305. 2. Minimum nailing of structural members shall be in accordance with U.B.C. Table 23- 1-Q U.B.C. Section 2305. 3. Any wood located nearer than 6 inches to the earth shall be treated wood or wood of natural resistance to decay. U.B.C. Section 2317.8.7. 4. The building shall be adequately braced per U.B.C. Section 2326.11.3. B. Bridging and Blocking: Conform to UBC Sections 2306.7, 2326.8.6, 2326.11 and 2326.12. Provide 2x blocking at intersections of finished surfaces for adequate bearing and at points where required for internal support of fixtures, hardware, and other equipment suspended from ceiling or mounted on walls. C. Connections and Fastenings: Conform to Sec. 2311, Uniform Building Code. Unless otherwise specified or shown on the Drawings, conform to minimum nailing requirements of Table 23 -I -Q. For bolted connections, provide washers under heads and nuts bearing on wood, and draw nuts tight. Retighten before closing in framing. D. Coordinate with Roofing Section and provide treated cants, stops, blocking and nailers for flashings in accord with roofing manufacturer's requirements. Fit cant strips flush at ends. E. Wood cams, blocking, backing, and nailers for perimeter sheet metal flashings shall be anchored in accord with recommendations contained in Reference Standard 1.2A.8. F. Sill Plates: Sill plates on concrete shall be pressure treated (decay and termite) Douglas fir or larch. Unless otherwise noted, plates shall be attached with a minimum of 5/8" diameter steel anchor bolts at a maximum spacing of 4'-0" o/c. with a minimum of two bolts per piece of sill plate and a bolt located within 12" of each end of each piece. G. Framing: Conform to UBC Sec. 2326 where same covers points not indicated in the Drawings. Properly lay out framing with pieces closely fitted, accurately plumbed, levelled and aligned, and rigidly secured in place. Select corner studs and trimmers free of crook or wind; plates free from perceptible variations from straight line. Set joists and beams with crown up. Set headers on edge, doubled and supported at each end by cripples unless otherwise shown. H. Except as specifically shown on Structural Drawings, cutting of all wood joists, beams, wall framing, etc., is limited to those cuts permitted by UBC Secs. 2306.2.2, 2326.11.9, and 2326.12.4. I. Plywood: 1. (General): Unless more stringent requirements are indicated on the Drawings or required by Code, application and nailing of plywood shall be in accord with recommendations of the American Plywood Association. Use full 4' x 8" sheets Section 06100 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I i p 1 I p I I I I I I I I I I 1 I I I I I I wherever possible to minimize joints, with minimum sheet size at any vent in either direction to be 24". 2. Roof Sheathing: Unless otherwise indicated, install with long dimension of panel across supports with panel continuous over two or more spans. Stagger end joints and locate over framing. Allow 1/8" spacing at panel ends and '''A" at panel edges unless otherwise recommended by panel manufacturer. 3. Plywood Soffits and Paneling: Allow 1/8" spacing at panel ends and edges unless otherwise recommended by panel manufacturer. Nail with hot dip galvanized siding nails. Use 6d for 'A" and less material and 8d for greater thickness . Where plywood is applied over backing, make nail length sufficient for penetration of '" length in bearing. Space nails 6" o/c. at panel edges and 12" o/c. at intermediate bearings. Align in both directions. Locate joints only when indicated on Drawings. Transverse joints will not be permitted unless specifically shown. Install soffit vents to fit neatly, plywood edges fully concealed, and joints of vent units butted. 4. Plywood used for roof sheathing shall be bonded by glue. If exposed in the underside, bonded with exterior glue. U.B.C. Section 2317.9. J. All foundation plates or sills and sleepers on concrete or masonry foundations in direct contact with earth shall be treated wood or foundation grade redwood, all marked by an approved agency; U.B.0 Section 2317.4. K. Wood used in retaining walls or crib walls shall be treated woods; U.B.C. Section 2317.11. L. Columns and posts located on concrete or masonry floors or decks exposed to the weather or to the water splash or in basements supporting permanent structures shall be supported by concrete piers or metal pedestals projecting at least 6 inches above exposed earth or 1 inch above the floor unless wood of natural resistance to decay or treated wood is used. U.B.C. Section 2317.5. M. Positive connection shall be provided between post and beam or girder construction per U.B.C. Section 2324 and 2326.7. N. Joists: 1. Allowable Spans for floor joists, ceiling joists, and rafters shall be in accordance with U.B.C. Tables 23 -I —V -J-3, 23 -8 -V -J-4, and 23 -I -V -R-1 through 23 -I -V -R-12 U.B.C. Section 2326.8.1 and 2326.12.2. 2. Floor Joists shall be supported laterally at the ends and at each support by solid blocking. U.B.C. Section 2326.8.3. 3. Trimmer and header joists shall be doubled or of lumber of equivalent cross section when the span exceeds four feet. U.B.C. Section 2326.8.5 4. The ends of header joists more than six feet long shall be supported by framing anchors or joist hangers unless bearing on a beam, partition or wall. U.B.C. Section 2326.8.4 0. Studs: 1. The size, height, and spacing of studs shall be in accordance with Table 25 -I -R -E. U.B.C. Section 2326.11.2. 2. Studs shall be placed with their side dimension perpendicular to the wall. U.B.C. Section 2326.11.2. Section 06100 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 P. Rafters: 1. Rafters shall be framed directly opposite each other at the ridge. U.B.C. Section 2326.12.3. 2. Rafter ties shall be used to tie rafters together when the ceiling joists are not parallel with the rafters. Ties shall be spaced not more than 4 feet on center and using a minimum 1x4. U.B.C. Section 2326.12.6. 3. Roof rafters and ceiling joists shall be supported laterally to prevent rotation and lateral displacement when required by U.B.C. Section 2306.7. U.B.C. Section 2326.12.8. 4. All hip and valley rafters shall be not less than 2 -inch nominal thickness and not less in depth than the cut end of the rafter. U.B.C. Section 22326. 5. Trimmer and header rafters framing around openings shall be doubled, or of lumber of equivalent cross section when the span of the header exceeds 4 feet. The ends of the header rafters more than 6 feet long shall be supported by framing anchors or rafter hangers unless bearing on a beam, partition or wall. U.B.C. Section 2326.12.5. 6. Ridge boards shall be at least 1 -inch nominal thickness and not less in depth than the cut end of the rafter. U.B.C. Section 2326.12.3. Q. Clearances and Bearing: 1. Provide a minimum one-half inch air space around sides and ends of girders entering masonry or concrete per U.B.C. Section 2317.6. 2. Provide a minimum of one and one-half inch bearing for joists resting on wood or metal not less than three inches on masonry. U.B.C. Section 2326.8.2. 3. Provide a minimum of 3 -inch bearing for ends of beams or girders supported on masonry or concrete per U.B.C. Section 2326.7. END OF SECTION Section 06100 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I I I I I I I I 1 I I I I I I I I I I I i I I I 1 I I I i 1 SECTION 06200 Sf 1 E CARPENTRY PART 1- GENERAL 1.1 DESCRIPTION A. Provide all labor, equipment and materials for the installation of site carpentry for fences, trash enclosure gates, and outdoor classroom deck as shown on the drawings and specified. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A123 Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. ASTM A307 Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 3. ASTM D1761 Standard Test Methods for Mechanical Fasteners in Wood. 4. ASTM D1037 Standard Test Methods for Evaluating Properties of Wood -Base Fiber and Particle Panel Materials. B. Federal Specifications (FS): 1. FS FF-S-111D Screws, Wood. 2. FF-S-325 Expansion Shields. C. American National Standards Institute (ANSI): 1. ANSI B18.2.1 Square and Hex Bolts and Screws, Inch Series. D. International Conference of Building Officials (ICBO): 1. ICBO Report ER -5747 Plastics (188) - Trex Wood -Polymer Composite Lumber. 2. Uniform Building Code. E. Trex Company (Wood Composite Lumber): 1. Trex Contractors Handbook. 2. Trex Decking Span Chart. 1.3 QUALITY ASSURANCE A. Douglas Fir: As graded by a certified grading agency approved by the USDA American Lumber Standards Committee. B, Cedar: As graded by a certified grading agency approved by the USDA American Lumber Standards Committee. C. Redwood: "Standard Specifications for Grades of California Redwood Lumber" graded under the rules of the Redwood Inspection Service. Section 06200 - 1 East Third Avenue Landfill Closure Phase If / Seal Point Park Project No. 460531 D. Lumber: Grade stamp to contain symbol of grading agency, mill number of name, grade of lumber, species of species grouping or combination designation, rules under which grades, where applicable, and condition of seasoning at time of manufacture. E. Softwood Plywood: Appropriate grade trademark of the American Plywood Association. 1. Type, grade, class and Identification Index. 2. Inspection and testing agency mark. F. Pressure Treatment of Wood: In accordance with the American Wood Preservers Institute (AWPI) Standards. G. WOOD COMPOSITE LUMBER: 1. In accordance with the Trex Contractors Handbook. 2. In accordance with the Trex Decking Span Chart. H. Abbreviations: AD - air dried. KD - kiln dried. VG - vertical grain. FG - flat grain. RWD - redwood. DF - Douglas Fir. PT - pressure -treated. All wood surfaced, four sides, unless otherwise designated "rough". 1.4 PROTECTION A. Lumber shall be stored in neat stacks at the site unless it is to be used immediately. All lumber shall be piled so that it may be readily inspected and shall be handled in a manner that will avoid injury or breakage. B. Immediately upon delivery to jobsite, place materials in area protected from weather. C. Take special care when handling. D. Store lumber on a flat surface with skids above ground as necessary to prevent warping. E. When stacking palleted units, start supports at each end and spaced 24" o. c. F. Line up supports vertically. 1.5 SUBMITTALS A. Submit listed submittals in accordance with Section 01340. B. Submit Wood Composite Lumber manufacturer's product data and installation instructions including details of anchors, hardware and fasteners. C. Submit selection and verification samples of Wood Composite Lumber decking in color and thickness as specified. D. Certifications: 1. Pressure -treated wood: Submit certification by treating plant stating chemicals and process used, net amounts of slats retained, and conformance with applicable standards. 2. Submit manufacturer's certificate decking products meet or exceed specified requirements. Section 06200 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 I 1 1 I 1 1 1 1 I 1 1 1 1 I 1 I I I I i I i I I I I I 1 1 I 1 PART 2 - MATERIALS 2.1 LUMBER A. Except where otherwise noted, all lumber shall conform to the allowable characteristics permitted within the applicable grading rule. No splits, checks, holes, decay or other irregularities will be permitted except characteristic of that grade. B. Lumber shall be as follows: 1. Unless otherwise indicated on drawings or specified, lumber shall be Douglas Fir No. 1. 2. Pressure Treated Lumber for Deck support structure: Douglas fir, No. 1, pressure -treated as noted below. 2.2 WOOD COMPOSITE LUMBER A. Trex Wood Composite Lumber Decking: 1. Material Description: Solid composite material consists of approximately 50% wood fibers by weight with the remainder of the material being a thermoplastic polymer plastic material. 2. Size(s): As shown. 3. Color: Winchester Grey. 2.3 ACCESSORIES A. Hardware: Provide all necessary nails, screws, clips and bolts required for proper installation of wood and wood composite lumber decking: Sizes and quantities as required by code authority having jurisdiction, unless more stringent requirements specified elsewhere. 1. Bolts, Exterior Use: a. Material Standard: Comply with ASTM A307, with standard washers. b. Finish: Galvanized, ASTM A123. c. Size: As shown. 2. Lag Screws: a. Material Standard: Comply with ANSI B18.2.1. b. Finish: Hot dipped galvanized for exterior use. 3. Expansion Shields: a. Material Standard: Comply with Fed Spec. FF-S-325, Type 1, Group III, Self -drilling, 4. Nails, General: a. Material Standard: Comply with ASTM F1667. b. Type: Common unless otherwise indicated. c. Finish: Hot dipped galvanized for exterior use. 5. Square -Head -Drive Self -Taping Screws a. Stainless steel Trimscrews or equal. 2.4 PRESERVATIVE A. Preservative -treated Lumber shall be pressure -treated for "Salt Water Splash" with ACQ, 0.60 retention, in conformance with AWPI Standard. PART 3 - EXECUTION 3.1 EXAMINATION Section 06200 - 3 East Third Avenue Landfill Closure Phase II ! Seal Point Park Project No. 460531 A. Site Verification of Conditions: 1. Verify that site conditions are acceptable for installation of materials. 2. Do not proceed with installation of wood and wood composite lumber until unacceptable conditions are corrected. 3.2 INSTALLATION A. Workmanship shall be first class throughout. All lumber (except Wood Composite Lumber) shall be accurately cut and framed to a close fit and shall have even bearing over the entire contact surface. All joints shall be square and tight unless otherwise shown. No shimming will be permitted in making joints. Work shall be free of hammer marks, dents or other disfiguration. Nails and other hardware to be sized per U.C.B. Nailing Schedule and to be seated flush unless otherwise shown. Counter -sink finishing nails 1/16 inch. Holes for bolts shall be bored with a bit 1/16 inch larger than the bolt. Holes for lag screws shall be bored with a bit not larger than the base of the thread. 3.3 PRESERVATIVES A. Apply specified preservative to all wood in contact with ground including framing for deck. Moisture content of wood at time of application shall not exceed 25%. When any framing, cutting or boring of treated wood is performed after treatment, swab all cuts, dips and holes thoroughly with heavy application of the same preservative specified for the treatment of the lumber. Install cut end above grade only. B. Holes for drift pins and dowels in untreated timber shall be bored with a bit 1/16 inch less in diameter than the pin or dowel. Holes for drift pins and dowels in treated timber shall be bored with a bit of the same diameter as the pin or dowel. Holes in small timbers for wire spikes shall be bored with a bit of the same diameter or smallest dimension of the spike, when necessary, to prevent splitting. C. Bolts 5/8" and less in diameter shall be fitted with cut washers, and all bolts and lag screws over 5/8" in diameter shall be fitted with cast or malleable iron washers unless otherwise shown on the Drawings. Select bolt length to fit situation. Where bolts project beyond nut, cut off to a point 1/8" from nut and paint same day with heavy coat of Zinc Chromate primer paint and one coat of Aluminum finish paint (to match the galvanized bolt finish, unless otherwise noted). D. Exposed nails in exterior work shall be hot -dipped galvanized. 3.4 WOOD COMPOSITE LUMBER MANUFACTURER'S INSTRUCTIONS A. Comply with the instructions and recommendations of the wood composite lumber manufacturer. 1. Comply with the methods detailed in manufacturer's Trex Contractors Handbook. 3.5 INSTALLATION OF WOOD COMPOSITE LUMBER A. Special Techniques: As specified in manufacturer's Trex Contractors Handbook B. Interface with other Work: Section 06200 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I 1 1 I I 1 I I I I S I I C. Site Tolerances: As recommended in manufacturer's Trex Contractors Handbook. D. Framing: 1. Erect framing true, plumb and level. 2. Provide temporary bracing as required to maintain lines and levels until permanent members are in place. 3. Install miscellaneous connectors, anchors and accessories as indicated and required for a complete installation. 4. Attach decking with stainless steel square head drive self -tapping Trimscrews, or other equal stainless steel screws manufactured for use with plastic lumber. 5. Drive screw 1/8" below surface. After countersinking, pinch the displace mater and hit with a hammer to cause the excess plastic/wood to fill the hole to conceal the head. 6. Place fasteners no closer than 1" from edge of board. 7. Install when temperature range is between 40 to 75 degrees Fahrenheit. E. Gapping: 1. Ensure boards are gapped end -to -end and width to width as described in the Trex Contractors Handbook. 2. Use manufacturer's gapping guidelines to calculate end spacing. 3. Work in which boards are incorrectly gapped will be rejected. 4. For decking spans, also refer to Trex Contractor Handbook. Contractor shall refer to Drawings and to Trex Contractors Handbook and shall follow which ever requires spans to be closest. Manufacturer's span charts are for decking installed perpendicular to the joists. 5. When installing decking at a 45degree angle to the joist, joist spacing shall be reduced by a minimum of 4". 6. When using Trex as stair treads, the minimum size allowed is 2 x 6 and the maximum center -to -center spacing between joists is 12". F. Spans: 1. Ensure decking spans do not exceed the requirements of the Trex Decking Span Chart. 2. Work in which boards are incorrectly spanned will be rejected. 3.6 FINISH A. See Site Painting , 09910, for wood finish. 3.7 CLEANING OF WOOD COMPOSITE LUMBER A. Comply with cleaning instructions as described in the Trex Contractors Handbook. 3.8 PROTECTION A. Protect installed work from damage due to subsequent construction activity on the site. END OF SECTION Section 06200 - East Third Avenue Landfill Closure Phase II / Seal Point Park 5 Project No. 460531 I 1 I I I I I I 1 I I I. I I 1 I I I 1 SECTION 06420 PANELING PART 1 — GENERAL 1.1 SECTION INCLUDES A. Interior Ceiling and Wall Boards for Restroom and Entry Kiosk. B. Exterior Wood for Restroom and Entry Kiosk. 1.2 RELATED SECTIONS A. Rough Carpentry: Section 06100. B. Site Painting: Section 09900. 1.3 SUBMITTALS A. Procedures: In accordance with Section 01330, "Submittal Procedures." B. Product Data: Manufacturer or Supplier specification, care and installation instructions. C. Shop Drawings: Indicate materials, wood species, profiles, and fastening methods. D. Samples: 12 inch long sample of each specified type of wood with 1 of sample having specified finish for verification of City's Representative. 1.4 QUALITY ASSURANCE A. Lumber: 1. Do not use twisted, warped, bowed, or otherwise defective lumber. 2. Sizes indicated are nominal, unless otherwise indicated 3. Do not mark or color lumber, except where such marking will be concealed in fmish work. PART 2— PRODUCTS 2.1 LUMBER MATERIALS A. General: 1. Material made to profiles and details shown on Drawings (and accepted shop drawings). Material shall be left in suitable condition for specified finish. Kerf backs of wide flat members greater than 5-1/2 inches in width. Kerf depth shall be equal to one-half depth of member and shall not be more than 1 inch apart. 2. Moisture Content: Conform to the standards published I the WIC "Manual of Millwork" WIC for finish grade of lumber. a. Interior Millwork: Kiln -dried. Section 06420 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 b. Exterior Millwork: "S -Dry" 19 percent maximum moisture content except as otherwise noted as KD. 3. To the degree of product availability, provide the Smart Wood/FSC (Forest Stewardship Council) label. B. Interior Walls and Ceilings: 1. Species: Alaskan Yellow Cedar. 2. Product Pattern and Intended Use: V Match Tongue and Groove Board. 3. Size: 1 x 6. 4. Grade: A Clear. 5. Grading Agency Paragraph: NLGA 200b, WCLIB 102-c. 6. Moisture Content: Kiln dried. 7. Surface to be Exposed: Surface visible face. 8. Finish: Pure Tung Oil. C. Exterior Walls and Soffits: 1. Species: Alaskan Yellow Cedar. 2. Product Pattern and Intended Use: V Match Tongue and Groove Board. 3. Size: 1 x 6. 4. Grade: A Clear. 5. Grading Agency Paragraph: NLGA 200b, WCLIB 102-c. 6. Moisture Content: Kiln dried. 7. Surface to be Exposed: Surface visible face. 8. Finish: Pure Tung Oil. D. Exterior Restroom Alcove Bench: 1. Species: Alaskan Yellow Cedar. 2. Product Pattern and Intended Use: Dimensional Solid. 3. Size: 2 x 6. 4. Grade: A Clear. 5. Moisture Content: Kiln dried. 6. Surface to be Exposed: Surface visible face. 7. Finish: Pure Tung Oil. 2.2 FASTENERS A. Rough Hardware: 1. Exposed fasteners shall be stainless steel 2. Siding: Siding nails with blunt or medium diamond point and ring -threaded or spiral - threaded shank, of sufficient length to penetrate backing 1-1/2" inch. 3. Furnish items required to complete the Work. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify adequacy of backing and support framing. Section 06420 - 2 East Third Avenue Landfill Closure Phase n! Seal Point Park Project No. 460531 1 r 1 I I I I 1 I I I I I I 1 I r 1 I I I I I I I I I I I B. Verify building items affecting Work of this Section are placed and ready to receive this work. 3.2 INSTALLATION A. Install Work in accordance with WIC Custom Quality Standard except where otherwise shown or specified requiring a higher standard. B. Set and secure materials and components in place, plumb and level. C. Install without splices except as otherwise shown or accepted by City's Representative. D. Carefully scribe Work abutting other components, with maximum gaps of 1/32 -inch. E. Fastening: Exterior anchorage details as shown or as accepted by City's Representative. F. Hammer or tool marks or marred surfaces and edges will not be acceptable on any exposed finished surfaces and, as evidence of inferior workmanship, shall be cause for rejection of such Work. END OF SECTION Section 06420 - 3 East Third Avenue Landfill Closure Phase lI / Seal Point Park Project No. 460531 DIVISION 7 - THERMAL AND MOISTURE PROTECTION East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 07210 THERMAL INSULATION 1 I I I I1 I I I I I I I PART 1 — GENERAL 1.1 SUMMARY A. Section Includes (but Is Not Necessarily Limited to): 1. Thermal insulation in roof construction. 2. Reflective Insulation/Radiant Barrier Material for Restroom building. B. Related Sections: 1. Underlayments: Section 07265. 2. Sheet Metal Roofing: Section 07610. 3. Rough Carpentry: Section 06100. 1.2 SUBMITTALS A. Procedures: In accordance with Section 01330, "Submittals." B. Product Data: Manufacturer's literature for Material Safety Data Sheets and product characteristics indicating conformance with specified ASTM Class requirements, UL and FM certification documents. 1.3 QUALITY ASSURANCE A. Install tapered roof insulation in accordance with the manufacturer's approved shop drawings. B. Each tapered panel shall be labeled with a code letter to identify its slope and to identify its proper position on the roof Each panel shall also be marked with an arrow to identify direction of slope. PART 2- PRODUCTS 2.1 MATERIALS A. At Kiosk building: Tapered Insulation made of closed cell polyiso foam core integrally bonded to a perlite or other type dimensionally rigid board facer as manufactured by Johns Manville, Atlas Roofing, or equal. B. At Maintenance building Rigid Insulation foam core either integrally bonded to a perlite or other type dimensionally rigid board facer as manufactured by Johns Manville, Atlas Roofing, Owens Corning, or equal. C. At Restroom provide radiant barrier system (RBS), also referred to as internal foil reflector in drawings. Section 07210 -1 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 D. Whereas Tapered or Rigid Insulation supplied without laminated board, contractor shall provide a wood fiber overlayment board conforming to ASTM C208; minimum 'A" thick. E. Provide other materials not specifically described but required for complete and proper installation subject to the acceptance of City's Representatives. PART 3 - EXECUTION 3.1 EXAMINATION A. Check that tapered slope does not interfere with other parts of construction and conflict with design intent. B. Verify that substrate, adjacent materials, and insulation are dry and ready to receive insulation/application. Do not proceed until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. Install insulation in accordance with insulation manufacturer's instructions. B. Install in spaces without causing or leaving gaps or voids. C. Trim insulation neatly to fit spaces. D. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within the plane of insulation. Leave no gaps or voids. E. Use spray foam insulation of a type approved by governing agencies to close any unavoidable gaps or voids. F. At Restroom provide radiant barrier system (RBS) under structural sheathing and over finish ceiling material. END OF SECTION Section 07210 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I 1 1 I 1 I I 1 I I 1 I i 1 I t I 1 I I I I 1 SECTION 07260 VAPOR RETARDERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes (but Is Not Necessarily Limited to): 1. Vapor retarder under concrete slab -on -grade. 2. Sand protection course. 13. Related Sections: 1. Site Grading and Refuse Relocation: Section 02310. 2. Cast -in -Place Concrete: Section 03300. 1.2 SUBMITTALS A. Procedures: In accordance with Section 01330, "Submittals." B. Product Data: Manufacturer's literature for vapor retarder indicating conformance with specified ASTM Class requirements. PART 2- PRODUCTS 2.1 MATERIALS A. Vapor Retarder: 10 -mil polyethylene sheeting complying with ASTM D4397. B. Sand: ASTM C33, uniformly graded, clean sand, free from excessive fines, organic materials, and other deleterious substances. C. Vapor -Retarder Tape: Minimum 2 -inch -wide self -adhering type designed to maintain vapor retarder integrity. PART 3 - EXECUTION 3.1 EXAMINATION A. Check that areas to receive vapor retarder are clean and dry. B. Check that drains and other penetrations of the membrane are completed. 3.2 INSTALLATION A. Install vapor retarder over base course. 1. Lap 6 inches, and tape. 2. Run vapor barrier continuous under thickened slab and up outside vertical face of thickened slab. Cut off below grade Section 07260 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 B. Seal penetrations of vapor retarder with tape to create air -tight seal between penetrating objects and vapor retarder. C. Repair tears and punctures in vapor retarder immediately before concealment by other work: Cover with tape or another layer of vapor retarder. D. Provide protection cover of sand over vapor retarder. 1. Screed and level before reinforcing or concrete is placed. 2. Moisten sand prior to placing concrete. END OF SECTION Section 07260 - 2 East Third Avenue Landfill Closure Phase II ! Seal Point Park Project No. 460531 SECTION 07265 UNDERLAYMENTS PART 1 — GENERAL 1.1 SUMMARY A. Sections Includes: I I I I I 1 I I I 1. Sheet Metal Roof Panels, Flashings and Miscellaneous Sheet Metal Underlayment: Provide sheet membrane underlayment at metal roof panels, flashings, and sheet metal, with accessories as required for complete watertight installation. 2. Membrane Flashing at Penetrations: Provide sheet membrane underlayment and flashing for around penetrations through building paper, with accessories as required for complete watertight installation. B. Related Sections: 1. Sheet Metal Flashing and Trim: Section 07620. 2. Sheet Metal Roofing: Section 07610. 3. Thermal Insulation: Section 07210. 1.2 SUBMITTALS A. Product Data: Furnish manufacturer's literature for each type of underlayment. B. Shop Drawings: Submit for metal flashings, as related to underlayment. 1. Clearly indicate general construction, configurations, jointing methods and locations, fastening methods and locations and installation details. C. Samples: Furnish samples of each material. 1.3 QUALITY ASSURANCE A. Pre -Installation Meeting: Convene one week prior to commencing work; require attendance of parties directly affecting underlayment. 1. Review procedures and coordination required with related work. 1.4 WARRANTY A. Special Warranty: Provide for correcting failure of underlayment to resist penetration of water. 1. Repair underlayment and pay for or replace damaged materials or surfaces. 2. Special Warranty Period: Two years. PART 2- PRODUCTS 2.1 MATERIALS Section 07265 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 A. Metal Roof Panel, Sheet Metal and Flashing Underlayment: Rubberized asphalt sheet membrane with primers and seam sealers as required for complete watertight installation; provide materials compliant with applicable limitations on volatile organic compounds. 1. Acceptable Manufacturers: a. Grace Construction Products/Vycor Ice and Water Shield or Vycor Ultra. b. Carlisle Corp./Dri-Start Hr. c. TC MiraDRI/MiraDRI WIPP 200 or 300HT. B. Membrane Flashing at Penetrations: Rubberized asphalt sheet membrane with primer and seam sealers as required for complete watertight installation; provide materials compliant with applicable limitations on volatile organic compounds. 1. Acceptable Manufacturers: a. Grace Construction Products/Vycor Ice and Water Shield Strips or Vycor V40. b. Carlisle Corp./Dri-Start Hr. c. TC MiraDRI/MiraDRI WIPP 200 or 300HT. C. Concealed Metal Flashings Integral with Underlayments: Minimum 26 gage thick steel with minimum 0.90 oz/sq. ft. galvanized coating; ASTM A361. 1. Fasteners: Standard round wire type of hot dipped galvanized steel; minimum 19/64" head diameter and 0.1.4: shank diameter; minimum 7/8" long. D. Bituminous Paint: Acid and alkali resistant type; black color. 2.2 FLASHING FABRICATION A. Fabricate Metal flashings as recommended by Sheet Metal and Air Conditioning Contractors National Association (SMACNA) "Sheet Metal Manual". B. Form Flashings to drain water to exterior at roofing and siding construction for penetrations, sill and header flashings. C. Form sections square, true and accurate to size, in maximum possible lengths and free from distortion and other defects detrimental to appearance or performance. D. Hem exposed edges of metal flashings minimum `'4" on underside. E. Apply bituminous paint on concealed surfaces of metal flashings. Section 07265 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No: 460531 1 1 1 1 I 1 I I 1 1 I I i i I 1 1 1 1 i 1 I 1 1 i 1 i 1 I 1 I I I 1 1 PART 3 — EXECUTION 3.1 PREPARATION A. Install underlayment over surfaces that are dry, free of ridges, warps and voids that could damage paper. B. Coordinate installation with installation of components and items projecting through underlayment. 3.2 FLASING INSTALLATION A. Install flashings as recommended by Sheet Metal and Air Conditioning Contractors National Association (SMACNA) "Sheet Metal Manual". B. Weatherlap joints minimum 2" and seal with plastic cement; secure in place. C. Fastenings: Concealed in completed installation. 3.3 UNDERLAYMENT INSTALLATION A. Install underlayment in accordance with recommendations of underlayment manufacturer and of manufacturers' of other products to cover underlayment; comply with applicable code requirements. 1. Layers: Weatherlap joints as recommended by system manufacturer, not less than 2' at building paper. a. All Areas: Provide one layer sheet membrane underlayment. 2. Secure underlayment in place, stagger joints between layers; lap ends minimum 6"; stagger end joints. 3. Apply layer of sheet membrane underlayament extending minimum 18" from penetrations, including windows and doors; start at bottom of penetration and weatherlap joints; apply top layer over metal flashing to direct arter to exterior. B. Apply lap cement on building paper underlayment starter strip. C. Weatherstrip items projecting through underlayment and seal. END OF SECTION Section 07265 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I I I I I I I I I i I I1 I I SECTION 07610 SHEET METAL ROOFING PART 1- GENERAL 1.1 SECTION INCLUDES A. Preformed, pre -finished metal roofing and flashings. B. Miscellaneous trim, flashing, closures, drip flashing, and accessories. C. Self -adhering sheet underlayment D. Fastening devices. 1.2 RELATED SECTIONS A. Section 05120: Structural Steel. B. Section 05500: Metal Fabrication. C. Section 07265: Underlayments. D. Section 07620: Sheet Metal Flashing and Trim. E. Section 07920: Joint Sealers. 1.3 REFERENCES A. American Iron & Steel Institute (AISI) Specification for the Design of Cold formed Steel Structural Members. B. ASTM A653 Steel Sheet, Zinc -Coated (Galvanized) C. ASTM E1646-95 Standard Test Method for WATER PENETRATION of Exterior Metal Roof Panel Systems by Uniform Static Air Pressure Difference. F. ASTM El 592 Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference. F. Spec Data Sheet - Galvalume Sheet Metal by Bethlehem Corp. G. SMACNA - Architectural Sheet Metal Manual. H. Building Materials Directory - Underwriter's Laboratories, Test Procedure 580. 1.4 ASSEMBLY DESCRIPTION A. The roofing assembly includes preformed sheet metal panels, related accessories, valleys, eaves, corners, rakes, miscellaneous flashing and attaching devices. Section 07610 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.5 SUBMITTALS A. Submit detailed drawings showing layout of panels, anchoring details, joint details, trim, flashing, and accessories. Show details of weatherproofing, terminations, and penetrations of metal work. B. Submit manufacturer's product literature, specifications and installations recommendations for all manufactured products. C. Submit a sample of each type of roof panel, complete with factory finish. D. Submit a sample of self -adhering roofing underlayment. E. Submit results indicating compliance with minimum requirements of the following performance tests: 1. Water Infiltration ASTM E 331-86. 2. Wind Uplift - U.L.90. D. Submit calculations with registered engineer seal, verifying roof panel and attachment method resists wind pressures imposed on it pursuant to applicable building codes. 1.6 QUALITY ASSURANCE A. Manufacturer: Company specializing in Architectural Sheet Metal Products with documented successful experience manufacturing roofing similar to that required for this Project. B. No product substitutions shall be permitted without meeting specifications. 1.7 DELIVERY, STORAGE AND HANDLING A. Upon receipt of panels and other materials, installer shall examine the shipment for damage and completeness. B. Panels should be stored in a clean, dry place. One end should be elevated to allow moisture to run off. C. Panels with strippable film must not be stored in the open, exposed to the sun. D. Stack all materials to prevent damage and to allow for adequate ventilation. 1.8 WARRANTY A. Paint finish shall have a twenty year guarantee against cracking, peeling and fade (not to exceed 5 N.B.S. units). B. "Galvalume" material shall have a twenty year guarantee against failure due to corrosion, rupture or perforation. Section 07610 - 2 East Third Avenue Landfill Closure Phase IT / Seal Point Park Project No. 460531 I 1 1 I I I 1 1 I 1 1 1 1 I I I I I1 C. Applicator shall furnish guarantee covering watertightness of the roof. PART 2- PRODUCT 2.1 ACCEPTABLE MANUFACTURERS A. Berridge Manufacturing Company, Houston, Texas, or equal. 2.2 SHEET MATERIALS A. Prefinished Metal shall be hot -dipped galvanized in accordance with ASTM A653 Grade C G90 Coating A653 24 Gauge core steel, or prefinished "Galvalume," ASTM A792 AZ - 55. B. Unfinished Metal shall be Grade C Galvalume ASTM 792, AZ 55, "Satin Finish." C. Finish shall be "Preweathered Galvalume" (as listed by Manufacturer), full strength Kynar/Hylar 500 Fluoropolymer coating, applied by the manufacturer on a continuous coil coating line, with a top side dry film thickness of 0.70 to 0.90 mil over 0.25 to 0.35 mil prime coat, to provide a total dry film thickness of 0.95 to 1.25 mil. Bottom side shall be coated with primer with a dry film thickness of 0.25 mil. Finish shall conform to all tests for adhesion, flexibility, and longevity as specified by the Kynar/Hylar 500 finish supplier, or equal. D. Strippable film shall be applied to the top side of the painted coil to protect the finish during fabrication, shipping and field handling. This strippable film must be removed before installation. 2.3 ACCESSORY MATERIALS A. Fasteners: Stainless Steel with washers where required. B. Sealant: As specified in Section 07920. C. Vinyl Weatherseal Insert. D. Self -Adhering Sheet Underlayment: 40 -mil -thick composite of polyethylene film and self adhesive, rubberized asphalt, with embossed slip -resistant surface; "Ice and Water Shield" by Grace Construction Products, Protecto-Wrap, or equal, unless otherwise noted. See Section 07265 Underlayments. 2.4 FABRICATION A. All exposed adjacent flashing shall be of the same material and finish as the roof panels. B. Hem all exposed edges of flashing on underside, 1/2 inch. 2.5 STANDING SEAM TEE -PANEL A. Panels shall have 12-3/4 inch on -center seam spacing with a seam height of 1 inch. Section 07610 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Panels shall be site -formed with portable roll former in continuous lengths from eave to ridge or factory fabricated to 40 feet maximum length. C. Snap -on seams shall be 1 inch in height and shall contain factory -applied extruded vinyl weather seal Insert to prevent siphoning of moisture through the standing seam. D. Concealed anchor clips shall be spaced as required to meet uplift loads (maximum of 24 inches on center). E. When required, Panel assembly shall bear Underwriter's Laboratories Label UL90, pursuant to Construction Number 296 and applicable Fire Ratings. F. Certification shall be submitted, based on independent testing laboratory, indicating no measurable water penetration beyond allowable tolerances through the system when tested in accordance with ASTM E1646. PART 3 - EXECUTION 3.1 INSPECTION A. Substrate: 1. Examine plywood to ensure proper attachment to framing. 2. Inspect roof deck to verify deck is clean and smooth, free of depressions, waves or projections, level to +/- 1/4" in 20', and properly sloped to valleys or eaves. 3. Verify roof openings, pipes, sleeves, or vents through roof are solidly set, cant strips and reglets in place, and nailing strips located. 4. Verify deck is dry and joints in wood deck to be solidly supported and nailed. 3.2 INSTALLATION A. Comply with manufacturers standard instructions and conform to standards set forth in the Architectural Sheet Metal Manual published by SMACNA, in order to achieve a watertight installation. B. Install metal roofmg over self -adhering roofing underlayment to form a continuous membrane. Install underlayment in accordance with manufacturer's instructions and recommendations. C. Install panels in such a manner that horizontal lines are true and level and vertical lines are plumb. D. Install starter and edge trim before installing roof panels. E. Remove protective strippable film prior to installation of roof panels. F. Attach panels using manufacturer's standard clips and fasteners, spaced in accordance with approved shop drawings. G. Install sealants for preformed roofing panels as approved on shop drawings. H. Do not allow panels or trim to come into contact with dissimilar materials. Section 07610 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 I I 1 1 1 I 1 I 1 1 I 1 1 I I. Do not allow traffic on completed roof If required, provide cushioned walk boards. J. Protect installed roof panels and trim from damage caused by adjacent construction until completion of installation. K. Remove and replace any panels or components which are damaged beyond successful repair. 3.3 CLEANING A. Clean any grease, finger marks or stains from the panels per manufacturer's recommendations. B. Remove all scrap and construction debris from the site. END OF SECTION Section 07610 - 5 East Third Avenue Landfill Closure Phase II Seal Point Park Project No.460531 1 1 I 1 I 1 SECTION 07620 SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 3.1 SECTION INCLUDES A. Shop and field formed galvanized steel roofmg accessories and trim, including: 1. Counter flashing and base flashing. 2. Wall flashing and expansion joints. 3. Scuppers (rain drainage). 4. Exposed trim/fascia units. B. Miscellaneous accessories and flashing as shown or required. C. Caps at rafter extensions. 3.2 RELATED SECTIONS A. Section 07920 - Joint Sealers. B. Section 07265 - Underlayments C. Other Sections Specify: 1. Ducts, Flashings, etc. that are part of the Mechanical System: Division 15. 2. Flashings that are part of the Sheet Metal Roofing: Section 07610. 3.3 REFERENCES A. ASTM B 32 - Standard Specification for Solder Metal. B. ASTM D 2822 - Standard Specification for Asphalt Roof Cement. C. SMACNA - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors National Association, Inc. 3.4 SUBMITTALS A. Submit in accordance with Section 01330. B. Product Data: Submit manufacturer's technical product data, installation instructions and general recommendations for each specified sheet material and fabricated product. C. Samples: 1. 6 or 12 -inch -square samples of specified sheet materials to be exposed as finished surfaces. 3. 6 or 12 -inch -long samples of factory -fabricated products exposed as finished work, including specified factory finish. Section 07620 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 D. Shop Drawings: Submit layout, profiles, methods of joining, and anchorage details, including major counter flashings, trim/fascia units, gutters, downspouts, scuppers, and expansion joint systems. Provide layouts at 1/4 -inch scale and details at 3 -inch scale. 3.5 QUALITY ASSURANCE A. Installer: A firm with documented successful experience with installation of galvanized steel flashing and trim similar in type and scope to project requirements. Must also be capable of showing evidence of having successfully completed projects of similar scope and complexity. B. Coordinate work of this section with interfacing and adjoining work for proper sequencing of each installation. Ensure best possible weather resistance and durability of work and protection of materials and finishes. C. Reference Standards apply to this Section and shall be the most current edition of the following: 1. Sheet Metal and Air Conditioning Contractor's National Association, Inc. (SMACNA), "Architectural Sheet Metal Manual." 2. Surfaces to Receive Paint Finish: Use mill-phosphatized sheets. 3. Lock Forming: Where lock -forming is required by nature of construction, use ASTM A- 527 steel sheets. D. Zinc Alloy Sheet Metal: Commercial quality carbon steel sheets, with zinc -aluminum alloy coating, Ball Chemical Company "Microzinc," or equal. 1. Thickness: 26 gage unless otherwise shown or recommended by Reference Standards. PART 2- PRODUCTS 3.1 FLASHING AND TRIM MATERIALS A. Galvanized Steel: ASTM-A653 Grade A G90 coating. 24-guage, unless otherwise shown. 3.2 ACCESSORIES A. Solder: Provide 50 - 50 tin/lead solder. B. Fasteners: Same metal as flashing/sheet metal or other non -corrosive metal as recommended by sheet manufacturer. Match finish of exposed heads with material being fastened. C. Bituminous Coating: SSPC - Paint 12, solvent -type bituminous mastic, nominally free of sulfur, compounded for 15 -mil dry film thickness per coat. D. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, non-drying, nonmigrating sealant. E. Elastomeric Sealant: Generic type recommended by manufacturer of metal and fabricator of components being sealed and complying with requirements for joint sealants as specified in Section 07900 - Joint Sealers. Section 07620 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 I 1 1 1 1 1 1 1 e 1 1 1 1 1 1 1 1 1 1 1 1 F. Epoxy Seam Sealer: 2 -part noncorrosive metal seam cementing compound, recommended by metal manufacturer for exterior/interior nonmoving joints including riveted joints. G. Adhesives: Type recommended by flashing sheet manufacturer for waterproof/weather- resistant seaming and adhesive application of flashing sheet. H. Roofing felt: asphalt or coal tar saturated felt weighing not less than 30 lbs per 100 square feet. I. Paper Slip Sheet: 4 to 6 -lb. rosin -sized building paper. J. Reglets: Units of type and profile indicated, compatible with copper, noncorrosive. K. Metal Accessories: Provide clips, straps, anchoring devices, and similar accessory units as required for installation of work, noncorrosive, size and gauge required for performance. L. Miscellaneous: Items essential to the completeness of the sheet metal installation, though not specifically shown or specified, shall be provided. All such items, unless otherwise shown on the Drawings or specified, shall be compatible with the item to which applied. 3.3 FABRICATION A. Metal Fabrication: Shop -fabricate work to greatest extent possible. Fabricate in accordance with Reference Standards and as detailed to comply with profiles and sizes shown or recommended by Reference Standards. B. Comply with details shown and with recognized industry practices. C. Fabricate for waterproof and weather -resistant performance, with expansion provisions for running work sufficient to permanently prevent leakage, damage, or deterioration of the work. D. Soldering: Methods as recommended by metal manufacturer. E. Form work to fit substrates. Comply with material manufacturer instructions and recommendations for forming material. Form exposed galvanized steel work without excessive oil -canning, buckling, and tool marks, true to line and levels indicated, with exposed edges folded back to form hems. Brake -formed or roll -formed at Contractor's option. F. Edges: Form hem on concealed side of all exposed edges. G. Expansion Provisions: Where lapped or bayonet -type expansion provisions in work cannot be used or would not be sufficiently water/weatherproof, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with mastic sealant (concealed within joints). H. Thermal Expansion: Fabricate to allow for noiseless thermal expansion and contraction, conceal expansion provisions where possible. I. Sealant Joints: Where movable, nonexpansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant. J. Separations: Provide for separation of metal from noncompatible metal or corrosive substrates by coating concealed surfaces at locations of contact, with bituminous coating or other permanent separation as recommended by manufacturer/fabricator. Section 07620 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 3 - EXECUTION 3.1 PREPARATION A. Coordinate work of this section with adjoining work for proper sequencing of each installation to ensure best possible weather resistance and durability of work and protection of materials and finishes. 3.2 INSTALLATION A. Workmanship: Install as detailed and in accordance with Reference Standards with all required accessories, clips, fastenings, etc. to achieve a weathertight enclosure for conditions shown or encountered. B. Except as otherwise indicated, comply with manufacturer's installation instructions and recommendations and with SMACNA Architectural Sheet Metal Manual. 1. Anchor units of work securely in place by methods indicated, providing for thermal expansion of units; conceal fasteners where possible, and set units true to line and level as indicated. 2. Install work with laps, joints, and seams that will be permanently watertight and weatherproof. C. Galvanic Action Protection: Isolate different metal types from each other to prevent galvanic action. D. Thermal Expansion: Provide expansion -contraction joints as shown or as required to preserve weathertight integrity of the system, including concealed backing plates or sleeves and soldered end or corner units. E. Underlayment: Where installation is to be directly on cementitious or wood substrate, install slip sheet over a course of roofing felt. F. Soldering: Tin uncoated galvanized steel surfaces for a width of 1-1/2 inches at edges, using solder recommended for galvanized steel work. G. Bed flanges of work in a thick coat of bituminous roofing cement where required for waterproof performance. H. Install reglets to receive counter flashing in manner and by methods indicated. Where shown in concrete, furnish reglets to trades of concrete work for installation. Where shown in masonry, furnish reglets to trades of masonry work for installation. I. Install counter flashing in reglets, either by snap -in seal arrangement or by soldering in place for anchorage and filling reglet with mastic or elastomeric sealant, as indicated and depending on degree of sealant exposure. 1. Install elastic expansion joints in accordance with manufacturer's recommendations. a. Locate cover or filler strips at joints to facilitate complete drainage of water from flashing. b. Seam adjacent flashing sheets with adhesive, seal and anchor edges in accordance with manufacturer's recommendations. Section 07620 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 e 1 i 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 c. Nail flanges of expansion joint units to curb nailers, at maximum spacing of 6 inches on center. d. Fabricate seams at joints between units with minimum 3 inch overlap, to form a continuous, waterproof system. J. Dissimilar Materials: Isolate flashing and sheet metal from dissimilar metals, concrete, etc. with bituminous coating. Where bitumen drips can occur, seal with butyl sealant tape. K. Fasteners: Comply with Reference Standards, conceal where possible. L. Cleaning: Solvent clean all sheet metal. Surfaces to be in contact with roofing or otherwise concealed shall be coated with asphaltic paint. 3.3 CLEANING AND PROTECTION A. Clean exposed galvanized steel surfaces, removing substances that might cause staining, corrosion, or deterioration of finish or that would interfere with uniform oxidation and weathering. B. Protect flashings and sheet metal work during construction to ensure that work will be without damage or deterioration other than natural weathering at time of acceptance. END OF SECTION Section 07620 - 5 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460531 1 1 1 1 i 1 I I I I I 1 SECTION 07920 JOINT SEALERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Sealants and calking. B. Flexible epoxy joint fillers. C. Backer rods. 1.2 RELATED SECTIONS A. Section 07620 — Sheet Metal Flashing and Trim. 1.3 REFERENCES A. ASTM C 321 - Standard Test Method for Bond Strength of Chemical -Resistant Mortars. B. ASTM C 834 - Standard Specification for Latex Sealants. C. ASTM C 882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. D. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants. E. ASTM C 1330 - Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid Applied Sealants. F. FS (Federal Specification) TT -S -00227E (COM-NBS) - Interim Federal Specification for Sealing Compound: Elastomeric Type, Multi -Component (for Caulking, Sealing, and Glazing in Buildings and Other Structures. G. FS (Federal Specification) TT -S -00230C - Interim Federal Specification for Sealing Compound: Elastomeric Type, Single Component (for Caulking, Sealing, and Glazing in Buildings and Other Structures. H. FS (Federal Specification) TT -S-001543 (COM-NBS) - Interim Federal Specification for Sealing Compound: Silicone Rubber Base (for Caulking, Sealing, and Glazing in Buildings and Other Structures. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Manufacturer's Technical Data Guides and application procedures. C. Submit samples illustrating colors selected. Section 07920 - 1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 D. Submit laboratory tests or data validating product compliance with performance criteria specified. E. Submit mock ups minimum 3'-0" long 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Company regularly engaged in manufacturing and marketing of products specified in this section. B. Installer Qualifications: Qualified to perform work specified by reason of experience or training provided by product manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver products in original factory packaging bearing identification of product, manufacturer, and batch number. Provide Material Safety Data Sheets for each product. B. Store products in a location protected from freezing, damage, construction activity, precipitation, and direct sunlight in strict accordance with manufacturer's recommendations. C. Condition products to approximately 60 to 70 degrees F (16 to 21 degrees C) for use in accordance with manufacturer's recommendations. D. Handle all products with appropriate precautions and care as stated on Material Safety Data Sheet. 1.7 PROJECT CONDITIONS A. Do not use products under conditions of precipitation or freezing weather. Use appropriate measures for protection and supplementary heating to ensure proper curing conditions in accordance with manufacturer's recommendations if application during inclement weather occurs. B. Ensure substrate is dry. C. Protect adjacent work from contamination due to mixing, handling, and application of flexible epoxy joint filler. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers (Sealants and Joint Fillers): 1. Sonneborn(R) Building Products, ChemRex, Inc., 889 Valley Park Drive, Shakopee, MN 55379-9897; ASD. Tel: (800) CHEMREX (243-6739). Section 07920 - 2 East Third Avenue Landfill Closure Phase n / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 I I I 1 I 1 1 1 I I I I I e I I I i I I I I 2. General Electric. 3. Dow Coming. 4. Pecora. 5. Tremco. 6. United States Gypsum. 7. Sika B. Requests for substitutions may be considered. C. Substitutions: Not permitted, without prior approval. D. Provide all joint sealers of the same type from a single manufacturer. 2.2 MATERIALS A. Butyl Sealant: One part, gun grade, non -sag, Pecora "BC -158 Sealant." B. Polyurethane Sealant: Epoxidized, non -sag, single -component, gun grade, Pecora "Dynatrol 1". 1. Colon: Custom color to be determined by Architect. C. Silicone Sealant: Low modulus, neutral cure, gun grade, silicone type, Dow 795 or equal. ASTM C 920, Type S, Grade NS, Class 25, uses NT, G, and A; FS TT -S-001543 (COM- NBS); plus or minus 25 percent joint movement capability. D. Single Component, Non -Sag Polyurethane Sealant: Sonneborn(R)/ChemRex "Sonolastic(R) NP 1(tm)" with plus or minus 25 percent movement capability for vertical joints; ASTM C 920, Type S, Grade NS, Class 25; FS TT -S -00230C, Type II, Class A; Canadian Specification CAN/CGSB-19.13-M87, Classification MCG-2-25-A-N, No. 81026; USDA approved; SWRI validated; UL classified (fire resistance). E. Two Component, Non -Sag Polyurethane Sealant: Sonnebom(R)/ChemRex "Sonolastic(R) NP 2(tm)" with plus or minus 25 percent movement capability for vertical joints; ASTM C 920, Type 14, Grade NS, Class 25; FS TT -S -00227E, Type H, Class A; Canadian Specification CAN/CGSB-19.24-M90, Classification MCG-2-40-A-N, No. 81029; USDA approved; SWRI validated; UL classified (fire resistance). F. Self -Leveling Polyurethane Sealant: Multi -component, self -leveling, Pecora "UREXPAN #201". 1. Colors: Will be selected by City's Representative from manufacturer's standard range. G. Single Component, Self -Leveling Polyurethane Sealant: Sonnebom(R)/ChemRex "Sonolastic(R) SL 1(tm)" with plus or minus 25 percent movement capability for horizontal joints; ASTM C 920, Type S, Grade P, Class 25; FS TT -S -00230C, Type I, Class A; Canadian Specification CAN/CGSB-19.13-M87, Classifications C -1 -40 -B -N and C -1 -25 -B - N, No. 81028; USDA approved. H. Two Component, Self -Leveling Polyurethane Sealant: Sonneborn(R)/ChemRex "Sonolastic(R) SL 2(tm)" with plus or minus 25 percent movement capability for horizontal joints; ASTM C 920, Type M, Grade P, Class 25; FS TT -S -00227E, Type I, Class A; Section 07920 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 Canadian Specification CAN/CGSB-19.24-M90, Classification MCG-I-40-B-L, No. 81031; USDA approved. J. Mildew Resistant Silicone Rubber Sealant: ASTM C920, Type 5, Grade NS, Class 25, compounded with fungicide, specifically for mildew resistance and recommended for interior joints in wet areas. J. Polysulfide Sealant: ASTM C 920, Type M, Grade NS and FS TT -S-00227 (COM-NBS); plus or minus 25 percent joint movement capability, USDA approved. K. Epolith (R) -P: Two part flexible epoxy joint filler for concrete joint edges for preventing spalled edges. L. Poured Flexible Epoxy Joint Filler: Sonnebom(R)/ChemRex "Epolith(R)-P"; two component 100 percent solids epoxy joint filler with flexible, pourable, self -leveling properties. 1. Shore A Hardness: 85 plus or minus 5. 2. Shore D Hardness: 34. 3. Elongation: 75 percent. 4. Tensile Strength: 655 pounds per square inch (4.5 MPa) plus or minus 10 pounds per square inch (0.07 MPa). 5. Mixing Ratio: 1 to 1 by volume. 6. Pot Life: 40 to 55 minutes at 75 degrees F (24 degrees C). 7. Cure Time, Foot Traffic: 4 hours. 8. Cure Time, Vehicular Traffic: 24 hours. 9. Application Temperature: Minimum 55 degrees F (13 degrees C). M. Gunned Flexible Epoxy Joint Filler: Sonneborn(R)/ChemRex "Epolith(R)-G"; two component 100 percent solids, gun -grade epoxy joint filler with flexible, pick -proof properties for sloped areas. 1. Shore A Hardness: 90 plus or minus 5. 2. Shore D Hardness: 50. 3. Elongation: 50 percent. 4. Tensile Strength: 900 pounds per square inch (6.2 MPa) plus or minus 10 pounds per square inch (0.07 MPa). 5. Slant Shear Strength:: 865 pounds per square inch (6.0 MPa) per ASTM C 882. 6. Slant Shear Strength: 112 pounds per square inch (0.8 MPa) per ASTM C 321. 7. Mixing Ratio: 1 to 1 by volume. 8. Pot Life: 40 to 55 minutes at 75 degrees F (24 degrees C). 9. Cure Time, Foot Traffic 4 hours. 10. Cure Time, Vehicular Traffic: 24 hours. 11. Application Temperature: Minimum 55 degrees F (13 degrees C). 2.3 ACCESSORIES A. Low VOC Primer: Sonnebom(R)/ChemRex "Primer No. 766," solvent based. B. Joint Cleaner: Sonnebom(R)/ChemRex "REDUCER 990"; non -corrosive and non -staining. Section 07920 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I 1 1 1 I 1 1 I 1 1 I I 1 I p 1 1 I I I I I I 1 I 11 I I I I I C. Soft Backer Rod: Sonneborn(R)/ChemRex "Sonofoam Soft Backer Rod"; non -gassing, reticulated closed -cell polyethylene rod designed for use with cold -applied joint sealants. 1. Comply with ASTM C 1330. 2. Size required for joint design. D. Closed -Cell Backer Rod: Sonneborn(R)/ChemRex "Sonofoam Closed -Cell Backer Rod"; closed -cell polyethylene rod designed for use with cold -applied joint sealants for on -grade or below -grade applications. 1. Comply with ASTM C 1330. 2. Size required for joint design. E. Joint Filler: Sonneborn(R)/ChemRex "Expansion Joint Filler"; closed -cell polyethylene joint filler designed for use in cold joints, construction joints, or isolation joints wider than 1/4 inch (6 mm). 1. Size required for joint design. F. Bond Breaker: Pressure -sensitive tape recommended by sealant manufacturer to suit application. 2.4 COLOR A. Sealant Colors: Selected by Architect. 1. Manufacturer's standard color range. 2. Manufacturer's "Rainbow of Colors" range. 3. Manufacturer's master color system. 4. Custom color matching submittal of job site substrate samples. PART 3 - EXECUTION 3.1 EXAMINATION A. Inspect all areas involved in work to establish extent of work, access, and need for protection of surrounding construction. B. Protect all surroundings from flexible epoxy joint filler including, but not limited to, floors, equipment, line striping, walkways, and drives. C. Conduct preapplication inspection of site verification with an authorized manufacturer's representative. 3.2 PREPARATION A. Remove loose materials and foreign matter which impair adhesion of joint filler. B. Clean joints and saw cuts by grinding, sandblasting, or wire brushing to expose a sound surface free of contamination and laitance. Section 07920 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Ensure structurally sound surfaces, dry, clean, free of dirt, moisture, loose particles, oil, grease, asphalt, tar, paint, wax, rust, waterproofing, curing and parting compounds, membrane materials, and other foreign matter. D. Where the possibility of joint filler staining of adjacent areas or materials exists, mask joints prior to application. 1. Do not remove masking tape before joints have been tooled and initial cure of joint filler has taken place. 2. Work stained due to failure of proper masking precautions will not be accepted. 3.3 INSTALLATION A. Back -Up Material: 1. Install appropriate size backer rod, larger than joint where necessary according to manufacturer's recommendations. 2. Install polyethylene joint filler in joints wider than 1/4 inch (6 mm) to back-up material per manufacturer's recommendations. 3. Do not install epoxy joint filler over backer rod. B. Bond Breaker: Install bond -breaker strip in joint to be sealed on top of back-up material to prevent adhesion of sealant to back-up material; install per manufacturer's recommendations. C. Sealant: 1. Prepare sealants that require mixing; follow manufacturer's recommended procedures, mixing thoroughly. 2. Mix only as much material as can be applied within manufacturer's recommended application time period. 3. Apply materials in accordance with manufacturer's recommendations; take care to produce beads of proper width and depth, tool as recommended by manufacturer, and immediately remove surplus sealant. 4. Apply materials only within manufacturer's specified application life period. Discard sealant after application life is expired or if prescribed application period has elapsed. 5. Apply a second installation to refill joints where shrinkage has occurred, application must take place 60 days from concrete placement. D. Epoxy Joint Filler: 1. Transfer entire contents of activator container thoroughly with entire contents of base container in separate container of appropriate size. 2. Mix only as much material as can be applied within manufacturer's recommended application time period. 3. Mix with slow -speed drill (80-100 rpm) and slotted paddle. Ensure mixing paddle reaches bottom and scrapes side of container several times. Scrape paddle several times to ensure thorough mixing. Keep paddle blade below surface to avoid whipping air into material. a. Mix Epolith(R)-P for 5 to 7 minutes. 4. Pour Epolith(R)-P from spouted can or professional bulk -loading calking gun. Section 07920 - 6 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I 1 L r 1 I I I I 1 I I I I 1 I I I I I i I I I I 1 5. Maintain minimum joint application of 2/3 joint depth or 1 inch (25 mm), whichever is greater. 6. Fill joints from bottom up to exterior face by holding properly sized nozzle against joint bottom. 7. Tool joint to ensure maximum adhesion to joint sides, correct bead configuration, and a neat joint. Dry tool or dampen tool with Reducer 990. Do not use water or soapy water. 8. Apply materials only within manufacturer's specified application life period. Discard joint filler after application life is expired or if prescribed application period has elapsed. 3.4 CLEANING A. Remove uncured sealant and joint filler with Reducer 990, xylene, toluene, or MEK. Remove cured sealant and joint filler by razor, scraping, or mechanically. B. Remove all debris related to application of sealants from job site in accordance with all applicable regulations for hazardous waste disposal. 3.5 SCHEDULE OF JOINT SEALERS A. General -Purpose Interior and Exterior Applications: 1. Sealant: a. Two component polyurethane. b. Polysulfide. c. Silicone. 2. Applications: a. Around penetrations in exterior walls. b. Under door thresholds and at bottom of door frames. c. Where necessary to prevent infiltration of water or air into or through exterior building envelope. B. Other Exterior Applications: 1. Sealant: a. Single component polyurethane. b. Two component polyurethane. c. Silicone. 2. Applications: a. Between adjacent construction, copings, fascias, and miscellaneous flashings. b. Metal flashings inserted into reglet. c. Top edges of surface mounted counterflashing. C. Interior Wetted Areas: Section 07920 - 7 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1. Sealant: a. Mildew resistant silicone rubber sealant. 2. Applications: a. Between adjacent construction and sinks, counter tops, plumbing cut-outs, and plumbing fixtures. D. Other Interior Applications: 1. Sealant: a. Single component polyurethane. b. Two component polyurethane. c. Polysulfide. d. Silicone. 2. Applications: a. Perimeters of door and window frames, access panels. b. Between interior partitions and adjoining concrete or steel columns, walls, or other construction. c. Other exposed locations within partitions to seal against passage of air. d. Other interior joints of small dimension which require painting. e. Gypsum board partitions: 1) Between gypsum panels and metal track at floors and dissimilar walls; install sealant just prior to installation of gypsum panel. 2) Between adjacent face layers of abutting intersection gypsum board partitions; install sealant before taping and finishing joint. 3) Between gypsum panels and penetrations: Seal around openings of ducts and pipes. Seal sides and backs of electrical boxes. 4) Seal control joints prior to installing control joint trim. f. Other concealed locations within partitions to completely seal against passage of air. 3. Allow sealant to cure before painting over joint. E. Exterior Traffic Surfaces: 1. Sealant: a. Single component self -leveling polyurethane. 2. Applications: a. Control and expansion joints in sidewalks and pavements. F. Interior Traffic Surfaces: Section 07920 - 8 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I I I I I I I I I I I I I I I 1 I I U I r 1 x 1 I 1 1 1 1. Sealant: a. Single component self -leveling polyurethane. 2. Applications: a. Control and expansion joints in floors. G. Interior Heavy Traffic Surfaces: 1. Surface preparation: Freshly saw -cut or blast -clean joints; blow with oil -free compressed air. 2. Sealant: Epoxy Joint Filler. a. Pour flush with adjacent surface in 2 pours in accordance with manufacturer's instructions. 3. Applications: Control joints in floors subject to vehicular traffic. H. General use in concealed static joints, bedding of sills, etc. 1. Butyl. I. Exposed interior static joints. 1. Acrylic. J. Exposed exterior CIP concrete-to-CIP, C1P concrete -to -metal, CIP concrete to masonry, masonry -to -masonry joints. 1. Polyurethane. K. Exposed Horizontal concrete -to -concrete 1. Self -Leveling Polyurethane L. Glazing 1. Primer: None. a. Glass (non -coated). 2. Primer: a. Aluminum (anodized and mill fmish). b. Iron and steel (carbon, stainless, galvanized). c. Wood. d. Concrete 3. Sealant: Section 07920 - 9 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 a. Silicone. 4. Applications: a. Glazing, including butt and lap sheer joints, stopless glazing, and cap, head and toe bead in conventional glazing. b. Storefront. c. Skylights. END OF SECTION Section 07920 -10 East Third Avenue Landfill Closure Phase 11 t Seal Point Park Project No. 460531 1 I r I I I I I I 1 I 1 I I V 1 1 I I I I 1 I r f�. I I I 1 I 1 I DIVISION 8 - DOORS AND WINDOWS East Third Avenue Landfill Closure Phase 111 Seal Point Park Project No. 460531 I I 1 I I I I r I 1 I I I 1 I I 1 SECTION 08110 STEEL DOORS AND FRAMES PARTI— GENERAL 1.1 SUMMARY A. Section Includes: Provide full flush doors and steel frames including anchors and silencers. B. Related Sections: 1. Door Hardware: Section 08710. 1.2 REFERENCES A. Steel Door Institute (SDI): SDI -100 (also known as ANSI A250.8) — Recommended Specifications — Standard Steel Doors and Frames. B. National Association of Architectural Metal Manufacturers (NAAMM): Hollow Metal Manual. 1.3 SUBMITTALS A. Product Data: Submit manufacturer's literature. B. Shop Drawings: Indicate general construction, jointing methods, hardware locations, and locations of cutouts. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Amweld Building Products Inc. B. The Kewanee Corporation. C. Steelcraft. D. Or equal. 2.2 MATERIALS A. Doors: Hollow metal flush, 1 -3/4 -inch thick. 1. Typical: SDI Full Flush Model 1; close top with flush end closer treatment, bottom optional flush or recessed channel; steel stiffened core. 2. Option: NAAMM Full Flush with Unfilled Edge Seams Type B; close top with flush end closer treatment, bottom optional; steel stiffened core. 3. Doors: SDI Grade II Heavy Duty, NAAMM 16 gage. B. Frames: Conform to SDI -100 and NAAMM Hollow Metal Manual. Section 08110 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1. Type: Shop -assemble and weld each frame into a single unit. Saw -miter or cope and tab frame miters, and continuously weld at return, face, rabbet, and stop. 2. Gage: Minimum 16 gage. 3. Door Silencers: Manufacturer's standard resilient type; removable for replacement. 2.3 FABRICATION A. Conform to requirements of SDI or NAAMM. B. Reinforce and prepare doors and frames to receive hardware. Refer to Section 08700 for hardware requirements. C. Frames: Accurately form and miter interlocking joints of knocked down frames to maintain hairline alignment of parts when field assembled. 1. Head Reinforcement: Reinforce frames wider than 4'-0" with minimum 12 gage formed steel channels welded in place, flush with top of frames. 2. Doors at Glazed Panels: Reinforce jambs and heads of frames for doors which occur adjacent to glazed sidelights and partitions. D. Door silencers: Place minimum three single bumpers on single door frames; space equally along strike jambs. E. Provide jamb anchors per SDI -100 and NAAMM; wet set jamb anchors in place or butterfly anchors into formed openings or welded pipe spacer in poured concrete walls and/or floors. Use steel stud anchors for framed walls. F. Edge Clearances: 1. Between Doors and Frames: Maximum 1/8 inch at head and jambs. 2. Doors Sills (No Threshold): Maximum 3/8 inch. 3. Doors Sills (Threshold): Maximum 3/4 -inch above finished floor. G. Finish: Prime paint steel doors and frames. Comply with requirements of Section 09900 for primer including application and compatibility with specified finishes. PART 3 - EXECUTION 3.1 INSTALLATION A. Install doors and frames in accordance with SDI -100 and SDI -105 or NAAMM "Hollow Metal Manual" and with manufacturer's recommendations and installation instructions. B. Install doors and frames plumb and square, and with maximum diagonal distortion of 1/16 inch. Coordinate hardware installation with requirements of Section 08700. C. Remove and replace doors and frames damaged during delivery, storage, installation and construction. 1. Paste filler repair is not permitted. D. After installation, touch-up scratched paint surfaces. Section 08110 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 I I ■ I T I t I I I I I I I I 1 I I I I I I I I I I I I I1 3.2 PROTECTION A. Protection: Protect doors to ensure doors are without damage at time of acceptance. END OF SECTION Section 08110 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I I 1 I I I I I I U SECTION 08200 WOOD DOORS PART 1 — GENERAL 1.1 SUMMARY A. Section Includes: Provide stile and rail cedar swinging and sliding doors at Restroom. B. Related work: 1. Section 06420 Paneling. 2. Section 08710 Door Hardware. 1.2 REFERENCES A. Woodwork Institute of California (WIC): Manual of Millwork, latest edition. B. Window and Door Manufacturers Association (WDMA): I.S. 6, Industry Standard for Wood Stile and Rail Doors. 1.3 SUBMITTALS A. Product Data: Manufacturer's literature. 1. Quality Marking: Provide quality marking on each door certifying compliance with applicable requirements of WDMA I.S. 6, or provide certification of compliance. B. Shop Drawings: Indicate general construction, jointing methods, hardware locations, and locations of cutouts. C. Samples: Furnish following samples. 1. Corner section of each type of door indicated as unfinished 2. Shop sealed wood door section. 1.4 PROJECT CONDITIONS A. Do not deliver or install doors until conditions for temperature and relative humidity have been stabilized in accordance with referenced standards requirements applicable to Project Location. B. Do not store doors directly on concrete surfaces, where moisture can be absorbed. 1.5 WARRANTY A. Special Warranty: Provide for replacing, rehanging and refinishing wood doors exhibiting defects in materials or workmanship including warp and delamination. 1. Special Warranty Period: one year. Section 08200 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 MANUFACTURERS: A. By contractor or other. If contractor chooses other fabricator, please submit product data and qualifications to be approved by Architect. 2.2 MATERIALS A. Solid stile and mil cedar doors: Alaskan Yellow Cedar, Grade B and Better, Grading Agency Paragraphs: NLGA 202 b, c, d, WCLIB 149 b, c, d. B. Finish: Raw Tung Oil. 2.3 FABRICATION A. Fabricate doors in accordance with requirements of specified standards. 1. Prefit wood doors. 2. Shop prepare doors to receive hardware, refer to Section 08710 for hardware requirements. B. Door preparation for hardware sizing and location to be coordinated with hardware manufacturers' recommended installation instructions. C. Bevel strike edge of single -acting doors, 1/8" in 2". PART 3 - EXECUTION 3.1 INSTALLATION A. Coordinate hardware installation with requirements of Section 08710 door hardware. B. Rehang or replace doors that do not swing or operate freely. 3.2 COATING A. Apply Tung Oil to all 6 sides of each door. 3.3 PROTECTION A. Protection: Protect doors to ensure doors are without damage at time of acceptance. END OF SECTION Section 08200 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I 1 I I 1 I 1 I I I 1 I 1 SECTION 08331 OVERHEAD COILING DOORS PART 1 — GENERAL 1.1 SUMMARY B. Section Includes: Complete operating door assemblies including door curtains, guides, counterbalance mechanisms, hardware, operators and installation accessories. The types of overhead coiling doors include the following: I. Exterior, motor operated, service door with uninsulated steel curtain. 1.2 RELATED SECTIONS A. Section 09900: Site Painting. 1.3 DEFINITIONS A. Operation Cycle: One complete cycle of a door begins with the door in the closed position. The door is then moved to the open position and back to the closed position. 1.4 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide overhead coiling doors capable of withstanding the effects of gravity loads and the following loads and stresses without evidencing permanent deformation of door components. B. Operation -Cycle Requirements: Design overhead coiling door components and operator to operate for not less than 50,000 cycles. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer who is an authorized representative of the overhead coiling door manufacturer for both installation and maintenance of units required for this Project. B. Furnish each overhead coiling door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. C. Furnish overhead coiling door units by one manufacturer for entire project. D. Inserts and Anchorages: Furnish inserts and anchoring devices which must be set in concrete for the installation of the units. Provide setting drawings, templates, instructions, and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. E. Wind Loading: Design and reinforce overhead coiling doors to withstand a 20 lb. per sq. ft. wind loading pressure unless otherwise indicated. Section 08331-1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.6 SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. Include details of construction relative to materials, dimensions of individual components, profiles,and finishes. Provide roughing -in diagrams, operating instructions, and maintenance information. Include the following: 1. Setting drawings, templates, and installation instructions for built-in or embedded anchor devices. 2. Summary of forces and loads on walls and jambs. B. Shop Drawings: For special components and installations not dimensioned or detailed in manufacturer's data sheets. C. Samples for Verification: Of each type of exposed finish required, prepared on samples of size indicated below and of same thickness and material indicated for Work. Where finishes involve normal color and texture variations, include Sample sets showing the full range of variations expected. 1. Curtain Slats: 12 -inch length. 2. Bottom Bar: 6 -inch length. 3. Guides: 6 -inch length. 4. Brackets: 6 inches square. 5. Hood: 6 inches square. D. Installer Certificates: Signed by manufacturer certifying that installers comply with specified requirements. PART 2- PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Basis of Design: Provide "DuraCoil" 20 Ga. Standard Rolling Service doorjamb mounted as manufactured by Raynor Worldwide, or equal products by one of the following: 1. Cornell Iron Works Inc. 2. The Cookson Company. 3. North American Door, Div. of Jim Walters. 4. Overhead Door Corp. 5. Southwestern Steel Rolling Door Co. 6. J. G. Wilson Corp. 2.2 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtain: Fabricate overhead coiling door curtain of interlocking slats designed to withstand required wind loading, of continuous length for width of door without splices. Unless otherwise indicated, provide slats of material gage recommended by door manufacturer for size and type of door required, and as follows: Section 08331- 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I i I I 1 1 I 1 I 1 I 1 I I I I1 I I I I I I 1 I I I i 1. Steel Door Curtain Slats For Exterior Door: Structural quality, cold -rolled galvanized steel sheets complying with ASTM A653, Grade A, with G90 zinc coating, complying with ASTM A653, and phosphate treated before fabrication and painted with primer and a finish coat. a. Exterior Service Door: Furnish manufacturer's standard uninsulated "flat face" slats. B. Endlocks For Service Door: Malleable iron castings galvanized after fabrication, secured to curtain slats with galvanized rivets. Provide locks on alternate curtain slats for curtain alignment and resistance against lateral movement. C. Bottom Bar For Service Door: Consisting of 2 angles, each not less than I-1/2" x 1-1/2" x 1-1/8" thick, of galvanized, stainless steel or aluminum extrusions to match type of curtain slats. 1. Astragal: Provide a replaceable, adjustable, continuous, compressible gasket of flexible vinyl, rubber, or neoprene, between angles or fitted to shape, as a cushion bumper for interior door. D. Curtain Jamb Guides For Service Door: Fabricate curtain jamb guides of steel angles, or channels and angles with sufficient depth and strength to retain curtain loading. Build-up units with minimum 3/16 -inch thick sections fabricated from galvanized steel, aluminum or stainless steel to match type of curtain slats. Slot bolt holes for track adjustment. E. Secure continuous wall angle to wall framing by 3/8 -inch minimum bolts at not more than 30 inches on center., unless closer spacing recommended by door manufacturer. Extend wall angles above door opening head to support coil brackets, unless otherwise indicated. Place anchor bolts on exterior wall guides so they are concealed when door is in closed position. Provide removable stops on guides to prevent over -travel of curtain, and continuous bar for holding windlocks. F. Weather Seals For Exterior Service Door: Provide vinyl or neoprene weatherstripping for exterior exposed doors except where otherwise indicated. At door heads, use 1/8" thick continuous sheet secured to inside of curtain coil hood. At doorjambs, use 1/8" thick continuous strip secured to exterior side of jamb guide. Provide continuous neoprene lintel baffle and bottom curtain weatherstrip. 2.3 COUNTERBALANCING MECHANISM A. Counterbalance doors by means of adjustable steel helical torsion spring, mounted around a steel shaft and mounted in a spring barrel and connected to door curtain with required barrel rings. Use grease -sealed bearings or self-lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of hot -formed structural quality carbon steel, welded or seamless pipe, of sufficient diameter and wall thickness to support roll - up of curtain without distortion of slats and limit barrel deflection to not more than 0.03" per ft. of span under full load. C. Provide spring balance of one or more oil -tempered, heat -treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment Section 08331 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 accessible from outside barrel. Provide cast steel barrel plugs to secure ends of springs to barrel and shaft. D. Fabricate torsion rod for counterbalance shaft of case-hardened steel, of required size to hold fixed spring ends and carry torsional load. E. Brackets: Provide mounting brackets of manufacturer's standard design, either cast iron or cold -rolled steel plate with bell mouth guide groove for curtain. 2.4 EXTERIOR SERVICE DOOR HOOD A. Hood: Form to entirely enclose coiled curtain and operating mechanism at opening head and act as weather seal. Contour to suit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Provide closed ends for surface -mounted hoods, and any portion of between jamb mounting projecting beyond wall face. Provide intermediate support brackets as required to prevent sag. 1. Fabricate steel hoods for doors of not less than 24 gage steel sheet with G 90 zinc coating, complying with ASTM A 525. Phosphate treat before fabrication. 2.6 FINISHES A. Thermoset Finish: Apply manufacturer's standard baked finish consisting of primer and thermosetting topcoat according to coating manufacturer's written instructions for cleaning, pretreatment, application, thermosetting, and minimum dry film thickness. 1. Color and Gloss: As selected by City's Representative from manufacturer's full range of colors and glosses. 2.7 POWER HOIST OPERATORS A. Power Hoist Operator For Exterior Service Door: Provide standard power hoist operator consisting of jackshaft, 10/hour duty cycle, belt drive, intermittent 1/2 HP motor, solid state logic, 115 V, single-phase power, and a brake. B. Provide stainless steel lifting handle and slide bolt lock on inside bottom bar to match curtain slats. PART 3 - EXECUTION 3.1 INSTALLATION A. Install door and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers, and equipment supports in accordance with final shop drawings, manufacturer's instructions, and as specified herein. B. Upon completion of installation including work by other trades, lubricate, test and adjust doors to operate easily, free from warp, twist or distortion and fitting weathertight for entire perimeter. Section 08331 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 I 1 1 1 1 r 1 1 l 1 1 1 I C. Train City's Representative's maintenance personnel on procedures and schedules related to door operation, servicing, preventive maintenance, and procedures for resetting closing devices after activation. END OF SECTION Section 08331 - 5 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 t I i I I I I I i I I I 1 I1 SECTION 08510 STEEL WINDOWS PART 1 — GENERAL 1.1 SUMMARY A. Work included: Furnish & install fixed cold -formed steel windows as shown in the contract drawings. Work shall include but not be limited to steel windows (fixed, project - out), trim, anchors, and factory applied finishes (if required). B. Related Sections: 1. Section 08800: Glazing. 2. Section 07920: Joint Sealers. 3. Section 05500: Metal Fabrications. 1.2 REFERENCES A. ASTM E283 — Rate of Air Leakage Through Exterior Windows. B. ASTM E331 — Test Method for Water Penetration of Exterior Windows 1.3 SUBMITTALS A. Submit shop drawings showing window and installation details, including anchorage, fastening and recommended sealing methods. Show dimensioned elevations with opening and window sizes. Upon request, provide test reports for all pertinent standards. PART 2— PRODUCTS 2.1 MANUFACTURERS A. Windows shall be provided by a manufacturer and/or distributor of steel windows whose products meet the Steel Window Institute's performance specifications as set forth herein or in effect from time to time. 2.2 MATERIALS A. The frame and ventilator shall be composed of ASTM A528 low carbon cold rolled formed steel sections with a minimum thickness of 20 gauge. B. Windows shall be defined and categorized as Commercial and Industrial windows with a minimum combined weight of frame and ventilator of 2.75 lbs. per linear foot and capable of passing a structural load test of 30 lbs per square foot. C. The frame and ventilator sections shall have a minimum front to back depth dimension of 1-7/8 inches. D. Muntin bars shall have a tee shaped face minimum of 1-1/4 inch. Section 08510 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 E. Glazing beads shall be cold rolled steel with a minimum thickness of 20 gauge. F. Weather stripping shall be extruded vinyl or EPDM. G. Hardware shall be as follows: 1. Project Out: a. Ventilators shall be hung on either steel balance arms or heavy-duty steel or stainless steel three or four -bar hinges located at each jamb. b. Bronze or steel cam latch located at the top rail of the ventilator. H. Insect Screens 1. Insect screen frames shall be formed electro-galvanized steel having a minimum thickness of 0.032 inch, or of formed or extruded aluminum having a minimum thickness of 0.040 inch. 2. Screens shall be rewirable with 18 x 16 mesh wire cloth of aluminum or fiberglass/ The nominal diameter of the cloth shall not be less than 0.011" for aluminum. 2.3 FABRICATION A. Fabricate windows in accordance with the approved shop drawings. B. Frame and ventilator sections shall be cold formed and members shall be mitered and key cornered. A butyl sealant shall be applied and corners shall be mechanically fastened so as to create a close fit. C. Muntin bars shall be true muntins and be continuous from head to sill and jamb to jamb except that bars in one direction may be discontinuous if they are notched and securely fastened at the intersection. Muntins shall be mechanically fastened to the frame or ventilator sections. D. All windows shall be designed for either inside or outside glazing. E. Hardware shall be as follows: 1. Project Out: a. Furnish two cam latches for vents exceeding 4'-8" in width. b. If the cam latch is more than 6'-6" above the floor level, hardware designed for pole operation should be furnished. F. Insect Screens: 1. Screens with hinged or sliding wickets shall be provided. 2. The wire cloth shall be held taut with removable spline 3. Screens shall be removable from the window, held in place by clips. G, Finish: All cold rolled sections shall be pretreated, epoxy or zinc coated, followed by manufacturer's standard finish. Section 08510 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I I I I I 1 I I I I I I I 1 I I S 1 I 1 1 I 1 PART 3 — EXECUTION 3.1 INSPECTION A. Window openings shall conform to details and dimensions shown on the approved shop drawings. B. Conditions that may adversely affect the window installation must be corrected by the Contractor prior to installation. 3.2 INSTALLATION A. Windows specified under this section shall be installed by experienced personnel. B. Install windows in strict accordance with the approved shop drawings and all local, state, and national laws and building codes. C. Set windows plumb, level, and true to line, without warp or rack of frames or ventilators. D. Anchor windows securely to surrounding construction with approved fasteners. E. The exterior joints between the windows, trim and mullions shall be properly sealed watertight with an approved sealant and be neatly pointed. F. Adjust ventilators to operate smoothly, free from twist, and to be watertight when closed and locked. G. Any abraded surface of the window finish shall be cleaned and touched up with air dry paint, ad approved and furnished by the window manufacturer, in a color to match the factory applied finish. 3.3 CLEANING A. The Contractor shall be responsible for protecting the windows and related materials during storage on the job and during and after installation. B. Window installer shall leave the window surfaces clean after installation, exercising care to avoid damage to protective coatings and finishes. C. Any protection necessary due to the cleaning of materials adjacent to the windows shall be the responsibility of the Contractor. END OF SECTION Section 08510 - 3 East Third Avenue Landfill Closure Phase It / Seal Point Park Project No. 460531 I I I i I I I I I I I I I I I i r a SECTION 08710 DOOR HARDWARE PART 1 — GENERAL 1.1 SUMMARY A. Description of hardware and its installation. 1.2 RELATED SECTIONS A. Section 08110 Steel Doors and Frames. B. Section 08200 Wood Doors. 1.3 REFERENCES A. CCR Title 24 and ADA regulations for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. B. Underwriters Laboratory, Inc. (UL) Standard. C. American National Standards Institute (ANSI). D. UBC requirements. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Prepare complete list of finish hardware. Reference items clear to groups specified and in same numerical order as on Hardware Schedule, include door -type designations, location, and other pertinent data. Verify suitability, function, thickness of members or other factors affecting appropriate selection. IMPORTANT: Highlight any deviation form the numbered manufacturer's production shown in the Hardware Schedule with an asterisk placed before the item. List manufacturers' names or suitable abbreviation to facilitate review, opposite each item scheduled. List only readily obtainable hardware that appears in current catalogs, and furnish catalog cuts of each different type of hardware included in schedule. Do not deliver hardware until list has been reviewed. Hardware Schedule shall be prepared by a member of the Door and Hardware Institute (DHI). C. Submit manufacturer's parts lists and templates. D. Catalog Cuts: Submit, illustrating style and other pertinent information. E. Manufacturer's Installation Instructions: Indicate special procedures, and conditions requiring special attention. 1.5 DELIVERY, STORAGE, AND HANDLING Section 08710 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 A. Deliver, store, protect and handle products to site under provisions of Section 01655 B. Package hardware items individually; label and identify each package with door opening code to match hardware schedule. C. Locks and keys shall be provided by the City. 1.6 COORDINATION A. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. PART 2- PRODUCTS 2.1 MANUFACTURERS A. As indicated in Hardware Schedule. 2.2 GENERAL A. Closures: Full rack and pinion type with steel spring and non -gumming, hydraulic fluid. Provide controls for regulation closing, latching speeds and back check. Spring power adjustment where specified. Supply drop plates at narrow top mil doors, and parallel -arm closers at reverse bevel doors and where doors swing full 180 degrees. Mount no closures on public side of door unless there is no other option. Provide at all fire -rated doors and elsewhere where scheduled. Comply with handicapped requirements. Maximum effort to operate doors as follows: 1. Interior doors: 5 lbs. 2. Exterior doors: 8.5 lbs. B. Weather -Stripping: At exterior doors provide head and jamb weather-strip. C. Butts: Exterior out -swinging doors shall have non-ferrous butts with non -removable pins. Labeled doors shall have ball bearing type steel butts. Where labeled doors are exterior out -swinging, provide stainless steel butts. Provide widths sufficient to clear trim projection when door swings 180 degrees. Provide 2 hinges to 60 -inches high, 3 hinges to 90 -inches high, and 1 added hinge for each additional 24 -inches. The size of the butts shall be as follows unless otherwise noted: I. Doors 1-3/4" thick and up to 41 -inches wide to have 4-1/2". 2. Doors 1-3/4" thick, 42 -inches to 48 -inches wide, to have 4-1/2" extra heavy. 3. Doors 2 -inches thick and over 48 -inches wide to have 5 -inches extra heavy. 2.3 FINISHES Section 08710 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 I I I I I I I I I I I I I I r I I 1 I I1 I I I I I I I 1 I I i A. Identified in schedule at end of section. For Closers, color as selected by City' Representative. 2.4 FASTENINGS A. Furnish necessary screws, bolts, nuts and others of suitable types and sizes to install hardware securely in position to withstand hard usage over long life. Supply fastenings which harmonize with hardware material and finish. Furnish required expansion shields, sex bolts, toggle bolts and other anchors as recommended by hardware manufacturer. Solid backing shall be provided behind all wall items. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify site conditions. B. Verify that doors and frames are ready to receive work. 3.2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided by hardware item manufacturer. C. Wherever cutting and fitting is required to install hardware onto or into surfaces which are later to be painted or finished, install each item completely and then remove and store in a secure place during the finish application. After completion of the finishes, reinstall each item. Do not install surface -mounted items until finishes have been completed on the substrate. D. Set units level, plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. E. Screw thresholds to substrate with screws of the proper type for permanent anchorage and stainless steel which will not corrode in contact with the threshold metal. On heavy- duty cast metal thresholds, provide not less than 3/8 -inch diameter screw anchors. Set each edge of threshold in a seal strip of butyl rubber sealant. F. Mount hardware at heights required by Handicap Regulations. Door knobs/levers shall be centered 42 inches above finish floor unless otherwise directed by City's Representative. 3.3 ADJUSTING A. Adjust work under provisions of Section 01770. B. Adjust hardware for smooth operation. C. Instruct City's Representative in proper adjustment, maintenance of hardware and finishes during the final adjustment of hardware. Section 08710 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 3.4 PROTECTION OF FINISHED WORK A. Do not permit adjacent work to damage hardware or fmish. B. Leave hardware in a clean condition. 3.5 HARDWARE SCHEDULE A. The hardware schedule is intended to cover all doors and gates, and establish a type and standard of quality. Examine the Drawings and Specifications and furnish proper hardware for all openings. If there are any omissions of hardware groups, they shall be called to the attention of the City's Representative prior to bid opening and in time for issuance of an addendum, otherwise, the list will be considered complete. No extras will be allowed, Any other hardware required but not brought to the City's Representative's attention shall be of suitable type, having similar quality and appearance as the specified hardware. B. Furnish standard strikes with extended lips where required to protect trim from being marred by latch bolt: Deadbolts shall have a 1" projection into strike opening. Group #1 Restroom Sliding Door Hardware (per door): 1 Pair Hangers 6Z5B Crown Industrial, Richard Wilcox, Inc., or equal Sufficient Lock -Joint track #6 14 GA. 2 End Blinds 6GX2 Sufficient Lock -Joint track Brackets 6GX39 Sufficient Center track Brackets 6GX 1 1 Bow Handle 71 P1 1 Flush Pull 470 P1 2 Floor End Stops 572 1 Sufficient Guide roller strip 647 1 Stay roller 54 P3 2 Bumper shoes 102 1 Latch 1 Padlock Group #2 Restroom Swinging Door (per door): 4' If IL C' CC Li 'C As Detailed Provided by City 4 Hinges T4A3386-32D-5, Stills Steel McKinney, or equal 1 Bow Handle #71 Crown Industrial, Richards Wilcox, Inc., or equal 1 Locksets Provided by City Group #3 Maintenance Building Exterior Door: 3 Hinges 1 Lever 1 Lockset 1 Closer 1 Threshold TA271426D4.5 NRP AL53SA fmish 613 4116 270D McKinney, or equal Schlage, or equal Provided by City LCN, or equal Pemko, or equal Section 08710 - 4 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I I I I I I I I I i I I I I i I I 1 I I I I I 1 1 I 1 Seal 1 Door Bottom S88D 2221DV Pemko, or equal Pemko, or equal Group #4 Maintenance Building Interior Doors #D02, D04 (per door): 3 Hinges 1 Lever 1 Lockset 3 Silencers TA271426D4.5 NRP AL53SA finish 613 57-5480 Group #5 Maintenance Building Interior Door #D03: 3 Hinges 1 Lever 1 Lockset 3 Silencers 1 Wall Bumper TA271426D4.5 NRP AL53SA finish 613 57-5480 4252-264 Group #6 Entry Kiosk Exterior Door (per door): 3 Hinges 1 Lever 1 Lockset 1 Threshold 1 Seal 1 Door Bottom 1 Door Holder 1 Cast Floor Stop TA271426D4.5 NRP AL53SA finish 613 270D S88D 2221DV HAG-27C-SPALUM 245F McKinney, or equal Schlage, or equal Provided by City Stanley, or equal McKinney, or equal Schlage, or equal Provided by City Stanley, or equal Baldwin, or equal McKinney, or equal Schlage, or equal Provided by City Pemko, or equal Pemko, or equal Pemko, or equal Hager, or equal Hager, or equal Comments: Field verify height and elevation of Cast Floor Stop to insure correct mating with door edge. END OF SECTION Section 08710 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 i 1 1 1 I 1 1 I 1 I I I i 1 I 1 PART 1 — GENERAL 1.1 SUMMARY A. SECTION 08800 GLAZING Section Includes: Provide glass and glazing not provided elsewhere, including accessories as required for complete installation. 1.2 RELATED SECTIONS A. Wood Doors: Section 08200. B. Steel Doors and Frames: Section 08110. C. Door Hardware: Section 08710. 1.3 REFERENCES A. Glass Association of North America (GANA: Glazing Manual and Sealant Manual. 1.4 SYSTEM DESCRIPTION A. Safety Glass Standard: CPSC 16 CFR 1201, ANSI Z97.1, and Uniform Building Code Chapter 24 and Standard 24-2. 1.5 SUBMITTALS A. Product Data: Furnish for each type of glass other than clear glass, and each type of exposed glazing material. PART 2- PRODUCTS 2.1 MATERIALS A. Tempered Glass: Select glazing quality, clear float glass, fully tempered, meeting ASTM C 1048, Kind FT; minimum thickness '''A ; safety glass. 1. Manufacturers: a. Pilldngton LOF. b. Guardian Industries Corp. c. PPG Industries, Inc. d. Or equal. B. Glazing Sealant: ASTM C920, Type S, Grade NS, elastomeric one -component silicone glazing sealants as recommended by sealant manufacturer for application involved. 1. Manufacturers: Section 08800 -1 East Third Avenue Landfill Closure Phase tI / Seal Point Park Project No. 460531 a. Dow Corning Corp. b. General Electric Co. c. Pecora Corp. d. Or equal. 2. Color: As selected by Architect from manufacturer's full range of available colors. C. Setting Blocks: 70-90 durometer hardness: 4 -inches long by 3/8 -inch thick by 1/4 -inch high standard setting blocks. D. Spacer Shims: Silicone compatible, 50 durometer hardness; 3 -inches long by 3/32 -inch thick by 1/4 -inch high. PART 3 - EXECUTION 3.1 PREPARATION A. Clean glazing channels and framing members to receive glass immediately before glazing; remove coatings not firmly bonded to substrate. B. Apply primer to joint surfaces where recommended by sealant manufacturer. 3.2 INSTALLATION A. Comply with GANA Glazing Manual and Sealant Manual and glazing manufacturer instructions. 1. Do not allow glass to touch metal surfaces. B. Place setting blocks at quarter points in thin course sealant. C. Install removable stops with glass centered in space with spacer shims at 2'-0" intervals on both sides of glass, 1/4 -inch below sightline. D. Sealant Glazing: Fill gap between glass and stops with sealant to depth equal to bite of frame on glass but not more than 3/8 inch below sightline 3.3 CLEANING A. Mark glass after installation by crossed streamers attached to framing and geld away from glass; do not apply markers to surface of glass. B. Remove nonpermanent labels immediately after sealant cures; cure sealants for high early strength and durability. C. Remove and replace glass which is broken, chipped, cracked, abraded or damaged during construction period, including natural causes, accidents and vandalism. END OF SECTION Section 08800 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I i I 1 I 1 I 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 I I i 1 1 1 1 DIVISION 9 - FINISHES East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I i I 1 1 I I SECTION 09260 GYPSUM BOARD ASSEMBLY PART 1 — GENERAL 1.1 SECTION INCLUDES A. Gypsum board and related accessories. 1.2 RELATED SECTIONS A. Section 05400: Cold Formed Metal Framing. B. Section 06100: Rough Carpentry. C. Section 06420: Paneling. D. Section 07920: Joint Sealants. E. Section 08110: Steel Doors and Frames. F. Section 09900: Site Painting. 1,3 REFERENCES A. ASTM C754: Installation of Steel Framing Members to Receive Screw -Attached Gypsum Wallboard, Backing Board. B. ASTM C840: Application and Finishing of Gypsum Board. 1.4 SYSTEM DESCRIPTION A. Acoustical Attenuation for Interior Partitions: STC ratings in accordance with ASTM E90. B. Systems Responsibility: Provide products manufactured by or recommended by manufacturer of gypsum board to maintain single -source responsibility for system. C. Openings: Obtain dimensions and location from other trades and provide openings and enclosures for accessories, specialties, equipment, and ductwork. 1.5 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Furnish manufacturer's literature for framing, insulation, gypsum board, and acoustical accessories. Section 09260 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Manufacturer's Certification: Furnish manufacturer's certification indicating products comply with Contract Documents and applicable codes. 1.6 PROJECT CONDITIONS A. Do not begin installation of interior gypsum board until space is enclosed, space is not exposed to other sources of water, and space is free of standing water. B. Maintain areas to receive gypsum board at minimum 50 degrees F for 48 hours prior to application and continuously after application until drying of joint compound is complete; comply with ASTM C840. C. Immediately remove from site gypsum board for interior use exposed to water, including gypsum board with water stains, with signs of mold, and gypsum board with mildew. PART 2 —PRODUCTS 2.1 MANUFACTURERS A. United States Gypsum Co., USG Corp. B. Georgia-Pacific Corp. C. National Gypsum Co. 2.2 MATERIALS A. Framing Materials: Comply with ASTM C754; where not otherwise indicated, provide gages as recommended by manufacturer for spans and loads indicated and as required by applicable codes. 1. Studs: ASTM C645, screw type Cee-shaped. 2. Runners: Match studs. 3. Furring Members: ASTM C645, screw -type, hat shaped. 4. Channels: ASTM C754. 5. Hangers: ASTM A641, Class 1 wire, not less than sizes in Table No. 5 of ASTM C754 and as required by applicable codes; hanger rods, flat hangers, and angle - type hangers as required. 6. Fasteners and Anchorages: As recommended by gypsum board system manufacturer. 7. Suspension System: ASTM C645, suspension system composed of main beams and cross furring members interlocking to form supporting network; recommended by gypsum board system manufacturer. Section 09260 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 i 1 1 I 1 1 1 1 I 1 I 1 1 1 1 1 1 B. Gypsum Board: Comply with ASTM C840; Maximum permissible lengths; ends square cut, tapered edges on boards to be finished. 1. Typical: ASTM C1396, Type X, moisture resistant fire rated gypsum board, unless otherwise indicated. C. Gypsum Board Accessories: Comply with ASTM C840. 1. Provide hot -dip galvanized steel corner beads and edge trim; type designed to be concealed in finished construction by tape and joint compound. 2. Corner Beads: Manufacturer's standard metal beads. 3. Edge Trim: "L", "LK", or "LC" casing beads. 4. Reinforcing Tape, Joint Compound, Adhesive, Water, Fasteners: Types recommended by system manufacturer and conforming with ASTM C475. a. Typical Joint Compound: Chemical hardening type for bedding and filling, ready -mixed or powder vinyl type for topping. b. Water Resistant Gypsum Board: Water-resistant type joint compound. 5. Reveals: Extruded aluminum special trim pieces in manufacturer's standard or custom shapes to conform to configurations and dimensions indicated. a. Manufacturers: 1) Fry Reglet Corp./Drywall Moldings. 2) MM Systems Corp./Drywall Moldings. 3) Gordon Inc./Final Forms I Drywall Trims. PART 3 — EXECUTION 3.1 INSTALLATION A. Metal Framing Erection: Erect metal framing in accordance with ASTM C754 and manufacturer's recommendations. 1. Install members true to lines and levels to provide surface flatness with maximum variation of 1/8 -inch in l0'-0" in any direction. 2. Door Opening Framing: Install double studs at door frame jambs; install runners on each side of opening at frame head height between jamb studs and adjacent studs. 3. Install metal framing backing where required for support of fixtures, cabinets, accessories and hardware. 4. Coordinate installation of bucks, anchors, blocking, electrical and mechanical work which is to be placed in or behind partition framing; allow items to be installed after framing is complete. Section 09260 - 3 East Third Avenue Landfill Closure Phase U / Seal Point Park Project No. 460531 B. Gypsum Board Installation: Install in accordance with ASMT C840 and manufacturer's recommendations. 1. Use screws when fastening gypsum board to fun-ing and to framing. 2. Erect gypsum board with ends and edges occurring over firm bearing. 3. Place control joints to be consistent with lines of building spaces and as directed by City's Representative. a. Provide where system abuts structural elements. b. Provide at dissimilar materials. 4. Place corner beads at external corners; use longest practical lengths. 5. Place edge trim where gypsum board abuts dissimilar materials. 6. Tape, fill, and sand exposed joints, edges, corners and openings to produce surface ready to receive finishes; feather coats onto adjoining surfaces. a. Treat cut edges and holes in moisture resistant gypsum board with sealant. 7. Finishing: Comply with Gypsum Association (GA) "Levels of Gypsum Board Finish." a. GA Level 3, All joints and interior angles have tape embedded in joint compound and one additional coat of joint compound applied over all joints and interior angles. Faster heads and accessories shall be covered with two separate coats of joint compound. All joint compound shall be smooth and free from tool marks and ridges as preparation for application of drywall primer and final finish. 8. Remove and replace defective work. 3.2 SEALANT AT METAL FRAMES A. At door frames, window frames; diffusers, access panels, light fixtures, and miscellaneous frames, apply a non -tacky sealant, color as selected, color to match wall or ceiling color to close any unavoidable gaps between frame and gypsum wallboard. 3.3 ACCESS PANELS A. Install panels as required by Mechanical and Electrical Sections and elsewhere as shown or required. END OF SECTION Section 09260 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 i 1 1 i 1 r 1 1 1 1 I 1 1 1 I1 1 SECTION 09860 ANTI -GRAFFITI COATINGS PART 1 - GENERAL 1.1 SUMMARY A. Section includes all services, labor, materials and equipment necessary to complete application of graffiti -resistant coatings on all concrete seat walls, concrete step facings, the restroom building walls and trash enclosure wall. 1.2 QUALITY ASSURANCE A. Contractor shall contact the manufacturer prior to bidding work so as to familiarize themselves with current warranty requirements, costs, application procedures, notification requirements. B. The manufacturer's representative shall inspect and approve all surfaces prior to application and verify correct material for each application. C. Application of product shall be done by skilled workers trained, experienced, and familiar with two part aliphatic polyurethane coating systems. 1.3 SUBMITTALS A. Submit under provisions of Section 01340. B. Provide samples on finished concrete samples (12" by 12") that match the specified material to be coated. C. Provide samples on finished concrete samples (12" by 12") that match the specified material to be coated. 1.4 STRUCTURES TO RECEIVE GRAFFITI -RESISTANT COATINGS A. Restroom Building. B. Concrete unit masonry exterior wall faces at Trash Enclosures. C. Concrete Seat Walls. D. Concrete Step Riser Faces. E. See separate graffiti resistant surfaces requirements in Signage Section 10400. PART 2- PRODUCTS 2.1 MATERIALS Section 09860 - 1 East Third Avenue Landfill Closure Phase II/ Seal Point Park Project No. 460531 A. Permanent Anti -Graffiti Coating: Product shall be a clear, two part, water based, zero VOC aliphatic polyuethane, chemical resistant coating by Genesis Coatings, Inc (800) 533-4273, available from Graffiti Control Systems, North Hollywood, CA (800) 794-7384. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Preparation: All surfaces shall be dry and free from excess dirt, dust, loose paint, greasy stains and efflorescence. All cracks, voids, beeholes, or mortar shrinkage shall be properly repaired and primed if necessary to make the surface uniform as recommended by the product manufacturer. 3.2 APPLICATION A. Apply product as specified by manufacturer. 3.3 PROTECTION AND CLEANUP A. Clean work under provisions of Section 01770, B. Applicator shall be responsible for protection of this and all adjacent work from damage during application with dropcloth or other suitable materials. Completely remove overspray and spills as soon as possible before curing, and remove excess material from job site. END OF SECTION Section 09860 - 2 i East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 09900 PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide painting as shown on the Drawings and specified. 1.2 PERFORMANCE A. Work to be performed by qualified craftsman skilled in the application of the materials specified. 1.3 SUBMITTALS A. Submit under provisions of Section 01340. B. Product Data: Provide manufacturer's printed product data on all coatings specified, including preparation and application instructions. C. Selection Samples: Provide two sets of samples not less than one inch by two inches in size illustrating range of colors and textures available for each finishing product specified. D. Verification Samples: Provide two samples of not less than six inches square illustrating selected colors and textures for each color specified. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers. Labels shall include manufacturer's name, type of coating, brand name, lot number, estimated coverage, surface preparation requirements, drying time, cleanup instructions, color designation, and instructions for mixing. B. Store paint products in covered, ventilated area at minimum ambient temperature of 45 degrees F and maximum ambient temperature of 90 degrees F. 1.5 ENVIRONMENTAL REQUIREMENTS A. Do not apply products of this section outside acceptable range of conditions as specified by paint manufacturer. B. Do not apply coatings when humidity is in excess of manufacturer's recommended limit. 1.6 EXTRA MATERIALS A. Furnish extra materials under provisions of Section 01770. B. Deliver to Owner 1 gallon of finish paint in each color required for Project. 1. Mark each container with color and room names or numbers where paint was used, without obscuring manufacturer's label. Section 09900 -1 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1.7 PROTECTION AND CLEANUP A. The contractor shall provide protection for his work area as well as adjacent areas and surfaces. At the end of each day and at the completion of the work, the Contractor shall remove debris and excess material, clean paint splatters, and leave the area in an orderly manner. PART 2— PRODUCTS 2.1 MATERIALS A. General: Materials necessary for completion of the work in this Section shall be as show below in Paint Systems. B. Coatings: Ready mixed, except for field catalyzed coatings; having good flow and brushing properties and consistent drying or curing behavior, free of sags and streaks. C. Accessory Materials: Paint thinners and other materials recommended by coatings manufacturer as necessary to achieve finishes specified. D. Patching and Surface Preparation: Latex fillers as recommended by coatings manufacturer. PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that site environmental conditions are appropriate and substrates are in proper condition to receive work of this section. Surfaces must be cured, clean, sound, dry, and free from dust, dirt, wax, oil, grease, mildew, efflorescence, or other contaminants that might adversely affect the appearance and performance of the primer or finish coat. B. Verify that shop applied primers are compatible with specified finish coats. Contractor must give notification in writing regarding conditions detrimental to proper and timely completion of work. The Contractor shall not proceed with work until unsatisfactory conditions are corrected. C. Measure moisture content of surfaces using an electronic moisture meter. Do not begin application of coatings unless moisture content of surfaces is below the following maximum values: 1. Gypsum wallboard: 12 percent. 2. Plaster: 12 percent. 3. Masonry surfaces: 12 percent. 4. Wood surfaces: 15 percent. 5. Vertical concrete surfaces: 12 percent. 6. Horizontal concrete surfaces: 8 percent. 3.2 SURFACE PREPARATION A. Note: All surface preparation shall be done in accordance with Manufacturer's printed instructions. B. Hardware or built-in items shall be removed or protected during painting. Section 09900 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 C. Correct defects and clean surfaces affecting work of this section. Remove existing coatings that are flaking or otherwise in unacceptable condition to receive paint. D. Seal with pigmented stain killer or other coating acceptable to paint manufacturer any marks or defects that might bleed through paint fmishes. E. Remove mildew from exterior impervious surfaces by scrubbing with solution of trisodium phosphate and bleach. Power wash with a minimum of 3500 PSI (pounds per square inch) with clean water and allow substrate to dry. F. Exterior Concrete and Masonry Surfaces: Remove dirt, loose mortar, scale, salts, alkalies, and other detrimental substances. Remove oils and grease with solution of trisodium phosphate. Power wash with a minimum of 3500 PSI (pounds per square inch) with clean water and allow substrate to dry. G. Concrete Floors, Decks: Remove dirt and grease with solution of trisodium phosphate, acid etch, and rinse with clear water. 3.3 APPLICATION A. Materials to be mixed, thinned, and applied in strict accordance with the manufacturer's printed instructions. Do not apply coatings to surfaces that are not dry. B. Apply each coat to uniform thickness and finish, with each coat slightly darker than preceding coat. Material to be applied evenly with no runs, sags, or skips. Allow each coat to dry thoroughly before applying next coat. C. Prime, stain, or seal wood to be painted immediately upon arrival at the job site. Prime edges, ends, faces, undersides, and backsides of such wood. Sand wood and metal surfaces lightly between coats. Vacuum surfaces free of loose particles prior to application of next coat. D. Remove all stains, marks, and dirt surfaces to receive a semi -transparent stain or solid fmish. E. Work to be performed in acceptable weather conditions. Surface temperature should not fall below 50°F or above 90°F. F. Proper ventilation to be provided for drying and to prevent accumulation of odors or vapors. 3.4 INSPECTION A. Work subject to acceptance by the City's Representative. The Contractor at no cost to the City will correct any work that does not conform to the Specification requirements. 3.5 PAINT SYSTEMS A. Coating Systems for Exterior Painted Steel: 1. System Type: Zinc/Epoxy/urethane. 2. Surface Preparation: chemically clean in accordance with SSPC SP -1 taking care not to damage the galvanized surface. 3. Prime Coat: Tnemec Series 90-97 "Tneme-Zinc" at 2.5 to 3.5 mils DFT. 4. Intermediate Coat: Tnemec Series N69 "Epoxoline II" at 2-3 mils DFT. 5. Finish Coat: Metallic finish substitute; Tnemec Series 1077 at 2-3 mils DFT. Color to be selected by City's Representative. Section 09900 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Coating for Exposed Cedar (See Architectural Drawings): 1. Field Coating: High Grade Raw Tung Oil per ASTM D12. 2. Application: a. Ensure surface is clean and free of dirt. b. Brush or soft -cloth apply 3- 4 coats allowing 1/2 hour between coats. c. Wipe off excess oil after final coat. C. Paint for Trash Enclosure Gates Wood Facing: 1. First coat —Kelly Moore, Pratt & Lambert "Accolade," or equal Stain Resistant Acrylic Primer, Dry Film Thickness (DFT) 3.0 to 5.0 mils. 2. Second coat —Benjamin Moore, Pratt & Lambert "Accolade," or equal Exterior Low Sheen Acrylic Finish, Dry Film Thickness (DFT) 3.0 to 5.0 mils. 3. Third coat —Benjamin Moore, Pratt & Lambert "Accolade," or equal Exterior Semi -gloss Acrylic Finish, Dry Film Thickness (DFT) 2.0 to 5.0 mils. 4. Total DFT: 5.0 to 8.0 mils. D. Interior Finishes: 1. Wood Trim: a. 1 coat primer. b. 2 coats acrylic latex semi -gloss finish. 2. Gypsum Board Walls: a. 1 coat primer. b. 2 coats 100% acrylic medium texture heavy grade wall covering. END OF SECTION Section 09900 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 I I I I I I I I I I I I I I I I I I DIVISION 10 - SPECIALTIES East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 10162 TOILET COMPARTMENTS PART 1 — GENERAL 1.1 SUMMARY A. Section Includes: 1. Floor Braced Stainless Steel toilet partitions, Hardware and structural accessories 2. Urinal Screens 1.2 RELATED SECTIONS A. Section 10800: Toilet accessories. 1.3 REFERENCES A. Americans with Disabilities Act, Accessibility Guidelines (ADAAG). B. California Building Code: California Code of Regulations, Title 24, Part 2, requirements for providing accessibility for persons with disabilities. 1.4 SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Submit manufacturer's literature for all products. C. Shop Drawings: Clearly indicate layouts of toilet compartments. D. Selection Samples: Manufacturer's samples of brushed stainless steel finish. E. Verification Samples: Sample of specified brushed stainless steel for finish and texture verification. 1.5 QUALITY ASSURANCE A. Access for Persons with Disabilities: Comply with California Building Code and Americans with Disabilities Act Accessibility Guidelines (ADAAG). 1. Door Width: Provide minimum 32" clear door openings when front entry, minimum 34" clear door openings when side entry. 2. Spacing: Provide minimum 32" clearance between water closet and inside edge of partition on side away from grab bars, minimum 60" clear width, and front space as applicable. 3. Reinforcing: Provide reinforcing for grab bars indicated to be partition mounted. PART 2— PRODUCTS Section 10162 -1 East Third Avenue Landfill Closure Phase I1 / Seal Point Park Project No. 460531 2.1 MANUFACTURERS A. Mills, Bradley Corp., or equal. 2.2 COMPONENTS A. Doors — General: shall be 1" thick constructed of 22 gauge stainless steel #304 with #4 satin brushed finish. 1. Door corners shall be welded and finished smooth. B. Panels — General: Shall be 1" thick constructed of 22 gauge stainless steel #304 with #4 satin brushed finish. 1. Panel corners shall be welded and finished smooth. 2. Panel thickness: Minimum 1" thick. C. Floor braced pilasters shall be 1 1/4" thick and shall be constructed of 18 gauge stainless steel. 1. Pilasters will be anchored to the floor using 3/8" threaded rods, hex nuts and washers to provide floor adjustment. 2. Floor Fastenings: Concealed by a 4" high four -piece shoe of type 304 stainless steel. D. Hardware: Compartments shall be provided with all hardware and fastenings to provide a completed installation. 1. Door Hardware: Mills heavy duty institutional cast stainless steel with brushed finish, with bearings for true gravity cams. 2. Hinge Brackets: Heavy duty institutional cast stainless steel wrap around, through bolted to the pilasters with true gravity cams. 3. Latches: Institutional grade cast stainless steel surface mounted slide latch C-290 with "emergency lift release." 4. Strike Keeper: Institutional grade cast stainless steel surface mounted. 5. Coat Hooks and Wall Bumpers: Same material and finish as door hardware. E. Urinal Screens 1. Urinal screens shall be 1" thick constructed of 22 gauge stainless steel #304 with #4 satin brushed finish. Corners shall be welded and finished smooth. Section 10162 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 I t e I 1 I 1 1 1 1 U I I I U I I I �1 I I I 1 I I I PART 3 — EXECUTION 3.1 EXAMINATION A. Before installation, examine the site to insure that no defects or conditions exist that would result in an unsatisfactory installation of the compartments. B. Take field measurements at this time to ensure correct installation. C. Ensure correct spacing and size of plumbing fixtures; take special note of fixtures in compartments indicated to be designed for persons with disabilities to assure clearances complying with access regulations. D. Ensure correct location of built-in framing, anchorage, and bracing, where required. 3.2 INSTALLATION A. Install units in accordance with manufacturer recommendations and installation instructions, secure, plumb, level, and square. B. Leave %2" space between wall, panels and end pilasters. C. Attach panel brackets securely to walls using anchor devices. D. Attach panels and pilasters to bracket with through sleeve tamper proof bolts and nuts. E. Provide for adjustment of floor variations with screw jack through steel saddles integral with pilaster; conceal floor fastenings with stainless steel shoes. F. Equip each door with hinges, latch, and coat hook/ bumper combination. G. Install door strike keeper and door bumper on each pilaster in alignment with door latch. H. Adjust and align hardware to uniform clearance at vertical edges of doors not exceeding 3/16". Install panel or locate out -swinging doors to prevent their opening more than 105 degrees. Adjust hinges to locate doors in partial open position when unlatched, except adjust hinges to return doors to closed position at stalls designed for use by persons with disabilities. Set doors in open or close condition as indicated on drawings. 3.3 CLEANING A. Field touch-up of scratches and defaced finishes will not be permitted; replace damaged, scratched and marred defective materials with new, undamaged materials. END OF SECTION Section 10162 - 3 East Third Avenue Landfill Closure Phase!' / Seal Point Park Project No. 460531 I I r I I 2 I I I I I i 1 I SECTION 10400 SIGNAGE 1.1 SCOPE OF WORK A. Quantities/Unit Prices: the bid quantity for each Sign Type shall be based on the Sign Schedule. See sheet G -0.I. The Contract shall establish unit costs based on theses quantities, and the bid shall consist of extensions of these unit costs. The contract shall be adjusted as necessary, using these unit costs, for additions or deletions within ten percent of the base bid quantity for each Sign Type. B. Scope of Work by Sign Type: 1. Sign Types BA, C.2, C.3, D.1, E.1, G.1, G.2, H.1, K.1, K.2 and J.1. Exterior non illuminated monuments and signage. 1.2 STRUCTURAL DESIGN AND ENGINEERING A. Details in the Drawings indicate a general design approach for sign structures but do not necessarily include the specific fabrication details required for the complete structural integrity of the signs, nor do they necessarily consider preferred shop practices of individual contractors. Such specific fabrication details shall be provided by the Contractor, who shall ensure that signs withstand any and static, dynamic and/or erection loads that act upon them, including such loads associated with handling, erecting, and servicing. B. Contractor shall furnish a complete structural design for each and every sign type, incorporating reasonable safety factors necessary to protect the City and Contractor against public liability. 1. Such structural designs shall meet applicable local, state, and national codes, as well as testing laboratory listings, where required. C. Contractor shall be responsible for the engineering and internal construction of signs, and shall submit shop drawings and details for review by the Owner's Representative. Shop drawings for Sign Types B.1, C.2, C.3, D.1, E.1 shall be designed and stamped by a licensed Engineer currently registered in the State of California. Said stamped shop drawings shall specify structural components and methods required to withstand the design wind load and design seismic load at the location of the sign(s). 1. Structural design shall meet applicable local, state, and national codes, as well as testing laboratory listings, where required. 2. Seismic Forces: Engineered shop drawings shall specify necessary measures to withstand seismic forces at the project location. 3. Wind Load: Engineered shop drawings shall reflect the soil type and compaction and the design wind load at the project location. Assume maximum wind of 80mph and wind pressure of 12.5 psf unless otherwise indicated. Comply with the requirements of Chapter 16 or 16A, Section 1609, of the CBC as apply. 1.4 SUBMITTALS Section 10400 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 A. Presubmittal Conference: Coordinate with the Owner's Representative prior to preparation of submittals to confirm submittal requirements and schedule. B. Product Data: If requested by Owner's Representative, submit manufacturers' catalog sheets, brochures, diagrams, schedules, charts, illustrations, test results and/or other standard descriptive data. 1. Mark up each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required, performance characteristics and capacities, and wiring diagrams and/or controls as apply. C. Shop Drawings: 1. Shop drawings shall be neat, well organized and clearly legible. Elevations and plan views from the Drawings may be reproduced for the sake of expedience where appropriate. 2. Shop drawings shall be drawn to scale and not subsequently reduced to fit a drawing format. 3. Submit elevations and plan views for sign types, including graphic layouts, complete dimensions, materials, locations of exposed fasteners, colors and finishes. Determine the total quantity for each sign type and note it in the shop drawings. 4. Submit comprehensive section drawings for sign types where applicable, including sections of typical members. Show fabrication and installation details, including details for securing members to one another, to building structures, and/or to site work. Show interior construction, reinforcements, anchorages, components and finishes. Reproduction of section drawings shown in the Drawings shall not be acceptable. 5. Site Condition Verification: Where required by the Owner's Representative for specific items, Contractor shall inspect site to confirm installation conditions, then submit shop drawings and/or written documentation for approval indicating proposed mounting devices. D. Samples: 1. Color and Finish: Submit 3 each, 12 inch x 12 inch samples of paint colors, sillcscreen colors, vinyl colors and material finishes. a. Contractor to submit verification of paint manufacturer used for submittal. b. Prior to submittal, Contractor shall verify that colors submitted as samples match accurately the samples or specifications provided by Owner's Representative. 2. Typeface(s): Submit complete typeface font(s), including upper and lower case letters, numbers and punctuation, for typeface(s) specified. Also submit samples of letter and word spacing for each cap height specified. E. Prototypes: Submit one full-size complete prototype each for the following Sign Types: 1. Sign Type K.2 and J.1. 2. Partial prototype of sign type C.1. 3. Letter "S" of B.1. 4. Complete map from sign type C.3. 5. Frame and panel of sign type G.1. 6. Frame of sign type D.1. maybe permanently installed. F. Patterns: Submit one full size pattern each for Exterior Sign Type. Patterns shall be black vinyl graphics on a single carrier sheet and shall include the perimeter of the sign panel. Section 10400 - 2 East Third Avenue Landfill Closure Phase Il / Seal Point Park Project No. 460531 I I 1 I I L I 1 I I I I I I Folia panels shall be submitted in correct color; one full-size pattern for each background graphic and each sign type. G. Quality Control: 1. Samples, mock-ups and prototypes shall not be permanently installed, but shall be retained by the Owner's Representative for record and quality control, unless otherwise noted by the Owner's Representative. 2. If requested by Owner's Representative, submit manufacturer's installation instructions for each type of specialty sign. Include only pages which are pertinent, or manufacturer's standard drawings modified to delete non -applicable data. H. Contract Close-out Items: 1. Provide City with one quart of paint as used on the Project for each paint color specified. 2. Provide City with written instructions for proper cleaning of the signs. Note any solvents that should not be used. 1.5 QUALITY ASSURANCE A. Do not scale drawings for dimensions. Use only the written dimensions indicated on the Drawings, unless such be found in error. Contractor shall verify and be responsible for dimensions and conditions shown by the Drawings, and shall visit the site to inspect and verify field conditions prior to fabrication and installation. The Owner's Representative shall be notified, in writing, of discrepancies on Drawings, in field dimensions or conditions, and of changes required in construction details. I i I I I I I B. Provide each type of sign as a complete unit produced by a single manufacturer, including required mounting accessories, fittings and fastenings. C. Details shown in the Drawings shall be followed for exterior appearance. Minor changes in interior construction will be accepted in order to conform to Contractor's shop practices or engineering requirements when, in the Owner's Representative's sole judgment, such changes do not detract materially from design concept or intent. Contractor shall circle such changes on the shop drawings. D. Completed work shall be structurally sound; and free from scratches, distortions, chips, breaks, blisters, holes, splits or other disfigurements considered as imperfections for the specific material. PART 2- PRODUCTS 2.1 ACCEPTABLE SIGN FABRICATORS A. Corporate Sign Systems or equal, San Jose, CA (408) 292-1600, attention Randall McClune. B. Martinelli Environmental Graphics or equal, San Francisco, CA (415) 621-1559, attention Jack Martinelli. C. Weidner Architectural Signage or equal; Sacramento, CA (916) 452-8000, attention Rick Weidner. D. General Graphics or equal; San Francisco, CA (415) 641-3600, attention Richard Osicka. Section 10400 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No.460531 2.2 MATERIALS A. Galvanizing -Repair Paint: Minimum 82 percent zinc -dust -content paint for regalvanizing welds in galvanized steel, complying with FS DOD -P -21035a; Z.R.C. Cold Galvanizing Compound by ZRC Worldwide, International Protective Coatings, or equal. Where repaired galvanizing is to be left exposed, use repair paint that will closely match appearance of hot - dip galvanizing; "Galvilite" by ZRC Worldwide, or equal. B. Surface Preparation Prior to Galvanizing: In accordance with SSPC SP -6 or SP -7. C. Galvanizing: Provide zinc coating for items exposed to exterior atmosphere, shown on the Drawings, or specified to be galvanized using the hot -dip process after fabrication. 1. Comply with ASTM A153 for galvanizing of iron and steel hardware. 2. Comply with ASTM A123 for galvanizing of rolled, pressed, and forged -steel shapes, plates, bars, and strips 1/8 inch thick and heavier. 3. Comply with ASTM A123 for galvanizing of assembled steel products. 4 . Repair zinc coating damaged after fabrication with specified repair paint in accordance with ASTM A780, AHDGA publication, "Recommended Practice for Touch-up of Damaged Galvanized Coatings," and manufacturer's recommendations for application of repair paint. D. Concrete: See section 03100, 03200, 03300, 03305, 03360 E. Integral Color Phenolic Panels: FOLIA "Exterior Grade,' or equal complying with the following: 1. Surface Finish: Satin: A smooth semi -matte finish, 2. Graffiti Resistant: Spray paint, lacquer, and crayon graffiti can be easily removed with paint thinner, lacquer thinner, or similar solvents. 3. Moisture Absorption: Engineered to prevent moisture absorption at the edges and on the surface, despite extreme climatic changes. 4. Climate Control: Highly resistant to UV rays, dampness and extreme weather conditions. The panels are also biologically resistant to mildew and fungus. 5. Water Absorption by Thickness: a. 1/4 -Inch: 0.9 percent. b. 1/2 -Inch: 0.6 percent. c. 1 -Inch: 0.35 percent. 6. UV Resistance: Based on ASTM G26/A; no changes after 3000 hrs. 7. Pollution Resistance: DIN 500018; no change after 20 cycles. 8. Tensile Strength: M.D. 151,693 Kpa (22,000 PSI) - C.D. 110,322 Kpa (16,000 PSI). 9. Flexural Strength: M.D. 158,588Kpa (23,000 PSI) - C.D. 103,427 Kpa (15,000 PSI). 10. Impact (Edgewise): M.D. 0.6 FT/LBS/IN - C.C. 0.5 ft/lbs/in. 11. Coefficient of Thermal Expansion: DIN 51045 (-20' C to +80' C temp. Range). Longitudinal 9x10-6 per° C Transverse 16x10 -6 per° C. F. Brass: 260 alloy #6 Horizontal grain finish. G. Nickel Plate: Grade C .0001" thick military specification QQ-N290A. H. Braille: Contractor shall be responsible for the accurate translation of applicable tactile copy to Contracted California Grade 2 Braille. Braille shall be produced in accordance with Section 10400 - 4 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I 1 I I I I 1 i r I I I 1 I I I I lI I I I I I I I I I I I California Title 24 requirements: Dots shall be 1/10 inch (2.54 mm) on centers in each cell with 2/10 inch (5.08 mm) space between cells. Dots shall be raised a minimum of 1/40 inch (0.635 mm) above the background. 7. Fasteners, Hardware and Devices: Stock proprietary fastening devices of approved standard manufacture such as cadmium plated screws, bolts and washers, and stainless steel hinges. 1. Conceal fasteners except where noted or shown otherwise. 2. Finish on exposed devices to match overall sign finish, unless otherwise noted. 3. Provide vandal -resistant fasteners at exposed locations unless otherwise noted. 4. Use fasteners fabricated from metals that are noncorrosive to either the sign material(s) or the mounting surface. 2.3 FABRICATION A. Intent of Specifications: Finished work shall be of the highest quality in order to pass eye - level examination and scrutiny by Owner's Representative. 1. Work shall be free from burrs, dents, raw edges and sharp corners. 2. Finish welds on exposed surfaces as required so they are not visible in the finished Work. 3. Finish surfaces smooth unless otherwise indicated or specified. 4. Surfaces which are intended to be flat shall be free from bulges, oilcanning, gaps or other physical deformities. Such surfaces shall be fabricated to remain flat under installed conditions. 5. Surfaces which are intended to be curved shall be smoothly free -flowing to the required shape(s). 6. Fabricate cabinets, panels and components with smooth, mechanically finished edges. Edges shall be true, and corners shall be square. Where edges are specified to be painted, fill and sand smooth as required prior to painting. 7. Cut routed letterforms and/or graphics clean and true to match adjacent surface -applied letterforms and/or graphics. 8. Fabricate internally illuminated sign cabinets as required to provide a weathertight housing for lighting and electrical components. 9. Exercise care to protect polished and/or plated surfaces so that they remain unblemished in the finished Work. 10. Isolate dissimilar materials. Exercise particular care to isolate nonferrous metals from ferrous metals as required to prevent corrosion. 11. Surfaces shall be flat to a tolerance of plus or minus 1/16 foot when measured at any point with a ten -foot straight edge, 12. Visible sign surfaces of the same type shall have the same finish. Color and/or finish shall be consistent across the entire surface of a sign. 13. Reveals shall be of uniform width; butt joints shall be tight and closed along the entire length; access panels shall have a nominal, uniform gap around. 14. Expansion joints, when required, shall be positioned so as not to interfere with the look or finish of any sign message or the overall appearance of the sign face. 15. Gaps between milled components, when assembled, shall not exceed a tolerance of 0.005 inches. B. Provide colors and/or finish textures as specified or indicated in the Drawings or, where not specified or indicated, as selected by Owner's Representative. Section 10400 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1. Colors of sign graphics (text, arrows and/or symbols) shall have a minimum of 70 percent contrast with sign background behind graphics. Finish shall be nonglare on sign backgrounds behind graphics on identifications and directional signs. C. Graphics: Text, arrows and symbols shall be provided in the sizes, colors, typefaces and spacing specified in the Drawings. Text shall be a true, clean, digitally or photomechanically accurate reproduction of the typeface(s) specified, with letter spacing and directional arrows as shown in the Drawings. 1. Lettering: Custom Typography: Adobe Meta font family 2. Arrows and Symbols: Use digital files provided by Owner's Representative in Adobe Illustrator 9.0 for Macintosh. D. Sign Schedule: Copy shown in the Drawings is for layout purposes only; final copy, quantities and references for signs are shown in the Sign Schedule see Sheet G-0.1 unless otherwise noted. The Contractor shall clarify any perceived irregularities in the Sign Schedule with the Owner's Representative prior to fabrication. E. Digital Artwork: Digital artwork files prepared by the Owner's Representative for the Contractor's use shall be in a single layer. Any manipulations of the files required for subsequent use by the Contractor, such as spreads and traps for silkscreen negatives, or conversion to outline or EPS, shall be the responsibility of the Contractor unless explicitly agreed otherwise by the Owner's Representative. PART 3 EXECUTION 3.1 EXAMINATION A. Owner's Representative reserves the right to inspect the Work in the Contractor's shop before it is shipped to the job site for installation. B. Contractor shall inspect installation locations for conditions which will adversely affect the execution, permanence and/or quality of the Work, and notify Owner's Representative in writing of any and unsatisfactory conditions. Contractor shall not proceed with installation until said unsatisfactory conditions have been corrected. Commencement of installation indicates acceptance of site conditions and guarantees delivery of an acceptable product. 3.2 INSTALLATION A. Pre -installation Walkthrough / Field -Staking: Attend a pre -installation walkthrough at the job site to confirm typical installation conditions and determine installation locations for non- typical conditions. The exact locations for exterior signs will be determined and field -staked at this time. Do not begin excavation for the footing for any exterior sign until the field - staked location has been approved by the Owner's Representative and/or Owner's representative. B. Provide reinforced concrete footings where required, with plan dimensions as shown and depth as specified by Engineer. Use "Sonotube" type formwork for post and panel signs at landscape locations; core drill and set post(s) in epoxy grout at hardscape locations. C. Where a concrete footing is level with finished grade to serve as a mow strip, slope the top of the footing away from the sign cabinet or post(s) minimally as required for drainage and to prevent puddling. I 1 V I I V I I I I I I I Section 10400 - 6 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I t I I 1 1 I 1 I t I I I D. Securely attach signs to footings or site work in accordance with Engineer's specifications. 3.3 SIGN LOCATIONS A. Signs identifying permanent rooms and spaces shall be located in compliance with CBC 1117B.5.9: Center of sign to be 5 feet 0 inches above finish floor. B. Symbol signs on restroom doors shall be located in compliance with CBC 1115B.5: Center of sign to be 5 feet 0 inches above finish floor. C. All signs to be field staked with Owner's Representative. 3.4 SITE CLEANUP A. Final cleanup: 1. Clean and/or repair evidence of installation work or damage to site work or other adjacent surfaces prior to completion of work. 2. Clean up work area after installation has been completed. Restore disturbed ground cover. 3. Remove protective materials and dispose of properly off site. 3.5 CLEANING AND PROTECTION A. At completion of installation, clean sign surfaces in accordance with manufacturer's instructions. B. Protect signs from damage until acceptance by Owner's Representative; repair or replace damaged units as required. C. Clean and/or repair evidence of installation work or damage to adjacent surfaces prior to completion of work. D. Remove protective materials and dispose of properly off site. END OF SECTION Section 10400 - 7 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 I I I1 1' I I I I I I I I r 1 SECTION 10800 TOILET ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide toilet accessories, with accessories, attachment hardware and rough -in frames as required for complete, operational installation. B. Related Sections: 1. Toilet Partitions: Section 10162. 1.2 QUALITY ASSURANCE A. Access for Persons with Disabilities: Comply with California Building Code and Americans with Disabilities Act Accessibility Guidelines (ADAAG). 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data illustrating each accessory at large scale. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver inserts and rough -in frames to jobsite at appropriate time for building in. B. Do not deliver accessories to site until rooms in which they are to be installed are ready to receive them. C. Pack accessories individually, protect each item and its finish. 1.5 PROJECT CONDITIONS A. Protect adjacent or adjoining finished surfaces from damage during installation of work of this section. B. Before starting work notify Architect in writing of conditions detrimental to installation or operation of units. C. Verify with Architect exact location of accessories. Section 10800 -1 East Third Avenue Landfill Closure Phase Ill Seal Point Park Project No. 460531 PART 2 PRODUCTS 2.1 MANUFACTURERS A. Bradley Corporation B. Acorn Engineering Company 2.2 MANUFACTURED UNITS A. Products listed are by Bradley Corp., unless otherwise noted, and are specified to establish the required level of performance, quality, and appearance. 1. Grab bars - 812 Series 2. Toilet paper dispenser - Model 5425 3. Soap dispenser - Model 6542 4. Trash receptacle - Model 3157-11 5. Hand air dryer - Model 2870-28 6. Tampon/Sanitary Napkin dispenser - Model 407-10 7. End stall Sanitary Napkin disposal, by American Specialties - Model 0473-1A 2.3 MATERIALS A. Stainless Steel Sheet: ASTM A666, commercial grade, Type 302/304, gages as standard with manufacturer of specified items. B. Stainless Steel Tubing: ASTM A269, commercial grade, seamless welded. C. Sheet Steel: ASTM A366, cold rolled stretcher leveled; minimum G90 galvanized coating, ASTM A924 and A653. D. Adhesive: Epoxy type contact cement as recommended by accessory manufacturer. E. Fasteners, Screws, and Bolts: Hot dip galvanized; as recommended by accessory manufacturer for component and substrate. F. Keys: Provide universal keys for access to toilet accessory units requiring internal access for servicing and resupply; provide minimum six keys to Owner Representative. 2.4 FABRICATION A. Weld and grind smooth joints of fabricated components. B. Form exposed surfaces from one sheet of stock, free of joints. C. Fabricate units with tight seams and joints, exposed edges rolled; hang doors and access panels with continuous piano hinges; provide concealed anchorage where possible. D. Provide steel anchor plates and anchor components for installation on building finishes. Section 10800 - 2 East Third Avenue Landfill Closure Phase H / Seal Point Park Project No. 460531 I I I i I I I I I I I I 1 1 1 I I I I I I I v I I I I I I I E. Form surfaces flat without distortion; maintain flat surfaces without scratches and without dents; finish exposed edges eased, free of sharp edges where potential exists for physical contact. F. Back paint components where contact is made with building finishes, to prevent electrolysis. G. Hot dip galvanize ferrous metal anchors and fastening devices. H. Shop assemble components; package complete with anchors and fittings. 2.5 FINISHES A. Exposed Finishes: Stainless steel, number 4, satin finish; satin chrome fmish acceptable where stainless steel not available for accessory item listed or scheduled. B. Concealed Surfaces: Pretreat and clean, spray apply one coat primer and backed enamel finish. PART 3 — EXECUTION 3.1 PREPARATION A. Provide templates and rough -in measurements. 3.2 INSTALLATION A. Install accessories in accordance with manufacturer's printed instructions using fasteners appropriate to substrate. B. Install true, plumb and level, securely and rigidly anchored to substrate. C. Use tamper -proof, security type fasteners. D. Adjust accessories for proper operation and verify mechanisms function smoothly. E. Replace damaged and defective items. F. Clean and polish exposed surfaces after removing temporary labels. END OF SECTION Section 10800 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I 1 1 I t 1 1 i 1 I I i DIVISION 15 - MECHANICAL East Third Avenue Landfill Closure Phase II! Seal Point Park Project No. 460531 I I I I I I I I I 1 r I I SECTION 15160 MECHANICAL AND ELECTRICAL GENERAL PROVISIONS PART 1 — GENERAL 1.1 GENERAL A. Requirements specified herein shall govern applicable portions of the following Work sections, whether so stated therein or not. B. Where items specified in the following work sections conflict with requirements of this section, the former shall govern. 1.2 DRAWINGS A. Mechanical and Electrical Drawings show the general arrangement of all piping, equipment and appurtenances and shall be followed as closely as actual building construction and the Work of other trades will permit, and shall not be scaled for construction. Architectural and Structural Drawings shall take precedence over Mechanical and Electrical drawings. Because of the small scale of the mechanical and electrical drawings, it is not possible to indicate all offsets, fittings and accessories that may be required. The Contractor shall investigate the structural and finish conditions affecting the work and shall arrange his work accordingly, providing such fittings; valves and accessories as may be required to meet such conditions. Symbols used on drawings are those generally accepted in the industry, or as shown on drawings. 1.3 CODES AND STANDARDS A. All materials and workmanship shall comply with all applicable codes, specifications, local ordinances, state laws, industry standards and utility company regulations. Applicable codes and standards shall include the following nationally accepted codes and standards, and any other accepted in local ordinances: AMCA Air Moving & Conditioning Association ANSI American National Standards Institute ASTM American Society of Testing Materials CEC California Energy Commission CPC California Plumbing Code IPCEA Insulated Power Cable Engineering Association NEC National Electric Code NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association UL Underwriter's Laboratories USASI United States of America Standards Institute B. In case of differences between building codes, specifications, state laws, local ordinances, industry standards and utility company regulations and the contract documents, the most stringent shall govern. The edition and year of applicable codes shall be as established by local ordinance. Section 15160 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1.4 COORDINATION OF WORK The Contractor shall compare the mechanical and electrical drawings and specifications with the drawings and specifications of the other trades, and shall report any discrepancies between them. The mechanical and electrical work shall be installed in cooperation with other trades installing related work. A. Anchor Bolts, Sleeves, Inserts, and Supports that may be required for the mechanical and electrical work shall be furnished and installed under the same Section of the Specifications as the respective items to be supported. B. Slots, Chases, Openings and Recesses through floors, walls, ceilings, and roofs, as specified, or required, will be provided by the various trades in their respective materials, but the trade requiring them shall see that they are properly located. Any cutting required shall be done by the trade involved, at the cost of this Contractor. C. Locations of pipe, ducts, electrical raceways, switches, panels, equipment, fixtures, etc., shall be adjusted to accommodate the work to avoid interference anticipated and encountered. The Contractor shall determine the exact route and location of each pipe, duct and electrical raceway prior to fabrication. D. Right of Way: Lines which pitch shall have the right of way over those which do not pitch. Lines whose elevations cannot be changed shall have the right of way over lines whose elevations can be changed. E. Offsets, Transitions and Changes in Direction in pipes, ducts and electrical raceways shall be made as required to maintain proper head room and pitch of sloping lines whether or not indicated on the drawings. The Contractor shall furnish and install all traps, air vents, and pull boxes etc., as required to effect these offsets, transitions and changes in direction. 1.5 INSTALLATIONS AND ARRANGEMENT The Contractor shall install all mechanical and electrical work to permit removal of, and access to (without damage to other parts) all parts requiring periodical replacement or maintenance. A. Ductwork: The Contractor shall change the cross-sectional dimensions of ductwork when required to meet job conditions. The Contractor shall secure the approval of Owner or Architect prior to fabrication of ductwork requiring such changes. B. Access: The Contractor shall provide all necessary access panels in equipment, ducts, ceilings, walls, etc., as required for inspection of interiors and for proper maintenance. 1.6 FEES, PERMITS AND INSPECTIONS A. All required fees, permits and inspections shall be obtained and paid for by the Contractor. 1.7 EQUIPMENT AND MATERIALS All material shall be new and shall bear the manufacturer's name, trade name and the UL label in every case where a standard has been established for the particular material. The equipment to be furnished under each section of the specifications shall be essentially the standard product of a Section 15160 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I I I I I I I 1 I 1 I I I I I I I I I I I ,1 I. I I I I 1 I manufacturer regularly engaged in the production of the required type of equipment, and shall be the manufacturer's latest approved design. A. Delivery and Storage: Equipment and material delivered to the site and stored in original containers shall be suitably sheltered from the elements, but readily accessible for inspection by Owner or Architect until installed. All items subject to moisture damage (such as controls) shall be stored in dry, heated spaces. C. Equipment and Materials of Same General Type shall be of the same make throughout the work to provide uniform appearance, operation and maintenance. D. Connections: All piping connected to equipment shall be installed without strain at the piping connection. The Contractor shall be required, as directed, to remove the bolts in these flanged connections or disconnect piping to demonstrate that piping has been so connected. E. Connections Different From Those Shown: Where equipment requiring different arrangement or connections from those shown is approved, it shall be the responsibility of the Contractor to install the equipment to operate properly and in harmony with the intent of the drawings and specifications. When directed by the Owner or Architect, the Contractor shall submit drawings showing the proposed installation. F. Drives: Direct or V -belt as specified, conforming to NEMA std. NGI-3,15, and CALOSHA Requirements. G. Supports: The Contractor shall support plumb, rigid and true to the line all Work and equipment furnished under each Section. The Contractor shall study thoroughly all general, structural, mechanical and electrical drawings, shop drawings and catalog data to determine how equipment is to be supported, mounted or suspended and shall provide extra steel bolts, inserts, pipe stands, foundations, bases, pads, brackets and accessories for proper support, as well as seismic bracing as required by applicable codes. 1.8 GENERAL PIPING INSTALLATION (including ductwork & conduit as applicable) The Contractor shall furnish and install, as shown on the drawings or as necessary to complete the working system in accordance with the intent of the drawings and specifications, all piping as indicated or as necessary to completely control the entire apparatus and all appurtenances. A. Erection: Piping shall be properly supported and adequate provisions shall be made for expansion, contraction, slope and anchorage. All piping shall be cut accurately for fabrication to measurements established at the construction site. Pipe shall be worked into place without springing and/or forcing. Cutting or other weakening of the building structure to facilitate installation will not be permitted. All pipes shall have burr and cutting slag removed by reaming or other cleaning methods. All changes in direction shall be made with fittings, except that bending of pipe will be permitted providing a hydraulic pipe bender is used. Bent pipe showing kinks, wrinkles or other malformation will not be acceptable. B. Excavating and Backfilling shall be done in accordance with the Specification Section: Earthwork. C. Arrangement: Flanges or unions, as applicable for the type of piping specified, shall be provided in the piping at connections to all items of equipment. All valves and specialties Section 15160 - 3 East ThirdAvenueLandfall Closure Phase II / Seal Point Park Project No. 460531 shall be placed to permit easy operation and access, and all valves shall be regulated, packed and gland adjusted at the completion of the Work before final acceptance. All piping shall be erected and pitched to insure proper draining. Piping shall be installed so as to avoid liquid or air pockets throughout the work. Eccentric reducers shall be used wherever changes in the pipe sizes occur in mains, and the reducers shall be located approximately 18" beyond the nearest upstream branch. D. Unions shall be installed on all bypasses, at all connections to equipment, where shown on the drawings or where required to facilitate removal of equipment whether shown or not. E. Sleeves shall be provided around all pipes passing through walls, floors, ceiling, partitions, structural members or other building parts. Sleeves shall be standard weight galvanized iron pipe two sizes larger than the pipe plus insulation and pipe shall pass through freely with space for movement. Provide prefabricated rubber flashing for sleeves through roof. F. Protection: All open ends of pipes and equipment shall be properly capped or plugged to keep dirt and other foreign materials out of the system. Plugs of rags, wool, cotton, waste or similar materials may not be used in plugging. All pipes not otherwise specified shall be not coated. G. Hangers and Supports: The use of pipe hooks, chains, or perforated iron for pipe support will not be permitted. Hangers, rods and inserts shall be Underwriters' Labs approved for the service intended, and in accordance with Manufacturer's Standardization Society of the Valve & Fittings Industry (MSS) practice SP58, or in accordance with SMACNA standards. Space must be provided for insulation to extend continuously through hanger or support. H. Cleaning and Flushing: The Contractor shall take every precaution to remove dirt, grease and all other foreign matter from each length of piping before making connections in the field. After each section of pipe is installed, it shall be flushed with clean water except where specified otherwise. I. Pipe Sizes: If the size of any piping is not clearly evident in the drawings, the Contractor shall request instructions as to proper sizing. J. Valves shall be gate, ball or butterfly. Strainers shall be Y -type with removable monel screen. Use tapered plug cocks for natural gas. 1.9 ELECTRICAL WORK A. General: Whenever equipment requiring electrical connection is specified, all wiring shall be furnished and installed under the Electrical Section of the Specifications. Control switches and operators to be furnished as specified hereinafter. Additional disconnects required by the National Electrical Code shall be furnished, installed and connected under the Electrical Division of the specifications. Motors in general will be furnished and installed under the Mechanical Division and wired under the Electrical Division. B. Coordination: The Contractor shall check the mechanical and electrical drawings and specifications to assure the proper locations and electrical characteristics to the individual Section 15160 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No: 460531 I 1 I I I a I a I I I a I 1 I i I I I I I r I I I I I outlets serving mechanical and electrical equipment and shall advise the Architect or Owner of any required modifications to suit the actual equipment to be furnished. 1.10 CHARTS, DIAGRAMS AND SCHEMES A. Shall be provided by the Contractor, installed where shown on the Drawings or directed in the field. 1.11 EQUIPMENT START-UP AND TESTING A. The Contractor shall instruct the Owner during start=up and separate operating tests of each major item of equipment. During operating tests, the Contractor shall prove the operation of equipment to the satisfaction of the Owner or Owner's Representative. 1.12 AS BUILT DRAWINGS A. Each Contractor shall mark-up a clean set of blue -line prints to indicate exactly, and to scale, the work installed, including invert elevations of underground piping and conduit. 1.13 ELECTRICAL MOTORS A. For each item of equipment requiring electric drive, Contractor furnishing the item shall provide a motor having starting and running characteristics consistent with the torque and speed requirements of the driven machine. Each motor shall be rated in accordance with NEMA Standards to carry its full nameplate load continuously with the standard service factor. B. Except where otherwise specified with certain equipment items, motors smaller than 1/2 horsepower shall be rated single phase, 60 hertz, 115 volts, and motors 1/2 horsepower and larger shall be rated 3 phase, 60 hertz, 480/240/208 volts as applicable. C. Single-phase motors shall be capacitor -start, split phase. D. Polyphase motors shall be squirrel -cage induction types. E. Motors for V -belt drives shall be provided with slide rails. Motors for direct drive with couplings shall be doweled to the base plate at two points. F. Alignment of all motors shall be rechecked after all connections have been completed and after 48 hours in designated service. 11.4 LANDFILL GAS MITIGATION — EAST AREA A. Drawing sheets ENV -1, ENV -2 and ENV -3 are part of the Mechanical and Electrical work as they apply to these trades. Especially note items 14.4, 14.7, 14.8 in Construction Notes on Drawing sheet ENV -1. END OF SECTION Section 15160 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I I1 1 1 I I I I 1 SECTION 15400 PLUMBING PART 1 - GENERAL 1.1 WORK INCLUDED A. Provide all required labor, materials, equipment, services and incidentals necessary for complete and safe installation of all domestic hot and cold water, waste and vent piping in full conformity with the requirements of all authorities having jurisdiction. The work shall be complete to the last detail, and includes, but is not limited to the following items: 1. Sanitary soil, waste and vent piping systems within the building. 2. Cold water supply and distributions systems within the building. 3. Plumbing fixtures and all accessories. 4. Testing, adjusting and cleaning. 5. Connections and necessary piping for fixtures and equipment indicated. 6. Sewer lift stations. 7. Guarantee. 1.2 CODES AND STANDARDS A. Uniform Plumbing Code. B. Local Health Department Requirements. 1.3 SUBMITTALS A. Data in the form of drawings, catalog cuts, etc. shall be submitted showing dimensions performance characteristics, and utility requirements for the following items: 1. Piping materials. 2. Plumbing fixtures. 3. Drains. 4. Hose bibs, valves, etc. 5. Sewage pumps PART 2- PRODUCTS 2.1 PIPING — GENERAL A. Materials and installation referred specified in detail in Section 15160, Mechanical and Electrical General Provisions. 2.2 DOMESTIC WATER PIPING A. Pipes: Cold water and hot water piping shall be Type L copper with wrought copper fittings and high temperature nickeLsilver solder. B. All exposed piping in finished rooms used in connection with plumbing fixtures shall be chromium plated brass pipe with plated brass fittings. Section 15400 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 C. Valves: Shut off valves for general services shall be gate or ball type pattern. D. Hose Hibbs and Hydrants: 1. Chicago No. 387, 3/<" inch hose thread outlet, chromium plated. 2. Furnish all hose bibbs with back-siphonage backflow preventers, Watts No. 8 or reviewed equal. E. Insulating joints shall be installed between ferrous and nonferrous metallic pipe, fittings and valves: 1. Flanged connections and insulating joints shall consist of a sandwich -type flange - insulating gasket of the dielectric type, insulating washers, and insulating sleeves shall be full length. Units shall be of a shape to prevent metal -to -metal contact of dissimilar metallic piping elements. 2. Threaded connections shall be made with dielectric type pipe unions, EPCO or reviewed equal. 2.3 SANITARY DRAINAGE AND WASTE SYSTEMS A. All sanitary drainage, waste, and vent piping 2 inches and smaller and 6 inches or more above finished floor level shall be standard weight galvanized steel pipe with cast iron drainage fittings or standard weight cast iron soil pipe with No -Hub joints and fittings. B. Sanitary drainage, waste and vent piping underground shall be standard weight cast iron soil pipe and fittings with bell and spigot or No -Hub joints. Cast iron pipe shall extend at least 5' beyond building line. C. Drains: All drains shall be as listed on plans. Numbers shown on Drawings are Zurn. Reviewed equal products of Josam, Wade or J.R. Smith are acceptable. D. Flashings: Vent stacks extending through roof shall be flashed with 4 -pound sheet metal or rubber sleeves. The sleeves shall enclose the stack, be turned down into the outlet or equal water tight connection, and shall have flanges extending 8 inches all around the pipe to be mopped into roofmg materials to form a watertight connection. E. Traps: 1. A separate trap shall be provided for each plumbing fixture (except fixtures with integral traps), for each item of equipment connected to the sanitary drainage system, unless otherwise and equipment shall not be double trapped. 2. Traps in finished space shall be chrome plated brass type. F. Cleanouts: 1. Provide cleanouts where shown on drawings and as required by code in the roof drainage, sanitary and waste systems. Extend cleanouts to make flush installation with floor, wall, or finished grade. 2. Cleanouts shall be the same size as pipes into which they are installed up to 4 inches and not less than 4 inches for larger pipes. 3 Wall cleanouts in concealed piping shall be furnished with chromium plated shallow round cover plate, Zum Z-1460-8 and other finished areas. 4 Floor cleanouts in finished areas shall be furnished with scoriated nickel bronze cover with round rim, Zurn 1400, heavy duty, or reviewed equal. Section 15400 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I 1 1 1 1 I 1 I I 1 I I I I 1 1 I I I I I 1 I I I 1 I I ii I I G. Trap Primers: Zurn Z-1022, or reviewed equal, all bronze body. 2.4 PLUMBING FIXTURES A. Plumbing Fixtures: All fixtures shall be free of flaws and defects of any sort and material and workmanship shall operate perfectly and be installed according to the manufacturer's directions. The Contractor shall replace all or any part of the fixture, which show flaws or defects due to faulty manufacture or installation. B. Cast iron fixtures shall conform to current commercial standards for Sanitary Cast Iron Enamelware fixtures recommended by the U.S. Department of Commerce. C. All fixtures shall be complete and furnished with all required trimmings including flush valves, faucets, traps, supply stop valves, escutcheons, casings, and all necessary hangers, plates, brackets, carriers, and supports. Supply fitting shall have flow restrictors to meet California Energy Conservation requirements, limiting the flow to 3 GPM maximum. D. Fixtures and fixture fittings shall be designed to prevent backflow of sewage or waste into the water supply system. E. Plumbing fixtures in rest rooms to be stainless steel and floor sink to be as shown on Schedule Sheet 51-3.4 and reviewed equal. F. Floor Drains: Zurn ZN-400, with trap primer. 2.5 SEWAGE LIFT STATIONS A. Duplex Pumps: Paco or reviewed equal: 50gpm @ 10' head,''/ HP explosion proof motor. B. Controls: Float type: high water alarm, pumps on and off, and low water cut off. C. Panel: Alternator, magnetic starters for pumps, selector for lead and lag pumps, high water audible and visual alarm and manual control: all internal wiring with diagram, and connections for wiring to pit. D. Pit: Chain for raising pumps, 3'0" x 6'0" concrete pipe as shown of drawings, waterproof and vapor proof removable cover. PART 3- EXECUTION 3.1 INSTALLATION OF DOMESTIC WATER PIPING A. The Contractor shall install all water lines and risers necessary to supply all fixtures and equipment as shown on the drawings, of sizes shown or specified. All pipes shall be pitched as required to allow the system to be drained. Furnish and install''% -inch drain valves at all low points of the system. Provide air pockets to prevent water hammer. Hangers and supports shall be as specified under Section 15160, Mechanical and Electrical General Provisions. Section 15400 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 B. Each branch and riser shall be separately valved, and all such valves shall be made accessible for maintenance. 3.2 INSTALLATION OF SANITARY SYSTEMS A. All horizontal drainage and vent piping shall be run at a uniform grade of not less than''% - inch per foot slope in the direction of flow except as noted. Vent pipes shall extend through the roof full size. B. Pipe Joints: Joints in cast iron pipes shall be made with No -Hub joints, materials and methods will conform to International Association of Plumbing & Mechanical Officials (IAPMO) Installation Standards 6-75. 3.3 INSTALLATION OF PLUMBING FIXTURES A. The Contractor shall install all plumbing fixtures in a neat and workmanlike manner with proper connections to supply and drainage piping, and in accordance with Title 24 provisions for the handicapped in locations so noted. 3.4 CLEANING AND TESTING A. Cleaning: All piping shall be cleaned free of scale and thoroughly flushed of all foreign matter. Temporary bypass shall be provided for all equipment to prevent flushing water from passing through the equipment. All valves shall be thoroughly cleaned. It shall be the responsibility of the Contractor to maintain the system in this clean condition until final acceptance. Natural gas piping shall be leaned with compressed air. B. Testing: All tests shall be conducted in the presence of the Owner's Representative. The Contractor shall provide any material, equipment, instruments, and personnel required for the tests. After cleaning, all piping shall be pressure tested as indicated below. Test pressure shall be maintained for a minimum of two hours or until all joints in the system can be inspected. No loss in pressure will be allowed. Leaks found during testing shall be repaired by replacing pipe or fittings. Concealed and/or insulated piping shall be tested before equipment and fixtures are connected thereto. Care shall be taken that fixtures, equipment, tanks and appliances are not subjected to pressure greater than their safe working pressure. Pressure tests shall be as follows: 1. Sanitary Drainage and Vent Piping: Twenty feet minimum hydrostatic head or fill entire system with water. 2. Domestic Cold and Hot Water: 150 psig hydrostatic or 1.5 times the normal working pressure, whichever is greater. C. Final Test of the System: Upon completion, the entire system shall be tested under operating conditions. Water shall be turned into all supply lines and all fixtures shall be demonstrated to operate properly. Valves and stops shall be adjusted, packed and repacked as may be required to eliminate leaks and produce proper flow. Piping shall be adjusted to provide proper circulation and to prevent hammer and thumping. Water closets and urinals shall be tested and adjusted to flush efficiently without undue noise. D. Inspection: Upon completion of the work, the Contractor shall obtain and turn over to the Owner's Representative, the certificates of inspection and approval from all City and State authorities having jurisdiction. Section 15400 - 4 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I 1 1 1 1 I 1 I S I I I I I I 1 I 1 1 1 I I I 1 I I I I I r I I I E. Disinfecting Potable Water Supply System: The method for disinfecting the water supply system shall conform to the requirements for the authorities having jurisdiction and shall be performed by the Contractor. F. Cleaning and Touch-up: All exposed piping, equipment, and accessories shall be cleaned of all dirt, grease, oil, stains, paint spots or other surface imperfections and be perfectly clean. Painted surfaces shall be touched up. Chromeplate piping shall be bright polished. END OF SECTION Section 15400 - 5 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I 1 I 1 I 1 r r I s I I I I I I I DIVISION 16 - ELECTRICAL East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 I 1 1 I I I I I I I I 1 I I SECTION 16010 GENERAL ELECTRICAL PROVISIONS SERVICE AND DISTRIBUTION PART 1 - GENERAL 1.1 DESCRIPTION A. Work Included: The electrical work shall consist of furnishing all labor, equipment, materials, tools, transportation and services as may be required for the electrical work as indicated on the plans and as specified herein. The electrical work shall include but not be limited to the following: 1. New service conduit and cable, meter box, pad mount transformer, connections, and revision of existing facilities in accordance with PG&E requirements. 2. Panelboards, direct bury cable and connections. 3. Branch circuit wiring, including conduit, wire, switches, receptacles and associated outlets and fittings. 4. Grounding system. 5. Interior and exterior lighting fixtures include all lamps and auxiliaries. 6. New service conduit, cable and facilities in accordance with SBC requirements. 7. Telephone cable direct bury and or termination boxes. 1.2 SYMBOLS AND ABBREVIATIONS A. Symbols and abbreviations used on the drawings are in accordance with NECA Standards and are in general use in the trade. 1.3 TESTING AND INSPECTION A. Preliminary Testing: After the visual inspection of the joints and connections and the application of tape and other insulation materials, all sections of the complete system or wiring shall be thoroughly tested for shorts and ground in the presence of the Owner. The contractor shall correct all defects. Each motor shall have its insulation resistance to ground measured with a 500 volt "Megger" prior to connection. Resistance values shall be recorded and given to the Owner's Representative. B. Overload Protection Devices (Thermal): The Contractor shall compile by visual inspection of equipment installed, for each motor, the following data in neatly tabulated format: 1. Equipment driven. 2. Nameplate amperes. 3. Service factor. 4. Overload device catalog number. 5. Overload device current range and setting. C. Phase Rotation Check: A phase rotation check shall be made to demonstrate that all power receptacles, service feeders and main power feeders have the same A -B -C phase rotation. Section 16010 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 2- PRODUCTS 2.1 PANELBOARDS A. Panelboards shall be of the dead -front type and shall be in accordance with UL "Standards for Cabinets and Boxes" and shall be so labeled. Cabinets shall be suitable for flush or surface mounting, or NEMA 3R, as shown on the plans, and shall be of sufficient size to provide a minimum gutter space of 4 inches on all sides. Boxes shall be made from galvanized code gauge steel. Fronts shall be of code gauge sheet steel with grey finish and shall include door and directory, combination lock and catch. All locks shall be keyed alike. Fronts shall be furnished with adjustable trim clamps as the means for securing the front to the box. B. Circuit breakers shall provide "on", "off' and "tripped" positions on the operating handle as well as a visual indication of trip. When the breaker is tripped automatically, the handle shall assume a middle position between "on" and "off". All multipole breakers shall be designed so that an overload on one pole automatically causes all poles to open. Multipole circuit breakers shall have a common internal trip bar. The circuit breaker shall be quick -make and quick -break on manual as well as automatic -operation and shall have inverse time characteristics secured through the use of a bi-metallic tripping element supplemented by a magnetic trip. C. All panel interiors shall be factory assembled complete with circuit breakers as shown on the plans. Interiors shall be so designed and assembled so that any individual breaker can be replaced without disturbing adjacent units or without removing main bus or branch circuit connectors. Main buses and back pans of distribution panels shall be of such design that branch circuits may be changed without additional machining, drilling or tapping. D. Panelboards shall be furnished with an insulated solid neutral bus and a suitable grounding stud welded to interior of panel enclosure for termination of green grounding conductor. E. Spare breakers and provisions for breaker mounting spaces shall be provided as indicated on the plans. Breaker mounting spaces (provision for) shall include all necessary interior hardware. F. Lock -on devices shall be provided for all circuit breakers, serving motors, clocks, time switches, control circuits, signal and alarm circuits. G. Panelboard directories shall be typewritten with plastic covers. H. Exterior equipment to be provided with waterproof cabinet, NEMA 3R, mounted on concrete base. I. Manufacturer: Siemens, or reviewed equal. PART 3 - INSTALLATION 3.1 GENERAL Section 16010 - 2 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 i I 1 1 r I t 1 I I 1 1 I 1 i I I 1 I I I I I A. The complete power service and distribution system shall be installed strictly in accordance with the recommendations of the equipment manufacturer, and the serving utility. Components shall be tested in accordance with directions and supervision of the manufacturer's representative. END OF SECTION Section 16010 - 3 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531 1 I e I 1 1 1 I 0 1 I I I I 1 SECTION 16050 BASIC MATERIALS AND METHODS PART 1 — GENERAL (SEE SECTION 15160) PART 2- PRODUCTS 2.1 CONDUIT A. Rigid steel conduit shall conform to ANSI specification C80-1. All field cuts shall receive a spray -galvanized coat. Minimum size shall be''% -inch unless specifically noted. No conduit installed in or below floor slab. B. PVC Coated Rigid Steel Conduit: The coating shall be 40 mils in thickness and shall have a bond strength to the conduit greater than the tensile strength of the PVC material.. C. Flexible Metal Conduit: Non jacketed flexible conduit shall be formed from interlocking galvanized steel strip. Minimum trade size shall be' -inch. Conduit shall be Electri-Flex, Type UG. D. Liquidtight Flexible Conduit: Liquidtight conduit shall be formed from interlocking galvanized steel strip and shall have polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Minimum size shall be 3A -inch. E. Electrical Metallic Tubing (Thinwall Conduit -EMT): Thinwall conduit shall be cold rolled lightweight steel tubing with inner protective enamel and galvanized on the outside. Minimum trade size shall be's%-inch. Conduit to be concealed in wood frame walls; exposed to be tight against ceiling parallel or perpendicular to walls. 2.2 INSULATED WIRES AND CABLES A. General: Cable construction standards and definitions of terms shall be on strict accordance with IPCEA Pub S-61-402 (most recent edition) for thermoplastic -insulated wire and cable. Conductors for power, control and lighting circuits shall be soft -drawn copper with 600 volt insulation of the types listed below, suitable for installation in raceways. The minimum size of conductors shall be No. 12 AWG. Conductors for lighting circuits shall be solid No. 10 AWG and small, stranded for No.8 AWG and larger. All conductors for power and control circuits shall be as above, except stranded for motor connections. B. Conductors shall have Type THWN 75 Degree C insulation, conforming to the requirements of NEMA Publication No. WC 5. C. Conductors No. 8 AWG wire and smaller shall be color -coded at the factory. Vinyl tapes may be used on No. 6 AWG wire or larger in accordance with the schedule: pb/A ph/B Neutral 240/120 -volt ungrounded conductors Black Red White Non -current -carrying grounding wire Green Section 16050 -1 East Third Avenue Landfill Closure Phase Il / Seal Point Park Project No. 460531 D. Direct bury wiring shall be type USE, #8 AWG minimum. 2.3 PULL BOXES, OUTLET AND JUNCTION BOXES A. Outlet boxes shall be galvanized, one piece metal, knockout type only where used with EMT. B. Weatherproof boxes and exposed outlets shall be Appleton, Crouse -Hinds or Pyle - National malleable iron, and cadmium finish type with threaded hubs. Weatherproof outlets shall have neoprene cover gasket. C. Site pull boxes shall be precast concrete or plastic, Cal Trans standard No 3 %1 , unless otherwise noted. D. Direct bury wiring shall be type USE, #8 AWG minimum 2.4 CABLE SPLICING AND TERMINATING MATERIALS A. Cable Terminals: No. 6 AWG and smaller shall be tin plated copper of welded seam or tubular construction. Terminals shall be designed for fastening to the wire by indenting the terminal sleeve. B. Power Cable Connectors: Power cable connectors No. 4 AWG and larger shall be of high conductivity copper alloy cast solderless lugs having Allen head screws and with brass or bronze pressure plates. Lugs shall be factory drilled to NEMA dimensions with a minimum of two holes. C. Tape: For general application shall be Scotch No. 33+ vinyl plastic tape rated for service from sub -zero to 105 degrees C. D. Cable Connectors: Number 6 AWG and larger: Thomas & Betts "Lock-Tite". Number 8 AWG and smaller: Ideal Wire -nuts or 3-M Scotch-Lok. All stranded wire shall use crimp type or solderless terminals only. Wire nuts on solid wire only. 2.5 WIRING DEVICES A. All wiring devices shall be UL listed for current and voltage indicated. Receptacles shall have. ANSI designated configurations and shall be of the grounding type, unless otherwise noted, B. Switches: 1. General duty switches for 120-227 volt service shall be flush toggle type, totally enclosed in molded phenolic, melamine or urea plastic face and body, with black toggle handle and screw terminals. Switches shall be rated 20 amperes at 120- 277 volts AC and 1 horsepower at 120 volts AC. The switches shall conform to Federal Specification W -S -896d. 2. Disconnect switches shall be heavy-duty safety switches with Quick -make, Quick -break mechanism. Enclosure shall be suitable for the environment in which they are mounted and shall be lockable in the OFF position. All switches for motor disconnecting purposes shall be horsepower rated for the motor load. Section 16050 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 i 1 1 1 1 1 I I I 1 1 1 1 1 1 1 1 I I i 1 I I C. Receptacles: Unless otherwise noted, receptacles shall be parallel blade grounding type for general duty 15 ampere, 125 volt applications. D. Device Plates and Covers: Cast ferrous alloy cover plates of the weather -resistant type (with rocker arm operator or bottom push-pull for switches and spring door covers for receptacles) shall be provided in all area subject to weather. In all finished areas, device plates shall be type 302 stainless steel. 2.6 RACEWAY FITTINGS AND BOXES A. Locknuts shall be extra heavy electrogalvanized through 2 inches. Locknuts larger than 2 inches shall be electrogalvanized or malleable iron. B. Grounding type bushings shall have a projecting portion drilled for the size of the grounding cable used and shall be provided with a feed -through -compression lug for securing the ground cables. In addition, a set screw shall be provided to securely lock the bushing to the conduit. Bushings shall be electrogalvanized steel or malleable iron with a molded phenolic or nylon -insulating collar. C. Rigid couplings, nipples, elbows, and similar devices shall be of the same type, galvanized; PVC coated, as the conduit in which they occur. D. Liquidtight connectors shall be heavy cadmium plated malleable iron. An approved grounding insert shall be part of the unit. Forty-five degree and ninety -degree fittings shall be used where applicable. E. Junction Boxes and Condulets: 1. Junction and device boxes unless otherwise noted shall be electroplated galvanized steel. 2. Cast iron junction boxes, device boxes, fixture support boxes, oblong, round, and rectangular conduit fittings (condulets) shall be cast ferrous alloy material with the standard manufacturer cadmium zinc electroplated finish. Integrally cast threaded hubs or bosses shall be provided for all conduit entrances and shall provide for MI 5 -thread contact on tightening. The cover plate shall be of a similar ferrous alloy material and finish. A full body neoprene gasket shall be provided with the cover and stainless steel screwswillbe used. 3. Floor boxes and large cast boxes shall have a NEMA 4 rating. The boxes shall be provided with a recessed ring neoprene gasket, checker plate steel cover and stainless steel recessed head machine screws of not less than 1/4 -inch diameter. Floor boxes and cast boxes shall be provided with integrally cast mounting ears for support of the box. PART 3 — EXECUTION 3.1 CONDUIT INSTALLATION A. All conduits shall be installed with the code radius bends with not more than fouubendsp per run. Where more than four bends are required in a particular run, pullboxeshv: ttlie installed to facilitate the pulling of conductors. All conduit runs shall be conceald'a furred ceilings, in walls, or below floor slab and shall be installed to avoid co lighting, heating and ventilation ducts and plumbing systems. All joints Section 16050 - 3 East Third Avenue Landfill Closure Phase II / Seal Point Park with standard couplings or specified unions. The ends of all conduits shall be cut square, reamed and threaded with tapered threads. B. Conduit shall be properly protected before, during and after installation from water, mortar, and grout, concrete or other deleterious substances and materials entering the conduit or from external damage. C. The conduit system when completed shall form a continuous electrical conductor and shall be so connected by bonds or otherwise, at boxes, fittings and cabinets, as to provide effective electrical continuity. All conduits entering panelboards, distribution panelboards, disconnect switches, motor bushings, and the like shall terminate in grounding bushings and shall be banded together and to the equipment ground bus where provided as part of the installation. D. Penetrations through roof shall be flashed and sealed in accordance with the roofer's requirements for his bondable roof. Penetrations through exterior walls and footings shall be sleeved and caulked with grout of non -hardening plastic compound, Pabco "Hydroseal" or reviewed equal. 3.2 WIRE AND CABLE INSTALLATION A. All wire shall be installed in conduit unless otherwise noted. No block or tackle or other mechanical means shall be used in pulling conductors smaller than No. 1 AWG in raceways. Lubricant and installation procedure shall strictly meet all recommendations of the cable manufacturer and be reviewed by Owner's Representative. A. Tags shall be placed on all conductors at all switches, receptacles, motor controls, panels and junction boxes. B. All splices for motor connections shall be taped two layers of %1 lap vinyl plastic electrical tape for 600 -volt insulation. Termination of cables at motors shall be made by bolt -connecting the lugged conductors. No splices shall be used in power and control wiring. The wiring shall be continuous from point to point. C. All conductors wired through device boxes shall be continuous or spliced for continuity; no wiring "through" devices. 3.3 OUTLET BOX AND JUNCTION BOX INSTALLATION A. All boxes shall be supported by means of screws, bolts, hanger bars or other suitable devices and will be reviewed by Owner's Representative. Switch, receptacle and other flush device plates shall be set with the vertical centerline plumb and with all edges of the plate in contact with the adjacent wall surface. Surface mounted boxes shall be spaced off of concrete surfaces with non-conductive, non -corroding spacers. 3.4 HEIGHTS OF MISCELLANEOUS DEVICES AND EQUIPMENT B. The height above floor at which switches, receptacles, equipment or other devices are to be mounted shall be herein specified, unless indicated otherwise on the plans, or determined by the Owner's Representative. Section 16050 - 4 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 I i i 1 1 i Duplex receptacles in lavatory or at counter areas 46" to center of box Other areas (architecturally treated areas) 12" to center of box Telephone outlets 12" to center of box All power receptacles 48" to center of box Switches 40" to center of box Panelboards 90" to top 3.5 MOTOR EQUIPMENT AND RACEWAY TERMINATION C. The location of electrical service termination shall suit the machine purchased and shall be determined in the field by the Contractor and subject to review by the Owner's Representative. END OF SECTION Section 16050 - 5 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 SECTION 16500 I 1 1 1 I I 1 LIGHTING PART 1 - GENERAL 1.1 DESCRIPTION A. Under this Section, provide lighting fixtures, ballasts, luminaires, poles, plaster rings, plaster frames, fixture hangers and all required mounting accessories and hardware necessary for the complete installation of the lighting systems as shown. B. Submittals shall be in bound brochure form clearly indicating which items are being supplied and including all data describing the ballasts, sockets, lenses and accessories being supplied. A cover sheet shall be included indicating the fixture type designation, manufacturer, catalog number and lamp information. PART 2- PRODUCTS 2.1 LIGHTING FIXTURES A. In accordance with the schedule on the plans or reviewed equal. 2.2 BALLASTS A. Ballasts for fluorescent lamps shall be high frequency electronic type, rated for operation on115 volts, 60 hertz, low starting temperature (0 -degrees F) when installed outside as required or in unconditional areas. Ballasts shall be Advance, "Standard", or General Electric, THD < 20%, 98% PF, Crest Factor < 1.7, Class A noise level, UL listed, and meet all State and Federal Standards. B. Ballasts for High Intensity Discharge lamps shall be Advance 71A Series or General Electric, suitable for the particular lamp, 115 volt, 60 hertz, low starting temperature, high power factor. 2.3 LAMPS A. Fluorescent lamps shall be cool white 430 milliamp with wattage and lengths or other types as specified. Lamps shall be rated 20,000 hours lamp life at 3 hours per start. Compact fluorescent and incandescent amps shall be wattage as shown. HID lamps shall be Metal Halide or Mercury, wattage as shown, and 10,000 hour rated life. 2.4 LAMPHOLDERS A. Lampholders for fluorescent tubes shall be molded phenolic with silver plated, phosphor bronze spring contacts, for incandescent lamps shall be medium screw base, keyless type. 2.5 EXTERIOR LIGHTING CONTROL A. Electronic 24 -hour time clock, photocell and relay to control all exterior lighting. Section 16500 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 PART 3 - EXECUTION 3.1 LIGHTING FIXTURE INSTALLATION A. Install fixtures and outlets, including recess fixtures centered on tiles where mounted in or on tile ceilings. It shall be the responsibility of the Contractor to correlate outlet and equipment locations with tile locations, other ceiling mounted units and make such adjustments as necessary. B. All fixture wiring shall have 150C insulation, type ETFE, ECTFE, or reviewed equal. Fixture connections shall be made with "Scotchlok"connectors, or reviewed equal. C. All fluorescent fixtures shall be installed straight and true with reference to adjacent walls. All steel used in fixture installation shall be galvanized or sheradized for protection against rust and corrosion. Surface mounted fluorescent fixtures shall be installed on 1- 1/2 -inch spacers. D. Recessed fixtures shall be provided with plaster rings with corrosion -resistant fmish (galvanized or reviewed equal). Plaster rings shall be securely tied to soffit -support channels with No. 12 Galvanized Steel Wire. Recessed fixtures shall be supported by bolts near ends of fixtures secured to yokes supported from plaster frames, or by adjustable "swing -out" brackets at each corner of a fixture which plasterer's channels or blocking secured to ceiling structural members. Recessedfixtures in T -bar type ceiling shall not be supported by the T -bars. Supports shall be galvanized '/a -inch steel rods connected to fixtures and supported from structural members with angle bracing for seismic support. E. After all interior painting has been completed, reflecting surfaces and diffusers of fixtures shall be cleaned by washing in a detergent solution followed by rinsing in a separate rinse solution, followed by air -drying. Any scratches, cracks, or imperfections on lens will be justification for requiring the Contractor to replace the lens. Lamps used for construction lighting shall be replaced with new lamps immediately before job acceptance. F. Pole and fixture to be installed in accordance with the manufactures' instructions. END OF SECTION Section 16500 - 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 060531 1 1 1 1 1 I 1 I 1 1 I 1 1 1 1 1 1 I 1 I I SECTION 16620 GROUNDING PART 1 — GENERAL 1.1 DESCRIPTION A. Grounding shall be provided in complete accordance with Article 250 of the NEC, as described herein and as shown on the contract drawings. In case of a conflict between the above references, the more stringent shall prevail. PART 2- PRODUCTS 2.1 GENERAL A. Conductors: Grounding conductors not installed in conduits with phase wires, but used for motor and equipment grounds, shall be soft -drawn, stranded copper of the size required. All splices unless otherwise noted, shall be made by the Cadwel or Burndy Thermoweld process using suitable fittings for the process employed. B. Ground Connectors: Ground connectors and ground clamps shall be Burndy type GAR or reviewed equal for cable to conduit or pipe and type GB for cable to flat bar. Ground connections for cable to ground rods or structural steel shall be made by the Cadweld or Thermoweld process. PART 3 - EXECUTION 3.1 GENERAL A. Service Ground shall be Ufer type as shown on plans. Ground shall have a resistance to ground of 5 ohms or less when measured by the ratio method outlined in IEEE Standard 142-1972 Section 4.4.4.(3) or reviewed alternate. B. The system shall have the neutral grounded at the main switchboard, as appropriate, and with a resistance to ground of 5 ohms or less as measured as described above. C. Grounding shall be installed in accordance with NEC. In addition to the number of conductors shown on the drawings each motor or panelboard feeder conduit shall be provided with a green insulated equipment -grounding conductor not less than No. 12 AWG. All grounding surfaces shall be thoroughly cleaned before connecting the ground conductors. All conduits shall be grounded directly or through equipment frames and ground buses to the grounding system. Grounding jumpers shall not be smaller than No. 8 AWG and shall be stranded copper. D. An equipment ground conductor sized in accordance with NEC shall be.provided in all raceways supplying distribution and branch circuit panelboards to effectivelyyestablish an equipment ground system. n y Section 16620 - 1 East Third Avenue Landfill Closure Phase 111 Seal Point Park e dee aPrelet4 No. 460531 E. Where devices do not have a grounding screw as an integral part, the device box shall have a separate grounding screw installed for mounting of the equipment ground wire. F. Install grounding wires in all conduits. END OF SECTION Section 16620-- 2 East Third Avenue Landfill Closure Phase II / Seal Point Park Project No. 460531 1 1 1 1 1 1 1 1 1 1 i 1 I 1 1 1 1 1 1 1 e I I SECTION 16630 SPECIAL SYSTEMS PART 1 - GENERAL 1.1 DESCRIPTION A. A complete system of outlets and wiring for telephone systems shall be provided as shown on the drawings, and shall meet all requirements of the instruments and equipment. Service to be in accordance with SBC California requirements. B. Others will provide telephone equipment. C. A complete system of outlet wirings for future cable television system shall be provided as shown on drawings. PART 2- PRODUCTS 2.1 MATERIALS A. Telephone distribution wiring to be 20 pair or 40 pair as noted, telephone company standard specification; cable television to be RG 39U; both with insulation for direct bury installation. PART 3 — EXECUTION 3.1 GENERAL A. Conduit and outlet installation shall be in accordance with the requirements of Section 16050, Basic Materials and Methods. Provide pull box for all runs over 100' in length or for runs in which there are more than three 90 -degree bends, or for runs with a reverse bend. B. A duplex 120 -volt receptacle for the exclusive use of the particular system shall be provided adjacent to each equipment location. Provide a separate circuit for each receptacle. END OF SECTION Section 16630 -1 East Third Avenue Landfill Closure Phase II / Seal Point Park M P� PCI PQ `� 4 .e1C0 Ate �.�Pro ect No. 460531 1 1 1 1 1 1 1 1 I 1 1 SECTION 16660 ELECTRICAL WORK FOR MECHANICAL EQUIPMENT PART 1 - GENERAL 1.1 WORK INCLUDED A. Provide circuit breakers and control transformers, except those provided under Division 15; Mechanical Work and other Divisions of Specifications. B. Provide all line voltage (100 volts AC and above) power wiring, line voltage control wiring and interlock wiring for motors and equipment, except that which is furnished as an integral part of equipment. C. Provide disconnect switches where shown or required by code. 1.2 COORDINATION A. It shall be the responsibility of the Contractor and his suppliers to coordinate work of this division with work specified in the Mechanical Division and any other applicable Divisions. PART 2- PRODUCTS 2.1 MOTOR STARTERS A. The Mechanical Contractor shall provide magnetic motor starters and controls. This Contractor shall install equipment and wiring in accordance with manufactures instructions. PART 3 - EXECUTION 3.1 MOTORS AND STARTERS A. Motors shall be connected as shown. Those delivered with terminal boxes that are inadequate shall be equipped with special boxes that suite the conditions. Motors are only approximately located on the drawings and the Contractor shall allow for the relocation that developed conditions may demand, without additional cost to the Owner. Starters and control equipment shall be wall mounted, or free standing, as best suits conditions. 3.2 CONNECTIONS A. All connections to equipment mounted on Vibration Isolators shall be mad`e%fltli sti`anded wire and terminals: Section 16050, paragraphs 2.4 A & B. END OF SECTION Section 16660 -1 East Third Avenue Landfill Closure Phase 11 / Seal Point Park Project No. 460531