Loading...
HomeMy WebLinkAbout20240607114100384 Maple Hill Park - Specifications 5-30-24 - Signed1293492.1 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA All Questions Regarding This Project Shall Be Submitted Via PlanetBids: Stan Liu, Mayor Chia Yu Teng, Mayor Pro Tem Andrew Chou, Council Member Ruth M. Low, Council Member Steve Tye, Council Member Daniel Fox, City Manager JUNE 2024 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D 1293492.1 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D By: Terry Matthew Evans, Architect Exp: Date PREPARED BY: PBLA Engineering, INC. 1481 Ford Street Redlands, CA 92373 TELEPHONE: (888)714-9642 C 3309511/30/25 05-30-24 The City Clerk of the City of Diamond Bar, California will receive at her office in the City Hall, in said City, until, 2:00 PM on Thursday, July 11, 2024 electronic proposals for the performance of the above-described services. 1293492.1 TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 3 INFORMATION FOR BIDDERS 4 - 11 PROPOSAL FORM 12 - 13 BID SCHEDULE 14 - 18 LIST OF SUBCONTRACTORS 19 – 21 DECLARATION OF ELIGIBILITY TO CONTRACT 20 – 21 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 22 CONTRACTOR INDUSTRIAL SAFETY RECORD 23 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 24 AFFIDAVIT FOR CORPORATION BIDDER 25 AFFIDAVIT FOR INDIVIDUAL BIDDER 26 AFFIDAVIT FOR JOINT VENTURE 27 FAITHFUL PERFORMANCE BOND 28 - 29 LABOR AND MATERIAL BOND 30 – 31 BID BOND 32 – 33 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 34 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 35 NON-COLLUSION AFFIDAVIT 36 CONTRACT AGREEMENT 37 - 43 1293492.1 TABLE OF CONTENTS (Continued) PART II - GENERAL PROVISIONS GP-1 – GP-13 PART III- SPECIAL PROVISIONS SP-1 – SP-7 PART IV - TECHNICAL PROVISIONS TP-1 – TP-2 PBLA TECHNICAL SPECIFICATIONS PART V - APPENDICES CITY OF DIAMOND BAR CONSTRUCTION & DEMOLITION (C&D) DEBRIS PLAN 1293492.1 PART I BIDDING AND CONTRACTUAL DOCUMENTS 1 1293492.1 CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D RECEIPT OF PROPOSALS: Proposals will be received until 2:00 pm Pacific Standard Time on or before Thursday, July, 11, 2024 for the furnishing of all labor and materials and equipment for the {Describe work} and other incidental and appurtenant work. All bids or proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500. At the time of contract award, the Contractor shall possess a State of California Class B Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate to perform the work herein described and be registered with the Departmen t of Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent licenses for their specific trades. The Contractor and all subcontractors shall have a valid City of Diamond Bar business license prior to commencing any work. The proposals will be publicly opened and read during an online webinar at 2:00 PM, July 11, 2024. Webinar details will be published on the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes new accessible parking stalls, new accessible concrete walks and paving, new playground equipment and wood chip play area, new utility extension for contractor supplied and installed prefab restroom building, new landscaping and irrigation modifications; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Maple Hill Park Improvements Project. MANDATORY PRE-BID MEETING: All prospective bidders are required to attend a mandatory pre-bid meeting at the project site, 1355 Maple Hill Road, on June 20, 2024, at 9:00 AM. The project team will give a tour of the park and respond to questions. COMPLETION OF WORK: All work shall be completed within (150) working days after the Notice to Proceed is issued by the City. ENGINEER'S ESTIMATE: The Maple Hill Park Improvements Project is estimated to cost $1,949,401, all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Any requests for hardcopy plans, specifications, and all contract documents may be obtained by a public records request at the office of the City Clerk, City Hall, 21810 Copley Drive, Diamond Bar, California 91765. A fee may be assessed for printing, mailing, and other costs to reproduce these records. PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hu ndred percent 2 1293492.1 (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. The original bid bond shall be submitted to the City Clerk prior to the bid due date and time. Proof of delivery that is date/time stamped and signed for by the City Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of delivery shall be submitted with the bid package by the bid due date. MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the “Information for Bidders” section, pages 4 through 8. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wage s are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (3 0) days after the date of the bid opening. BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. 3 1293492.1 CITY OF DIAMOND BAR, CALIFORNIA DATE: ______________________________________ By: David G. Liu, P.E. Director of Public Works/City Engineer 4 1293492.1 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 2021 Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in the proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted u nless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the 5 1293492.1 requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in w riting. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectl y from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to 6 1293492.1 be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and n one of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12. AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class AorB contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bi ds will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in 7 1293492.1 the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job sits as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 1869. 13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 14. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. 8 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $500,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 9 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall perform at least 50% of contract with its own forces. 16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits wi ll be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written 10 1293492.1 notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. The Contractor shall obtain a no -fee Encroachment Permit from the City of Diamond Bar prior to the start of any work. 11 1293492.1 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within ONE HUNDRED FIFTY (150) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of five hundred dollars ($500.00) for each calendar day thereafter. 26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt reques ted, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. 27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub- recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 12 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted, he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. 13 1293492.1 Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of DOLLARS ($ ). Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 14 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Item No. Description Estimated Quantity Unit Unit Price Amount 1 Mobilization/Overhead & Profit 1 Allow Demolition 2 Site & Building Demolition 1 LS Earthwork 3 Cut and Fill / Over Excavation 1 Allow Site Work 4 Concrete Walkway (Broom Finish) 2,312 SF 5 Concrete Walkway (Retarded Finish) 1,537 SF 6 Retaining Wall at Handicap Ramp 102 LF 7 Ramp at Tot-Lot 370 SF 8 ADA Ramp In To Tot-Lot 1 EA 9 8" x 18" Play Area Curb 54 LF 10 18" Deep Play Area Mulch 4,072 SF 11 12" Concrete Banding 434 LF 12 18" Concrete Banding at Tot-Lot 42 LF 13 Concrete Handicap Ramp at Handicap Parking Stalls w/ Tact Tile Strip 1 LS 14 3' Rock Cobble Banding 607 SF 15 6" Concrete Curb at Ramp 1 LS 16 6" Concrete Mow Curb 73 LF 17 Galvanized Steel Guard Rail at Parking Lot 200 LF 18 Galvanized Steel Guard Rail / Handrail at Tot-Lot Ramp 123 LF 19 Galvanized Steel Handrail at Tot-Lot Existing Stairs 2 EA 20 Galvanized Steel Handrail at basketball Steps 2 EA 21 Galvanized Steel Guard Rail / Handrail at basketball Ramp 1 LF 22 Handicap Parking Striping 1 LS 23 Ramp at Basketball Court 286 SF 24 Concrete Stairs at Basketball Court 24 LF 25 Resurface Basketball Court 1 LS Site Amenities 26 Prefabricated Restroom Building 1 EA 27 Drinking Fountain 1 EA 28 Concrete Park Bench 6 EA 29 Concrete Trash Receptacle 3 EA Play Equipment 30 Play Equipment 1 LS Drainage 31 6" HDPE Pipe 206 LF 32 6" HDPE Perforated Pipe w/ Sock 42 LF 33 3/4" Drainage Rock at Sump 14 CY 34 Filter Fabric Under Wood Mulch 4,072 SF 35 6" Round Drain Inlet 2 EA 36 18" Square Drain Inlet 2 EA 37 18" Concrete "V" Gutter 79 LF Utilities 38 Domestic Water Line 175 LF 39 Irrigation Water line 118 LF 40 Electrical 5 LF 41 Sewer Line 32 LF 42 Sewer Cleanout 3 EA 43 New Backflow Preventer w/ Cage 2 EA 44 Electrical Meter 1 EA 45 Electrical Pannel 1 LS 46 Walkway Light Pannel 1 LS 47 Tennis Court Light Pannel 1 LS 48 New Domestic Water Meter 1 LS Landscape & Irrigation System 49 Irrigation System 9,150 SF 50 Irrigation Controller - Calescence CS3000 1 EA 51 Fine Grading 9,150 SF 52 Soil Amendments 9,150 SF 53 Sod - Marathon II 7,512 SF 54 1 Gallon Shrubs 183 EA 55 5 Gallon Shrubs 97 EA 56 24" Box Trees 7 EA 57 2" Wood Mulch 1,638 SF 17 1293492.1 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)→ TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE 18 1293492.1 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT PROJECT NO. LOCATION CLIENT CONTRACTOR Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor – who will perform work or labor or 20 1293492.1 render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtu e of the 21 1293492.1 foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of , 201_, at (place of execution). Signature Name: Title: Name of Contractor: 22 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 23 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar ye ars and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2019 2020 2021 2022 2023 TOTAL No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. Name of Bidder (Print Signature Address State Contractor’s Lic. No. & Class City Zip Code Telephone 24 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for h imself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co - partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 25 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 26 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 27 1293492.1 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: ; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No. 28 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($ ), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work 29 1293492.1 to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contra ct or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" By: By: Its Its By: By: Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: Insurance Administrator BOND No. 30 1293492.1 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($ ), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety furthe r agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the 31 1293492.1 specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" "Surety" By: By: Its Its By: By: Its Its Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: Insurance Administrator BOND No. 32 1293492.1 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: Project No. WHEREAS (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($ ), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. 1293492.1 33 IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" By: By: Its Its By: By: Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) 1293492.1 34 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 35 1293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (TITLE) DATE: , 20 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60 -1.5. (Generally, only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 36 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another 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 contact or 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. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Notary Public in and for the County of , State of California 37 1293492.1 Bidder Agrees to Execute Agreement In Substantially This Form AGREEMENT The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and WHEREAS, CITY accepted the bid of CONTRACTOR and; WHEREAS, CITY has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the Project in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the Project in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated (The Plans and Specifications) on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid. 3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation in the amount of [Insert total compensation amount] shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with 38 1293492.1 the work. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within ( ) calendar days from the date of the notice to proceed. CONTRACTOR agrees further to the assessment of liquidated damages in the amount of dollars ($ _) for each calendar day the work remains incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof from any monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 5. INSURANCE: CONTRACTOR shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The CONTRACTOR shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Workers' Compensation Insurance: Before beginning work, the CONTRACTOR shall furnish to the CITY a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every CONTRACTOR shall secure the payment of compensation to his employees. The CONTRACTOR, prior to commencing work, shall sign and file with the CITY a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the CONTRACTOR or any sub-contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) General Liability - $5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile - $5,000,000 per accident for bodily injury and property damage. 39 1293492.1 3) Employer's Liability - $5,000,000 per accident for bodily injury or disease. c. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by CITY, which is authorized to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy; 4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by CITY of a written notice of such cancellation or reduction of coverage." 5) Otherwise be in form satisfactory to the CITY. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of CONTRACTOR or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to CITY. e. The CONTRACTOR shall, prior to performing any work under this AGREEMENT, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. f. Self-Insured Retention/Deductibles. All policies required by this AGREEMENT shall allow CITY, as additional insured, to satisfy the self- insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner (as the named insured) should CONTRACTOR fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. CONTRACTOR understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this AGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR 40 1293492.1 or deductible constitutes a material breach of this AGREEMENT. Should CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the CONTRACTOR’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, CITY may include such amounts as damages in any action against CONTRACTOR for breach of this AGREEMENT in addition to any other damages incurred by CITY due to the breach. 6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are available to any interested party on request. CITY also shall cause a copy of such determinations to be posted at the job site. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015 . This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works site are making such contributions. CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. 41 1293492.1 CONTRACTOR shall forfeit, as a penalty to City, twenty -five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a. CONTRACTOR will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. CONTRACTOR will promptly pay any judgment rendered against CONTRACTOR or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of CONTRACTOR hereunder, and CONTRACTOR agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against CONTRACTOR for damages or other claims arising out of or in connection with the work, operation or activities hereunder, CONTRACTOR agrees to pay to Indemnitees and any all costs and expenses incurred by Indemnitees in such acti on or proceeding together with reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of CITY under any provision of t his AGREEMENT, Contractor shall not be required to indemnify and hold harmless CITY for liability attributable to the active negligence of CITY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown to have been actively negligent and where CITY active negligence accounts for only a 42 1293492.1 percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of CITY. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by CITY may be retained by CITY until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the AGREEMENT and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this AGREEMENT or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735. 12. PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that CONTRACTOR will be paid only from this special fund and if for any reason this fund is not sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to CITY's obligation to make payments to CONTRACTOR. 13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14. TERMINATION: This AGREEMENT may be terminated by the CITY, without cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California "CONTRACTOR'S" License No. 43 1293492.1 CONTRACTOR'S Business Phone: CONTRACTOR'S emergency phone which can be reached at any time: IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures. By: Title: Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: MAYOR Date Date APPROVED AS TO FORM: ATTEST: By: CITY CLERK CITY ATTORNEY Date *NOTE: If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate . OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary 44 1293492.1 close in time to the execution of the Agreement, must be provided to the City. 45 1293492.1 PART II GENERAL PROVISIONS 1293492.1 GP-1 GENERAL PROVISIONS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D All work shall be done in accordance with the Standard Specifications for Public Works Construction (2021 Edition and all subsequent supplements), hereinafter referred to as Standard Specifications; the State of California Department of Transportation Stan dard Specifications (2021 Edition and all subsequent supplements), hereinafter referred to as Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these Special Provisions. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 1. General. Section 1-7. Award and Execution of Contract (a) Examination of Plans, Specifications, Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. (c) Rejection of Proposals Containing Alterations, Erasures or Irregularities: Proposals may be rejected if they show any alterations or form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guarantee: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (10%) of the amount named in said proposal, and no proposal shall be considered 1293492.1 GP-2 unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. (e) Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions and Detail Specifications, shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is duly authorized to do so. Add the following section: Subsection 1-7.3. Plans and Specifications An addendum to these specifications may be issued by the City Engineer at any time prior to the bid opening. Section 2. Scope of the Work Section 2-2. Permits Add the following paragraph: The Contractor and all subcontractors shall obtain and maintain a valid City business license. The Contractor shall also obtain a no-fee "Encroachment Permit" from the Public Works Department, Engineering Division. Both the permit and the license shall be valid for the entire construction period and shall be kept at the job site at all times. All provisions of the permit shall apply and shall have authority over any conditions contained herein these Special Provisions. Any costs incurred due to compliance with the permit or in obtaining a city business license or any other required permit or license shall be included in the contract cost for the work item involved and no additional payment will be made. Failure to comply with these specific licensing and permit requirements will result in withholding of any progress payment(s) to the Contractor. Section 2-11. Marking Removal All markings placed by the Contractor, City, and Underground Service Alert (USA) during construction shall be removed at the completion of the work. These markings shall include, but not limited to, paint, stakes, and metal tags. 1293492.1 GP-3 Section 3. Control of the Work Section 3-5. Inspection The Contractor shall notify the City Engineer a minimum of five working days in advance when a final inspection of the work is desired. If the City Engineer agrees that the work is complete and ready for inspection, he will, as soon thereafter as possible, make the necessary examinations. No final acceptance of the work shall be allowed until all check (punch) list items to be rectified have been corrected and any subsequent final inspections have been performed. Section 3-12. Work Site Maintenance Subsection 3-12.4.1 General All costs associated with the disposal of all excavated or demolition materials, including any gate fees, shall be paid by the Contractor. These costs shall be included in the bid price for the applicable bid items. Prior to any excavated or demolition material being removed from the construction site the Contractor shall notify the City as to the hauling route and destination for disposal. If the location for disposal is other than a county landfill then the Contractor shall provide the City with written permission and release of liability for the City from the owner of the property where the material will be deposited. Subsection 3-12.4.2 Storage in Public Streets Construction equipment shall not be stored at the construction site, any public street or publicly owned facilities without approval of the City. Contractor shall store equipment at a contractor’s rental yard. All excavated material that is to be hauled to and disposed of at a County landfill site by the Contractor is subject to a County gate fee based on tonnage. Subsection 3-12.5.4 Any facilities, structures, water lines, landscaping, surfaces, signs, pavement markings, painted curbs, house numbers, etc., which are damaged during construction shall be restored to the satisfaction of the City. Damaged water lines shall be repaired immediately at no additional cost to the city. Add the following sections: Section 3-12.7. NPDES Requirements The contractor shall conform to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit for Construction Activities, Municipal NPDES Permit. 1293492.1 GP-4 The Contractor shall protect by any means all construction related materials from being discharged from the site by the forces of wind or water. Contractor and/or any subcontractors shall implement erosion control measures, such as the placement of gravel bags and fabric around all storm drain inlets and the job site, as directed by the City Engineer, to protect polluted water from running into the storm drain systems. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed. Section 3-12.8. Environmental Provisions In the event Contractor is required to dig any trench or excavation that extends deeper than 4 feet below the surface in order to perform the work authorized under this contract, Contractor agrees to promptly notify the City Engineer in writing and before further disturbing the site, if any, of the conditions set forth below are discovered: 1. Materials that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated. 3. Unknown physical condition at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in this Contract. Section 4. Control of Materials Section 4-1. General The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the City, shall make a ny repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of acceptance of work. Within this 1-year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the City harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the City Engineer's written notice. Section 4-4. Testing Except as elsewhere specified, the City will bear the cost of materials testing and independent acceptance testing. The cost of all other tests, including the retesting of 1293492.1 GP-5 materials and independent acceptance testing that fails to pass the first test, shall be borne by the Contractor. Section 5. Legal Relations and Responsibilities Add the following section: Section 5-8. Public Notification Contractor shall comply with all applicable State, County and City requirements and any additional public safety requirements which may arise in notifying the Police, Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48 hours in advance of any closures, partial closures or reopening, and detours. At least ten (10) calendar days prior to commencing work, the Contractor shall submit a detailed schedule to the City Engineer for approval. Based on the schedule, the Contractor will notify businesses, bus companies, trash and street sweeping companies, and emergency services of the proposed work. The City will require the Contractor to distribute two (2) “Public Notices” to each business and residence affected by the program. The first notice shall be distributed to each business and residence ten (10) calendar days prior to the start of any work. The second notice shall be distributed at least forty-eight (48) hours prior to the start of work. Said notice shall be provided by the Contractor to the City Engineer for review and approval prior to distribution by the Contractor. All complaints received by the City associated with the construction alleging damage to private property and vehicles shall be responded to by the Contractor within twenty-four (24) hours of notification. Failure to comply with this provision may result in a penalty of fifty dollars ($50.00) per occurrence. The Contractor shall be responsible for maintain notification signage in a serviceable manner. Signs shall indicate the date and hours of restriction. Full compensation for conforming to the requirements of this section shall be considered as included in the price paid for various items of work involved and no additional compensation will be allowed. Section 6. Prosecution and Progress of the Work Section 6-1. Construction Schedule and Commencement of the Work Add the following sections: Subsection 6-1.3. Utilities 1293492.1 GP-6 Subsection 6-1.3.1. Location Utility Owner and Public Agency Identifications. Utility owners and Public Agencies who may have facilities or interests, which may affect the work, are as follows: Verizon Telephone 1400 E. Phillips Boulevard Pomona, California 91766 (800) 227-2600 (DigAlert) (909) 469-6354 (Office) Waste Management 13940 East Live Oak Avenue Baldwin Park, California 91706 (800) 266-7551 Valley Vista Services 16000 Temple Avenue La Puente, California 91744 (800) 442-6454 Southern California Edison Co. 800 West Cienega Avenue San Dimas, California 91773 (800) 227-2600 (DigAlert) (800) 684-8123 (Office) Southern California Gas Company 1919 South State College Boulevard Anaheim, California 92803 (800) 227-2600 (DigAlert) (800) 427-2200 (Office) Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (909) 595-7554 Pomona Unified School District 800 South Garey Avenue Pomona, California 91766 (909) 397-4800 Walnut Valley Unified School District 880 S. Lemon Ave. Walnut, CA 91789 (909) 595-1261 1293492.1 GP-7 Charter Communications (Spectrum) 3430 E Miraloma Avenue Anaheim, CA 92806 (844) 780-6054 Los Angeles County Department of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Operation Services (626) 445-7630 Sewer Maintenance (800) 675-4357 Los Angeles County Sheriff's Department 21695 E. Valley Blvd. Walnut, California 91789 (909) 595-2264 Los Angeles County Fire Department Station 119 20480 Pathfinder Road Diamond Bar, California 91765 (909) 861-5995 Los Angeles County Fire Department Station 121 346 Armitos Place Diamond Bar, California 91765 (909) 396-0164 Metropolitan Water – La Verne Substructures Team P.O. Box 54153 Terminal Annex Los Angeles, CA 90054 (213) 217-6679 Los Angeles County Fire Department Station 120 1051 S Grand Ave Diamond Bar, CA 91765 (323) 881-2411 (non-emergencies) 911 (emergencies) The Contractor shall notify each of the above listed utility companies and agencies in writing (copy to City) of the project. They shall be invited to a pre -construction meeting and provided a work schedule. Subsection 6-1.3.2. Protection 1293492.1 GP-8 The Contractor is hereby alerted to the existence of utility lines. The Contractor shall carefully protect all lines during the course of construction. Subsection 6-1.4. Work Hours and Sound Control Daytime work hours shall be 7:00 a.m. to 4:00 p.m. Monday - Friday. Saturday work, if permitted at least one week (7 Calendar Days) in advance by the City’s Project Manager, shall be 8:00 a.m. to 4:00 p.m. Nighttime work Monday – Friday. Nighttime work hours are not required but will be permitted at the request of the contractor with the City’s Project Manager’s authorization. Contractor shall request nighttime work hours at least 1 week (7 calendar days) prior to beginning the proposed nighttime work operations. The Contractor shall comply with all County and local sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The City Engineer reserves the right to stop work if he determines that these conditions are being violated. Section 6-2. Prosecution of the Work Add the following sections: Subsection 6-2.1. Order of Work The order of work, except where otherwise specifically required by the Plans and Specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall schedule his work in order to be as least disruptive as possible to adjacent businesses and residents. Subsection 6-2.2. Responsibilities of the Contractor in Conduct of His Work Subsection 6-2.2.1. Labor is amended by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties 1293492.1 GP-9 imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsection 6-2.2.2. Contractor's Responsibility for Work Reference is made to Section 6 - 8 of the Standard Specifications and these General Provisions. Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other case, whether arising from the execution or from the non -execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. Subsection 6-2.3. Public Convenience and Safety Subsection 6-2.3.1. Traffic and Access The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The California Manual of Uniform Traffic Control Devices (MUTCD), latest edition and Work Area Traffic Control Handbook (WATCH), latest edition shall be used for all traffic control on this project. Subsection 6-2.3.2. Protection of the Public It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result from interruption or contamination of the public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unu sual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the City Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property which may be damaged by the Contractor's operations in the opinion of the City Engineer, immediate action shall be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the City Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable time period, the City Engineer may provide suitable protection to said 1293492.1 GP-10 interests by causing such work to be done and material to be furnished as, in the opinion of the City Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the City for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. However, if the City does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety. Subsection 6-2.4. Recycling of Material Subsection 6-2.4.1. Recycle of Asphalt Concrete, Portland Cement Concrete The City is committed to recycling program. It is the obligation of the contractor, under this contract, to recycle the waste material through an approved recycling plant. Records and report of waste material will be submitted to the City of Diamond Bar on a regular monthly basis. The construction and demolition requirements of the City has been provided in Appendix _ for further information. Section 6-9 Liquidated Damages The amount of liquidated damages is hereby amended to $2,000 for each consecutive calendar day. Section 7. Measurement and Payment Section 7-3. Payment Subsection 7-3.1. General Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the 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). 1293492.1 GP-11 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 the various appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the Contract or any alterations thereof. Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Subsection 7-3.2. Partial and Final Payment Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety-five percent (95%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments. Subject to the provisions of Section 22300 of the Public Contract Code, a five percent (5%) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the City Engineer before submittal to the City for payment. All billings shall be directed to the City Engineer. In all events, the City shall withhold no less than five percent (5%) of the contract price until final completion and acceptance of the work. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the Contract, nor shall it in any way govern the final estimate. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract s hall not constitute a waiver of liquidated damages. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. Final Payments. After the completion of the Contract, the City Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay to the Contractor an amount which, when added to the payments previously 1293492.1 GP-12 made and deductions allowable to the City, will equal ninety-five percent (95%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid thirty-five (35) calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the Contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City from any and all claims on account of the work performed under the Co ntract or any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. Subsection 7-3.5. Contract Unit Prices Subsection 7-3.5.1. General All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items. Add the following sections: Section 7-6. Final Cleanup and Closeout Upon completion of the work, and before acceptance and final payment is made by the City, the Contractor shall clean the project site and areas occupied by him in connection with the work. All rubbish, excess materials, falsework, temporary structures, and equipment shall be removed; and all parts of the work shall be left in a neat and presentable condition. Prior to final closeout, the Contractor shall submit the following: A. A complete set of as-built/record plans showing constructed conditions, materials, revisions, finishes, etc. for the Project. B. A complete file of operation and maintenance manuals for equipment and materials used in the work. Such file shall be bound in hardcover, three -ring binders and shall be labeled. C. Required written guarantees. D. Complete list of subcontractors and principal vendors engaged in the execution of the work, including addresses and telephone numbers. 1293492.1 GP-13 E. Complete and updated Storm Water Pollution Prevention Plan/Water Pollution Control Plan and Contractor certification that construction activities were in compliance with applicable National Pollutant Discharge Elimination System regulations. Full compensation for conforming to the requirements of this Section shall be considered as included in the contract bid price paid for the various items of work and no additional compensation will be allowed therefor. Failure to conform to these requirements may result in the City withholding the full retention payment. Section 7-7. Payment for Bid Items See “Technical Provisions” section of these Specifications. 1293492.1 PART III SPECIAL PROVISIONS 1293492.1 SP-1 SPECIAL PROVISIONS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D SPECIFICATIONS The work to be done shall be performed or executed in accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", 2021 Edition and all subsequent supplements, hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc. 10801 National Boulevard, Suite 100, Los Angeles, California 90034 and are included by reference only. LOCATION OF WORK ADDENDA The City Engineer may, without City Council approval, issue addenda to the Contract Documents during the period of advertising for bids for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided that any such addenda does not change the original scope and intent of the project. Purchasers of contract documents will be notified and furnished copies of such addenda, either by certified mail or personal delivery, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within ONE HUNDRED FIFTY (150) working days. A move-in period of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move- in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay once the Contractor commences work. The contractor shall begin construction 3 weeks from the date of project award by City. The Notice to Proceed will be issued immediately after the project award and working days will be counted starting on the first date of construction start. Upon exhaustion of stipulated working days, liquidated damages will be assessed per each calendar day of delay. Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. CHANGES IN THE WORK 1293492.1 SP-2 Subsection 2-7.1 of the Standard Specifications is replaced by the following: Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with City Council approval, order changes in the work which increase the contract cost by not more than ten percent (10%) of the original contract amount. CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders will be required to submit information as to their industrial safety record on the form provided in the Bid Proposal. A review of this safety record will be made prior to a determination of the lowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the City Engineer ten (10) calendar days prior to the start of work. Such schedule shall be subject to the review and approval by the City Engineer. No work shall be done until the City Engineer and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDS Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the City with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9 -3.2 of the Standard Specifications. Formal acceptance of the project by the City terminates the City’s interest in the securities. PUBLIC CONVENIENCE AND SAFETY In addition to the requirements of Subsection 6-2.3-10 of the General Provisions, the Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is amended and supplemented by the following paragraphs: TRAFFIC FLOW 1293492.1 SP-3 In order to facilitate the flow of traffic during the contractual period, the City reserves the right to extend the limits of the project to include any areas where signing and delineating is deemed necessary by the City Engineer. Full compensation for complying with the above requirements shall be considered as included in the various items of work unless otherwise specified above. CONSTRUCTION WATER Construction water is available from the Walnut Valley Water District (WVWD) by applying for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workman on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. STORAGE SITE It shall be the Contractor’s responsibility to locate any storage sites for materials and equipment needed and such sites either located on public or private property must be approved in advance by the City Engineer. No equipment or materials shall be stored in the public roadway right -of-way without prior written approval from the City Engineer. SPECIAL INSPECTION FEES If the Contractor elects to work under this contract more than 8 hours/day or more than 40 hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the City Engineer for the required inspection service and pay the Special Inspection Fees which will be charged at the following rates: Monday through Fridays - $100.00 per hour Saturday, Sunday, Holidays - $1000.00 per day Fees may be deducted from payments due to the Contractor at the discretion of the City Engineer. PRE-CONSTRUCTION MEETING 1293492.1 SP-4 The City shall arrange a pre-construction meeting with the Contractor and representatives from utility companies, which shall be held a minimum of ten (10) calendar days prior to commencement of any work. TRASH COLLECTION SCHEDULE No streets will be closed or have work done on day of trash collection. Questions regarding trash collection can be directed to: Waste Management Valley Vista Services (626) 856-1285 (800)442-6454 (818) 960-7551 REMOVAL OF MATERIALS Materials, which are to be disposed of, include, but are not limited to: saw-cut asphalt pavement and concrete removed for curb and gutter shall not be stored at the site but shall be removed immediately. No overnight storage of materials or debris will be allowed in the street area or surrounding areas. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract and shall be skilled and regularly engaged in the general class or type of work called for under this Contract. The Contractor shall possess a State of California Class A Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate to perform the work herein described and be registered with the Department of Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent licenses for their specific trades. BID QUANTITIES The quantities given in the Proposal and Contract form are approximate, being given as a basis for the comparison of bids only, and the city does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the City Engineer. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS 1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY 1293492.1 SP-5 The following provisions pertaining to equal employment opportunity are incorporated into this Contract. In connection with performance of work under this Contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. b. In all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, religion, ancestry or national origin. c. In all hiring, the Contractor shall make every effort to hire qualified workers from all races and ethnic groups. d. The Contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the City. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be filed by the Contractor with the City every thirty (30) days. e. The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the City, advising the said labor union or worker's representative of the Contractor's commitments under this section. f. The Contractor shall maintain and permit access by the City to records of employment, employment advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g. Within ten (10) days after execution of the Contract by the City, the Contractor shall meet the following standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the City provides for a greater time period: (1) File with the City an Affirmative Action Plan indicating the steps it will take to encourage and assist qualified members of minority groups. Such 1293492.1 SP-6 affirmative action will include statements regarding recruitment, employment, compensation, promotion or demotion, and selection for training. (2) Provide evidence as required by the City that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of this EEO section and their responsibilities under it. (3) Provide evidence, as required by the City that it has notified in writing all sources of employee referrals (including, but not limited to, unions, employment agencies and the State Department of Employment Development) of the content of this EEO section. (4) Notify the City in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h. If the City has reason to believe that the Contractor or a subcontractor may have committed a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this project, the City will cause written notice to be served on the Contractor or its representative, and to any subcontractor involved in such violation. The notice shall set forth the nature of the violation. Upon the City’s request, the Contractor shall meet with representatives of the City in order to determine the means of correcting the violation and the time period within which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to remedy the violation, the City may notify the Fair Employment Practices Commission and pursue any other remedies, which may be available under the law. i. The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI-DISCRIMINATION a. The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti - discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. 1293492.1 SP-7 b. The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti-discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti- discrimination laws shall constitute a finding by the City that the Contractor has violated the anti- discrimination provisions of the Contract. c. At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti -discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. 1293492.1 TP-1 PART IV TECHNICAL PROVISIONS 1293492.1 TP-2 TECHNICAL PROVISIONS FOR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D BID ITEMS Each respective bid item as shown on the proposal form shall comply with the respective section of the 2021 edition of Standard Specifications for Public Works Construction, its supplements, and any other publication as specified or listed in the General Conditions. If there is a conflict between these Technical Provisions and the Standard Specifications, these Technical Provisions shall have precedence. Incidental Work - All work and materials required by the plans and specifications, and not specifically listed in the bid schedule items of work, shall be considered incidental and no additional payment shall be made therefore. Incidental items shall inclu de, but not be limited to implementation of the water pollution control and Best Management Practices for the protection of storm drain structures; saw cutting; excavation and disposal of materials; and coordination of utilities. ADDITIONAL SPECIFICATIONS AND PROVISIONS TECHNICAL SPECIFICATIONS PBLA TECHNICAL SPECIFICATIONS City of Diamond Bar Maple Hill Improvements DOCUMENT 000110 - TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000110 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 013300 SUBMITTAL PROCEDURES DIVISION 02 - EXISTING CONDITIONS 024116 BUILDING DEMOLITION 024119 CLEAR AND GRUB & SELECTIVE DEMOLITION AND SALVAGE DIVISION 03 - CONCRETE 033000 CONCRETE, PAVING, AND CURBS 031100 FORM WORK 032000 CONCRETE REINFORCEMENT 033000 CAST-IN-PLACE CONCRETE DIVISION 05 – METALS 051000 STRUCTURAL STEEL DIVISION 10 – SPECIALTIES 101400 SITE SIGNAGE DIVISION 12 – FURNISHINGS 120000 SITE FURNISHINGS DIVISION 13 – SPECIAL CONSTRUCTION 133423 PRE-ENGINEERED RESTROOM BUILDING DIVISION 22 – PLUMBING 221100 DOMESTIC WATER DIVISION 31 – EARTHWORK 312000 GRADING DIVISION 32 – EXTERIOR IMPROVEMENTS 328000 IRRIGATION 329000 PLANTING TOC-1 City of Diamond Bar Maple Hill Improvements DIVISION 33 – SITE UTILITIES 333000 SANITARY SEWER 334000 DRAIN SYSTEM TOC-2 013300 - 1 City of Diamond Bar Maple Hill Park SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in ind ividual Specification Sections as "informational submittals." 1.3 SUBMITTAL SCHEDULE A. Submittal Schedule: Submit, as an action submittal, a list of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL FORMATS A. Submittal Information: Include the following information in each submittal: 1. Project name. 2. Date. 3. Name of Architect. 4. Name of Contractor. 5. Name of firm or entity that prepared submittal. 6. Names of subcontractor, manufacturer, and supplier. 7. Unique submittal number, including revision identifier. Include Specification Section number with sequential alphanumeric identifier; and alphanumeric suffix for resubmittals. 8. Category and type of submittal. 9. Submittal purpose and description. 10. Number and title of Specification Section, with paragraph number and generic name for each of multiple items. 11. Drawing number and detail references, as appropriate. 013300 - 2 City of Diamond Bar Maple Hill Park 12. Indication of full or partial submittal. 13. Location(s) where product is to be installed, as appropriate. 14. Other necessary identification. 15. Remarks. 16. Signature of transmitter. B. Options: Identify options requiring selection by Architect. C. Deviations and Additional Information: On each submittal, clearly indicate deviations from requirements in the Contract Documents, including minor variations and limitations; include relevant additional information and revisions, other than those requested by Architect on previous submittals. Indicate by highlighting on each subm ittal or noting on attached separate sheet. D. Paper Submittals: 1. Place a permanent label or title block on each submittal item for identification; include name of firm or entity that prepared submittal. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 4. Action Submittals: Submit not less than five paper copies of each submittal unless otherwise indicated. Architect will return not less than two copies. a. Submit two additional copies to Owner's Commissioning Authority when required by Contract Documents. 5. Informational Submittals: Submit not less than five `paper copies of each submittal unless otherwise indicated. Architect will return not less than two copies. a. Submit two additional copies to Owner's Commissioning Authority when required by Contract Documents. 6. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using AIA Document G810, "Transmittal Letter", CSI Form 12.1A, "Submittal Transmittal", or Contractor's comparable form. 7. Annotate and retain one copy of file as a Project Record Document file. E. PDF Submittals: 1. Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. 2. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 3. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 4. Action Submittals: Architect will return annotated file. a. Submit additional copy to Owner's Commissioning Authority when required by Contract Documents. 013300 - 3 City of Diamond Bar Maple Hill Park 5. Informational Submittals: Architect will return annotated file. a. Submit additional copy to Owner's Commissioning Authority when required by Contract Documents. 6. Transmittal for PDF Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using AIA Document G810. "Transmittal Letter", CSI Form 12.1A, "Submittal Transmittal", or Contractor's comparable form. 7. Annotate and retain one copy of file as a digital Project Record Document file. 1.5 SUBMITTAL PROCEDURES A. General: Contractor may provide paper submittals or PDF submittals at his option. B. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Paper Submittals: Prepare submittals in paper form, and deliver to Architect. Include paper transmittal form. 2. PDF Submittals: Prepare submittals as PDF package, and transmit to Architect by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Architect. C. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. D. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Resubmittal Review: Allow 15 days for review of each resubmittal. E. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. F. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. G. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. 013300 - 4 City of Diamond Bar Maple Hill Park 1.6 SUBMITTAL REQUIREMENTS A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams that show factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before Shop Drawings, and before or concurrent with Samples. B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data unless submittal based on Architect's digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Paper Sheet Size: Except for templates, patterns, and similar full -size Drawings, submit Shop Drawings on sheets not less than 8-1/2 by 11 inches (215 by 280 mm), and not more than 30 by 42 inches (750 by 1067 mm). a. Submit not less than five opaque (bond) copies of each submittal. Architect will return not less than two copies. C. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other materials. 013300 - 5 City of Diamond Bar Maple Hill Park 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Permanently attach label on unexposed side of Samples that includes the following: a. Project name and submittal number. b. Generic description of Sample. c. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item. 3. Paper Transmittal: Include paper transmittal including complete submittal information indicated. 4. PDF Transmittal: Include digital image file illustrating Sample characteristics, and identification information for record. 5. Disposition: Maintain sets of approved Samples at Project site, available for quality - control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 6. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit not less than two full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 7. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit not less than five sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit not less than one Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit not less than five sets of paired units that show approximate limits of variations. b. Mark up and retain one returned Sample set as a project record Sample. 013300 - 6 City of Diamond Bar Maple Hill Park D. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. F. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal. G. Certificates: 1. Certificates and Certifications Submittals: Submit a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Provide a notarized signature where indicated. 2. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. 3. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 4. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. 5. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. 6. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. H. Test and Research Reports: 1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for substrate preparation and primers required. 2. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 3. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 5. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. 013300 - 7 City of Diamond Bar Maple Hill Park 6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: a. Name of evaluation organization. b. Date of evaluation. c. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use. 1.7 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF file and not less than five paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. 1.8 CONTRACTOR'S REVIEW A. Action Submittals and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Contractor's Approval: Indicate Contractor's approval for each submittal with a uniform approval stamp. Include name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 1. Architect will not review submittals received from Contractor that do not have Contractor's review and approval. 2. Architect will return without review or discard submittals received from Contractor that do not have Contractor's review and approval. 1.9 ARCHITECT'S REVIEW A. Action Submittals: Architect will review each submittal, indicate corrections or revisions required, and return it. 013300 - 8 City of Diamond Bar Maple Hill Park 1. Paper Submittals: Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. 2. PDF Submittals: Architect will insert an action stamp in each submittal and will mark stamp appropriately to indicate action B. Informational Submittals: Architect will review each submittal, indicate if it does or does not comply with requirements, and return it. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, will not be reviewed, and will be returned by Architect without action or will be discarded. E. Submittals received from sources other than Contractor will not be reviewed, and will be returned by Architect without action or will be discarded. F. Submittals not required by the Contract Documents will not be reviewed, and will be returned by Architect without action or will be discarded. END OF SECTION 013300 City of Diamond Bar Maple Hill Improvements SECTION 02 41 16 - BUILDING DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Demolish and remove from the site, in accordance with this Section, those items so indicated on the Drawings. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division l of these Specifications. 1.2 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. PART 2 - MATERIALS - Not applicable. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.2 DEMOLITION A. General: 1. Prior to start of demolition, carefully study the Drawings and these Specifications. 2. In company with the Architect, visit the site and verify the extent of demolition to be performed under this Contract. B. Using only the means and equipment approved for this purpose by the governmental agencies having jurisdiction, demolish and completely remove from the job site the existing construction designated to be removed. 1. Shut off, cap, and otherwise protect existing public utility lines in accordance with the requirements of the public agency or utility having jurisdiction. 2. Completely remove footings, foundations, and above-ground and underground construction of all kinds. 3. Remove rocks larger than 150 mm (6") diameter, roots, and debris. C. Demolished material shall be considered to be property of the Contractor and shall be completely removed from the job site and legally disposed of. D. Use means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. END OF SECTION Building Demolition Page 1 Section 02 41 16 Clear and Grub & Selective Demolition Page 1 of 2 Section 02 41 19 City of Diamond Bar Maple Hill Park SECTION 02 41 19 - CLEAR AND GRUB & SELECTIVE DEMOLITION AND SALVAGE PART 1 - GENERAL 1.1 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Clear and Grub & Selective Demolition and Salvage Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Protection of all trees not designated for removal; • Removal of all trees designated on the Plans for removal; • Clearing and grubbing of vegetation from work area as necessary to accomplish scope of work; • Sawcutting, removal and disposal of all pavement designated on the Plans for removal; • Demolition of existing structures as noted on the Plans and termination/capping of existing service utilities; • Furnishing, developing, applying and providing dust control watering equipment as required for the project; • Removal and disposal of all deleterious materials not specifically mentioned herein which may be found within the Work Limits; • Coordination with Work of other Sections; and, • Clean-up. 1.3 RELATED WORK: Grading: Section 31 22 00 Planting: Section 32 90 00 Irrigation: Section 32 80 00 1.4 RESPONSIBILITY AND COORDINATION: Contractor shall secure and maintain all required permits and licenses, and pay all fees necessary to legally complete the Work of this Section. Contractor shall notify utility companies for all utilities to be cut off, modified or relocated, and shall maintain and protect all active utilities. Contractor shall coordinate all Work with the Park and Recreation Department in an effort to avoid any conflicts with the recreation programming and parks maintenance schedules. 1.5 PROTECTION AND SAFETY: Contractor shall provide signs in necessary places to exclude persons, except those connected with the Work, from entering the working area. Contractor is responsible for preventing unauthorized persons from entering the work area. Contractor shall protect the Project site and adjacent properties from dirty water, mud and water accumulated due to Contractor's operations and from rainfall runoff or water that enters the Project site from any other source. PART 2 - MATERIALS - Not applicable. PART 3 - EXECUTION 3.1 GENERAL REMOVAL WORK: Removal Work shall be carefully done to avoid damage to all existing facilities not designated for removal. When removing concrete pavement adjacent to concrete pavement designated to remain, contractor shall double sawcut and carefully hand trim to the second sawcut line to avoid damage to portions designated to remain. 3.2 SITE CLEARANCE AND DISPOSAL: A. Site Clearing: Clear the sites to be improved of grass, trees (including rootball), shrubs, weed growth, rubbish and debris, and existing asphaltic concrete pavement, concrete slabs, etc., that are to be removed for construction of the improvements shown on the Plans. Roots three inches in diameter and larger, rocks Clear and Grub & Selective Demolition Page 2 of 2 Section 02 41 19 City of Diamond Bar Maple Hill Park and broken masonry larger than four inches in the greatest dimension, and irrigation lines shall be removed to a minimum depth of 12" below finished grade. B. Disposal: All deleterious materials shall be disposed of off the site in a legal manner by Contractor, who shall make all necessary arrangements and pay all related costs. 3.3 UTILITIES: All known underground utilities are noted on the Plans. A. Utilities to be Inactivated or Abandoned: Utilities that are to be inactivated or abandoned shall be disconnected, removed, and plugged or capped subject to local governing ordinances. All electrical conductors are to be removed from conduit runs to be abandoned. B. Existing Inactive/Abandoned Utilities: All miscellaneous inactive underground facilities (e.g., drainage devices, secondary water lines, cables, abandoned oil and water lines, leaching fields, irrigation pipes, wiring, etc.), located 12 inches or more below finish grade may be abandoned in pl ace or removed as necessary for proper completion of the Work. C. Utilities to be Protected: All miscellaneous active underground facilities that are encountered during the Work, whether shown on the Plans or not, shall be protected. D. Utilities Not Shown: If Contractor encounters any existing underground utilities not shown on the Plans, Contractor shall at once notify the Park Projects Inspector who will determine further procedure. 3.4 DEBRIS BURNING: Burning of debris is NOT permitted. 3.5 DUST CONTROL: Dust shall be kept to a minimum for the duration of the Contract period, especially during the site clearing operations, by means of wetting the site or other approved method. After all site clear and grub operations are complete, wash down all existing sidewalks and roadways on and off the site that have become soiled due to Contractor's operations. END OF SECTION Concrete Paving and Curbs Page 1 of 3 Section 03 00 00 City of Diamond Bar Maple Hill Park SECTION 03 00 00 – CONCRETE, PAVING, AND CURBS PART 1 - GENERAL 1.1 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Exterior Concrete, Paving and Curbs Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Exterior flatwork, walks and slabs as shown on the Plans. • Curbs, gutters, ‘V’ gutters, and mow curbs; • Miscellaneous concrete work and foundations (excludes Cast-in-Place structural concrete and foundations per Technical Specifications Section 03 30 00); • Cement, finish, joints, sawcutting, and patching; • Setting of items to be inserted into concrete; • Curing; • Testing; • Placing of sleeves and conduit stubs under slabs; • Coordination with Work of other Sections; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK: Submittals Section 01 33 00 Drain Lines Section 33 40 00 Irrigation Sleeves Section 32 80 00 Form Work Section 03 11 00 Concrete Reinforcement Section 03 20 00 Furnishing and determining location of items to be inserted into concrete 1.4 GUARANTEE: All Work of this Section shall be guaranteed against cracking, lifting, separation, and other such defect for a minimum period of one (1) year following Final Acceptance of the Project. 1.5 STANDARDS: Testing, materials, and workmanship shall conform to the requirements of all applicable codes, except that requirements specified herein shall govern where such requirements exceed the requirements in the Building Code. 1.6 SLOPE AND SMOOTHNESS TOLERANCES AND ADA COMPLIANCE: All exterior cement finish surfaces shall be sloped sufficiently to drain without birdbaths. Finish surfaces shall be of such smoothness and evenness that the surface shall contact the entire length of a 10-foot straight edge laid in any direction, with an allowable tolerance of 1/8 inch. All flatwork, pedestrian ramps, walkways and slabs shall comply with the requirements of the Americans with Disabilities Act as well as both Federal Guidelines and State Title 24 requirements for disability access. Irrespective of plan grade information show, Contractor shall have primary responsibility to ensure compliance with ADA requirements and shall immediately bring to the attention of the Architect /Engineer any deviations or discrepancies in the plans that would preclude such compliance. Any operations necessary to achieve this result shall be performed by Contractor at no additional cost to City. 1.7 PATCHING: No patching will be permitted to correct defective work without the prior knowledge of the Park Projects Inspector. Patching of slabs to eliminate bird baths will not be permitted, defective panels shall be removed and replaced. No extension of time will be allowed for correcting defective work. Granting of consent to attempt patching as a remedy to defects will not constitute a waiver of City's right to reject and require removal and replacement if the patching is deemed unacceptable by the Park Projects Inspector. Concrete Paving and Curbs Page 2 of 3 Section 03 00 00 City of Diamond Bar Maple Hill Park 1.8 INSPECTIONS: Inspections will be required. Contractor shall call for inspection a minimum of 48 hours (two working days) prior to need. Contractor shall call for inspection upon completion of each of the following specific phases of construction, each prior to pour: • All form work placement/construction; • All footing excavation; • Subgrade preparation; • Steel reinforcing placement. Contractor shall notify the Park Projects Inspector a minimum of 48 hours prior to each concrete pour. Any Work covered prior to inspection shall be opened to view by Contractor at Contractor's expense. 1.08 TESTING: All testing shall be as required by the Standard Specifications. PART 2 - MATERIALS 2.1 GENERAL: All materials shall conform to Section 201 CONCRETE, MORTAR, AND RELATED MATERIALS of the Standard Specifications, except as noted below. 2.2 CONCRETE: Concrete shall be a minimum 5-sack mix, with a maximum 4-inch slump, with ultimate compressive strength at 28 days as specified in the Concrete Class Use Table, Section 201-1 PORTLAND CEMENT CONCRETE, of the Standard Specifications. No admixtures will be allowed. 2.3 REINFORCING STEEL: Shall be in accordance with Section 03 20 00 Concrete Reinforcement; or, if Section 03 20 00 Concrete Reinforcement is not included, per the Standard Specifications Section 201-2.2 STEEL REINFORCEMENT FOR CONCRETE. 2.4 EXPANSION JOINTS: A. Expansion Joints: Shall be as shown on Plans. Submit samples of preformed material and sealant for approval of the Parks Department Representative. B. Crack Control Joints: Shall be as shown on the Plans. Submit samples of preformed materials for approval of the Parks Department Representative. 2.5 CONCRETE CURING COMPOUND: Shall be City approved. All curing compound shall conform with Section 201-4 CONCRETE CURING MATERIALS of the Standard Specifications. 2.6 FORM LUMBER: Shall be Douglas Fir, construction grade or better, conforming to the Standard Specifications, and Technical Specifications Section 03 11 00 Formwork (when included within the Project Specifications). PART 3 - EXECUTION 3.1 GENERAL: All Work shall conform to the requirements of Section 303 CONCRETE AND MASONRY CONSTRUCTION of the Standard Specifications, as applicable. Contractor shall provide copies of all load tickets to the Park Projects Inspector for all transit-mixed concrete delivered to the site. 3.2 FORM WORK: Forms shall be substantial, unyielding, true to line and grade, and shall be placed to conform with the dimensions for the Work as noted on the Plans, and shall conform to Technical Specifications Section 03 11 00 Form Work (when included in the Project Specifications). 3.3 PLACING CONCRETE: Transport, place and spread concrete per Section 303-1.8 Placing Concrete of the Standard Specifications in a manner to prevent segregation of aggregate. Reinforcing shall be supported by metal or plastic chairs and shall be placed per Section 303-1.7.1 Placing Reinforcement, General of the Standard Specifications; concrete supports shall not be used. 3.4 CONCRETE FINISHING: Concrete Paving and Curbs Page 3 of 3 Section 03 00 00 City of Diamond Bar Maple Hill Park A. Finish: Exterior slabs and walks shall be finished with a non-slip, uniform medium broom surface, transverse to direction of slab, unless otherwise shown on the Plans. No advertising impression, stamp, or mark of any description will be permitted on surface of concrete or cement finish. B. Installation, Slope and Drainage: Install all concrete and cement finish work true to lines, dimensions and grades. All concrete slabs shall slope to drain. Depressions in the slab surface that hold water ("bird baths") will not be acceptable. C. Protection: Protect all finished concrete from graffiti. Contractor shall be responsible for providing concrete watchperson. A graffitied finish will not be acceptable. 3.5 CURING: Initial curing shall be moist curing or moisture cover curing, and shall continue for at least 168 cumulative hours (not necessarily consecutive), during which time the concrete has been exposed to air temperatures above 50F. Avoid rapid drying at the end of the curing period. Use water that is free of impurities which could etch or discolor concrete surfaces. Do not use liquid membrane curing compounds on surfaces which are to be covered with a coating material applied directly to the concrete or with a covering material bonded to the concrete, such as other concrete, liquid floor hardener, waterproofing, damp-proofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the inspector. 3.6 COORDINATION: All items that require a foundation and are shown to be located within a slab (e.g. bench posts, bike rack posts and drinking fountains) shall be set in properly cured footings as specified prior to placing the slab. The required cure time for all such footings shall be a minimum of 14 days. 3.7 DEFECTIVE CONCRETE: Remove and replace all defective concrete and defective cement finish work. Removal and replacement shall be for full panels to the nearest crack control or expansion joint unless approved otherwise in advance by the Park Projects Inspector. Permission to patch any defective area shall not be a waiver of City's right to require complete removal of defective work if patching does not restore quality, durability and appearance of the Work to the equivalent of a properly constructed concrete item/slab. 3.8 CLEAN-UP: Remove all concrete spoil and clean all latence, spills, stains and splatters from all equipment, poles, standards and surfaces. Remove all forming from the site and clean up and legally dispose of all debris and trash that may result from the Work of this Section. END OF SECTION Form Work Page 1 of 2 Section 03 11 00 City of Diamond Bar Maple Hill Park SECTION 03 11 00 - FORM WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Form Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • All form work for construction of the Project, including but not limited to the following project elements: • concrete walkways and exterior slabs; • concrete curbs, ‘V’ gutters, and mow curbs; • concrete pedestrian ramps; • concrete retaining walls; • structural slabs; • miscellaneous concrete structures • Coordination with Work of other Sections; and, • Clean-up. 1.3 RELATED WORK: Concrete Paving and Curbs Section 03 00 00 Concrete Reinforcement Section 03 20 00 Cast-in-Place Concrete Section 03 30 00 1.4 INSPECTIONS: Contractor is responsible to call for inspection of all forming prior to pours. PART 2 - MATERIALS 2.1 QUALITY ASSURANCE: Products used in the Work of this Section shall be produced by manufacturers regularly engaged in the manufacture of similar items with a history of successful production acceptable to the Public Works Representative. 2.2 WOOD: Form lumber shall be Douglas Fir Construction Grade or better. Plywood shall be B-B Plyform Class I Exterior DFPA. 2.3 ACCESSORIES: Form hardware, ties, clamps, spreaders, etc., shall be of adequate strength to maintain form in place before, during, and after placement of concrete. PART 3 - EXECUTION 3.1 GENERAL: A. Qualifications of Installers: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. B. Form Design: It is Contractor's responsibility to design forms, shoring and bracing adequate to support the men and materials, and to support all vertical and lateral loads imposed upon them, and in compliance with the requirements of the American’s with Disabilities Act, related Federal Access Guidelines and State Form Work Page 2 of 2 Section 03 11 00 City of Diamond Bar Maple Hill Park Title 24 code requirements. Forms shall be substantial, unyielding, true to line and level, sufficiently tight to prevent leakage of mortar and shall conform exactly to the dimension indicated on the Plans. No wood of any kind, with the exception of wood bucks and nailing blocks, shall be installed inside the forms. All points in the Form Work shall be accessible for cleaning and inspection prior to pour. Temporary openings shall be left where necessary. C. Coordination: Contractor shall afford every tradesperson required to fasten Work to the structure every facility for fastening sleeves, inserts, boxes, bolts, anchors, or other rough hardware accurately and securely in the forms. When form ties are removed, there shall be no metal closer than 1" from the surface of the concrete. 3.2 FORMING: A. Exposed concrete surfaces: Forming for exposed concrete surfaces shall be constructed to show a minimum number of joints. Use full size sheets of plywood forming wherever possible. Unless otherwise shown on the Plans, joints shall be as inconspicuous as possible, symmetrical and evenly spaced on the finished surface. Align vertical joints to form one (1) continuous line. Align horizontal joints to form one (1) continuous line around the building. B. Stairs: Care shall be taken to form all angles and corners of stairs neatly and smoothly. Every nosing and riser shall be run straight to a template and screed, and every riser shall be cut and leveled back below the nosing. Treads shall be level lengthwise and sloped 1/8" from back to the nosing. C. Temperature: Concrete shall not be deposited on forms which are at a temperature in excess of 90 degrees Fahrenheit. D. Removal of Forms: Remove forms in a manner that will ensure the complete safety of the workmen and will not damage the concrete. Do not remove forms for foundations, walls, columns and beam sides in less than 24 hours. In no case shall forms and shores be removed until the member has acquired sufficient strength to support its own weight and all superimposed loads. Where forms are removed in less than the required curing time, the curing shall be continued by wetting, covering or spraying as directed by the Structural Engineer. 3.3 CONDUIT AND PIPING: Pipes, other than conduits for electrical circuits, shall not be embedded within structural concrete. Conduits shall be located within the middle half of the slab's thickness. No conduit shall be placed between reinforcing and the bottom of the slab. When located in columns, walls, beams, or foundations, conduit shall not impair the strength of the structure. 3.4 CLEAN UP: Upon completion of the Work of this Section, remove all trash, debris, excess materials and equipment from the Work Site. Dispose of all such trash, debris and excess materials off site in a legal manner. END OF SECTION Page 1 of 4 Section 03 20 00 City of Diamond Bar Maple Hill Park SECTION 03 20 00 - CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. B. Reference Standards: Work of this Section shall comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified: American Concrete Institute: ACI 315R, Manual of Standard Practice for Detailing Reinforced Concrete Structures. ACI 318, Building Code Requirements for Reinforced Concrete. American Welding Society: AWS D12.1, Recommended practices for Welding Reinforcing Steel, Metal inserts and Connections in Reinforced Concrete Construction. Concrete Reinforcing Steel Institute: CRSI Manual of Standard Practice. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Concrete Reinforcement Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Reinforcement; • Wire mesh; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.4 TESTS AND INSPECTION: A. Definitions: 1. Identified Reinforcing Steel: Is defined as any reinforcing steel which can be positively identified by the Testing Laboratory as to source, heat number and mill analysis. 2. Unidentified Reinforcing Steel: Is defined as any reinforcing steel which cannot be identified as noted above. B. Tests: Test samples shall be taken at the job site unless the Structural Engineer determines it is more advantageous to take test specimens from the Suppliers Yard. No tests will be required for identified reinforcing steel. Unidentified reinforcing steel shall have one (1) series of tests made from each 2-1/2 tons or fraction thereof of each size of reinforcing steel. When conglomerate loads of differing heats, sources, analyses and including unidentified steel are to be tested, random testing at the discretion of the Testing Laboratory shall be made after receiving authority from the Structural Engineer. The Structural Engi neer may refuse to accept unidentified reinforcing steel at the Engineer's discretion. Tests on unidentified reinforcing steel shall be paid for by Contractor. C. Payment for Tests: City will pay for all tests and inspections of completed installation. Costs of all tests and inspections at materials sources and costs of retests of rejected Work shall be borne by Contractor. D. Contractors Responsibility: Arranging for and scheduling of tests and inspections are responsibilities of Contractor. Allow free access to materials stockpiles and facilities at all times. E. Written Reports of Test Results: Contractor shall submit written reports, six (6) copies each, to the Park Concrete Reinforcement City of Diamond Bar Maple Hill Park Projects Inspector for each material sampled and tested, prior to the start of Work. Provide the project identification name and number, date of report, name of Contractor, name of testing service, source of materials, material manufacturer and brand name for manufactured materials, values specified in the referenced specification for each material, and test results. Indicate whether or not material is acceptable for intended use. Materials and installed Work may require testing, retesting and inspection as directed by the Park Projects Inspector. F. Inspection: Contractor shall allow adequate time (48 hours minimum) for the Architect to inspect reinforcing in place and have necessary corrections made before scheduling concrete pours. All welding of reinforcing shall have continuous inspection by an Inspector approved by the Structural Engineer. PART 2 - MATERIALS 2.1 BILLET STEEL BARS: All reinforcing shall comply with ASTM A615, grade as required by the Plans; typical reinforcing bars shall be minimum Grade 60. Ties and Stirrups shall be minimum grade 40. No. 3 and larger bars shall be deformed. 2.2 WELDED WIRE FABRIC: Shall conform to ASTM A185 and Std. Spec Section 201-2.4.4 Welded Wire Reinforcement. 2.3 TIE WIRE: Shall be annealed steel, 16 gauge minimum, in conformance with Std. Spec. Section 201-2.4.3 Wire Reinforcement. 2.4 WELDING ELECTRODES: Shall conform to AWS A5.1, low hydrogen, E7016 or #7018. 2.5 SUPPORTS FOR REINFORCING BARS: All supports for Work exposed to view or weather shall be made of materials that will not rust or corrode (such as galvanized steel, precast concrete or plastic-coated units) so that finished surfaces will not be marred nor stained; supports shall be suitably sized and spaced for proper load distribution on earth or membrane so that membrane is not perforated and rebar does not sag before, during, or after placement of concrete. Use no supports of wood or other cellulose material. 2.6 NO. 2 REINFORCING: Shall conform to ASTM A1064 standards, Grade 80, round carbon steel bars. 2.7 No. 4 and 5 REINFORCING: Shall conform to ASTM A615, Grade 40 or Grade 60 billet steel. 2.8 TESTS AND INSPECTIONS: A. Tests: The approved Testing Laboratory, whose services will be paid for by City unless noted otherwise, shall perform one tensile and one bending test for each 10 tons or fraction thereof of each size of reinforcement used, provided steel is properly identified by mill test reports of each size and lot. Otherwise, the lab shall perform one tensile and one bending test for each 2.5 tons or fraction thereof of each size of reinforcement in each log. Contractor shall bear costs of tests for unmarked reinforcement. B. Inspections: 1. 3000 psi Concrete Reinforcing Installation: Contractor shall provide a registered Deputy Building Inspector at the job to inspect reinforcing steel installation prior to placement of concrete for all concrete having a design strength at 28 days of 3,000 psi and above. Inspector shall be approved by the Park Projects Inspector and the governing Building Department. Inspector shall be paid for by Contractor. 2. Welding Inspections: Contractor shall provide a registered Deputy Building Inspector, as required, at the job for continuous inspection of all welding and placing of reinforcing bars. Inspector shall be Concrete Reinforcement Page 2 of 4 Section 03 20 00 Concrete Reinforcement Page 3 of 4 Section 03 20 00 City of Diamond Bar Maple Hill Park approved by the Park Projects Inspector and the governing Building Department. Inspector shall be paid for by Contractor. 3. Certified Reports: All Deputy Inspectors shall furnish written certified reports on all work inspected certifying that the Reinforcing Work each has personally inspected was performed in accordance with the Plans. PART 3 - EXECUTION 3.1 GENERAL: A. Field Conditions: Verify Plan dimensions with actual field conditions. Inspect related Work and adjacent surfaces. B. Codes: Materials and Work shall conform to the governing Building Code. In case of conflict between these specifications and the Building Code, the more stringent shall govern. C. Standards: Except as called for on the Plans, all concrete reinforcing steel shall be bent and placed in accordance with the Code of Standard Practice and Specifications for Placing Reinforcement, of the Western Concrete Reinforcing Steel Institute, latest edition. Where the reinforcing is not placed in accordance with the Plans and Specifications, it shall be removed and replaced at no additional cost to City. 3.2 FABRICATION AND DELIVERY: A. Bending and Forming: Fabricate bars of indicated size and accurately form to shapes and lengths indicated and required, by methods not injurious to materials. All bars shall be bent cold, do not heat reinforcement for bending. Bars with kinks, bends or offsets not conforming to the Plans will be rejected and shall not be used. B. Marking and Shipping: Bundle reinforcement and tag with suitable identification to facilitate sorting and placing; transport and store at site so as not to damage material. 3.3 PLACING: A. Coordination: Coordinate with other trades and expedite materials and labor to avoid omissions and delay. B. Clean Reinforcement: Before placing concrete, all reinforcement shall be free from rust, mill scale, grease, mortar, oil, dirt or other coating of any character which would likely reduce its proper bond with the concrete. C. Placement: Place all reinforcement in accordance with CRSI Recommended Practice for Placing Reinforcing Bars, latest edition, and the contract Plans. Use sufficient bar supports, ties, anchors, and other accessories to hold bars securely in place. Securely wire all stirrups and ties. All steel shall be accurately secured in place with annealed wire so that it will not be displaced during pour. Wall and slab steel shall be wired together at all points where reinforcing crosses. Steel reinforcing bars shall be lapped at all splices a minimum of 15 bar diameters. Where dowels and bars extend through construction joints, secure them firmly in position to avoid displacement during placement of concrete. 3.4 SPACING AND CLEARANCES: A. Minimums: 1. Spacing: between parallel bars shall meet the following minimums: a) 1" minimum clear distance b) 1-1/3 times the dimension of the maximum size aggregate Concrete Reinforcement Page 4 of 4 Section 03 20 00 City of Diamond Bar Maple Hill Park c) 1 time the bar diameter 2. Clear Distances: Maintain minimum clear distance between reinforcing steel and face of concrete as indicated or as follows: a) Concrete footings formed against earth: 3" b) Concrete in forms with exposed face in contact with earth: 2" c) Slabs: Center 3.4 WELDING: Bars larger than No. 11 shall be spliced by welding. Perform welding of reinforcing bars in accordance with Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections for Reinforced Concrete Construction (AWS Standard D12.1). Provide mill reports showing chemical analysis assuring satisfactory weldability. Welders shall be certified and qualified by tests as prescribed in the Standard Qualification Procedures (AWS B3.0), and qualified by the governing Building Department. 3.5 FABRIC REINFORCEMENT: Roll out, straighten, cut to required size, and lay reasonably flat in place. Lap fabric one full mesh at sides and ends; securely wire together and to other reinforcement at frequent intervals. All concrete slabs and concrete walks 8' or more in width shall be reinforced with 6" x 6" - #6 x #6 wire mesh placed in the center of the slab. Mesh shall be lapped not less than 6 inches at splices. 3.05 CLEAN-UP: Following completion of Reinforcement Work, remove all unused materials and miscellaneous debris from the construction site. Do not leave wire and bar remnants on the site. END OF SECTION Cast-In-Place Concrete Page 1 of 5 Section 03 30 00 City of Diamond Bar Maple Hill Park SECTION 03 30 00 - CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Cast-in-Place Concrete Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: · Provide all cast-in-place concrete as shown on the plans, including but not limited to the following: • exterior concrete slabs and walkways; • concrete pedestrian ramps; • concrete retaining walls; • structural concrete slabs and walls; • interior floor slabs; • concrete curbs, ‘V’ gutters and mowcurbs; • concrete drainage structures; · Coordination with Work of other Sections; · Testing; · Clean-up; and, · Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK SPECIFIED ELSEWHERE: Grading: Section 31 22 00 Concrete Paving and Curbs Section 03 00 00 Form Work: Section 03 11 00 Concrete Reinforcement Section 03 20 00 Athletic Wood Flooring System Section 09 64 66 1.4 QUALIFICATIONS OF INSTALLERS: Throughout the progress of installation of the Work of this Section, provide at least one English speaking person who shall be thoroughly familiar with the specified requirements, completely trained and experienced in the necessary skills, and who shall be present at the site and shall direct all Work performed under this Section. Use adequate number of skilled workers to ensure installation in strict accordance with the approved design. PART 2 - MATERIALS 2.1 GENERAL: All materials shall conform to Section 201 CONCRETE, MORTAR, AND RELATED MATERIALS of Standard Specifications. A. Portland Cement: Shall comply with Standard Specifications Section 201-1.2.1(a) Portland Cement, and with ASTM C150, Type I or II, low alkali. Only one brand of cement shall be used. B. Aggregates: Shall conform to Standard Specifications Section 201-1.2.2 Aggregates, and ASTM C33. C. Water: Shall be clean and free from deleterious amounts of acids, alkalis, salts, or organic materials and shall conform to Standard Specifications Section 201-1.2.3 Water. D. Curing Compound: Shall be "Clear Seal" as manufactured by A.C. Horn, "Burke Cure Seal" as manufactured by Burke Concrete Accessories, Inc., or City approved equal. E. Form Lumber: Shall comply with Section 03 11 00 Form Work. Cast-In-Place Concrete Page 2 of 5 Section 03 30 00 City of Diamond Bar Maple Hill Park F. Expansion Joint Materials: Shall comply with ASTM Standard D-1751-65, and shall be "Flexcell" as manufactured by Celotex Corporation, or "Kaiser" as manufactured by Kaiser Corporation, or City approved equal. G. Abrasives for Non-slip Cement Finishes: Shall be either Aloxite Grains or Carborundum Grains, uniformly graded from that passing through a No. 14 sieve to that retained on a No. 30 mesh sieve. H. Floor Hardener: Shall be "Clear Seal" as manufactured by either Grace Construction Materials or Burke Concrete Accessories, Inc., or City approved equal. 2.2 CONCRETE DESIGN MIX: A. General: Contractor shall provide designs for each strength of concrete and each size of aggregate, and whenever the source of materials changes. The quality and quantities of materials used in Concrete portions shall be controlled at the batch plant by a Weighmaster. In no case shall concrete contain less than 5 and ½ sacks of cement per yard, and a maximum of 7 gallons of water per sack of cement. Concrete mixes shall not use aggregate exceeding 1-inch maximum size. B. Compressive Strength: Concrete shall develop an ultimate compressive strength at 28 days as specified in the concrete Class Use Table in Section 201-1.1.2 Concrete Specified by Class and Alternate Class of the Standard Specifications as designated for its intended use, but in no case shall be less than the following: Non-Structural Slabs on Grade: 2500 psi Foundations 3000 psi Structural Slabs, Beams, Joists 3000 psi Walls and Columns 3000 psi C. Consistency and Slump: 1. Consistency: The consistency of the concrete shall be such that it can be readily worked around reinforcement and into corners and angles of the forms without excessive puddling, spading, or vibrating, and without permitting the materials to segregate or free water to collect on the surface. 2. Slump: Slumps shall be checked twice for each day's run of concrete mixture in accordance with ASTM C-143. A complete record of slumps shall be kept. The maximum slumps allowable shall be as follows: Slabs on Grade: 3" Mass Concrete (column footings, etc.): 3" Footings: 4" Reinforced Slabs and Beams: 4" Walls and Columns: 5" 2.3 READY-MIXED CONCRETE: Shall comply with ASTM C94. 2.4 GROUT AND DRY PACK: A. Grout: Cement grout shall be composed of l part cement and 1-1/2 parts sand. The material shall be mixed dry and enough water added to make the mixture flow under its own weight. B. Dry Pack: Shall be of the same mixture as grout, except that just enough water shall be added to hold the mixture together in the hand. 2.5 RETAINING WALL SEALER: The back side of all retaining walls shall be sealed using City approved sealer. Asphaltic emulsions are not an acceptable substitute. Cast-In-Place Concrete Page 3 of 5 Section 03 30 00 City of Diamond Bar Maple Hill Park PART 3 - EXECUTION 3.1 GENERAL: All Work shall conform to Section 303 CONCRETE AND MASONRY CONSTRUCTION of Standard Specifications except as modified herein. 3.2 CONCRETE MIX: Contractor shall supply and pay all costs for concrete mix designs. Contractor shall deliver two copies of each load ticket to the Public Works Inspector. 3.3 FORMWORK: Forms shall be substantial, unyielding, true to line and grade, and shall be placed to conform to the dimensions for the Work as indicated on the Plans. 3.4 PLACING CONCRETE: A. General: Concrete shall not be placed until forms and reinforcement, bolts, etc., have been inspected and approved by the Architect, and the Building Inspector. All foreign material shall be removed form forms and excavations. Wooden forms shall be thoroughly wetted. Mechanical vibrators shall be used in placing concrete except for concrete slabs on grade. Responsibility for proper placement, compaction and finishing rests with Contractor. Concrete shall not be placed while wind is blowing across exposed surfaces unless protected with wind breaks or other means. B. Pours: Concrete for any one unit shall be placed in one continuous operation with construction joints located as shown on the Plans, or as approved by the Structural Engineer prior to pour. Make pours of vertical concrete elements in approximately 2 foot lifts per hour. Allow 2 hours minimum after completing the pour of any vertical element before pouring beams, girders, or slabs supported thereon. Provide openings in forms, tremies, or other mechanical devices, so that the concrete does not have a free fal l in excess of 4'-0" in height. C. Joints: 1. General: Joints shall be straight, exactly horizontal or vertical, and the surface of the concrete shall be level wherever a run is stopped. Reinforcement shall be extended through the joints, or steel dowels shall be provided, sufficient to develop the full strength of the reinforcement. 2. Joints to Receive Masonry: Construction joints and concrete surfaces that are to receive masonry shall be cleaned to remove all laitance and expose clean aggregates, firmly embedded in mortar. 3. Horizontal Joints: At horizontal joints, modify the regular mix by omitting 1/4 of the coarse aggregate and pour to a depth of 2" on the prior concrete pour. Follow immediately with the placing of regular concrete. 4. Vertical Joints: At vertical joints, thoroughly wet and slush the face of the joints with neat cement grout prior to placing new concrete. Concrete adjacent to the vertical joint shall be well soaked with water on the day preceding the pour. 3.5 SLABS AND WALKS: Floor slabs shall be limited to an area of 1200 square feet with a maximum of 40 feet without an expansion joint or cold joint. Limit slab pours to a maximum length-to-width ration of 2:1. Where possible, locate joints at walls. 3.6 SLAB FINISH: A. Exterior Slabs: 1. Shall have a medium broom finish as directed by the Public Works Inspector. The finish must be true to line and grade. 2. Concrete walks shall have 1/4" thick expansion joints at maximum intervals of 40 feet and cold joints at maximum intervals of 12 feet on center each way. Slabs to receive other separate topping shall be depressed as detailed. 3. All exterior flatwork shall drain positively, away from buildings, and in compliance with the requirements of the American’s with Disabilities Act, related Federal Access Guidelines and State Title 24 code requirements, whether or not so indicated on the Plans. If indicated otherwise on the Plans, obtain clarification from the Public Works Representative in writing. All exterior slabs shall Cast-In-Place Concrete Page 4 of 5 Section 03 30 00 City of Diamond Bar Maple Hill Park drain away from the buildings at a minimum slope of 1/4" per foot for the first 6 feet perpendicular to the building wall. 4. Any condition which may result in water standing or flowing adjacent to buildings shall be brought to the attention of the Public Works Inspector before placing concrete. 5. Maximum allowable tolerance for flatwork shall be a variation of 1/8" from a 10'0" straight edge. All concrete walkways shall have a cross slope not to exceed 2%. All concrete walkways shall not exceed a longitudinal slope of 5% without handrails. All concrete walkways shall not have a drop off of more than 5” without either a 6” curb or guardrail along the edge of the slab wherever su ch drop off occurs. All “plaza” and “landing” areas within the walkway system shall not exceed 2% slope in any direction. All exterior slabs shall be sloped sufficiently to ensure positive drainage without birdbaths. The existence of birdbaths will be deemed sufficient cause for rejection of the concrete as defective work which shall be removed and replaced with proper work, all at no additional cost to the City. B. Interior Exposed Slabs: 1. General: Interior exposed slabs shall have an integral smooth cement finish, troweled and burnished. The finish shall be true to line and plane, uniformly finished to a hard surface, free from rough spots. Internal angles and exposed corners and edges shall be formed neat and true, and rounded or coved as required. Slabs with floor drains shall slope to the drains. 2. Slabs to Receive Floor Tile: Shall be finished monolithically as specified above. The concrete shall be troweled and finished to a hard line and even surface, but not burnished. 3. Slabs to receive Athletic Wood Floor System: See recommendations for checking concrete slabs in section 09550 for requirements pertaining to concrete preparation. 4. Slabs to Other Types of Flooring: Slabs to receive other types of flooring (ceramic tile, terrazzo, etc.) shall be thoroughly swept with a wire broom removing all laitance upon completion of the pour and before the concrete has hardened. 3.7 HARDENERS: A. Liquid Hardener: All floor slabs are to receive liquid hardener unless noted otherwise. Hardener shall be applied to all floors as soon as practicable per the manufacturer's approved installation instructions. A second coat of liquid hardener shall be applied after the Work of the other construction trades is completed and surfaces have been thoroughly cleaned and are completely dry. B. Dust Coat Hardener: Where the Architectural Finish Schedule calls for a Dust Coat Hardener, apply the product in strict accordance with the directions furnished by the Manufacturer at a rate of 40 lbs. per 100 square feet. 3.8 CURING CONCRETE: A. General: All concrete surfaces shall be kept continuously wet for a period of not less than 36 hours by ponding, soaking or spraying. Following this 36 hour period, the concrete shall be protected from loss of moisture for a minimum period of 10 days by the following means: 1. Water curing consisting of ponding, soaking, or spraying; 2. Covering with Kraft paper or plastic sheets; 3. Leaving Forms in place; and/or 4. Application of an approved liquid curing compound. B. Compatibility: In the event the curing compound used is not compatible with the finish materials to be applied to the concrete surfaces, Contractor shall neutralize the curing compound before applying the finish materials. C. Weather Protection: 1. Low Temperatures: Concrete shall be protected from low temperatures at all times in accordance with the "Recommended Practice for Winter Concrete", as published by the American Concrete Institute (ACI-604). Cast-In-Place Concrete Page 5 of 5 Section 03 30 00 City of Diamond Bar Maple Hill Park 2. High Temperatures: Concrete shall be protected from high temperatures at all times in accordance with the "Recommended Practice for Summer Concrete", as published by the American Concrete Institute (ACI-605). 3.9 PATCHING AND FINISHING: Concrete surfaces that are exposed to view shall be smooth and free from form marks. Wet and rub with a carborundum brick, or other abrasive block, until a uniform, fine -textured surface appearance is obtained. Use cement mortar paste in rubbing and remo ve excess material by brushing and washing. Smooth trowel and burnish weathering surfaces and leave external angles neatly rounded with an edging tool. Finished Work showing voids and separation of aggregates will not be accepted. Aft er forms are removed and form ties withdrawn, all projections and fins shall be cut away from exposed surfaces and all honeycombs and porous surfaces shall be cut back to solid concrete. The defective surfaces shall then be repaired by the use of grout and finished to match the adjacent surfaces. 3.10 GROUT AND DRY PACK: Areas to receive dry pack shall be wetted down just before tamping dry pack. Dry pack shall be sprinkled the same day it is applied, and shall be kept moist for a period of 3 days for proper curing. 3.11 FAULTY AND DEFECTIVE WORK: A. Removal of Defective Concrete: Concrete not conforming to the design of the building, or which has voids, honeycombs, or other defects, or which has been repaired other than under the direction of the Architect or the Architects representative, shall be deemed to be defective and shall be removed and replaced with acceptable Work. All concrete rubble resulting from such removal work shall be disposed of legally off the site. B. Graffiti: Graffitied concrete surfaces will not be accepted. Contractor shall provide watchmen as required to insure a graffiti-free surface. Patching of concrete surfaces will not be permitted. Whole sections must be removed and replaced. 3.12 CLEAN UP: During construction, keep the area clean and clear. Concrete spoils shall not be buried in backfills or left on the site. On a daily basis and upon completion of the Work of this Section, remove all trash, debris, excess materials and equipment from the Work Site. Dispose of all such trash, debris and excess materials off site in a legal manner. END OF SECTION Structural Steel Page 1 of 3 Section 05 10 00 City of Diamond Bar Maple Hill Park SECTION 05 10 00 - STRUCTURAL STEEL PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein. B. Reference Standards: 1. “Steel Construction Manual; 13th Edition” 2. “Specification for Structural Steel Buildings” (AISC360-05) 3. “Seismic Design Manual” 10/2006 4. “Seismic Provisions for Structural Steel Buildings” ( AISC 341-05) 5. American Welding Society (AWS): "Standard Code for Arc and Gas Welding in Building Construction" 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Structural Steel Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Fabrication and installation of all steel shapes, plates, pipe, tube; • Steel bolts and nuts; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK: Submittals Section 01 33 00 Shotcrete Section 03 37 13 Rough Carpentry Section 06 10 00 Painting Section 09 91 00 1.4 SUBMITTALS: Submit copies of each of the following per Special Provisions Section 2-5.3 Shop Drawings and Submittals and Technical Specifications Section 01 33 00 Submittals at the pre-construction conference for the review and approval of the City prior to commencement of any Work: A. Inspection & Test Reports: Contractor shall submit a copy of the mill analysis test reports together with a written certification from the steel manufacturer that all materials proposed for use in the Work conform to these specifications. If the material so certified can be inspected and properly identified in the fabrication shop by the Testing Laboratory in accordance with ASTM A-6, the material will be deemed in compliance with the Specifications upon submittal to the Engineer of a material inspection report from the Testing Laboratory together with the mill test reports. When material cannot be identified or its source is questionable, one (1) set of tension and bend tests shall be made for each five (5) tons or fractiona l part thereof of each size of material, and a written report of the test results shall be submitted by Contractor to the Parks Department Representative. The cost of furnishing and preparing standard test specimens shall be the responsibility of Contractor. The Testing Laboratory shall supervise the sampling of materials at the fabricating shop. B. Proposed Substitutions: Submittals for Proposed Substitutions shall conform to Section 4-1.6.1 Proposed Substitutions of the Special Provisions. Products proposed for substitution as "equals" to those specified are subject to the approval of the Parks Department Representative. If at the time substituted products are delivered to the site it is determined by the Parks Department Representative that such materials are not equal to the materials specified, such unacceptable products shall be removed and products as specified provided by Contractor at no additional cost to City. Structural Steel Page 2 of 3 Section 05 10 00 City of Diamond Bar Maple Hill Park C. Shop Drawings: Contractor shall prepare and submit copies of Shop Drawings, which show complete details for all items requiring shop fabrication. Shop Drawings shall be prepared in accordance with Standard Specifications Section 3-8.3 Shop Drawings and Submittals. 1.5 DELIVERY, STORAGE AND HANDLING: Contractor shall assume all responsibility for storage of all materials for the Project. City assumes no liability for losses or damages from any cause as a result of Contractor's storage of materials on site. 1.6 INSPECTIONS: A Licensed Deputy Inspector shall inspect all structural steel field welds. Shop welds do not require continuous inspection if done in an approved shop by certified welders. All high strength bolts will require special inspection by a Licensed Deputy Inspector. A certificate of fabrication from the shop performing welding or a report from the Licensed Deputy Inspector must be furnished to the Park Projects Inspector prior to approval of framing. PART 2 - MATERIALS 2.1 GENERAL: Products used in the Work of this Section shall be produced by manufacturers regularly engaged in the manufacture of similar items with a history of successful production acceptable to the Parks Department Representative. 2.2 STEEL SHAPES & PLATES: Shall conform to ASTM A 36. W-Flange shall conform to ASTM A992 (50 KSI). 2.3 STEEL PIPE: Shall conform to ASTM A 53, Grade "B" with sulfur content not to exceed 0.05%. Ends shall be sawcut square for true bearing. 2.4 STEEL HSS Sections: Shall conform to ASTM A 501 or A 500, Grade "B". 2.5 BOLTS & NUTS: A. High Strength Type: Shall conform to ASTM A 325 or ASTM A 490 (Friction Type), Unfinished Bolts. Where high strength bolts are noted on the Plans, provide load indicator washers to serve as a direct tension indicator. No paint, oil, lacquers or galvanizing shall be allowed between the contact surfaces. B. Machine Bolts: Shall conform to ASTM A 307, Unfinished Bolts. 2.6 WELDING ELECTRODES: All electrodes shall conform to AISC Specifications, Section 1.17. Where welding reinforcing steel, electrodes shall be low hydrogen type. PART 3 - EXECUTION 3.1 GENERAL: A. Qualifications of Installers: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. B. Standards: All Structural Steel Work shall comply with AISC Specifications for the "Design, Fabrication and Erection of Structural Steel for Buildings. 3.2 FABRICATION: Wherever possible, provide shop-assembled work, ready for erection. Drill or punch bolt holes as indicated or required. Holes for bolts shall be 1/16" larger than nominal bolt diameter. Holes for bolts shall not be cut with a torch. Provide members free of kinks, twists, burrs, and open joints. Do not use damaged or distorted materials. Structural Steel Page 3 of 3 Section 05 10 00 City of Diamond Bar Maple Hill Park 3.3 ERECTION: Erect members plumb, square, true to lines, levels and elevations indicated. Provide shoring and bracing to take care of all loads to which the structure may be subjected, including equipment and operation of same. Such bracing shall be left in place as long as required for safety. 3.4 CONNECTIONS: All beam connections shall comply with AISC "13th Edition Manual, using machine bolts, unless noted otherwise. 3.5 WELDING: All welding shall be by shielded electronic arc process conforming to 13th Edition Steel Manual, and shall comply with AWS specifications for welding and fabrication. Welding equipment to be used shall be provided with suitable devices to regulate the speed and to manually adjust the operating amperage and voltage. Certified welders in a shop licensed by local authority shall perform welding. Surfaces to be welded shall be well cleaned by wire brushing, chipping or hammering and be free of all loose scale, slag, rust, grease, paint or any other foreign material. All butt welds shall be full penetration unless otherwise detailed on the Plans. Unless noted otherwise, all welds shall be minimum 3/16" fillet weld all around. 3.6 MISCELLANEOUS ITEMS: All miscellaneous items of steel and iron indicated, such as anchors, straps, angles, lag screws, joist hangers, etc., noted or detailed on the Plans or required to complete the Work shall be provided and installed as a part of the Work of this Section. 3.7 SHOP PRIME: After inspection and before leaving the shop, all steel work shall be thoroughly cleaned by effective means of all loose mill scale, rust, weld spatter, slag or flux deposit, oil, dirt and other foreign materials. All Structural Steel Work shall be shop primed, except for areas to be fireproofed, galvanized, encased in concrete or field welded. Where items to be embedded in concrete, fireproofed or field welded are delivered to the job site with shop primer, Contractor shall remove primer and properly clean such portion as necessary for good concrete/shotcrete adhesion, fireproofing and welding prior to erection. 3.8 CLEAN-UP: Throughout the duration of the project, Contractor shall provide trash receptacles for collecting debris, shall remove debris, trash and unused materials, and excess soil from the job site at regular intervals of not less than weekly and shall dispose of same off site in a legal manner. Upon completion of the Work of this Section, Contractor shall clean all structural steel improvements, touching up any damaged shop primer, and removing all excess materials, rubbish, debris, etc. and remove construction equipment from the premises. END OF SECTION Site Signage Page 1 of 3 Section 10 14 00 City of Diamond Bar Maple Hill Park SECTION 10 14 00 – SITE SIGNAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein. B. Reference Standards: The following standards also apply to the Work of this section: Caltrans Traffic Manual, latest edition; Caltrans Maintenance Manual, latest edition; and, Caltrans Standard Plans and Specifications, latest edition. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Signage Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • • Construction Signs (Temporary): Fire Hydrant Marker, blue pavement mounted reflector type; Construction Worksite Access; Project Signs • Site Signs, including but not necessarily limited to the following: Fire Hydrant Marker, blue pavement mounted reflector type; Handicapped Parking Stall Signs; - “Symbol”, sign #99 - “Special Placard or License Plate Required” sign #R100; Parking Lot Accessibility Signs; Roadway signs per Caltrans standards to include: - “Stop Sign”, #R1 (24” in size) • Coordination with Related Work of other Sections; • Testing • Clean-up and • Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK: Submittals Section 01 33 00 1.4 GUARANTEE: All signage shall be guaranteed for a minimum period of one (1) year against all pealing, fading, chipping and deterioration of any kind. 1.5 SUBMITTALS: Shall be prepared and submitted in accordance with Section 01 33 00 Submittals, and shall consist of the following: A. Materials Lists/Manufacturer's Product Information: Contractor shall submit a complete list of materials along with the manufacturer's catalog cuts for all materials proposed for use in the Work at the preconstruction conference. Contractor shall also provide the Manufacturer's complete installation drawings including specifications and a replacement parts lists for all equipment proposed for the Project. Submit all Manufacturers’ product information for each item specified for use in the Work. B. Proposed Substitutions: Submittals for Proposed Substitutions shall conform to Special Provisions Section 4-1.6.1 Proposed Substitutions. Products proposed for substitution as "equals" to the products specified are subject to the approval of the Public Works Representative. If at the time proposed equals are delivered to the site and/or incorporated into the Work it is determined by the Public Works Representative Site Signage Page 2 of 3 Section 10 14 00 City of Diamond Bar Maple Hill Park that the substitute products are not equal to the products specified, the unacceptable substitute products shall be removed and products as specified shall be provided and installed by Contractor at no additional cost to City. C. Shop Drawings: Contractor shall prepare and submit Shop Drawings for all signage of this section which show complete details for all signs being fabricated. Shop Drawings shall show all methods of attachment, materials, letter styles, and height, finishes, colors, dimensions and locations for signs, and shall be prepared in accordance with Specifications. 1.6 DELIVERY, STORAGE AND HANDLING: Contractor shall assume all responsibility for storage of all signage materials for the Project. City assumes no liability for losses or damages from any cause as a result of Contractor's storage of materials on site. PART 2 - MATERIALS 2.1 GENERAL: Products used in the Work of this Section shall be produced by manufacturers regularly engaged in the manufacture of similar items with a history of successful production acceptable to the Public Works Department. 2.2 CONSTRUCTION SIGNS (TEMPORARY): A. Construction Worksite Access: Contractor shall provide signage indicating “Construction Area -No Unauthorized Entry and “No Trespassing” for mounting on the construction fence gate and fence lines respectively. B. Project Signs: Construction Signs provided to identify the project, shall be constructed as detailed on submitted plans (3 copies) for approval by City Public Works Representative. Plans shall identify size, height, materials, colors, footings, attachments, supports, text, graphic images and proposed site location noting distance from nearest adjacent property lines and any existing site conditions such as buildings, sidewalks, parking lot, curbs, planters trees, etc. 2.3 SITE SIGNAGE: All site signage to be post mounted shall be furnished with 3 x 3 galvanized tube steel posts. A. Parking Lot Signs: Shall be fabricated from anodized aluminum blanks, minimum 0.63 inch thick, covered with engineer grade 3-M scotch-lite face, with contrasting color letters and /or graphics. 1. Accessibility signs: Shall be 17 inches x 22 inches in size with lettering not less than 1 inch in height, and shall read: “Unauthorized vehicles parked in designated accessible spaces not displaying distinguishing placards or license plates issued for person with disabilities may be towed away at owner’s expense. Towed vehicles may be claimed at _ or by telephoning City of Diamond Bar Police Department to determine appropriate information to fill-in the two blanks in the preceding statement, prior to fabrication of the signs. 2. Handicapped Parking Stall Signs: a) “Symbol”, sign #R99 shall consist of the white international symbol of accessibility on a blue background. The blue shall be Color No. 15090 in federal Standard 595B. The “van accessible” parking space shall have an additional sign stating “Van-Accessible” mounted below the symbol of accessibility. b) “Special Placard or License Plate Required”, sign #R100; shall be fabricated with a white background and black text. Site Signage Page 3 of 3 Section 10 14 00 City of Diamond Bar Maple Hill Park PART 3 - EXECUTION 3.1 GENERAL: A. Qualifications of Installers: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. B. Coordination: Signs to be installed shall be coordinated with the various bid schedules awarded. All dimensions and conditions shall be field verified prior to any signs being fabricated. Contractor shall size foundations for sign posts per Caltrans standards. 3.2 CONSTRUCTION SIGNS (TEMPORARY): A. Construction Worksite Access: 1. Construction Area - No Unauthorized Entry: Signs shall be affixed to the construction fence at all entry gates into the construction work area. 2. No Trespassing: Signs shall be affixed to the construction fence. 3.3 SITE SIGNAGE: All site signage to be post mounted shall be installed on 3x3 galvanized steel tube with concrete foundations as indicated. A. Parking Lot Signs: 1. Accessibility Signs: Shall be mechanically fastened to 3 x 3 galvanized tube steel post. Provide one sign at each entry to parking lot. 2. Handicap Parking Stall Signs: Shall be mechanically fastened to 3 x3 galvanized tube steel post. Provide one sign at parking lot. B. Roadway Signs: Shall be mechanically fastened to 3” x 3” X 10 ‘ galvanized steel posts. Provide one post per sign. 3.4 COMPLETION CLEANING: Upon completion of the Work of this Section, Contractor shall clean all Signs installed removing all soil, concrete latence, stains, grease, dirt, etc., and shall polish all signs faces and other such surfaces that require such maintenance. Contractor shall remove all excess materials, rubbish, debris, etc., and remove construction equipment from the premises. 3.5 CLEAN-UP: Throughout the duration of the Project, Contractor shall provide trash receptacles for collecting debris, shall remove debris, trash and unused materials, and excess soil from the job site at regular intervals of not less than weekly and shall dispose of same off site in a legal manner. END OF SECTION Site Furnishings Page 1 of 2 Section 12 00 00 City of Diamond Bar Maple Hill Park SECTION 12 00 00 – SITE FURNISHINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Site Furnishings as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Trash Receptacles • Park Bench • Drinking Fountain • Play Equipment • Prefabricated Restroom 1.3 RELATED WORK: Submittals Section 01 33 00 1.4 GUARANTEE: All site furnishings shall be guaranteed for a minimum period of one (1) year against all pealing, fading, chipping and deterioration of any kind. 1.5 SUBMITTALS: Shall be prepared and submitted in accordance with Technical Specifications Section 01 33 00 Submittals, and shall consist of the following: A. Materials Lists/Manufacturer's Product Information: Contractor shall submit a complete list of materials along with the manufacturer's catalog cuts for all materials proposed for use in the Work at the preconstruction conference. Contractor shall also provide the Manufacturer's complete installation drawings including specifications and a replacement parts lists for all equipment proposed for the Project. Submit all Manufacturer's product information for each item specified for use in the Work. B. Proposed Substitutions: Submittals for Proposed Substitutions as "equals" to the products specified are subject to the approval of the Public Works Representative. If at the time proposed equals are delivered to the site and/or incorporated into the Work it is determined by the Public Works Representative that the substitute products are not equal to the products specified, the unacceptable substitute products shall be removed and products as specified shall be provided and installed by Contractor at no additional cost to City. C. Shop Drawings: Contractor shall prepare and submit Shop Drawings for all signage of this section, which show complete details for all signs being fabricated. Shop Drawings shall show all methods of attachment, materials, letter styles, and height, finishes, colors, dimensions and locations for signs, and shall be prepared in accordance with Standard Specifications Section 3-8.3 Shop Drawings. D. Turn Over Items: The following “spare” site furnishings and installation materials shall be turned over to the State Parks Department Representative at the Final Acceptance Inspection. 1.6 DELIVERY, STORAGE AND HANDLING: Contractor shall assume all responsibility for storage of all site furnishings materials for the Project. City assumes no liability for losses or damages from any cause as a result of Contractor's storage of materials on site. Site Furnishings Page 2 of 2 Section 12 00 00 City of Diamond Bar Maple Hill Park PART 2 - MATERIALS 2.1 GENERAL: Products used in the Work of this Section shall be produced by manufacturers regularly engaged in the manufacture of similar items with a history of successful production acceptable to the Public Works Department. Refer to finish schedule on architectural plans for additional information. 2.2 TRASH RECEPTACLE: Refer to finish schedule on plans. Install per manufacturers details and installation specifications. 2.3 PARK BENCHES: Refer to finish schedule on plans. Install per manufacturers details and installation specifications. 2.4 DRINKING FOUNTAIN with PET FOUNTAIN: Refer to finish schedule on plans. Install per manufacturers details and installation specifications. 2.5 PRE-FABROCATED RESTROOM: Refer to finish schedule on plans. Install per manufacturers details and installation specifications. PART 3 - EXECUTION 3.1 GENERAL: A. Qualifications of Installers: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. B. Coordination: site furnishings to be installed shall be coordinated with the various bid schedules awarded. All dimensions and conditions shall be field verified prior to any signs being fabricated. Contractor shall size foundations for site furnishings per manufacturers recommendations. C. Installation: Shall be in the locations shown on the drawings after approval of precise location by Architect. Install according to manufacturers written instructions or according to approved shop drawings. Install all metal support and post in footings prior to installing any concrete slab. D. Any Item not Imbedded: Shall be surface mounted to concrete slab using minimum 3/8” x3” long lag screws in expansion shield. E. Roadway Signs: Shall be mechanically fastened to 4 x 4 x 10-foot redwood posts. Provide one post per sign. 3.4 COMPLETION CLEANING: Upon completion of the Work of this Section, Contractor shall clean all Signs installed removing all soil, concrete latence, stains, grease, dirt, etc., and shall polish all signs faces and other such surfaces that require such maintenance. Contractor shall remove all excess materials, rubbish, debris, etc., and remove construction equipment from the premises. 3.5 CLEAN-UP: Throughout the duration of the Project, Contractor shall provide trash receptacles for collecting debris, shall remove debris, trash and unused materials, and excess soil from the job site at regular intervals of not less than weekly and shall dispose of same off site in a legal manner. END OF SECTION Domestic Water System Page 1 of 5 Section 22 11 00 City of Diamond Bar Maple Hill Park SECTION 22 11 00 – FACILITY WATER DISTRIBUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. B. Reference Standards: The following standards also apply to the Work of this section: Uniform Building Code, latest edition County of Los Angeles, Health Department Standards City of Diamond Bar Public Utilities Department and Walnut Valley Water District. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Facility Water Distribution as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Pothole all points of connection as necessary to verify actual location, depth of cover, line size and material type and all other pertinent information prior to commencement of line trenching; • Installation of domestic water lines including valves, adapters, thrust blocks, fittings and appurtenances; • Connections to existing lines, meters, etc., per the requirements of the City's Public Utilities Department and Walnut Valley Water District; • Coordination of connections to the building plumbing, irrigation system and all existing lines that are to remain in service during the Work; • Notification of all utility companies who have services within the area of the Work so that all existing underground utility lines can be marked by the respective utility company prior to start of the Work; • Obtain all required permits, and pay for those obtained from other than the City; • Perform leakage tests and disinfect all new lines; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK: Irrigation Section 32 80 00 Concrete Paving Section 03 00 00 1.4 SUBMITTALS: A. Materials List: Contractor shall submit a written Materials List for all materials, fixtures, equipment, etc., that are proposed for use in the Work. The list shall show manufacturer's model numbers, type, size, and such other information as may be required to properly identify all items. B. Record Drawings: Upon completion of the Work, Contractor shall deliver a set of reproducible Record Drawings to the Public Works Representative. 1.5 PRODUCT HANDLING: Contractor shall provide proper storage facilities for all materials delivered to the job site during the progress of the Work. Use all means necessary to protect materials of this Section as well as materials and installed Work of other trades before, during, and after installation. PART 2 - MATERIALS 2.1 GENERAL: All materials of this Section shall conform to the requirements of the Standard Specifications. Domestic Water System Page 2 of 5 Section 22 11 00 City of Diamond Bar Maple Hill Park 2.2 PIPE: A. PVC Pipe: Shall be Polyvinyl Chloride (PVC 1120) pressure pipe in compliance with AWWA C-900 and C 905, cast-iron pipe-equivalent O.D. type, Class 150 (DR18). Fittings used with PVC 1120 pipe shall be ductile iron and conform with ANSI A-21.10. Fittings shall have mechanical joints or push on joints. The class of fittings shall be at least equal to the class of the PVC pipe to be installed. Joints for the fittings shall meet all applicable requirements of ANSI A-21.11. 2.3 VALVES: A. Valves 3” and Larger: Shall be iron body, bronze mounted, parallel seat, double disc, non-rising stem and shall comply with AWWA Specification C-500. Valves shall be rated for working pressure of 200 psi, and shall be suitable for pipe connections. Valves shall be per plans or City approved equal. B. Valves 2 ½” and Smaller: Shall have bronze union bonnets, shall be solid wedge type with non-rising stems, and be rated for 125 psi working pressure. Valves shall be per plans or City approved equal. 2.4 BACKFLOW PREVENTION DEVICE: Add the following to Standard Specifications Section 800-2.3 Backflow Preventer Assembly: The backflow prevention units for both the irrigation and domestic water systems shall be reduced pressure type vacuum breakers of the size, manufacture, and model number as indicated on the Plans. If not indicated, the device shall be the same size as the water service line and manufacturer and model number shall be as approved by the City’s Public Utilities Department and Walnut Valley Water District. PART 3 - EXECUTION 3.1 VERIFICATION OF EXISTING FIELD CONDITIONS: A. General: Contractor shall verify all existing field conditions and compare them with the Plan dimensions. Prior to beginning the Work of this Section, Contractor shall inspect all related Work and adjacent features and report to the Public Works Representative all conditions which prevent proper execution of the Work. Commencement of Work will be considered as Contractor's acceptance of the existing conditions. B. Pothole: Contractor shall pothole all points of connection and all locations where the new line is shown crossing other utilities to verify all pertinent information for such points of connection and potentially conflicting utilities. Pothole work shall be performed prior to commencement of trenching operations. Contractor’s proceeding with trenching operations without performing pothole work in advance of trenching operations will be deemed as Contractor’s acceptance of responsibility for all costs associated with any work necessary to make proper connections and to make offsets as necessary during installation of the new water line to avoid interference or damage to all other underground utilities, both existing and new. 3.2 PLANS ESSENTIALLY SCHEMATIC: The Plans are to be considered as essentially schematic in nature, to the extent that all offsets and fittings as necessary to conform to actual site conditions are not shown. Contractor shall install the pipelines in the general locations as shown on the Plans as approved by the Public Works Representative. 3.3 GENERAL: A. Coordination: The schedule for installation of the Work of this Section shall be coordinated with the overall construction schedule so as to insure the orderly progress of the Work. No Work of this Section shall commence until acceptance of the rough grading operations per Section 31 20 00 Grading. Prior to the commencement of each stage of this Work, carefully inspect the installed Work of other trades. For all Work, other than the rough grading cited above, Contractor shall be responsible for determining whether such other Work has been installed in such a manner as to permit the Work of this Section to proceed. Domestic Water System Page 3 of 5 Section 22 11 00 City of Diamond Bar Maple Hill Park B. System Layout: Carefully layout the domestic water system following the layout shown on the Plans, in a manner to avoid interference with and from other Work, determining proper elevations for all components of the system, and using a minimum of bends and fittings. 3.2 UTILITY SERVICE CONNECTION: Verify the location of the utility service connection with the Walnut Valley Water District prior to installation of the backflow device. Install the backflow device per Walnut Valley Water District standards, and obtain inspection and written certification of the backflow device prior to using any water from the existing water meter. 3.3 EXCAVATION AND TRENCHING: A. General Excavation: Contractor shall perform all excavation of every description and of whatever materials may be encountered, to the depths indicated on the Plans or as necessary. Contractor shall dispose of the excavated materials not required or suitable for backfill. The Soils Engineer will review and approve material for use as backfill. Contractor shall perform such grading as may be necessary to prevent surface water from flowing into the excavations and trenches. Contractor shall provide adequate equipment for the removal of storm or subsurface waters which may accumulate in the trenched and excavated areas. If subsurface water is encountered, Contractor shall utilize approved means to adequately de -water the excavation so that it will be dry for working and pipe laying. Storm or subsurface water allowed to enter the pipe may be cause for rejection of all contaminated pipe. Excavations five (5) feet or more in depth shall be shored or supported in conformance with the rules, orders, and regulations of the Local, State, and Federal Governments, including the Division of Industrial Safety of the California Department of Industrial Relations. Sheet piling and other timbers shall be constructed, maintained and removed in a manner to prevent caving of the excavation walls or loading of the pipe. B. Trenching: Open trenching work shall be performed in accordance with Section 306 OPEN TRENCH of the Standard Specifications. Open trenches shall be covered with boards or barricades as necessary and as required by the Standard Specifications. Trench to a depth to provide the minimum cover required over each type and size of pipeline being installed. Do not over-excavate beyond the depth required to provide proper bedding as specified for the pipeline. Bottoms of trenches shall be accurately graded to provide uniform bearing on undisturbed soil for the entire length of each section of pipe. The width of the trench at and below the top of the pipe shall be such that the clear space between the barrel of the pipe and the trench wall shall not exceed 8" on either side of the pipe. The width of the trench above the top of the pipe may be wider if necessary. C. Unsuitable Subgrade: Where in the opinion of the Soils Engineer the subgrade under the pipe or structure is unsuitable, Contractor shall remove the unsuitable material and shall backfill the over-excavation with sand or gravel as directed by the Engineer. Where rock is encountered during trenching operations, Contractor shall over-excavate the trench to provide a minimum of 3" clearance between the pipe bells and the rock. This over -excavation shall be backfilled per the specifications. Over depth excavations shall be backfilled with compacted sand to required grades. 3.4 PIPE INSTALLATION: A. General: All pipelines shall be installed without air pockets and placed in bedding material in accordance with the table found in Standard Specifications Section 306-2.1(B). B. Thrust Blocks: A reaction or thrust block shall be installed at all valves and at all fittings for pipe larger than 2” in diameter, on all dead-ends, and on all crosses having one or more openings plugged. Thrust blocks shall be cast-in-place concrete, metal harnesses, or suitable devices. However, metal harness type thrust blocking shall not be used on rubber ring type pipelines. If the thrust exceeds the bearing value of the surrounding soil, the soil shall be re-compacted before placing concrete. Domestic Water System Page 4 of 5 Section 22 11 00 City of Diamond Bar Maple Hill Park C. Miscellaneous: 1. Valve Boxes: Shall be provided for all below grade valves. 2. Dielectric Isolators: Shall be provided where incompatible piping materials come in contact. Use line size dielectric unions at valves when dissimilar metals are in contact. 3. Sleeves: Shall be provided where pipelines cross through footings. 4. Concrete Work: Shall be furnished as a part of this Section for items such as the backflow device foundation and slab, thrust blocking, pads, bases, kick blocks, and the like. Reinforcing shall conform to Section 03 21 00 Concrete Reinforcing. 5. Monuments: At future building pads, monuments the water line stub-outs by installing a precast concrete hand-hole with appropriately marked cover at the pipelines termination. 3.5 TESTS: A. Hydrostatic Test: All pipelines shall be hydrostatically tested in the presence of the Park Projects Inspector and the applicable Utility Department Representative in accordance with local ordinances, codes and standards. Contractor shall furnish all test pumps, gauges, equipment, and personnel required, and shall test the pipeline, valves, and equipment as necessary to demonstrate the water tight integrity of the finished installation. B. Valves: Test all valve bonnets for tightness. Test operate all valves at least once from he fully closed to fully open position while the valve is under the test pressure. Test all automatic valves for proper operation at the settings indicated. Test Pressure Relief Valves at least three times. C. Piping Specialties: Shall all be tested by Contractor for proper operation. 3.6 BACKFILL AND COMPACTION: A. Backfill: 1. Material for backfilling shall be approved granular material obtained from the excavation and trenching operations, free from rocks and lumps exceeding 3" in any dimension. No material of a perishable, spongy, or otherwise unstable nature shall be used as backfill. Sheeting and shoring shall be completely withdrawn unless permission has been obtained from the Soils Engineer to leave certain portions in place. Backfilling shall not be started until the underlying material has thoroughly dried out. Material shall be placed in separate layers of approximately 8" loose depth and each layer shall be thoroughly compacted to 90% of maximum density per ASTM D-1557, with the top 6" below subgrade for pavements and slabs compacted to 95% of maximum density. 2. Backfilling of pipe trenches shall commence immediately after installation and inspection of pipe to preclude damage to the installed pipe. Backfill around the pipe shall be carefully placed so as not to displace or damage the pipe, and shall be carried up symmetrically on each side of the pipe to one foot above the top of the pipe. The material for this purpose shall be sand or selected granular material that is free from rocks and lumps. The material shall be carefully compacted before additional backfill is placed. 3. The remaining trench depth shall be backfilled to the surface with approved granular material per paragraph (1) above. 3.7 STERILIZATION: All domestic water lines, valves, faucets, hose bibs, drinking fountains, and equipment shall be sterilized in accordance with local codes and Public Utilities Department and Walnut Valley Water District standards. Contractor shall obtain written acceptance of the domestic water system sterilization from the Public Utilities Department and Walnut Valley Water District. 3.8 ADJUSTMENT: Each piece of equipment including valve boxes, vaults, and all of the systems shall be adjusted to grade. Adjust all the domestic water components to ensure proper functioning of all controls, elimination of noise and vibration, and as necessary to achieve a first class operating system. Domestic Water System Page 5 of 5 Section 22 11 00 City of Diamond Bar Maple Hill Park 3.9 HYDRANTS: All on-site hydrants shall be located no closer than forty (40) feet to any structure. Hydrants shall be painted and coded as directed by field inspectors of the Fire Prevention Division of the City of Riverside. Locations of the hydrants shall be identified by blue reflective markers installed in the park roadway adjacent to each hydrant location. 3.10 CLEAN UP: After completion of the Work, Contractor shall thoroughly clean all apparatus and fixtures and remove cement, grease, oil, etc., and shall remove all debris, surplus materials and trash that may result from the Work of this Section and dispose of same off site in a legal manner. END OF SECTION Grading Page 1 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park SECTION 31 20 00 – GRADING, TRENCHING, BACKFILL & COMPACTION PART 1 - GENERAL 1.1 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Grading, Trenching, Backfill & Compaction Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Preparation and submittal of, and compliance with, the Storm Water Pollution Prevention Plan (SWPPP) all per the terms of the General Construction Activity Storm Water Permit (see Special Provisions Section 7- 8.6); • Rough grading as shown on the plans, including cut, fill, backfill and backfill compaction; • Preparation of subgrade for all walkways, slabs and other facilities including any over-excavation and re- compaction as may be required by the Structural Soils Report; • Trenching, backfill & compaction; • Excavation Safety; • Soil compaction as required; • Soil testing as required; • Coordination with Work of other Sections; • Clean-up; and, • Erosion Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK SPECIFIED ELSEWHERE: SWPPP Special Provisions Section 7-8.6 Site Clear and Grub Section 31 10 00 Placement of any mechanical, plumbing, irrigation, drainage pipe, electrical, or other underground, work within trenches dug under this section Technical Sections as Appropriate Finish Grading in Landscaped Areas Section 31 22 19 1.4 QUALITY ASSURANCE: A. Other Requirements: All Work of this Section shall comply with the requirements of the following: 1. The Grading Code of the City of Riverside. 2. The Soils Engineering Investigation Reports for the site prepared by Soils Engineer. B. Tests and Inspections: 1. All Work in this Section shall be subject to the observation and testing as required by the Soils Engineer selected by City. The Soils Engineer will submit a compaction report to the Parks Department Representative certifying Contractor's compliance with the Plans, Specifications, Soils Reports and City Grading Ordinance in placing all fills and backfills. The Soils Engineer will conduct all specified tests to insure compliance. The Soils Engineer will also test, identify and make recommendations on borrow site fill materials as specified in this Section. 2. The number and location of soils tests shall be at the discretion of the Soils Engineer to assure uniformity and compliance with the City Grading Ordinance, and shall be at least one test per two vertical feet of fill, but not less than one test per 500 cu bic yards, all as approved by the Parks Department Representative. 3. The costs of services of the Soils Engineer for specified field density and maximum density tests, compaction reports and certificates of compliance, will be borne by City except that additional tests and re-compactions made necessary by inadequate compaction, inadequate materials provided by Contractor, or inaccurate excavations shall be paid for by Contractor. Grading Page 2 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park 1.5 GRADING A "BALANCED" OPERATION: It is the intent of the Plans and Specifications that the grading shall be a balanced operation with site material. Neither import nor export is contemplated. If during grading operations an excess or deficiency of earth becomes apparent, Contractor shall notify the Parks Department Representative immediately in writing and ask for direction in the possible adjustment of plan grades such that the grading can be completed with site material conforming as nearly as possible to the finish grades shown and insuring positive drainage. If such adjustment is insufficient to eliminate the imbalance, or if due to site constraints such adjustment is not deemed practical and is therefore not permitted by the Department Representative, than Contractor shall provide all import and/or export as necessary to achieve the plan grades, all at no additional cost to City. 1.6 WATER: See Special Provisions Section 7-8.5 Temporary Light, Power, and Water regarding temporary construction water. 1.7 JOB CONDITIONS: A. Protection of Existing Items: 1. Contractor shall furnish, place and maintain all shoring and bracing as may be required for protection of existing structures and utility services during execution of the Work. 2. All bench marks, monuments and other reference points shall remain undisturbed unless specifically directed otherwise by the Park Projects Inspector. B. Coordination with Others: 1. Contractor shall give written notice to the Parks Department Representative, utility agencies, and other legal authorities prior to starting Work. 2. Contractor shall coordinate Contractor's operations with other trades, utility agencies, and other affected public departments to assure continuity for both access and service of all utility service distribution lines, in conformance with applicable requirements of these organizations. No services to any property shall be impeded. C. Abandoned and Unknown Utilities: 1. Abandoned lines, meters and boxes, obstructions or piping, shall be removed, plugged, or capped in accordance with the requirements and approval of the agencies affected, or as directed by the Park Projects Inspector. Coordinate all such Work with applicable mechanical or electrical trade having responsibility. Remove all abandoned utility lines, pipes, or conduits, to a point outside new construction lines. 2. Where unmarked utility lines or other underground obstructions or piping are uncovered within the Work area, notify the agencies or service utility companies having jurisdiction and take necessary measures to prevent interruption of service. If such lines or services become damaged, broken, or interrupted due to Contractor's negligence, such damaged services shall be repaired immediately by the party designated by the utility owner, at Contractor's expense. If an unmarked utility is damaged other than through the negligence of Contractor, Contractor's responsibility is limited to providing immediate and proper notification of the damage to the utility owner so that repairs can be made. Contractor shall cooperate with the utility owner and provide access for repair work. 1.8 SWPPP: Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP), tailored to Contractor's equipment and intended operations on the site, in compliance with the terms of the General Construction Activity Storm Water Permit (see Special Provisions Section 7-8.6). Prior to the commencement of any grading work, the SWPPP shall be submitted to the Parks Department Representative and to the State Water Resources Quality Control Board. A copy of the SWPPP shall be retained on the project site at all times throughout the contract period until filing of the Notice of Completion. Contractor shall be responsible for the required ongoing inspection and monitoring reports, and submittal of copies of all inspection and monitoring reports to the Parks Department Representative as the work progresses and reports are prepared. City will file the Notice of Intent and pay the $250 annual permit fee associated with this permit. Additionally, City will file the annual certification of compliance based upon the SWPPP prepared by Contractor, and Contractors reports of monitoring and inspections. Such reports shall be retained by Contractor for a minimum period of three years following the filing of the Notice of Completion. Grading Page 3 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park PART 2 - MATERIALS 2.1 FILL MATERIAL: A. Required Approval: All fill material must be approved by the Soils Engineer and the Parks Department Representative. B. On-site Material: On-site excavated materials may be used for fill as approved by the Soils Engineer and the Parks Department Representative. 2.2 GRANULAR BEDDING MATERIAL: Where called for on the Plans, granular bedding material shall be crushed stone or pea gravel conforming to the following grading: Sieve Size % Passing 3/4" 100 1/2" 95 #4 5 2.3 IMPORT: A. Landscape Fills: All import soil used for fill in landscape areas shall be Class 'A' topsoil per Standard Specifications, Section 800-1.1.1 Top Soil, General. B. Structural Fills: All import soil used solely for structural fill shall be non-expansive, predominantly granular material free from organic contaminants, and capable of attaining the required compacted densities. C. Approved Samples: Samples of all import soil, as obtained by the City's Inspector at the borrow site, must be approved by the Parks Department Representative prior to start of import of soil to the Project site. PART 3 - EXECUTION 3.1 GENERAL: A. Work Sequence: All demolition, clearing and grubbing of objectionable materials must be completed to the satisfaction of the Parks Department Representative before starting any earthwork grading and excavation. All existing site improvements and plant material not designated for removal, or salvage, shall be protected in place. B. Survey: See Special Provisions Section 2-9.3 Survey Service regarding responsibility for provision of all survey services as necessary for horizontal and vertical control points, layouts, lines and levels, and staking of the Work. Protect all bench marks and survey control points. C. Unknown Utilities and Structures: In the event any unknown utility lines, vaults, ducts or other underground structures of any sort are discovered during excavation that are not shown on the Plans, immediately notify the Parks Department Representative, and take measures as necessary to protect such utilities and structures from damage. Grading Page 4 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park 3.2 ROUGH GRADING: A. Conformance with Plans: Rough grading of the site shall be completed in accordance with indicated contours, elevations, and limit lines shown on the Plans and shall allow for the depths of slabs, paving, sub-base, topsoil, and controlled fills. B. Grading Tolerances: 1. Sub-grades to receive slabs and pavements shall be graded to a tolerance of plus or minus one-half (1/2) inch, and shall be compacted as specified below in Sub -section 3.04 CONTROLLED FILL, paragraph G. Relative Compaction Requirements, sub-paragraph 1. Slabs & Pavement Subgrades. 2. Tolerance for rough grading in all other areas is 1/10th of a foot. 3. In all areas, appearance and positive drainage will be factors in the acceptability of grades. C. Compacted Lifts: Graded material shall not be left in loose layers, but shall be stockpiled for use in controlled fill or compacted in thin layers as grading takes place in accordance with the requirements for controlled fill. D. Scarification: Shall be performed on all areas indicated to receive paving to depths as indicated in the soils report. In the absence of a soils report, scarification shall be to a minimum depth of six (6) inches or to a depth permitting twelve (12) inches of controlled fill whichever is greater. E. Engineer's Approval: Contractor shall obtain the Soil Engineer's approval of all scarified surfaces prior to placement of fill. 3.4 CONTROLLED FILL: A. Landscape Fills: The topmost 12" of fill in all landscape areas shall be topsoil. B. Rocks: Rocks larger than two (2) inches in diameter shall be removed from all fills to be compacted. C. Lifts: Fill material shall be spread in uniform lifts of six (6) to eight (8) inches of un-compacted thickness. D. Moisture Content: Prior to starting compaction, the fill material shall be brought to optimum moisture content by spraying with water if too dry, and aeration if too wet. E. Mixing: Thoroughly mix each lift to assure uniform distribution of water content. F. Allow for Shrinkage & Subsidence: Bring fills to suitable elevations above required grades to provide for effects of shrinkage and settlement. G. Relative Compaction Requirements: 1. Slabs & Pavement Subgrades: For all areas designated to receive slabs and pavement and within a perimeter five (5) feet outside these areas, each lift shall be compacted to a minimum of 90% of maximum density as determined by ASTM D1557-78. 2. Planting Areas: Where fill is required in planting areas each lift shall be compacted to a minimum of 85% maximum density. 3. Mechanical Equipment: Perform all compaction by suitable mechanical equipment and methods approved by the Soils Engineer. H. Contractor's Responsibility: During the grading operations, inspection and field tests will be carried on by the Soils Engineer. However, Contractor is responsible to ensure obtaining the required degree of compaction and the proper moisture content. Where compaction of less than the specified percentage is found, additional compaction effort shall be made with adjustment of the moisture content as necessary until the minimum specified compaction is obtained. Grading Page 5 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park I. Over-excavation Due to Unsuitable Materials: Excessively wet material, material in any soft or spongy spots, and material in standing water shall be over -excavated to such depth as directed by the Soils Engineer and replaced with suitable material, properly compacted. 3.5 EXCAVATION: Contractor shall perform all necessary excavation work for footings and slabs and shall perform any additional excavation work necessary to provide ample room for installation of concrete forms where required. The bottom of all excavations shall be level and free from loose material, and shall be brought to the indicated or required grades in undisturbed earth. All excavations shall be kept free of standing water. Contractor shall perform all pumping, draining, and dewatering as may be necessary to keep excavations free of standing water while carrying on the Work. Should excavations for footings, through error, be excavated to a greater depth or size than indicated or required, such additional depth or size shall be filled with concrete at Contractor's expense. 3.6 OPEN TRENCH OPERATIONS: Shall conform to Standard Specifications Section 306 Open Trench Conduit Construction, as modified by the following: A. General: Add the following to Standard Specifications Section 306-1 General: 1. All excavation shall be made to the lines and grades shown on the Plans. Trenches shall come no closer than 1 foot to the toe of a gutter unless otherwise approved by the Park Projects Inspector. 2. When the trench is close to and existing pole mounted light, catch basin, or other structure that is to remain, Contractor shall brace as necessary to prevent dislocation of such structures. In the area of any such structures, the trench backfill shall be compacted to 95% to the full depth of the structure. 3. Ponding or jetting of backfill is not allowed unless specifically shown on the Plans. B. Replacement of Surface Improvements: Add the following to Standard Specifications Section 306-13 Trench Resurfacing: “Replacement of bituminous pavement and base material over trenches shall conform to Public Works Department Standard.” C. Unsuitable Material: Add new subsection 306-1.1.7 as follows: 3.06-1.1.7 Unsuitable Material. The conditions and requirements for the determination and disposition of unsuitable material encountered during open trench operations shall be in accordance with Standard Specifications Section 300-2.2 Unsuitable Material. D. Pipe Bedding: Unless otherwise shown on the Plans, pipe bedding shall conform to Public Works Department Standard Drawing No. 452, Case I. E. Trench Backfill: Shall conform to Public Works Department Standard Drawing No. 453. and Standard Specifications Section 306-12.3 Mechanically Compacted Trench Backfill. Trench backfill shall be completed as soon as possible after the pipe has been installed, and in existing streets shall be no more than 200 feet of pen and/or uncompacted trench at the end of any calendar day. Contractor’s operations shall be adequate to ensure 2-way traffic at all street intersections during all phases of construction. F. Compaction of Backfill Over VCP an Other Utilities: Mechanical compaction of backfill using impact type pavement breakers (stompers) will be not be permitted over vitrified clay pipe within the first 4 feet of backfill over Vitrified Clay Pipe (VCP). Such backfill shall be compacted by other means. All trench backfill over underground utilities shall conform to the applicable Technical Specifications section for that utility. G. Temporary Resurfacing: Shall be required only at times and locations during construction as determined by the Parks Department Representative. If required, payment for such temporary resurfacing shall be the stipulated price of $40 per ton of temporary resurfacing in place and shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary materials. 3.7 FOOTINGS: Footings may be poured against undisturbed soil if the Soils Engineer approves. Grading Page 6 of 6 Section 31 20 00 City of Diamond Bar Maple Hill Park 3.8 BACKFILLING: A. Material: Select site material, free from large stones and clods, shall be used for backfill of trenches and excavations. All backfill material shall be as approved by the Soils Engineer. B. Pre-Conditioning and Placement: 1. Layers of backfill shall be pre-conditioned by moistening with water, the amount to be controlled to insure optimum moisture conditions for the type of fill material used. Excess water causing saturated earth beneath footings, walks, and curbs is unacceptable. 2. Backfill shall be deposited in layers of maximum six inch thickness. 3. Backfill shall be compacted by suitable means to a minimum relative compaction of 90%. 4. All trenches shall be backfilled in accordance with this Section, and may be tested at the discretion of the Engineer. 3.9 FINE GRADING: Fine grading, as specified under this Section, is a separate operation from finish grading as specified under Section 32 90 00 Planting. Fine Grading Work is to commence upon completion of all trenching and backfill operations, and prior to soil preparation. Upon completion of Fine Grading Work all areas shall slope to drain without water pockets or irregularities and shall conform to the intent of all Plans and Specifications after thorough settlement and compaction of the soil. Fine grading should allow for Soil Preparation Work as specified under Section 32 90 00 Planting, such that finish grades shall meet the elevations indicated on the Plans. Tolerance for fine grading is 1/4 inch, plus or minus. Any corrections to the Grading Work required to obtain proper drainage and to bring it into conformance with the intent of the Plans and Specifications and City codes shall be performed by Contractor at no additional cost to City. 3.10 DUST AND NOISE ABATEMENT: During the entire construction period, site areas shall be kept sprinkled as necessary to reduce dust in the air and annoyance to surrounding properties. Adhere to the requirements of City ordinances for dust and noise control. END OF SECTION Irrigation Page 1 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park SECTION 32 80 00 - IRRIGATION PART 1 - GENERAL 1.1 STANDARD SPECIFICATIONS: The provisions of the "Standard Specifications for Public Works Construction", current edition, shall apply except as modified herein. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Irrigation Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Provide complete operating irrigation systems; • Installation of new and refurbishment of existing irrigation systems as necessary to provide complete operating irrigation systems for all planting areas within the Park; • 120 volt electrical service for and connection to the controller; • Telephone service for and connection to the existing relocated Controller; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.03 RELATED WORK: Submittals 01 33 00 Clear and Grub and Selective Demolition 02 41 19 Grading 31 22 00 Planting 32 90 00 Concrete, Paving and Curbs 03 00 00 Electrical 26 00 00 1.4 SUBMITTALS: Submit copies of each of the following per Special Provisions Section 2-5.3 Shop Drawings and Submittals and Technical Specifications Section 01 33 00 Submittals at the pre-construction conference for the review and approval of the City prior to commencement of any Work: A. Materials List: Contractor shall submit a complete materials list for approval by the Public Works Representative prior to performing any Work. Catalog data and full descriptive literature must be submitted whenever the use of items different than those specified is requested. Notarized certificate must be submitted by plastic pipe and fitting manufacturer indicating that material complies with the Project Specifications, unless material has been previously approved, and used on other projects by City. Material list shall be submitted using the following format: Item Description Manufacturer Model No. 1 Pressure Supply Line Lasco Sch. 40 2 Lawn Head Rainbird 2400 etc. etc. etc. etc. B. "Record" Prints: 1. Record accurately on one set of bond prints all changes in the Work constituting departures from the Plans, including changes in pressure and non-pressure line locations. 2. The changes and dimensions shall be recorded in a legible and workmanlike manner to the satisfaction of the Public Works Representative. Prior to final inspection of the Work, submit "record" prints to City for approval. 3. Dimension from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement, etc.). Data to be shown on "record" prints shall be recorded day-to-day as the project is being installed. 4. Show locations and depths of the following items: a) Point of connection; Irrigation Page 2 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park b) Routing of irrigation pressure lines (dimension maximum 100 feet along routing); c) Ball valves; d) Irrigation remote control valves; e) Quick coupling valves; f) Routing of control wires; and, g) Related equipment (as may be directed). 5. Maintain record prints on site at all times. 1.5 INSPECTIONS: A. Inspections will be required for: 1. Pressure test of irrigation main line. 2. Coverage test. 3. Final inspection/start of maintenance. 4. Final acceptance. B. Inspection Requests: Contractor shall notify the Public Works Representative in advance for requesting all inspections as follows: 1. Pressure supply line installation and testing - 36 hours (1-1/2 working days) 2. System layout - 36 hours (1-1/2 working days) 3. Coverage tests - 36 hours (1-1/2 working days) 4. Final Inspection - 48 hours (two working days) C. Evidence of Inspection by Others: When inspections have been conducted by other than the Public Works Inspector, Contractor shall show evidence of when and by whom these inspections were made. D. Requirements for Inspection: No inspection is to commence without "record" prints available on the site. In the event Contractor calls for an inspection without up to date "record" prints, without completing previously noted corrections, or without preparing the system for inspection, the inspection may be cancelled and Contractor back charged for the direct costs of all City personnel time and consultant time lost, at the discretion of the Public Works Representative. E. Closing in Uninspected Work: Do not allow or cause any of the Work of this Section to be covered up or enclosed until it has been inspected, tested and approved by the Public Works Representative. F. Coverage test: When the irrigation system is completed, Contractor shall perform a coverage test in the presence of the Public Works Representative to determine if the water coverage for planting areas is complete and adequate. This test must be accepted by the Public Works Representative before planting can commence. G. Hydrostatic test: 1. Prior to the installation of any valves, all pressure lines shall be tested under a hydrostatic pressure of 150 psi for a period of not less than two hours, with all ends of lines capped and the line fully charged with water after all air has been expelled from the line. 2. All hydrostatic tests shall be made in the presence of the Public Works Representative. No pressure line shall be backfilled until it has been inspected, tested, approved in writing, and the mainline and valve locations have been noted on the "record" prints. 3. Contractor shall furnish the necessary force pump and all other test equipment, and shall perform the test. 1.6 TURNOVER ITEMS: A. Controller Charts: 1. "Record" prints must be approved by the Public Works Representative before charts are prepared. Irrigation Page 3 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park 2. Provide one controller chart for each automatic controller. The chart shall show the entire area covered by the controller, preferably in a single sheet. The chart shall be a reduced copy of the approved "record" print. Reduce the print to a size that is the maximum dimensions that will fit within the controller door without folding. If the controller sequence is illegible at this reduction scale, the chart may be provided as a "multi-sheet" chart to provide adequate legibility. Provide a digital version of the controller chart formatted as a PDF file for City’s permanent records. 3. Each control station on the Chart shall be marked with a different color to show its area of coverage. 4. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being minimum 20 mils in thickness. The chart shall be installed in the controller enclosure using Velcro fasteners, and three different color grease pencils (red, black and blue) shall be provided in the enclosure for maintenance notations on the chart. 5. Controller charts shall be completed prior to the final acceptance inspection. B. Operation and Maintenance Manuals: Within a minimum of 14 calendar days prior to acceptance of construction, prepare and deliver to the Public Works Representative all required descriptive materials, properly prepared in two individually bound copies of the operation and maintenance manual. The manual shall describe the material installed and shall be in sufficient detail to permit operating personnel to identify, operate, and maintain all equipment. Spare parts lists and related manufacturer's information shall be included for each equipment item installed. Each complete, bound manual shall include the following information: 1. Index sheet stating Contractor's address and telephone number, including names and addresses and telephone numbers of local manufacturer's representatives. 2. Complete operating and maintenance instructions on all major equipment. C. Materials to be furnished: The following items shall be supplied as part of this Contract and shall be turned over to the Public Works Representative at the conclusion of the Project at the Final Acceptance Inspection: 1. 4% additional irrigation heads of each type and spray pattern shown; 2. Two (2) special tools/wrenches for disassembly and adjustment of each type irrigation equipment/heads installed that require such special tools/wrenches; 3. Two keys for each type of automatic controller.; 4. Two quick coupler "quills" with a 3/4" bronze hose bib, bent nose type with hand wheel and two quick coupler locking lid keys; 5. One valve box cover key; 6. "Record" prints and Mylar “As-Built Plans” at Final Acceptance; record prints to be provided in digital form, formatted both as a PDF and as a DWG file; 7. Remove and turn over backflow device valve handles; and, 8. Documentation of Water Department's inspection and acceptance of backflow device. 1.7 GUARANTEE: A. General: The entire irrigation system, including all Work done under this Contract, shall be guaranteed against all defects and fault of material and workmanship for a period of one (1) year following Final Acceptance of the Work as documented by the Notice of Completion filed with the Riverside County Recorder's Office. All materials used shall carry a manufacturer's guarantee of one (1) year. If any problem with the irrigation system is discovered by the City within the guarantee period, it shall be corrected by Contractor at no additional expense to City within fourteen (14) calendar days of receipt of written notice from City. When the nature of the repairs as determined by the Director constitute an emergency (e.g. broken pressure line) City may proceed to make repairs at Contractor's expense. Any and all damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the Public Works Representative by Contractor, all at no additional cost to City. Irrigation Page 4 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park B. Operational Instruction: After the system has been completed, Contractor shall instruct the Public Works Representative in the operation and maintenance of the system and shall furnish a complete set of operating instructions. D. Trench Settlement: Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to City's satisfaction by Contractor without any additional expense to City. Repairs shall include the complete restoration of all planting, paving or other improvements of any kind which are damaged as a result of the Work. PART 2 - MATERIALS 2.1 GENERAL: All materials shall conform with Section 800 - 2 IRRIGATION SYSTEM MATERIALS of the Standard Specification except as modified herein. 2.2 PIPE AND FITTINGS: A. Steel Pipe: Amend Standard Specifications Section 212-2.1.2 Steel Pipe to read: "All steel pipe shall be hot-dipped galvanized,..", and add: "All fittings for steel pipe shall be 250 pound rated galvanized malleable iron, banded pattern. Pipe sizes indicated on the Plans are nominal inside diameter, unless otherwise noted." B. Plastic Pipe: Except where specified otherwise, all PVC pipe used for irrigation purposes shall be purple in color, class and sizes as specified in Part 3 herein. Plastic pipe used for domestic water purposes shall be white in color. 1. Add the following to Standard Specifications Section 800-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings: "All plastic pipe shall bear the following markings: manufacturer's name, nominal pipe size, schedule or class, type of material, pressure rating in PSI, NSF seal of approval, and date of extrusion." 2. Amend Standard Specifications Section 800-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings to read: "All plastic pipe fittings shall be standard weight schedule 40 and shall be injection molded of an improved PVC fitting compound. All threaded plastic fittings shall have injection molded threads. No cut threads will be accepted on PVC pipe and fittings. All tees and ells shall be manufactured in injection molds that are side-gated. All threaded nipples shall be standard weight schedule 80 with molded threads." 3. Amend first sentence of Standard Specifications Section 800-2.1.4 Plastic Pipe for Use with Rubber Ring Gaskets to read: "All rubber gasket PVC pipe, couplings, and fittings shall conform to ASTM D 2241 Type 1, Grade 1, 2000-PSI design stress"; and add the following to the Section: "Couplings, rubber gaskets, and fittings shall be as approved by the pipe manufacturer. Ring-type rubber gasket couplings shall permit a five (5) degree deflection of the pipe at each coupling (2-1/2 degrees each side) without ex-filtration or infiltration, cracking or breaking." 2.3 VALVES AND VALVE BOXES: A. Valves: 1. Ball Valves: All ball valves shall be bronze bodied, with stainless steel trim, capable of withstanding a non-shock cold water working pressure of not less than 400 psi., per plan, or City approved equal 2. Gate Valves: All gate valves shall be iron bodied, non-rising stem, flanged valves with square operating nut, capable of withstanding a non-shock cold water working pressure of not less than 250 psi, shall be as shown on the Plans, or City approved equal. 3. Irrigation Page 5 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park 4. Quick-Coupling Valves: Add the following to Standard Specifications Section 800-2.2.6 Quick Coupling Valves and Assemblies: Quick coupling valves shall have locking vinyl cover, yellow in color, and shall be 1" in size. 5. Remote Control Valves: Add the following to Standard Specifications Section 800-2.2.4 Remote Control Valves: a) Valves shall be spring-loaded, self-cleaning, packless diaphragm activated, of a normally closed type. b) Valve solenoid shall be corrosion-proof and constructed of stainless steel molded in epoxy to form one integral unit, and shall be 24 volt A.C., 2.0 watt maximum (2" and smaller valves). c) Valve shall close against flow without chatter and with minimum closing surge pressure (minimum 5 seconds closing time per valve). d) Valve shall be completely serviceable in the field without removing valve body from line. B. Irrigation Valve Boxes: 1. Concrete Valve Boxes: Add the following to Standard Specifications Section 800-2.2.7 Valve Boxes: Remote control valve boxes shall be rectangular concrete boxes with non-hinged locking cast-iron covers. Valve station number shall be stenciled in two-inch-high (2") numerals on cover using epoxy resin base paint of a contrasting color. Ball valve boxes shall be round concrete boxes with non - hinged cast iron covers marked either "Ball Valve" or "G. V." with letters cast or tooled in the cover. 2. Plastic Valve Boxes: a) General: Valve boxes and covers shall be fabricated from a durable plastic material resistant to weather, sunlight and chemical reactions. The covers shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. The box covers shall be factory embossed for the designated use and stenciled by the installer with 2" high letters in a contrasting color as noted below. Boxes and covers shall be as shown on the Plans or City approved equal. b) Rectangular Plastic Boxes and Covers: Shall be a minimum of 12" wide x 18 long", with depths as necessary to protect the valve and provide the clear dimensions as detailed and/or specified. The covers shall be embossed with words or initials to identify the use for the box (e.g. "Flush Valve" or the letters "F.V.", and Air Relief Valve or the letters “A.R.V.”) as noted on the Plans. c) Round Plastic Boxes and Covers: Shall be minimum 12" diameter, round boxes with covers embossed with words to identify the use for the box (e.g. "Quick Coupler Valve" or the letters "Q.C.V.") and shall be marked as noted on the Plans. 2.4 BACKFLOW PREVENTION DEVICE: Add the following to Standard Specifications Section 800-2.3 Backflow Preventer Assembly: A. Device: The backflow prevention device shall be a reduced pressure type vacuum breaker of the size, manufacture, and model number as indicated on the Plans. If not indicated, the device shall be the same size as the water service meter, but in no case less than one line size smaller than the line into which it is being installed. The manufacturer and model number shall be among those shown on the approved list as published by the Public Utilities Department and Walnut Valley Water District. B. Enclosure/Anti-Theft Prevention System: The backflow prevention device shall be protected from theft either through 1) installation of a Strong Box “Smooth-touch” locking stainless steel enclosure, per plan. 2.5 IRRIGATION HEADS: All irrigation heads shall be as shown on the Plans and shall conform to Section 800-2.4 Sprinkler Equipment of the Standard Specifications. 2.6 ELECTRICAL MATERIALS: Irrigation Page 6 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park A. Conduit: Amend Standard Specifications Section 800-3.2.1 Conduit to read: All conduit below grade shall be schedule 40 PVC of sufficient size to carry all proposed wiring. Conduit above grade shall be galvanized steel per the Standard Specifications. Low Voltage (24 volt) wiring shall be provided with a separate conduit/sleeve from both high voltage wiring (110/120 volt and higher) and the irrigation mainline sleeve. B. Electrical Service: Materials for electrical service shall comply with the standard specifications, governing utility agency standards, and requirements of all applicable codes. C. Wire: Add the following to Standard Specifications Section 800-3.2.2 Conductors: 1. Control Wire: All low voltage conductors used as control wires shall be 14 gage and shall be of one color other than white or green. A different color control wire shall be used for each controller installed. 2. Common Wire: All low voltage conductors used as common wires shall be12 gage, and shall be white with a colored stripe. Stripe color shall match the color of the “control” wire insulation used for valves on the same controller, and shall be different for each controller installed. 3. Communication Cable: All cable used for communication between satellite controllers shall be per plan. All splices shall be made using materials and methods as approved by Paige Electrical Corporation, and shall occur within a splice box to provide for maintenance access. Boxes used for cable splices shall be the same as those specified for Valve Boxes, but lids shall be marked “communication cable”. 2.7 CONTROLLER: Add the following to Standard Specifications Section 800-3.3 Controller Unit: A. Controller: shall be as shown on the Plans B. Enclosure: shall be as shown on the Plans PART 3 - EXECUTION 3.1 GENERAL: All Work shall conform to Section 801 LANDSCAPE AND IRRIGATION INSTALLATION of the Standard Specifications except as modified herein. No Work of this Section other than sleeving under pavement shall commence prior to the completion and acceptance of all Grading Work as specified in Section 31 22 00 Grading. Add the following to Standard Specifications Section 801-5.1 General: A. Irrigation System Design & Water Supply: 1. The irrigation system design is based upon an available water pressure at a flow rate shown on plans. Individual stations are designed to this minimum p.s.i. The system is also designed to withstand a maximum pressure as shown on plans. Contractor shall verify the size of the existing water supply/meter and the existing operating water pressure at the water supply location shown on the Plans prior to starting construction. Contractor shall notify the Public Works Representative in writing of any discrepancies noted. Failure to provide such written notification may cause Contractor to provide for modifications to the irrigation system as necessary to provide for a fully operational system providing 100% coverage at the operating pressure available, all at no additional cost to City. 2. Connection to, or the installation of, the water supply shall be at the location shown on the Plans. Minor changes caused by actual site conditions shall be made at no additional cost to City. B. Electrical Service: Contractor shall provide electrical service as necessary and make 120 V connection to the irrigation controller. C. Code Requirements: Prior to all Work of this Section, Contractor shall carefully inspect the installed Work of all other trades and verify that all such Work is complete to the point where this installation may properly Irrigation Page 7 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park commence. Verify that the irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. In the event any equipment or methods indicated on the Plans or in the Specifications is in conflict with local codes, immediately notify the Public Works Representative prior to installing the Work. If this notification is not provided, Contractor shall assume full responsibility for the cost of all revisions necessary to comply with all codes. D. Grades: Before starting Work of this Section, Contractor shall obtain the written acceptance of the Public Works Representative of the fine grades, and written authorization for the Work of this Section to proceed. Contractor is to keep within the specified material depths with respect to finish grade. Failure to obtain such written acceptance may subject Contractor to adjusting the grades or depth of lines in order to achieve acceptable depths of cover, all as directed by the Public Works Representative and at no additional cost to City. E. Coordination with Work of Other Trades: Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other Work. Special attention shall be given to coordination of piping locations versus tree and shrub locations and sleeve locations versus pavement installation to avoid conflicts. F. Maintain Record Prints: Contractor shall maintain "record" prints on site at all times. Upon completion of the Work, transfer all "record" information from the record prints to either sepia Mylar or photo Mylar prints for turn-over to the City as the irrigation ”As-Built” Plans. The changes and dimensions shall be recorded in a legible and workmanlike manner, to the satisfaction of the Public Works Representative. 3.2 TRENCHING AND BACKFILLING: A. Trenching: 1. Add the following to Standard Specifications Section 801-5.2 Trench Excavation and Backfill: Dig trenches and support pipe continuously on bottom of ditch. Where lines occur under paved areas, depth dimensions shall be considered below sub-grade. 2. Add the following to Standard Specifications Section 801-5.2 Trench Excavation and Backfill: Where it is necessary to excavate adjacent to existing trees, Contractor shall avoid injury to trees and tree roots. Excavation in areas where 2-inch and larger roots occur shall be done by hand. All roots 2 inches and larger in diameter shall be tunneled under and shall be heavily wrapped with wet burlap to prevent scarring or drying. Where trenching machine is run close to trees having roots smaller than 2 inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making a clean cut through the roots. Roots 1 inch and larger in diameter shall be painted with two coats of tree seal or approved equal. Trenches adjacent to trees shall be closed within 24 hours. 5. Permanent Resurfacing: Add the following to Standard Specifications Section 306-13.2 Permanent Resurfacing: All surface improvements damaged or removed as a result of Contractor's operations shall be reconstructed by Contractor to the same dimensions, except for pavement thickness, and with the same type materials used in the original Work. Trench resurfacing shall be 1 inch greater in thickness than existing pavement. Concrete pavement shall be removed and replaced in "full panels" with no horizontal dimension less than five (5) feet. Contractor shall review the planned limits and lines of concrete removal and replacement with the Public Works Representative prior to saw-cutting for Removal Work. B. Backfill: 1. Amend Standard Specifications Section 801-5.2 Trench Excavation and Backfill to read: "Backfill shall be uniformly tamped in 4-inch layers under and around the pipe for the full width of the trench and the full length of the pipe. Materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades." 2. Add the following to Standard Specifications Section 801-5.2 Trench Excavation and Backfill: Irrigation Page 8 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park a) Flooding in lieu of tamping is not allowed without specific prior written approval of the Soils Engineer and the Public Works Representative. b) Under no circumstances shall the wheels of any vehicle not designed for the purpose of soils compaction be used to compact backfill. 3.3 PIPE INSTALLATION: A. General: Add the following to Standard Specifications Section 801-5.3 Irrigation Pipeline Installation, General: 1. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. However, no hydraulic driving is permitted under asphaltic concrete pavement. 2. Cutting or breaking of existing pavement is not permitted except as approved by Public Works Representative or where called for on the plans. Whenever pavement is cut or broken all necessary repairs and replacements will be made at no additional cost to City. 3. Carefully inspect all pipe and fittings before installation, removing all dirt, scale and burrs and reaming; install pipe with all markings up for visual inspection and verification. 4. Contractor shall install concrete thrust blocking per the pipe manufacturer's recommendations at all changes of direction and terminal points of pressure pipe. 5. Parallel lines shall not be installed directly over one another. Provide a minimum of 12" horizontal separation for all parallel lines. 6. For plastic-to-metal connections, work the metal connections first. Use a non-hardening pipe dope on all threaded plastic-to-metal connections, except where noted otherwise. 7. All piping under pavement shall be sleeved using schedule 40 PVC sleeves. Each line shall be separately sleeved. 8. Do not install multiple assemblies (i.e. "manifolds") on plastic lines. Provide each equipment assembly (e.g. RCV, quick coupler, ball valve, head, backflow device) with its own connection to its service line. B. Plastic Pipe: Add the following to Standard Specifications Section 801-5.3.3 Plastic Pipeline: 1. Exercise care in handling, loading, unloading and storing plastic pipe and fittings, store plastic pipe and fittings under cover until ready to install; transport plastic pipe on a vehicle with a bed long enough to allow pipe to lay flat, avoid undue bending and any concentrated external load. 2. 360 Degree applicators shall be used to apply primer and solvent on pipe sizes 2 -1/2 inches and larger. 3. Pressure supply lines 2 inches in diameter and up to 8 inches in diameter shall be either Class 315 solvent weld PVC or Class 200 rubber gasket type PVC. Solvent weld and ring type pipe shall not be used together on the same pressure supply line. 4. Pressure supply lines 1-1/2 inches in diameter and smaller shall be minimum schedule 40 PVC. 5. Non-pressure lines shall be minimum Class 200 PVC. 3.4 BACKFLOW INSTALLATION: Add the following to Standard Specifications Section 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment: Install backflow assemblies at locations approved in the field by the Public Works Representative and Walnut Valley water District at heights required by local codes. Provide lockable enclosure or anti-theft devices as necessary to prevent theft of device. Irrigation Page 9 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park 3.5 VALVE AND VALVE BOX INSTALLATION: A. Valves: 1. Amend Standard Specifications Section 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment to read: Valves shall be the same size as the pipeline in which valves are installed unless otherwise specified on the Plans. Valves shall be installed a minimum of three feet in horizontal distance apart, each with its own connection to the pressure main line. All isolation and shut off valves less than 2-1/2” in size hall be ball valves as specified. All isolation and shut off valves 2-1/2” and larger shall be gate valves as specified with square operating nuts. 2. Amend Standard Specifications Section 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment to read: Install quick couplers and valve boxes per the Public Works Department's standard details. 3. Add the following to Standard Specifications Section 801-5.4 Installation of Valves, Valve Boxes, and Special Equipment: Valves shall be installed in shrub areas whenever possible. No valves or valve boxes other than quick coupler valves shall be installed within a designated athletic playing field. B. Valve Boxes: 1. General: Valve boxes shall be installed with a minimum of 12" clearance between boxes and a minimum clearance of 2” between the box and all pipelines and valve components and/or special equipment within the box. Valve boxes found to be resting on valves, special equipment or pipelines shall be cause for rejection of the installation. 2. Box Types by Use: a) Rectangular: Unless noted otherwise on the Plans, each master control valve, remote control valve, isolation valve, drip irrigation valve, and each air relief valve shall be installed within a rectangular plastic valve box. b) Round: Unless noted otherwise on the Plans, each quick coupler valve shall be installed within a round plastic valve box. 3.6 IRRIGATION HEAD INSTALLATION: Amend Standard Specifications Section 801-5.5 Sprinkler Head Installation and Adjustment, General to read: Irrigation heads shall be installed as designated on the Plans and per the Public Works Department's standard details. Upon coverage testing of the system if 100% coverage is not afforded by the system as designed, additional heads shall be added as necessary to achieve 100% coverage. Up to 5% of the total number of heads in the system are to be added at no additional cost to City. If a greater number of heads is needed, cost shall be as negotiated by change order. 3.7 CONTROLLER INSTALLATION: Add the following to Standard Specifications Section 801-5.6 Automatic Control System Installation: A. Controller Installation: The controller location, as shown on the Plans, is diagrammatic. The final location of the controller(s) shall be as approved by the Public Works Representative before installation. If replacement of existing controller(s) is a part of the project, Contractor shall remove the existing controller(s) and replace with the replacement unit as specified. Contractor shall inst all all conduit runs, 120V wire and cable, and 24V control wire, phone line, and controller communication cables as necessary for a complete and operational system. B. Controller Enclosure: (1) Conventional Type: The controller shall be wall mounted within a stainless steel Strong Box vandal resistant enclosure, unless noted otherwise on the Plans. Controller enclosure shall be located in restroom building (2) Central/Satellite Computer Type: Controller(s) shall be pedestal mount type, as indicated on the Plans, the entire unit being installed within a stainless steel Strong Box enclosure with a heavy duty watertight case and locking hinged cover. Irrigation Page 10 of 10 Section 32 80 00 City of Diamond Bar Maple Hill Park C. Coordination of Controller Location with Various Service Connections: Contractor shall coordinate all service and the electrical service with the approved controller location. Contractor shall verify the locations of 120V power, communication and sensor cable lead-ins and telephone service prior to installing controller(s) and shall coordinate final assembly mounting locations with the needed utilities. Contractor shall furnish and install grounding rods and ground wires for each controller. Ground rods shall be installed a minimum of eight feet from their respective controller housing and the ground wire run back to the controller. D. Controller Connections: Contractor shall inspect, test, and certify all low voltage control wire , communication cables, splices and ground rod installations as applicable. Any repairs as necessary to provide properly operating wiring are to be made by Contractor at no additional cost to City. After repairs are satisfactorily completed, Contractor shall connect the ground wires to the ground rods and the controller(s). Contractor shall connect the communication and phone cables to the appropriate controller assemblies. Contractor shall calibrate and address the phone link concentrator and satellite and shall connect the phone modems to the telephone service at both the satellite and Phone Link Concentrator assemblies. E. Controller Programming: Following establishment of the turf, the irrigation system shall be programmed to operate during the periods of minimal use of the Project area (i.e., 11:00 p.m. through 6:00 a.m.). 3.8 WIRING: Wiring: Add the following to Standard Specifications Section 801-5.6 Automatic Control System Installation: A. All splice connections shall occur in a valve box. All wire runs between the valve and the controller shall be a continuous run with no splices unless noted otherwise on the Plans. B. All low voltage wiring splices shall be made-up as soldered connections, wrapped with a minimum of two (2) layers of electrical tape and sealed with Scotch-coat. Scotch-lok, Uni-pack, Penn-tite, or other similar type connectors are not acceptable. 3.9 FINISHING AND TESTING: Amend Standard Specifications Section 801-5.7.2 Pipeline Pressure Test to read: Pressure test the mains - minimum 2 hours at 150 PSI. Add the following to Standard Specifications Section 801-5.7.2 Pipeline Pressure Test: Center-load all plastic pipe prior to pressure testing. The entire system shall be operating properly before any planting operations commence. 3.10 COMPLETION CLEANING: Add the following to Standard Specifications Section 801 LANDSCAPE AND IRRIGATION INSTALLATION: Upon completion of the Work, Contractor shall smooth all ground surfaces, remove excess materials, rubbish, debris, etc., sweep adjacent streets, curbs, gutters, walkways and trails, and remove construction equipment from the premises. END OF SECTION Planting Page 1 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park SECTION 32 90 00 - PLANTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. B. Reference Standards: American Association of Nurserymen Standards. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Planting Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Soil preparation; • Finish grading (as distinguished from fine grading per Section 31 22 00 Grading); • Planting trees; • Guying and staking trees; • Planting shrubs and groundcover; • Turf Planting; • Overseed of Turf planted from sod; • Maintenance; • Plant establishment; • Coordination with Work of other Sections; • Testing; • Clean-up; • Replacements, Repairs, Guarantees and Warranty Work. 1.03 RELATED WORK: Submittals 01 33 00 Clear and Grub and Selective Demolition 02 41 19 Site Grading 31 22 00 Irrigation 32 80 00 Electrical 26 00 00 1.4 SOILS TEST: Contractor shall notify the Public Works Inspector upon completion of fine grading and prior to commencement of soil preparation work. The Public Works Inspector will obtain agronomic soils tests for all planting areas after completion of fine grading and prior to start of soil preparation work. Tests will be performed by an approved agronomic soils testing laboratory and will include a fertility and suitability analysis with written recommendations for soil preparation, planting backfill mix, auger hole requirements, and post plant fertilization program. The soils report recommendations will take precedence over the minimum amendment and fertilizer application rates specified herein if and when the soils report recommendations exceed the specified minimums. Contractor shall allow a minimum two week period for the soils testing work commencing upon the Public Works Inspector's acceptance of grade/the fine grading work per Section 31 22 00 Grading. 1.5 GUARANTEE: The guarantee requirements of the Special Provisions are supplemented as follows as they pertain to the tree planting, broadleaf tree relocation and palm tree relocation portions of the Work. All trees installed and/or relocated under the Contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year following the date the Project Notice of Completion is filed with the County Recorder. During the guarantee period, any trees found to be dead, missing, or in poor condition shall be replaced by Contractor within ten (10) days of written notification. Public Works Inspector shall be the sole judge as to the condition of the trees. Replacement shall be made in accordance with City standards. Material and labor involved in replacing trees shall be provided by Contractor at no additional cost to City. Planting Page 2 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park 1.6 INSPECTIONS: Inspections will be required. Contractor shall contact the Public Works Inspector at least 48 hours (2 working days) in advance of an anticipated inspection. An inspection will be required at each of the steps listed below: A. General Planting Work: 1) Fine Grade Prior to Commencement of Soil Preparation: Upon completion of fine grading and prior to commencement of soil preparation, for acceptance of fine grading work/grade and taking of soils samples. 2) Finish Grade: Inspection of completed finish grading work following soil preparation work. 3) Plant Material: Inspection of plant materials upon delivery to the job site, but prior to planting. 4) Plant Locations: When container plants and/or bare root stock are spotted for planting, but before planting holes are excavated. 5) Completed Planting: When planting and all other indicated or specified work has been completed. 6) Chemical Applications: During application of pre-emergent chemical. 7) Start of Plant Establishment: At the start of the Plant Establishment Period. 8) End of the Plant Establishment: Prior to Final Acceptance of the Project for maintenance by City, the project will be inspected for end of the Plant Establishment Period. Acceptance for maintenance will be confirmed in writing by the Public Works Representative. Contractor shall remain responsible for maintenance until receipt of this written confirmation of City's acceptance of the Project for maintenance. 1.7 SUBMITTALS: The following written certifications are required to be submitted to the Public Works Inspector upon delivery of the respective materials to the job site: Total Quantity of commercial fertilizers, by type; Total Quantity of soil amendments and conditioners, by type; Total Quantity of sod, by type; and, Total Quantity of iron sulphate. 1.8 PLANT ESTABLISHMENT PERIOD: A. General Landscape Work: The length of the Plant Establishment Period for all general landscape work shall be as specified in Section 6-7.4 Plant Establishment Period of the Special Provisions. See also Subsections 801-6 Maintenance and Plant Establishment for the criteria to start plant establishment and the maintenance tasks required. PART 2 - MATERIALS 2.1 GENERAL: All materials shall conform with Section 800 - Landscape and Irrigation Materials of the Standard Specifications except as modified herein. 2.2 FERTILIZER, SOIL AMENDMENTS AND CONDITIONERS: Add the following to Standard Specifications Section 800-1.2.3 Commercial Fertilizer: A. Plant Tablets: Tightly compressed long-lasting, slow-release fertilizer tablets weighing 21 grams, with a potential acidity of not more than 5 percent by weight and having an analysis of 20-10-5 derived from the sources listed in the following guaranteed analysis: GUARANTEED ANALYSIS Total Nitrogen (N) 20% Derived from urea formaldehyde 7.0% water soluble nitrogen 13.0% water insoluble nitrogen Available Phosphoric Acid (P2O5) 10% Derived from calcium phosphate Planting Page 3 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park Soluble Potash (K20) 5% Combined Calcium (Ca) 2.6% Derived from calcium phosphates Combined Sulfur (S) 1.6% Derived from ferrous and potassium sulfates Iron (expressed as elemental Fe) 35% Derived from ferrous sulfate B. Commercial fertilizer: Shall bear the manufacturer's guaranteed statement of analysis and shall meet the following minimum requirements: 16% nitrogen, 6% phosphoric acid, and 8% potash (16 - 6 - 8). C. Organic Soil Amendment: Shall be type 1 organic soil amendment, wood based product, nitrogen stabilized, and free of foreign matter. 2.3 HEADERS, STAKES AND TIES: Add the following to Standard Specifications Section 800-1.5 Headers, Stakes and Ties: A. Headers: Standard Specifications Section 800-1.5.2 Headers and Stakes replace with the following to read: "Headers shall be Concrete Headers/Mow Curbing - Concrete shall be 5-1/2 sack mix with a maximum slump test of four inches (4"). Provide sufficient concrete forming and stakes (maximum 3' o.c.) to provide continuous line without waving." B. Tree Stakes: Shall be straight-grained lodgepole pine, or City approved equal. Stakes shall be free from knots, checks, split, or disfigurements. C. Tree Ties: Shall be made from tire casing, 22" long by 3/4" wide, fastened to tree stake with two galvanized 5d roofing nails each. 2.4 MULCH: A. Nitrolized Shavings: Shall conform to Standard Specifications Section 800-1.2.5 (a) Type I Mulch. B. Tree Mulch: Shall be a ground wood product as produced through a wood chipper, and shall consist of twigs and branches with pieces of a maximum size of ½" diameter by 4" long, free of seeds, trash and debris and other inert non-organic materials. 2.5 PLANTS: Add the following to Standard Specifications Section 800-1.4 Plants: A. General: Add the following to sub-section 800-1.4.1 General: All plants shall be true to name, with at least one of each bundle or lot tagged with the name and size in accordance with the American Association of Nurserymen Standards. In all cases, botanical names shall take precedence over common names. All plants and planting materials shall meet or exceed the specifications of Federal, State, and County Laws requiring inspection for plant disease and insect control. B. Quality and Size. 1. Quality: All plant material shall comply with the definition for number one nursery stock per the current edition of "Horticultural Standards" as adopted by the American Association of Nurserymen. 2. Size: Add the following to Standard Specifications Sections 800-1.4.2 Trees and 800.1.4.3 Shrubs: a) All container plants supplied by Contractor shall be of the specified standard height and diameter set by the American Standard for Nursery Stock. The height of the trees shall be measured from the root crown to the last division of the terminal leader and the diameter shall be measured six (6) inches above the crown roots. Planting Page 4 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park b) All palm trees shall be of a minimum overall height of 8 to 12 feet as measured from the crown of the rootball to the tips of the fronds, or four feet of brown trunk whichever is greater. c) All container grown plants shall be the size(s) as noted on the approved plans, but in no case less than a minimum 15 gallon container size, with minimum caliper and height in accordance with the American Association of Nurseryman standards for container plants. Where substitution of bare root stock is approved by the Street Tree Inspector, bare root stock shall conform to the American Nurseryman's Association standards. Minimum caliper shall be two (2) inch diameter and minimum height shall be twelve (12) feet. 2.6 ROOT GROWTH STIMULANT. Stimulant used for broadleaf and palm tree relocation shall be Vitamin B-1 as manufactured by Cal-liquid, Cooke, Chican, Ortho, or City approved equal. 2.7 TOPSOIL. All soil used for transplanting broadleaf and palm trees shall conform to the requirements of Class "C" top soil as defined in subsection 800-1.1.4 Class C Topsoil of the Standard Specifications. 2.8 TURF: A. SOD: Turf areas planted with sod shall be of the species and type noted on the Plans. If not noted, sod shall be Medallion Alta Fescue. All sod shall be new, fresh, viable sod delivered in full pallets ready for installation. PART 3 - EXECUTION 3.1 GENERAL: All Planting Work shall conform with Section 801 LANDSCAPE AND IRRIGATION INSTALLATION of the Standard Specification, except as modified herein. 3.2 WEED CONTROL MEASURES: Upon completion of all fine grading work per Section 31 22 00 Grading, and prior to soil preparation, perform weed control measures as follows: 1. Irrigate all areas designated to be planted for a minimum of 10 minutes per setting, two settings per day for seven days to germinate all weed seed possible. 2. Apply a contact weed killer and allow sufficient time to obtain complete kill of all weeds germinated. 3. Repeat step one above. 4. Repeat step two above. 3.3 SOIL PREPARATION: Add the following to Standard Specifications Section 801-2.2 Topsoil Preparation and Conditioning: A. Work Sequence: All fine grading and mounding per Section 31 22 00 Grading and weed control measures shall be completed prior to soil preparation. Soil Preparation Work shall not commence until the agronomic soils test has been completed. Should 30 calendar days elapse between completion of soil preparation and commencement of planting, all areas shall be prepared again. B. Excluded Areas: Planting areas with slopes 3:1 and steeper shall not be soil prepared. In lieu of soil preparation, such slopes will require fertilizer tablets for all plantings as specified below in subsection 3.08 Planting. C. Soil Preparation: In all planting areas with gradients less than 3:1, areas to be soil prepared shall first be cross ripped to a minimum depth of 6" with tractor tines spaced at maximum 18" on center. Following cross-rip operations, a layer of soil amendments shall be spread and rototilled into the soil to a minimum depth of 4 inches, or as recommended by the soils report, so that the soil shall be loose, friable, and free from rocks, sticks, and other objects undesirable to planting. D. Amendment Application Rates: The following soil amendments shall be added per 1,000 square feet to all planting areas with gradients less than 3:1 (agronomic soil test recommendations shall take precedence where these minimum amounts are exceeded): 1. 6 cubic yards Type I organic soil amendment; Planting Page 5 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park 2. 15 pounds commercial fertilizer; 3. 100 pounds gypsum; and, 4. Soil sulfur per soils report. 3.4 FINISH GRADING: Contractor shall finish grade all planting areas, filling as needed or removing surplus dirt, raking to remove all rocks and debris over 1 inch in diameter, and floating to a smooth uniform grade. All areas shall slope to drain. Flow lines shall be established to roads, curbs, drainage swales and inlets, and/or sidewalks as shown on the Plans and as directed. All fill material placed within the top 12" from finish grade elevations in all planting areas shall be topsoil. All landscape areas shall be finish graded (as distinguished from fine grading specified in Section 31 22 00 Grading) to "dress out", maintain, and/or re-establish finish grades and flow lines as approved prior to amending the soil. Contractor shall call for inspection upon completion of finish grading work. Contractor shall not proceed with planting work until finish grades have been inspected and accepted by the Public Works Inspector. 3.5 INSPECTION OF CONTAINER PLANTS: The root condition of plants furnished in containers will be checked by the Public Works Inspector by removal of earth from the roots of not less than two plants nor more than 2% of the total number of plants of each species or variety from a single source and proposed for use in the Work. The roots of not less than two plants of each species or variety from each source may be checked by the Public Works Inspector. The selection of plants to be checked will be made by the Public Works Inspector. Care shall be exercised to avoid rendering plants unsuitable for planting by virtue of this inspection. However, all plants rendered unsuitable for planting shall be considered as samples, and replacements shall be provided at no additional cost to City. In case the sample plants are found to be defective, the entire lot or lots of plants represented by the defective samples will be rejected. 3.6 PLANTING BACKFILL: A. Mixing: All backfill materials for all container plantings (excludes trees being relocated) shall be bulk mixed, not individually mixed at each plant pit. B. Proportions: Backfill for planting pits shall be enriched using the following blend per cubic yard (agronomic soil test recommendations shall be reviewed prior to soil mixing): 1. Container Plants: 60% top soil; 3 lbs. gypsum; 2 lbs. iron sulphate; 40% Type I Organic Amendment; and, 2 lbs. commercial fertilizer. 2. Bare Root Stock: 10% wood shavings; 90% top soil; commercial fertilizer and soil conditioners as specified for container plants. 3.7 PLANTING: A. Tree and Shrub Planting: Add the following to the Standard Specification Section 801-4.5 Tree and Shrub Planting: 1. Soil surrounding planting pit shall be in a friable condition and moist to a depth of 8". 2. Backfill new plantings using specified soil mix to within 8" of finish grade. At this depth, place the plant fertilizer tablets Agriform 20-10-5, 21 grams each, or City approved equal. A minimum of 1 tablet for 1 gallon, 3 tablets for 5 gallons, 5 tablets for 15 gallons, and 8 tablets for a 24" box. Complete backfilling to finish grade. 3. Trees shall be planted at such a depth that the crown roots bear the same relative position to finish grade as the crown roots did in the soils where the trees were grown. Backfill after planting shall be Planting Page 6 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park compacted carefully into place without injuring the roots of the tree or breaking up the ball of earth surrounding the roots. B. Groundcover and Vine Planting: Add the following to Standard Specifications Section 801-4.7 Groundcover and Vine Planting: 1. On slopes exceeding 3:1 ratio, apply 5 gram Agriform tablets, one per plant in lieu of soil preparation work. 2. Prepare the soil in all planting areas (except where slopes exceed 3:1) by applying 1.5 cubic yards of Nitrolized Shavings and 5 lbs. of the specified commercial fertilizer per 1,000 square feet. Repeat fertilization at 30 day intervals throughout the duration of the Contract up to 4 applications, after which decrease frequency to once every 90 days. 3. All planting areas, areas to receive Tree-Mulch and bare dirt areas shall be treated with a pre- emergent chemical (subject to approval by the Public Works Inspector prior to application). Chemicals shall be applied by a licensed Pest Control Agent. This treatment shall be applied at the following times during the Contract: a) before planting, b) at beginning of Plant Establishment Period, and c) at end of Plant Establishment Period. The Public Works Inspector shall be given a minimum of 48 hours (2 working days) notice prior to each application. No chemicals shall be applied other than in the presence of the Inspector. 4. All areas designated to receive Tree-Mulch shall have mulch applied and spread to provide a uniform thickness of not less than 3" of mulch, and shall be neat and clean, free of trash. 3.8 TREE STAKING: Amend the Standard Specifications Section 801-4.6.1 Method “A” Tree Staking and 801-4.6.2 Method “B” Tree Staking to read: Stake trees in accordance with the Public Works Department's standard detail. 3.9 TURF PLANTING: Add the following to Standard Specifications Section 801-4.8.2, (b) Method “B”: Turf Planting shall be performed by sodding as indicated on the Plans, or, if not noted, as suitable for the species of turf specified and as acceptable to the City. All turf for the entire project shall be installed using the same species. The installation method, as selected by the Contractor from the above options, shall be as applicable for the species being planted based on the availability of materials in the respective forms sod. A. Pre-moistening: All areas to be planted to turf, sodding shall be moistened to a depth of six inches just prior to application. B. Sodding: If all turf to be installed is laid as sod, the provisions of subsection 801-6 Plant Establishment Period, A. Regarding “first mowing” will not apply, and the plant establishment period may commence as soon as all plantings, including the sod work, are installed, and are accepted by the Public Works Inspector for start of maintenance. All areas to receive sod shall be Finish Graded prior to commencement of sodding. Immediately prior to laying sod, all areas shall be irrigated to moisten the soil as specified above. Rooting Agent shall be applied per the written recommendations of the Sod Grower. Contractor shall provide a copy of such recommendations to the Public Works Inspector prior to installation of the sod. Lay sod in parallel rows with a running bond pattern using uniformly sized strips of sod. Use whole pieces wherever possible. Lay sod smooth, with tight joints, no gaps greater than 1/8" in size. All irrigation heads shall be marked with flags for ease of location. Cut sod neatly trimming it away from around each irrigation head a maximum of 1/8" all around to allow for proper spray pattern and smooth pop -up and retract operation. Immediately following completion of sodding operations, irrigate as necessary. C. Replanting: At the point that the turf is generally showing signs of establishment, all bare spots shall be replanted within 10 days by Contractor, either with seed, sod or stolons as designated by City. Contractor shall be responsible for all replanted turf areas for as long after replanting as is necessary until acceptable germination/rooting and establishment is realized and approved by the Public Works Representative. 3.11 WATERING: Add the following to Standard Specifications Section 801-4.9.5 Watering: Planting Page 7 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park A. Responsibility: It shall be Contractor's responsibility to maintain a balanced watering program to ensure proper growth until Final Acceptance of the Work. B. Initial Watering: Immediately after planting, apply water to each plant. Apply water in a moderate stream in the planting hole until the material about the roots is completely saturated from the bottom of the hole to the top of the ground. C. Ongoing Watering: Apply water in sufficient quantities and as often as seasonal conditions require to keep the planted areas moist at all times, well below the root system of plants. D. Irrigation: 1. Contractor shall properly and completely maintain the irrigation system. A balanced water program shall be maintained to ensure proper germination and growth until Final Acceptance of the Work. Plants which cannot be watered sufficiently with the irrigation system shall be watered by means of a hose. 2. All controllers are to have each station individually adjusted on a weekly basis. System shall be set considering the application rate each area is capable of receiving. The system shall operate on short intervals, with the cycle repeating at a later time to reduce runoff. 3.12 MAINTENANCE AND PLANT ESTABLISHMENT: Amend the first sentence of Standard Specifications Section 801-6 MAINTENANCE AND PLANT ESTABLISHMENT to read: "Contractor shall maintain all areas within the Work Limits of this Contract on a continuous basis...until Final Acceptance". 3.13 CRITERIA FOR START OF PLANT ESTABLISHMENT: Add the following to Standard Specifications Section 801-6 MAINTENANCE AND PLANT ESTABLISHMENT: “801-6.1 CRITERIA FOR START OF PLANT ESTABLISHMENT. The Plant Establishment Period will not commence until all of the following criteria have been met: 308-6.1.1 All Elements Complete: All elements of the Project that impact the landscape are completed in accordance with the Contract Documents. Projects will not be segmented into phases. 308-6.1.2 Permanent Power Established: Permanent electrical power to remote controllers has been established. 308-6.1.3 “First Mowing” Approved and Completed: The first mowing of the newly planted turf areas has been approved and completed. For Plant Establishment purposes "First Mowing" is defined as the first mowing after the point in time that a minimum of 85% of the turf area has attained a minimum height of 2". Until the above specified percentage of turf area is established and mown, Contractor shall mow as necessary to maintain those portions of turf exceeding 2" at the mowing height of 1 ½ inches. At no time shall any turf exceed 3" in height. 308-6.1.4. Written Acceptance: The written acceptance of the Public Works Representative is received to authorize start the Plant Establishment Period. If the Public Works Representative determines that the project maintenance is failing to continuously meet the standards required, th e Plant Establishment Period "day count" may be suspended and will not recommence until Contractor has corrected all deficiencies to the satisfaction of the Public Works Representative. If such suspension of the Plant Establishment Period occurs and extends beyond a maximum of 15 calendar days, then liquidated damages may be assessed for each calendar day where suspension of the establishment continues.” 3.14 MAINTENANCE TASKS: Add the following to Standard Specifications Section 801-6 MAINTENANCE AND PLANT ESTABLISHMENT: Planting Page 8 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park A. General: During the contract period provide all watering, weeding, mowing, fertilizing, and cultivation as necessary to keep the plants and turf in a healthy growing condition, neat, edged, and attractive. All shrubs planted by Contractor shall be pinched and pruned as necessary to encourage new growth and to eliminate rank sucker growth. Old wilted flowers and dead foliage shall be immediately pinched or cut off. Do not prune trees without written approval of the Public Works Representative. B. Iron Chlorosis: After planting and during the Plant Establishment Period, in the event that any plantings exhibit iron chlorosis symptoms, apply FE 138 Geigy or equivalent at manufacturer's recommended rates. C. Replacement Plantings: During the Plant Establishment Period, should the appearance of any planting installed by Contractor indicate weakness, that plant shall be replaced immediately with a new, healthy plant. At the end of the Plant Establishment Period, all plant materials shall be in a healthy, growing condition and spaced as indicated on the plans. D. Fertilization: Contractor shall apply commercial fertilizer to all turf areas at a rate of 10 pounds per 1,000 square feet, and all groundcover areas at a rate of 5 pounds per 1,000 square feet, at 30 - day intervals, for 3 applications as a minimum, above and beyond the original soil preparation application. E. Planting Establishment: All planting areas that do not show a prompt establishment of plant material, and areas where plant material is missing, shall be replanted at 10-day intervals until the plant material is established. For turf sod plantings, sod shall exhibit sufficient root growth knitting into the subgrade such that the sod can no longer be removed by hand. If a good rate of growth has not been demonstrated within 30 days of first planting/hydroseeding, Contractor shall be responsible to determine the appropriate horticultural practices necessary to obtain good growth. Contractor shall obtain agronomic soils testing of all areas not showing good growth and shall provide copies of the test results to the Public Works Representative to verify the appropriateness of all maintenance work performed. If additional soil amendments are needed, up to a maximum 25% beyond the application rate specified, such amendments shall be provided by Contractor at no additional cost to City. F. Grading and Drainage: During the Plant Establishment Period all flow lines shall be maintained to allow for free flow of surface water. Displaced material which interferes with drainage shall be removed and placed as directed. Low spots and pockets shall be graded to drain properly. Jute netting shall be installed at flow lines and other locations where erosion is evident, when directed by the Public Works Inspector. 1. Damage to planting areas shall be repaired immediately and throughout the Plant Establishment Period. Depressions caused by vehicles, bicycles, or foot traffic shall be filled and leveled. Replant damaged areas. 2. All paved areas shall be washed and maintained in a neat and clean condition at all times. 3. All subsurface drains and inlets shall be periodically cleared of debris, leaves and trash and flushed with clear water to avoid build up of silt and debris. 4. Debris and trash shall be removed from the site daily. G. Disease and Pest Control: Throughout the Plant Establishment Period, all plants shall be maintained in a disease and pest free condition. During the plant establishment period provide all herbicide and pesticide applications as necessary to keep the plants and turf areas free of weeds, diseases and pests. A licensed pest control operator shall be retained by Contractor to recommend and apply all pesticides, herbicides, and fungicides. Exterminate gophers, moles, and all other rodents, and repair damage. 3.15 END OF PLANT ESTABLISHMENT PERIOD: Add the following to Standard Specification Section 801-6 MAINTENANCE AND PLANT ESTABLISHMENT: Planting Page 9 of 9 Section 32 90 00 City of Diamond Bar Maple Hill Park A. Request for Inspection: When Contractor believes the Plant Establishment Period is complete and the Project is ready for Final Acceptance, Contractor shall request inspection of the Project. The Public Works Inspector will inspect the Project for Final Acceptance. Deficiencies noted during inspection shall extend the Plant Establishment Period until all are corrected. B. Established Plantings: All planting areas shall show a good rate of growth and shall be well established "filled in" plantings free of voids. Bare areas will be unacceptable. Contractor shall provide sod or plantings from flats as necessary to fill in all bare areas. Such sod or plantings shall be planted a minimum of 10 days prior to the end of the Plant Establishment Period and shall have roots "knit-in" to the native soil. C. Written Acceptance: Final Acceptance and assumption of maintenance responsibilities by City shall occur only upon the Public Works Representative's written acceptance of the Project for maintenance by City.” 3.16 CLEAN UP: Upon completion of the Work, Contractor shall smooth all ground surfaces; remove excess materials, rubbish, debris, etc.; sweep adjacent streets, curbs, gutters; wash down all walkways, and trails; and remove construction equipment from the premises. END OF SECTION Sanitary Sewer System Page 1 of 4 Section 33 30 00 City of Diamond Bar Maple Hill Park SECTION 33 30 00 – SANITARY SEWER SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the "Standard Specifications for Public Works Construction" shall apply except as modified herein. B. Reference Standards: The following standards also apply to the Work of this section: Uniform Building Code, latest edition County of Los Angeles, Health Department Standards City of Diamond Bar, Standard Drawings and Specifications Uniform Plumbing Code Standard Specifications For Public Works Construction, Latest Edition 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Sanitary Sewer as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Pothole all points of connection as necessary to verify actual location, depth of cover, line size and material type and all other pertinent information prior to commencement of line trenching; • Installation of all sanitary sewer lines, clean-outs, fittings and appurtenances; • Connections to existing lines, meters, etc., per the requirements of the City's Public Utilities Department - Water Division and Walnut Valley Water District; • Coordination of connections to the building plumbing, and all existing lines that are to remain in service during the Work; • Notification of all utility companies who have services within the area of the Work so that all existing underground utility lines can be marked by the respective utility company prior to start of the Work; • Obtain all required permits, and pay for those obtained from other than the City; • Perform leakage tests and disinfect all new lines; • Coordination with Work of other Sections; • Testing; • Clean-up; and, • Replacements, Repairs, Guarantees and Warranty Work. 1.3 SUBMITTALS: A. Materials List: Contractor shall submit a written Materials List for all materials, fixtures, equipment, etc., that are proposed for use in the Work. The list shall show manufacturer's model numbers, type, size, and such other information as may be required to properly identify all items. B. Record Drawings: Upon completion of the Work, Contractor shall deliver a set of reproducible Record Drawings to the Public Works Representative. 1.4 PRODUCT HANDLING: Contractor shall provide proper storage facilities for all materials delivered to the job site during the progress of the Work. Use all means necessary to protect materials of this Section as well as materials and installed Work of other trades before, during, and after installation. PART 2 - MATERIALS 2.1 GENERAL: All materials of this Section shall conform to the requirements of the Standard Specifications. Sanitary Sewer System Page 2 of 4 Section 33 30 00 City of Diamond Bar Maple Hill Park 2.2 PIPE: A. Polyvinyl Chloride (PVC) Plastic Pipe: When shown on plans as PVC, the solid wall pipe shall meet the requirements of ASTM designation D-3034, SDR 35. B. Vitrified Clay Pipe (VCP): When shown on plans as VCP, all pipe shall be high strength vitrified clay pipe meeting the requirements of Section 207-8 of the Standard Specifications For Public Works Construction, latest edition. All pipe and fittings shall be clearly marked with the name or trademark of the manufacturer and the strength designation. Where Ground Water is encountered, or when the specified on the construction drawings all pipe will be treated for absorption resistance with one of the following: 1. Dow-corning 722 silicon, 3% (by weight); or polyvinyl acrylic emulsion, 4% (by volume). 2. Union Carbide – Silicon water repellent R-20 (Solium methyl silanotate) 5% (by volume). Application shall be by total immersion. 2.3 CLEAN OUTS: A. Cleanouts: Sewer Cleanouts shall conform to City of Diamond Bar, Public Works Department Standards. PART 3 - EXECUTION 3.1 VERIFICATION OF EXISTING FIELD CONDITIONS: A. General: Contractor shall verify all existing field conditions and compare them with the Plan dimensions. Prior to beginning the Work of this Section, Contractor shall inspect all related Work and adjacent features and report to the Public Works Representative all conditions which prevent proper execution of the Work. Commencement of Work will be considered as Contractor's acceptance of the existing conditions. B. Pothole: Contractor shall pothole all points of connection and all locations where the new line is shown crossing other utilities to verify all pertinent information for such points of connection and potentially conflicting utilities. Pothole work shall be performed prior to commencement of trenching operations. Contractor’s proceeding with trenching operations without performing pothole work in advance of trenching operations will be deemed as Contractor’s acceptance of responsibility for all costs associated with any work necessary to make proper connections and to make offsets as necessary during installation of the new water line to avoid interference or damage to all other underground utilities, both existing and new. 3.2 PLANS ESSENTIALLY SCHEMATIC: The Plans are to be considered as essentially schematic in nature, to the extent that all offsets and fittings as necessary to conform to actual site conditions are not shown. Contractor shall install the pipelines in the general locations as shown on the Plans as approved by the Public Works Representative. 3.3 GENERAL: A. Coordination: The schedule for installation of the Work of this Section shall be coordinated with the overall construction schedule so as to insure the orderly progress of the Work. No Work of this Section shall commence until acceptance of the rough grading operations per Section 31 22 00 Grading. Prior to the commencement of each stage of this Work, carefully inspect the installed Work of other trades. For all Work, other than the rough grading cited above, Contractor shall be responsible for determining whether such other Work has been installed in such a manner as to permit the Work of this Section to proceed. Sanitary Sewer System Page 3 of 4 Section 33 30 00 City of Diamond Bar Maple Hill Park B. System Layout: Carefully layout the sanitary sewer system following the layout shown on the Plans, in a manner to avoid interference with and from other Work, determining proper elevations for all components of the system, and using a minimum of bends and fittings. 3.2 UTILITY SERVICE CONNECTION: Verify the location of the utility service connection with the City of Diamond Bar Public Works Department, prior to installation. 3.3 EXCAVATION AND TRENCHING: A. General Excavation: Contractor shall perform all excavation of every description and of whatever materials may be encountered, to the depths indicated on the Plans or as necessary. Contractor shall dispose of the excavated materials not required or suitable for backfill. The Soils Engineer will review and approve material for use as backfill. Contractor shall perform such grading as may be necessary to prevent surface water from flowing into the excavations and trenches. Contractor shall provide adequate equipment for the removal of storm or subsurface waters which may accumulate in the trenched and excavated areas. If subsurface water is encountered, Contractor shall utilize approved means to adequately de -water the excavation so that it will be dry for working and pipe laying. Storm or subsurface water allowed to enter the pipe may be cause for rejection of all contaminated pipe. Excavations five (5) feet or more in depth shall be shored or supported in conformance with the rules, orders, and regulations of the Local, State, and Federal Governments, including the Division of Industrial Safety of the California Department of Industrial Relations. Sheet piling and other timbers shall be constructed, maintained and removed in a manner to prevent caving of the excavation walls or loading of the pipe. B. Trenching: Open trenching work shall be performed in accordance with Section 306-1 OPEN TRENCH of the Standard Specifications. Open trenches shall be covered with boards or barricades as necessary and as required by the Standard Specifications. Trench to a depth to provide the minimum cover required over each type and size of pipeline being installed. Do not over-excavate beyond the depth required to provide proper bedding as specified for the pipeline. Bottoms of trenches shall be accurately graded to provide uniform bearing on undisturbed soil for the entire length of each section of pipe. The width of the trench at and below the top of the pipe shall be such that the clear space between the barrel of the pipe and the trench wall shall not exceed 8" on either side of the pipe. The width of the trench above the top of the pipe may be wider if necessary. C. Unsuitable Subgrade: Where in the opinion of the Soils Engineer the subgrade under the pipe or structure is unsuitable, Contractor shall remove the unsuitable material and shall backfill the over-excavation with sand or gravel as directed by the Engineer. Where rock is encountered during trenching operations, Contractor shall over-excavate the trench to provide a minimum of 3" clearance between the pipe bells and the rock. This over -excavation shall be backfilled per the specifications. Over depth excavations shall be backfilled with compacted sand to required grades. 3.4 PIPE INSTALLATION: A. General: All pipelines shall be installed without air pockets and placed in bedding material in accordance with Walnut Valley Water District standards. 3.5 INSPECTION AND TESTS: A. Inspections: Contractor shall obtain the inspection and acceptance of the Septic System by the Riverside County Health Department and of the Sanitary Sewer System by the City of Riverside Building Division and Public Works Department as applicable. Contractor shall perform any and all tests as may be required by the representatives of these agencies as necessary to obtain the acceptance of the installed system. All costs for such testing shall be borne by the Contractor. Sanitary Sewer System Page 4 of 4 Section 33 30 00 City of Diamond Bar Maple Hill Park B. Alignment Inspections/Tests: Sewer lines will be checked by the City when backfill has reached the top of the pipe. Both external and internal inspections for alignment may be made at this time. Contractor shall correct any section of the line found to be unsatisfactory in material, alignment, grade, or joints. Final acceptance of the work will be contingent upon complete backfilling and surface repairs and passage of a final alignment and leakage test. C. Leakage Test: After alignment tests are completed, and before flows are allowed in the line, Contractor shall conduct leakage tests in accordance with Walnut Valley Water District standards. The entire system shall be tested for exfiltration in the presence of the Public Works Inspector. The leakage shall not exceed that allowable per Walnut Valley Water District standards. D. Piping Specialties: Shall all be tested by Contractor for proper operation. 3.6 BACKFILL AND COMPACTION: A. Backfill: 1. Material for backfilling shall be approved granular material obtained from the excavation and trenching operations, free from rocks and lumps exceeding 3" in any dimension. No material of a perishable, spongy, or otherwise unstable nature shall be used as backfill. Sheeting and shoring shall be completely withdrawn unless permission has been obtained from the Soils Engineer to leave certain portions in place. Backfilling shall not be started until the underlying material has thoroughly dried out. Material shall be placed in separate layers of approximately 8" loose depth and each layer shall be thoroughly compacted to 90% of maximum density per ASTM D-1557, with the top 6" below subgrade for pavements and slabs compacted to 95% of maximum density. 2. Backfilling of pipe trenches shall commence immediately after installation and inspection of pipe to preclude damage to the installed pipe. Backfill around the pipe shall be carefully placed so as not to displace or damage the pipe, and shall be carried up symmetrically on each side of the pipe to one foot above the top of the pipe. The material for this purpose shall be sand or selected granular material that is free from rocks and lumps. The material shall be carefully compacted before additional backfill is placed. 3. The remaining trench depth shall be backfilled to the surface with approved granular material per paragraph (1) above. 3.7 ADJUSTMENT: Each piece of equipment including clean outs all of the systems shall be adjusted to grade. Adjust all the sanitary sewer components to insure proper functioning of all controls, elimination of noise and vibration, and as necessary to achieve a first class operating system. 3.8 CLEAN UP: After completion of the Work, Contractor shall thoroughly clean all apparatus and fixtures and remove cement, grease, oil, etc., and shall remove all debris, surplus materials and trash that may result from the Work of this Section and dispose of same off site in a legal manner. END OF SECTION Drainage System Page 1 of 2 Section 33 40 00 City of Diamond Bar Maple Hill Park SECTION 33 40 00 - DRAINAGE SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS: A. Standard Specifications: The provisions of the Standard Specifications shall apply except as modified herein. B. Reference Standards: The following standards also apply to the Work of this section: 1. American Society for Materials & Testing (ASTM) Standards: ASTM D 2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications; and, ASTM D 2729 Standard Specifications for Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings. 2. Department of the Army, Corps of Engineers Standard: COE CW-02215 Civil Works Construction Guide Specification for Geotextiles Used as Filters. 1.2 SCOPE: The Work of this Section shall consist of furnishing all labor, materials, equipment, appliances and services necessary for the execution and completion of all Drainage System Work as shown on the Plans and as described in the Specifications including, but not necessarily limited to, the following: • Obtain all required permits, and pay for those obtained from other than the City of Riverside; • Coordination with Work of other Sections; • Installation of all french drain systems for all retaining walls; • Installation of all drain pipe between roof gutter system and site drainage swale; • Installation of drain lines for emptying fountain and pond and “Zanja”, with outlet location to be as directed by the Park Projects Inspector; • Clean-up; • Replacements, Repairs, Guarantees and Warranty Work. 1.3 RELATED WORK: Grading Section 31 22 00 Cast-in-Place Concrete -swale Section 03 30 00 Shotcrete (Optional) -swale alternative Section 03 37 13 1.4 SUBMITTALS: Submit copies of each of the following per Special Provisions Section 2-5.3 Shop Drawings and Submittals and Technical Specifications Section 01 33 00 Submittals at the pre-construction conference for the review and approval of the City prior to commencement of any Work: A. Materials List: Contractor shall submit a written Materials List for all materials that are proposed for use in the Work. The list shall show manufacturer's model numbers, type, size, and such other information as may be required to properly identify all items. B. Product Data: Submit manufacturer’s technical literatures and installation instructions for the following: 1. Solid wall drain piping, fitting and inlets; 2. Perforated french drain piping and fittings; and, 3. Filter Fabric. C. Samples: Submit samples as follows: 1. Filter Fabric: Submit 6-inch square. 2. Drain Pipe (each type): Submit 12 inch long section. 3. Drain Inlet: Submit one sample. 1.5 PRODUCT HANDLING: Contractor shall provide proper storage facilities for all materials delivered to the job site during the progress of the Work. Use all means necessary to protect materials of this Section as well as materials and installed Work of other trades before, during, and after installation. Drainage System Page 2 of 2 Section 33 40 00 City of Diamond Bar Maple Hill Park PART 2 - MATERIALS 2.1 GENERAL: All materials of this Section shall conform to the requirements of the Standard Specifications. 2.2 DRAIN PIPE: Shall be poly-vinyl chloride (PVC 1120) pipe in compliance with ASTM D 2729. The class of fittings shall be at least equal to the class of the PVC pipe to be installed. Use perforated type for french drains. 2.3 FILTER FABRIC: Shall be non-woven polypropylene with a minimum weight of 3.4 ounces per square yard. 2.4 FILTER AGGREGATE: Shall be “Pervious Backfill” conforming with Standard Specifications Section 300-3.6 Pervious Backfill. PART 3 - EXECUTION 3.1 PREPARATION: Contractor shall verify all existing field conditions and compare them with the Plan dimensions. Prior to beginning the Work of this Section, Contractor shall inspect all related Work and adjacent features and report to the Public Works Representative all conditions which prevent proper execution of the Work. Commencement of Work will be considered as Contractor's acceptance of the existing conditions. Contractor shall establish all lines, grades and locations of piping and accessories for the approval of the Engineer and the Public Works Representative prior to installation of same. 3.2 PLANS ESSENTIALLY DIAGRAMMATIC: The Plans are to be considered as essentially diagrammatic in nature, to the extent that all offsets, and fittings as necessary to conform to actual site conditions are not shown. Contractor shall install the drain lines in the general locations as shown on the Plans as approved by the Engineer and the Public Works Representative. 3.3 ROOF DRAIN LINES: The specified bedding and backfill material for all roof drain lines shall be placed to an elevation of six inches above the top of the pipe barrel. The initial backfill material shall be brought up uniformly on each side of the pipe to prevent displacement or distortion of the pipe, and shall be rodded or shovel-sliced to assure all voids under the pipe are filled. 3.4 CONCRETE RIBBON GUTTER: Shall be constructed per Plans either of Cast-in-Place Concrete per Technical Specification Section 03 30 00 or Shotcrete per Section 03 37 13, at Contractor’s option. 3.5 CLEAN UP: After completion of the Work, Contractor shall thoroughly clean out all drain lines flushing them with a full head of water, and shall remove all debris, surplus materials and trash that may result from the Work of this Section and dispose of same off site in a legal manner. END OF SECTION Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 1 of 7 MAPLE HILL PARK SECTION 13 34 23 - PRE-ENGINEERED RESTROOM BUILDING Specification Date: 3/4/2024 SECTION 1: BUILDING SUPPLIER SCOPE 1.1 SUMMARY A. The work shall include furnishing the sealed architectural, structural, mechanical, and electrical plan sets and furnishing the structural, mechanical, and electrical building components as a complete, pre-designed restroom building package as shown on drawings and as specified herein. 1.2 GENERAL REQUIREMENTS A. Packaged building design and engineering and furnishing all specified building package components shall be supplied by Romtec, Inc., or pre-approved alternate, hereafter designated as the building supplier. B. The building supplier shall be a single source design, engineering, and manufacturing firm who shall meet all the following requirements. C. The packaged building shall be a current standard product of building supplier. D. Building supplier shall be regularly engaged in and have at least ten (10) years of experience in packaged building engineering, design, supply, and construction. E. The building supplier must meet or exceed the product specifications. The Romtec, Inc. building package is an approved guide and example. F. Alternate building suppliers shall demonstrate that they have designed, engineered, produced, delivered, and constructed at minimum ten (10) functioning site-built buildings of similar type. Project completion dates and a reference contact from the owner of each project must be provided. G. Alternate building suppliers must disclose all instances of any prior municipal reviewer or landscape architect’s rejection of the same or similar product as an “or equal” to the specified basis of design building package. H. Bidders who propose and alternate building supplier other than Romtec, Inc. are required to provide a complete submittal package minimum of ten (10) calendar days prior to the bid opening date with full sealed plan sets, calculations, and all pre-engineered structural items. I. Any products proposed as “or equal” that are not as specified must be specifically listed in the alternate building supplier submittal package and accompanied by manufacturers data sheets for review. These products will be approved or denied prior to the bid opening. Incomplete submittals will be rejected and returned to the bidder. J. The building and its concrete footings, foundation, and slab are to be engineered by the building supplier to meet site-specific conditions, including wind and snow loading, local frost depth, and ground conditions. K. Fasteners that are normally included with individual components, as we all any atypical fasteners, shall be supplied by building supplier. L. Building is to be designed and constructed to meet local codes and approvals for permanent structures. Any building that is temporary, permanently relocatable, prefabricated modular, an offsite constructed product, or constructed of precast material is not an accepted equal to permanent, onsite, conventional construction. M. No approval by any external entity will override the local building authority’s codes and inspections. Seals meant for modular homes and production plant certifications will not be allowed in lieu of sealed plans from a licensed engineer and conventional inspection during construction. N. Building sidings, treatments, and roofing are to be as specified. Precast buildings with painted textures are not considered architecturally equivalent. O. The building supplier shall provide complete, code-compliant building plans including plans, elevations, sections, and details, under seal of a National Kitchen and Bathroom Association (NKBA) certified technical designer. P. The building supplier shall provide complete structural calculations meeting code for design loads and seismic design under seal of a professional Engineer with current license in the state where the project is located. Q. The reviewing authority reserves the right to review or reject all submittals at its sole discretion. R. All work and materials shall comply with current industry building codes and regulations for the state where the project is located. S. Americans with Disabilities Act Accessibility Guidelines (ADAAG) will be followed in design, manufacture, and construction. 1.3 DESIGN & SUBMITTAL DOCUMENTATION A. The building supplier work shall include the design of the architectural, mechanical, structural, and electrical components that will be required for this building. B. The building will be designed as a complete building package to be delivered to the job site for construction on - site by the contractor. Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 2 of 7 C. Within one (1) week of contract award, the building supplier shall submit the packaged building preliminary Scope of Supply and Design Submittal (SSDS), including the building plan view and elevation drawings. D. The building supplier will provide complete submittal documentation in the building supplier’s standard electronic submittal format for review. E. The preliminary SSDS will be reviewed by relevant parties and returned to the building supplier with any required revisions to the terms, product data sheets, and/or building plan view and elevation drawings noted as comments. F. The building supplier shall make any required corrections or revisions and resubmit the preliminary SSDS until the preliminary SSDS is approved by the relevant parties. G. Once the preliminary SSDS has been approved, the building supplier will provide full sealed plan sets stamped by an engineer licensed in the state that the building is located for review by the permitting authority. H. Up to three (3) wet stamped sets of the plans and structural calculations shall be provided by building supplier before any additional fees apply. Standard plan set size is 11” x 17”. I. Permitting authority will review the full sealed plan set and return with any required revisions or corrections noted as comments. J. Building supplier shall provide one full round of sealed plan revisions in response to permitting authority comments before any additional fees are allowed. K. The following sections shall be included in the building supplier’s preliminary Scope of Supply and Design Submittal. Incomplete submittals will be rejected and returned to the bidder. 1. INTRODUCTION 2. BUILDING DESIGN, (a) SUPPLIED ITEMS (b) EXCLUDED ITEMS (c) PLAN VIEW AND ELEVATION DRAWINGS 3. PRODUCT DATA 4. WARRANTY & LIMITATIONS Note: Overall site plan is not part of building supplier’s scope. 1.4 WARRANTY A. The building package and all associated components provided by building supplier shall be warranted against defects in materials and workmanship for a period of not less than one (1) year from the date of acceptance. Acceptance is the date of delivery of the building package, or, if delivery is delayed for any reason beyond building supplier’s control, the date that the building and all its associated components were ready to deliver. B. Building supplier shall pass through to owner all relevant manufacturers warranties for individual products and components of the building package. SECTION 2: BUILDING PACKAGE PRODUCTS 2.1 APPROVED BUILDING SUPPLIERS A. Romtec, Inc., 18240 North Bank Road, Roseburg, OR 97470 Tel: 541-496-3541; Fax: 541-496-0803; Email: RIsales@romtec.com Web: www.Romtec.com B. Requests for use of an alternate building supplier will be considered in accordance with provisions of Section 1. 2.2 BUILDING DESCRIPTION A. Refer to drawings for quantities, dimensions, locations, and installation methods for the materials and items described in this section. B. Building dimensions shall match what is indicated on drawings. 2.3 PLUMBING FIXTURES & ACCESSORIES A. The following plumbing fixtures and accessories shall be supplied by building supplier. B. Toilet shall be wall mount, back supply, stainless steel. 1. Flush valve shall be Concealed Hydraulically Operated High Efficiency Water Closet Flushometer, for wall hung concealed back spud bowls. C. Urinal shall be wall mount, back supply, stainless steel. 1. Flush valve shall be Concealed Hydraulically Operated Urinal Flushometer, for ³⁄₄" back spud urinals. D. Lavatory shall be wall mounted, stainless steel fixture. 1. Faucets shall be deck mounted single hole single supply metering, sink faucet. E. Grab bars shall be stainless steel. F. Toilet paper dispenser shall be stainless steel, wall mount with two-roll capacity. Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 3 of 7 G. Soap/Sanitizer Dispenser shall be Bradley Corp. Diplomat Series Model 6A01, surface‑mounted automatic foam soap/sanitizer dispenser, with face formed with contemporary contours, radii, and finish matching related accessories in manufacturer's designer series. Capacity 27 oz (800 ml). Equipped with hinged cover and completely concealed mounting plate. Vandal resistant filler hole cover and sight gauge. Corrosion-resistant foam soap/sanitizer valve. H. Surface mounted baby changing station shall be solid light grey (9631) molded bacterial-resistant, high density polyethylene. Steel to steel support hinges with pneumatic gas shock mechanism. Unit shall have integrated liner dispenser and bag hooks. Unit shall have an anti-microbial safety belt. Unit shall be operable with less than 5lbs. of force and complies with ASTM F2285 Standard. I. Bradley phenolic restroom partitions shall be supplied by building supplier. 1. Solid Phenolic core is composed of compressed cellulose fibers impregnated with resins. The surface laminate is fused to the resin-impregnated core. All edges are machined and finished smooth with a 15 - degree beveled edge. Materials shall be non-absorbent, impact and graffiti resistant. Materials shall be impervious to steam, soaps/detergents, and mildew. 2.4 ELECTRICAL A. The following electrical fixtures shall be supplied by building supplier. B. Light fixtures shall be supplied by building supplier. 1. Exterior lights to be LED downlights with cast-aluminum housing with corrosion-resistant paint in dark bronze. Polycarbonate lens. 2. Exterior lights controlled by photocell. 3. Interior restrooms lights to be LED up & downlights with cast-aluminum housing with corrosion-resistant paint in dark bronze. Polycarbonate lens. 4. Restroom lights controlled by motion sensor. 5. Mechanical room lights to be interior surface mount, 48” LED light fixtures. 6. Mechanical room lights controlled by switch (switches by installer). C. Wall mount, Fastaire model HD-03 vandal-resistant epoxy-coated cast aluminum hand dryer, supplied by building supplier. D. Main breaker panel shall be supplied by building supplier. 1. Breaker Panel shall be 100 Amp, single-phase, rain tight. Note: Breaker panel shall be sized to accept only the loads of the building supplier electrical fixture package. The building supplier should modify the main breaker panel as needed to be most efficient based on any design changes. 2.5 STRUCTURE A. Concrete Masonry Units (CMU) shall be supplied by building supplier. 1. Course 1-5 shall be constructed of 8"W x 16"L x 8"H split-face mortar joint concrete masonry units (concrete blocks). 2. Remaining upper courses shall be constructed of 8"W x 16"L x 8"H ground -face mortar joint concrete masonry units (concrete blocks). 3. Blocks shall be manufactured to ASTM C90 designation for load bearing concrete masonry units. 4. Block color to be Tan. B. Rain Guard anti-graffiti coating for exterior block walls shall be supplied by building supplier. C. Wire weave gable vents for natural ventilation shall be supplied by building supplier. 1. Pre-assembled steel frame with 10-gauge, 1” square lock joint wire weave mesh integral insect screen. 2. Vents to be fabricated with Corten steel. D. Door system components shall be supplied by building supplier. 1. Doors shall be Steelcraft® SL18 standard laminated honeycomb core and 18-gauge galvanized steel. 2. Door frame shall be pre-welded Steelcraft® 3-Sided flush frame, 16-gauge galvannealed A-60 steel. 3. Doors and frames shall be powder coated black. 4. Masonry door clips (3/16” dia.) for door frame shall be fitted between the doorframe and concrete blocks to bond frame to wall. Door clips shall allow full internal grouting of the frame during installation. 5. Hinges shall meet ANSI A5112 with non-removable pin and two ball bearings. 6. Hager 5100 Series Grade 1 door closer shall be constructed of cast iron. 7. Door shall have 0.038” gauge, stainless steel protection plates. 8. Doors shall have pull handles with stainless steel plates and deadbolt locks. 2.6 ROOFING A. The following roof components shall be supplied by building supplier. B. Roof system shall consist of steel beams. C. Steel truss and double steel post roof extension for covered entry. 1. All steel to be Corten steel. Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 4 of 7 D. Roofing shall be Fabral, 26-gauge, Mighti-Rib PBR roof panels with exposed fasteners. 1. Roofing package shall include inside and outside foam closures, matching trim (eaves, gables, and ridge) and fasteners, sheet metal flashing (all sides), and 30# felt (under metal). 2. Roofing color to be selected by the owner from the manufacturers standard color chart. 2.7 DELIVERY, STORAGE, AND HANDLING A. The building supplier freight shall be based on delivering the product on a 48’ to 53’ flatbed or van truck and trailers, or as close to those dimensions as can legally access the site. Overall dimensions of the truck and trailers allowed to access the site are: 70’ overall length, 102” wide and 168” high. B. Building supplier shall deliver organized building package components in stages as shrink-wrapped pallets that correspond to a typical sequence of construction. A bill of material stating the stages of palletized components shall be included with every delivery. 1. Stage 1 pallets shall include structural components such as block, frames, vents, beams, connectors, trusses, etc. 2. Stage 2 pallets shall include second stage structural components such as filler wall material, windows, skylights, roofing, etc. 3. Stage 3 pallets shall include structural finish components such as siding material, tile, doors etc. 4. Stage 4 pallets shall include plumbing and electrical fixtures and other finish materials such as toilets, sinks, drinking fountains, electrical fixtures, accessories, etc. SECTION 3: BUILDING INSTALLER SCOPE The installing contractor or subcontractor, hereafter designated as the building installer, is responsible for building package installation. Building installer work will generally include foundation/pad construction and building package assembly/construction. Note: Building supplier’s scope is separate from the building installer’s scope. Romtec, Inc., is the approved building supplier, not a designated building installer. 3.1 CONSTRUCTION SUBMITTALS A. If required by owner and/or reviewing authority, building installer shall submit product data sheets and relevant information about the specified building installer supplied products below for review and approval. 3.2 WARRANTY A. Building installer’s work shall be warranted against defects in materials and workmanship for a period of not less than one (1) year from the date of acceptance. Acceptance is the date that installation work for the building package is completed, including any relevant final punch list. In the event that final acceptance of the completed building is delayed for reasons beyond building installer’s control, the warranty shall be one (1) year from the completion of building installer’s installation work and demobilization. B. Building installer shall pass through to owner all relevant manufacturers warranties for individual products and components supplied by building installer. 3.3 STRUCTURE A. Masonry (concrete) grout shall be supplied and installed by building installer. 1. Grout shall have a minimum compressive strength of 2,500 psi at 28 days, 9+/-1” slump, with max ½” aggregate. 2. Fine or coarse grout may be used in accordance with 2009 UBC. 3. All CMU block must be fully grouted and may not be wetted. Note: If required for installation, building installer will be responsible for providing appropriate equipment and labor for notching CMU block for bond beams, cutting CMU block to make any required shapes, and/or grinding CMU block for fixture mounting. B. Rebar for walls shall be supplied and installed by building installer. 1. All walls shall have # 4 and # 5 rebar. See final approved plans for spacing. 2. All rebar used in the building must meet ASTM A615 manufacturing standards and is to be placed per the final approved plans. C. Interior block wall finish shall be latex epoxy paint supplied and installed by building installer. D. Interior floors to be epoxy sealed concrete finish with cove base integral with flooring supplied by building installer. E. Sealant for all exposed wood shall be supplied and installed by building installer. 3.4 ELECTRICAL Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 5 of 7 A. Electrical rough-in, installation and trim shall be provided by building installer. 1. All underground and/or overhead service to building shall be as specified in the final site plan. 2. Building installer is responsible for all necessary wire, connectors, grounding, conduit, and related items to install the building package electrical components and meet all relevant national, state, and local codes. 3. Building installer shall supply and install all switches and outlets required to complete the building package installation. 3.5 CAST IN-PLACE CONCRETE FOR BUILDING PACKAGE A. All equipment, labor, trades, and materials for cast-in-place concrete shall be provided by building installer. 1. Includes all materials and labor for building package foundations/footings and interior slabs. B. Footings for the building package are to be dug by the building installer and poured on-site to meet local code for permanent structures. A prefabricated, modular mat placed on compacted base is not an accepted equal to a site specific, site poured, engineered foundation. C. Engineered fill shall be ¾” minus crushed aggregate around footings, foundations, and slabs, or as required in the final approved plans. D. Slab vapor barrier shall be 6-mil continuous plastic under the concrete slab, or as required in the final approved plans. E. The foundation shall be installed as designed with all cast in-place concrete poured to dimensions specified, or as required in the final plans. 1. Footings will be built to minimum 24” depth or greater if required by local frost depth or permitting authority. 2. Minimum compressive strength of foundation concrete shall be 3,000 psi at 28 days, 4” +/-1” slump, with max ¾” aggregate, cured in accordance with ACI 308, or as required in approved final plans. 3. Slabs shall have a fine broom finish with joints required in flat work as shown on plans. 4. Steel rebar shall be installed as specified in final plans. F. Building installer shall supply and install concrete slab sealer. 1. Concrete slab sealer shall be a water-based, transparent curing, sealing and dust proofing compound with two (2) coats to be applied per manufacturer’s instructions. 3.6 PLUMBING A. Plumbing rough-in, installation and trim within 10’ of the building footprint shall be provided by building installer. 1. All underground water service and sewer drain(s) from building to be as specified in final approved site plan. 2. Building water shutoff valve, drain, and all rough piping shall be as shown on final building plans. Final installation location to be determined onsite. 3. Install the building package plumbing fixtures per the final approved plans. 4. Piping shall be installed per the final approved plans with minimum pipe sizing per 2009 Uniform Plumbing Code Section 610. B. Floor drains in the building shall be supplied and installed by building installer. 1. All floor drains shall be as shown on final approved plans. 3.7 OTHER MATERIALS & EQUIPMENT A. Unless otherwise specified, the following products and materials are supplied by building installer (if applicable). 1. Building package installation 2. Cast-in-place concrete foundations, footings, interior slabs 3. Concrete slab & block sealer 4. Mortar 5. Concrete grout 6. Rebar 7. Latex epoxy paint 8. Plumbing rough in, installation and trim 9. Electrical rough in, installation and trim 10. Switches & outlets 11. Typical fasteners; for example: roofing nails, staples, etc. 12. Fasteners not included in product packaging 13. Wood sealant for all decking, glulam beams, posts, and extensions 14. All other items within the building footprint indicated on final plans or required by building codes to complete installation of the building package which are not specifically stated as supplied by building supplier. Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 6 of 7 3.8 DELIVERY, STORAGE, AND HANDLING A. The building installer will be responsible for all equipment and labor required for off-loading of the delivered building package onsite. B. The building installer will assume responsibility for adequate protection and maintenance of delivered building package materials from weather, damage, and pilferage during installation work. Any failure to adequately protect building package materials that affects the warranty of those materials will be at building installer’s expense. C. Building installer shall collect and maintain for final delivery to owner any operation & maintenance manuals included by individual product manufacturers with their respective product packaging. Any failure to collect, maintain, and/or deliver these O&M manuals to the owner that results in fees from building supplier for additional copies shall be at building installer’s expense. SECTION 4: CONTRACTOR SCOPE ITEMS The items in this section may be provided by the same building installer as defined in Section 3 above (typically when a single entity is acting as both the building installer and contractor), or the items in this section may be provided by a separate entity such as a general contractor or site contractor, hereafter designated as contractor (typically when the building installer is a separate subcontractor). Contractor work will generally include site preparation and grading, excavations for structures, backfill and/or structural backfill, and any site or utility work outside the building package footprint. Items in this section are generally to be completed prior to building installer beginning its installation work described in Section 3 above. 4.1 CONSTRUCTION SUBMITTALS A. If required by owner and/or reviewing authority, contractor shall submit product data sheets and relevant information about the specified contractor supplied products below for review and approval. 4.2 WARRANTY A. Contractor’s work shall be warranted against defects in materials and workmanship for a period of not less than one (1) year from the date of acceptance. Acceptance is the date that installation work for the building package is completed, including any relevant final punch list. In the event that final acceptance of the completed building is delayed for reasons beyond contractor’s control, the warranty shall be one (1) year from the completion of contractor’s installation work and demobilization. B. Contractor shall pass through to owner all relevant manufacturers warranties for individual products and components supplied by contractor. 4.3 ELECTRICAL A. Incoming electrical utility lines to within approximately 10’ of the building shall be provided by contractor. 1. All underground and/or overhead service to building shall be as specified in the final site plan. 2. Electric meter base and all rough wiring, switches, plugs and circuit breakers shall be as shown on final plans. B. Contractor supplies and installs the meter base and meter. 4.4 CAST IN-PLACE CONCRETE FOR BUILDING EXTERIOR A. All equipment, labor, trades, and materials shall be supplied by contractor. 1. Includes all materials and labor for exterior/entry slabs and sidewalks. B. Refer to drawings for sidewalks and entry slabs. 1. Minimum concrete compressive strength of 2,500 psi at 28 days, or as required in final approved plans. 2. Remesh or rebar reinforcement shall be used in sidewalks. 3. All sidewalks shall be finished with a fine broom with control joints installed per the final approved site plan. 4.5 PLUMBING A. Incoming plumbing to within approximately 10’ of the building shall be provided by contractor. 1. All underground water service and sewer drain(s) from building to be as specified in final approved site plan. 2. Building water shutoff valve is to be supplied and installed by contractor. 3. Contractor is responsible to ensure that incoming water pressure is sufficient to meet building package fixture demands. 4. Minimum water pressure at toilet and urinal flush valves shall be 40 psi with minimum pipe sizing as per 2009 Uniform Plumbing Code Section 610, or as required in final approved plans. Romtec Inc. 13 34 23 – Pre-Engineered Restroom Building Page 7 of 7 B. Water line drain valve shall be supplied and installed by contractor. C. Sewer line backflow check valve shall be supplied and installed by contractor. 4.6 OTHER MATERIALS & EQUIPMENT A. Unless otherwise specified, the following products and materials are supplied by contractor. 1. All items not specifically listed as supplied by building supplier or building installer. 2. Any item listed as supplied by “contractor” or “others”. B. Unless specified in the plans or submittals, contractor supplies the following items (if applicable): 1. Incoming electrical, water, sewer, and gas utilities. 2. Asphalt paving 3. Masonry pavers 4. Sidewalks 5. Landscaping 6. Site grading 7. Exterior/entry slabs 8. Drain valves and backflow check valves 9. Branch circuit breakers 10. Irrigation Equipment 11. Fire alarm and fire suppression equipment 12. Lighting equipment not attached to the building. 13. All other items exterior of the building footprint indicated on final plans or required by building codes which are not specifically stated as supplied by building supplier or building installer. 4.7 DELIVERY, STORAGE, AND HANDLING A. The contractor will assume responsibility for adequate protection and maintenance of the installed building package materials after completion of installation work by building installer. Any failure to adequately protect building package materials that affects the warranty of those materials will be at contractor’s expense. SECTION 5: OWNER’S SCOPE 5.1 ONGOING MAINTENANCE A. Owner is responsible for ongoing maintenance of the completed building after completion of work by building installer and contractor. 5.2 SITE PLAN A. Owner (or owner’s site engineer) is responsible for providing the final approved site plan to building supplier and/or building installer. 5.3 SPECIAL INSPECTION A. If required, special inspection(s) services shall be provided by owner. B. If special inspection(s) are required by the permitting authority or relevant agency(ies), then the building supplier, building installer, and/or contractor shall provide reasonable assistance to the owner to accommodate the special inspection(s). 1293492.1 TP-3 APPENDIX issuance. ❑ My project complies with Municipal Code §142.0805 for space allocation for recyclables collection. City of Diamond Bar Construction & Demolition (C&D) Debris Plan Required for all covered projects, 1,000 sq. ft or more. The deposit shall be returned, to the applicant, without interest, in total or proportion upon submittal of proof that no less than 75% of the C&D was diverted. Use of unauthorized waste haulers may also result in forfeit of the deposits. Receipts and weight tickets can be submitted to: greendb@diamondbarca.gov Complete before obtaining a building, combination or demolition permit. Submit this form and your deposit to the Building and Safety Division located at: 21810 Copley Dr. Diamond Bar, CA. 91765 Applicant Contact Information: Name Title Company Address City State Zip Phone Email Project Information: Permit No. Project Address Zip Project Type: ❑ New Construction ❑ Addition/Alteration ❑ Demolition Building Type: ❑ Commercial ❑ Residential TO BE FILLED OUT BY CITY STAFF Estimated Square Feet “C&D Deposit” Paid $ Estimated Start Date / / Staff Initials Date Paid Estimated Completion Date / / Fill out the table with estimated quantities in tons for each material that will be generated by your project. Note: A + B = C Material Type A Estimated Salvage, Reuse or Recycle B Estimated Disposal (Trash) C Estimated Total Debris Quantity Applicant Self Haul (check) Certified Recycling Facility or Disposal Destination Asphalt & Concrete Brick / Masonry / Tile Cabinets, Doors, Fixtures, Windows (circle all that apply) Cardboard Carpet, Padding / Foam Ceiling Tile (acoustic) Dirt Drywall Landscape Debris Mixed C&D Debris Mixed Inerts Roofing Materials Scrap Metal Stucco Unpainted Wood & Pallets Garbage / Trash Other: TOTAL To estimate Recycling Rate: (Total A/Total C) x 100 = Recycling % For information on construction and demolition waste management plans contact the City of Diamond Bar Environmental Services at 909.839.7015 or via email to greendb@diamondbarca.gov - 1 - 09/28/17 BIN RENTAL GUIDE Diamond Bar Exclusive Franchise Haulers WASTE MANAGEMENT: For Single-Family Residential Commercial Department-Builders Direct Phone: (866) 445-8296 Email: socalbdr@wm.com Valley Vista Services: For Commercial, Multifamily or new construction Phone: (800)442-6454 Email: JoelSimonian@valleyvistaservices.com Weight tickets and/or receipts can be emailed to: greendb@diamondbarca.gov SELF-HAUL CONSTRUCTION AND DEMOLITION FACILITIES Downtown Diversion 2424 E. Olympic Avenue Los Angeles Hours: Monday-Friday 6-6pm Saturday 6:00 a.m.-2:00 p.m. (213) 612-5005 $87/ton $105 minimum Grand Central Recycling 999 S. Hatcher, City of Industry Hours: Monday-Saturday: 6:00 a.m.-5:00 p.m. Office: 626-961-6291 ext. 5578 Madison Materials 1035 E. 4th Street Santa Ana Hours: Monday-Friday 8-5pm Saturday 8:00 a.m.- 2:00 p.m. (714) 664-0159 $71/ton *$38 minimum CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING FACILITIES IN LOS ANGELES COUNTY Company Name & Address Phone Number Materials Accepted Recycling Business Hours Rate ANTELOPE VALLEY WASTE MANAGEMENT INC. (661) 947-7197 C&D debris: wood, metal, 78.14% LANCASTER LANDFILL Mon - Fri, 9am - 3:30pm drywall, cardboard, rock, soil, 600 East Avenue F Sat 8am - 12pm gravel, asphalt, concrete Lancaster ARROW TRANSIT MIX, INC. (661) 945-7600 Asphalt, concrete, concrete 100% 507 East Avenue L-12 Mon - Fri, 7am - 4pm blocks, gravel, rocks Lancaster SANTA CLARITA VALLEY BURRTEC SERVICES (866) 270-5370 C&D debris: wood, metal, 65% Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil, gravel, asphalt, concrete REPUBLIC SERVICES (800) 299-4898 C&D debris: wood, metal, 65% Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil, gravel, asphalt, concrete SANTA MONICA and WESTERN LOS ANGELES COUNTY SOUTHERN CALIFORNIA DISPOSAL (310) 828-6444 C&D debris: wood, metal, 65% 1908 Frank Street Mon - Sat, 6am - 2pm drywall, cardboard, rock, soil, Santa Monica gravel, asphalt, concrete SAN FERNANDO VALLEY AMERICAN RECLAMATION (323) 245-0125 C&D debris: wood, metal, 82.01% 4560 Doran Street Mon - Fri, 7am - 5pm drywall, cardboard, rock, soil, Los Angeles (near Glendale) Sat, 7am - 3pm gravel, asphalt, concrete BRADLEY EAST TRANSFER STATION (818) 767-6180 Wood, tree trimmings, 100% 9227 Tujunga Avenue Mon - Fri, 7am - 5pm green waste Sun Valley RECOLOGY LOS ANGELES formerly CROWN DISPOSAL (818) 767-6000 C&D debris: wood, metal, drywall, 70% 9147 DeGarmo Avenue open 24 hours, 7 days cardboard, rock, soil, green waste Sun Valley gravel, asphalt, concrete EAST VALLEY DIVERSION - WM (818) 252-0019 C&D debris: wood, metal, 75.17% 11616 Sheldon Street Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil, Sun Valley Sat, 6am - 3pm gravel, asphalt, concrete NORTH HILLS RECYCLING (818) 364-1278 Brush, logs, plants, 100% 11700 Blucher Avenue Mon - Sat, 6am - 6pm tree trimmings, and Granada Hills clean lumber RAMCO (818) 767-0700 Asphalt, concrete, gravel, 100% 9005 Bradley Avenue 24 hours, 6am Monday rock, and sand. No dirt Sun Valley until 4pm Saturday CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING FACILITIES IN LOS ANGELES COUNTY Company Name & Address Phone Number Materials Accepted Recycling Business Hours Rate THE REUSE PEOPLE (818) 244-5635 Architectural salvage 100% 3015 Dolores Street Mon - Fri, 10am - 5pm Los Angeles (near Glendale) Sat, 10am - 4pm VALLEY BASE MATERIALS (818) 767-3088 Asphalt, concrete, 100% 8960 Bradley Avenue open 24 hours, 7 days concrete block, Sun Valley gravel, rock VULCAN MATERIALS (818) 983-0146 Asphalt grindings, concrete 100% 11401 West Tuxford Street Mon - Fri, 6:30am-2:30pm Sun Valley SAN GABRIEL VALLEY and SOUTHEAST LOS ANGELES COUNTY CONSTRUCTION & DEMOLITION (323) 357-6900 C&D debris: wood, metal, 79.72% RECYCLING, INC. Mon - Fri, 4am - 4pm drywall, cardboard, rock, soil, 9309 Rayo Avenue Sat, 4am - 4pm gravel, asphalt, concrete South Gate DAN COPP CRUSHING (800) DUMPSITE Asphalt, concrete, gravel, rock 100% 12017 Greenstone Avenue Mon - Fri, 7am - 3:30pm Santa Fe Springs Sat, 7am - 1pm GREENCYCLE (562) 906-5223 Wood, soil, and greenwaste 100% 12815 East Imperial Highway Mon - Fri, 6:30am - 5pm including palm and yucca Santa Fe Springs Sat, 7am - 5pm PASADENA ARCHITECTURAL (626) 535-9655 Architectural salvage 100% SALVAGE Tue - Sat, 9am - 5pm 2600 East Foothill Boulevard Sun, 12pm - 5pm Pasadena PECK ROAD GRAVEL (626) 574-1855 Asphalt, concrete, brick 100% 128 East Live Oak Avenue Mon - Fri, 6am - 4:30pm Monrovia Sat, 6:00am-2:30pm SILVERLAKE ARCHITECTURAL (626) 445-1092 Architectural salvage 100% SALVAGE Daily, 11am - 5pm 169 Cook Street Pasadena RECYCLED WOOD PRODUCTS (909) 868-6882 Green waste, soil 100% 1313 East Phillips Boulevard Mon - Fri, 7am - 5pm Pomona Sat, 7am - 1pm CITY OF LOS ANGELES AND CENTRAL LOS ANGELES COUNTY 25TH STREET RECYCLING (323) 583-7913 Concrete, concrete block, 100% 2121 East 25th Street Mon - Fri, 6:30am - 11pm asphalt Los Angeles Sat, 6am - 6pm CALIFORNIA WASTE SERVICES (800) 839-5550 C&D debris: wood, metal, 74.99% 621 West 152nd Street Mon - Fri, 6am - 10pm drywall, cardboard, rock, soil, Gardena Sat, 7am - 7pm gravel, asphalt, concrete DIRECT DISPOSAL (323) 262-1604 C&D debris: wood, metal, 76.39% 3720 Noakes Street Mon - Fri, 5am - 4pm drywall, cardboard, rock, soil, Los Angeles (East L. A.) Sat, 6am - 11am gravel, asphalt, concrete CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING FACILITIES IN LOS ANGELES COUNTY Company Name & Address Phone Number Materials Accepted Recycling Business Hours Rate DOWNTOWN DIVERSION - WM (213) 612-5005 C&D debris: wood, metal, 77.08% 2424 East Olympic Boulevard, Bldg. 3 Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil, Los Angeles Sat, 6am - 3pm gravel, asphalt, concrete FREEWAY BUILDING MATERIALS (323) 261-8904 Architectural salvage 100% 1124 South Boyle Avenue Mon - Fri, 8am - 4pm Los Angeles Sat, 8am - 3pm SOUTHERN CALIFORNIA (213) 623-3119 Architectural salvage 100% ARCHITECTURAL SALVAGE Mon - Fri, 8am - 5pm 1600 South Santa Fe Avenue Sat - Sun, 9:30am - 3pm Los Angeles CITY OF LONG BEACH and SOUTHERN LOS ANGELES COUNTY ALLIED WASTE FALCON (562) 590-8531 C&D debris: wood, metal, 65% 3031 East "I" Street Mon - Fri, 6am - 6pm drywall, cardboard, rock, soil, Wilmington Sat, 6am - 2pm gravel, asphalt, concrete HANSON AGGREGATES (626) 856-6700 Option 1 Asphalt, concrete 100% 6956 Cherry Avenue Mon - Fri, 7am - 3:30pm North Long Beach Sat. 7am -2pm HANSON AGGREGATES (626) 856-6700 Option 1 Asphalt, concrete 100% 2850 California Avenue Mon - Fri, 7am - 3:30pm South Long Beach All Recycling Rates are based on the City of Los Angeles List and County of Los Angeles Data Research. Updated January 18, 2017 The companies listed and the information presented are subject to change without notice and are based on the most readily available information. The companies listed are not endorsed or recommended by the County, nor is the list necessarily inclusive of all recycling companies in the region. If you are a recycling company and you would like to be added to the database, or you have information to update the existing list, please call the Construction & Demolition Unit at (626) 458-3517