Loading...
HomeMy WebLinkAboutJames Benner Landscape; 1976-06-29; 1033CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FOR THE LANDSCAPE DEVELOPMENT OF CAR COUNTRY PARK AND LACUNA RIVIERA PARK Contract No.1033 March, 1976 TABLE OF CONTENTS NOTICE INVITING SEALED PROPOSALS 1 PROPOSAL 3 BID BOND 6 DESIGNATION OF SUBCONTRACTORS -. ,7 STATEMENT OF FINANCES . . 8 AGREEMENT AND CONTRACT 9 BOND FOR LABOR AND MATERIALS .11 BOND FOR FAITHFUL PERFORMANCE '. 13 SPECIAL PROVISIONS - SECTION 1 15 TECHNICAL PROVISIONS - SECTION 2 24 LANDSCAPE IRRIGATION PROVISIONS - SECTION 3 30 LANDSCAPE PLANTING PROVISION - SECTION 4 38 Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 10:00 a.m. on tne 3rd day of May , 197JL' at wnich time they will be opened and read, for performing the work as follows: Landscape Development-of-Car Country Park and Laguna Riviera Park Contract No. 1033 . - " I I Said work shall be performed in strict conformity with the speci- fications therefor as approved by the City Council of the City of Carlsbad by Resolution No. 3876 , adopted on April 6. •! , 19_7j6, and on file in the Engineering Department. Reference is hereby made to said specifications for full particulars and descrip- tion of said work. . . No bid will be received unless it is made on a proposal form fur- nished .by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least 10 percent o'f the amount bid. Such guaranty to be forfeited should the bidder to whom the contract is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided by the bid requirements. • The documents included within the sealed bids which.require comple- tion and execution are the following: 1. Proposal — Page 3. 2. Designation of Subcontractors - Page 7. 3. Bidder's Bond - Page 6. 4. Contractor's Financial Status -' Page 8. Said documents shall be affixed with the appropriate notaried sig- natures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice-President and Secretary or" Assistant Secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All-bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a bisis for the comparison of "bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state his License number and classification in the proposal. The estimated cost of the work is $58,500 - Page 2 Plans, Special Provisions and Contract Documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. A nonrefundable charge of $15.00 will be required for each set of plans, special provisions and con- tract documents for other than licensed contractors. It is requested that the plans and special provisions be returned within two weeks after the bid opening. *"> The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in, such bids. - A project tour will be conducted by the.City of Carlsbad Engineering Department at 10:00 a.m. on the day requested I . yvr In accordance with the provisions of Sections 1770 to 1780 of the M; Labor Code of the State of California, the City Council of the City t- of Carlsbad has ascertained that the general prevailing rate of wages in the locality in which the work is to be performed for each craft or type of workman needed to execute the contract are as set forth in Resolution No. 3875, adopted by said Council and published in a newspaper of general circulation within said City on April 17^ 1976 197J>_. ' A copy of said Resolution is on file in the Office of the City Clerk .of the City "of Carlsbad and is incorporated by_reference herein. It shall be mandatory upon the Contractor to whom the contract is •a** awarded to pay not less than the said specified prevailing rates of ^*" wages to all workmen employed by him in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dollars ($30,000) or twenty working days. The amount of the bond to be given for the faithful performance of the contract for the said work, shall be one hundred percent of the contract price therefor, and an additional bond in the amount equal to one hundred percent of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by the contractor or any work or labor of any kind done thereon. Approved by the City Council of the City-of-Carlsbad, -California, by Resolution No. 3876 adopted on April 6 , 1976 . DATED :I0ftf . < . / 7 7 to fiAftGAJRET E . ADAMS ( City Clerk Page 3 CITY OF CARLSBAD LANDSCAPE DEVELOPMENT OF CAR COUNTRY PARK AND OF LACUNA RIVIERA PARK Contract No. 1033 PROPOSAL To the City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Gentlemen: The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete. Contract No. 1033 in accordance with the plans, the specifica- tions of the City of Carlsbad, and the special provisions, and that he will take in full payment therefor the following unit prices for each item complete to wit: Approx. Items with Unit Price Price in Item No. Quantity Written in Words Figures Total Laguna Riviera Park 1. lump sum grading and top soil import/ at five thousand, three hundred, $5,380.00 eighty XXXXXXXXXXXXXXX dollars and NO cents 2. lump sum concrete paving at three thousand $3,250.00 two hundred, fiftyXXXXXXXXX dollars and NO cents 3. lump sum concrete mowing strip at $1205.00 twelve hundred and five xxxxx xxsooaoaoac dollars and No cents 4. lump sum redwood headers at eleven $1,190.00 Tnnnnnnnnnnnc xccxxxxnooc dollars and MQ cents Page 3A Approx. Items with Unit Price Price in Item No. Quantity Written in Words Figures Total 5. lump sum sand play areas .at five hundred, fifteen and? no thirty- dollars cents $3,515.00 6. 7. 8, 10, 11. 12, lump sum lump sum lump sum 1 ea. 3 ea. 5 ea. 5 ea. multi-purpose courts at _ twenty-nine hundred, ninety dollars •and no xxxxjaooooocxxxsQcx cents basketball backstops, volley ball net & posts, sleeve in- serts & play equipment at fifty-nine hundred, eighty dollars and X3QQQQQQQQQQOQQC cents concrete steps at seven hundred, eighty xxxxxxxjoooaac xxxxxxxxxxxx .and no xxxxxxxxxxxx. dollars cents drinking fountain at five hundred xxxxxxxxxxx dollars and each HO 3OPQPODC3ODDC cents park bench at three hundred, fourteen 22000000053; dollars and each no cents picnic tables and benches at three hundred, forty-eight xoooc xxxxxxxxxxxxxJOOQQQOQc . dollars and eighty 30000QOC300QC cents each trash receptacles at two hundred xxjaoooocxxxxx. dollars centsand each $2,990.00 $5,9^0.00 $780.00 $500.00 $942.00 $1,744.00 $1,000.00 Page 3B w Approx. Items with Unit Price Price in Item No. Quantity Written in Words Figures 13. 4 ea. bar-b-que unit at one hundred xxxxxxxxxxxxxxxxx dollars and no xxxxxx cents each 14. lump sum horseshoe court at seven hundred, , eighty-seven dollars and xxxxxxxxxxx^ cents 15. ' lump sum sewer & storm drain & eLec- trical conduit at ortv-six hundred, sixty-three xxxxxxxx XXXXXXXX , - ,dollars and xxxxxxxxxxxx cents 16. lump sum planting area preparation at eleven hundred, thirty-three xxxxxxxxxxxxxxxxxxxx dollars and xxxxxxxxxxxxxxxxxxx ceivts Total $400.00 $787.00 $4.663.00 $1.133.00 17. 18. lump sum landscape planting at six thousand, seven hundred, eighteen dollars no xxxxxxxxxxxxxxand cents lump sum landscape irrigation at fourteen thousand, ninety-seven dollarsxxxxxxxxxxxxxxxxxxxxxxx and xxxxxxxxxxxxxxxxxxxxxx cents $6,718.00 $14,097.00 SUBTOTAL AMOUNT IN .FIGURES .,$56,274.00 SUBTOTAL AMOUNT IN WORDS fifty-six thousand, twohundred, seventy-four and xx/100 Car Country Park 1. lump sum C- grading, topspil import at fijte thousand, nine hundred, forty six xxxxxxxxxxxx dollars "» I xxxxxxxxxxxand cents $5,946.00 Page 3C C^' Item NO. Approx. Items with Unit Price Quantity Written in Words Price in Figures Total 2. 3. 4. 5. 6. 8. C 10, lump sum concrete paving at two thousand, eight hundred, twenty dollars cents lump sum 1 ea. 1 ea. 2 ea. lump sum lump sum and xxxxxxxxx concrete mowing strip at _ one thousand, forty-seven xxxxx _ dollars centsand drinking fourrtain at ed, forty-eight. dollars centsXXXXXXXXXXXXXand each trash receptacles at three hundred xxjoaaaoDaac dollars JUUGUQUCXXJUUQQUCXX centsand each cone, table and four chairsunit at tnree hundred, twelve and XX3QQQQQQQQQOQQC dollars cents each storm drain at two hundred y^fXXXXXXXXXXXXXXXX. and _dollars 'cents planting area preparation at eight hundred, eighty and dollars cents lump sum landscape planting at two thousand, eifeht hundred, g(OJ.lars and JUUUUUUUUULAJUUUUL cents lump sum landscape irrigation at five thousand xxxxxxxxxxxx. dollars and cents $2,820.00 $1,047.00 $448.00 $300.00 $624.00 $200.00 $880.00 $2,854.00 $5,000.00 "Item No. Approx. Items with Unit Price Quantity Written in Words Page 3D Price in Figures Total SUBTOTAL AMOUNT IN FIGURES_ SUBTOTAL AMOUNT IN WORDS twenty thousand, one hundred, nineteen and no/100 $20,119.00 Car Country Park (Alternate No. 1) 1. 3. 4. 5. 6. 8, lump sum grading, topsoil import at five thousand, nine hundred, forty-six 3000000000: dollars lump sum concrete paving at two thousand, eight hundred, twenty XXJOOPO: xxxxjQUDaoaoooaoQouuucx dollars cents lump sum 1 ea. 1 ea. lump sum lump sum 1 ea. XXX3DDPQODDDQOOmXji redwood headers at seven hundred, seventy xsooooaoanoooc dollars _ ~XXX3DDaDaDDDDaaac cents drinking fountain at four hundred, forty-eight xxxxxiootx dollars and xxxnocxxxxxxxjouaooacx cents each trash receptacles at three hundred XJUUOOQOUUUUC. dollars and xxxxxxxxxxxxxxxxxxx cents each ~ storm drain at two hundred cents planting area preparation at I eight hundred, eighty XPOOC xxxnoogxxxiaocxxxxxxxx dollars and 3QDcocx.x3onQDDDoooDDDoc cents concrete table & 4 chairs at three hundred, twelve xxxxxxx. XXXX.X XgXTOOQQOODCXXRX - - , „ and XXX3COCXXXXXXXXXXXXXX cents $5,946.00 £ 8 Z<y . jfcg fton r>nJHK9 M*iv v W • $770.00 $448.00 $300.00 .£30 '$880.00 , $312.00 Page 3E Approx. Items with Unit Price Price in Item Nc. Quantity Written in Words Figures Total 9. 10. lump sum landscape planting at two thousand* eight hundred and fifty-four dollars and no xxxxxxxxxxx. cents lump sum landscape irrigation at five thousand 3oaoaaoaoaaagc dollars and xxxx3oqocxx?coocxpents SUBTOTAL AMOUNT IN FIGURES $19.530.00 $2,854.00 $5,000.00 SUBTOTAL AMOUNT IN WORDS nineteen thousand, five hundred, thirty and xx/100 Alternative No. I / Grand Total of Laguna Riviera Park and Car Country Park in figures $76,393.00 and words seventy-six thousand, three hundred, ninty-three and no/100 Alternative No. II Grand Total of Laguna Riviera Park and Car Country Park (Alternate No. 1) in figures $75*804.00 and words seventy five thousand, eight hundred, four andno/100 xxxxxjoc A CONTRACT WILL BE AWARDED ON ALTERNATIVE NO. I OR ALTERNATIVE NO. "ll Page 4 All bids are to be computed on the basis of the given estimated <*'*"** quantities of work, as indicated in this proposal, times the unit v"** price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all'of the above figures and understands that the City v.ill not be responsible for any errors or . omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award' of contract by the City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 294673 Identification C 27 . The undersigned bidder hereby represents ac fellows: (a) That nc Councilman, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms, and (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is" $7jQ39«30 (cash, certified check, cashier's check or bond) in an amount not less than 10 per cent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. . Page 5 753-5981 (area;714) Phone Number MAY 2, 1976 Date JAMES BENNER LANDSCAPE Bidder-1 s Name (SEAL) Authorized Signature Authorized Signature 1002 SAXONY ROAD, LEUCADIA, CA. 92024 • Bidder's Address SOLE-PROPRIETORSHIP Type of Organization (Individual, Corporation, Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS/ That we, . _, as Principal, • and , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of Dollars ($ ) , lawful money of the United States for the payment of which sum well and truly to be '^ made, we bind ourselves, jointly and severally, firmly by these presents THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: Landscape Development of Car Country Park and Laguna Riviera Park Contract No. 1033 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) twenty days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise it shall be and /*"•• remain in full force and effect, and the amount specified herein ^** shall be forfeited to the said City. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this • day of , 19 , Corporate Seal (if corporation) Principal (Attach Acknowledgement of _ Attorney in Fact) — ;— •—: Surety .By- Title (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) (C Page 7 DESIGNATION OF SUBCONTRACTOR The undersigned certifies that he has used the subbids of the following listed contractors in making 'up his bid and that the subcontractors listed will be used for the work for"which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the City Council of the City of Carlsbad. ITEM OF WORK 1. CONCRETE 2. 3. 4. 5. 6. SUBCONTRACTOR ADDRESS C-8 ROBERT RENZY #295153 1145 ALOHA DRIVE,ENCINITAS HYDRO*SEEDING STA-SOIL #215013 C-27 ESCONDUX) IEHXXXXXXXX ASPHALT ARAIZA PAVING #221089 2405 N. SANTA FE AVE. , VISTA JAMES BENNER LANDSCAPE Bidder's Mams lorized Signature INDIVIDUAL Type of Organization (Individual, Co-Partnership or Corporation) 1002 SAXONY ROAD LEUCADIA, CALIF, 92024 Address (W -" Page 8 • , BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE »• . • ~~ (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed -and give reference which will enable the City Council to judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. IHIS CONTRACTOR WAS RESPONSIBLE FOR WORK AT "SEAGROVE PARK" IN DEL MAR, WHICH INCLUDED IRRIGATION WORK AND PLANTING SIMILAR TO THAT IN THIS PROJECT. 1XKXECKKSIU THIS CONTRACTOR HAS MOSTLY BEEN INVOLVED WITH SMALLER COMMERCIAL JOBS AND RESIDENTIAL ESTATES. ONE OF THE CONTRACTOR!S PROJECTS BOUGHT HIM A TROPHY AT THE STATE LEVEL OF THE CALIFORNIA LANDSCAPE CONTRACTOR'S ASSOCIATION . HE IS CURRENTLY AN OFFICIER FOR THE NORTH SAN DIEGO CHAPTER OF THIS ORGANIZATION. RECENTLY, THE CONTRACTOR WAS AWARDED . .-fr«** _ _. -L.jnn-..™-.-— .._-,.... -i :-._.-r -,-__!. .._--- - ._.--- — . .r 0*"" THE CONTRACT FOR THE NEW DEVELOPMENT IN OCEANSIDE, "PEACOCK HILLS" IN THE AMOUNT OF $75,000.00. THE AWARD OF THIS CONTRACT SHALL NOT, HOWEVER, INTERFERE IN ANY WAY WITH THE EXECUTION OF THIS PROJECT FDR THE CITY OF CARLSBAD. THE CONTRACTOR IS FAMILIAR WITH AND HAS USED THE MAJORITY OF MATERIALS CALLED OUT IN THE PLANS AND SPECIFICATIONS. Sig LAST YEAR'S (19?6) GROSS SALES WERE.$126,000.00 Page 9 CONTRACT THIS AGREEMENT, made and entered into 'this Ji9 day of ' , 19 7^ , by and between the City of Carlsbad, California, hereinafter designated as the City, party of the first part, and James Benner Landscape _,. hereinafter designated as the Contractor, party of the second part. ' WITNESSETH: that the parties hereto do mutualjLy agree as follows: 1. For and in consideration of the'payments and agreements hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for: Landscape Development of Car Country Park and Laguna Riviera Park Contract No. 1033 (Alternative No. 1) and to perform and complete in a good and workmanlike manner all the v/ork pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and-expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications.. .. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreemen also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borne 'by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the /total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof - Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of - this agreement.- 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City Engineer, and their officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. Title by • Title CITY, OFx-CARLSBAD, CALIFORNIA by Mayor Approved as to form: ATTEST: (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) C TO 1945 CA (8.74) (Corporation) STATE OF CALIFORNIA COUNTY OF SAN & IE, 06 OIL t UlCL UII 1 1 SS TITLE INSURANCEAND TRUST ATICOR COMPANY State, personally appeared known to me to be the ^ fi known to me to he 6s/7~i before me, the undersigned, a Notary Public in and for said Texeci sL&A,X -SeMrtwy Xflyft&l/M^Z-.AJyyys of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. Signature OFFICIAL SEAL NORA K- GARDINER NOTAIW PUtLlC- CALIF. PRINCIPAL OFFICE IN SAN DIEGO COUNTY MV COMMISSION EXPIRES JA' (This area for official notarial seal) STATE OF CALIFORNIA, COUNTY OF San Diego OFFICIAL SEAL , AUDREY B. CURLEY NOTARY PuatIC • CAUFQfiWA PRINCIPAL OFFICE IN SAN DiEGO COUNTY My Commission Expires July 11, 1977 ss. ON June 28 , 19 76 , before me, the undersigned^ a Notary Public in and for said State, personally appeared James D. Benner isto be the person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. known to me, .subscribed to the within Instrument, Notary Public in and for said State. ACKNOWLEDGMENT—General—Wolcotts Form 233—Rev. 3-64 Page 11 LABOR AND MATERIAL BOND MNR ?k 57 U? Premium: Included KNOW ALL MEN BY THESE PRESENTS, THATi . WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3916 adopted June 1, 1976 has awarded to . James Benner Landscape hereinafter designated as the "Principal", a contract for: Landscape Development of Car Country Park and Laguna Riviera Park Contract No. 1033 (Alternative No. 1) in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors shall fail to pay for any materials, provisions, pro- vender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE James Benner Landscape as Principal, hereinafter designated as Contractor and Insurance Company of North America as Surety, are held firmly bound unto Thirty Eight Thousand One____ _ _ the City of Carlsbad, in the sum- of Hundred Ninety Six and ($38,196.50 ), said sum being 50 per cent of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor therec of any kind, or for amounts due under the Unemployment Insurance Code withjrespect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and'all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and.it does hereby waive notice of any such change, extension of time, alterations or additions to the .terms of the Contract or to the work or to the specifications. • • . In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has 'been duly executed by the Principal and Surety above named, on the 28th day of June , 19 76 . . ' James Banner Landscape Contractor Insurance Company of I\Torth America By ^^Lfc^f^f tZ . Attorney-in-fact Surety (Seal) (Seal) (Seal) STA TE OF CALIFORNIA COUNTY OF San Diego SS. On this g8"th day of June in the year AioAUDRE before me Audrey B. Cur ley a Notary Public in and for the STATE OF CALIFORNIA personally appeared Gerald C. McClelLlan known to me to be the person whose name is subscribed to the within instru- ment as the Attorney-in-Fact of the INSURANCE COMPANY OF NORTH acknowledged to me that he subscribed the name of the OMPANY OF NORTH AMERICA thereto as surety and hisu • z? *ey' PKiNCli-7U OFFICE IN SAN o,£Go uouwry My Commission Expires July \\ SB-125c Printed in U.S.A. Notary Public in and for Hie State of Californi; STATE OF CALIFORNIA, COUNTY nr San Diego ss. June 28 before me, the undersigned, a Notary Public in and for said State, personally appeared James sBenner isto be the person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. , known to me, -subscribed to the within Instrument, Notary Pulrflc in and for said State. ACKNOWLEDGMENT—General—Wolcotts Form 233—Rev. 3-64 page 13 C PERFORMANCE BOND MNR 9^ 57 Vf Premium: $76^.00 KNOW ALL MEN BY THESE PRESENTS, that i . • WHEREAS, the City. Council of the City of Carlsbad, State of California, by Res. No. 3916 adopted June 1, 1976 ^^ has awarded to James.Banner Landscape hereinafter designated as the "Principal", a contract for: Landscape Development of Car Country Park and Laguna Riviera Park Contract No. 1033 (Alternative No. 1) in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terras thereof require the furnishing of a bond for the Faithful Performance of said contract;f NOW, THEREFORE, WE, James Benner Landscape. as Principal, hereinafter designated as the "Contractor", and Insurance Company of North America as Surety, are held and firmly bound Seventy Six Thousand Three unto the City of Carlsbad, in the sum of Hundred Ninety Three Dollars ($ 76,393 ) , said sum being equal to 100 per cent of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns:; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by.these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide-by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifi- STA TE OF CALIFORNIA COUNTY OF San Diego On this 28bh day of SS. June in the year.1976 My ICE IN SAN Di£GO COUNTY Commission Expires July 11, 1977 before me Audrey B. Curley a 7votor>, pu/j//c ,/j flwc? /or tfze STATE OF CALIFORNIA personally appeared Gerald C. MeClellan known to me to be the person whose name is subscribed to the within instru- rney-in-Fact of the INSURANCE COMPANY OF NORTH acknowledged to me that he subscribed the name of the MPANY OF NORTH AMERICA thereto as surety and his orney-in-Fact. SB-125c Printed in U.S.A. Notary Public in and for the State of California STATE OF CALIFORNIA, COUNTY OF San Diego OFFICIAL SEAL AUDREY 8. CURLEY L'U ir_?.,'l'<iA PRINCIPAL OFHCE IN SAN OlEGO COUNTY My Commission Expires July H, 1977 ss. .Tune PR before me, the undersigned, a Notary Public in and for said State, personally appearedJames ,Benner isto be the person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. __, known to me, .subscribed to the within Instrument, Notary Public in and for said State. ACKNOWLEDGMENT—General—Wolcotts Form 23J—Rev. 3-64 ' " ' • . ' Page 14" * cations accompanying the same shall in any wise affect its obligations C on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. " In the event that any Principal above named executed this bond as an individual, it is agreed that the death- of any such Principal shall' not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety -above named, on the _ 28th _ day of June _ , 19?6 . James Eenner Landscape (Seal) (Seal) _ (Seal) Contractor Insurance Company of North America (Seal) By (Seal) C Attorney-in-fact _ (Seal) • • CITY OF CARLSBAD ' ' LANDSCAPE DEVELOPMENT OF CAR COUNTRY • PARK AND LACUNA RIVIERA PARK •' ' . • Contract No. 1033 Page 15- SECTION 5 , —, , SPECIAL PROVISIONS .1.01 WORK TO BE DONE Th? work to be done consists in general of constructing landscape improvements for ear-Country Park and Laguna Riviera Park, City of Carlsbad. It involves the installation of automatic irrigation systems; construction of concrete pavings; redwood headers; planting of trees, shrubs, ground covers, tewn. and : other such items and details not herein mentioned that are to be constructed or furnished and installed as required by the Plans, Standard Specifications, and these Special Provisions and as directed by the Engineer, and as shown on sheets no. 1 through 15- of the Contract Drawings. 1.02 STANDARD SPECIFICATIONS AND STANDARD DRAWINGS The Standard Specifications for Public Works Construction, 1973 edition and the Regional Standard Drawings, 1975 edition, published by the San Diego County Department cf Transportation, v?ith the latest revisions, are mads a part of the &pecifications. All provisions applicable to the work to be performed per these plans and Special Provisions of this project shall apply. References to the Standard Specifications have been made in the Special Provisions. These ref- erences apply directly to the work the Contractor is to perform. All provisions applicable to the work to be performed under these plans and the special and technical provisions of this project shall apply. . 1.03 PUBLIC CONVENIENCE AND SAFETY. Attention is directed to Section 7-10 Public Convenience and Safety of the Standard Specifications and these Special Provisions. Control, warning and guidance devices necessary for public safety protection shall be provided and maintained by the Contractor. 1.04 PERMITS AND LICENSES Attention is directed to Section 7-5 of the Standard Specifications regarding permits and licenses. 1.05 DUST CONTROL Attention is directed to Section 7-8.1 of the Standard Specifications regarding Dust Control. 1.06 SOUND CONTROL REQUIREMENTS The contractor shall comply with nil local sound control and noise level rules,, regulations and ordinances which apply to any work performed pursuant to the Contract. 1.06 (cont'd) Page. i6 •' ,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 noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00 a.m. shall not exceed 86 dba at a distance of . ' 50 feet. This requirement in no way relieves the Contractor from',' responsibility for complying with local ordinances regulating noise • "..,' level. . ' *' '.. Said noise level requirement shall apply to all equipment on the job 'or related to the job, including but not limited to trucks, transit : - -mixers, or transient equipment that may or may not be owned by the<r '<-..,. Contractor. The use of loud sound signals shall be avoided in favor '?„'. .,,.;. ; • of light warnings except those required by safety laws for the pro- :/.' :.".•'•'.••.' tection of personnel. • , •'.':'."• 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 therefor. : * * - /• -r ! Vv • . • . - . . - . . ',_ "-.;. .. -.?••'.'• v;-i 1.07^GUARANTY AND BOND : ''.,-••••'. ..; ' .N>:-i^ •The Contractor shall furnish a written guaranty to the City, guaranteeing- ,the planting and irrigation systems for a period of one year from and., .-.__ after the date of acceptance of the work by the City, and he shall. ,t.';: furnish a surety bond acceptable to the City in the amount of One , ' , v; -;., Thousand ($1,000) Dollars conditioned upon the fulfillment of the "/ "V ,- .obligations under said guaranty. Both the guaranty and the surety 4 jJ. • bond, properly executed, shall be filed with the City before final ";' . • '"contract payment is made. The lump sum prices paid for the planting '> and irrigation systems shall include full compensation for furnishing guaranty and surety bonds as required, and no additional compensation. : i will be allowed therefor. . , " ". l.08 INSPECTION BY LANDSCAPE ARCHITECT ' . . ; :/• v.: Section 8^, Technical Provisions, of this Specification contains various - requirements for scheduled inspections by the Landscape Architect .,.. , throughout progress of the construction. During the Pre-Construction Conference, the precise manner and scheduling of these inspections shall be determined. The Landscape Architect will inspect the work at no cost to the Contractor. . . The Contractor is cautioned that should any of the above-scheduled inspections require re-inspection due to the Contractor's error in scheduling, or to inspect corrections to deficiencies in the original work, the Contractor shall reimburse the Landscape Architect at the rate of $30.00 per hour, including travel time for such time expended. Such reimbursement shall be at no additional cost to the City of CARLSBAD.- Page 17 l!,09 CONTRACT BONDS; The Contractor shall furnish two (2) good and sufficient bonds. One of the said bonds shall guarantee the faithful performance of the said contract in the amount of 100% of the total bid price, and the other of .said bonds shall be furnished in the amount of 50% of the total bid price. The form of the bond required is attached with the proposal. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and materialmen, become insufficientj or the City Engineer has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally required, as it is considered necessary, not considering the extent of the work remaining to be done. Thereafter, no payment shall be made upon such contract to the Contractor, or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. 1.10 PROGRESS OF THE WORK AND TIME FOR COMPLETION: The Contractor shall begin work on or before the date specified in the "Notice of Execution of Contract", which date shall be not less than ten (10) working days follox^ing execution of the contract by the City. The Contractor shall provide to the City Engineer, written notice of the specific date upon which he plans to commence work. Notice shall be given at least twenty-four (24) hours in advance. The Contractor shall prosecute the work to completion before the expiration of SIXTY (60) consecutive calendar days from the date specified in the "Notice of Execution of Contract" by the City. 1.11 PROGRESS PAYMENTS The City shall, once in each month, cause estimates in writing to be made by the Engineer of the total amount of work done and the acceptable materials furnished and delivered by the Contractor on ground and not used, to the time of such estimate, and the value thereof. The City shall retain 10 percent of such estimated value of the work done and 50 percent of the value of the materials so estimated to have been furnished and delivered and unused as aforesaid as part security for the fulfillment of the contract by the Contractor and shall monthly pay to the Contractor, while carrying on the work, the balance not retained as aforesaid after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No such estimate or payment shall be required to be made, when in the judgment of the Engineer, the work is not proceeding in accordance with the provisions of the contract, or when in his judgment the total value of the work done since the last estimate amounts to less than $300.00. Page 18 1.12 OWNER, CONSULTANT AND WORK a) Owner: City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 b) Landscape Architect: ' Tucker & Kater Landscape Architects 582 First Street, Suite 2 Encinitas, California 92024 . (714) 436-3085 c) Work: All work as defined by any or all portions of the.Specifications and accompanying drawings. 1.13 PROJECT SIGN:• - -'••-- 1l ------- _ . — 9 The Contractor shall construct and maintain a project sign adjacent to the public travelled way located where directed by the Engineer. The sign shall be not less than 5 feet wide and 3 feet high, and shall be fabricated of 3/4-inch exterior plywood mounted on 4-by 4-inch posts set firmly in the ground and adequately braced. Information to be shown on the sign shall be as f ollox-73: (1) Name of Awarding Body: City of Carlsbad (2) Name of Project: Car Country Park or Laguna Riveria Park Landscape Development (3) Name of Contractor: (4) Name of .Landscape Architect: Tucker & Kater Landscape Architects Encinitas California The posts and both sides of the sign board shall be painted with two (2) coats-of a durable exterior grade enamel paint, color to be selected. The lettering shall be in a contrasting color to the sign board. Fabrication of the sign, painting and layout shall be accomplished by competent craftsmen, skilled in their trade. The Contractor shall submit shop drawings to .the Engineer for apporval prior to construction of the sign. These shop drawings shall be presented at the Pre-Contruction Conference for approval and color selection. The sign shall be erected prior to the beginning of construction. 1.14 COOPERATION In the event of other work being done by the City of Carlsbad or by contract to the City of Carlsbad, either within the.work area or in areas adjacent to the work area, the Contractor shall cooperate completely with the persons responsible for the other work C ^ Page 19 1.15 UNIT PRICE COST BREAKDOWN The unit price cost breakdown, attached to these Special Provisions and or,- the unit prices shown on the Proposal shall form the basis for cost analysis of any changes in construction. The Contractor shall present the completed unit price cost breakdown schedule on the day he signs the contract for the total project. 1.16 PAYMENT Full compensation for conforming to the requirements of this Section, Special Conditions, will be considered as included in the various items of work, and no additional compensation will be allowed, except insofar as direct payment is provided for in the Special or Technical Provisions for vork, material, or equipment employed in meeting the requirements of this Section. Such direct payment provisions shall in no way excuse the Contractor from employing other wosk, materials, and equipment as necessary in meeting the requirements of this Section. C LACUNA RIVIERA PARK (Unit Price Grading Import Top Soil Construction y*" Concrete Paving Concrete Mowing Strips Concrete Curb Sand Play Areas Double Horse-shoe 3 Catch Basins Under drain Sidewalk 4" Drain Pipe 4" V.C.P. Sewerline & Cleanout IV Sch. 40 P.V.C. Elec. Conduit Plaster Sand D.G. 5-Picnic Tables & Benches 4-Bar-B-Que Units 5-Trash Receptacles 3-Park Benches £"*' 1-Drinking Fountain Concrete Steps Redwood Header Play Equipment Irrigation Pipe Class v $ 3/4" $ 1" $ IV $ IV . $ 2" $ 3" $ Safe-T-Lawn GL - 71 " " " GL - 67 " " " P - 100 Buckner # 8260 tj " # 8265 " # 1825A (Elec. C. Valve) 11 // 15 RLT & 15 CS Breakdown) ' ; '}> . ;) < Lump Sum Cu. Yd. e Lump Sum Lump Sum . e Lump Sum e |Q lu IQ (fl @ @ e Lump Sum . e Lump Sum 200 P.V.C. Sch. /L.F. $ /L.F. $ /L.F. $ /L.F. $ /L.F. $ /L.F. $ /L.F. $ @ e e (Labor, Material:> $ ^• $ $ 1 $ 1 $ ! • . $ • $ ^ $ $ $ -2. $ C $ $ $ $ $ $ $ $ $ $$ 40 P.V.C. /L.F. /L.F. /L.F. /L.F. /L.F. /L.F. /L.F. $ $ $ $ $ $ $ & Installation) ' 1 42L /L.S. fa £2- /Cu.yd. -*""""" /sq.ft. l^- /L.F. =V2~ /L.F. 7&7C- /L.S. ? C? Q/™) - /T c;_x ( ( Lx / "• ^ • ZjQO^ /each /L.S. ^^ /L.F. 0^-- /L.F. /L.F. /cu.yd. . /cu.yd. /e-ach /each /each /each /each /L.S. ,/L.F. /L.S. /each /each /each /each /each /each /each LACUNA RIVIERA PARK (Unit Price Breakdown) (Labor, Material & Installation) Buckner // BR 10 (10 Sta. Elec. Contr.) Skinner // S - 150 Febco # 805 (2" double check valve) Gate Valves: 1%" 2" Elec. Conductors 11-Pull Boxes - Continued Landscape Planting Planting Area Preparation Hydro-seed Turf Areas Ground Cover 1 Gal. Shrubs 5 Gal. Shrubs 15 Gal Trees 36" Box Trees Fertilizer 90 Day Maintenance Period @ @ Lump Sum Total Landscape Development Laguna Riviera Park in figures $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ /each /each /each /each /each /L.F. /each /sq.ft. /sq.ft. /sq.ft. /each /each /each /each /L.S. /month $ Total Landscape Development Laguna Riviera Park in words: ,!*"•«.• I rage x CAR COUNTRY PARK ( Unit Price Breakdown) ' Grading ; .': !:;'.••: Lump Sum Import Top Soil Cu. Yd. f*" Construction Concrete Paving @ 1-Dr inking Fountain, Catch Basin & Drain @ Concrete Mowing Strips @ 1-Trash Receptacle @ Electrical Conduit @ 3-Pull Boxes @ Irrigation Pipe Class 200 P.V.C. Sch. 3/4" $ /L.F. $ 1" $ /L.F. $ IV $ /L.F. $ Ik" $ /L.F. $ 2" $ /L.F. $ 3" $ /L.F. $ £~ Buckner # 8340 • @ Buckner // 8345 @ Skinner # 5-350 • . @ Buckner # 15 RLT & 15 CS @ Buckner # 1825 A (Elec. C. Valve) @ Buckner # 306 E (Elec. controller) @ Febco // 765 (2" vacuum breaker) @ Gate Valves (2") @ Electrical Conductors @ Landscape Planting Planting Area Preparation @ Hydro-seed Red Creeping Fescue @ Hydro-seed Turf Areas @ Ground Cover . @ 1 Gal. Shrubs @ 5 Gal. Tree @ /'"IS Gal. Tree @ 36" Box Tree @ Fertilizer Lump Sum 90 Day Maintenance Period @ (Labor, Material $ $ $ $ $ $ $ $ $ 40 P.V.C. /L.F. /L.F. /L.F. /L.F. /L.F. /L.F. $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ & Installation) L.S. /Cu.yd. /sq.ft. /each /each /L.F. /each /L.F. /each /each /each /each /each /each /each /each /each /L.F. /sq.ft. /sq.ft. /sq.ft. /sq.ft. /each /each /each /each /L.S. /month i'age JCAR COUNTRY PARK (Unit Price Breakdown) „ . ,;T , w,..-irT..ii4.-\ ~ Continued>^,, (Labor, Material & Installation) Total Landscape development Car Country Park in figures $ Total landscape development Car Country Park in words: C Page 21 SECTION 2 TECHNICAL PROVISIONS 2.01 OBSTRUCTIONS The Contractor will be'required to work around existing facilities that are to remain in place within the construction areas. The Contractor shall verify the exact location of all underground utilities and other construction before using equipment that may damage such facilities or interfere with their service. If the Contractor discovers utility facilities not identified by the Engineer or shown on the Plans, he shall immediately notify the Engineer in writing. Other forces may be engaged in construction of other facilities within the construction area and the Contractor shall cooperate with such forces and conduct his operation in such a manner as to avoid any unnecessary delay or hinderance to the work being performed by such other forces. Attention is directed to existing trees in various portions of the site which are to remain. The Contractor shall insure against damage to these trees in performing all work adjacent thereto. Full compensation for conforming to the requirements of this provision shall be considered as included in the prices paid for the various contract items or work and no additional compensation will be allowed therefor. 2.02 WATERING Developing water supply and applying water as required under this contract, including measurement and payment, shall be the responsibility of the Contractor. Water is available through the Carlsbad Municipal Water District. Full compensation for developing water supply and applying water shall be considered as included in the various items of work and no additional compensation will be allowed therefor. 2.03 CLEARING AND GRUBBING Clearing and grubbing shall be done in accordance with section 300 of the Standard Specifications, the Plans, and as directed by the Engineer. 2.04 GRADING (EARTHWORK) All earthwork shall be done in accordance with the Plans and Standard Specifications Section 300, and as directed by the Engineer. The earthwork shall include furnishing all labor, materials and equipment, and performing all operations necessary to complete all clearing and grubbing, excavation, recompaction, and all incidentals to this construction as shown on the Plans. 2.05 LAYOUT OF WORK The Contractor shall notify the City for the need of survey service, as required to accurately locate and record positions and finish grades from approved permanent bench mark and datum elevations and dimensions as shown on the Plans. Page 22 - . ,N ' 2..06 EXCAVATION ,.. •' _ , The sites shall receive excavation and embankment .as nesessary to establish the ^ finished grades or contours shown on the .Plans. "V ~ The Contractor shall make provisions during rough grading for the placement of i • * ' imported top soil and D.G. surfacing, so that the final finished grades conform to the elevations shown on the Plans. • Relative compaction shall be 90% at optimum moisture content. '2.07 IMPORTED TOPSOIL ' Topsoil shall consist of a friable, sandy loam soil obtained from natural well- drained areas. The source of soil shall be free brom Bermuda grass and other noxious weeds or grasses. Topsoil shall be free from refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In no case shall there be more than fj.ve percent (5%) by volume of the following: Stones smaller than one inch, coarse sand, and small clay lumps. 2.08 FINISH GRADING " Finish grading shall insure positive drainage of the site and shall be free of abrupt depressions or protusions. Slope finished grades to drain surface water , "away from paved surfaces and mowing strips. Finish grading of the earthrnounds shall produce a smooth, flowing transition between all changes.in slope gradients. '^, Finish grading shall be accomplished under the direction of the Engineer and shall be in general 1" below existing paving, valve boxes, header boards and sidewalks. 2.09 CONCRETE PAVING, CONCRETE CURB, AND CONCRETE MOWING STRIP Unless otherwise specified herein, all concrete paving shall conform to the provisions of Section 201, 301 and 302-6 of the Standard Specifications and these Technical Provisions. All concrete pavings shall be (4) inches in thick- ness, and shall be light broom finished in accordance with the Plans. Scoring of concrete paving shall be five (5) f-eet on center, weakened plane joints shall be ten (10) feet on center and expansion joints twenty (20) feet on center. All joints shall be perpendicular to the walkway axis. Concrete curb and concrete mowing strip shall conform to the details shown on the Plans and Section 201, 301, and 302-6 of the Standard Specifications. Weakened plane joints at twenty (20) feet on center and expansion joints at intervals not to exceed 100 feet. Unless other wise specified on the Plans all concrete surface shall be light broom finished. 2.10 CONCRETE STEPS The concrete steps shall conform to the detail on the Plans and Section 201, 301, • and 302-6 of the Standard Specifications. '%*„„, Page 23 2.11 ASPHALT CONCRETE PAVING Asphalt concrete paving shall conform to Section 203 of the Standard *»•" Specifications and as shown on the Plans. W . ' 1. GENERAL Asphalt concrete shall be Type I-C-85-100. Paving asphalt to be mixed with the aggregate shall be a steam refined asphalt AR 4000 for streets and parking lots. Asphalt shall not be heated during the process of its manufacture or during construction so as to cause injury as evidenced by the formation of carbonized particles. During the progress of the work, no change affecting the uniformity of the asphalt shall be made in either the source of crude stock or the method of manufacture without the approval of the Engineer. 2. SPREADING AND COMPACTING The use of blading equipment for placing asphalt concrete surface course will not be permitted in this contract. The compaction after rolling the asphalt concrete shall be 95 per cent of the density obtained with the California Kneading Compactor per Test Method No. California 304 and tested in accordance with ASTM D-2950-71. 3. SEAL COAT v,... All asphalt concrete surfaces shall have a seal coat. - The seal coat shall consist of a coat of asphaltic emuls.ion and a sand cover. " The asphaltic emulsion shall be the mixing type. >. Immediately before applying asphaltic emulsion, the surface to be seal coated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applied when the surface is wet or when the atmospheric temperature is below fifty degrees Fahrenheit (50 F) The asphaltic emulsion shall be applied by use of. a power spraying device that uniformly applies the emulsion to the surface at a rate of 0.1 to 0.15 gallons per square yard. The distributor spray bar shall be equipped with, asphaltic emulsion type spray jets. Curbs, gutters, sidewalks, and other adjoining improvements shall be carefully protected from the emulsion and any such improvements spattered or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a sand cover shall be spread at the rate of six to twelve pounds (6-12 Ibs.) per square yard. After the sand has been spread, any piles, ridges, or uneven distribution shall be broomed, to maintain an even layer over the surface. Page 24 . 2.12 MULTI-PURPOSE COURT STRIPING;""• • •Paint for striping shall be Ready-Mixed Traffic Stripe Paint conforming to • Section 210-1.6 of the Standard Specifications. 2.13. D.G. SURFACING AND HEADER BOARDS; The area shown on the Plans as "D.G" shall be constructed of Class 3 Aggregate Base as specified herein. D.G. Surfacing shall be four (4) inches in depth. Class 3 aggregate base shall conform to the following requirements: Resistance (R) Value 73 minimum Sand Equivalent 30 minimum • Passing a 1-%" sieve 100% " " 1" " 90-100% 11 No. 4 " 50-100% " " No.30 " 25-55% " " No.200 " 5-18% subgrade compaction shall not be less than 90% relative compaction below the grading plane. Decomposed granite acceptable for- use as aggregate may be dumped in piles on the subgrade material and spread from the dumped material. Separation of aggregate shall be avoided and the material as spread shall be free of pockets of large and spall material, The surface of the finished aggregate surfacing shall not vary more than 0.10 foot above or below the .grade established by the Engineer. Compaction requirements shall be not less than 90% for the full depth of aggregate surfacing. All D.G. Surfacing shall be separated from adjacent landscaped areas by a wood header board as shown on the plans, constructed from 2*' by 6" rough all construction redwood. Supporting stakes shall be 2" by 4" rough all heart-redwood. Nails shall be corrosion resistant galvanized coated of the size noted. 2.14 BASKETBALL BACKSTOPS, VOLLEY BALL AMD PLAY EQUIPMENT Basketball, Volleyball and play equipment shall conform to the specifications and details shown on plans. All apparatus to be installed as per manufacturers recommendations. - ^ 2.15 HORSE SHOE COURT; Horse Shoe Court shall conform to the details and specifications shown on the Plans. 2.16 DRINKING FOUNTAINS: Drinking fountains shall conform to the details and specifications shown on the Plans.' 2.17 PICNIC TABLES AND BENCHES: Picnic tables and benches by "Form Inc." shall conform to the details and specifications shown on the.Plans. Page .25 2.1.8. CONCRETE TABLES AND CHAIRS; . Concrete tables and chairs shall be by "Form Inc.", plain concrete models and shall conform to the details and specifications shown on the Plans. 2.19 PARK BENCHES; Park benches by "Game Time" shall conform to the specifications as shown on the Plans. (Model # 5561) 2.-20 TPvASH RECEPTACLES: Trash receptacles shall conform to the details and specificatipns as shown on the Plans. .2.21 BAR-B-QUE UNITS; Bar-B-Que units shall conform to the details and specifications as shown on the Plans. "Game Time" Model // 57. 2.22 ELECTRICAL; 1. Work To Be Done The work to be done shall include, but not be limited to: a. Installation of conduit, conductors, pull boxes, panel box, receptacles, and switches as required for a complete and operable system. ' . b. Connection of Irrigation controllers to electrical system. c. Installation of conduit for future lighting systems by others. d. Installation of conduit for future use by the comfort station. e. Any other electrical work indicated on the plans or required to complete the system. 2. GENERAL REQUIREMENTS a. All work shall conform to applicable local codes and the require- ments of the National Electrical Code. The Contractor shall coordinate the installation of electric service equipment with the San Diego Gas & Electric Co. b. Before any orders are placed and within thirty (30) days after award of contract', the Contractor shall submit to the City for written approval two (2) copies of a complete list of all materials, fixtures, equipment, etc., he proposes to use for the electrical work, whether as specified or not. These lists shall show manu- facturer, catalog numbers, type, size and such other information as required to identify all items. Page 26 2.23 ELECTRICAL: 2. GENERAL REQUIREMENTS - cont'd. c. Except as specified below, the locations of conduits, junction boxes, outlets, fixtures, and equipment indicated on the Plans are approximate only, and reasonable changes in locations may be made by the Contractor to suit conditions on the project when such changes are approved by, or when so directed by the Engineer. The intent is to maintain uniformity of arrangement and proper alignment for the best results from the standpoint of function and good appearance. Dimensions where given shall be observed as closely as project conditions permit. Different systems occupying the same locations shall be coordinated to avoid conflicts. .3. PERMITS AND FEES; Contractor shall apply and pay for all permits required by any legally constituted public authorities for installation or construction of work included under this Section. The Contractor shall arrange and pay for any inspections of all such inspections to the Engineer. 4. AS BUILT DRAWINGS; a. Provide and maintain in good order in the field office of the Contractor one complete set of blue line prints of all electrical circuits and size and number of conductors. In the event any work is not installed as indicated on the drawings, such work shall be carefully and correctly drawn on these, prints or sketch. < b. The Contractor shall record the exact location by dimension and the exact depth by elevation of all underground lines. This data . shall be legibly recorded on a blue line print (furnished by Engineer) to the satisfaction of'the City and the inspector. 5. MATERIALS: All materials furnished under this specification shall be new and in accordance with specifications of the Institute of Electrical and Electronic Engineers, National Electrical Manufacturers Association, National Fire Protection Association and shall bear the Underwriters' Laboratories label where such service is regularly available. All equipment used for the same purpose shall be of the same manufacturer. CONDUITS AND DUCTS: Conduit shall comply with requirements of Underwriters' Laboratories, and be delivered to the site in standard lengths with each length bearing manufacturer's trademark or stamp, and Underwriters' label of approval. Page 27 V 2.24 ELECTRICAL 5. MATERIALS - cont'd.t^" — .*,.._ . , 'W CONDUITS AND DUCTS: 1. Rigid conduit - Hot-dipped galvanized or sherardized.' Fittings - Hot dipped galvanized or sherardized. All couplings shall be of the threaded type. 2. Electrical Metallic tubing - Galvanized or sherardized. Couplings and connectors - Galvanized or sherardized. (compression type) for use within controller only. 3. Rigid PVC Conduit, Type II ~ a. Schedule 40 rigid polyvinyl chloride electrical conduit, listed by UL for direct underground burial, manufactured from high impact, nonconducting, self-extinguishing material. b. Couplings, Adapters, Expansion Fittings: Conform to same requirements as rigid PVC conduit. Use solvent cement for all PVC joints, as recommended by conduit manufacturer. OUTLET BOXES AND COVERS; Outlet boxes shall be of proper code size for the number of wires or conduits passing through or terminating therein. Use cast iron boxes with threaded hubs for exterior locations and surface mounted locations. CONDUCTORS; / 1. In dry locations use .Type "TW", 600 volt insulation for branch circuits. 2. In damp locations and in underground or below slab, use Type "TW", unless otherwise noted. 3. In damp or dry locations - for feeders and services and else- where as noted - use "RHW" or "THW" conductors 600 volt insulation. 4. Minimum size conductor shall be No. 12 AWC unless specifically noted otherwise. 5. All conductors shall be copper unless noted otherwise. CONTROL BOX *»*»»• Control Box shall be pedestal mounted as indicated on the Plans, and shall be copper bussed for 120/240 volts, single phase, three wire service. Page 28 2.25 ELECTRICAL - cont'd. ' CONTROL BOX - cont'd. * Pull and junction boxes shall be precast concrete as Brooks "PB1' series, size as required to accommodate electrical system components. CIRCUIT SWITCHES s Use specification grade 20 Ampere, 2 pole rated 120 volts. PULL LINES Pull Line: 1/8" dia braided line of yellow polppropylene, or Jet-Line //232, or equal, line of continuous fibre polyolefin; rain breaking strength, 200 Ibs. Furnish and install pull line in all empty (unused) racewaySi 6. INSTALLATION A. WIRING 1. All joints, splices, taps and connections in branch circuit wiring, at fixtures shall be made with Scotchlock or equal connectors with 600 volt plastic insulators or approved type. ,,„,„, Stranded cable connections to switches and panelboards shall t^, . be made with approved solderless type connectors, ; 2. All connections and splice shall be electrically and mechanically secure and perfect, and in strict accordance v/ith all code requirements. B. CONDUIT SYSTEM Install an accessible conduit system for connection of all outlet, boxes, junction boxes, panelboards, cabinets, gutters, etc. All conduit shall be threaded rigid steel except as-follows: Rigid PVC Conduit may be used — 1. For direct earth burial and if hurried not less than 24" below the surface. 2. For PVC conduits, maintain continuity o.f conduit system ground by installing copper grounding wire inside PVC conduit, per National Electric Code; ground this wire at each accessible location (manhole, light standard, pullbox, cabinet% outlet, and junction box, etc.) at each termination. «•"*•" 3. Bends greater than 30 'for PVC conduit systems shall be factory \M«.' made rigid steel conduit bends. Field bending, not exceeding 30 is allowed for PVC conduit 2" trade size and smaller. Use electric heat box or hot air blower specifically designed for bending PVC conduit; bending by means of open flame, not acceptable. Page -29 ELECTRICAL - cont'd • • • CONDUIT SYSTEM - cont'd. 4. Whenever possible, make bends for exposed stub-ups completely below the surface. Make stubs vertical and arrange neatly. C. GROUNDING 1. Permanently and effectively ground conduit systems, supports, cabinets, equipment cases, light fixtures, etc., and system neutral conductors per National Electrical Code. 2. Grounding details shown on plans are minimum. If additional equipment, such as ground*rods, clamps, conductors, etc., is required per National Electric Code, furnish and install same without additional cost to City. 3. Use ground clamps specifically designed for grounding purposes. Where a ground conductor is in conduit, use ground clamp which grounds both conductor and conduit. Strap metal, not acceptable for grounding or bonding. 4. Ground Rods: Unless otherwise shown, use copper clad steel ground rods, 3/4" dia by 10' long. 7. TESTS a. The Contractor shall provide all instruments and make all tests that may be required by the Engineer during the progress of the installation and upon completion, he shall make a final test of the entire system. b. The entire system shall'be free and clear of all unintentional grounds, shorts, or wrong connections. If any are found, they shall be rectified immediately. c. Each individual power or control circuit shall be tested at the panel location with the power load equipment connected for proper operation but with the circuit disconnected from its source by _ _, normal disconnect device.2.26 SEWER PIPE AND DRAIN PIPE Sewer pipe shall be vitrified clay pipe conforming to Section 207-8 of the Standard Specifications and as shown on the Plans. Drain pipe shall be manufactured from high quality, virgin rubber modified polystyrene or equal, and shall meet FHA "requirements UM26. SECTION 3 Page 30 LANDSCAPE IRRIGATION PROVISIONS 3.01 LANDSCAPE IRRIGATION PART 1 - GENERAL '• — —L ' ~~ ' --••-- « 1. REQUIREMENT A. Notify the Engineer in writing if unusual conditions are obeserved or encountered which might affect the installation of the irrigation systems, or if existing conditions are found to be different than those indicated. 2. STANDARD DRAWINGS A. The Standard Drax^ings referred to herein shall be the Regional Standard Drawings, December 1975. I - 1 to I 28 series. 3. SUBMITTALS A. Supply prior to final inspection, the following tools: 1. Two wrenches for disassembling and -adjusting each type of sprinkler head supplied. 2. All other tools specified in other sections of this specification. B. Operation and Maintenance Manuals: Furnish four (A) individually bound copies Operation and Maintenance Manuals. These manuals" shall describe the material installed and shall be in sufficient detail to permit operating personnel to understand, operate and maintain all equipment. Spare parts lists and related manufacturer identification skall be . included for each installed equipment item. Each complete, bound manual shall contain the following information: ' 1. Index sheet stating Contractor's address and telephone number, duration of guarantee period, and list of equipment with names and addessses of local manufacturer representative. 2. Complete operating and maintenance instructions on all major equipment. C. RECORD DRAWINGS 1. Record all changes in the work constituting departures from the contract drawings, including changes in both pressure and non-pressure lines. 2. Show location and depth of the follox^ing items: Routing of sprinkler pressure lines (dimension maximum 100 feet along routing) Gate valves Sprinkler control valves Routing of control wires Other related equipment Page 31 D. CONTROLLER CHARTS 1. As-built drawings shall be approved by Engineer before charts are 2. Provide one controller chart for each controller which controls the work under this contract. 3. The chart shall show the area controlled by the automatic controller and shall be the maximum size controller door will allow. 4. The chart is to be a reduced drawing of the actual as-built system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. 5. Chart shall be blackline print and shall be colored with a different color for each station. 6. V The chart shall be mounted using Velcro, or an apporved equal type of tape . 7. When completed and approved, the chart shall be hermetically sealed between tiro pieces of plastic, each piece being a minimum of ten (10) mils thick. 8. These charts shall be completed and approved prior to final inspection of the irrigation syatem. PART 2 - PRODUCTS 2.1 PLASTIC PIPE AND FITTINGS***. -- ; -- • A. All pipe shall be extruded of an improved P.V.C. pipe compound, featuring high tensile strength, high chemical resistance and high impact strength, meeting the requirements of ASTM standard D 1785 and D 2241. All pipe must bear the following markings : Manufacturer's name, nominal pipe size, schedule or class, pressure rating in psi, and NSF (National Sanitation Foundation). The manufacturer shall also mark the date of extrusion on the pipe. B. Solvent cement jounts for plastic pipe and fittings will be make as prescribed by manufacturer. The high chemical resistance of the pipe and fitting compounds specified in the foregoing sections makes it mandatory that an aggressive primer, which is a true solvent for P.V.C., be used in conjunction with a solvent cement designed for the fit of pipe and fittings of each size range specified. ' C. All plastic fittings shall be Type T/II, P.V.C,. Schedule 40. Preference shall be given those suppliers able to furnish all types of fittings required from a single manufacturer, in order that responsibility will not be divided in warrantee claim situations. All fittings shall be injection molded of an improved P..VtC, fitting compound featuring high tensile strength, high chemical resistance and high impact strength, meeting the requirements of the current ASTM Standard D 1785. Where threads are required in plastic fittings, these shall be injection molded also,. All fittings shall bear the company's name or trademark, material designation, size, applicable I.P.S. schedule, and the NSF seal of approval. Page 32 PART - 2 PRODUCTS - (cont'd) 2.2 COPPER PIPE AND FITTINGS A. Copper pipe shall be type L, hard tempered ASTM B 88. f,.. B. Copper fittings shall be wrotsolder joint type in accordance with ASA B16 22. **' C. Joints shall be soldered with silver solder. 45% silver, 15% copper 16% zinc, 24% cadium, and solidus at 1125 F. and liquidus at 1145 F., conforming to specifications ASTM B206-52T Bag-1 and Federal QQB 00655. 2.3 BRASS AND PIPE FITTINGS A. Brass pipe shall be 85% red brass pipe, American National Standard Institute (ANSI) Schedule 40 screwed pipe. B. Brass fittings shall be medium brass, screwed, 125 pound class. 2.4 GALVANIZED PIPE AND FITTINGS ' A. Pipe shall be galvanized steel pipe, American National Standard Institute (ANSI) Schedule 40 galvanized, mild steel, screwed pipe. B. Fittings shall be medium galvanized, screwed beaded, malleable iron, and/ or # 125 cast iron, flanged. C. All unions two (2) inches and smaller shall be fround jount pattern. Unions larger than two (2) inches shall be flanged unions, packed with 1/16-in. thick asbestos fiber gaskets. D. ' Install no bushings, close nipples, long screws, bullhead tees or crosses, unless otherwise specified. 2.5 DIRECT BURIAL CONTROL WIREa&--~ 1 A. All control wire shall be of the Underwriter's Laboratory type UF (undergroun4 feeder), single conductor, solid copper, plastic insulated, 600 volt rated, for direct burial applications. Maximum condustor operating . temperature, 60 C. for both wet and dry locations. V B. Neutral (common ground) wire shall be AWG #12 (minimum), and pilot (valve control) wire shall be AWG #14 (minimum). All common ground wires shall be white and all valve control wires red or black. Maximum length of wire runs shall be per sprinkler manufacturer's recommended xjire chart. 2.6 AUTOMATIC CONTROL VALVES (ELECTRIC) A. All automatic control valves shall be globe, or angle pattern, electrically controlled hyd-caulically .operated, singel seat, normally closed. B. The valves shall be actuated by a normally closed solenoid valve operator using 24 volts, 60 cycle, AC. The wires in the coil of the solenoid, shall be embedded in epoxy resin. The entire solenoid shall be enclosed in a watertight housing. Valves shall automatically close in event of electrical power failure. C. All automatic control valves shall have a flow control device for manually adjusting the amount of flow of water through the valve. The flow control device shall be adjusted so that the pressure at the nozzle of the sprinkler head farthest from the automatic control valve shall be that as specified on the approved Plans. The pressure at the sprinkler head shall be *"*"'" measured by means of a pilot pressure guage while the sprinkler head is operating. 2.6 AUTOMATIC CONTROL VALVES (ELECTRIC) - cont'd. Page 3.3 . • D. Automatic .control valves shall be constructed of bronze or brass, with stainless steel springs and screens, and composition-material (neoprene) seals and seat washers. Valve steins shall have bronze cross handles. . E. All automatic control valves shall be equipped with an all brass petcock for manual operation control. F. Automatic control valves shall be set upright and housed in meter boxes with a lockable top. The identification number of the valve and clock shall be painted on the inside cover of the meter box. The paint shall be a waterproof paint. G. One valve box key shall be furnished for each six or less valve boxes installed. 2.7 GATE VALVES . . . A. Gate valves shall be designed for a minimum working pressure of not less than 150 pounds per square inch. Valves shall have screwed joints and brass bodies. B. Valves shall have joints conforming to the-material in which they are being installed and shall be opened by turning counterclockwise. C. The operating unit shall be 2-in. square and have an arrow cast in the metal indicating the direction of opening. Valve shall have iron body, be bronze mounted, and shall conform to American Water Works Standards. 2.8 SPRINKLER HEADS ••' .' '; A. Sprinkler heads shall be of the types and sizes, with the diameter (or radius) of throw, pressure, discharge and any other designations necessary to determine the types and sizes as indicated on the Plans. B. All sprinkler heads of a particular type or function in the system shall be of the same manufacture and shall be marked with the manufacturer's name and model number. PART 3 - EXECUTION 3.1 WATER SUPPLY AND LAYOUT A. Connect to irrigation water supply at the location shown on the Plans. Layout sprinkler heads and make any minor adjustments required due to differences between the site and the drawings. The layout is to be approved by the Engineer and Landscape Architect before installation. The routing of irrigation lines is diagrammatic and minor changes are permitted. 3.2 TRENCHING AND BACKFILLING A. Trenching: 1. Dig trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. Page 34 3.2 TRENCHING AND BACKFILLING - cont'd. / A. Trenching . 2. Provide minimum cover of 20"-in. on all pressure supply lines. 3. Provide minimum cover of 18-in. for all control wires. 4. Provide minimum cover of 15-in. for all othet non-pressure lines. B. Backfilling 1. Initial backfill on all lines shall be of a fine granular material, with no foreign matter larger than %-in. in size. 2. Backfill material shall be tamped under the pipe, uniformly on i both sides of the pipe, for the full width of the trench and to the horizontal diameter of the full length of the pipe. Tamp in 4-in. layers. Materials shall be sufficiently clamp to permit thorough compaction under and on each side of pipe, to provide support free of voids. 3. Backfill for trenching shall be compacted to dry density equal to the adjacent undisturbed soil, and shall conform to the adjacent grades without dips, sunken areas, humps, or other irregularities. 4.. Under no circumstances shall truck wheels be used for compacting soil. 3.3 POLYVINYL CHLORIDE PIPE A. Polyvinyl chloride pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. B. All polyvinyl chloride pipe shall lay free in the trench with no .induced strain. Where there is evidence of induced pipe strain, the Contractor shall be required to make pipe cuts and install angle fittings as necessary to eliminate the strain. C. All polyvinyl chloride pipe with solvent-weld joints shall be snaked at least six (6) inches each 20 feet. D. The Contractor will be required to remove and replace any fitting which induces a torque strain to the pipe. E. Concrete thrust blocks shall be installed on plastic pipe pressure systems using Bell End and Ring joints whenever an abrupt change of alignment occurs. F. All plastic to plastic joints except ring joints shall be solvent- weld joints. The solvent, and the jointing procedure recommended by the pipe manufacturer shall be used. G. Care should be taken so as not to use an excess amount of solvent, thereby causing a vurr or obstruction to form on the insides of the pipe. H. The joints shall be allowed to set at least 24 hours for P.V.C. Type II material and 48 hours for P.V.C. Type I material before pressure is applied to the system. I. All lines shall have a minimum clearance of 4-in, from each other, and 6-in. from lines of other trades. Parallel lines shall not be installed directly over one another. cvTir 3^4 AUTOMATIC CONTROL VALVES . Page 35 I A. Automatic control valves shall be installed as indicated on the Plans. . •• • '•'' 3.5 DIRECT BURIAL CONTROL WIRE A. The wire shall be tied with a plastic tape every ten feet to the side of the nearest pipe. Where it is not practical to run along a pipe, the wire shall be installed in a separate trench. B. An alternate method of protecting the direct burial wire is running the wire through a P.V.C. conduit in a trench 12-in. deep. C- All Wire Splicing shall take place in the valve boxes and/or pull Hqxes. "ATT spTices sb7aTI~T>e made wiFh a mecFTaiiJ-caTT connector encased in"a~self-curing epoxy resin which provides a permanent watertight connection. ' • . • D. All direct burial control wires shall be identified as to their respective valve number and controller clock letter at all wire terminations. Labels and tags shall be used for identification which are not affected by moisture or temperatures between minus 30 F. and plus 200 °F..The labels and tags shall be resistant to abrasion, dirt, grease, and chemicals tised in lawn fertilizers and conditioners. The labels and tags shall be firmly attached to the wire in every case. Examples of nomenclature of tags or labels are as follows: . Neutral (common ground) wire = "Neutral" Clock "A" Pilot (valve control) wire - "A.V.C. No. 1" Clock "A" Spare wire . - Spare Clock "A" 3.6. SPRINKLER HEADS A. Install sprinkler heads as designated on the Plans B. Sprinkler heads shall be installed • only after testing _ and _ - flushing of the systems has been accomplished as specified herein. 3.7 GATE VALVES - A. Gate valves installed underground, except those in utility boxes, shall have an operating key access housing, consisting of a galvanized iron pipe or P.V.C. pipe sleeve and a heavy . . duty Bronze Lock Cap with the word "Water" cast in the top. The gate valve hand wheel shall be removed from the stem of all valves installed underground. The wheel shall be replaced with a standard bronze cross handle. B. One operating key shall be furnished for each five (or less) gate valves installed underground. A. All irrigation piping shall hydrostatically tested by the Contractor in the presence of the Engineer. 3.8 FLUSHING AND TESTING - cont'd. Page 36 B. The testing shall be conducted after pipe has been installed with backfilling only partially completed so that joints and connections |!X. are left uncovered for visual inspection during the test. All risers shall be capped during the test. C.- The procedure for testing shall be as follows: 1. The Contractor shall flush and fill the pipe system or sprinkler battery being tested, making sure all trapped air is removed. 2. The test pump, pressure guages, and shut-off valves shall be connected. . • 3. A minimum test pressure of 150 psi for pressure lines and 100 psi for battery lines shall be reached. The system shall then be isolated from the source of pressure. The test pressure shall be held for one (1) hour. • - D. There shall be no leakage or loss of pressure. If there is any sign of leakage or failure at any point on the line, the test shall be discontinued until same has been repaired. E. At the conclusion of the pressure test, the irrigation heads and quick coupling valves shall be installed in the following manner; The riser nearest the control valve, or gate valve shall be uncapped, and a full head of water shall be used for at least thirty (30) seconds to flush out the risers. The irrigation .head or quick coupler valve shall then be placed in position on the riser. The cap on the next closest riser shall be removed and the preceding ^procedure used. This procedure shall continue until the most distant riser in the piping system or sprinkler battery has been flushed and the quick coupling valve or irrigation head installed. F. Sprinkler heads shall be tested under normal operating pressure, . . G. All controller clocks : shall be tested in the presence of the Engineer through a five-minute cycle for each sprinkler battery. H. All direct burial control wire installed shall he tested in the following manner: 1. Before any backfill material is placed over the control wires in the trench, the wires shall be tested with a megger for insulation resistance. Minimum insulation resistance to ground shall be fifty (50) megohms. Any conductor not meeting this requirement shall be replaced. 2. After sand backfill encasement and during the final inspection, the wires shall again be tested with a megger in the presence of the Engineer. The minimum acceptable insulation resistance to ground on this tost shall be one (1) megohm. Any conductor not meeting this requirement shall be replaced. A ' Page 37 3 . .9 . FINAL INSPECTION A. A final inspection of the work shall, be made by t:he Landscape Architect and the Engineer in the presence of the Contractor, at a time when all work is completed. Notification shall be made in writing by the Contractor seven (7) days in advance of such inspection. Mo inspection will commence without as-built drawings. . .. B. The Contractor shall immediately correct any and /or all deficiencies noted during the inspection and when corrective action is completed notify the Engineer as specified above. 3.IS CLEAN UP A. The Contractor, upon completion of the work, shall remove all rubbish, debris, etc., and shall level the ground surface to remove any depressions and fill all sunken areas or other ; ' irregularities. 3. tir PAYMENT A. The Contract Lump Sum price paid for Landscape Irrigation shall include all labor, tools, materials.and equipment ; required to construct complete in place the irrigation systems and no additional compensation will be allowed therefor. #£5 SECTION 4 Page 38 • LANDSCAPE PLANTING PROVISIONS 4.01 LANDSCAPE PLANTING Vj*»- This work shall consist of plant area preparation, weed control,, the furnishing and installation of all plant materials and seeds not furnished by the City of Carlsbad, the planting of turf, ground cover, shrubs and trees, the furnishing and installation of all other material, labor, tools and incidentals required to satisfactorily complete the Landscape Planting, as shown on the Plans, or specified herein and or directed by the Engineer. A. SUBMITTALS: Submit following: Certificate of Inspection of plant material by State of California, Department of Agriculture. B.' DELIVERY, STORAGE, AND HANDLING Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and.conformance to State Law. Deliver Weed Control material with labels attached. Deliver Lawn Seed with identifying label attached. Deliver plants with legible identification labels. Label containers of like trees, shrubs, or ground cover plants. State correct plant name and size » indicated on Plant List. Use durable waterproof labels with water resistant "****" ink which will remain legible for at least sixty (60) days. Protect during delivery to prevent, damage to root balls or dessication of leaves. Notify Engineer of delivery schedule in advance so plant material may be inspected upon arrival at job site. Remove unacceptable plant material immediately from job site. Storage: Store in shade and protect from weather. Handling: Do not drop plants. Do not pick up container or bailed plants by stems or trunks. Acceptance of materials to be used on job; When materials such as plants, fertilizer, soil, soil amendments, etc. are brought on the job, they must be accepted as meeting specifications or rejected within a reasonable time. If the Inspector allows their use on the job, this constitutes acceptance as meeting the contract requirements. C. JOB CONDITIONS Perform actual planting only when weather and soil conditions are suitable and in accordance with approval of Engineer. C- •Before commencing any work, provide the necessary protection of the public and workmen in or around the site. A .01 LANDSCAPE PLANTING (cont'd) . Pa8e 39 D. GUARANTEE • " . Guarantee all plant material through specified establishment period. Replacement plants under this guarantee shall be guaranteed for 90 days from time of acceptance. Material and labor involved in replacing plant material shall be supplied by the Contractor at no additional expense to the City of Carlsbad. E. SCHEDULING Install trees, shrubs, and ground cover plants before lawns are installed. F.' MATERIALS Plants: True to botanical and common name and variety according to American Joint Committee on Horticultural Nomenclature, Standardized Plant Names. Quality and size of plants shall be according to California State Department of Agriculture's "Regulations for Nursery Inspections of Rules and Grading". All plants shall have a normal habit of growth and shall be sound, healthy, vigorous, and free from insect infestations, diseases, sun scalds, fresh abrasions of the bark, and other objectionable disfigurements. All plants shall have well-developed branch and root systems which are not root bound. No plant will be accepted if the root ball is broken or cracked, either before or during installation. Substitution: All plants shall be of the species, variety, sife and condition as specified herein and/or as indicated on drawings. Under no condition will there be any substitution of plant species variety, or reduced size for those listed, except with the express written consent of the Engineer. Increased container sizes may be used but such use shall not. increase Contract price. Plant substitutes may be permitted if valid proof is submitted that any plant specified is not obtainable. In such cases, a proposal will be considered for use of nearest equivalent sizes and/or varieties available with an equitable adjustment in Contract price if deemed necessary in opinion of Engineer. Pruning prior to delivery; Do not. prune, trim, or top plants prior to delivery except with the express consent and" under direction of the Engineer. Right of Inspection is reserved by Engineer at all times. Planting Tablets shall be tightly compressed chip type commercial grade planting tablets, weighing 21 grams with the following available percentages by weight of plant food: Nitrogen 20% Phosphoric acid 10% Potash 5% Damaged tablets will not be accepted. Ferto Fertilizer 6 - 4 - 2: A balanced blend of humus, minerals, nitrogen, phosphorus and potash. Chemical Analysis: Water soluble nitrogen 6% Phosphorus 4% . Soluble Potash 2% Page 40 A.01 LANDSCAPE PLANTING (cont'd) F. MATERIALS (cont'd) . . Ferto Fertilizer (Humizer 10-5-2): A concentrated liquid humus that is extracted from humus material. Chemical Analysis: Water Soluble Nitrogen. 10% Phosphorus 5% Soluble Potash 2% Soil Amendment: (Backfill plant holes only) Shall be "Loamex" or equal.. Application rates as shown on sheet // 12 of the consturction drawings. Mulch (Hydro-Seeding): Mulch shall be fiber produced from cellulose such as wood pulp of similar organic material and shall be of such character that the fiber will disperse into a uniform slurry when mixed with water. Stakes for Tree Support: As specified on the Plans. Guying: As specified on the Plans. Weed Control: Amino Triazole 90, a systematic, herbicide for control of grass and broad-leaved weeds. ' Ecology Control M-Binder: A dry powder, non-toxic, non-corrosive and non- crystalline soil binder. G. INSPECTION OF CONSTRUCTION Installation of the landscape planting shall be inspected by the Engineer and the Landscape Architect periodically throughout the contract period and at specific times noted below. The Contractor shall notify the Landscape Architect at least 24 hours before all scheduled inspections to verify 'that the work is available for inspection. Scheduled inspections shall be as follows: 1. Upon completion of planting area preparation activity. '2. After spotting, but prior to planting, of all plants 1 gallon size and above. 3. After all container plants are installed, but prior to planting of turf or ground cover areas. 4. During the application of turf hydroseeding. 5. After all installation is completed prior to start of 90 day establish- ment period. 6. Final inspection. H. PLANTING AREA PREPARATION Clean all planting areas of any debris. The Contractor shall apply 400 Ibs/ acre of "Ferto Fertilizer 6-4-2" to all planting areas. The fertilizer shall be rotory-tilled into the top 4" of soil. Rocks, debris etc. 2" diameter and larger shall be removed. All depressions, voids, erosion scars and settled trenches generated by rain, watering and other causes shall be filled with top soil and brought to finish grade. The planting areas shall have a smooth surface. All the above shall be done after completion of the irrigation system. Prior to planting all planting areas shall be watered by a continuous application of irrigation water until the soil is thoroughly moist to a minimum depth of 12 inches. Care shall be taken that rate of application of.water does not cause erosion or sluffing of soils. 4.01 LANDSCAPE PLANTING (cont'd) H. PLANTING AREA PREPARATION (cont'd) Page 41 Weed Control: 1. The Contractor shall remove all surface weed growth in all planted areas. Weeds shall be dug out by the roots and disposed of off the site before planting area preparation and finish grading. 2. After the planting area preparation and installation of the irrigation systems, the Contractor shall "deep water" all landscape areas and apply Amino Triazole 90 at the rate of 8 pounds per acre mixed with the appropriate amount of water for application as recommended by the manufacturer. 3. The Contractor shall then wait for a period' of at least ten (10) days after application before c.ny planting or hydroseeding is undertaken. PLANTING Layout: PLANTING Locations for plants and outlines of groundcover and lawn areas shall be approved on site by Engineer before planting. Soil shall be loose, workable and moist, but not saturated. General: Excavate plant holes to required depth per size of container and plant as specified on the Plans. Container-grown plants: Can removal:Cut cans on two sides with an acceptable can cutter, not with spade or axe. Do not cut sides on knockout cans. Carefully remove plants without injury or damage to root ball. After removing plant, superficially cut edge-roots with knife on three sides. Remove empty cans from site daily. Box Removal;Remove bottom of plant boxes before planting. Remove sides box without damage to root ball after positioning plant and partially backfilling. of Place sufficient planting soil under plant to bring top of root ball 1-% inch above finish grade. Center plant in pit or trench. Face for best effect. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball or roots. Backfill pit with planting backfill as specified on the Plans in 9 - inch layers and water each layer thoroughly to settle soil. Plant Tablets: As specified .on the Plans. Ground Cover Plnnts:Plant deep enough to cover all roots. After planting, water area immediately until entire circa is soaked to full depth of planting holes. Smooth soil to provide even, smooth final finish grade. Page 42 A.01 LANDSCAPE PLANTING (Cont'd) . . r " ' J. PLANTING (cont'd) Ground Cover Plants (cont'd) - - / • ^ ' '-','''."'' -' ' ' Bring all planted areas tc a smooths,, even surface conformiiig ,to established grades after full settlement has^occurred. - - . . , '..','. '-• ' : Disposal of Excess Soil: Use acceptable excess-excavated-soil, to.form i watering basins around plants ,^ "where specified, or waste over nearby low- or rough -areas. K. GUYING AND STAKING OF TREES: See Plans. " •'''• : ..'.*•.', j, ' ~ '-: i ,/• ,~ ' Stake trees on the windward side to prevent wind damag'e. ;'"'Take, special .care that stakes do not damage the roots or root ball*". ;•-Tree-'ties, shall be tied' - as shown on the Plans. _ ^ ' '' - ' •^ '•-':" ~- .'"'•'' Prune minimum necessary to remove injured twigs and branches*,' deadwood, and suckers as directed by Engineer. < • . , ' L. PLANT REPLACEMENTS ' • All replacements shall be plants of the same type and size as specified in the plant list. They shall be furnished and planted as specified under Planting. The cost shall be borne by the Contractor except for possible replacements resulting form vandalism, physical damage, or losses due to Acts of God. M. TURF APxEA HYDRO-SEEDING ' All turf areas shall have a clean and smooth appearance before planting. Hydroseeding of the turf areas shall conform to these special provisions. Irrigation system operations for the turf areas shall be completed prior to the application of hydro mulch material (nozzle-planting). Turf areas shown on the Plans shall be nozzle-planted with a hydro-mulch material consisting of a mixture of fiber, seed, soil-binder, and water. - MATERIALS Fiber Mulch: Fiber shall be produced form cellulose such as wood pulp or similar organic material and shall be of such character that the fiber will disperse into a uniform slurry when mixed with water. Apply at the same rate of 2000 pounds per acre (dry weight). Fertilizer: Ferto Humizer 10-5-2 at 1 gallon concentrate per acre. Soil-Binder; Ecology-Control M-Binder, apply at a rate of 7 Ibs./lOOO sq.ft. for all areas to be hydro-seeded. Seed Mixture; Seed mixture for all turf areas shall be. as follows: Naine Wt%, Manhattan Rye 49 Eluegrass 31 Creeping Red Fescue 20 Seed shall be 95% purity, 85% germination and shall be "pure live seed". The seed mix shall be applied at a rate of 5 Ibs. per 1000 sq. ft. A. 01 LANDSCAPE PLANTING (cont'd)- --- 5: - i. pag£; ^3 M- TURF AREA IIYDROSEEDING (cont'd) Seed Mixture (cont ' d) '""'" Creeping Red Fesc.ue. used as ground cover shall be applied— at- a rate of 4 Ibs. per 1000 sq. it. with humizer 10-5-2 at 1 gallon concentrate per acre, 7 lbs/1000 sq.ft. M-Bincter and fiber mulch at 2000 Ibs. per acre. • a er 'As needed for application. The proportion of hydro-mulch materials may be changed by the Engineer to meet field conditions. Mixing shall be performed in a tank v?ith a built-in, continuous agitation. and recirculation system of sufficient operating capacity to produce a homogeneous slurry and a discharge system which will apply the slurry to the turf areas at a continuous and uniform rate. The tank shall have a minimum capacity of 1,000 gallons. The. Engineer may authorize such equipment of smaller capacity if it is demonstrated that such equipment is capable of performing all the operations satisfactorily. A dispersing agent may be added provided the Contractor furnishes evidence that the additive is not harmful to the mixture. Any material considered harmful, as determined by the Engineer, shall not be used. The hydro-mulch material shall be applied \?ithin one half hour after mixing. INSTALLATION 1. Complete planting areas as specified herein. 2. Irrigate turf areas to a depth of 4" to 'provide a moist seed bed for hydro- mulching application. • 3. If required by iilie Engineer, sisocth turf areas to a uniform surface frpp of bumps and hollows. 4. Apply hydro-mulch mixture in the amounts earlier specified to all turf and Red Creeping Frescue areas shown on the Plans, 5. Irrigate as required to maintain the turf areas in a moist, but not glistening wet, condition. Do not let the soil surface become dry under any circumstances until full seed germination has been achieved. MAINTENANCE OF TURF After full germination, the turf areas shall be allowed to dry sufficiently to permit rolling with a 60 to 90 pounds per linear foot roller to compact the soil around the grass roots and to provide a firm smooth mowing surface. Mow turf after grass is at least 3" but not over 4" high. Initial mowing shall be to a height of 2". After the Initial mowing the turf shall be cut to a height of LV1 and in no case shall the turf be allowed to grow over 2" in height between mowings.. Should the turf areas develop depressions during the establishment period, the Contractor shall level such areas with clean plaster sand. N. MAINTENANCE OF PROJECT General: Maintenance shall begin immediately after each item is planted and ' shall continue through the guaranty period. Maintain . a healthy • growing condition by watering, pruning, spraying, weeding, and other necessary maintenance operations. Keep planting beds free of weeds, grass, and other undesired vegetation growth. Keep project area neat and clean at all times. 4.01 LANDSCAPE PLANTING (cont'd) . Page 44 \ N. MAINTENANCE OF PROJECT (cont'd) Extended Establishment Period: Completion date of establishment period will be f- • extended, when in the opinion of Engineer, improper >>«**' maintenance and/or possible poor or unhealthy condition of planted material or unestablished non-covering lawns are evident at termination of scheduled establishment period. Contractor shall be responsible for additional maintenance of work at no change in contract price until all of ' the work is completed and acceptable to Engineer. The Contractor shall be responsible for miantaining adequate protection of all areas. Damaged areas shall be repaired immediately at the Contractor's expense. Inspections; Inspect plantings at least three (3) times per week throughout establishment period and do all necessary maintenance to keep plants in prime condition. Send weekly maintenance reports to Engineer indicating all work* that has been completed during that week and any anticipated problem involving additional work. Do additional watering when in opinion of Engineer soil moisture is below optimum level for best plant growth. During establishment period immediately replace plants which die or which in opinion of Engineer are unhealthy or in impaired condition. Contractor shall not be required to replace a .plant more than once. At conclusion of establishment period, Engineer will inspect all plants and ground covers to determine their condition. All plantings must be alive, true to name and size as specified, and show vigorous growth. **" 0. CLEANING and wash paved surfaces. Remove planting debris from project site. P. FINAL INSPECTION AND ACCEPTANCE Request final inspection of planting upon completion of establishment period. Maintenance of project shall be continued at Contractor's expense until deficiencies have been corrected. Final acceptance will be made only after completion of establishment period and correction of all deficiencies. Engineer will visit contract areas, inspect and give Contractor written notice of any discrepancy or acceptance. Q. PAYMENT The contract Lump Sum price paid for Landscape Planting, complete in place, as specified herein, shall be considered as full compensation for furnishing all mater- ials not furnished by the City of Carlsbad, for all labor, tools, equipment, and incidentals, and for doing all work involved in Landscape Plantings as shown on the Plans and as specified in these Special Provisions including plant establishment and maintenance, shall be considered as included in the contract Lump Sum price paic for Landscape Planting and 110 additional compensation will be allowed therefor. INA INSURANCE COMPANY OF NORTH AMERICA AND PACIFIC EMPLOYERS GROUP OF INSURANCE COMPANIES CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) is to Certify to r City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 COMPANY CODES g] ALLIED INSURANCE CO. [3] PACIRC EMPLOYERS INDEMNITY CO. GO PACIFIC EMPLOYERS INSURANCE CO. rx, INSURANCE COMPANY ^ Of NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by "X" below, have been issued to: Name and Address James D. Benner and Carole L. Benner of Insured— :.: 1002 Saxony Road Leucadia, CA 92021; covering in accordance with the terms thereof, at the following location(s): Landscape Development Car Country Park and Laguna Riviera Park L ~1 _l TYPE OF POLICY (a) Standard Workmen's Compensation & Employers' Liability (b) General Liability Premises — Operations (including "In- cidental Contracts" as defined below) 5 Elevatorsc ^ Independent Contractors c Completed Operations/Products M Contractual, (Specific type as de- ~ scribed in footnote below) Premises - Operations, (Including "Incidental Contracts" as defined ? below) 2 Elevators £ Independent Contractors o Completed Operations/Products a. Contractual, (Specific type as de- scribed in footnote below) (c) Automobile Liability Owned Automobiles ~° i Hired Automobiles Non-owned Automobiles >u Owned Automobiles"C o &E Hired Automobiles Non-owned Automobiles (d) HAZARDS n kJ n Dn n nun n jc 1 fxl f~lt_l 1 xlnq CO. CODE F5I a Dn D n roiL ^_Jnnn n 1 9l ra roiL^J rgi 0 POLICY NUMBER CH\TC 377962 GAL 3U3279 POLICY PERIOD 6/21^/76- 9/15/76 6/2U/76- 9/15/76 LIMITS OF LIABILITY Statutory W. C. •Asg&a&hfto&z $ Each Person > $ 300, 000 .Each j^g Acc.dent ("td}) Occurrence $ Aggregate — Completed Operations/Products VS A M$ 50,000. Each jr-j Accident ( — Occurrence $ 250,000. Aggregate— Prem./Oper. $ Aggregate — Protective $ Aggregate — Completed Operations/Products $ Aggregate — ContractuaJ \ $ 100,000. Each Person ( $300,000. Each J2 Aeei*nt 1 ( bAJ Occurrence ) in A ..i I $ 50,000. Each iRfi ACOC>ent / (lia Occurrence j C'xitractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects order agreements / D all contracts (check applicable blocks) between the Insured and: Name of Other Party: Dated (if applicable): Description (or Job): a contract / Q purchase Contract No. (if any): Definitions: "Incidental contract" means any written (1) lease of premises (2) easement agreement, except in connection with construction or demoliticn operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (51 elevator maintenance agreement. •«»,-,•,-,-. _ . - . . I, is me .ntention of the company that in the event of oancelation of the ^ McClellan InSUrancemiP6/25// policy or policies by the company, ten (10) days' written notice of such _ ^£d&^*Cs&£r f^ff^^ _ cancelat.on will be g.ven to you at the address stated above. Aphorized Representative LC-1389a (150M 4/73) PTD. IN U.S.A. 1. ORIGINAL ENDORSEMENT i,»i.ri.<i Effective. bv D. Benner and Carol L. Banner 6-25-76 .Policy No.37 79 62 Pacific Employers * Insurance Company (Name of Insurance Company) The above is required to be completed only when this endorsement is issued subsequent to the preparation of the policy. IT IS UNDERSTOOD AND AGREED THAT THE CITY OF CABLSBAJD IS M ADDITIONAL INSURED AS RESPECTS THE LANDSCAPE DEVELOPMENT AT CAB COUNTRY PARK AND LACUNA RIVTERA PARK, CARLSBAD. IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH TEES ENDORSEMENT REFERS MAST HOT BE CANCELLED, MATERIALLY CHAINED, OR THE AMOUNT OF COVERAGE THEREOF REDUCED NOR THE POLICY ALLOWED TO LAPSE UNTIL 10 DAYS AFTER RECEIPT OF A WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE IS RECEIVED BY THE CITY CLERK OF THE CITY OF CARLSBAD. McClellan iMfi&feT K-1808 Ptd. in U.S.A. 4/71 20M MEMORANDUM