Loading...
HomeMy WebLinkAboutLanscape Irrigation Specialists Inc; 1986-06-13; 3006-9ROBERT F. DRIVER CO., INC. FORDBNG COVERAGE POST OFFICE BOX 670 SAN DIEGO, CALIFORNIA 92112-4112 LANDSCAPE IRRIGATION SPECIALISTS 15275 OLDE HIGHWAY 80 EL CAJON, CALIFORNIA 92021 BC 889-7036 PREMISESIOPEWTIONS PRODUCTSlCOMPLETED OPERATIONS INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY BC 889-7036 ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (tLy$R&$N) NON-OWNED AUTOS GARAGE LIABILITY WORMERS’ 60?dWEMSAb60N -P2@r54P- ZL~P1OV~RS’ LBWEalSliZV as respects operations of named insured. ur-m=m Carlsbad, CA 92008-1989 -=s t Landscape Irrigation Specialists, : Bidder's Name CITY OF CARLSBAD SAM DIEGO COUNTY CALIFORNIA BIDDING DOCUMENTS FOR THE CITY OF CAFILSBAD PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO, 3006 BID PACKAGE NO. 9 FOR: LANDSCAPE - PHASE I For information relative to this project, contact: CITY (X CAKSBAD Department of Parks and Recreation 1200 Elm Avenue Carlsbad, California 92008 Mark Steyaert', Park Planner (619) 438-5667 *a * - TABLE OF CONlElrlS - I tern * 1- 3- 6 7- BIDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ....................... 9 BIDDER'S STATEMENT ff TECHNICAL ABILITY AND EXPERCENCE --------------- IO NOTICE INVITING BIDS ................................................. PROPOSAL --------------------__y_________________--------------------- BIDER'S BOND TO ACCOMPANY PROPOSAL .................................. DESIGNATION OF SUBCONTRACTORS --.-------------------------------------- 11 - ' 16 - I CONTRACT ............................................................. LABOR AND MTERIALS BOND --------------------------------*------------ PEWORMANCE BOND ..................................................... CERTIFICATE ff COMRUNCE ............................................ 18 - ' 20 GENERAL ~~~~~~~~/~~~~~~~~~~~~ .................................... 21 - i 27 - 3 37 37 - 4 PUNTING ............................................................. IRRIGATION ........................................................... R(-JJW CARENTRY ...................................................... u' e 8 CITY of CARLSBAD, CALIFORNIA - NOTICE 'ZNVITINC BXI3S Sealed bids will be received at the Office of the Purchasing Agent, City Hall 1200 Elm Avenue, Carlsbad, California, until 4:OO p.m. on the 4th day of Apri 1986, at which time they will be opened and read for performing the work as follows: PUBLIC SERVICE AND SAFETY CENTER LANDSCAPE - PHASE I The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in t Parks and Recreation Department. Reference Ls hereby made to the specificati for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the City of Carlsbad. Each bid must be accanpanied by security in form and anoun required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until. the Contract has been fully executed The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Goverrment Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents Hhich must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. No bid shall be accepted from a Contractor &to has not been licensed in accordance with the provisions of State Law. her license number and classification in the proposal. One set of plans, special provisions, ad Contract Documents may be obtained a the Purchasing Department, City Hall, Carlsbad, California, for a non-refundab fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or infona.Lity in such bids. Bidder's Statement of Technical Ability and Experience The Contractor shall state his o *e- -2- I, The general prevailing rate of wages for each craft or type of worker needed execute the Contract shall be those as determined by the Director of Industr Relations pursuant to the Sections 1770, 1773, ard 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a currC copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less tha the said specified prevailing rates of wages to all workers employed by hh c her in the execution of the Contract. The Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for the work. A pre-bid meeting will be held on March 28, 1986 at 1O:OO a.m. in the City of Carlsbad Council Chambers. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of adde may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of Contract price shall be required for work on this project. All bonds must be issued by a company having an A:XI or better rating in Best's Key Rating Guidl for Property _Casualty. Approved by the City Council of the City of Carlsbad, California, by Resolutic No. 8119, adopted on the 2nd day of April, 1985. hd ,LI /98L Date 2.42- b -3- CITY OF CARLS8AD CONTRACT NUl48ER 3006-9 PROPOW. City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/sk has carefully examined the location of the M read the Notice Inviting Bids, examined the Plans and Specifications, and he proposes to furnish all Labor, materials, equipment, transportation, and services required to do all the work to canplete Contract No. 3006-9 in accordance with the Plans and Specifications of the City of Carlsbad, ami th Special Provisions and Conditions and that he/she will tdce in full payment thtrefor the following LUMP SUM PRICE BASE BID: All labor, materials, services and eqdprnent necessary for canple. -he work indicated in the construction drawings in conformance with tl specifications. Total mount of bid in words: to wit: -' .- wee med seventy three thousand, four hundred thirty eiqht dollars and Total anount of bid in numbers: $ 373,438.00 Addendda) NO(~). Numbers one (1) and two (2) haslhave been received and islare incKded in this proposal. The City reserves the right to change the scope of the Contract. The Contrac shall provide the following unit prices (based on the requirements of the pla and specifications) for the purpose of adjusting the Contract, should the Cit deem it necessary. 48" box tree each $ 1,050.00 15 gallon tree (staked) Ground cover plant each Drip irrigation per plans includhg -- 36" box tree each s- 650.00 24" baa tree each $ _2_0_0._00--- each s- 85.00 5 gallon tree/shrub each $ 18.00 1 gallon tree/shrub each $ 4.00 -LI Topsoil (per specification) cubic yard :-I 3. *? 0 "E" Controller, "E" Valves, ad1 all drips canponent s $ 13,750.00 &A All bids are to be canputed on the basis of a total LUMP SUM PRICE submitted I the bidder. In case of a discrepancy between words and figures, the words shi prevail. j /j'J / /// p' d$f -/G 4\2 Jg PA -4- ' ; The Undersigned has checked carefully all of the above figures and mderstal that the City will not be responsible for any errors or missions on the pal the Undersigned in-making up this bid. The Undersigned agrees that in case of default fn in executing the reqared Contract with necessary bods and insurance policies within twenty (20) days from the date of award of Contract by City Council of the City of Carlsbad, proceeds of check or bod aCCOIIflayiq this bid shall becune the property of City of Carlsbad. Licensed in accordance with the Statutes of the State of California prwidirr for the registration of Contractors, License Nder The Undersigned bidder hereby represents as folloms: - Type 0 255869 I . Classification C-27 License - -. 1. That no Council Member, officer, agent, or employee of the City of Carl is personally interested, directly or indirectly, in this Contract, or i canpensation to be paid hereunder; that no representation, oral or in writing, or the City Council, its officers, agents, or employees has induced hidher to enter into this Contract, excepting only those conta in this form of Contract and the papers made a part hereof by its terns: and 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 without collusion or fraud. 2. Accunpanying this proposal is a l3id Bond of in the form of Cash, Certified Check, Bod, or Cahier's Check) for an anount equal to or greater than ten percent (10%) of the total bid price. of the anount accunpany bid is not acceptable.) Ian exact mount in words) (figures) The Undersigned is aware of the provisions is Section 3700 of the Labor Code which require every employer to k insured against liability for workers' compensation or to mdertake self-insurance in accordance with the provisions that code, and agrees to canply with such provisions before canmencing the perfonname of the work of this Contract. 0 Dollars ($40,000.00 ( fig ur es ) (Using 10 Dollars ($ .' e- -5- The Undersigned is aware of the provisions of the State of. California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate wages for each craft or type of worker needed to execute the Contract and ag to comply with its provisions. Landscape Irrigation Specialists, I Phone Number II 619 443-6150 bate "dP3A& Authorized Signauter 6% - April 21, 1986 . 15275 Olde Hiqhway 80 El. Cajon, CA 92021 - Authorized Signature (Individual, Corporation, or - Bidder' 5 Address Partnership ) List below nanes of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership: Paul G. Saksa President Secretary - - Paula R. Saksa ___ -- - _-- .* ....+ .. - uI_- - __ __ _.-__----- - - (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCTPALS MUST BE ATTACHED.) (CORPORATE SEAL 1 2/d 7 3 1 &hLL yliL44k CHANCM L. ALEXANDER NG::F~ hI.:;t - Caiiirrnla Pzinc:,=l Ofiice In E? Cie23 Ccunty My Cmwission Ergires nprll 7, 19a9 -_I. -. "qc - -6- BIDDEI'S~m TO ACCOWANY ?ROPOSAk KNOW ALL HEN BY THESE PRESENTS: that we, LANDSCAPE IRPI_GATION SPECIAL1STS, INC* Principal, and INSURANCE COMPANY OF THE WEST Surety, are held and firmly bound mto the City of Carlsbad, Californai, th sun of FORTY THOUSAND AND No/ioo------------------------- Dollars ($40 QOO lawful money of the United States for the payment of which sum well and tru to be made, we bind ourselves, jointly and severally, firmly by these presei THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the abowe-bounden principal for: TFhjGF - (an exact mount in words) PUBLIC SAFETY AND SERVICE CENTER LANDSCAPE - PHASE I CONTRACT #3006. BID PACKAGE #9. BID DATE: 4-21-86. in the City of Carlsbad, is accepted by the City Council of said City, and the above-bounden Principal shall1 duly enter into and execute a Contract including required bonds and ins.urance policies within ten (IO) days fran tt date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall becane null and void otherwise, it shall be and remah in full force and effect, ad the mount specified herein shall be forfeited to the said City. In the event any Principal above naned executed this bond as an individual, is agreed that the death of any such Principal shall not exonerate the Suret from its obligations under this bond. IN WITNESS WHEREff, we hereunto set our hands and seals this 15" da 1986. --I APRIL LANDSCAPE IRRIGATION SPECIAIJ'LST?, -- t - - --- - -- _---- ----._-- - - pnrnrrrata Seal (If Corporation) ~ - - - -- __ ---__ -._ - S?-\TE OF CALIFORNIA 1 ) ss.: CIR AND CCuNn OF SAN DLEGO ) day APRII, l9 -- 86 9 before me, the undersrgned Notary Public, in and j a person km to me (or proved to me ( PersomIly appeared Angie V. Mauricio sat?sfaccoV evidence), to be the person who executed the written instmnt as Attorney-IpFact on b CO-ratlOn therein named and ackmledged to nle that the corporation executed it. on this 15TH '. ' --\ hY d. APRIL A.D Given under m). hand and Notarial Seal this 15~~ --/--A- - - -/- .-.-, __ -. . > .I.' ._ :: -. * ,- - oALLtL& /I 7 ('Lja ( i,, L, Notary FU3IlC. -- -I .- . 'i 1 I_ I;> .I -_ L_ 1 \\ ' &'x hission Expires * I F@R: i!o 12/62 L -_ -6- BIDDER'S mm TO ACCOWANY pRemsAL KNOW ALL MEN BY THESE PRESENTS: that we, LANDSCAPE IRRIGATION SPECIALISTS, INC. 9 Principal, and INSURANCE COMPANY OF THE WEST Surety, are held and firmly bound mto the City of Carlsbad, Californai, the sun of FORTY THOUSAND AND NO/ loo------------------------- Dollars ( $40 000. t lawful money of the United States for the payment of &ich sum well and trul; to be made, we bind ourselves, jointly and severally, firmly by these preseni THE CONDITION OF THE FOREGOING Ol3LICATION IS SUCH: That if the proposal of the above-bounden principal for: 9 Ian exact mount in words7 mjz-z PuaCIC SAER AND SERVICE CENTER LANDSCAPE - PHASE I CONTRACT #3006. BID PACKAGE #9. BID DATE: 4-21-86. 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 ten (IO) days fran 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 becane null and void; otherwise, it shall be and remain in full force and effect, ad the mount specified herein shall be forfeited to the said City. In the event any Principal above nmed executed this bod as an individual, i is agreed that the death of any such Principal shall not exonerate the Surety fran its obligations under this bod. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15TH . day 1986. --' APRIL LANDSCAPE IRRIGATION SPECIAI,;STC 7 I! ---- Corporate Seal (If Corporation) Pr i-a 8 L/3JlJ hi 5 < ek - --- ISSURANChCOMPANY OF THE WEST - By:! C CdmL. L - (Notarial acknowledgement of execution by all PRINCIPALS ad SURETY must be attached.) By: --& Attorne in-Fact - ( Attach acknowledgement of Attorney in Fact.) - ** QFC - s INSURANCE COMPANY OF THE WEST POWER OF ATTORNEY .. HOME OFFICE: SAN DIEGO, CALIFORNIA CertifW Copy of KNOW ALL MEN BY THESE PRESENTS: That tha Insurance Company of the West, a Corporation duly authorize, under the law of the State of California and having its principal office in the City of San Diego, California, doe her1 constitute and appoint: .. its true and lawful Attorney(s)-in-Fact, with full Power and authority hereby conferred in its name, place and stea seal. acknowledge and deliver any and all bonds. undertakings, rwognizances or other written obligations in the nature tk This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the followii adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full. copy: "RESOLVED: That the Resident or Secretary may from time to time appoint Attorneys-in-Fact to represent an on behalf of the Company, and either the Resident or Secretary, the Board of Directors or Executive Cornmitt- ma remove such Attorneys-in-fact and revoke the Power of Attorney given him or her: and be it further "RESOLVED: That the Attorneyin-fact may be given full Power to execute for and in the name of and on behalf of any and alt bonds and undertaking as the business of the Company may require, and any such bonds or undertaking any such Attorneyin-Fact shall be as binding upon the Company as if signed by the President and salad and at Spcretary ." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and the: be signed by its duly authorized officers this Fifth day of May, 1982. . A. J. CAME'BEZL ANGIE v. MAURICIO INSURANCE COMPANY OF THE WEST && 0 dL Q President .. STATE OF CALIFORNIA Ss: COUNTY OF SAN DIEGO On this Fifth day of May A.D.. 1982. before the subscriber, a Notary Public of the State of California, in and far tl San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY OF to me personally known to be the individual and officer described in and who executed the preceding instrument. ant ledged the execution of the same, and being by me duly sworn, deposeth and saith. that he is the said officer ,of thc aforesaid, and that the seal affixed to .the preceding instrument is the Corporate Seal of the said Corporation, and Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the as direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto Set my hand and affixed my Official Seal, at the City of San Diego, the ( first above written. Notary Public STATE OF CALIFORNIA ss: COUNTY OF SAN DIEGO I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the orig .Q w ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. and has not been revoki IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the this 15TH day of APRIL a 0 G/ 3 &4b ,. 6 zr ICW CAL 37 (RE'.'. 3/82) -7- DESICNA11~- Of SUbC(bllTIACT61S -. The Undersigned certifies he/she has used the subbids of the following list( Contractors in making up hidher bid and that the subcontractors listed wil used for the work for rrhich they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specification: No changes may be made in these subcontractors except upon the prior apprav< the City Engineer of the City of Carlsbad. required for each subcontractor. Additional pages can be attached, if required. Items of Complete Address Phone I w/Area { The following infomation is with Zip eode - Work Full Company Name None - - - - - - - II- - - - -- - -- .__ -- -- - II_ -' & -8- D€SICNAl.IW OF SUMlbWrRACTOUS (cont f rued) The bidder is to provide the folllow~ng infornation on the sllbbids of all the listed subcontractors as part of' the sealed bid s-ission. Additional page can be attached, if required. Type of State Car lsbad Contracting 8usiness hunt Full Company Name License &-No. - License No.* Bid ($ or _- ._ "E - - -. .- ~. J - ~~ - -..-_--.__ - - .... - .___ .. _. . .. - _. _. - .. - - - *Licenses are renewable anrwrally. If no valid license, indicate "NO?€". Valid license must be obtained prior to submission of signed Contracts. Landscape Irrigation specl 'alists, 15275 Old@ Wiqhway 80 bid& r's Canplete Ad& CSS L (Notarize or Corporate Seal) Q.' qap -9- EIblbfllt 'S STATEIEW of FIWAlKIrCt rtrs?ousrar&rrr The Undersigned submits herewith a notarized or sealed statement of his/her f fnancial responsibility. mtal Annual Sales are approximately $1,500.00. will be provided if contract is awarded. - Financial statement Dun ad wadstreet W4-433-c - - - __ - u - - - - - - I - - (Notarize or Corporate Seal) e' & - 10 - BXDDRRmS STATMENT OF TEWICM ABItITY AIIC) EXPRIENCE The Bidder is reqgred to state *at work of a similar character to that included in the profmsed contract he/she has successfully perfoned and givc references, with telephone numbers, hich will enable the City to judge his, responsibility, experience and skill. An attachment can be used if notarizi sealed. Date he and Phone No. Contract Name and address of Person bun1 Completed , of the Employer to Contact Type of Work C.ontr4 I I r 1 1 Peb. 1986 I Port of San Dieso I Jerrv Wld . bandscape & 11,134 I I 291-39 00 I 'Irrigation I I _. , .I i I I 1 I I I I I 237-6611 1 Irrigation I 1-86 I sscal I I _I I I f I I I I. I I 1 Irrigation I I .I I i I I I I 1 I I I i i I 1 I I I I I I 1 I I I 1- I I I 1 I I 1 t I I I u 1 i I I iIanascape&- I 9: if0rni.a 1 SamGOlMth state of California I Sam Gold handscape 6 1 91( -. I I I -t-----t- U I I----+-- I+ I -uI I I I I I+ -1 I I I pdA ig n atu r e -6% (Notarize or Corporate Seal 1 .'z wf- uu N 22 f-w k. zn 0 0 0 4 000 000 00 000 oqo ur- .. rD 49 4 2-2 999 000QOUQ000 9’1 ???I hl-0 :;z 52 :x- . NN -. 4 u w V a a a Y 2 s n Oi 0 00000000000 00 ooomoum~oom mu mo om - - 0 h mou 3??9?9??3?? 93 NmNemcIrnneom me*m--(YID Cu; Nrn um NU I. 0 - I L.. -.-.. h e( -1 L? nd W A -1 > U 0 p: A w 5 Y 5 U‘ ,g 0 4 A - -1 ; W \z v: 6m uro *u WW 94 ?? 9999949949 00ommrnmmnaDo rnmOa0rn~aoa-O N * \Doqhl I- .u i ur\D\DhrDn00mO romhow~--.~ 0- aWaWWwwwww n z mrl x x x33rlrlrlrl x OOOmmmmm~O w blm ep-9 M M M M M “-9 0 OM wc g w > 0 n ry $1 Lab;murrnmmm> -1 d.4 4. vr muSN-* -4 N .. . an. . 2B 3% YI ria0 oau . . - n V -1 nn . HZ 831 339”;443&&;l -dUU- u ma -w *d P.P.m WV MM-4 ‘“““??.‘i I ;? * *.c=u U.?,bla s 02 0)0)mmuUu0)0)P 135 mrl he h0 UH %ob ASS +en N VZW \on uu Li. 0 0 O0 0 ?? 0 mm ? .I- c3 0 0 00 3 cq m mo rn808 rn a m u m m :[ <? 3 m ? 4 U mo n U InN 4 .. h 0 <r U hN d 0 -m u Y? 3 93 93 99 39 99: euoo om N~I aa .s mu mm 2s 23 Zg2 hm h uu "7, ny n--r wa ..I . 9%: 351 4 m-m -1 * nh 214 00 ?Q n gl N awn n m m -1 1 ad w WW WWWW WW WW WW WW WW Y W-Irl.4 44 44 4-I +-I 44 alaam am mm am mca cam n m m > W XY 00 PP CMMM MM MM MM MM MM ooo won nmn no om- ODInN ... 44: hm- w u n? CL U 4 2 z I-4 .a 0 00 0000 0 0 00 me am 99 q 9939 9 3 93 :%ss 8 e ..a - - ?", hmmh u ? N3 en hlh Nm U N a m m m, In h -mhN - -1 Y 2 w & w > Y el n? fn d P Y 0 U n? O *' e V * I N -I w w z 0) !a c CL 0 m 1 a 3 C rl U221v W W WWWEO, w w -W U 9 m 4 m x alb -I 4 -I r(4-I-I -I r( m@mPm 6 0 Mal m Io MM MMMM M M M g? n 5 s2 8 $1 -mm4 m In mm m VJ I: 22 W 2;: 2 x -I 2.4 c a ML, 22 w uel a CIa -1: ? -I ? ? Y 9 0 al al &X tcI 0) n r el z ov m w E5 N w alel M 8 m al b. n L, U U un al 2% r( 0 p. m dm.;? g 0s VMUC m COzItdm 0 el0 g $1 42,'$ E: [ mmom h mmnn m u- m - d b* alp. Ck V' el U c m *U n?* N rD h h m 0 m m no 4 z m + - 11 - - CONTRACT - PUBLIC W-S , 1986, by between the City of Carlsbad, California, a m - cipal corporation (hereinafte This agreement is made thisA* day of cd led "City'f), ad Landscape Irriaation Specialists, Inc. whose principal place of business is (here in af t ex1 led "Co ntr acto rmj . - City and Contractor agree as follows: 15275 Olde Highway 80, El Cajon, CA 92 -u a- - 1. Oescription of Work. Contractor shall perform all work as specified in Co nt r act document s f o r : PUBLIC SAFETY AND SERVICE CENTER LANDSCAPE - PHASE I ( hereinafter called "project"). 2. Provisions of Labor and Materials. materials, tools, equipment ,-personnel to perform the wrk specified the Contract Documents. 3. Contract Documents. The Contract documents consist of this Contract; thc bid docunents, including the Notice to Bidder, Instructions to Bidders, I Contractor's Proposals; the Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or t Plans and Specifications, and the bonds for the project; all of which arc incorporated herein by this reference. Pa ment. kntract, City shall make payment to Contractor the total mount of $ 313,532-59 per section 9-3.2 of the Standard Specifications for Public Works Constructions, 1985 edition. The closure date for each monthly invoice will be the 30th day of each month. Partial payments will be disbursed monthly for the previous month's invoices according to the following schedule for 1986: 3anuary 17 May 16 September 19 February 21 June 20 October 17 March 21 3uly 18 November 2 1 April I8 August 15 December 19 Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the firs Friday of the month. No payments will be made at any time other than tho Contractor shall provide all labor, 4. As full compensation for Contractor's performance of work undez e. QOD scheduled. - 12 - Payment of undisputed Contract amounts shall be contingent upon Contract furnishing City with a release of all claims against City arising by vir of this Contract as it relates to those documents. Extra canpensation equal to fifty percent (50%) of the net savings may t paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savir shall be determined by City. No payment shall be made unless the change approved by the City. 5. Independent 1nvestigati.on. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor in order to overcane unanticipated underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions for Contractor's convenience: only, and City does not warrant that the corditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contr-actor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work from the action of the elements or from any unforeseen difficulties vrhicl may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expensl incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the canplet. of the work caused by acts of God, stormy weather, extra work, or matter: which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this Contract order changes, modifications, deletions, and extra work by issuance of written change orders. Contractor shall make no change in the work with the issuance of a written change order, and Contractor shall not be entitled to canpensation for any extra work performed lnless the City ha: issued a written change order designating in advance the anount of additional compensation to be paid for the work. If a change order dele1 any work, the Contract price shall be reduced by a fair and reasonable mount. If the parties are unable to agree on the anount of reduction, t work shall nevertheless proceed and the mount shall be determined by arbitration or litigation. The only person authorized to order changes a extra work is the City Engineer. excess of $5,000.00 shall be effective unless approved by the City Council. However, no change or extra work order 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per dim wages for each craft or type of worker needed to execute the Contract and schedule containing such information is in the City Clerk's office, and i incorporated by reference herein. *' qa, Pursuant to Labor Code Section 1775, - 13 - Contract shall pay prevailing wages. applicable prevailing wages on the jobsite. Contractor shall post copies of al 9. Indemnity. Contractor shall assume the defense of and indemnify and hol harmless the City, and its officers and employees, from all claims, 10s~ damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the Contract or w regardless of responsibility for negligence; and fran 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 Contract, regardless of responsibility for negligence. The expenses of defense include all costs ad expenses, including attorney's fees, for litigation, arbitration, or other dispute resolution method. Nothing in this Paragraph shall require Contractor to indemnify City for losses cau by the sole active negligence of City. that ConTractor shall maintain in force at all times during the perfonna of this agreement a policy or policies of insurance covering its operatic and insurance covering the liability stated in Paragraph 9. The policy 1 policies shall canply with special insurance instructions attached to thi bid documents and shall contains the following clauses: Contractor's liability insurance policies shall contain the following clauses : A. "The City is added as an additional insured as respects operations o IO. Insurance. Without limiting Contractor's indemnification, it is agreed the naned insured performed wder contract with the City." "It is agreed that any insurance maintained by the City shall apply I excess of and not contribute with, insurance provided by this policy, 8. All insurance policies required by this paragraph shall contain the following clause: "This insurance shall not be cancelled, limited or non-renewed until after thirty days written notice has been given to the City." Certificates of insurance evidencing the coverages required by the clause set forth above shall be filed with the City prior to the effective date this agreement. 11. Workers' Compensation. Contractor shall camply with the requirements of Section 3700 of the California Labor Code. Contractor shall also asume t defense and indemnify and save harmless the City and its officers and employees fran all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perfom any work under this Contract regardless of responsibility for negligence. c-\ 4op - 14 - 12. Proof of Insvrance. Contractor shall submit to the City certification ( the policies mentioned in Paragraphs 10 and 11 or proof of workers' canpensation self-insurance prior to the start of any work pursuant to 1 Contract. Arbitration. Any controversy or claim in any amount up to $100,000 ari: out of or relating to this Contract or the breach thereof may, at the option of the City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award redered by the arbitrator(s) shall be supported law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 13. 14. Maintenance of Records. Contractor shall maintain and make available tc the City, upon request, records in accordance with Sections 1776 and 181 of Part 7, Chapter 1, Article 2, of the California Labor Code, If the Contractor does not maintain the records at Contractor's principal placc business as specified above, Contractor shall so inform the City by certified letter accunpanying the return of this Contract , Contractor shall notify the City be certified mail of any change of address of such records. 15. tabor Code Provisions. The provisions of Part 7, Chapter 1, canmencing with Section 1720 of the California Labor Code are incorporated herein b r ef e r ence . Security. Pursuant to the requirements of law (Goverrment Code Section h590) appropriate securities may be substituted for any monies withheld City to secure performance of this Contract or any obligation establishec by this Contract. 16. *'e - 15 - 17. Additional Provisions. Any additional provisions of this agreement arc forth in the "General Provisions" or "Special Provisions" attached here and made a part hereof. 3 ' .d ,- y[s/, '2:2,7i /- L, I- (SyL.1 f- c.2 sy -1' <-A< 2.u & /-- /-/ w -- (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Title 7 k.5 / ,-/e+ & -------PC--- ---.- BY - Title BAD, CALIFORNIA & J" @ Contractor's Certification of Awareness of Workers' Capensation Responsibilj "I am aware of the provisions of Section 3700 of the Labor Code which requirt every employer to be insured against liability for workers' canpensation or 1 undertake self-insurance in acco~rdance with the provisions before canmencing the performance of the work of this Contract." --. */- , r -< .K(--?: c Ad. - <>?,-cy /\ ?" - I \ ,- */I L -I , "/&- ., -% 1 STATE OF CALLFOHNIA 1 ss.: CITY AND COUNTY OF SAN DIEGO) 1-9 86, before me, the undersimed Notarv Pub: in and for the State, personally appeared a person known 1 me (or proved to me on the basis of satisfactory evidence), to be the person who ext the written instnment as Attorney-h-Fact on behalf of the corporation therein namt ackmowledqed to me that the corpration executed it. Given under my hand and Notarial Seal this 12th - On this 12th day June Paul G. Saksa A. I day of June c . -- ...--A - 16 - - LABOR ANB rUrERIMS WHO &nd KO. 13 89 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8563 , adopted May 20, 1986 A' has awardec (hereinaf Landscape Irrigation Specialists, Inc. designated as the "Principal"), a Contract for: ---. PUBLIC SERVICE AND SAFETY CENTER LANDSCAPE - PHASE I 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 Carlsb4ad. 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, provid that if said Principal or any of hisfher or its subcontractors shall fail to for any materials, provisions, provender or other supplies or terns used in, upon for or about the performance of the work agreed to be done, or for any n or labor done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set forth. nd J-J-). P2 uup@ y bound Lnto the C ive hundred thirty and 50/lOO----------------------------------------~ll ars ($313,532.50 1, said sum being one hundred percent (100%) of the estimated mount payable by City of Carlsbad under the terms of the Contract, for hich payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and Severaly, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, pruvender or other supplies, or teams used in, upon, for, or about the performance of work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due mder the Unemployment Insurance Code with respect to such wo1 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 ul the bond, a reasonable attorney's fee, to be fixed by the court, as required k the provisions of Section 4202 of the Goverrment Code of the State of Calif onria. This bond shall insure to the benefit of any and all persons, canpanies 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. c,.9, - - 17 - In the event any Contractor above naned executed this bond as an individual, is agreed the death of any such Contractor.shal1 not exonerate the Surety fro its obligation under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above named, on the -- /o-/-h day of .&J-Q , 1986. (Notarize or Corporate Seal for Each Signer) 1-- Contractor lr?a,u<kw-e Lma~w 0 T i +h Lug AfiQIt li.mQ&f-cLLii -Rttfi(&g&Jq -j / u: I- ?/J d/AO<& LC/ . ') ?I I x?F/&L&-/& pf Sur e+& I STAT? OF CALIFORNIA 1 ) ss.: CITY AWD CDUPTY OF SAN DIEGO ) On th.5 10th day June 19 86 before m, the undersigned Notary Public, it1 and for tk a person KnOWn to nx' (or proved to nr on the satisfactoq evitience), to be the person who executed the written instrument as Attorney-ln-Fact. on behal corpor-ylon cllerein nard and acknowledged to me that the corporation executed it. _.____ personal 1 y appeared Anqie v. Mauricio GivLsII tindeL my hand and Notarial Seal this - 10th day of lune A.r). X; Colmi sion &.?ires mlw 115 12/82 L bTCLw2 m. P&b Notary I'ublic. "'e- 1 I ~ - - -,_ _--. . -=.. -_ c INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of v POWER OF ATTORNEY '. KNOW ALL MEN BY THESE PRESENTS: That tho insurance Company of the West, a Corporation duly authorize under the laws of the State of California and having its principal office in the City of San Diego, California, does her constitute and appoint: its true and lawful Attorney(s)ln-Fact, with full power and authority hereby conferred in Its name, place and stoa seal, acknowledge and deliver any and all bonds, undertakings, f8cognirances or other written obligations In the nature th This Power of Attorney is granted and is signed and saaled by facsimile under and by the authority of the followi adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, copy: "RESOLVED: That the President ar Secretary may from time to time appolnt Attorneys-in-Fact to represent ar on behalf of the Company, and either the Resident or Secretary, the Board of Directors or Executive Cornmitt- ma remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney-in-fact may be given full power to execute for and in the name of and on behalf of any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertaking any such Attorney-in-Fact shall be as binding upon the Company as If signed by the President and sealed and at Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its offlcial seal to be hereunto affixed and the! be signed by its duly authorized officers this Fifth day of May, 1982. A. J. CAKPBELL ANGIE V. HAURIC10 INSURANCE COMPANY OF THE WEST && 0 dit Q President STATE OF CALIFORNIA ss: COUNTY OF SAN DIEGO On this Fifth day of May A.D., 1982. before the subscriber, a Notary Public of the State of California, in and for t San Diego, duly commissioned and qualified, came WILLIAM A. WHITE, President of INSURANCE COMPANY OF to me personally known to be the individual and officer described in and who executed the preceding instrument, anc ledged the execution of the same, and baing by me duly sworn, deposeth and salth, that he is the said officer of the aforesaid, and that the seal affixed to the preceding Instrument Is the Corporate Seal of the sald Corporation, and Corporate Seal and his signature as such officer wire duly afflxed and subscribed to the said instrument by the a direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the first above written. ( d Notary Public STATE OF CALIFORNIA ss: COUNTY OF SAN DIEGO I, the undersigned, Richard S. King. Secretary of the Insurance Company of the West, do hereby certify that tha orii OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revok IN WITNESS WHEREOF, I have hereunto subscribed my nam as Secretary, and affixed the Corporate Seal of the this 10th day of June 6 e H 44-l.4 - - 18 - - PERFORHAHE BOND Qond pJrj- is89 sc KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 8563 - , adopted xay 20, 1986 , has awarde - *-- (hereinaf te PUBLIC SERVICE AND SAFETY CENTER LANDSCAPE - PHASE I in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of thl City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said Contract, a the terms thereof require the furnishing of a bond for the faithful perfoxma of said Contract; NOW, THEREF ORE, WE, Unto the ciky o%k!sbad-- Three hundred thirteen thousand fj Landscape Irrj craaon Specialists, Inc. as Principal, (hereinafter designated as the "Contractor"), and _kv\,4wmp C , as Surety, are held and firmly ba n,mo a'M1 oc: i 4,s)- 00 --------Dollars ($ 313,532.50 1, said sum be. mp2eii (IOmTof the estimated mount of the Contract, 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 be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract01 his/her or its heirs, executors, administrators, successors or assigns, shal: all things stand to and abide by, and well and truly keep and perform the covenants, conditions, ad agremeents in the said Contract and any alteration thereof made as therin provided on this/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respect according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and qents, as therein stipulated then this obligation shall becane null and void; otherwise it shall remain ir 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 terns of the Contrac or to the wrk to be performed thereunder or the specifications accanpanying sane shall affect its obligations on this bond, and it does hereby waive not1 of any change, extension of time, alterations or deletions to the terns of tf, Contract, or to the work or to the specifications. "ap_ - 19 - In the event any Contractor above naned executed this bond as an individual, is agreed the death of any such Contractor shall not exonerate the Surety frc its obligation under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor Surety above naned, on the l&-h. - . day .of 3% , 1986. ---I_ (Notarize or Corporate Seal for Each Signer) -- tontractor AM,k v &LLb - AKwtw. iJq ~ /? Sur dty I ) ) ss.: STATF OF CALIFORNIA CITY AYD COUp*T OF SAN DIEGO ) 19 86 before me, the undersigned Notary Public, in and for - Oh th;s 10th day June personal 1 y appeared Anclie v. Mauricio a person known to IIK’ (or proved to me on t satisfactory evidence), to be the person who executed the written instrmnt as Attorney-iwFact on beh sorporPtion rherein named and acknowledged to me that the corporation executed it. Given undei my hand and Notarial Seal this 10th day of tl,,nP A. , iiYlLh.4 IYJ. Padab Xy Cammi ssion ExFires Notary ?ublic. FOR\? 116 12/82 I.‘ e ‘1 I - c INSURANCE COMPANY OF THE WEST POWIER OF ATTORNEY HOME OFFICE: SAN DIEGO, CALIFORNIA Ceflified Copy of '. KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorize under the laws of the State of California and having its PrlnCiPal Office In the City of San Diego, California, does he constitute and appoint: its true and lawful Attorney(s)-ln-Fact, with full power and authority hereby conferred in Its name, place and ste seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature t This Power of Attorney Is granted and is signed and sealed by facsimlle under and by the authority of the foilow adopted by the Board of Dirators of the InSUranC@ Company of the West at a meeting duly called and held on th February, 1973, which said Resolution has not been amended or rescinded and of which the following Is a true, full copy: "RESOLVED: That the Resident or Secretary may from time to time appoint Attorneys-in-Fact to represent a on behalf of the Company, and either the Resldent or Secretary, the Board of Directors or Executive Committee m remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney-in-fact may be given full power to execute for and in the name of and on behalf o any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakln any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and a Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its offkial seal to be hereunto affixed and th be signed by its duly authorizd officers this Fifth day of May, 1982. INSURANCE COMPANY OF THE WEST A. 3. CAMPBELL ANGIE V. MAURICIO U& u hit a President STATE OF CALIFORNIA ss: COUNTY OF SAN DIEGO On this Fifth day of May A.D., 1982, before the !iubscriber, a Notary Pubtic of the State of California, in and for San Diego. duly commissioned and qualified, came WILLIAM A. WHITE. Resident of INSURANCE COMPANY C to me personally known to be the individual and officer described in and who executed the preceding instrument, a ledged the execution of the same. and being by me duly sworn, deposeth and ralth, that he Is the said officer of t aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, an Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by tha direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, th first above written. ( I WliUY PUW * WIFORNU Notary Public STATE OF CALIFORNIA ss: COUNTY OF SAN DIEGO I, the undersigned, Richard S. King, Secretary of Uhe Insurance Company af the West, do hereby certify that the e OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. and has not been rev IN WITNESS WHEREOF, I have hereunto subscribed my nam as Secretsty, and affixed the Corporate Seal of tl this 10th day of June 19 86 1 6 ~~ - 20 - CERTIFICATION OF:.CBWtIANE - 1 .f - --t - -- I hereby certify that f-&~23%~.&, /! -.!--j'jpi~d19t2a ~y%L?~-L[/L$Cj i LflL Legal Name20f Contraexor in performing under the Purchase Order awarded by the City of Carlsbad, will canply with the County of San Diego Affirmative Action Program Program adopt by the Board of Supervisors, including all current anendments. - - - _I- Date (S€4L! i -,-7 Title _. ,/e 5- 1 L1 -//I - (NOTARIZE OR COPROATE SEAL) Y (Notarial acknowledgement of execution by all principals must be attached .) ' 2. 'ccc- - 21 - - GENERAL PROVISIONS 1. *PLANS AND SPECIFICATIONS The specifications for the site work shall consist of the 1985 edition ( the Standard Specifications for PUbliG Works Construction, hereinafter designated Standard Specification, as issued by the Southern Chapters 01 the American Public Works Association, the City of Carlsbad supplement 1 the Standard Specifications, the Contract documents, and the General ant Special Provisions attached thereto. The Construction Plans consist of nine (9) sheets designated as City of Carlsbad Public Safety and Service Center - Landscape Phase I. standard drawings utilized for this project are the San Diego Area Regic Standard Drawings, hereinafter designated Standard Drawings, as issued t the San Diego County Department of Transportation, together with the Ci' of Carlsbad Supplemental Standard Drawings, Copies of pertinent standa~ drawings are available for purchase at City Hall, 1200 Elm Avenue, Carlsbad, California. A. Conflic s: The In the event of conflicts between the requirements of tl dspecifications, San Diego Area Regional Drawings, or City ( Carlsbad Standards, the document highest in precedence shall apply, The order of precedence shall be: 1. Plans 2. Specifications 3. City of Carlsbad Standards 4. San Diego Area Regional Drawings 5. Standard Specifications 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment an: materials, and performing all operations necessary to complete the projt work as shown on the project plans and in accordance with the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City's Landscape Architect or hi: approved representative. 8. Reference to Drawings: Where words llshOwn", "indicated", "detailed", "noted", "scheduled", words of similar import are sed, it shall be understood that referei is made to the plans aclcunpanying these provisions, unless otherwisf stated. a'& - 22 - C. Directions: Where words lldirectedl' , "designated" , "selected", or words of simila import are used, it shal.1 be understood that the direction, designation, or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly canplete the work as required and as approved by the City Engineer", unless stated otherwise. D. Equals and Approvals: Where the words "equal",, "approved equal", "equivalent" and such WOI of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved" , "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. E. Perform and Provide: The word "perform" shall. be understood to mean that the Contractor, hidher expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indic:ated, specified, or required to mean that th Contractor, at her/his expense, shall furnish and install the work, canplete in place and ready to use, including furnishing of necessar labor, materials, tools, equipment, and transportation. 4. CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the 1985 edition. It shal be understood that the manufacturers or producers of materials so requir either have such specificatjlons available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Construction Manager and the City Engineer with a Construction Schedule: indicating work activities and length of ti required for each activity. The Contractor shall review with the Construction Manager and the! City Engineer the Constuction Schedule at t pre-construction conference to insure completion of the &ole or any par of the work. The Contractor shall begin work after being duly notified by an issuance a "Notice to Proceed" and shall diligently prosecute the work to canplet in connection with the construction schedule as approved by the Construction Manager and City Engineer at the time of the pre-constructil conference. "gt Work shall be complete by September 30th. - 23 - 6. NON-CONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager. Any cost caused by redson of this non-conforming work shall be borne by Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a "Not of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. Plant materials shall be subject to the guarantee described in the Planting Section of the Specifications. 8. MANUFACTURER'S INSTRUeTIONS Where installation of work is required in accordance with the project manufacturer's directions, the Contractor shall obtain and distribute tt necessary copies of such instructions, including two (2) copies to the ( Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equip[ with mufflers in good repair hen in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. IO. CITY INSPECTORS All work shall be under the observation of a City Construction Inspecto1 Inspectors shall have free access to any or all parts of work at any tin Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner ( work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. 11. INSPECTIONS BY CITY ENGINEER - The City Engineer reserves 'the right to inspect any specific portion of work. Upon request by the City Engineer, the Contractor shall give 24 t notice as to nhen the specific portion of work shall take place. Any w( requested to be inspected b:y the City Engineer and installed by the Contractor prior to inspection will be subject to removal at the Contractor's expense. PROVISIONS, REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be insertc in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is 1 2. *' e - 24 - correctly inserted, then upon application of either party the Contract shall forthwith by physically amended to make such insertion or correction. 13. INTENT OF CONTRACT DOCUMENTS - The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any item of work not indicated or specified, but wt are essential to the completion of the work, shall be provided at the Contractor's expense to fulPill the intent of said documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent off the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 14. SUBSTITUTION OF MATERIALS The proposal of the Bidder shall be in strict conformity with the drawir specifications, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipnw or process indicated or specified by patent or proprietary nanes or by names of manufacture which she/he considers equal in every respect to tt indicated or specified. The offer made in writing, shall include proof the State Fire Marshal's approval (if required), all necessary informat: specification, and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its quality and strength, its physici chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Suct substitution of proposals shall be made prior to beginning of constructj if possible, but in no case less than ten (IO) days prior to actual i ns t al la t io n . 15. RECORD DRAWINGS The Contractor shall provide and keep up to date a canplete "as-built" record set of plans, which shall be corrected daily and show every chaq from the original drawings and specifications ad the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, anc all other work not visible at surface grade. Prints for this purpose mi be obtained from the Architect at cost. This set of drawings shall be I on the job and shall be used only as a record set. Upon completion of 1 work, and prior to release of retention, the Contractor shall transpose "as-built" information on to a set of reproducable mylars. Drawings sh, be drafted in a professiondl manner and shall locate by dimensions and elevation all changes in concealed work, and changes in manufacturer i nf ormat io n . d e- - 25 - 16. PERMITS The general construction, electrical, and plumbing permits will be issue by the City of Carlsbad at 1-10 charge to the Contractor. The Contractor responsible for all other required licenses and fees. 17. SAFETY AND PROTECTION OF WORKERS AND PUBLIC The Contractor shall take dl1 necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipa:L safety laws and building codes to prevent accidents or injujry to per!;ons on, about, or adjacent to the premises where the work is being perfformed. maintain at all times, as required by the coditions and progress of thc work, all necessary safeguards for the protection of workers and public, and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, ad falling materials. He/she shall erect and properly 18. SURVEY AND LAYOUT Contractor shall verify all dimensions on the drawings and shall report the City Engineer any discrepancies before proceeding with related work. Contractor shall perform all survey and layout work. 19. UTILITIES Utilities for the purpose of these specifications shall be considered a: including, but not limited to pipe lines, conduits, transmission lines, appurtenances of "Public Utilities" (as defined in the Public Utilities of the State of California) or individually solely for their own use or use of their tenants, ad ston drains, sanitary sewers, and street lighting. They City of Carlsbad and affected utility companies have, bi search of known records, endeavored to locate and indicate on the Plans utilities which exist within the limits of the work, However, the accu1 or canpleteness of the utilities indicated on the Plans is not guarantef Service connections to adjacent property may or may not be shown on the plans, It shall be the responsibility of the Contractor to determine tt exact location and elevation of all utilities and their service connections. The Contractoir shall make his/her own investigation as to location, type, kind of material, age and condition of existing utilitic and their appurtenances and service connections which may be affected bi the contract work, and in addition he/she shall notify the City as to ar utility, appurtenances, and service connections located which have been incorrectly shown or omitted fran the plans. The Contractor shall notify the owners of all utilities at least 48 houI in advance of excavating around any of the structures. At the canpletic of the contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. . the event of damage to any utility, the Contractor shall notify the omc of the utility immediately. It is the responsibility of the Contractor compensate for utility damages. '8 - - 26 - The temporary or permanent relocation or alteration of utilities, inch service connections , desired by the Contractor for hisiher own convenie shall be the Contractor’s om responsibilty, and heishe shall make all arrangements regarding such work at no cost to the City. If delays oca due to utilities relocations hich were not shown on the Plans, it will solely the City‘s option to extend the canpletion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the constructil the Contractor, upon request to the City, may be permitted to temporari omit the portion of work affected by the utility. The portion thus mi shall be constructed by the Contractor immediately following the reloca of the utility involved dess otherwise directed by the City. All costs involved in locating, protecting and supporting of all utilit lines shall be included in the price bid for various items of work and additional payment will be made. 20. CLEAN UP The Contractor shall keep the premises free at all times fran all waste materials, packaging materials and other rubbish accumulated in connect with the execution of the work by collecting and depositing said materi and rubbish in locations or containers as designated by the Constructioi Manager. 21. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trade will be provided. 22. ACCEPTANCE OF SITE The Contractor shall accept the site and the character of the work as .ti exist on the first day of work under this contract. ‘‘e - 27 - - SPECIAL PR@VISIONS PUNTING Work discussed in this section includes the furnishing of all labor, material and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relati- the various trades and under the continuous supervision of a competent formc capable of interpreting the drawings, notes, and these specifications. Irrigation and landscape work may be done concurrently, however , landscape m may not start in any section prior to the inspection and approval of the sprinkler work. Prior to excavation for planting or placing of stakes, locate all electrical cables, conduits, sprinkler valves, and all utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and plant locations, promptly notify the Landscai Architect ho shall arrange for relocation for one of the other. Failure to follow this procedure places upon the Contractor the responsibility for (at I own expense) making any and all repairs for damage resulting from work hereunder . PART 1 - GENERAL 1. SUBMITTALS A. Certification of Conformance or Canpliance: In addition to any othei certificates specified, the Contractor shall furnish a certificate w; each delivery of bulk material stating the source; quantity; type or material; and that the material conforms to the specification requirement. For bulk delivered organic fertilizer, the certificate shall also state the volume, net weight, percent of nitrogen, percenl phosphoric acid, and that sludge is properly processed and will not I or otherwise damage plants, or plant roots. For other fertilizers ar soil conditioners in containers, a similar certificate or invoice sh, be furnished stating total quantities by weights and volume for each material. These certificates shall be submitted to the Landscape Architect prior to the start of the maintenance period if required b! Owner. After the soil has been prepared as called for in the sectior soil preparation, the irrigation system has been installed and testa and conditions are favorable to plant, the Landscape Contractor shal request approval to start planting fran the Landscape Architect. 8. Certified Labratory Test Reports: Submit for approval, certified cq of the reports of tests listed below and required in referenced publications for the following materials: 1. Agriculture Suitability Soil Test will be made by the City after rough grading is canpleted and Contractor shall adjust soil amendments and contract sum accordingly. a' e - 28 - 2. ELIVERY, STORAGE AND HANDLING A. Delivery 1. Provide notification of the delivery schedule in advance so matel may be inspected upon arrival at the job site. Remove unacceptdr material from the job site irnmeidately. Protect plants durimg delivery to prevent damage to the root bal or desiccation of leaves. Protect trees during transport by tyil in the branches and covering all exposed branches. Delivery pesticides and soil fumigants to the site in the origin unopened containers. Containers that do not have a legible labe' that identifies the Enviranental Protection Agency registration number and the manufacturer's registered uses will be rejected. 2. 3. R. Storage 1. Store and protect plants not installed on the day of arrival at site as follows: a. Outside storage shall be protected from the wind. b. Keep plants, including those in containers, in a moist condi by watering with a fine mist spray. e. Separate plants to prevent "damping off". 2. Keep gypsum and fertilizer in dry storage and away from contaminants . 3. Do not store soil sterilant and herbicides with any other landsc, materials. Store in an approved, locked, separate structure or vehicle. C. Handling: 1. Plants: Take care tco avoid damaging plants being moved from the Handle all plants Remove damaged plants or pl, nursery or storage area to the planting site. carefully to avoid cracking or breaking the root ball. Do not handle plants by the trunk or stem. with broken or cracked root balls from the site. 2. Speciment plants shall be planted, mulched, guyed, and in a basil and fertilized within 48 hours after removal fran previous location. 3. 308 CONDITIONS CL' eQ-- A. Planting Conditions: Planting shall not be done when the ground is muddy or in an unsatisfactory condition for planting. - 29 - 4. GUARANTEE Work shall be subject to the terms of the clause entitled "Guarantee" of GENERAL PROVISIONS, except that plant material shall be guaranteed throuc the plant establishment period. All plantings shall be guaranteed for a: long as the Contractor is maintaining the landscaping. Any material that not growing properly during this period shall be replaced by the Landscar Contractor within seven (7) days after the receipt of a written notice bj the Landscape Architect. The Contractor's guarantee may be extended by t Landscape Architect in cases where plants are slow to establish. If the Contractor fails to make replacements within the time limit, the Owner mi replace them at the Contractor's expense after duly notifying them. PART 2 - PRODUCTS 1. PLANTS A. Plant material shall be furnished in the quantities and/or spacing a! shown, or noted for each location, ard shall be of the species, kinds sizes, etc., as symbolized and/or described in the "List of Plant Materials" as indicated on the drawings. Plant names indicated or listed in the "List of Plant Materials" on the drawings conform to "Standard Plant Names" est&lished by the American Joint Committee or Horticultural Nomenclature, except for names not covered herein, the established custom of the nursery is followed. €3. Planting Stock: Planting stock shall be well-brand& and well-forme sound, vigorous, healthy, and free from disease, sunscale, windburn, abrasion, and harmful insects or insect egges, and shall have healthy normal, and Llnbroken root; systems and not root bound. Deciduous tree and shrubs shall be symmetrically developed, of miform habit of grow with straight boles or stems and free fran oj'bectional disfigurement: Evergreen trees and shrubs shall have well devloped symmetrical tops with typical spread of branches for each particular species or variet Ground covers and vines shall be vigorous have the number and length runners, and clump size :specified, and be the proper age for the grad of plants specified. Only vines and ground cwer plants well established in removable containers, integral containers , or formed homogeneous soil sections shall be used. Plants shall not be pruned prior to delivery, except as authorized by the Landscape Architect, G his representative. In no case shall trees be topped before delivery C. Sizes of Plants: Shall be as stated in the plant list. Container st (1 gallon, 5 gallon, and 15 gallon) shall have been grown in containe for a period of time suf-Picient to develop root growth sufficient to hold the soil ball together to the side and bottom of the container i which it was delivered. The height and spread of all plant material shall be measured with branches in their normal position; and shall b as indicated on the drawlngs. measured 2' - 0" dove the surface of the ground. Where caliper or other dimensions of any plant materials are omitted from the "List of Plant Materials", it shall1 be average stock for type listed. The caliper of all trees shall be L' &- - 30 - 0. Plant Material: Plant material shall be nursery grown, unless otherH Ground cover plants shall be well rooted cuttings grown in flats shall remain in those flats until planted. indicated. 1. E. Substitutions: For the indicated plant materials will be permitted, provided the substituted materials are approved in advance by the Landscape Architect, and the substitutions are made at no additional charge to the Owner. substitute plant materials shall conform to the requirements of these specifications. If accepted, substitute materials are of less value than those indicated or specified, the contract price will be adjuste in accordance with the provisions of the contract. All plant materials shall be subject to the inspection am All plants supplied to the project (whether planted or not Except for the variations so authorized, all F. Approval: approval of the Landscape Architect, or his representative, before planting. are subject to rejection by the Landscape Architect. Plants not approved shall be removed from site immediately and replaced with suitable plants. The Landscape Architect may reject entire lot of plants represented by defective samples. 2. SEED A. Seed for Lawns: After the irrigation has been tested for coverage, : prepped, and finish graded, the lawn areas may be seeded, as called 1 on the plans. labeled as to species and quantities. All seed shall be applied at t rate called for on the pltans. Seed shall be applied at an even rate a mechanical spreader as approved by the Landscape Architect. All seeds shall be brought to the site appropriately 8. Seed for Hydroseeding: All seed is to be delivered to the job site, unmixed, in separate sealed containers. Each sealed container will t the seed suppliers' tags which shall indicate the container weight, : type, seed purity, and seed germination. All seed shall be labeled according to State and Federal seed laws. A sample of each seed type will be drawn before seeding for testing to assure that seed specifications have been met. Plant names indicated or listed in the "List of Plant Materials" on the drawings must conform to "Standard Plant Names" established by the American 3oint Committee on Horticultural Nomenc1atui:e. established custom of the nursery is followed. 1. Plant List: as indicated on drawings. 2. Substitutions: For the indicated plant materials will be permit1 provided the substitute materials are approved in advance by the Landscape Architect, and the substitutions are made at no additic charge to the Owner. Except for the variations so authorized, al substitute plant matisrails shall conform to the requirements of these specifications. If accepted, substitute materials are of 1 value than those indicated or specified, the contract price will adjsuted in accordance with the provisions of the contract. Men names are not covered therein, the c' & - 31 - 3. Samples, Tests, and Inspections: Source of material shall be furnished if requested by Owner or Landscape Architect. 3. TBSOIL: Topsoil shall be the existing surface soil and/or other topsoi obtained from other approved sources. Only the areas to be planted to 1, behind retaining walls, and in parking'lot islands, shall be upgraded to standards given in this section. A. Composition: Provide new topsoil or modify existing topsoil to supp the following canposition requirements: pH between 6 and 7.6, containing from 5 to 20 percent organic matter as determined by the Organic Carbon 6A, Chemical Analysis Method described in USDA Soil Survey Investigation Report No. 1. Maximum particle size, 3/4-inch, with maximum 3 percent retained on 1/4 inch screen. Soluble salts s not exceed 600 ppm. per cent ages : Other canponents shall be within the following si1 t 20- 5 0 Clay 10-30 Sand 20-35 8. New Sources of Topsoil: Conform to requirements specified in paragr( entitled "Composition". Additional topsoil shall be furnished by thc Contractor and obtained from sources outside the station. 4. pH AD3USTERS A. Gypsum: Commercialy packaged, free flowing gypsum containing not le: than 95 percent, by volume, of calcium sulphate as active ingredient 5. SOIL CONDITIONERS: Use individually or in combination as required to met specified requirements for topsoil. A, Peat: Used as a synonym for sphagnum moss peat, hypnum moss peat, ri sedge peat, and peat humus, except as otherwise specified herein. PC shall be derived from a freshwater site, shredded and granulated to I a 1/2-inch mesh screeen and corditioned in storage piles for at leas' six months prior to use. €3. Manure: Canmerically sterilized and sacked steer manure containing maximum 25 percent by volume of straw, sawdust, other bedding materii free of stones, sticks, soil, and toxic materials harmful to plants; well canposted and screened to pass through a 1/4 inch sieve. C, Nitrolized Wood Shavings: Ground bark, sawdust, or other wood waste material free of stones, sticks, and toxic substances harmful to plar stabilized with nitrogen and having the following properties: Particle Size: Minimum percent by weight passing: C'49, No, 4 Mesh Screen 95 No, 8 Mesh Screen 80 - 32 - Nitrogen Content: Minimum percent based on dry weight: Redwood Sawdust 0.5 Fir Sawdust 0.7 Fir or Pine Bard 1.0 D. Composted Organic Waste: Chemically treated and canposted organic wastes such as rice hulls, kelp, sludge, peat and wood wastes. E. Fertilizer and Soil Conditioner: Organic materials (excluding human wastes) contain the following minimum percentages, by weight, by pla food nutrients, and humus. 5% Nitrogen 3% Phosphate 1% Potash 50% Humus 15% Humic Acids 6. FERTILIZER A. Fertilizer: Complete commercial, granular fertilizer containing the minimum percentages, by weight, of plant food nutrients as shown on pl ans . B. Fertilizer Planting Tablets: Tightly canpressed fertilizer chips forming a tablet that is insoluble in water, is designed to provide continuous release of nutrients for at least 24 months and contains following minimum percentages, by weight, of plant food nutrients: 20% Available Nitrogen 10% Available Phosphorus 5% Available Potassium Planting tablets shall weigh approximately 21 grans each for trees ai shrubs and 5 grams each for ground cover plants. C. Iron Chelates: Containing 10 percent iron as metallic. 7. TREE STAKING AND GUYING MATERIAL A. Stakes: Shall be 10' lodgepole stakes pointed on one end. 8. Anchors: Shall be Duckbill" product of appropriate size as recanmern by manufacturer (Foresight Industries, Inc., P.O. Box 4067, Cheyenne, 82003). C. Guying Wire: Shall be 179 zinc-coated wire. D. Hose Chafing Guards: 1/2" or 3/4" 8, to cover wire at all points of contract with tree. Shall be 2-ply reinforced rubber or plastic ho: C'BCC E. Turnbuckles: As required, galvanized 3'' minimum lengthwise dimensior - 33 - 8. CRUSHED ROCK, GRAVEL, AND DEICOMOSED GfWITE A. Samples shall be submitted to Landscape Architect for approval. 9. PESTICIOES A. Broadleaf weed control shall be by EPA approved pesticides: 1. Pre-emergence application: Eptam, Treflan, Surflan 2. Post-emergence application: Roundup 6. Insect control shall be Spectracide. C. Fungus control shall be Daconil or Bordoil . IO. PLANTING SOIL MIXTURE: given on the plans. Mixture shall be thoroughly mixed to the proport PART 3 - EXECUTION 1. PREPARATION OF PLANTING BEDS: After all trenches in planting areas have been soaked and canpacted, and all areas with slopes of 3:l or less have been rough graded, these areas shall be cross-ripped to a depth of 8", ai weed control shall be carried out as specified below. A. Turf Areas: All areas to be planted with turf shall be thoroughly tilled to minimum depth of 8 inches by scarifying, disking, harrowiy or other approved methods. Remove debris and stones larger than one inch in any dimension remaining on surface after tillage. Add and t in all soil amendments, as called for in plans, to a depth of SI1. 8. Slopes: The Landscape Contractor will receive all slopes at finish grade. All slopes shall be insepcted by the Landscape Architect pric to hydroseeding to insure that they are free of erosion, gullies, we1 and other deleterious materials to provide a sed bed typical to gradc slopes in that region. Slopes shall not be disturbed in a manner d-~ changes the soil canpaction established by the soil engineers. In particular, slopes shall not be made more permeable to water, thus creating an unstable surface area. C. Soil Treatment: Apply the following soil treatments to the areas li below for each treatment. For application, see paragraph "Applicati{ of Pesticides" in this specification. 1. Selective-Canbination Weed Control: 6 weeks residual (maximum). Pre-Emergence Control: All planted areas, except seeded areas, twice, once 14 days minimum after ground cover is planted, and o at end of maintenance period. Post-Emergence Control: All planted areas - at all times as required. Pest and Disease Control: a'&-- At all times as required. - 34 - D. Final Grading: After completion of all soil conditioning, tilling a1 soil treating, correct irregularities in finished surfaces to elimin depressions. Remove all debris and stones larger than one inch remaining on the surface. Protect finished areas from damage due to vehicular or pedestrian traffic. E. Deep Watering and Leaching: After soil conditioning and final gradil is complete, capact and leach planting areas by heavy watering to a minimum depth of 12 inches. 2. SEEDING A. Weed Control: Prior to any seeding, irrigate all planting areas for approximately two (2) weeks to encourage weed seed germination. All weeds to grow until they reach a maximum height of two to three (2 t inches and then thoroughly spray with the following contract herbicides : For perennial weeds such as morning glory and bennuda, spray wit1 "Round Up". For annual weeds and grasses, spray with Phytar 560 "Weed Boaner"; in wet soils, spray with "weed oil". Remove all weeds prior to seeding, emergence herbicides or "Dowpon" for weed control. mulched with one-half (1/2) cubic yard of finely screened manure per 1,000 square feet after seeding. The seeed shall be kept mist at a times through frequent light waterings, The seed shall not be water1 to the point of puddling. As the roots reach deeper into the soil, ' time between waterings shall be extended. Areas shall be protected traffic mtil after the first mowing. New lawns shall not he mowed shorter than 2 1/2 inches. Grass shall be cut with a sharp reel type mower. Do not allow the usage of any prc B. Broadcast Lawn Seeding: All seed not drilled into the soil must be - C . Hydroseeding : 1. Supervision: All hydroseeding is subject to approval by the Landscape Architect or his representative, and they shall, if necessary, be relocated as directed as part of the contract. Landscape Architect or his representative shall supervise the hydroseeding. Thc 2. Equipment: Hydroseeding equipment used for the application of fertiziler, seed, and slurry of prepared wood pulp or fiber, shal be hydraulic, Equipment shall have a built-in agitation system with an operating capacity sufficient to agitate, suspend, and homogeneously mix a slurry containing mulch and seed. The slurr) shall provide even distribution of the slurry. operator shall spray the soil with a uniform visible coat of slur e'& until a canplete, even coverage coat is achieved. Hydranulch shi contain no growth or germination inhibiting factors. It shall bc manufactured in such a manner that after addition and agitation J The equipment - 35 - slurry tanks with fertilizer, seeds, water, and other approved additives, the fibers in the material will becane uniformly suspended to form a homegeneous slurry, and that when hydraulica sprayed on the grourid, the material will form a blotter-like gro cover impregnated uniformly with seeds and nfiich, after applicat will allow the absorption of moisture and allow rainfall to percolate to the underlying soil. Suppliers shall be prepared t certify that 1aboral;ory and field testing of their product has h accomplished and that it meets all of the foregoing requirements based on testing. Weight specifications of this material fran suppliers, and for all applications, shall refer only to air dry weight of the fiber material. the normal standards of the Technical Association of the Pulp ar Paper Industry for vvood cellulose and is considered equivalent t ten percent moisture. Each package of the cellulose fiber shall marked by the manufacturer to show the air dry weight content. Absolute air dry weight is based 3. Replanting fertilizers: Shall be an organic, pelleted or chip type, uniform in canposition, free-flowing, suitable for applica with approved equipment, and delivered to the site in unopened, original containers 9 each bearing the manufacturer's statement o guaranteed analysis and shall contain fertilizers as recommended agricultural suitability soil testing results. Fertilizer may b applied with the hyclroseed. 4. Cuarantee: All hydroseeding shall be guaranteed by the Contract as to growth and health for a period of thirty (30) days after f acceptance by the Landscape Architect and/or thru the "Establish Period" which ever is longer. Areas that fail to grow shall be reseeded upon direction of the Landscape Architect. The Contrac is subject to thirty (30) day maintenance of the reseeded areas and/or the "Maintenance Period", whichever is longer. 3. PLANTING TREES, SHRUBS, GROUND COVERS, AND VINES A. Excavation for Planting: Prior to excavating for plant pits, the ar shall conform to the liries and grades shown. underground utilities. Repair any damage done to utility lines show If utility lines not shown on the drawings are encountered, notify t Contracting Officer immediately. construction work or obstructions are encountered in the planting operation, alternate locations will be selected by the Landscape Architect, Owner. 1. Plant Pits: Verify location of In the event that underground Location operation will be done at no extra cost to the Mg pits by any method provided that the pits have vertical uses and flat bottoms. When pits are dug within auger the sides of the pit;s becane glazed, scarify the glazed surface. The minimum allowab1.e dimensions of plant pits shall be as shown details. If the percolation is such that water will not drain o of the hole overnight, the Contractor shall take caution not to overwater plants. No trees 15 gallons and over shall be planted a hole that will not. naturally drain overnight after having been half-filled with water. Tests shall be conducted to make this c- - 36 - determination and the Landscape Architect notified of this cordil prior to planting. 2. Subsoil Drainage for Plant Pits and Beds: Provide as indicated. Lay perforated drain pipe with perforations down. 8. All plants shall be set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade befc being transplanted. Each plant shall be planted in the center of thc pit and back-filled, unless otherwise specified, with the prepared s( No soil will be permitted around trunks or stems. All broken or fr4 root shall be properly cut off. Use excess topsoil to form watering basins around plants. Amend as described in notes and details. 1. Water thoroughly with a solution of Vitanin R-I and water per manufacturer I s specific at io ns . 2. (Sound Covers and Vines: Do not remove fran flats and container: until immediately before planting. Space at the intervals indicated, sufficiently deep to cover all roots. After planting plants, immediately sprinkle with a solution of Vitanin 8-1 and water, per manufacturer's specifications, until entire area is soaked. !3nooth planting areas after planting to provide even, smooth finish. C. Staking and Guying: 1. Staking: Stake all 15 gallon trees with one stake, and boxed trc Do not in, in lawns with two stakes as detailed on the drawings. the ball or roots. 2. Guying: Guy boxed trees in areas other than lawns with 3 guys evenly spaced around each tree as shown in details. Application of Pesticides ( inc. Herbicides and Fungicides): Apply a herbicides and other chemicals in accordance with EPA label restrict and recanmendations and federal and state laws. Make daily reports the Contracting Officer stating areas to be treated with each chemic the quantity applied and spray mixture of formulation used. Applica at each site shall be under the supervision of a certified applicato E. Restoration and Clean-up: Remove excess waste material. daily. Wen planting in an area is canplete, clear the area of debris, spoil pilc and containers. Where existing turf areas or planting beds have beel scarred or damaged, restore these damaged areas to their original condition. Keep at lest one paved pedestrian route to each building clean at all times. Remove disused equipment and implements of serv and leave entire area involved in a neat acceptdle condition such a meet the approval of the Landscape Architect. F. Inspections: The Landscape Architect shall make periodic inspection: during the planting. Any plants that have not been handled, spotted planted properly shall be subject to removal and replacement. Relat 0. <'e - 37 - position of all trees and plants is subject to approval by the Landsc Architect or his representative, and they shall, if necessary, be relocated as directed as part of the contract. G. Establishment Period 1. Trees, Shrubs, Vines and Ground Covers: The estabishment period shall begin on the diate that the Landscape Architect inspects an gives written provisional acceptance of the work and shall conti for 60 days from that date. H. Maintenance: Maintain all planting areas on a weekly schedule in a vigorous, thriving condition by watering, cultivating, pest and weed control, washing off walks, and any other necessary operations durin the entire period of the installation and tntil final acceptance by Landscape Architect. I. Final Acceptance: An inspection shall be held at the end of the maintenance period to determine the following: 1. 2. Deficiencies in maintenance that require correction. Dead, missing or defective plants which require replacement. 3. Replacement: Replant plants rejected during the preliminary inspect Make these replacements during the planting dates and using material and methods specified herein for the original planting. The guarant on plants will be limited to one replacement. Repair damage to plan beds resulting from the replanting work. K. Final Inspection and Acceptance: Final inspection and acceptance, i writing, of Landscaping work will be made after replacement, fertilizing , and corrective maintenance have been completed . IRRIGATION SYSTM Refer to sheets L-7 and L-9 of the plans for specifications. ROUGH CARPENTRY PART 1 - GENERA 1. APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the e referenced. The publications are referred to in the text by the basic designation only. A. U.S. Department of Commerce Product Standards (PS); 20-70 Anerican Softwood Lunber Standard c ‘e- 8. Anerican National Standards Insitute (ANSI) Publications: - 38 - 6 .I8 -2.1-81 Square ttnd Hex Bolts and Screws, Inch Series, Includ Hex Cap Screws and Lag Screws Square and Hex Nuts B 1 8.2.2- 72 8.18.6.1-72 Wood Screws (R 1977) C. herican Society for Testing and Materials (ASTM) Publications: A 525-81 Steel Sheet, Zinc-Coated (Galvanizing) by the Hot-Di Process, Structural (Physical) Quality High Strength Nonheaded Steel Bolts and Studs A 687-79 D. herican Wood Preservers' Burea, (AWE) Publications: LP-55 (1978) Standard for Softwood Lumber, Timber and Plywood Pressure Treated with Creosote or Creosote Tar Solut for Ground Contact Use E. International Conference of Wilding Officials (LCBO) Publications: Uniform Building Code, Latest Edition F. National forest Products Association (NFPA) Publications: 1982 Edition & Suppl. Redwood Inspectin Service (RIS) Publication: (1978 & Suppl. Standard Specifications for Grades of California National Design Specification for Wood Construction supplement, Design Values for Wood Construction G. 1 and 2) Redwood Lunber H. Western Wood Products Association (WWPA) Publication: (1979) Grading Rules for Western Lumber 2. ELIVERY AND STORAE Deliver materials to the stie in an undamaged condition. materials off the ground to provide proper ventilation, drainage, ad protection against dampness. provide new materials. Carefully ston Remove defective and damaged materials and 3. c;RADING AND WRKING A. Lumber: Mark each piece of framing and board lumber, or each bundle small pieces of lumber, with the grade mark of a recognized associat or independent inpsection agency. Such association or independent inspection agency shall be certified by the Board or Review, hericai Lumber Standards Canmitteee, to grade the species used. a'* - 39 - 4. SIZES AND SURFACING PS 20 for dressed sizes of yard and structural lumber. Lumber shall be surfaced four sides. Size references, unless otherwise specified, are nominal sizes, and actual s€zes shall be within manufacturing tolerances allowed by the standard under hich the product is produced. 5. MOISTURE CONTENT As follows at the the of delivery to the job site: A. Framing lumber 2 inches and less in thickness - 19 percent maximum. B. €bards - 19 percent maximum. C. Framing lumber over 2 inches thick - 25 percent maximum. PART 2 - PRODUCTS 1. LUMBER A. Structural Lumber: Except where a specified grade is indicated or specified, any of the spcies and grades listed in NFPA National Des Specification for Wood Construction that have allowable unit stress pounds per square inch (psi) not less than 1,450 Fb, 850 Ft., 1,000 with 1,700,000 E allowable unit stresses indicated. Use for joists, rafters, headers columns, posts, stair stringers, girders, and all c members indicated to be stress rated. Structural lumber exposed to shall be appearance grade meeting the allowable unit stresses specified. B. Framing Lumber: Framing lumber such as studs, plates, caps, collar beans, cant strips, bucks, sleepers, nailing strips, nailers, and bc lumber such as fence pallings shall be of the species listed below. TABLE OF GRADES FOR WOOD FRAMING AND BOARD LUMBER Grading Rules - Species Framing Board Lun WWPA Standard Grading Western Cedars Standard Light Franing No. 3 Can Rules or No. 3 Structural Light Franing (Stud Grade for 2 x 4 size, 10 ft. & shorter). WCLIB Standard Western Cedars Same as above St and ard Grading Rules RIS Standard Redwood Sane as above Construct @ - Specification Heart “*c - 40 - 2. OTHER MATERIALS A. Railroad Ties: thst be new 6 x 8 timers, treated with creosote as required by LP-55 of ASTM. 3. ROUGH WRDWARE Unless otherwise indicated or specified, rough hardware shall be of the and size necessary for the project requirements. Sizes, types, and spac of fastenings of manufactured building materials shall be as recanmended the product manufacturer, unless otherwise indicated or specified. Rougl hardware exposed to the weather or embedded in or in contact with exteric masonry or concrete walls or slabs shall be zinc coated. A. Bolts, Nuts, Studs, and IRivets: ANSI B18.2.1., ANSI B18.5, ANSI 818.2.2, and ASTM A 687. 8. Lag Screws and Lag Bolts: PNSI 818.2.1. C. ~od Screws: PNSI 818.6.1. D. ivanized Pipe (1/2") for railroad tie steps: Shall conform to ASTE -andards for galvanized pipe. PART 3 - EXECUTION 1. INSTALLATION Closely fit framing lumber and other rough carpentry, set accurately to 1 required lines and levels, and secure in place in a rigid and substantial manner. Do not splice framing members between bearing points. Provide 4 necessary for the proper canpletion of the work all framing members not indicated or specified. Spiking and nailing not indicated or specified otherwise shall be in accordance with the Recunmended Nailing Schedule cont?lnd in NFPA Manual for House Framing. Perform bolting in an appro1 man Spikes, nails and bolts shall be drawn up tight. Do not use shi on wood or metal. bearings. A. :MIS and Posts: Set columns and posts accurately, plumb, and in jnment and with full and miform bearing. ** dc