Loading...
HomeMy WebLinkAboutPalomar Grading & Paving Inc; 1981-08-25; 1093CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR ' LA COSTA CANYON PARK PHASE II CONTRACT NO', 1093 JlJilE, Bil 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 e Citp of TELEPHONE: (714)438-5621 JULY 7, 198? TO: PLANHOLDERS FROM: PAT ENTEZARI, ASSISTANT CIVIL ENGINEER SUBJECT: LA COSTA CANYON PARK PHASE II CONTRACT NO. 1093 ADDENDUM NO. 1 Substitute the attached Page 3B in place of the existing Page 3B in your contract specifications. Please note that Item 12 has been changed to reflect a per lineal foot pricing for kO lineal feet of 16" ACP. Please acknowledge receipt of this addendum on the bottom of the new Page 3B. Pat Entezari Assistant Civil Engineer SUPERCEDED BY ADDENDUM NO. 2 1200 ELM AVENUE •• NSX?^ •• TELEPHONE: CARLSBAD. CALIFORNIA 92008 M*£Wr^» (714)438-5621 Citp of Carl^bab JULY 15, 1981 TO: PLANHOLDERS FROM: PAT ENTEZARI, ASSISTANT CIVIL ENGINEER SUBJECT: LA COSTA CANYON PARK PHASE I I CONTRACT NO. 1093 ADDENDUM NO. 2 1. On Page 1 change the bid opening date to July 22, 1981 at 4:00 P.M. 2. On Page 19, Paragraph 6, write the number "120" on the blank line. 3. On Sheet 10 of 10 Single Line Diagram: DELETE: 3" fiber duct concrete encased ADD: 2" P.V.C. concrete encased Electric symbols: "Alt. A" and "Alt. B" are equivalent; you can use either alternative 4. Substitute the attached "Proposal" form for the "Proposal" form in your contract documents. The modifications as shown on the attached plans and "Proposal" form, together with the above written modifications, shall be made to the subject contract. We are conducting a soils test for the area to be excavated. The re- sults will be available at the Engineering Department of the City of Carlsbad at the above address for your review before the bid opening. Pat Entezari veb Attachments P'T, .GO' d 1o rdT ! 64. 4.5' TYP 21' TYP rvp rfOSA TYP , 12' >- .J lu>III-J MP fiiul -M5A -27' -j F.G.I64-.00 <4" DG V-,' \i K -i1 jo i TYP- 40' COURT FLAW :.:: -6CAL& I."..=. 2.Q.'.' \ SECT/OM B_B 'NO SCM.E TABLE OF CONTENTS PAGE ITEM ' ' 1 NOTICE INVITING-BIDS . - 3 PROPOSAL 6 ' BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE -. . ir CONTRACT 14 LABOR AND MATERIAL BOND ' • • , 16 PERFORMANCE BOND 18 GENERAL PROVISIONS 25 SPECIAL PROVISIONS • • ' • Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS . Sealed bids will be received at the Office of the City Clerk, City Hall, 12Of) Elm Avenue, Carlsbad, California, until 4:00 p.m. on the, 3r&^clay of July , 1981 , at which time they will be opened and read for performing the work as follows: • .•••.. LA COSTA CANYON PARK PHASE II CONTRACT NO. 1093 • Said 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 the Engineering Department. Refer- ence is hereby made to said specifications for full particulars and description of said work. ...... * * No bid will be received unless it is made on a proposal form, furnished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least ten percent (10%) of the amount of bid; said guaranty to be for- feited should the bidder to whom the contract is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid re- quirements . . The documents included within the sealed bids which require completion and execution are the following: 1. Proposal " '-.''• 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience. Said documents shall be affixed with the appropriate nota- riz^d signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the presi- dent or vice-president and secretary or assistant secretary are required and the corporate seal shall be affixed to all docu- .ments requiring signatures. In the case of a .partnership, the notarized signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate.^ The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion 3 of the. Business and Professions Code. The contractor shall state his/her license number and classification in the pro- posal. The estimated cost of the work is $18S,170 for Alternate 2 Plans, special provisions and contract documents may be obtained at the Engineering Department, City-Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of $17.50 per set. ." '. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of workperson needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chap- ter 1, Article 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1773.2 of said Labor Codey a current copy of applicable wage rates are on file in the Office of the City Clerk of the City of Carlsbad. It shall be mandatory upon the contractor to whom the contract is awarded to pay not less than the said specified prevailing rates of wages to all workpersons employed by him/ her in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code of the State of California for ail occupations with apprenticeships as required on public works projects above th'irty thousand dollars ($30,000) or twenty (20) working days or for .specialty contractors not bidding f"r work through a general or prime contractor involving more than two thousand dollars ($2,000) or more than five (5) working days. The amount of the bond to be given for the faithful perform- ance of the contract for said work shall be one hundred percent. (100%) of the contract price therefor, and an additional bond in the amount equal .to fifty percent (501) of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work "contracted to be done by the contractor for any work or labor of any kind done thereon. - Partial and final payments on this contract shall be in ac- cordance with Section 9 of the 1979 edition of "Standard Specifi- cations for Public Works Construction." Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution No.. 6566 adopted on the 16th day of July , 198J_ / / S--^ <~ -^ *4s' *-. /?/ /; //~ C' ., ~2^, ^s j£ S /, ./////'/ A-**/..- - A '--^W/^ /tiUSJ'/',-BATE y'7^- . ATTMTAHLTTIW^ Page 3 CITY OF CARLSBAD CONTRACT NO. 1093 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice -Inviting Bids,, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation. an.d services required ' to do all the work to complete Contract No. 1095 in accordance with the plans and specifications of the City of Carlsbad,, and the special .provisions, and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item No. 1' -". s 2 3 '< Article with Unit Price or . •• " Approximate Unit Lumo Sum- Written in .Words Ouantity P T Unit Price TOTAL /l^rri gabion at. U £ ~^ per lump sum Landscape & planting at ^^S^^s^fLJU i & jA^o per lump sum Decomposed granite at £?6*T & P-x\7-Q^ per ton Redwood header at MO & • AJfUtH£o* /^^^o per lineal foot L.s. ' .~-nio*<x>. . ~)12Lao^ ^ Dollars • - Cents L.S. ~~)P2P°^ "?72-^ ^^ •tu>i//^" Dol lars • Cents 850 TOMS ^-^ ->2lf-t>& Dollars Cents * on Orv i t* * ^^ ' --^ " 7 F t /^\. 1 ^r.2980 L.F. ' c«»-^'M Dollars • Cents . Page 3A Item Article with Unit Price or Approximate Unit No. T/imp Snm Written in Words Quantity S Unit ' Price •••• TOTAL 5 Picnic table with benches at gl&F tWXcJ2_ Dollars 3 EACH Cents per each 6 Drinking fountain with catch basin t £ACH at Sa^ulyv jJu^t^ n~PH ru-£ Do 11 ars - • 5. " yv<7 Cents per. each 7 Barbeque unit at fi^UJuA^fcyQ^ 1 EACH fM? Dollars . & - _• Cents per each 8 ' Trash receptacle at f*£ KKA^, 2 EACH Dollars Cents per each Brow ditch at 205 L.F. Dollars Cents per I ineal foot 10 Excavation including site grading at 5233 C.Y." J(>-NJ> Dollars Cents per cubic yard - 11 k" reinforced concrete court slabs ' U^OOS.F. and k" P.C.C. waiting areas includ- ing painting £ color coating at Dollars ~710 Cents per square foot , . 09 12 Net post installations including 2 EACH posts and footings, ratchet tighten- ers, net cables and net strap anchors at Dollars ^^_7 ^^ per each Page 3B Item Article with Unit Price or T-iiirp Qnp» V'rittcn In Words Approximate Unit Quantity PT Unit Price TOTAL 13 Forty lineal feet of 16" asbestos cement drain pipe and asphaltic concrete aprons^ at . Dollars s___ _ _ Cents per Iineal foot 6' and 12' chain link fence, fab- ric, terminal posts, footings, gates, brace rails, top rails, tension wires and appurtenances ,at _Dollars ___i Cents per lump sum TENNIS COURTS LIGHTING 15 Complete electrical & lighting system per plans and specifications including light poles and footings Cents 40 L.F. L.S. per lump sum ALTERNATIVE I: ITEM 1 - 1*» TOTAL ( IN FIGURES) ALTERMATIVE I: ITEM 1 - 1^ TOTAL (IN WORDS) ALTERNATIVE II: ITEM 1 - 15 TOTAL (IN FIGURES) ALTERNATIVE II: ITEM 1 - 15 TOTAL (IN WORDS).^Hyfl^L ADDENDA HOS. 1, 2 HAVE BEEN RECEIVED AND ARE INCLUDED IN THIS PROPOSAL Page 4 All bids are to be computed on the basis of the given es- timated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a dis- crepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor- rected extension shall be calculated and the bids will be com- puted as indicated above and compared on the basis of the cor- rected totals.*> • The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for compari- •son of bids . • • . The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. . The undersigned agrees that in case "of default in executing the required contract with necessary bonds and insurance poli- cies within twenty (20) days from the date of award of contract by City Council of the City 'of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, Li- cense No. .*Wl3 _ , Identification ^. - . • The undersigned bidder, hereby represents as follows: (1) That no Councilperson, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its of- ficers, agents or employees, has induced him/her to enter into -this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and (2) that this bid is made without connection with any person,- firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (cash,certified checl or cashier's check) in an amount not less than ten percent (10%) of the total bid price. " The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number ,7-2-Zr?.! .. , Date If Page. 5 C \ £V3 f2/V3v*J6 £ QT\ Jidder's Name fSFALV 'Autenorized Signaiy5re Bidder's Address Type of Organization .(Individual, Corporation,. Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: U=_ STATE nF CALIFORNIA COUNTY OF SAN DIEGO OFFICIAL SEAL ^ CAROL 0. GOODSPEF.D 1gZJy\A NOTARY PUBLIC-CALIFORNIA 3$;£«W PRINCIPAL orncE IN visfeSy My Commission Expires May 17, 1985 -NOTARIAL-ACKNOWLEDGEMENT OF EXECUTION OP ALL PRINCIPALS 9 • . ss. ON.JULY 22 _lft8l before me, the undersigned, a Notary Public in and for said State, personally appeared BARRY COHEN and WAYNE RE~I LLY '. ~ , known to me, .subscribed to the within Instrument,areto t& the persortl_ whose names, and acknowledged to me that he executed the same. WITNESS my hand and official seal. ACKNOWlEDGMENT-Gemral-WolCOttl Tom 231-fttv. «4 Notary Public in and for said State. * • *, « f • I Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL • • KNOW ALL PERSONS BY THESE PRESENTS: That we, Palomar Grading & Paving. Inc. and Covenant Mutual Insurance Company as Principal, , as Surety, are held and firmly bound unto the City of Carlsbad, California, in"the sum of Ten percent of the total amount of the bid in Dollars ($ in0/ ) » lawful money of the United States for the pay- ment of which sum well and truly to be-made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: La Costa Canyon Park Phase II 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 twenty (20) days from the date of award of con- tract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Prin- cipal shall not exonerate the Surety from its obligation's under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this . 15th day of July , 19 81 . • Corporate Seal (l-Pnr-nrpnration) .-^TaTomar/grading & Paving, Inc.' I \ Pfincipa;/, Covenant Mutual Arthur J. Clement Jr; Title Attorney In-Fadt Attach acknowledgement o.r Attorney in Fact Notarial acknowledgement of exe- cution.by all PRINCIPALS and. SURETY must be attached Attach Power of Attorney STATE OF CAI I FORM I A COUNTY OF SAN DIEGO iv£3£?x ' OFFICIAL SEAL;^m CAROL 0. GOODSPEED •'"'•-''•'• NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY - -* T *v ss. ON_JULY 2? before me, the undersrgned, a Notary Public in and for said State, personally appeared BARRY COHEN , known to me, .subscribed to the within Instrument,ISto I/S the person whose name and acknowledged to me that he executed the same. WITNESS my hand and official seal. ACKNOWLEDGMENT—General—Wolcottt Form 231-*«v. M4 State of California County of Los Angeles Iss. On this. Notary Public in and for said Stafe. day of _!X before me personally came r Arthur J. Clement, Jr. to me known, who being by me duly sworn, did depose and say: that he is Attorney (s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-Laws of the said Corporation, and that he signed his name / /J OFFICIAL SEAL HARRIET ENTNER NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY 7!ty"commission Expires Apr. 27, 1984 V7 (No/ory Public) COVENANT MUTUAL INSURANCE COMPANY Hartford. Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Arthur Jo Clement, Jr. its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney{sHn-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-taws of the Company, which are now in full fores and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12.1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attomey-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY f By. Attest: (J Assistant Secretary STATE OF CONNECTICUT ) COUNTY OF HARTFORD ss: On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James 6. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporals seal; that it was so affixed by authority of their office under the by-laws of said corporation, and that they signed their names thereto by like authority. < \ :o (TU Notary Public My commission expires March 31, 1978 CERTIFICATION I. Vera C. Spitko. Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above-quoted provisions of Section 12 of the by-laws and the resolutions of the- Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this o -day of '~—-J-t*.{ *• v 19 &/ Assistant Secretary Page 7 •DESIGNATION OF SUBCONTRACTORS • The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the Public Works Administrator of the City of Carlsbad. The following information is required for each subcontractor. Ad- ditional page can be attached if required. Item(s) of Work Pull Company Name Complete Address with 7i r> Code Area Code Phone No. 75T-13ST Page 8 DESIGNATION OF SUBCONTRACTORS (continued) ' The bidder is to 'provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submissionv Additional page can be attached if required. Full Company Name YfNVJ C Type of State Contracting License s No. Carlsbad Business License No.* Amount " of Bid<$%) *Licenses are renewable annually by January 1st. If no valid li- cense indicate "none." Valid license must be obtained prior tc of signed contracts. \ /ny^k \ VI c- (NOTARIZE OR CORPORATE''SEAL) Bidder's Company Name Compete Address AuthorizedtSignature PALOMAR GRADING AND PAVING, INC. BALANCE SHEET December 31, 1980 ; , .. ; ' '•••••' '. " • • ;; •.''-•-•••'ASSETS :' '• :;'- ' ' •••>•• ....* - , ; ; -- -....--••.-• — -•••• ; ._ r\^*j u. I w ,:;_<-......'/.. ,., AI .. . • • . • ' Current" Assets l '. .. • ::' •'!>. •'• ; • ,' -y"••'••'•;' .•••'•:'i'':. v. . • •;.•.•.'"•; ". " •;; ;'. : cash. . . ......... ;:::/". ..;.;.;,, .'U.'. ; .-. . $ 47,655 •Accounts receivable - trade (Note 1).'. v'.'..v.y.-VvV'.-..• .• • .. '2,380,285" Accounts receivable - other . . . ,. , . . . . '..... ... 5,012 Notes receivable - officers i, ., . . . . . .' . . . . • ..... - 13,624 Note receivable (Note 2). . . .r. ... -,•• •':'. "•'• • '• «• • • •' • • ; -107,000 ' ,Costs and estimated earnings in excess of related billings, . 172,219 ' , . :• ••';-. Total current assets f . 2,725,795 .'•'..' •> '-'''I';,.'''""" 1- Property and Equipment (Note!). -, ' V Furniture and fixtures. . -., ,« « • ' 15,336 ' Autos and trucks. . f. . . .'. J .... .( '. . I ....-..« , 25,231 * -Leasehold improvements >../..... 398 •••'••;.; . . . : .' •;: • - 'f , ' , - ' 40,965^ • •Less accumulated depreciation . . . > ..'...'.« . ^ 14^359 ^ . Net property and equipment ' 26,606 Other Assets ' ' ' t .Deposits. . ..;.,. • • • . . , 4,581 Organization costs net of accumulated amortization. . . =. . '408 Total other assets. . . . . . '. .'.'.' . . . '. . « v" 4.989' 1 ' * '" . ' ' ' ' "!''-\"' $2,757.390 COPY Page 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ' The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. W/ £>f 'x^sx^^a PVS Signature (NOTARIZE OR CORPORATE SEAL) Page 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with tele- phone numbers, which will enable the City to judge his/her, responsibility, experience and skill. An attachment can be used if notarized or sealed. , - c \ Of;tOiiTTC -J (NOTARIZE OR CORPORATE SEAL) Page 11 CONTRACT _ THIS AGREEMENT, made and entered into this &£ ' day of by and between the City of Carlsbad, Californl/a, hereinafter designed as "City", party of the first part, and Palomar Grading S Paving. Inc. hereinafter designated as "Contractor", party of the second part. WITNESSETH: The parties hereto do mutually agree as fol- lows: 1. For and in consideration of the payments and agreements hereinafter mentioned to b-e made and performed by City, the Con- tractor agrees with the City to furnish all materials and labor for: LA COSTA CANYON PARK PHASE II CONTRACT NO. 1093 and to perform and complete in a good and workpersonlike manner all the work pertaining thereto shown on the plans and specifica- tions therefor; to furnish at his/her own proper cost and expense all tools, equipment, labor and materials necessary therefor (ex- cept such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be en- countered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with tVie -work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borned by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with said Con- tractor to employ, and does hereby employ said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to.for the price aforesaid and in accordance with the conditions set forth in the Page 12 specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4.. The notice to bidders, instructions to bidders, con- tractor's proposal, and the plans and specifications, and all amendments thereof, when approved by the parities hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made a part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to exe- cute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by ref- erence herein. 6. The Contractor shall assume the defense of and indemni- fy and hold harmless"the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever'the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. 7. Contractor shall cause the City to be named as an addi- tional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 8. The Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Contractor has no workers' compensation Insurance policy covering the subject matter of this contract, then Con- .tractor shall either (1) acquire such a policy naming the City as an additional insured prior to the start of any work pursuant tc *h;ic contract or (2) shall assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description which would otherwise be covered by such workers' compensation insurance policy regardless of responsibility for negligence. 9. The Contractor shall submit to the City the policies mentioned in Paragraphs 7 and 8 or proof of workers' compensa- tion self-insurance prior to the start of any work pursuant to this contract. 10. Any controversy or claim in an amount up to $100,000 arising out of or relating to this contract or the breach thereof Page 13 shall be settled by arbitration in accordance with the con- struction industry rules of the American Arbitration Associa- tion and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by .the California Code of Civil Procedure Section 1296. . IN WITNESS WHEREOF, the parties hereto have caused this con- tract to be executed the day and year first above written. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Palomar Grading & Paving, Inc. O.eal) APPROVED AS TO VINCENT F./BIOND V / L/lfe. Daniel S. HentschK^Asslstant 'ROVED-AS TOl FORM: City Attorney Title By Title CITY OF CARLSBAD, CALIFORNIA By ""Mayor ATTEST: City Clerk STATE OF CALIFuKNiA, COUNTY OF SAN D:EGO XSESDis. OFFICIAL SEAL | /E23& CAROL D' GOODSPEED ) Cfi!S«TBSSfl N°TARyr PUBLIC-CALIFORNIA i WfcSp%S7 PRINCIPAL OFFICE IN N^gggx SAN OiiGO COUNTY My Commission Expires May 17, 1985 !» ON before me, the undersigned, a Notary Public in and for BARRY COHEN . VICE PRESIDENT I nfttifl PALOMAR GRADING a PAVING, INC AUGUST 12 19 81 said State, personally appeared , known tn me tn hp the | the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged I to me that such Corporation executed the same. I WITNESS my hand and official seal. Notary Pubfrcin and for saiiraate. ACKNOWLEDGMENT— Corporation— Wolcotts Form 222— Rev. 3-64 Page 14 LABOR AND MATERIAL BOND • . Bond No: 012706 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 6626 adppted August k, 1981 • has awarded to - Palomar Grading & Paving, Inc. } hereinafter designated as the "Principal", a contract for: LA COSTA CANYON PARK PHASE II • CONTRACT NO. 1093 . • in the City of Carlsb.ad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any ma- terials, provisions, provender or other supplies or teams used in,, upon, for or about the performance of the work agreed to be done, or for'any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE Palomar Grading & Paving, Inc. as Principal, hereinafter designated as Contractor, and . , Covenant Mutual Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Fifty One Thousand Eight Hundred Fifty Four and 79/100 Dollars ($51,854.79 ) said sum being fifty percent (501) of the estimated amount payable . by the City of Carlsbad under the terms of the contract, for which payment well and truly to be irade we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and •severally, firmly by these presents. THE CONDITION OF THIS-OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section Page 15 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 Gov- ernment Code of the State of California. And the said Surety, for value rec.eived, hereby stipulates and agrees that no change, extension of time, alterations.or ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change,'extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under th-is bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named; -on the i4th day of' 'August , 19 81 Oiotar.ial, acknowledgement of execution by ALL PRINCIPALS must be \<fN/\. • (seal) attached.) ' . Contractor Covenant MuViial insurance (seal) Arthur J. Cleflfent Jr. Attorney In-Fact1 Surety . Attach acknowledgement of Attorney in .Fact. Attach Power of Attorney. State of California County of Los Angeles On this day of. & , I9_£/, before me personally Arthur J. Clement. Jr. to me known, who being by me duly sworn, did depose and say: that he is Attorney (s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-Laws of the said Corporation, and that he signed his name thereto by like authority. ornciAL SEAL. HARRIET ENTNER HO'; .'V^Y PUBUC-CAL'.-lW.lA rkSNCiPAl. OFFlCt IN LOS ANGELES COUNTY T!i3Ei3n E-<p;res Apr. 27, 1984 wswsssa (Notary Public) SIAIt Ur CALIrUKNIA, COUNTY DF SAN DIEGO OFFICIAL SEAL CAROL 0. GOODSPEED NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DI£CO COUNTY My Commission Expires May 17, 1985 ss. ON_AUGUST 12 ., 19 81 , before me, the undersigned, a Notary Public in and for said State, personally appeared BARRY COHEN known to me to be the VICE PRESIDENT PALOMAR GRADING & PAVING, INC.of the the Corporation that executed the within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. ACKNOWLEDGMENT—Co -Wolcotts Form 222—Rev. 3-64 Notary Pubfitin and for saiifftate. Page 16 PERFORMANCE BOND ' Bond No: 012706 KNOW ALL PERSONS BY THESE PRESENTS: rem< Amt: *1'245'00 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 6626 adopted August ...A, 1981 > has awarded to Palomar Grading & Paving, Irfc. r _ > hereinafter designated as the "Principal", a contract for: LA COSTA CANYON PARK PHASE II CONTRACT NO. 1093 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, Palomar Grading s Paving. Inc. '' , as Principal, hereinafter designated as the "Contractor", and Covenant Mutual Insurance Company as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of One Hundred Three Thousand Seven Hundred Nine and 58/100 ---Dollars ($103,709.58 ) , said sum being equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above- bounden Contractor, his/her or its heirs, executors, admini.s- trators\, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed -J the time and in the manner therein speci- fied, and in sli respects according to their true intent and meaning, "^ct shall indemnify and save harmless the City of Carls- bad, i4'^. officers and agents, as therein stipulated, then this obi:".nation shall become null and void; otherwise it shall refnain an. full force and virtue. And'said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall not affect its obligations on this bond, and it does hereby waive Page 17 notice of any change, extension of.time, alterations or addition to the terms of the.contract or to the work or to the specifica- tions. In the event that any Contractor above named executed this .bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 14th day of August , 19 81 . (Notarial acknowledgement, of execution by ALL_ PRINCIPALS mustbe attached.) otyar/G[/a,ding & Paving, Inc. Contractor (seal) Covenant Mutual Insurance C (seal) ney In-Fact Surety Attach acknowledgement of Attorney in Fact. Attach Power of Attorney. State of California County of Los Angeles On this day of _,sttsy/, 19 **', before me personally came Arthur J. Clement, Jr. to me known, who being by me duly sworn, did depose and say: that he is Attorney(s)-in-Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority granted to him in accordance with the By-Laws of the said Corporation, and that he signed his name thereto by like authority. OFFICIAL SEAL HARRIET ENTNFR 1 NO'^PURLic, CALIFORNIA (Notary Public) U , COUNTY OF SAN DIEGO ON AUGUST 12 19 81 before me, the undersigned, a Notary Public in and for said State, personally appeared BARRY COHEN _, known to me to be the VI TF PRFSIDFNIT PAinMAR KRAniMR F. PAV1NK INT.,ofthe_ t the Corporation that executed the-within Instrument, known to me to be the person who executed the within Instrument, on behalf of the Corporation, therein named, and acknowledged to me that such Corporation executed the same. WITNESS my hand and official seal. Notary Rufiftc in and for sahTState ACKNOWLEDGMENT-Corporation— Wolcotts Form 222— Rev. 3-64 COPY COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOVENANTMUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Arthur J. Clement, Jr. its true and lawful Attorney(s)-in-Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized artorney-in-fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. COVENANT MUTUAL INSURANCE COMPANY Attest: Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by-laws of said corporation, and that they signed their names thereto by like authority. Notary Public My commission expires March 31, 1978 CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY csrtify that the foregoing power of attorney, the above-quoted provisions of Section 12 of the by-laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this /Y day of (u&^z,c^^T 19 <P/ ' T Assistant Secre Page 18 GENERAL PROVISIONS 1• Plans and Specifications The specifications for the work shall consist of the 1979 edition of the Standard Spec if i c a t ion s for Public Works Cor^sjtrucj:ion (hereinafter Hesfgnated SSPWC]a~sTssUecT by the Southern California Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the contract documents and the General and Special Provisions attached thereto. i The Construction Plans consist of-_[0 sheet(s) designated as City of Carlsbad Drawing No.211-5 • The standard draw- ings utilized for this project are the San Diego Area Regional Standard Drawings (hereinafter designated SDRS) as issue~d by the San Diego County Department of Transpor- tation, together with the City of Carlsbad supplemental Stadard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. Work to Be Done . . The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. Defirutions and Intent A- Engineer: The wor'd "Engineer" shall mean "the City ErTglneer or his approved representative. B. Reference to Draivings : Where the words "shown"j "IjidicafecT', "detailed", "not-ed", "scheduled" or words of similar import are used, it shall be under- stood that reference is made to the plans accompany- ing these provisions unless stated otherx^ise. C. Directions: Where the words "directed", "designated", "selected" or words of similar import are used, it shall 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 complete the work as required and as approved by the City Engineer" unless stated otherwise. Page 19 ^' E q u a 1 s an d A p p r o v a 1 s : Where the words "equal", "approvecPequal" , "equivalent" and such words 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!1, "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, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or r-equired to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equip- ment and transportation. 4 . Co de s and S t an d ar d s Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be • understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as .pertaining to their product or material. - *>• Construction Schedule A construction schedule is to be submitted by the Contrac- tor per Section 6-1 of the SSPWC at the time of the pre- construction conference. Coordination with the respective utility company for re- moval or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall dili- gently prosecute the work to completion within ]$,<> con- secutive calendar days from the date of receipt of said "Notice to Proceed." 6 . N one, on f or mi n g Wo r k The Contractor shall remove and replace any work not con- forming to the plans or specifications upon written order by the City Engineer. Any cost caused by. reason of this nonconforming work shall be borne by the Contractor," Page 20 7. Guarantee All work shall be guaranteed for one year after the filing of a notice of completion and any faulty work or materials discovered during the guarantee period shall be repaired or replaced promptly by the Contractor. 8. Manufacturer' s Instruct ions • • -. • Where installation of work is^ required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the City Engineer. 9. Internal Combustion Engines All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project (with special attention to City Noise Con- trol Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48). 10. City Inspectors All work shall be under the observation of a City Construc- tion Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. •"• 1 • Provisions Required by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be in- serted 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 not correctly inserted, then upon application Of either party the contract shall forthwith be physically amended to make such insertion or correction. 12. .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 items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of Page 21 the contract documents and the City's decision relative to ""*" said intent will be final and binding. Failure of the . • . Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not re- lieve her/him of the responsibility of compliance. 13. Substitution of Materials The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The-Contractor may offer a substitution for any material, apparatus, equipment or pro- cess indicated or. specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated'or specified. The offer made in writing,"shall include proof of the State Fire Marshal's approval (if required), all necessary infor- mation, specifications and data. If required, the Contrac- tor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemi- • cal or other characteristics, and its durability, finish, 6r 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. Such substi- tution proposals shall be made prior to beginning of con- struction, if possible, but in no case less than 10 days prior to actual installation 14. Record Drawings The Contractor shall provide and keep up-to-date a complete "as-built" record set of transparent sepias> which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all. other work not visible at surface grade. Pr-ints for this purpose may be obtained from the City at cost.' This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the.Engineer on completion of the work. • ^5* Permits . • The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. Page 22 ***" ^ • Quantities in the Schedule The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated; no claim shall be'made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being en- titled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with.unpredicted conditions, .unforeseen events, or emer- ' gencies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to en- tirely omit the performance thereof, and upon the decision of the City to so do, the City Engineer will direct the Contractor to proceed with the said work as so modified. • If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extention of time. •*• ^• Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for '***'• the safety of employees .on the work and shall comply with all applicable provisions of Federal, State and municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the •• conditions and progress of the work, all necessary safe- guards for the protection of workers and public and shall post danger signs warning against the hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. Water for Construction The Contractor shall obtain a construction meter for water utilized during the construction under this contract. The Contractor shall contact the appropriate water agency for requirements. Contractor shall include cost of water and meter rental within appropriate items of proposal. No separate payment will be made. ~ v 19. Dust Control Attention is directed to Section 7-8..1 of the SSPWC regarding dust control. Page 23 ^ 20. Construction Surveys The City of Carlsbad will locate the outside corners of the tennis court slabs and waiting areas and determine the elevations of these corners, and establish a benchmark near the site. All other field staking for the control of construction shall be the responsibility of the Contractor, and payment for this work shall be included in the various contract unit prices and lump sum prices of the con- struction work. ' - 21. Sound Control Requirements The Contractor shall comply with all.local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract. 2 2. Vandal ism All improvements shall be protected from defacement or unauthorized markings during the period of the contract. Items so damaged shall be replaced or repaired by the Contractor at no cost to the City. 23. Obstructions and Cooperation The Contractor shall coordinate his/her work \vith that of other a trades to avoid conflicts and shall cooperate with other forces working in the area in order to achieve a timely completion and allow work to progress in a logical manner. Due precautions shall be taken and care exercised to protect other facilities that may be in place at the time Contractor is performing the work. Should the Contractor, in the course of the work, encounter any 'obstruction that requires a design change or special consideration method, lie/she shall immediately contact the Engineer for supple- mental instructions. 24 . Plant Establishment Perio_d Plant establishment period shall be 60 calendar days and shall begin after all work has been completed. 25. Progress Payments The City shall make partial payments based on the amount of work done by the Contractor upon receipt of an itemized statement. The City shall retain 10 percent of such estimated value of the work done as part security for the fulfillment of the" contract by the Contractor. No such payment shall be required to be made when, in the judgment'of the Engineer, the work is not proceeding in accordance \\rith the provisions of the contract, or when, in the Engineer's opinion, the total value of the work done since the last estimate amounts to less than $300. .Page 24 26. Final Payment Full compensation for conforming the the requirements of all the specifications and the construction documents, will be considered as included in the various items of work. The City of Carlsbad shall, after the completion of the contract, make a final estimate of the amount of work done thereunder and the value of such work; and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be . kept and all amounts to be retained under the provisions of this contract. All prior partial estimates and payments shall be sub- ject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of thirty-five days f-rom the date of recordation of the Notice of Completion. Said Notice of Completion shall be recorded following City Council's acceptance of the project work. It is. mutually agreed between the parties to' the contract that -no certificate given or payment made under the contract except the final certificate of final payment shall be conclusive evidence of the performance of the contract either wholly or in part, against any claim of the party of the first part; and no payment shall be construed to be an acceptance of any defective work or improper materials-. 27. Liquidated Damages Liquidated damages will be assessed in accordance with the SSPWC. 28. Guarantee and Bond The Contractor shall furnish a written guarantee to the City guar- anteeing the planting and irrigation systems for a period of one year from and after the date of acceptance of the work by the City, and he/she shall furnish a surety bond acceptable to the City in the amount of One Thousand Dollars ($1,000) conditioned upon the . fulfillment of the obligations under said guarantee. Both the guarantee and the surety contract payment is made. The lump sum prices paid for the planting and irrigation systems shall include full compensation for furnishing guarantee and surety bonds as required, and no additional compensa.tion will be allowed therefor. Page 25 CITY OF CARLSBAD LA COSTA CANYON PARK PHASE II CONTRACT NO. 1093 SPECIAL PROVISIONS I. GENERAL REQUIREMENTS A. Alternate Proposals Two separate bid proposals for construction of the tennis courts will be submitted by the Contractor. Alternate No. 1 will 'not include an electrical and lighting system. Alternate No. 2 will include an electrical and lighting system. The City Coun- cil will award the contract on the basis of comparison of bids for the two alternate proposals. B. Work To Be Done • ' The work to be done consists in general of the following: 1. Earthwork 2. Construction of two reinforced concrete tennis courts 3. Automatic irrigation system 4. Planting of trees, shrubs, groundcovers, lawn and erosion control of slopes 5. Construction of hiking trail 6. Installation of picnic itemsr C. Qualifications of the Contractor 1. General - Because of the unusual nature of this work, the contractor must have extensive experience in the construc- tion of concrete tennis courts or similar work. Accord- ingly, each contractor shall submit a list of all the concrete tennis courts or similar projects he/she has constructed in the la,st five-years along with.the bid for this project. 2. Prequalification of Concrete Finishers - The concrete play- ing surface of the tennis courts shall be finished only by concrete finishers with at least five years' experience in the trade and -with extensive experience in applying the required finish. Two weeks before starting to place the concrete tennis court slabs, the Contractor shall furnish the Engineer a list of names and qualifications of the concrete finishers he/she intends to employ on this portion of the work. The Engineer will review the list and approve in writing the employment of the finishers qualified by . by 'past experience in this type of work. Only finishers who are prequalified in this manner shall be employed on this phase of the work. The names of additional finishers together with their qualifications, may be submitted in writing by the Contractor from time to time. However, they shall not be employed on this phase of the work until written approval has been obtained from the Engineer, who will review the qualifications within a reasonable time. Page 26 Any finisher who cannot produce the required finish shall be removed from this phase of the work and shall not again be used in the finishing of the tennis court surfaces. II. EARTHWORK A. Scope • Provide all labor, materials and equipment for earthwork, com- plete and as shown on the drawings or specified herein. B. Clearing and Grubbing Clearing and grubbing shall be done in accordance with Section 300 of the SSPWC, the Plans and as directed by the Engineer. C. Grading All earthwork shall be done in accordance with the Plans and Section 300 of the SSPWC and as directed by the Engineer. The earthwork shall include furnishing all labor, materials and equipment and performing all operations necessary to com- plete all clearing and grubbing, excavation, recompaction, and all incidentals to this construction as shown on th.e Plans. . D. Excavation The sites shall receive excavation and embankment as necessary to establish the finished grades or contours shown on the Plans The Contractor shall make provisions during rough grading -for the placement of imported D.G. surfacing, so that the final finished grades conform to the elevations shown on the Plans. Relative compaction shall be 95% at optimum moisture. E. Finish Grading Finish grading of all planted areas shall be as specified in. the landscape planting section. III. DECOMPOSED GRANITE A. Specifications Decomposed granite will meet the specifications of SSPWC with Section 200-2.6.1 of the SSPWC revised to read: "The material shall conform, to the following gradations: Sieve Seizes . Percentage Passing Sieve IV ' 100 1" 90-100 #4 ' . 50-100 #30 35-55 #200 • 2-11" and Section 200-2.6.2 of the SSPWC revised to read: Test Method No. Minimum R-value Calif. 301 76 Sand equivalent Calif. 217 30 Durability index Calif. 229 35" Page 27 B. Alternat.e Substitute Substitution o£ crushed aggregate base on a 1:1 basis conforming to speci- fications of S.S.P.W.C. Section 200-2.2 may be utilized. C. Payment Payment for disintegrated granite material, placement and compaction shall ' be at the contract unit price per ton in accordance with bid item no. 4 for alternate no. 1 or alternate no. 2. . • IV- REINFORCED CONCRETE AND CONCRETE WORK A. Concrete Work The construction of reinforced slabs, waiting areas and sidewalks shall conform to the concrete materials and construction sections of the S.S.P.W.C. along with the following modifications and additions: 1. Materials The reinforced slabs of the tennis courts, the slabs of the waiting areas and the sidewalks shall be constructed of transit mixed concrete contain- ing 5.5 sacks of Portland cement per cubic yard. The minimum 28 day com- prehensive strength shall be 2500 PSI; the maximum slump shall be 4 inches, and the maximum size of the aggregate shall be 1 inch. The water-cement ratio shall be a maximum of 7.2 gallons per sack. The add mixture shall be 3 ounces per 100 pounds of cement pozzolith 300, added at the batch plant. 2. Placing and Finishing The placing of the concrete for a half of a tennis court slab, approximately 60 feet X 60 feet, shall be a continuous operation. No control, contrac- tion, exoansion or construction joints shall be placed in the interior of a slab. The final surface of the courts shall be true to grade and shall not vary more than 3/16" from a true plane when tested with an 8-foot straight edge. Testing shall be done as soon as the concrete may be walked on and correc- tions made as needed. The contractor shall furnish and have on the job at all times an 8-foot straight edge for this purpose. Final float finishing .. shall be done in both directions with a long handled float 8 inches wide and 6 feet long or equivalent approved by the City Engineer. The final finish on the courts shall be obtained by -using a steel trowel- in small circular movements to produce a "swirl" pattern and a uniform, non-glassy surface texture. Attention is directed to the Qualifications of the Contractor regarding the prequalifications of the cement finishers employed in this phase of work. All other slabs and walks shall be finished with a steel troxvel and a fine- hair broom. 3. Curing The slabs of the tennis courts and the waiting areas shall be cured by the waterproof membrane method using clear polyethylene sheeting with a minimum thickness of 6 mil. This sheeting shall remain in place 7 days. The walks shall be cured by the curing compound method. Page 28 B. Steel Reinforcement for Concrete Reinforcing steel and method of installation for the concrete slabs will meet the specifications of the S.S.P.W.C. together with the following re- quirements . Concrete for the tennis courts shall be reinforced with No. 3 steel rein- forcing bars placed at 12" centers both ways and 2" from top of finish grade of the courts. No. 4 steel reinforcing perimeter bars shall be placed around the outside edges of each half-court slab 2" and 6" from the edge. Cubes of mortar blocks may be used to support the steel. Reinforcement shall be lapped a minimum of 40-diameters and tightly wired together at each end of the splice where splices are necessary and also wired at every alternate intersection to assure the lines of bars will not be displaced when the concrete is poured. C. Expansion Joint.s Expansion joint material and construction will meet the specifications of the S.S.P.W.C. together with the following modifications: Modifications as shown on the improvement plans, shall take precedence over specifications as set forth in the S.S.P.W.C. D. Color Coating Courts and Waiting Areas • The concrete tennis court slab and waiting areas shall be colored with Kemiko Colortone Finish, or equivalent, 6 to 8 weeks after the concrete has been placed. Colortone Finish may be'obtained from Kemiko, Inc., at 2443 North Naomi Street, Burbank, California, 19504, telephone 213-849-7753. The playing area (inside the outer lines) shall be colored "Tennis Court Green" (EB. 31) and the surrounding area "Colorado Brown". Two coats shall be applied to all areas with an extra "wear coat" approximately 6 feet wide at each base line (total three, coats). The first coat and "wear coat" shall consist of Colortone Finish with aggregate, the second coat shall be plain Colortone without aggregate.AT least 4 hours drying time shall be allowed between coats. No coloring will be permitted until the concrete court slabs are 6 to 8 weeks old, the exact time to be determined by the City Engineer. Concrete shall be thoroughly clean, free of grease and oil stains, then etched with a solution of 1 part muriatic acid to 4 parts of water. The concrete shall be scrubbed with suitable stiff-bristled brushes as the acid is being applied, or immediately thereafter. A rotary powered scrub- ber is recommended. After the acid scrubbing, the courts shall be washed clean and allowed to dry overnight after sweeping off any puddles that remain after washing, before applying Colortone Finish. E. Painting Lines After the Colortone Finish has dried a minimum of 2 hours, the tennis court lines shall be laid out and chalk-lined. All measurements, includ- ing diagonal check distances, shall be to an accuracy of 1/4-inch, plus or minus. All lines, shall be 2-inches wide, except, the base line, which shall be 3 and 1/2 to 4-inches wide. The center service mark shall be 2- inches wide by 4-inches long. All line dimensions shown on the Plan are to the outside edges of the lines, except for the center service line, and center service mark, which are to the center of the line. Page 29 LJ i\.(-< .-,ii;.:. ' • ]'••;* yv'1 i.';' Inc., ov •••;;)^'.j ^.v'\ Colon on-? u-i— : .••/•• .."• d" white line paint, sold by Kemiko, >' Engineer. The edges of the lines shall nd dense enough to completely cover the ion of steel reinforced 4" P.C.C. court vision joints, color coating courts and ract unit price per square foot in alternate no. 1 or alternate no. 2. :1 he at the contract unit price per item no. 12 for alternate no. 1 or ihctkled in 5,5 sack concrete in footings ioMs shown on the plans. They shall he blc'-, line of the court, measured from ontor of the post, as shown on the ?' i/2" O.D. galvanized steel pipe with r>c:" cable on one post, Net posts may .64 Jamacha Road, Spring Valley, Califor- or , ppr-oved equal. P." '-alvanized steel eyebolt bent or >.n t':e concrete with the eye protuding. \\ •••.- the exact center of court as ; :.';lson T1212, with center strap No. (,;,,/• e to support net. o:r hiding posts and footings, ratchet trap anchor shall be at the contract :tc;n no. 13 for alternate 1 or alternate posts, terminal posts, line posts, brace gate 'construction, footings and appurte- ,' ials and construction specifications for hi the S.S.P.W.C. together with the follow- ;>rovement plans shall take precedence over IP S.S.P.W.C. based on alternate no. 1 (without the the following posts and footings shall he ! line posts and footings modified line posts modified terminal post Page 30 The additional cost for the posts and footings should be included in the lump sum item for fence construction in item 13, bid proposal for alternate no. 1. Light standard footings should be included in item no. 17, bid. proposal for alternate no. 1. C. Coordination Between Contractors ••• The fencing contractor shall coordinate his/her work with the electrical contractor for alternate no, 1 and alternate no..2., In alternate no. -2, some light poles will be utilized for fencing purposes. (In alternate no. 1, modified line .and modified terminal posts will be bolted to three light pole footings.) . . All fencing posts and footings shall be in place before slab is poured. D. Payment Payment for 6' and 12' chain link fence fabric, terminal posts, corner posts, line posts, footings, gates, brace rails, top rails, tension wires and appurtenances shall be at the contract lump sum amount in accordance with bid item no. 15 for alternate no. 1 or alternate no. 2 and no addi- tional payment will be made, VII. ELECTRICAL SPECIFICATIONS - Alternate_No._j_ A. Scopg. of Work The work to be performed under this section shall be the installation of 3/4" PVC conduit and (3) light standard footings with 3/4" galvanized steel conduit in footings. B ? Coordination Between Contractors The electrical contractor shall coordinate his/her work with the fencing contractor, as three modified fence posts are to be bolted to the light standard footings. Footings shall be in place before slab is poured. C. Payment Payment for installation of the conduit and (3) footings per plans shall be at the contract lump sum amount in accordance with bid item no. 16 for alternate no. 1 and no additional payment will be made. VIII.ELECTRICAL SPECIFICATIONS - Alternate No. 2 A. General All provision in the General Conditions, Supplementary General Conditions and any Addendum issued are part of sections of this division. B. Scpjie The work under this section shall be complete in every respect. Mention in these specifications, or indications'or reasonable implications on drawings, whereby articles, materials, operations or methods related to execution of Electrical Wiring Systems are noted, specified, drawn or described, thereby requires execution of each item of work and provision oC each such item and provision of all labor, materials, equipment and appurtenances required for execution thereof. Page 31 In-general, work consists of, but is not limited to the following items: Detail arrangements with the electric utility conroany and verification of exact location and requirements for previously selected service. Electric service including underground ducts encased in concrete, trans- former pad, service entrance, metering equipment and main disconnecting means. All facilities not furnished by the serving utility company, or charges levied by them to make electric service available. Complete distribution system including panelboard, feeders in conduit to panel and conduit only for future use. Complete underground branch circuit wiring system including junction and pull boxes. Furnish and install all lighting poles, footings and fixtures complete with lamps. Automatic lighting controls including all "necessary devices. .Excavation, backfill and concrete \vork required to complete items of this division. Cleaning, patching., repairing and painting'of damaged surfaces. Submission of shop drawings for approval, including submission of."As- Built" Record Drawings. Any and all required tests and guarantees. C• Coordination Between Contractors The electrical contractor shall furnish and install poles, footings and conduits for pole-mounted lighting fixtures. His/her work shall be coor- dinated with the fencing contractor. The fencing contractor under alter- nate no. 2 will utilize some light poles for fencing purposes. Special Note: The drawing detail shall govern method of.below grade con- duit entrance into pole interior. All underground electrical work shall be completed in every respect before court slab is poured. D. Re t_ail .at ions and Codes All work and materials shall be in full accordance with the latest stan- dards of the National Fire Protection Association, the National Electri- cal Code, the State of California Administrative Code, all local ordinances and any prevailing rules and regulations pertaining to ade- quate protection and/or guarding of any moving parts or otherwise hazard- ous location or working conditions, and legally constituted public authorities having jurisdiction. Should tiny changes be necessary in the Drawings or Specifications to make work comply with these requirements, the contractor shall notify the Engi- neer at once and cease work on all parts of the contract which are affected. Page 32 E. Pernuts The contractor shall take out any and all permits required for the work. He shall notify the proper authorities from time to time and have all work inspected and tested as required by ordinances and shall present to the Owner/Engineer properly signed certificates of inspections. Acceptance of the work will not be considered until such certificates have been delivered to the Owner/Engineer. ^' Delivery jind Storage All material shall be Underwriters' Laboratories approved unless otherwise required and shall be. delivered to the site at such stages of the work as will expedite the work as a whole. They shall be there stored in original cartons until ready for use in such manner as to permit ready observation . by the Engineer. This contractor shall make his/her own provisions for delivery and safe storage of materials. G. Examinatj.rjn of Site and Plans Before submitting a proposal, each bidder'shall carefully examine all drawings and specifications. He/she shall also visit the site and fully inform himself/herself as to all existing conditions and limitations applying to the work. If, after such examination and study, it apnears that any changes from the drawings and specifications are necessary or desirable, the bidder shall so state in writing to the Owner/Engineer together with any change in cost involved. Any discrepancies on the drawings or in the specifications, variances between drawings and specifications or between drawings and field conditions shall be promptly brought to the Owner/Engineer's attention in writing. By the act of submitting a proposal, each bidder shall be deemed to have made such examination of drawings and premises, and it will be assumed that he/she is therefore familiar .with and accepts and has based his/her proposal ' upon such existing conditions and limitations applying to the work. The electrical contractor shall verify all dimensions, elevations, and con- ditions and shall fit his/her work to existing and actual field conditions. Page 33 ^__COPY H. Excavations All excavation necessary for the proper installation of the electrical work . shall be done \\rhether or not indicated on the drawings or specified. !• Backfill No backfill shall be placed covering work until such work has been in- spected and approved. Contractor shall place fill with select soil from excavations or from outside sources. Fill material used shall be free from debris, spongy or perishable material, or rocks or hard lumps over 6 inches in diameter. Fill shall be in 6 -inch layers thoroughly wet down and tamec!. Levels on both sides of trench shall be b^ou^ht IA™ ?venlv. J,. Concrete Work Concrete work for concrete envelooes shall be non- structural slab type and shall be furnished and installed under this section of the specifica- tions. J(. Protection of Work The contractor shall protect all work, materials and equipment from damage from any cause whatever, and shall provide adequate and proper storage facilities during the progress of the work. He/she shall provide for the safety and good condition of all work until final acceptance of the work by the Owner, and shall replace all damaged or defective work, materials and equipment before requesting final acceptance. L. Grounding Grounding shall be executed in accordance with the National Electrical Code, applicable codes and regulations of the State of California, and local authorities having jurisdiction. Grounding conductors and conduit shall be terminated on a copper cold water pipe with approved grounding clamps or shall be bonded. The conductor shall constitute the neutral ground and the conduit shall constitute the equipment ground. Where suitable copper cold water pipe does not exist, the neutral and equipment grounds shall be grounded to separate ground rods, size and length as required by code. All metallic conduit risers at either end of non -metal lie duct runs shall hi:.- grounded in an approved manner. All non-metallic underground runs of duct or conduit shall contain a code sized bare copper ground conductor in addition to the current carrying con- ductors, and shall be terminated in an approved manner on grounding type conduit bushings or grounding lugs inside junction boxes. The equipment grounding system shall be continuous from the service ground, to service and panel/control enclosures, junction boxes and lighting poles. Page 34 M• Cleaning of Equipment and Materials All parts of the equipment and materials shall be thoroughly cleaned of dirt, rust, cement, etc., and all cracKs and corners scraped out clean. Surfaces to be painted shall be carefully cleaned of grease and oil spots and left smooth, clean and in proper condition to recieve paint finish. N. Clean Up This contractor shall remove from the site all surplus material, debris, etc., caused by work of this section. 0. Work.ership and Materials All workership shall be first quality in all respects and carried out in a manner satisfactory to and. meeting the approval of the Engineer. All materials, lighting fixtures, devices, appliances and equipment shall be new and the best quality of their respective kinds, free from all defects and of the make, brand or quality as specified. They shall be in accordance with specifications and publications of the following: AIEE - American Institute of Electrical Engineers IEEE - Institute of Electrical § Electronic: Engineers NEMA - National Electrical Manufacturers-Association CAC - California Administrative Code NEC - National Electrical Code Where applicable, all materials, fixtures, devices, equipment, etc., shall be listed by and bear the label of the Underwriters' Laboratories, Inc. All apparatus, equipment, conduit systems, etc., shall be installed and interconnected to form complete and working systems as herein specified ' and shown on the drawings. This contractor shall furnish and install all work necessary to make complete working systems, whether or not shown or specified excepting only those portions that are specifically mentioned herein or plainly marked on the drawings as' being furnished by other contractors, P- List of Materials Within 10 calendar days after Award of Contract, the contractor shall deliver to the Owner/Engineer 6 copies of complete lists of all materials,- fixtures, devices, panels, service equipment, cabinets, etc., which he/she proposes to use for the electrical work. This list shall set forth type, size, manufacturer and such other confirmation required to identify all items. Within one week after receipt of approval of 'material list', the contrac- Page 35 tor shall arrange for purchase and delivery of all materials, fixtures and equipment required. He/she shall immediately arrange for the sub- mission of 'shop drawings' on all items so marked on the material list. He/she shall immediately notify the Owner/Engineer any inability to obtain suitable delivery of any material, fixtures or equipment. Substitutions on account of inability to obtain delivery will not be allowed as work progresses. Q.. Subst i tut ions_ In these specifications and on the drawings, one or more makes of mate- rials, lighting fixtures, devices, apparatus, -or appliances has been specified for use in this installation. This has been done for conven- ience in fixing the standard of quality, finish and design required for this installation. The guaranteed performance of any material, lighting fixtures, devices, apparatus or appliance which the contractor desires to substitute for those mentioned herein shall also conform to these standards. Where no specific make or material, fixture, device, apparatus or appliance is mentioned, any first-class, specification grade product made by a repu- table manufacturer may be used, providing it conforms to the reauirements of these specifications and meets the approval of the Owner/Engineer. Any requests for approval of materials, fixtures, devices, equipment or 'processes different from those specified shall be made within ten calendar days after Award of Contract, in writing, or those items shall be furnished and installed as specified. R. Testing Upon completion of work and adjustment of all equipment, test all systems under the direction of the Owner's inspector to demonstrate that all equipment furnished and installed and/or connected under provisions of these specifications shall function electrically in the manner intended and required. Test all systems free from short circuits and grounds, free from mechanical and electrical defects, and show insulation resistance between phase con- ductors and between phase conductors and ground to be not less than require- ments of the National Electrical Code. Test all circuits for proper neutral connections. S. Guarantee In addition to the guarantee set forth in the General Requirements of the contract, the contractor shall provide a one (1) year guarantee against defective material and faulty workership. T. Payment Payment for all the electrical work, lighting work, lighting standards, footings and appurtenances and set forth in these electrical specifications, including any charges by the utility company for connection at the service point, shall be at the contract lump sum amount in accordance with bid item no. 17 for alternate no. 2 and no additional payment will be made. Page 36 IX. MISCELLANEOUS CONSTRUCTION ITEMS A. Picnic Tables and Benches Picnic tables and benches by "Form Inc." shall conform to the details and specifications shown on the plans. B. Redwood Headers All D.G. surfacing shall be separated from adjacent landscaped areas by a wood header board as shown on the plans. Multi-purpose court 2"x6" rough construction redwood Other Areas 2"x4" construction redwood (straight lines) benderboard redwood (curved lines) 2 layers laminated. Supporting stakes shall be 2"x4" rough all heart redwood. Nails shall be corrosion resistant galvanized coated size as required. C. Chain link Fence § Gate All chain link fencing and gate shall conform to Section 206-6 of the Standard Specifications. All chain link fences shall have top rails and the fabric shall be knuckled at the top and bottom. D. Drinking Fountains Drinking fountains shall conform to the specifications and details shown on plans. "Haws" #3176 (30" height) - upper level of park install with an unHerrlrain; nr Mnrdnck (33" height) - as approved by Parks § Recreation Director E. Park Benches Concrete Park Benches by "Contempocast" #CB-B1. Other models okay if ap- proved by Parks § Recreation Director. F. Trash! 'Receptacles Trash receptacles shall conform to the details and specifications as shown on the plans. G. Barbeque Units Barbeque units shall conform to the details and specifications as shown on the plans. "Game Time" Model #57 (to match barbeque unit in lower portion of park. X. IRRIGATION A. General 1. Requirement a. Notify the Engineer in writing if unusual conditions are observed or encountered which might affect the installation-of the irriga- tion systems, or if existing conditions are found to be different than those indicated. 2. Submittals a. Supply prior to final inspection, the following tools: (1) Two wrenches for disassembling and adjusting each type of sprinkler head supplied. (2) All other tools specified in other sections of specifications. Page 37 Operation and Maintenance Manuals: Furnish four (4) individ- ually bound copies Operation, and Maintenance Manuals. These manuals shall describe the material installed and shall be in sufficient detail to pennit operating personnel to understand, operate and maintain all equipment. Spare parts lists and re- lated manufacturer indentification shall be included for each installed equipment item. Each complete, bound manual shall contain the following information: (1) Index sheet stating Contractor's address and telephone number, duration of guarantee period, and list of equipment with names and addresses of local manufacturer representa- tive. Complete operating and maintenance instructions on all major equipment, c. Record Drawings XI) Record all changes in the work constituting departures from the contract drawings, including changes in both pressure and non-pressure lines. (2) Show location and depth of the following items: Routing of sprinkler pressure lines (dimension maximum 100 feet along routing) Gate valves Sprinkler control valves Routing of control wires Other related equipment d. Controller Charts (1) As-built drawings shall be approved by Engineer before charts are prepared, (2) Provide one controller chart for each controller which con- trolls the work under this contract. (3) The chart shall shoAV the area controlled by the automatic controller and shall be the maximum size controller door will allow. (4) The chart is to be a reduced 'drawing of the actual as-built system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. (5) Chart shall be blackline print and shall be colored with a different color for each station. (6) The chart shall be mounted using Velcro, or an approved equal type of tape. (7) When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum of ten (10) mils thick. (8) These charts shall be completed and approved prior to final inspection of the irrigation system. Page 38 B. Products 1. Plastic Pipe and Fittings a. All pipe shall be extruded of an improved PVC pipe compound, featuring high tensile strength, high chemical resistance and high impact strength, meeting the requirements of ASTM stand- ard D 1785 and D 2241. All pipe must hear the following mark- ings: Manufacturer's name, nominal pipe size, schedule or class, pressure rating in psi, and NSF (National Sanitation Foundation). The manufacturer.shall also mark the date of ex- trusion on the pipe. b. Solvent cement jounts for plastic pipe and fittings will he make as prescribed by manufacturer. The high chemical resis- tance of the pipe and fitting compounds specified in the fore- going sections makes it mandatory that an aggressive primer, which is a true solvent for PVC, be used in conjunction with a solvent cement designed for the fit of pipe and fittings of each size range specified. c. All plastic fittings shall be Type I/II, PVC Schedule 40. Preference shall be given those suppliers able to furnish all types of fittings required from a single manufacturer, in order that responsibility mil not be divided in warrantee claim situations. All fittings shall be injection molded of an improved PVC fitting compound featuring high tensile strength, high chemical resistance and high impact strength, meeting the requirements of the current ASTM Standard D 1785. Where threads are required in plastic fittings, these shall be injection molded also. All fittings shall bear the company's name or trademark, material designation, size, applicable IPS schedule, and the NSF seal of approval. 2. Copper Pipe and Fittings a. Copper pipe shall be type L, 'hard tempered ASTM B 88. b. Copper fittings shall be solder joint type in accordance with ASA B16 22. c. Joints shall be soldered with silver solder. 45% silver, 15% copper, 16% zinc, 24% cadium, and solidus at 1125°F. and liquidus at 1145°F., conforming to specifications ASTM B206-52T Bag-1 and Federal QQB 00655. 3. Brass and Pipe Fittings a. Brass pipe shall be 85% red brass pipe, American National Stand- ard Institute (ANSI) Schedule 40 screwed pipe. b. Brass fittings shall be medium brass, screwed, 125 pound class. 4. Galvanized Pipe and Fittings a. Pipe shall be galvanized steel pipe, American National Standard Institute (ANSI) Schedule 40 galvanized, mild steel, screwed pipe. b. Fittings shall be medium galvanized, screwed beaded, malleable iron, and/or #125 cast iron, flanged. c. All. unions two (2) inches and smaller shall be fround jount Page 39 pattern. Unions larger than two (2) inches shall be flanged unions, packed with 1/16 in. thick asbestos fiber gaskets. d. Install no bushings, close nipples, long screws, bullhead tees or crosses, unless otherwise specified. 5 . Direet Burial Control Wire a. All control wire shall be of the Underwriter's Laboratory type UF (underground feeder), single conductor, solid copper, plastic insulated, 600 volt, rated, for direct burial applications. Max- imum conductor operating temperature, 60°C. for both wet and .dry locations. b. Neutral (common ground) wire shall be AWG #12 (minimum), and pilot (valve control) wire shall be AWG #14 (minimum) . All com- mon ground wires shall be white and all valve control wires red or black. Maximum length of wire runs- shall be per sprinkler manufacturer's recommended wire chart. 6. Automatic Control Valves (Electric) a. All automatic control valves shall be globe or angle pattern, electrically controlled hydraulically operated,, single seat, normally closed. b. The varves shall be actuated by a normally closed solenoid valve operator using 24 volts, 60 cycle, AC. The wires in the coil of the solenoid shall be embedded in epoxy resin. The entire sole- noid shall be enclosed in a watertight housing. Valves shall automatically close in event of electrical power failure. c. All automatic control valves shall have a flow control device for manually adjusting the amount of flow of water through the valve. The flow control device shall be adjusted so -that pres- sure at the nozzle of the sprinkler head farthest from the auto- matic control valve shall be that as specified on the approved plans. The pressure at the sprinkler head shall be measured by • means of a pilot pressure gauge while the sprinkler head is operating. d. Automatic control valves shall be constructed of bronze or brass, with stainless steel springs and screens, and composition material (neoprene) seals and seat washers. Valve stems shall have bronze cross handles. e. All automatic control valves shall be equipped with an all brass pet cock for manual operation control . ~~" ~~ f . Automatic control valves shall be set upright and housed in meter boxes with a lockable top. The identification number of the valve and clock shall be painted on the inside cover of the meter box . g. -One valve box key shall be furnished for each six or less valve boxes installed. 7. Automn t ic Spr j nk 1 c Connect the sprinklers to the existing controller at P.B. Page 40 8. Backflow Preventer Device The Pres. Red. Backlow Preventer shall be Febco #825 installed in a • • concrete vault as shown on the plans and as per requirements of the governing agency. 9. Pull Boxes • Pull boxes shall be concrete equal to "Quickset #WA-16','"matching ex-isting model.10. Quick Couplers and Valve Boxes Install as per Standard Drawings and as shown on the plans. Valve boxes shall be by "Ametek", size as required. 11. Domestic Water Line ' Domestic water line shall be sch 40 PVC - 20" min. beloiv finish grade. 12. Gate Valves a. Gate valves shall be designed for a minimum working pressure of not less than 150 pounds per square inch. Valves shall have screwed joints and brass bodies. b. Valves shall have joints conforming to the material in which they are being installed and shall be opened by turning counter- clockwise. c. The operating unit shall be 2-in. square and have an arraw cast in the metal indicating the direction of opening. Valve shall have iron body, be bronze mounted, and shall conform to American Water Works Standards. 13. Sprinkler Heads a. Sprinkler heads shall be of the types and sizes, i\dth the diameter (or 7'adius) of throw, pressure, discharge and any other designa- tions necessary to determine the types and sizes as indicated on the plans. b. All sprinkler heads of a particular type or function in the sys- tem shall be of the same manufacture and 'shall be marked with the manufacturer's name and model number. Execution 1. Water Supply and Layout a. Connect to irrigation water supply at the location shown on the plans. Layout sprinkler heads and make any minor adjustments required due to differences between the site and the drawings. The layout is to be approved by the Engineer before Installation. The routing of irrigation lines is diagrammatic and minor changes are permitted. 2. Trench i ng and Rackfj11ing a. Trenching: (1) Dig- trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. (2) Provide minimum cover of 20-in. on all pressure supply lines. Page 41 (3) Provide minimum cover of 18-in. for all control wires. (4) Provide minimum cover of 15-in. for all other non-pressure • • lines. b. Backfilling: (1) Initial backfill on all lines shall be of a fine granular material, with no foreign matter larger than -1/2 in. in size. (2) Backfill material shall be tamped under the pipe, uniformly on both sides of the pipe, for the full width of the trench and to the horizontal diameter of the full length of the pipe. Tamp in 4-in. layers. Materials shall be sufficiently damp to permit thorough compaction under and on each side of pipe, to provide support free of voids. (3) Backfill for trenching shall be compacted to dry density equal to the adjacent grades without dips, sunken areas, humps, or other irregularities. (4) Under no circumstances shall truck wheels be used for com- pacting soil. 3. Polyvinyl Chloride Pipe a. Polyvinyl chloride pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. b. All polyvinyl chloride pipe shall- lay free in the trench with no •induced strain. Where there is evidence of induced pipe strain, the Contractor shall be required to make pipe cuts and install angle fittings as necessary to eliminate the strain. c. All polyvinyl chloride pipe with solvent-weld joints shall be snaked at least six (6) inches each 20 feet. d. The Contractor will be required to remove and replace any fitting which induces a torque strain to the pipe. e. Concrete thrust blocks shall be installed on plastic pipe pres- sure systems using Bell End and Ring joints whenever an abrupt change of alignment occurs. f. All plastic to plastic joints except ring joints shall be sol- vent-weld joints. The .solvent and the jointing procedure recommended by the pipe manufacturer shall be used. g. Care should be taken so not to use an excess amount of solvent, thereby causing a burr or obstruction to form on the insides of the pipe. h. The joints shall be allowed- to set at least 24 hours for PVC Type II material and 48 hours for PVC,Type I material before pressure is applied to the system, i. All lines shall have a minimum clearance of 4-in. from each other, and 6-in. from lines of other trades. Parallel lines shall not be installed directly over one another. Page 42 4. Automatic Control Valves a. Automatic control valves shall be installed as indicated on the plans and standard drawings. 5. Direct Bur ial Control^ Wire a. "The wire shall be tied \vith a plastic tape every ten feet to the side of the nearest pipe. Where it is not practical to run along a pipe, the wire shall be installed in a separate trench. b. An alternate method of protecting the direct burial wire is running the wire through a PVC conduit in a trench 12-in. deep. c• All Wire_SpHcing shall takejlace in the valve boxes_a nd/p_r pull boxes. All splices shall be made with a mechnical connec- tor encased in a self-curing epoxy resin which provides a perma- nent watertight connection. d. All direct burial control wires shall be.identified as to their respective valve number and controller clock letter at all wire terminations. Labels and tags shall be used for identification which are not affected by moisture or temperatures between minus 30°F. and plus 200°F. The labels and tags shall be resistant to abrasion, dirt, grease, and chemicals used in lawn fertilizers and conditioners. The labels and tags shall be firmly attached to the wire in every case. Examples of nomenclature of tags or labels are as Neutral (common ground) wire = "Neutral" Clock "A" Pilot (valve control) wire = "AVC No. 1" Clock "A" Spare wire = Spare Clock "A" 6. Sprinkler Heads a. Install sprinkler heads as designated on the plans. ' b. Sprinkler heads shall be installed only after testing and flush- ing of the systems has been accomplished as specified herein, 7. Gate Valves a. Gate valves installed underground, except those in utility boxes, shall have an operating key access housing, consisting of a gal- vanized iron pipe or PVC pipe sleeve and a heavy duty Bronze Lock Cap with the word "Water" cast in the top. The gate valve hand wheel shall be removed from the stem of all valves installed underground. The wheel shall be replaced with a standard bronze cross handle, b. One operating key shall be furnished for each five (or less) gate valves installed underground. ^• Flus h i ng and Tes t ing a. All irrigation piping shall hydrostatically tested by the Contrac- ' tor in the presence of the Engineer. b. The testing shall be conducted after pipe has been installed with backfilling only, partially completed so that joints and connections are left uncovered for visual inspection during the test. All risers shall be capped during the test. Page 43 c. The procedure for testing shall he as follows: (1) The Contractor shall flush and fill the pipe system or sprinkler battery being tested, making sure all trapped air is removed. (2) The test pump, pressure gauges, and shut-off valves shall be connected. • (3) A minimum test pressure of 150 psi for pressure lines and 100 psi for battery lines shall be reached. The system shall then be isolated from the source of pressure. The test pressure shall be held for one (1) hour. d. There shall be no leakage or loss of pressure. If there is any sign of leakage or failure at any point on the line, the test shall be discontinued until same has been repaired. e. At the conclusion of the pressure test, the irrigation heads and quick coupling valves shall be installed in the following manner: The riser nearest the control valve, or gate valve shall be un- capped, and a full head of water shall be used for at least thirty (30) seconds to flush out the risers. The irrigation head or quick coupler valve shall then be placed in position on the riser. The cap on the next closest riser shall be removed and the preceding procedure used. This procedure shall continue until the most distant riser in the piping system or sprinkler battery has been flushed and the quick coupling valve or irri- gation head installed. f. • Sprinkler heads shall be tested under normal operating pressure. g. All control clocks shall be tested in the presence ot the Engi- neer through a five-minute cycle for each sprinkler battery. h. All direct burial control wire installed shall be tested in the following manner: (1) Before any backfill material is placed over the control wires in the trench, the wires shall be tested with a megger for insulation resistance. Minimum insulation resistance to ground shall be fifty (50) megohms. Any conductor not meet- ing this requirement shall be replaced. (2) After sand backfill encasement and during the final inspec- tion, the wires shall again be tested with a megger in the. presence of the Engineer, The minimum acceptable insulation resistance to ground on this test"shall be one (1) megohm. Any conductor not meeting this requirement shall be replaced. Final Inspection a. A final inspection of the work shall be made by the Engineer in the presence of'the Contractor, at a time when all work is completed. Notification shall be made in writing by the Con- tractor seven (7) days in advance of such inspection. No in- . spection will commence without as-built drawings. b. The Contractor shall immediately correct any and/or all defi- ciencies noted during the inspection and when corrective action is completed notify the Engineer as specified above. Page 44 10. Clean Up a. The Contractor upon completion o£ the work, shall remove all rubbish, debris, etc., and shall level the ground surface to remove any depressions and fill all sunken areas or other ir- regularities. • 11. Payment a. The Contract Lump Sum price paid for Landscape Irrigation shall include all labor, tools, materials and equipment required to construct complete in place the irrigation systems and no addi- tional compensation will be allowed therefor. XI. LANDSCAPE PLANTING This work shall consist of plant area preparation, weed control, the furnish- ing and installation of all plant materials and seeds not furnished by the City of Carlsbad, the planting of turf, ground cover, shrubs and trees, the furnishing and installation of all other material, labor, tools and incidentals required to satisfactorily complete the Landscape Planting, as shown on the plans, or specified herein and/or directed by the Engineer. ,A. Submittals: Submit the following: Certificate of Inspection of plant material by State of California, Department of Agriculture. ^• Delivery, Storage!_a_nd. Handling Deliver fertilizer to site in original unopened containers:bearing manu- facturer's guaranteed chemical analysis, name, trade name, trademark, and conformance to State Law. Deliver Weed Control material with labels attached. Deliver Lawn Seed with identifying label attached. Deliver plants with legible identification labels. Label containers of like trees, shrubs, or ground cover plants. State correct plant name and size indicated on Plant List. Use durable waterproof labels with water resistant ink which will remain legible for at least sixty (60) days. Protect during delivery to prevent damage to root balls or dessication of leaves. Notify Engineer of delivery schedule in advance so plant material may be inspected upon arrival at job site. Remove unacceptable plant material immediately from job site. Storage: Store in shade and protect from weather. Handling: Do not drop plants. Do not pick ur> container or bailed plants by stems or trunks. Acceptance j>f materinis tojhe used__on j ob: When materials such as nlants, fertiTizer, soil, sojI~amen.Jments, etc. are brought on the job, they must be accepted as meeting specifications or-rejected within a reasonable time. If the Inspector allows their use on the job, this constitutes acceptance as meeting the contract requirements.- C. Job Conditions Perform actual planting only when weather and soil conditions are suitable and in accordance with approval of Engineer. Page 45 Before commencing any work, provide the necessary protection of the public and \vorkers in or around the site. D. Guarantee Guarantee all plant material through specified establishment period. Replacement plants under this guarantee shall be guaranteed for 60 days from time of acceptance. Material and labor involved in replacing plant material shall be supplied by the Contractor at no additional expense to the City of Carlsbad. E; Scheduling • Install trees, shrubs, hydro-seeding slopes and ground cover plants before lawns are installed. F. ' Materials Plants: True to botanical and common name and variety according to Ameri- can "Joint Committee on Horticultural Nomenclature, 'Standardized Plant Names Quality and size of plants shall be according to California State Depart- ment of Agriculture's "Regulations for Nursery Inspections of Rules and Grading". All plants shall have a normal habit of growth and shall be sound, healthy, vigorous, and free from insect infestations, diseases, sun scalds', fresh abrasions of the bark, and other objectionable disfigurements. All plants shall have well-developed branch and root systems which are not root bound. No plant will be accepted if the root ball is broken or cracked, either before or during installation. Substitution: All plants shall be of the species, variety, size and condi- tion as specified herein and/or as indicated on drawings. Under no condi- tion tvill there be any substitution of plant species variety, or reduced size for those listed, except with the. express written consent of the Engi- neer. Increased container sizes may be used but such use shall not increase Contract price. Plant substitutes may be permitted if valid proof is sub- mitted that any plant specified is not obtainable. In such cases, a propo- sal will be considered for use of nearest equivalent sizes and/or varieties available with an equitable adjustment in Contract price if deemed neces- sary in opinion of Engineer, Pruning prior to delivery: Do not prune, trim, or top plants prior to deTive^y oxcoot with the express consent and under direction of the Engineer. Right of Inspection is,reserved by Engineer at all times. Planting Tablets shall be tightly compressed chip type commercial grade planting tablets, weighing .21 grams with the following available percen- tages by weight of plant food: Nitrogen ' 20% Phosphoric acid 10% Potash 5% Damaged tablets will not be accepted. Gro-Poiver (SCOP): A balanced blend of humus, minerals,' nitrogen, phos- phorus and potash. Chemical Analysis: ' ' ' Water soluble nitrogen 5% Phosphorus "3% Soluble -Potash 1% Page 46 Super Iron: N.P.K. 6-6-2 + 15% Iron. Granular form by "Best Fertilizer Company" or equal. Gypsum: Agricultural gypsum "Ben Franklin" or equal. Wood Fiber Mulch,: Mulch shall be fiber produced from cellulose such as wood pulp. Wetting Agent: 95% Alkyl Polyethylene Glycol Ether as: "Commercial Water In" or equal. Weed Killer: Amino Triazole 90 Systemic Weed Killer or equal. Ecology Control M-Binder: A dry powder, non-toxic, non-corrosive, and non- crystalline soil biEcfer or equal. Nitrogen - Stabilized Shavings_: Pre-treated shavings, shall meet the fol- lowing requir^mentsTo5r~ipartic'le size, salinity and nitrogen content: 1. Minimum 95% passing 4 mesh screen (1/4") Minimum 80% passing 8 mesh screen (1/8") 2. Salinity shall be no higher than 3.5 millionths per centimeter at 25°C as measured by saturation extract conductivity. •3. Nitrogen content shall be .7% for sawdust or shavings 1,0% for bark. Seeds and Stolonsj All seeds and stolons used for lawn plantings or ero- sion-control pTanting or for any other reason specified in the plans or listed in the specifications shall be labeled and shall be furnished in sealed standard containers, with duplicate signed copies of a statement from the vendor, certifying that each container of seed delivered is fully labeled in accordance with the California State Agricultural State Code and is equal to, or better than, the requirements of these specifi- cations . Seed which has become wet (unless otherwise specified), moldy or other- wise damaged in transit or storage will not be accepted. Seed must be certifed to conform to the following minimum requirements. 90% pure and 85% germination. G. Soil Preparation Soil preparation of all areas to be planted shall be as hereinafter speci- fied. Slope areas 1-1/2:1 ^ 2:1 (to be hydro-seeded) do not require soil p/euaration. Soil preparation shall not begin until after completion of deep-ripping and rock removal as specified in Section 2. Soil preparation shall include the placement, spreading and rotary-tilling of all soil conditioners and amendments, and the removal of all stones, clay lumps and debris over one (1) inch in diameter within the top four (4) inches of soil. After the irrigation systems are operable, the following amendments shall be. tilled into the top four (4) inches of soil of all planted areas except the siones to be hydro-seeded: 1. Gypsum 100 Ibs per 1000 S.F. 2. Super Iron • 10 Ibs per 1000 S.F. 3. Shavings 2 C.Y. per 1000 S.F. 4. Gro-Power (plus) 150 Ibs per 1000 S.F. Page 47 Upon completion of soil preparation operations, the planted areas shall be compacted and settled by application of nearby irrigaton to a mini- mum depth of twelve (12) inches. Care shall be taken to insure that the rate of water application does not cause erosion or sloughing of soils. . Weed Control: 1. The Contractor shall remove all surface weed growth in all planted areas. Weeds shall be dug out by the roots and disposed of off the site before planting area preparation and finish grading. 2. After the planting area preparation and installation of the irri- gation systems, the Contractor shall "deep water" all landscape • areas and apply Amino Triazole 90 at the rate of 8 pounds per acre mixed with the appropriate amount of water for application as rec- ommended by the manufacturer. 3. The Contractor shall then wait for a period of at least ten (10) days after application before any planting or hydroseeding is under- taken . H. Planting Layout: Locations for plants and outlines of groundcover and lawn areas 'shall be approved on site by Engineer before planting. Soil shall be loose, workable and moist, but not saturated."" Planting . General: Excavate plant holes to required • depth per size of container and plant -as specified on the plans. Container-grown plants: 1. Can Removal : Cut cans on two sides with an acceptable can cutter, not with spade or axe. Do not cut sides on knock-out cans. Care- fully remove plants without injury or damage to root ball. After removing plant, superficially cut edge-roots with knife on three sides. Remove empty cans from site daily. 2- Box Removal: Remove bottom of plant boxes before planting. Re- move sides of box without damage to root_ ball after positioning plant and partially backfilling. Place sufficient planting soil under plant to bring top of root ball 1-1/2 inch above finish grade. Center plant in pit or trench. Face for best effect. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball or roo.ts. Backfill pit with planting backfill as specified on the plans in 9-inch layers and water each layer thoroughly to settle soil. 3. Plant Tablets: As specified on the plans. 4. Ground Cover Plants: Plant deep enough to cover all roots. After pTa7iTTri^^TF(7f^rT\n immediately until entire area is soaked to full depth of planting holes. Smooth soil to provide even, smoot.li final finish grade. Bring all planted areas to a smooth, even surface conforming to established grades after full settlement has occurred. Page 48 5. Disposal of Excess Soil: Use acceptable excess excavated soil to form watering basins around plants, where specified, or waste over nearby low or rough areas. J. Guying and Staking of Trees: See plans. Stake trees on the windward side to prevent wind damage. Take special care that stakes do not damage the roots or root ball. Tree ties shall be tied as shown on the plans. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers as directed by Engineer. K. 'Plant Replacement All replacements shall be plants of the same type and size as specified in the plant list. They shall be furnished and planted as specified under Planting. The cost shall be borne by the Contractor except for possible replacements resulting from vandalism, physical damage, or losses due to Acts of God. L. Hydro-Seeding of Slope Areas All slope areas to be hydro-seeded with the following mix shall be clear of all weeds: Seed Mix: Lupinus Arboreus 4 Ibs/acre Lotus Corniculatus 1.5 Ibs/acre Acacia Saligna 6 Ibs/acre Acacia Sophora 4 Ibs/acre Eucalyptus Polyanthetnos 3 'Ibs/acre Eucalyptus Camaldulensis 2 Ibs/acre Red Creeping Fescue 2 Ibs/acre Hydro-Mulch Mix: Above Seed Mix (total) . 36 Ibs/acre Wood Fiber Mulch . 2000 Ibs/acre Ecology Control M-Binder 300 Ibs/acre Wetting Agent 2 qts/acre Gro-Power (plus) . 1000 Ibs/acre Page 49 M. Inspection of Construction Installation of the landscape planting shall he inspected hy the Engineer periodically throughout the contract period and at specific times noted below. The Contractor shall notify Engineer at least 24 hours before all scheduled inspections to verify that the work is available for inspection. Scheduled inspections shall be as follows: 1. Upon completion of planting area preparation activity. 2. After spotting, but prior to planting, of all plants 1 gallon size and above 3. After all container plants are installed, but prior to planting of turf or ground cover areas. 4. During the application of turf hydroseeding. 5. After all installation is completed prior to start of 60-day establishment period. 6. Final inspection. N . Ma i ntenance of Project Extended Establishment Period: Completion date of establishment period will be extended, when, in the opinion of the Engineer, improper mainte- nance and/or possible poor or unhealthy condition of planted material or unestablished non-covering lawns are evident at termination of scheduled establishment period. Contractor shall be responsible for additional- maintenance work at no change in contract price until all of the work is completed and acceptable to Engineer. The Contractor shall be responsible for maintaining adequate protection of all areas. Damaged areas shall be repaired immediately at the Con- tractor's expense, Inspections: Inspect plantings at least three (3) times per week throughout establishment period and do all necessary maintenance to keep plants in prime conditions. Send. weekly maintenance reports to Engineer indicating all work that has been completed during that week and any anticipated problems involving additional work. Do additional watering when, in opinion of .Engineer, soil moisture is below optimum level for best plant growth. During establishment period, immediately replace .plants which die or which, in opinion of Engineer, are unhealthy or in impaired condition. Contrac- tor shall not be required to replace a plant more than once. At conclusion of establishment period, Engineer will inspect all plants and ground covers to determine their condition. All plantings must be alive, true to name and size as specified, and show vigorous growth. 0. Cleaning i Sweep and wash paved surfaces. Remove planting debis from project site. P. Fina 1 Insection a nd Ace cpt a Request final inspection of planting upon completion of establishment period. Maintenance of project shall be continued at Contractor's ex- pense until deficiencies have been corrected. Page 50 » « ' V- " Final acceptance will be made only after completion of establishment period and correction of all deficiencies. Engineer will visit con- tract. areas, inspect and give Contractor written notice of any dis- crepancy or acceptance. The contract Lump Sum price paid for Landscape Planting, complete in place, as specified herein, shall be considered as full compensation for furnishing all materials not furnished by the City of Carlsbad, for all labor, tooLs, equipment, and incidentals, and for doing all work involved in Landscape Planting as shown on the plans and as specified in these • Special Provisions including plant establishment and maintenance, shall be considered as- included in the contract Lump Sum price for Landscane Planting and no additional compensation will be allowed therefor.