Loading...
HomeMy WebLinkAboutR Fox Construction Inc; 1999-04-16; 3456-ACARRILLO RANCH PARK PHASE I CONTRACT NO. 3456-A R. Fox Construction , Inc. a CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPEC1 PROVISIONS FOR a CARRILLO RANCH PHASE l-A CONTRACT NO. 3456-A OCTOBER 6,1998 e e- %# 7/17/98 , Contract No. 3456-A Page l TABLE OF CONTENTS Pa NOTICE INVITING BIDS .............................................................................................................. CONTRACTOR'S PROPOSAL .................................................................................................... BID SECURITY FORM ................................................................................................................. BIDDERS BOND TO ACCOMPANY PROPOSAL ...................................................................... GUIDELINES FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTORS BID" AND "DESIGNATION OF OWNER OPERATOFULESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS ........................................ DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID ............ DESIGNATION OF OWNER OPERATOWLESSOR &AMOUNT OF OWNER OPERATOFULESSOR WORK ..................................................................................................... BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY ..................................................... BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .................................. BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' 0lt.m - LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ............................ BIDDER S STATEMENT OF RE-DEBARMENT ......................................................................... BIDDERS DISCLOSURE OF DISCIPLINE RECORD 0 .................................................... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .................................................................................. CONTRACT PUBLIC WORKS ..................................................................................................... LABOR AND MATERIALS BOND ................................................................................................ FAITHFUL P ERFORMAN CENVARRANTY BOND ...................................................................... REPRESENTATION AND CERTIFICATION .............................................................................. ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) .................................................................. SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CO NSTRU CTI 0 N PART 1 , G EN E RAL P ROVl S I 0 N S ............................................................... ............................................................................... NUMBERED BY CSI DIVISION FORM SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS a e= ts 7/17/98 Contract No. 3456-A Page 2 R CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS a Sealed bids will be received at the Office of the Purchasing Officer, Ci$ Hall, 1200 Carlsbad Drive, Carlsbad, California 92008-1989, until 4:OO P.M. on the 14 day of January , 1 which time they will be opened and read, for performing the work as follows: CARRILLO I PHASE 1-A CONTRACT NO. 3456-A The work shall be performed in strict conformity with the specifications as approved by 1 Council of the City of Carlsbad on file with the Recreation Department. The specifications work include the Standard Specifications for Public Works Construction (1997 Edition, and t supplements thereto,) all hereinafter designated “SSPWC” as issued by the Southern C Chapter of the American Public Works Association and as amended by the special pr sections of this contract. Reference is hereby made to the specifications for full particul description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contR utilize recycled and recyclable materials when available, appropriate and approved by the En The City of Carlsbad may disqualify a contractor or subcontractor from participating in biddir a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdictic State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Pui Department. Each bid must be accompanied by security in a form and amount required by I: bidder‘s security of the second and third next lowest responsive bidders may be withheld Contract has been fully executed. The security submitted by all other unsuccessful bidders returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pur the provisions of law (Public Contract Code section 10263), appropriate securities substituted for any obligation required by this notice or for any monies withheld by the City tc performance under this Contract. section 10263 of the Public Contract Code requires m securities to be deposited with the City or a state or federally chartered bank in Califomi escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omi: the agent in connection with the handling of retentions under this section in an amount not I $1 00,000 per contract. The documents which comprise the Bidder‘s proposal and that must be completed, executed and notarized are: * a a 4- %# 7/17/98 Contract No. 3456-A Page 3 1. Contractor's Proposal 2. Bidder's Bond 4. Designation of Subcontractors 5. Designation of Owner Operator/Lessors & 6. Bidder's Statement of Financial 7. Bidder's Statement of Technical Ability All bids will be compared on the basis of the Engineer's Estimate. The estimated quanti approximate and serve solely as a basis for the comparison of bids. The Engineer's Estin $382,216.00. No bid shall be accepted from a contractor who is not licensed in accordance with the provi California state law. The contractor shall state their license number, expiration d; classification in the proposal, under penalty of perjury. The following classifications are aa for this contract: A,B (must sub-out workLC-29 If the Contractor intends to utilize the escrow agreement included in the contract documents i the usual 10% retention from each payment, these documents must be completed and si with the signed contract. Theescrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Pui Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundabl $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be Any prospective bidder who is in doubt as to the intended meaning of any part of the dl specifications or other contract documents, or finds discrepancies in or omissions from the d and specifications may submit to the Engineer a written request for clarification or correctic response will be made only by a written addendum duly issued by the Engineer a coy of whic mailed or delivered to each person receiving a set of the contract documents. No additic modification of or interpretation of any provision in the contract documents will be given o may any bidder rely on oral directions. The City of Cartsbad reserves the right to reject any or all bids and to waive any minor irregi informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the ( shall be those as determined by the Director of Industrial Relations pursuant to the sectior 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a cum of applicable wage rates is on file in the Office of the City Engineer. The Contractor to w Contract is awarded shall not pay less than the said specified prevailing rates of wages to all employed by him or her in the execution of the Contract. 8. Certificate of Insurance 9. Bidder's Statement Re Debarment @ 3. Non-Collusion Affidavit 1O.Bidder's Disclosure Of Discipline Record 1 1 .Purchasing Department Representation Certification 12.Escrow Agreement for Security Deposits (optional, must be completed if the Bidde wishes to use the Escrow Agreement for and Amount of Subcontractor Bid Amount of Owner Operator/Lessor Work Responsibility Security) and Experience 0 a 4- \@ 7/17/98 Contract No. 3456-A Page 4 The Prime Contractor shall be responsible for insuring compliance with provisions of section of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletti Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer' purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall the Contract for work. A pre-bid meeting and tour of the project site will be held December 17, 1998, 1:30 PN terminus of "Flying LC Way" (take Melrose to Carrillo Way to Flying LC Way) All bids are to be computed on the basis of the given estimated quantities of work, as indii this proposal, times the unit price as submitted by the bidder. In case of a discrepancy t words and figures, the words shall prevail. In case of an error in the extension of a unit pi corrected extension shall be calculated and the bids will be computed as indicated abc compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and t written in with ink and must be initialed in ink by a person authorized to sign for the Contract0 Bidders are advised to verify the issuance of all addenda and receipt thereof one day bidding. Submission of bids without acknowledgment of addenda may be cause of rejection I Bonds to secure faithful performance and warranty of the work and payment of labore materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent respectively, of the Contract price will be required for work on this project. These bonds t kept in full force and effect during the course of this project, and shall extend in full force an and be retained by the City until they are released as stated in the Special Provisions sectior contract. All bonds are to be placed with a surety insurance carrier admitted and authoi transact the business of insurance in California and whose assets exceed their liabilitie amount equal to or in excess of the amount of the bond. The bonds are to contain the fc documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by I other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the in! commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statemc quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenci section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar ( the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Guide of at least A-:V, and (2) are admitted and authorized to transact the business of insur the State of California by the Insurance Commissioner. Auto policies offered to mf specification of this contract must: (1) meet the conditions stated above for all insurance con and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, Y owned, non-owned or hired, and whether scheduled or non-scheduled. The auto ins certificate must state the coverage is for "any auto" and cannot be limited in any manner. @ 0 e= 6P 7/17/98 Contract No. 3456-A Page 5 Workers' compensation insurance required under this contract must be offered by a ( meeting the above standards with the exception that the Best's rating condition is waived. does accept policies issued by the State Compensation Fund meeting the requirement for compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any a cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submi required bonds and insurance, as described in the contract, within twenty days of bid openii Contractor fails to comply with these requirements, the City may award the contract to the sc third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valic Carlsbad Business License for the duration of the contract. Approved by the City Council of the arlsbad, California, by Resolution No yr- 3 @ adopted on the;?O* day of Op ,I9 99. &.y$+ I Date e e e= ts 7/17/98 Contract No. 3456-A Page 6 U CITY OF CARLSBAD CARRILLO RANCH PHASE l-A CONTRACT NO. 3456-A % m m m a # i I CONTRACTORS PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda there hereby proposes to furnish all labor, materials, equipment, transportation, and services reqi do all the work to complete Contract No. 3456-A in accordance with the Plans, Specific Special Provisions and addenda thereto and that he/she will take in full payment there following unit prices for each item complete, to wit: 1 Approximate Item Quantity Unit - No. DescriDtion and Unit Price Total 1 Mobilization and preparatory LS $ s;,?bo $ 5lbo.m work at a lump sum amount not to exceed Ten Thousand Dollars (Lump Sum) with plaster finish a a a 2 Perimeter Wall 2,730 LF $ qT* jfo $ 2$!p55-. 073 N;n& -%~PR. d- %m-- \ a Dollars (per lineal feet) 3 Perimeter Wall 135 LF $ 193.0 $ 20,bF5.m with rock finish Dollars (per lineal feet) with rock finish I one dce-d E& ,L\ANPP, Cc~~/(@'- ' M I a 4 Pilaster 13 EA. $ \7co.m $ zz,75(7.m *e - ew 1 %# 7/17/98 Contract No. 3456-A Page 7 # yp VAII r ~S~LF Item Description Quantity Unit No. DescriDtion and Unit Price Total - - 1 0 I I I 1 1 1 II a 10 Maintenance Gate 2EA $ 2, f375--@ $ G,7fO ,trb 5 Pilaster 15 EA. $ 15oe.m $ 22,5-00.m Dollars (each) 7’30. 013 6 Black vinyl 510 LF. $23.0 $ k Chain link fence %A & CR 1 Dollars (per lineal feet) 7 Temporary 810 LF. $ 1.65- $ 254. n Chain link fence bt% & 05//aw 1 Dollars (per lineal feet) 8 Temporary 1EA $ BS@ $ 85.d czig gguc sF b?dJ 111, Dollars (each) 9 Entry Gate 1EA $ 2/?b.& $ ;2Qb.@ ----- IWO xsusa#& YLJC -red air& d~ 04/,Lm , - I Dollars (each) ’ Tih \t.k&d Fi;* hdd SW& S% ‘ I& 1 Dollars (each) ’ 11 AccessGate IEA $ 2670.e $ 2,070-fl 1 \*b *bL4 4oo)l- - a 4 a Dollars (each) 12 Irrigation LS $ ‘/‘s,a*.i3 $ 46,boa.d gMLt 9x 4i dU sd / d@O//I& - Dollars (Lump sum) *- +$ 7/17/98 Contract No. 3456-A Page t w m npproxirnare Item Description Quantity Unit Price - Total - No. Descriotion and Unit - I I I I il i a 13 Landscape Fine Grading LS $ 231B.d $ 2,31%.~ and soil prep (ground cover areas) Dollars (IumfJ Sum) -kLca &%@ (r40 && \n-dJcd $??A .y 14 Ground cover from 10,080 SF $ -23 $ 2,3M-Y0 flats @ I8 O.C. Dollad (per square foot) 15 * Vines (5 gallon) 179 EA. $ zLJ.7si $ (q3d.X- 74 &LJiDc 7qu- il Dollars (Each) 16 * Cactus (15 gallon) 8EA. $ /?B-aO $ [ /ode9 yre ‘9 40& - 1 ILJCpdg * 1 a@ I a a a N I &.&Ad 7&8, d $6 /,m 1 I $ 23.m $ /6/* @ 17 * Cactus (5 gallon) 7 EA. Dollars (each) 18 * Cactus (1 gallon) 833EA $ 8-05- $ b, 705‘. 65- / E; &4- * eg/4u-D Dollars (each) 20 Maintenance (60) days LS $ 7$9.@ $ 7vpY.(7a h d+.-JteA -Z+ OPENED, WITNESSED AND RECOR $,;& d O0 /tm - DoY\ars(lump sum) P- /?-Fy SIGNATURE DATE * (Including amended backfill with fertilizer tabs) Total amount of bid for in words: %u Ld/ e$ W.&- 4 8F*S@u4. .%.vu- Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. q) 3,. 720 6 80 4 e- a %# 7/17/98 Contract No. 3456-A Page 0 Addendum(a) No(s). tl /A hadhave been received and idare included - proposal. The Undersigned has carefully checked all of the above figures and understands that the C The Undersigned agrees that in case of default in executing the required Contract with nec bonds and insurance policies within twenty (20) days from the date of award of Contract by tl Council of the City of Carlsbad, the City may administratively authorize award of the contract second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensec business or act in the capacity of a contractor within the State of California, validly licensed license number 578157 , classification m which exp 9/30/99 , and that this statement is true and correct and has the legal e an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant Business and Professions Code shall be considered nonresponsive and shall be rejected by t $j 7028.15(e). In all contracts where federal funds are involved, no bid submitted SI invalidated by the failure of the bidder to be licensed in accordance with California law. Howt the time the contract is awarded, the contractor shall be properly licensed. Public Contract § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad'is pel interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; representation, oral or in writing, of the City Council, its officers, agents, or employees has ir hidher to enter into this Contract, excepting only those contained in this form of Contract l papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making i ,* the same work, and is in all respects fair and without collusion or fraud. .J Accompanying this proposal is BID BOND (Cash, Certified Checl or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which require employer to be insured against liability for workers' compensation or to undertake self-insul accordance with the provisions of that code, and agrees to comply with such provision: commencing the performance of the work of this Contract and continue to comply until the is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, to the general prevailing rate of wages for each craft or type of worker needed to exei Contract and agrees to comply with its provisions. - not be responsible for any error or omission on the part of the Undersigned in preparing this b' -_ 4 2 ,; z 6L -? 20 i ? 7, .% d .B 4 '\LA ew w 7/47/98 Contract No. 3456-A Page IC IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (I) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be madc 4 - rh- F X” B 7 general partner) ’: &I 9 <A (3) Place of Business (Street and Number) -n 2. City and State m (4) Zip Code Telephone No. 2- IF A CORPORATION, SIGN HERE: -%? i -4 (1) Name under which business is conducted R. FOX CONSTRUCT1 ON, I NC. “3 n-13 - I SA 3 1 3 !a$ .. (Signature) (2) / PRESIDENT (Title) Impress Corporate Seal he ... ... ... ... ... ew &# 7/17/98 Contract No. 3456-A Page 11 (3) incorporated under the laws of the State of CALIFORNIA 0 (4) Place of Business 1191 N. KNOl LWOOD CIR. (Street and Number) 7-- City and State ANAHFIM. CA (5) Zip Code 92801-1308 Telephone No. (714) 821-9201 - NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUS ATTACHED \ (.I 5, .- List below names of president, vice president, secretary and assistant secretary, if a corporati partnership, list names of all general partners, and managing partners: ROLAND M. FOX, PRFSIDFNT CORPORATI ON m &$ 73 -A ? %& '1 2 c. J 4- w 7/17/98 Contract No. 3456-A Page 12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of (JjC I FORN I A County of ORANGF before me, CARMFN MCHHI RTFR Name and Title of Officer (e g "Jane Doe Notary Public ) ----------------- personalty appeared ROLAND M, FOX AND I YNDA L. FOX a personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persl whose name(s) idare subscribed to the within instru and acknowledged to me that MMhey execute same in kshcdtheir authorized capacity(ies), and tt kidkenctheir signature(s) on the instrument the persc or the entity upon behalf of which the person(s) a executed the instrument. Name($ of Signer@) Though the information below is not required by law, it may prove valuable fo persons relying on the documenf and could p fraudulent removal and reaffachmenf of this form to anofher documenf Description of Attached Document "i Title or Type of Document: LC733 ~CLL~ i 5 b4- Document Date: Signer(s) Other Than Named Above: __ c CG Capacity(ies) Claimed by Signer(s) Signer's Name: ROI w M. FOX Signer's Name: I Ym I . FOX 0 Individual 0 individual @ Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator 2EGL Q/C/ / n I / d ? 1 79 Number of Pages: c P m Corporate Officer Title(s): PRFS I DFNT Title(s): SFCRFTARY Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association 8236 Remmet Ave PO Box 7184 * Canoga Park, CA91309-7184 Prod No 5907 Reorder Call BID SECURITY FORM (Check to Accompany Bid) - @ (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of C CARLSBAD, in the sum of >? tl ,* dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this che become the property of the City provided this proposal shall be accepted by the City througl of its legally constituted contracting authorities and the undersigned shall fail to execute a ( and furnish the required Performance, Warranty and Payment Bonds and proof of in! coverage within the stipulated time; otherwise, the check shall be returned to the undersign proceeds of this check shall also become the property of the City if the undersigned shall w his or her bid within the period of fifteen (1 5) days after the date set for the opening thereof otherwise required by law, and notwithstanding the award of the contract to another bidder. tL z LE. c?? 4 & :8: t!4+ I- ,* -- BIDDER ~~~ 55 q rJ -7? 4 54 m / *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the fr pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of amount of the bid.) FP e 8 em %# 7/17/98 Contract No. 3456-A Page 13 JAN-j.2-99 NE 4:O5 PM 8, FOX CONSTRUCTION, IMC FAX 10, 7148217302 E: ‘ I I. 1- I a BIDDER’S BOND TO ACCOMPANY PROPOSAL i KNOW ALL PERSONS BY THESE PRESENTS: RELIANCE INSURANCE 0”Y ~h~t we, as Surety are held and firmly bound unto the City of Carlsbad. California, in an amount as fQl (must be gt least ten percent (10%) of the bid amount) TEN PERCENT OF ANXINT BIP- far payment, well and truly made, we bind ourselves, our heirs, executors and administr successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that If the propwal of ihe < bounden Principal for: , as Principal, and R. FOX CONSTRUCTION, IK. CARRILL0 RANCH P 1-A ; COblTRACT NO. 3456-A in the City of Carlsbad. is accepted by thp City Council, and If the Principal shall duIy enter in execute a ContracZ including required bonds and insurance policies within twenty (20) days frr date of award of Contract by the City Council of the City of Carlsbad, being duly notified c award, then this obligafion shall become null and void: otherwise, it shall be and remaln In ful and effect, and the amount specifled herein shall be forfeited to the said City. In the event Principal executed this bonu as an individual, it is agreed that the death af Pr shall not exrmerate the Surety from its obligations under this bond, Executed by PRlNClPAL this )L Executed by WREN this PRINCIPAL: SUREW: i 1 I i 1JM 0 i day of C~,-YWT 1 19- 49 - JANUARY r_l A9 99 . i I RELIANCE INSURANCE COMPANY I (print name here) (address of Surety) i > /res1 i> w L (name of Surety} 700 N. BRAND BLVD #1250 GLENDALE, CA 912 31 I (Title and Qrganization of Signatory) (signliere) ’ ,- G‘ U’ L+ I By; I ?*zdu4mw/A ‘ Lq.wlrlc <%-)&2- L. E$% SQCf &Lj”y -- f (print name here) (printed name of Attorney-in-Fact) (title and organizhrl of signatory) (Attach corporate resolution shewing power of attorney.) (Proper notarial acknowledgrnen~ of execu~ion by PRINCIPAL and SUREW must be attache (President or vice-president and secretary or assistant secretary must sign for corporations. one afficsr signs, the corporation must attach a resolution certified by me secretary or a Q1L \# 7/17/98 Contract No ~ 3456 -A Page I4 A) JAN-12-99 TUE 41-04 PM R, FOX CONSTKUCTIOM, INC FAX NO, 714fi217302 f.: * I:, 0 f. c* I I RONALD R. BALL secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS Tb FORM- Cib Attwney i: 1 1 By: i f. i 1 ( , 1 i I e ! I 1, ~ I I I. 0 4Yb \# 7/17/98 Contract No4 3456-A Page 15 ~ ALL PURPOSE ACK S.S. STATE OF C,GIFORNIA ) 1 OF SAP4 SERNARDINO 1 before me, * ER, NOTARY PIJRI TC: , personally appeared KELLY A. SAITMaN, ATTORNM-IN-FACT I X personally known to me; or proved to me on the basis of satisfactory evidence tc person(-) whose namek~) is/aaa- subscribed to the within instrurr ackncwledqed to me that (ke/she/-) executed the s h.,;-s/her/&:xLLr-- authorized capacity(&++, and that the erztit behalf of which the person( .+acted, executed the instrument. WITNESS my hand and official seal. (SEAL) *****x***************~**xxx t2LPACITp Q;I1smD BY Sf-: Though sta=;lte does not require the nora-ry to fill in the data doing so mey prcve Fnvaiuable to persons relying on the aocumen Ir--divi.dual( s ) Corpcrate Officer( s) and Titles and Partner ( s 1 Trusteefs) Guarcian/Conse,rvator Limited General X Atcorney-in-Fact Other: Signer is representing: ************i******x******************************x******** PATTENTION NOTARY: Although the information requested be optional, it could prevent fraudulent attachment of this cert to unauthorized document. Title of type of document: BOND Number of gages: Signer( s) other than named above: TEfS CERTIFICATE MUST' BE ATTACHED M !EE - DESCRIBED W Date of d&ument: 0 KAS/Ia9637 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NAME, TITLE OF OFFICER - E G "JANE DOE, NOTARY PUBLK perSonally appeared ROLAND M, FOX--------------------------------- NAME@) OF SIGNER(S) @ personally known to me - OR - proved to me on the basis of satisfactory evi to be the personw whose namew subscribed to the within instrument at knowledged to me that heiskdthq ex€ the same in his/f;zz,3kk E authc capacity-, and that by his- signaturw on the instrument the per5 or the entity upon behalf of whic personw acted, executed the instru Though the data below is not required by law, it may prove valuable to persons relying on the document and coul fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU &<d lLTIGi @ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) I NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: + SIGNER(\~OTHER THAN NAMED AB( NAME OF PERSON(S) OR ENTITY(IES) -ltdL! SCLL+MLlu 01993 NATIONAL NOTARY ASSOCIATION 8236 Rernmet Ave , P 0 Box 7184 * Canoga Pat CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT e <* ( b cm,o n33 %JL dcd Name and Title of Officer (e g , 'Jane Doe, Notary Public') -=- Name@) of Signer($ personally appeared @ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persc whose name(s) is/are subscribed to the within instrui and acknowledged to me that he/she/they executec same in his/her/their authorized capacity(ies), and th his/her/their signature(s) on the instrument the perso or the entity upon behalf of which the person(s) ac executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prc fraudulent removal and reattachment of this form to another document. Description of Attached Document * -T Document Date: JGt? I 2 I \ q?? Number of Pages: 2 Capacity(ies) Claimed by Signer(s) 0 Individual 0 Attorney-in-Fact Ll Guardian or Conservator Signer Is Representing: Signer Is Representing: 1) 0 1995 National Notary Association - 8236 Remrnet Ave , PO Box 7184 Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll- GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS I e REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/l disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Cc Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in I 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." E are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2 these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct informatic result in rejection of the bid as non-responsive. Any bid that proposes performance of more t percent of the work by other than the Contractor's own organization will -be rejected a responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complc Work. All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operaor/Les percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being I the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item b as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portil bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of item that the Subcontractor or Owner Operator/Lessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The \i materials and transport for materials from sources outside the limits of work, as shown on thc shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as tt may be, installing them. The value of material inc6rporated in any Subcontracted or Operator/Lessor installed bid item that is supplied by the Contractor shall not be included part of the portion of the work that the Contractor is required to perform with its own organizai The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered in t Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the numb be entered on the form. If the Subcontractor does not have a valid business license enter 'IN( the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to the required information. The number of additional form pages shall be entered on the fii page of each type so duplicated. I"r d 2 I &n. e 3 .& qj 4- t.4 7/17/98 Contract No. 3456-A Page 16 Bidder may, at its option, combine bid items on a single row in the chart on the disclosure fo using this option the Bidder must indicate the bid item numbers to which the information in ti pertains. This option may not be used where the subcontractor or Owner Operator/L constructing or installing less than 100 percent of a bid item. The percentages and dollar ar may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or less than 100 percent of a bid item the Bidder must attach an explanation sheet to the desi< of subcontractor or designation of Owner Operator/Lessor forms as applicable. The expl: sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment tk proposed to be so supplied. Determination of the subcontract and Owner OperatorlLessor amounts for purposes of award contract shall determined by the City Council in conformance with the provisions of the cc documents and these Special Provisions. The decision of the City Council shall be final. 0 t w '5 .d om ba -e? 'mu ? e T" f T %. & .. E4 0 e= W 7ima Contract No. 3456-A Page 17 e d DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS '. f : L'J Ti 1 B The Bidder MUST complete each information field on this form for each subcontracto proposes to use. Additional copies of this form may be attached if required to accornmoc Contractor's decision to use more than one subcontractor. This form must be submitted as i the Bidder's sealed bid. Failure to provide complete and correct information may result in rejr the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in pi this bid for the Work and that the listed subcontractors will be used to perform the portion Work as designated in the list in accordance with applicable provisions of the specificatic section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair P Act." The Bidder further certifies that no additional subcontractor will be allowed to perf( portion of the Work and that no changes in the subcontractors listed work will be made exec the prior approval of the Agency. 1: I_ Full Company Name of Subcontractor: p sc0-C-c ?ace- L. i rn L i5 [> r- Street Complete Address: ? 3 I curd hLS bd ca q2608 Zip i' City State i' I- Telephone Number plus Area Code: '7b0- 7tb- 37bb . California State Contractors License No. & Classification: Carlsbad Business License No.: C * \ '3 53 \4 G3 I1 49103 f 1 I. SUBCONTRACTORS BID ITEMS I' 1: , r ! 1, i I ExDlanation: Column 1 - Bid Item No. from the bid proposal, pages 7 - 9 . Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. @ *- t# 7/17/98 Contract No. 3456-A Page 1f / !I 1 1 I I B 1 8 b I I I 11 1 1 Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pric item on bid proposal pages 7- 9 . !ID Page \ of 3 pages of this form e= %# 7/17/98 Contract No. 3456-A Page 19 i I * "w '., DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS !- I The Bidder MUST complete each information field on this form for each subcontracto proposes to use. Additional copies of this form may be attached if required to accommoc Contractor's decision to use more than one subcontractor. This form must be submitted as ( the Bidder's sealed bid. Failure to provide complete and correct information may result in rejc the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in p this bid for the Work and that the listed subcontractors will be used to perform the portior Work as designated in the list in accordance with applicable provisions of the specificatil section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair F Act." The Bidder further certifies that no additional subcontractor will be allowed to perfc portion of the Work and that no changes in the subcontractors listed work will be made excc the prior approval of the Agency. r I--- [' i, i I i Full Company Name of Subcontractor: ' UWqLS 7L?45b;Ms ( Complete Address: zm7 D@J--% 3. 2 I Street I. LLS &A % 701 State Zip ' f Telephone Number plus Area Code: 1 - B I d .. S6C- f'b3B I California State Contractors License No. & Classification: 24 7 146 El . c3< i Carlsbad Business License No.: do * E b i i I. SUBCONTRACTORS BID ITEMS t [ I Exdanation: Column 1 - Bid Item No. from the bid proposal, pages 7 . Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. @ e= ts 7/17/98 Contract No. 3456-A Page 1t i I * 1 ? Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pr o item on bid proposal pages 1 . Page 2 of 3 pages ofthis form i 0 * *- a# 7/17/98 Contract No. 3456-A Page I R.Fox CONSTRUCTION, INC. @ !91 N. Knollwood Circle Anaheim, CA 92801 (714) 821-9201 FAX (714) 821-7302 City of Carlsbad Harges Plastering has been listed for the Plastering portions of this bid Item only. The remaining portion of the bid item to be performed by R. Fox Construction, Inc. ?L/&Z Roland Fox I1 Estimator a a License #578157 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS 1" 1 i The Bidder MUST complete each information field on this form for each subcontractc proposes to use. Additional copies of this form may be attached if required to accommo Contractor's decision to use more than one subcontractor. This form must be submitted as the Bidder's sealed bid. Failure to provide complete and correct information may result in rej the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in F this bid for the Work and that the listed subcontractors will be used to perform the portior Work as designated in the list in accordance with applicable provisions of the specificati section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair f Act." The Bidder further certifies that no additional subcontractor will be allowed to perf portion of the Work and that no changes in the subcontractors listed work will be made exci the prior approval of the Agency. i i'. 1' 1 f Full Company Name of Subcontractor: ' b;d-ofq @&&m%wm 7f*P&L % \I; PA Complete Address: /c/o3 if. 8&?&icw;h- i i. I Street 1 City State Zip I ! DfWIte e4 928d 3- 7 -36d Telephone Number plus Area Code: 7/4/- 4'9 California State Contractors License NO. 8t Classification: 7 Y q L/ t @-.z';t Carlsbad Business License No.: A'. Nk b f 1 I. SUBCONTRACTORS BID ITEMS i i I i Y Exdanation: Column 1 - Bid Item No. from the bid proposal, pages 8 - '3 . Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. a 4- \# 7/17/98 Contract No. 3456-A Page lI .A 1 Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pr item on bid proposal pages 8- 9 . e Page 3 of 3 pages of this form e * e- %# 7/17/98 Contract No. 3456-A Page l Bid Item Amount of Item Amount of Item by No. Subcontracted Contractor 9 3 3u $ $ $ $ $ $ $ $ $ $ $ $ $ $ u L$ $ Overhead & Profit Amount $ $ $ $ $ $ $ $ BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 0 (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets m submitted under separate cover marked CONFIDENTIAL. ! / F. F \L+C&C-\ns A. I - b 4 7 1 LA -? w 2- J.c 7 ,J@ 7 b ?i AT 3 ;$ -?3& 8 , & 0 4- w 7/17/98 Contract No. 3456-A Page 21 1 ' Rw Fox CONSTRUCTION, INC. @!91 N. Knollwood Circle Anaheim, CA 92801 (714) 821-9201 FAX (714) 821-7302 FINANCIAL STATEMEN' 0 CONFIDENTIAL 0 License #578157 .. McELRATH, GEYER, SANDLER & FISHER, INC. Certified Public Accountants 7 Corporate Park, Suite 260 Irvine, CA 92606 0 May 29, 1998 ACCOUNTANTS' REPORT We have reviewed the accompanying balance sheet of R. Construction, Inc. as of February 28, 1998 and the re1 statements of income and retained earnings, and statement of flows for the year then ended in accordance with stanc established by the American Institute of Certified Pi Accountants. All infomation included in these final statements is the representation of the management of R. Construction, Inc. A review consists principally of inquiries of Company personne It analytical procedures applied to financial data. substantially less in scope than an examination in accordance generally accepted auditing standards , the objective of whic the expression of an opinion regarding the financial state1 taken as a whole. Accordingly, we do not express such an opi~ As disclosed in Note 1 to the financial statements, gene accepted accounting principles require that fixed asset depreciated over their estimated useful lives. The Compan; computed depreciation on several fixed assets in accordance the Modified Accelerated Cost Recovery System required for fel income tax purposes, which does not allocate depreciatic expense over the estimated useful lives of the assets. Gene accepted accounting principles require allowance for dou accounts be presented for future uncollectible accounts. company has-elected to write-off uncollectible accounts at the their collection becomes doubtful. The effects of these depar from generally accepted accounting principles on financial pos and results of operations have not yet been determined. Based on our review, we are not aware of any material modifica that should be made to the aforementioned financialbstatemen order for them to be in conformity with generally acc accounting principles. Our review was made for the purpose of expressing limited assu that there are no material modifications that should be made t financial statements in order for them to be in conformity generally accepted accounting principles. The information inc in the accompanying supplementary information is presented on1 supplementary analysis purposes. Such information has subjected to the inquiry and analytical procedures applied i review of the basic financial statements, and we are not awz any material modifications that should be made thereto. , 0 * mem,#gLy4,@* 3-J Lde .- R. FOX CONSTRUCTION, INC. BALANCE SHEET 0 FEBRUARY 28, 1998 ASSETS CURRENT ASSETS Cash in bank and on hand $ 721,701 Accounts receivable on contracts 927,899 Costs and estimated earnings on Employee advances 18, 762 Prepaid expenses 1,384 contracts in progress in excess of related billings 1,238,531 P $ 2,901 FIXED ASSETS Furniture and equipment 1,873 Transportation equipment 203 , 617 Machinery and equipment 79,751 Leasehold improvements 16,880 340,544 Computer equipment 38,423 Lkss: accumulated depreciation (216,615) 12 0 OTHER ASSETS Deposits 2,810 Investments 1,441 $ 3,03 See accountants' review report 0 .. R. FOX CONSTRUCTION, INC. BALANCE SHEET 6 FEBRUARY 28, 1998 LIABILITIES AND SHAREHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable $ 1,281,980 Billings on contracts in progress in excess of costs and estimated earnings 228,390 Accrued expenses 205 , 615 Current portion of long-term debt 34,758 P $ It75 OTHER LIABILITIES Long-term debt - net of current portion (note 3) 164 , 164 Deferred income taxes (note 1) 373,269 53 SHAREHOLDERS' EQUITY Cbmmon stock - no par value 1,000,000 shares authorized 30,000 shares issued and outstanding 30,000 e Retained earnings 718,281 74 $ 3,03 See accountants' review report 0 R. FOX CONSTRUCTION, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED FEBRUARY 28, Earned Total Income costs Profit 1998 e Gross INCOME FROM CONSTRUCTION CONTRACTS Contracts completed during the year ended February 2 8 , 19 9 8 $ 2,356,799 $ 1,871,772 $ 485,02 Contracts in progress at February 28 , 1998 7,541,940 6,597,146 944,79 $ 9,898.739 $ 8,468,918 $ 1,429,82 9 100.0% 85.6 GENERAL & ADMINISTRATIVE 484,68 INCOME FROM OPERATIONS 945,13 EXPENSES PER SCHEDULE 1 OTHER INCOME (LOSS) Interest income 9,05 2,lO Interest in partnerships (1.85 9.29 Gain oh sale of assets 0 INCOME BEFORE TAXES 954,43 380,19 NET INCOME 574,24 BEGINNING RETAINED EARNINGS 144,03 $ 718,28 PROVISION FOR TAXES ENDING RETAINED EARNINGS See accountants' review report 0 .. R. FOX CONSTRUCTION, INC. STATEMENT OF CASH FLOWS FOR THE YEAR ENDED FEBRUARY 28, 1998 e RECONCILIATION OF INCOME TO NET CASH PROVIDED BY OPERATIONS Net income $ 574,244 Depreciation expense 49,661 CHANGES IN ASSETS AND LIABILITIES Accounts receivable ( 530,664) Other receivables 4,767 Costs and estimated earnings on uncompleted contracts in excess of bilkings ( 1,112,396) Prepaid expenses 23 , 511 Accounts payable 1,132,296 Billings in excess of costs and estimated earnings on uncompleted contracts 224 , 940 Accrued expenses 156,956 Deferred income taxes 363,428 NET CASH USED BY OPERATIONS 886,743 INVESTMENT ACTIVITIES 0 Cash for equipment purchases ( 63,700) Decrease in partnership investment 1,859 FINANCING ACTIVITIES Payments on debt ( 48,576) Decrease in line of credit loan 1 106,000) INCREASE IN CASH 670,326 BEGINNING CASH 51,375 ENDING CASH $ 721,701 See accountants' review report 0 R. FOX CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENTS FEBRUARY 28, 1998 e NOTE 1 SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Nature of Operations The Company, located in Anaheim, California, mechanical contractor incorporated in California in The company determines construction earnings unde percentage-of-completion method. Under this methoc company recognizes as revenue that portion of the revenue anticipated from each contract which the incurred to date'bear to the currently projected costs. Where a loss is forecast for the contract full amount of the anticipated loss is recognized i year in which it is determined a loss will occur. Contract costs include all direct material and costs and those indirect cost related to con performance, such as indirect labor, labor fri supplies, and equipment rental. Provisions for esti losses on uncompleted contracts are made in the perj which such losses are determined. The assets, "Costs and estimated earnings on contrac excess of related billingsf1, represents rex recognized in excess of amounts billed. The liabi "Billings on contracts in progress in excess of cost estimated earnings", represents billings in exce revenues recognized. Accountinq Method 0 DeDreciation Fixed assets are shown at cost and are being deprec over their estimated useful lives by the MACRS met Accounts Receivable No provision has been made for uncollectible accc It is the company's policy to write off any accour the time their collection becomes doubtful. Income Taxes Deferred taxes represents accrued taxes due to t differences between reporting income for fin; statement and tax reporting purposes. 0 R. FOX CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENTS FEBRUARY 28, 1998 * NOTE 2 LINE OF CREDIT The company has a line of credit with Wells Fargo with interest at 3% over current prime rate. maturity date is April 1998 with annual renewals. company currently has a $150,000 limit. NOTE 3 LOANS PAYABLE Due A One vear One v Due within P Note payable to E. Fox, interest at 4%, due March 1999 $ 12,000 $ 82 Note payable to share- holder, interest only * at lo%, due July 1999 Note payable to GMAC, interest at 9.75%, $480 due monthly thru Aug 2000 Note payable to First Financial, interest at 7.91%, $486 due 0 45 0 4,722 8 1 monthly thru June 1999 5 , 445 Note payable to GMAC, interest at 9.18%, $499 due monthly thru February 2 0 0 0 Note payable to GMAC, interest at 9.75%, $508 due monthly thru September 2000 Note payable to GMAC, interest at 9.90%, $305 due monthly thru October 2002 2,418 5,207 5 4,966 5 13 $ 34,758 $ 164 a R. FOX CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEDIENTS * FEBRUARY 28, 1998 NOTE 4 - INCOME TAX PROVISION Income tax expense for the year consists of the following: Federal State . Current tax increase $ 9,867 $ 6,899 Deferred tax increase 285,955 77,473 $295,822 $ 84,372 P Tax deferral results principally from use of the completed con method of income recognition for income tax purposes. NOTE 5 - LEASE COMMITMENTS The company leases office and shop facilities under a 2 1/2 non-cancelable operating lease expiring in February 2000. The an optlion to renew the lease on an annual basis. The followi a schedule of future minimum rental payments for the next 2 y 0 Year ending Februarv 28 Amount 1999 $ 32,820 2000 32,820 $ 65,640 * BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE -0 (To Accompany Proposal) The Bidder is required to state what work of a similar character to that included in the pro Contract he/she has successfully performed and give references, with telephone numbers, will enable the City to judge hislher responsibility, experience and skill. An attachment can be 9 ! Name and Phone No. of Person Name and Address - -7 -7 L co t*: a ?F & .cL P 9k 80 rim .e" ,& Ry& em ts 7/17/98 Contract No. 3456-A Page 22 * .e BIDDER'S CERTIFICATE OF INSURANCE FOR LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) e GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTI As a required part of the Bidder's proposal the Bidder must attach either of the following to thi page. 1. Certificates of insurance showing conformance with the requirements herein for: L Comprehensive General Liability Employer's Liability Automobile Liability t 1 ".a. ''1 t. Workers Compensation 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and I payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurar Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance 1 Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies to meet the specification of this contract must: (1) meet the conditions stated in The Notice Bids, the Standard Specifications for Public Works Construction and the Special Provisions project for each insurance company that the Contractor proposes, and (2) cover anv vehicle the performance of the contract, used onsite or offsite, whether owned, non-owned or hip whether scheduled or non-scheduled. The auto insurance certificate must state the coveras "any auto" and cannot be limited in any manner. L;i --v $ L1 3. 7 & 2 & 8 4- w 7/17/98 Contract No. 3456-A Page 22 Averbeck Company 3270 Inland Empire Blvd #lo0 R. Fox Construction Inc 1191 Knollwood Cir Anaheim, CA 92801 M ERClAL GENEFLIAB ILlTY CLAIMS MADE jxI OCCUR 1 WNER'S & CONTRACTOR'S PROT COMBINED SINGLE LIMIT ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON-OWNED AUTOS THE PROPRIETOW I, Carlsbad, CA - Job #51-99550 e City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 c CG 20 10 POLICY NUMBER: ZDZ558785500 COMMERCIAL GENERAL LIABILITY 4; THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFUL ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS (FORM B) This endorsement modifies insurance provided under the followi COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Project or Location: City of Carlsbad Carrilo Rancho Park - 1200 Carlsbad Village Drive Carlsbad, CA Carlsbad, CA 92008-1989 0 (If no entry appears above, information required to complete t endorsement will be shown in the Declarations as applicable to endorsement. ) WHO IS AN INSURED (Section 11) is amended to include as an ins person or organization shown in the Schedule, but only with re liability arising out of "your work" for that insured by or fo "It is agreed that such insurance as is afforded by this polic the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additiona insured(s) shall be excess-and non-contributory, but only as r any claim, loss or liability arising out of the operations of named insured and only if such claim, loss or liability is det to be solely the negligence or responsibility of the named ins CG 2 0 10 ( 11 / 8 5 ) Copyright, Insurance Services Office, Inc., 1984 0 DXW355211 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible bid another jurisdiction in the State of California? * 2- Yes no - .I ] 2. If yes, what waslwere the name(s) of the agency(ies) and what was/were the perio debarment(s)? Attach additional copies of this page to accommodate more than two debarm .- - _i -w party debarred party debarred d agency agency $%m s. period of debarment period of debarment -3 0 -w BY CONTRACTOR: R. FOX CONSTRUCTION, INC. - -2fjfl (name C tr By: (sign here) d ROIAND M. FOX, PRFSIDFNT (print narneltitle) em a# 7/17/98 Contract No. 3456-A Page 24 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Contractors are required by law to be licensed and regulated by the Contractors’ State L Board which has jurisdiction to investigate complaints against contractors if a complaint regal patent act or omission is filed within four years of the date of the alleged violation. A cor regarding a latent act or omission pertaining to structural defects must be filed within 10 years date of the alleged violation. Any questions concerning a contractor may be referred Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1. Have you ever had your contractor’s license suspended or revoked by the Ca Contractors’ State license Board two or more times within an eight year period? 7e : 1 Y no rt- Yes 2. ti as the suspension or revocation of your contractors license ever been stayed? F r bs3 T Yes no 3 3 & 30 Yes no E$ I‘C;. &, 3. Have any subcontractors that you propose to perform any portion of the Work ever hz contractor’s license suspended or revoked by the California Contractors’ State license Board more times within an eight year period? e’ .I( 4. Has the suspension or revocation of the license of any subcontractor‘s that you pro1 perform any portion of the Work ever been stayed? 2 Yes no m 6,B 5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, th disciplined, the date of and violation that the disciplinary action pertain to, describe the naturc violation and the disciplinary action taken therefor. d (Attach additional sheets if necessary) 4- t# 7/17/98 Contract No. 3456-A Page 25 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTl N U ED) 0 (To Accompany Proposal) 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, thl who's discipline was stayed, the date of the violation that the disciplinary action pertains to, dc - the nature of the violation and the condition (if any) upon which the disciplinary action was st i 'a 3 Jf- w F & & m & q! & (Attach additional sheets if necessary) ' BY CONTRACTOR: ?& % R. FOX CONSTRUCTION. INC. By: (sign here) / ROLAND M. FOX, PRFSIDFNT ., (print nameltitle) e- p %# 7/17/98 Contract No. 3456-A Page 26 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 a State of California ) County of ORANGE ) ) ss. 7 ROLAND M. FOX , being first duly sworn, depc ,.% 3 (Name of Bidder) and says that he Ha($& is of R. FOX CONSTRUCTION, INC. the party making the foregoing bid that the bid is not made in the interest of, or on behalf undisclosed person, partnership, company, association, organization, or corporation; that th genuine and not collusive or sham; that the bidder has not directly or indirectly induced or E any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, cor connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shal from bidding; that the bidder has not in any manner, directly or indirectly, sought by agrc communication, or conference with anyone to fix the bid price of the bidder or any other biddc fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to any advantage against the public body awarding the contract of anyone interested in the pr contract; that all statements contained in the bid are true; and, further, that the bidder h directly or indirectly, submitted his or her bid price or any breakdown thereof, or the c thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee corporation, partnership, company association, organization, bid depository, or to any me1 agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidi PRFS I TIFNT (Title) 4 .e (Name of Firm) 5- ,v & B & 0 P 1 executed on the : <Ah day of TrL ,q LGVP~ ,1999 . 9 zf2Zz5kd d Signature of Bidder Subscribed and sworn to before me on the \a+?.4 day of ~QJ?LuX ~1 I (NOTARY SEAL) em %# 7/17/98 Contract No. 3456-A Page 2; CONTRACT PUBLIC WORKS * This agreement is made this 16th day of April , 19 99 9 between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and R. FOX CONSTRUCTION. INC. whose principal place of businesr called 'Contractor"). City and Contractor agree as follows: 1. for: 1191 Knollwood Circle; Anaheim, Ca 92801 (he Description of Work. Contractor shall perform all work specified in the Contract do CARRILLO RANCH P-1A; CONTRACT NO: 3456-A (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materia equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation o OperatodLessors, Bidder's Statements of Financial Responsibility, Technical Ability and Exr Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the PI: Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Provisions, and all proper amendments and changes made thereto in accordance with this or the Plans and Specifications, and all bonds for the project; all of which are incorporated k this reference. Contractor, herlhis subcontractors, and materials suppliers shall provide and install the indicated, specified, and implied by the Contract Documents. Any items of work not indi specified, but which are essential to the completion of the work, shall be provided at the Cor expense to fulfill the intent of said documents. In all instances through the life of the Cont City will be the interpreter of the intent of the Contract Documents, and the City's decision rc said intent will be final and binding. Failure of the Contractor to apprise subcontraci materials suppliers of this condition of the Contract will not relieve responsibility of complianc 4. Payment. For all compensation for Contractor's performance of work under this Contr shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifiw Public Works Construction (SSPWC) 1997 Edition, and the 1998 supplements thereto, he designated "SSPWC", as issued by the Southern California Chapter of the American Publi Association, and as amended by the Special Provisions section of this contract. The Engi close the estimate of work completed for progress payments on the last working day of eact 5. Independent Investigation. Contractor has made an independent investigatioi jobsite, the soil conditions at the jobsite, and all other conditions that might affect the pro the work, and is aware of those conditions. The Contract price includes payment for all w 4- %# 7/17/98 Contract No. 3456-A Page 28 @ a may be done by Contractor, whether anticipated or not, in order to overcome undt conditions. Any information that may have been furnished to Contractor by City about undt conditions or other job conditions is for Contractor's convenience only, and City does not that the conditions are as thus indicated. Contractor is satisfied with all job conditions, i underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves trenches or other excavations that extend deeper than four feet below the surface Contrac promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardou as defined in section 25117 of the Health and Safety Code, that is required to be remol Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing frc indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any nature, different materially from those ordinarily encountered and generally recognized as in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially ! or do involve hazardous waste, and cause a decrease or increase in contractor's costs o time required for, performance of any part of the work shall issue a change order ur procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions n differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cc time required for, performance of any part of the work, contractor shall not be excused f scheduled completion date provided for by the contract, but shall proceed with all WOI performed under the contract. Contractor shall retain any and all rights provided either by or by law which pertain to the resolution of disputes and protests between the contracting pa 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requi of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has c and will comply with these requirements, including, but not limited to, verifying the eligi employment of all agents, employees, subcontractors, and consultants that are include( Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depar Industrial Relations has determined the general prevailing rate of per diem wages in acc with California Labor Code, section 1773 and a copy of a schedule of said general prevailii rates is on file in the office of the City Engineer, and is incorporated by reference herein. F to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor s copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defet indemnify and hold harmless the City, and its officers and employees, from all claims, loss, ( injury and liability of every kind, nature and description, directly or indirectly arising frc connection with the performance of the Contract or work; or from any failure or alleged f Contractor to comply with any applicable law, rules or regulations including those relating 1 and health; and from any and all claims, loss, damages, injury and liability, howsoever tt may be caused, resulting directly or indirectly from the nature of the work covered by the ( %# 7/17/98 Contract No. 3456-A Page 29 0 @ 0 e= except for loss or damage caused by the sole or active negligence or willful misconduct of 1 The expenses of defense include all costs and expenses including attorneys' fees for I arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the awar contract to Contractor, and Contractor will pay all costs, including defense costs for 1 Defense costs include the cost of separate counsel for City, if City requests separate counst IO. Insurance. Contractor shall procure and maintain for the duration of the contract ir against claims for injuries to persons or damage to property which may arise from or in co with the performance of the work hereunder by the Contractor, his or her agents, represe employees or subcontractors. Said insurance shall meet the City's policy for insurance as Resolution No. 91403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minim[ indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single I occurrence for bodily injury and property damage. If the policy has an aggregate limit, a ! aggregate in the amounts specified shall be established for the risks for which the City or its officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per acc bodily injury and property damage. In addition, the auto policy must cover any vehicle usc performance of the contract, used onsite or offsite, whether owned, non-owned or hir whether scheduled or non-scheduled. The auto insurance certificate must state the covera "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensati as required by the Labor Code of the State of California and Employers' Liability limits of $1, per incident. Workers' compensation offered by the State Compensation Insurance acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance require this agreement with the exception of Workers' Compensation and Business Automobile Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional ins respects: liability arising out of activities performed by or on behalf of the Contractor; prodi completed operations of the contractor; premises owned, leased, hired or borrowed contractor. The coverage shall contain no special limitations on the scope of protection aff the City, its officials, employees or volunteers. All additional insured endorsements r evidenced using separate documents attached to the certificate of insurance; one for each c affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the officials, employees and volunteers. Any insurance or self-insurance maintained by the officials, employees or volunteers shall be in excess of the contractor's insurance and z contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage I to the City, its officials, employees or volunteers. 0 e @ e- p,# 7/17/98 Contract No. 3456-A Page 30 d. Coverage shall state that the contractor's insurance shall apply separately to each against whom claim is made or suit is brought, except with respect to the limits of the a liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be c to state that coverage shall not be nonrenewed, suspended, voided, canceled, or rec coverage or limits except after thirty (30) days' prior written notice has been given to thc certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or sel retention levels must be declared to and approved by the City. At the option of the City, eii insurer shall reduce or eliminate such deductibles or self-insured retention levels as resr City, its officials and employees; or the contractor shall procure a bond guaranteeing pa! losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shal a waiver of all rights of subrogation the insurer may have or may acquire against the City ( its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its PC shall furnish separate certificates and endorsements for each subcontractor. Cover; subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bus insurance by the State of California Insurance Commissioner as admitted carriers as eviden listing in the official publication of the Department of Insurance of the State of Californil under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insura original endorsements affecting coverage required by this clause. The certifica endorsements for each insurance policy are to be signed by a person authorized by that ir bind coverage on its behalf. The certificates and endorsements are to be in forms approve City and are to be received and approved by the City before the Contract is executed by the (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be res accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, A (commencing with section 20104) which are incorporated by reference. A copy of Articl included in the Special Provisions I section. The contractor shall initially submit all clai $375,000 to the City using the informal dispute resolution process described in Public Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the I all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the C Government Code) for any claim or cause of action for money or damages prior to filing an: for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to must be asserted as part of the contract process as set forth in this agreement anc anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, ii @ * *w t# 7/17/98 Contract No. 3456-A Page 31 considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly s false claim to a public entity. These provisions include false claims made with deliberate is of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to tl Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a fa1 may subject the Contractor to an administrative debarment proceeding wherein the Contrac be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by refere (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debar another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcc from participating in future contract bidding. @ I have read and understand all provisions of Section I1 above. 12. Maintenance of Records. Contractor shall maintain and make available at no co City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter ' 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's princil of business as specified above, Contractor shall so inform the City by certified letter accorr the return of this Contract. Contractor shall notify the City by certified mail of any change of 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be SUI for any monies withheld by the City to secure performance of this contract for any o established by this contract. Any other security that is mutually agreed to by the Contractor City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of clause required by law to be inserted in this Contract shall be deemed to be inserted he1 included herein, and if, through mistake or otherwise, any such provision is not inserted, I correctly inserted, then upon application of either party, the Contract shall forthwith be pi amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set fort "General Provisions" or "Special Provisions'' attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MU ATTACHED g p (Initial) @ of such records. (CORPORATE SEAL) I) em cs 7/17/98 Contract No. 3456-A Page 32 CONTRACTOR: 0 - -ra, la:J-,ri rn - kC;X $ &@hi (:kid int name and title) By: ?/Id l5? x ,dm 0 (sign here) &fl& L L$ , sp {,fg +c /,A (print name and title)-) President or vice-president and secretary or assistant secretary must sign for corporation! one officer signs, the corporation must attach a resolution certified by the secretary or i secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney e BY: a 4- %# 7/17/98 Contract No. 3456-A Page 33 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of County of ORANGF CALI FORN I A L,QqQ4,(+) 25 a /q 9 4 before me, CARMFN MCWHI RTFR Name and Title of Officer (e g , “Jane Doe, Notary Public”) ---------------- personally appeared ROLAND MI FOX AND lYNDA I . FOX apersonally known to me - OR - proved to me on the basis of satisfactory evidence to be the per! whose name(s) idare subscribed to the within instri and acknowledged to me that WMhey executc same in ki/ket$their authorized capacity(ies), and tl kidkdheir signature(s) on the instrument the pers or the entity upon behalf of which the person(s) t executed the instrument. WITNESS my hand and official seal. Name@) of Wgner(s) Though the mformatron below is not required by law, rt may prove valuable to persons relying on the document and could c fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: &PL,kC.i/7L Document Date: Number of Pages: ( L Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: fi 0 Individual a Corporate Officer 0 Partner - 0 Limited General U Attorney-in-Fact 0 Guardian or Conservator Signer’s Name: - 0 Individual pll Corporate Officer 0 Partner - 0 Limited 0 General Title(s): PRFS I DFNT Title(s): ,FRY 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Prod No 5907 Reorder Call Tc Q 1995 National Notary Association * 8236 Remmet Ave , PO Box 7184 * Canoga Park CA 91309-7184 BOND No: 2892711 PREMIUM INCLUDED IN PERFOW 0 LABOR AND MATERIALS BUND -- WHEREAS. the City Council of the City of Carlsbad. State of California. by Res NO. 99-93 , adopted MqRCH 16. 1999 , has awm R. FOX CONSTRUCTION. 1191 N. KNOLLWOQD. Awl M. CA (hereinafter designated as the "Principal"), a Contract for: CARRILLO RANCH PHASi CONTRACT NO; 3456-A in the City of Carlsbad, in strict conformity with the drawings and specifications, and other C Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of wh' incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bgnd, providing that if Principal or any of their subcontractors $ha1 pay for any material$, provisions, provsnder or other supplies or teams used in, upon or ab performance of the work agreed to be done, or for any work or labor done thereon of any ki Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, R, FOX CONSTRUCTION I RELIANCE INSURANCE WPAR as Principal, (hereinafter designata as the "Contractor), and as Surety, are held firmly bound unto the City of Carlsbad in the sum of TWO HUNDRED ! THOUSAND EIGHT HUNDRED SIXTY AND 40 /(lo--------------------------- c ($ 206,360.40 ), said sum being fifty percent (50%) of the estimated amount pay the City of Carlsbad under the terms of the Contract, for which payment well and twly to bl we bind ourselves, our heirs, executors and administrators, successors, or assigns, jair severally, firmly by these presents. THE CUNDITION OF THIS OBLtGATION IS SUCH that if the person ar hislher subcclntrac to pay for any materials. provisions, provender. supplies, or teams used in. upon. for, or at performance of the work contracted to be done, or for any other work or labor thereon of ai or far embunts due under the Unemployment Insurance Code with respsct to such work or I, for any emaunts required to be deducted, withheld, and paid over to the Employment Devel Department from the wages of employees of the wntrmtw and subcontractors pursuant to 13020 of the Unemployment lnsurance Code with respect to such work and labor that the Su pay for the same, not to exceed the sum speufied in the bond, and, also, in case suit is upon the bond, costs and reasonable expenses and fees. including reasonable attorney's be fixed by the court, as required by the provisions of section 3248 of the California Civil Cod This band shall inure to the benefit of any and all persons, companies and mrporations el file claims under Title 15 of Part 4 af Division 3 of the Civil Code (commencing with section 2 Surety stipulates and agrees that no change, extension of time, alteration or addition to the the Contract. or ta the work to be performed thereunder or the specifications accornpan same shall affect its obligations OR this bond, and it does hereby waive notice of any extension of time. alterations or addition to the terns of the contract or to the Wrh 0 @ ---- @ specifications. .- @ 7/17/98 Contract No. 3466-A Page 34 0 .- Executed by CONTRACTOR this Executed by SURETY this 25TH In the event that Contractor is an individual, it is agreed that the death clf any such Contract not exonerate the Sursty from its obligations under this bond. ~~~~ 9 2 of WCH day of # -l5l * CONTRACTOR SUREW 7 . EL Ca,y,tr cd LA. TVl€ RELIANCE INSURANCE CWPANY (name gf Surety) (address of Surety) 703 N. BRAND BLVD if1250 GLENDALE, CA 9. Tt,\afjc\ rii. ~?t., Qi t -,< .,c;l~ - rl + 8181240-6960 (print name here) - (printed name of Attorney-in-Fac (attach corporate resalulron showing CL power of attorney) i-C9nd& 1. for: (print name here) (title and orgadation of signatory) -tfi<L( C' -3,4Ct4 e - (Pfoaper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attd {President or vice-president and secretary or assistant secretary must sign for corporations, one officer signs, the corporation must attach a resolution certified by the secretary or a secretary under corporate seal ernpowwing that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JANE MOBALDI, Assistant City Attorney 0 1- e 7117i98 Contract No. 3456-A Page 35 LL PUR S.S. STATE OF CALIFORNIA ) ) COUNTY OF San Bernardino 1 0 On 3ILX 14"? , before me, Frances Lefler, Notarv Public , personally appeared Kelly A. Saitman I X personally known to me; or proved to me on the basis of satisfactory evidence to person( s) whose name(%) is/kxXi?xsubscribed to the within instrumc acknowledged to me that (M/she/t&Mim executed the san &W/her/Xhx%W authorized capacity(=$, and that the entit behalf of which the personp) acted, executed the instrument. WITNESS my hand and official seal. ( SEAL 1 My Comm Exp May 14, 19 ........................... WACITP QLBIHED BY SIGNER: Though statute does not require the notary to fill in the data doing so may prove invaluable to persons relying on the documen. @ Individual(s) Corporate Officer ( s ) Partner ( s ) Limited General Trustee(s) Guardian/Conservator Other: and Titles and X Attorney-in-Fact Signer is representing: ........................................................... ATTENTION NOTARY: Although the information requested be optional, it could prevent fraudulent attachment of this cert to unauthorized document. Title of type of document: Bond Number of pages: Signer(s) other than named above: none Date of document:- "331s CERTIFICATE MUST BE A!PI!ACHED "0 THE DOCDHEW DESCRIBED ABC KASflSaa3e 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of m IFORNIA County of ORANGF CARMFN MCW RTFR Name and Title of Officer (e g , "Jane Doe Notary Public") personally appeared ROLAND M, FOX AND I YNDA I , FOX ---------------. Name($ of Signer@) 0Q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the pel whose name(s) idare subscribed to the within insti and acknowledged to me that kar'shdthey execui same in kir;h&heir authorized capacity(ies), and kidk&heir signature@) on the instrument the per or the entity upon behalf of which the person(s) executed the instrument. my hand and offici Though the information below is not required by law, if may prove valuable to persons relying on the document and could l fraudulent removal and reattachment of this form to anofher document Description of Attached Document 2 Document Date: Number of Pages: C, Signer(s) Other Than Named Above: )Li/L, (9 5&+nqQt/-) J Capacity(ies) Claimed by Signer(s) Signer's Name: ROI AND M. FOX Signer's Name: I YNDA I . FOX 0 Individual U Individual a Corporate Officer 0 Partner - 0 Limited U General M Corporate Officer 0 Partner - 0 Limited 0 General Title(s): PRESIDENT Title(s): SFCRFTA RY 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Tc 8 1995 National Notary Association 8236 Remmef Ave , PO Box 7184 Canoga Park CA 91309-7184 Prod No 5907 FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Rc NO. 99-93 , adopted MARCH 16, 1999 , has aw R. FOX CONSTRUCTION, 1191 N. KNOLLWOOD CIRCLE, ANAHEIM, C,$(her designated as the "Principal"), a Contract for: CARRILLO RANCH P-1A; CONTRACT NO. 3 in the City of Carlsbad, in strict conformity with the contract, the drawings and specificatii other Contract Documents now on file in the Office of the City Clerk of the City of Carlsb; which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, R. FOX CONSTRUCTION , as PI (hereinafter designated as the "Contractor"), and 1c , as Surety, are held and firmly bound unto the City of C in the sum of FOUR HUNDRED THIRTEEN THOUSAND SEVEN HUNDRED TI ANIT) 80/0Q--------------------------L) ollars ($ 41 3,720.80 ), said sum beir to one hundred percent (100%) of the estimated amount of the Contract, to be paid to C certain attorney, its successors and assigns; for which payment, well and truly to be made, ourselves, our heirs, executors and administrators, successors or assigns, jointly and s firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contracl heirs, executors, administrators, successors or assigns, shall in all things stand to and abide well and truly keep and perform the covenants, conditions, and agreements in the Contract alteration thereof made as therein provided on their part, to be kept and performed at the I in the manner therein specified, and in all respects according to their true intent and mean shall indemnify and save harmless the City of Carlsbad, its officers, employees and ag therein stipulated, then this obligation shall become null and void; otherwise it shall rema force and effect. As a part of the obligation secured hereby and in addition to the face amount specified ' there shall be included costs and reasonable expenses and fees, including reasonable ai fees, incurred by the City in successfully enforcing such obligation, all to be taxed as cc included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the the Contract, or to the work to be performed thereunder or the specifications accompan same shall affect its obligations on this bond, and it does hereby waive notice of any extension of time, alterations or addition to the terms of the contract or to the work o specifications. @ CCI e- %# 7/17/98 Contract No. 3456-A Page 36 BOND NO: 2892711 PREMIUM: $4,965.02 FAITHFW L PERFORMANCElWARRANTY BOND a *- ' WHEREAS, the City Council of the City of Cartsbad, State of California, by Re NO. 99-93 , adopted MARCH 16. 1999 I has awa R. FOX CONSTRUCTION, 11 91 N- KNOLLWOOD CI RLLE, ANAHEIM, C,$(here designated as the "Principal"), a Contract far CARRlLLO RANCH P-1A: CONTRACT NO. 34 in the City of Carlsbad, in stnct conformity with the contract, the drawings and specificatio other Contract Dotxments now ~n file iv the Office ofthe City Clerk of the City of Carlsba which are incorporated herein by this reference. WHEREAS, Principal has exewtd or is about to execute said Contract and the terms require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW. THEREFORE, WE, R. FOX CONSTRUCTION . as Pn (hereinafter designated a5 the "Contractor"), and RELIANCE INSURANCE GOMPANY , as Surety, are held and firmly bound unto the City of C in the sum of FOUR HUNDRED THIRTEEN THOUSAND SEVEN HUNDRED TW AND sa/oo--------------------------u ollars (5 413- 720.80 }, said sum bein1 to cine hundred percent (100%) of the estimated amount of the Contract, to be paid to Ci certain attorney, its suu)ess5rs and assigns; for which payment, we11 and truly to be made, ' ourselves, bur heirs, executors and administrators, successors or assigns, jointly and SE firmly by these presents. THE C0NDITlbN OF THIS bBL18ATlON IS SUCH that if the above bounden Contract( heirs, executors, administrators, succ~ssors or assigns, shall in all things stand to and abide well aod truly keep and perfO~?Y~ the uw&'mt$. txxfiditibns, and agreements in the Contract i alteration thereof made as therein provided an their part, to be kept and petformed at the ti in the manner therein specified, and in all respects according to their true intent and rneani shgll indemnify and save harmless the City of Carlsbgd, its officers, employees and agk therein stipulated, then his obligation shall become null and void; otherwise it shall remai force and effect. As a part of the obligation secured hereby and in addition to the face amount specified t there shall be included costs and reasonable expenses and fees, including reasonable at fees, incurred by the City in sui-xessfuHy enforcing such obligation, all to be taxed as CB inClUd8d in any judgment rendered. Surety stipulates and agrees that no change, extensron of time, alteration or addition to the t the Contract, or to the work to be performed thereunder or the specifications accornpan) same shall affect its obligations on this bond, and it does hereby waive notice of any i extension of time. alterations or addition to the terms of the wfitraC;f rY to the wot'k 61 specifications. \.- II) Qltt t? 7/j7/98 Contract No. 3456-A Page 36 In the event that Contractor is an individual, it is agreed that the death of any such Cantwc' not exonerate the Surety from its obligations under this bond. 0 <---- Executed by CONTRACTOR this Executed by SURETY this 2m 4 95 $19- M4RCH day of 119 - CONTRACTOR: SUREN R. VOX CONS-iRUCTION, INC. (name of Contractor) RELIANCE INSUME CCPPANY (name of Surety) 70C N. BRPJ\ID BLVD #1250 GLENDALE, CA 91 (address of Surety) By: (print name here) i ?\Q\;& I? 1 (Title and Organization Of Slgnatoryl KELLY A. SAITP" (printed name of Attorney-in-Fact) 0 -* (Attach corporate resolution showing power of attorney.) (Title and OrganiqdJon of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be atta (President or vice-president and secretary or assistant secretary must sign for curporations. one officet signs, the corporation must attach a resalurian certified by the secretary or a secretary under corporate seal empowering that officer ta bind the carparatian.) APPROVED A$ TO FORM: RONALDR BALL City Attorney By: e a 7tl7198 Contract NO. 3456-A Page 37 CALIFORNIA E f S.S. STATE OF CALIFORNIA f f COUNTY OF San Bernardino 1 On .L 3\%5\9q , before me, * Frances'Lefier, Notarv Public , personally appeared Kelly A. Saitman f X personally known to me; or proved to me on the basis of satisfactory evidence to person($) whose name(%) isWEXsubscribed to the within instrumc acknowledged to me that (W/she/t&Em executed the sar %i%XX/her/%WdXK authorized capacity(XX%$, and that the entil behalf of which the personp) acted, executed the instrument. WITNESS my hand and official seal. ( SEAL ) *************************** CAPACI!IT CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data doing so may prove invaluable to persons relying on the documen o Individual(s) Corporate Officer(s) and Titles and Partner(s) Limited General Trustee(s) Guardian/Conservator Other: X Attorney-in-Fact Signer is representing: *********************************************************** ATTENTION NOTARY: Although the information requested be optional, it could prevent fraudulent attachment of this cert to unauthorized document. Title of type of document: Bond Number of pages: Signer(s) other than named above: none THIS CERTIFICATE MUST BE A!ITACHED TO TBE - DESCRIBED AB0 Date of document:- -. tcAS/lBSgpB CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CAI IFORNIA County of ORANGF Name and Title of Officer (e g , “Jane Doe, Notary Public”) ----------------- Narne(s) of Signer@) personally appeared q rfQ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the pers whose name(s) idare subscribed to the within instrL and acknowledged to me that Wshdhey execute same in kkkenctheir authorized capacity(ies), and tt kidhedtheir signature(s) on the instrument the persc or the entity upon behalf of which the person(s) 2 executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and couldp fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: ?L+h .Ad ?JA b-2 mO4?Cjl ./ L, >QAhG1-&Gi 8CVd Number of Pages: 3 Document Date: --J 3 -& -qy Capacity(ies) Claimed by Signer(s) Signer’s Name: ROI AllD M. FOX Signer’s Name: I YNDA I . FOX 0 individual 0 Individual a Corporate Officer 0 Partner - 0 Limited General 0 Partner - 0 Limited 0 General a Corporate Officer Title(s): PRFS I DFNT Titie(s): SFCRFTARY 0 Guardian or Conservator Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association 8236 Rernrnet Ave , PO Box 7184 - Canoga Park CA 91309 7184 Prod No 5907 Reorder Call Tc CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION e The following representation and certification shall be completed, signed and returned tc Carlsbad as a part of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the YES NO $ ownership, operation and control of the business, in accordance with the specific definitions listed below is: Are you currently certified by CALTRANS? Certification #: CERTIFICATION OF BUSINESS REP RES E NTATlO N(Sk Mark all applicable blanks. This offeror repres part of this offer that: This firm is-, is not2 a minority busines This firm is-, is not& a woman-owned b WOMAN-OWNED BUSINESS: A woman-ow ness is a business of which at least 51 F owned, controlled and operated by a woman c Controlled is defined as exercising the powei policy decisions. Operation is defined a: involved in the day-to-day management. FIRM'S PRIMARY PRODUCTS OR SERVICE DEFINITIONS: MINORITY BUSINESS ENTERPRISE: "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CoNSTRUCT1oN CoNTRACToR: defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. M RSmvt Rtc &'*&@M - a A. 3. c4 CLASSIFICATIoN(S): LICENSE NUMBER: 57 8 15 y TAXPAYERS I.D. NO. 3'3 036 (525 -2 .L2 K C2!.,?5t.,,LLc:hr.n ! XYC a,>L,,d in. cuv COMPANY NAME ADDRESS CITY, STATE AND ZIP TELEPHONE NUMBER DATE 1i 4: kI Knm\\L,accd Ci:- %Lk\.et Ivl, et3 Ci3YOt- \3Q? <-I,.?-) 8%\-C:XL a e= +@ 7/17/98 Contract No. 3456-A Page 38 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTJON a This Escrow Agreement is made and entered into by and between the City of Carlsbac address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "Ci whose add hereinafts "Contractor" and whose add here called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fc 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Ca the contractor has the option to deposit securities with the Escrow Agent as a substil retention earnings required to be withheld by the City pursuant to the Construction Contract ( into between the City and Contractor for CARRILLO RANCH P-?A; CONTRACT NO. 3456-1 amount of dated (hereinafter referred tc "Contract"). Alternatively, on written request of the contractor, the City shall make payment! retention earnings directly to the escrow agent. When the Contractor deposits the securitit substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the c The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under these sections in an amount not le $100,000 per contract. The market value of the securities at the time of the substitution sh; least equal to the cash amount then required to be withheld as retention under the terms contract between the City and Contractor. Securities shall be held in the name , and shall designate the Contractor as the be owner. 2. The City shalt make progress payments to the Contractor for such funds which otherwise be withheld from progress payments pursuant to the Contract provisions, provided that the I Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the ( agent shall hold them for the benefit of the contractor until such time as the escrow created this contract is terminated. The contractor may direct the investment of the paymen securities. All terms and conditions of this agreement and the rights and responsibilities parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the f Agent in administering the Escrow Account and all expenses of the City. These expensc payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow i interest earned on that interest shall be for the sole account of Contractor and shall be sut withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow A a *- \# 7/17/98 Contract No. 3456-A Page 39 only by written notice to Escrow Agent accompanied by written authorization from City to thc Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contrac 7. The City shall have a right to draw upon the securities in the event of default by the Co Upon seven days' written notice to the Escrow Agent from the City of the default. the Escrc shall immediately convert the securities to cash and shall distribute the cash as instructe City. 8. Upon receipt of written notification from the City certifying that the Contract is final and ( and that the Contractor has complied with all requirements and procedures applicabl Contract, the Escrow Agent shall release to Contractor all securities and interest on der escrow fees and charges of the Escrow Account. The escrow shall be closed immediat disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the c( pursuant to sections (I) to (8), inclusive, of this agreement and the City and Contractor SI Escrow Agent harmless from Escrow Agent's release, conversion and disbursemen! securities and interest as set forth above. IO. The names of the persons who are authorized to give written notices or to receivt notice on behalf of the City and on behalf of Contractor in connection with the forego exemplars of their respective signatures are as follows: For City: Title 0 Name Signature Address e For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrok a fully executed counterpart of this Agreement. 0 4% ts 7/17/98 Contract No. 3456-A Page 40 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office! date first set forth above. Title Name Signature Address a For City: For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address e 0 4- Page 41 w 7/17/98 Contract No. 34564 SPECIAL PROVISIONS FOR CARRILLO RANCH P=IA -. CONTRACT NO. 3456-A SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUC1 PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMB 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sct or words of similar import are used, it shall be understood that reference is made to tl accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar in used, it shall be understood that the direction, designation or selection of the Engineer is i unless stated otherwise. The word "required" and words of similar import shall be undei mean "as required to properly complete the work as required and as approved by the Ei unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", : words of similar import are used, it shall be understood such words are followed by the ex "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "a "acceptance", or words of similar import are used, it shall be understood that the i acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contract( expense, shall perform all operations, labor, tools and equipment, and further, inclu furnishing and installing of materials that are indicated, specified or required to mean Contractor, at its expense, shall furnish and install the work, complete in place and read! including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. 0 e 4- ts 7/17/98 Contract No. 3456-A Page 4; City Manager - the City Manager of the City of Carlsbad or hidher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager I claims submitted by the Contractor. The City Manager is the last appeal level for informal dispL resolution. Engineer - the Public Works Director of the City of Carlsbad or hidher approved representativc The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the origir Contract Price bid. Owner - Engineer as defined above. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hire directed, supervised and paid by the Contractor to accomplish the completion of the Work. Furthc such employees have their employment taxes, State disability insurance payments, State ar Federal income taxes paid and administered, as applicable, by the Contractor. When used Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or least and uses to accomplish the Work. Equipment that is owner operated or leased equipment with i operator is not part of the Contractor’s Own Organization and will not be included for the purpose compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator providc who is employed by neither the Contractor nor a subcontractor and is neither an agent or employe of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal 5 informal dispute resolution. Project inspector - the Engineer’s designated representative for inspection, contract administratic and first level for informal dispute resolution. Senior inspector - the Project Inspector’s immediate supervisor and first level of appeal fc informal dispute resolution. Landscape Architect, Architect - Engineer as defined above. SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requirir the Contractor to complete 50 percent of the contract price with its own organization, the Agenc may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent ( the value of the work performed in excess of 50 percent of the contract price by other than th Contractor’s own organization. The City Council shall be the sole body for determination of violation of these provisions. In any proceedings under this section, the prime contractor shall b entitled to a public hearing before the City Council and shall be notified ten (IO) days in advance ( the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delett e= a@ 7/17/98 Contract No. 3456-A Page 43 "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a performance/warranty bond and payment bond (labor and materials bond) for this contrz faithful performance/warranty bond shall be in the amount of 100 percent of the contract F the payment bond shall be in the amount of 50 percent of the contract price. Both bot extend in full force and effect and be retained by the Agency during this project until released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount after recordation of the Notice of Completion and will remain in full force and effect for the 1 warranty period and until all warranty repairs are completed to the satisfaction of the Enginc payment bond shall be released six months plus 30 days after recordation of the F Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admi authorized to transact the business of insurance in California and whose assets exce liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to co following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by 2) A certified copy of the certificate of authority of the insurer issued by the ir other instrument entitling or authorizing the person who executed the bond to do so. commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and lial the insurer at the end of the quarter calendar year prior to 30 days next preceding the da execution of the bond. The financial statement shall be made by an officer's certificate as d Section 173 of the Corporations Code. In the case of a foreign insurer, the financial staterr be verified by the oath of the principal officer or manager residing within the United States. 0 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the ! Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 sur thereto, (INSERT APPROPRIATE SSPWC EDITION & SUPPLEMENT DATES) BEFORE I hereinafter designated "SSPWC, as written and promulgated by Joint Cooperative Comi the Southern California Chapter American Public Works Association and Southern C Districts Associated General Contractors of California, and as amended by the Special PI section of this contract. The construction plans consist of City of Carlsbad Drawing No. 317-7 and consists of 22 The standard drawings used for this project are the latest edition of the San Diego Area I Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Del of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. C some of the pertinent standard drawings are enclosed as an appendix to these Special Pro\ 2-5.3.3 Submittals, add the following: When submitted for the Engineer's revie Drawings shall bear the Contractor's certification that the Contractor has reviewed, checl approved the Shop Drawings and that they are in conformance with the requirement Contract Documents. The Contractor shall subscribe to and shall place the following certific a all submittals: *= ts 7/17/98 Contract No. 3456-A Page 44 "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposc nce with the Contract Documents, can be installc Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-bui record set of blue-line prints, which shall be corrected in red daily and show every change from tt original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for this purpo: may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall t used only as a record set and shall be delivered to the Engineer upon completion of the work Payment for performing the work required by section 2-5.4 shall be included in various bid items ar no additional payment will be made therefor. Additional record drawing requirements fc irrigation work are noted in the technical specification for irrigation. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not distui permanent survey monuments or benchmarks without the consent of the Engineer. Where tt Engineer concurs, in writing, with the Contractor that protecting an existing monument in place impractical, the Contractor shall employ a licensed land surveyor or a registered civil enginec authorized to practice land surveying within the State of California, hereinafter surveyor, to establis the location of the monument before it is disturbed. The Contractor shall have the monumei replaced by the surveyor no later than thirty (30) days after construction at the site of th replacement is completed. The surveyor shall file corner record@) as required by $5 8772 an 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which permanent survey monument is located, the Contractor shall adjust the monument frame and COW to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monumei frames and covers shall be protected during street sealing or painting projects or be cleaned to th satisfaction of the Engineer. 2-9.3 Survey Service, substitute the following: . The Contractor shall hire and pay for th services of a surveyor to perform all work necessary for establishing control, construction stakin! records research and all other surveying work necessary to construct the work, provide surveyin services as required herein and provide surveying, drafting and other professional services require to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site durin all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements ( Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey wor and no additional payment will be made. Extension of unit prices for extra work shall include fu compensation for attendant survey work and no additional payment will be made therefor. Paymer em p,s 7/17/98 Contract No. 3456-A Page 45 for the replacement of disturbed monuments and the filing of corner records shall be inch the work necessitating the disturbance of said monuments and no additional payment will I @ therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provid of all records in the Contractor’s or subcontractor’s possession pertaining to the work Engineer may request. Add the following section: 2-1 0.2 Audit And Inspection, Contractor agrees to maintain and/or make available Engineer, within San Diego County, accurate books and accounting records relative 1 activities and to contractually require all subcontractors to this Contract to do the sarr Engineer shall have the right to monitor, assess, and evaluate Contractor‘s and its subcoi performance pursuant to this Agreement, said monitoring, assessments, and evaluations to but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and in of Contractor’s staff and the staff of all subcontractors to this contract. At any time durin! business hours and as often as the Engineer may deem necessary, upon reasonable notice, Contractor shall make available to the Engineer for examination, all of its, subcontractors to this contract, records with respect to all matters covered by this Contract permit the Engineer to audit, examine, copy and make excerpts or transcripts from such ( records, and to make audits of all invoices, materials, payrolls, records of personnel, and ot relating to all matters covered by this Contract. However, any such activities shall be carrit a manner so as to not unreasonably interfere with Contractor’s ongoing business opl Contractor and all subcontractors to this contract shall maintain such data and records for as may be required by applicable laws and regulations. 0 SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or dec quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjus contract unit price for such items will be limited to that portion of the change in excess of 25 of the original quantity listed in the Contractor‘s bid proposal for this contract. Adjustr excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3- Work. 3-3.2.2 ( c ) Tool and Equipment Rental, Regal ownership, the rates and right-of-way delay factors to be used in determining rental and del shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CAL current at the time of the actual use of the tool or equipment. The right-of-way delay factor: shall be used as multipliers of the rental rates for determining the value of costs for dela Contractor and subcontractors, if any, The labor surcharge rates published therein are not , this contract. 3-3.2.3 Markup, second paragraph, modify as follows: Delete sections 3-3.2.3 (a) and (b) and replace with the following: a e* aS 7/17/98 Contract No. 3456-A Page 46 (a) and shall constitute the markup for all overhead and profits: Work by Contractor. The following percentages shall be added to the Contractor's COI I) Labor ................................... 20 2) Materials ............................. I5 3) Equipment Rental ................... 15 4) To the sum of the costs and markups provided for in this section, I percent shall be added 4 compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actL cost of such work. A markup of IO percent on the first $5,000 of the subcontracted portion of ti extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontractt portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, Payment f extra work will not be made until such time that the Contractor submits completed daily reports ai all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraf five (5), and add the following: The Contractor shall not be entitled to the payment of any addition compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue change order, or for the happening of any event, thing, occurrence, or other cause, unless tt Contractor shall have first given the Engineer due written notice of potential claim as hereinaft specified. Compliance with this section shall not be required as a prerequisite to notice provisions Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences measurement or errors of computation as to contract quantities. The written notice of potential clai for changed conditions shall be submitted by the Contractor to the Engineer upon their discove and prior to the time that the Contractor performs the work giving rise to the potential claim. Tt Contractor's failure to give written notice of potential claim for changed conditions to the agenc upon their discovery and before they are disturbed shall constitute a waiver of all claims connection therewith. The Contractor shall provide the City with a written document containing a description of tt particular circumstances giving rise to the potential claim, the reasons for which the Contract1 believes additional compensation may be due and nature of any and all costs involved within 2 working days of the date of service of the written notice of potential claim for changed conditions Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Ac Government Code Sections 12650-1 2655. /I I/ /I Other Items and Expenditures .. 15 add the following after the second sentence: em ts 7/17/98 Contract No. 3456-A Page 47 “The undersigned certifies that the above statements are made in full cognizance of the ( False Claims Act, Government Code sections 12650-12655. The undersigned further und and agrees that this potential claim, unless resolved, must be restated as a claim in respon City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: The Contractor’s estimate of costs may be updated when actual costs are known. The G shall submit substantiation of its actual costs to the Engineer within 20 working days affected work is completed. Failure to do so shall be sufficient cause for denial of a subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by the contract be brought to the attention of the Engineer at the earliest possible time in o such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written potential claim prior to commencing any disputed work. Failure to give said notice shall cor waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding witt resolution pursuant to Public Contract Code provisions specified hereinafter, the contrac attempt to resolve all disputes informally through the following dispute resolution chain of co 1. Park Development Coordinator 2. City Engineer 3. City Manager The Contractor shall submit a complete report within 20 working days after completio disputed work stating its position on the claim, the contractual basis for the claim, alons documentation supporting the costs and all other evidentiary materials. At each level of appeal of claim the City will, within 10 working days of receipt of said claim or appeal ( review the Contractor’s report and respond with a position, request additional information 01 that the Contractor meet and present its report. When additional information or a mi requested the City will provide its position within 10 working days of receipt of said a information or Contractor’s presentation of its report. The Contractor may appeal eac~ position up to the City Manager after which the Contractor may proceed under the provisioi Public Contract Code. The authority within the dispute resolution chain of command is limited to recomme resolution to a claim to the City Manager. Actual approval of the claim is subject to the chan provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commenl Section 201 04) which is set forth below: @ 0 em r.# 7/17/98 Contract No. 3456-A Page 42 ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousar dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and public agency when the public agency has elected to resolve any disputes pursuant to Article 7 (commencing with Section 10240) of Chapter 1 of Part 2. @)(I) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, exce that "public work" does not include any work or improvement contracted for by the state or tt Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment I money or damages arising from work done by, or on behalf of, the contractor pursuant to tt contract for a public work and payment of which is not otherwise expressly provided for or tt claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the loc agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specificatior for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the clain Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended 1 extend the time limit or supersede notice requirements otherwise provided by contract for the filin of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond I writing to any written claim within 45 days of receipt of the claim, or may request, in writing, withi 30 days of receipt of the claim, any additional documentation supporting the claim or relating 1 defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to thi subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted I the claimant within 15 days after receipt of the further documentation or within a period of time n greater than that taken by the claimant in producing the additional information, whichever is greater (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundre seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all writte claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt c the claim, any additional documentation supporting the claim or relating to defenses to the claim th local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to thi subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted t the claimant within 30 days after receipt of the further documentation, or within a period of time n greater than that taken by the claimant in producing the additional information or requeste documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respon within the time prescribed, the claimant may so notify the local agency, in writing, either within 1 days of receipt of the local agency's response or within 15 days of the local agency's failure t respond within the time prescribed, respectively, and demand an informal conference to meet an confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, th claimant may file a claim as provided in Chapter I (commencing with Section 900) and Chapter em %$ 7/17/98 Contract No. 3456-A Page 49 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Cc purposes of those provisions, the running of the period of time within which a claim must shall be tolled from the time the claimant submits his or her written claim pursuant to subdib until the time that claim is denied as a result of the meet and confer process, including any I time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor construed to change the time periods for filing tort claims or actions specified by Ct (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, 1 shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both The mediation process shall provide for the selection within 15 days by both parti disinterested third person as mediator, shall be commenced within 30 days of the submi shall be concluded within 15 days from the commencement of the mediation unless requirement is extended upon a good cause showing to the court or by stipulation of both p the parties fail to select a mediator within the 15-day period, any party may petition the appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pur Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Prc notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (/ (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil prc shall apply to any proceeding brought under the subdivision consistent with the rules pert; judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ai for purposes of this article shall be experienced in construction law, and, upon stipulatio parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of p: exceed their customary rate, and such fees and expenses shall be paid equally by the except in the case of arbitration where the arbitrator, for good cause, determines a different In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Civil Procedure, any party who after receiving an arbitration award requests a trial de novo I not obtain a more favorable judgment shall, in addition to payment of costs and fees un chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the med 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is unl except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal any arbitration award or judgment. The interest shall begin to accrue on the date the suit is ' court of law. @ arbitration process. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free ai access to any and all parts of work at any time. Such free and safe access shall include m ellr %# 7/17/98 Contract No. 3456-A Page 5C safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to th safety of persons as contained in the State of California, California Code of Regulations, Title t Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safe1 Orders and such other safety regulations as may apply. Contractor shall furnish Engineer wit such information as may be necessary to keep the Engineer fully informed regarding progress an manner of work and character of materials. Inspection or testing of the whole or any portion of th work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfi this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the thi sentence of the first paragraph. Add the following: Except as specified in these Special Provisions, the Agency will bear the cost testing of locally produced materials and/or on-site workmanship where the results of such tes meet or exceed the requirements indicated in the Standard Specifications and the Spec Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by tl Engineer before the delivery is started. All materials proposed for use may be inspected or tested any time during their preparation and use. If, after incorporating such materials into the Work, it found that sources of supply that have been approved do not furnish a uniform product, or if tt product from any source proves unacceptable at any time, the Contractor shall furnish approve material from other approved sources. If any product proves unacceptable after improper storag handling or for any other reason it shall be rejected, not incorporated into the work and shall t removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed tt requirements of the specifications shall be borne by the Agency. Said tests may be made at ar place along the work as deemed necessary by the Engineer. The costs of any retests mac necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for thc satisfactory performance of substituted items. If, in the sole opinion of the Engineer, thc substitution is determined to be unsatisfactory in performance, appearance, durability, compatibilit! with associated items, availability of repair parts and suitability of application the Contractor sha remove the substituted item and replace it with the originally specified item at no cost to tht Agency. SECTION 5 -- UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a searc of known records, endeavored to locate and indicate on the Plans, all utilities which exist within tt- limits of the work. However, the accuracy and/or completeness of the nature, size and/or location ( utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused t the failure of other parties to relocate utilities that interfere with the construction, the Contract0 upon request to the Engineer, may be permitted to temporarily omit the portion of work affected t the utility. Such omission shall be for the Contractor’s convenience and no additional compensatio will be allowed therefor. The portion thus omitted shall be constructed by the Contract( immediately following the relocation of the utility involved unless otherwise directed by the Engineei e- ES 7/17/98 Contract No. 3456-A Page 51 SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK e 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsec and substitute the following: The Contractor shall begin work within 15 calendar days aftei of the “Notice to Proceed“. Add the following section: 6-1 .I Measurement And Payment Of Construction Schedule. The Contractor’s pre revision and maintenance of the Construction Schedule are incidental to the work and no payment will be made therefor. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of (weekly Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. Thc Representative shall be the individual determined under section 7-6, “The Cor Representative”, SSPWC. No separate payment for attendance of the Contractor, the Cor Representative or any other employee or subcontractor or subcontractor‘s employee meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. e 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall providc notice to the Engineer within two hours of the beginning of any period that the Contractor ha any workers or equipment on standby for any reason that the Contractor has determinc caused by the Agency or by any organization that the Agency may otherwise be obligated Contractor shall provide continuing daily written notice to the Engineer, each worki throughout the duration of such period of delay. The initial and continuing written notic include the classification of each workman and supervisor and the make and model of each equipment placed on standby, the cumulative duration of the standby, the Contractor’s 01 the cause of the delay and a cogent explanation of why the Contractor could not avoid the reasonable means. Should the Contractor fail to provide the notice@) required by this sel Contractor agrees that no delay has occurred and that it will not submit any claim@) therefc 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosec work to completion within 90 working days after the starting date specified in the Notice to P 6-7.2 Working Day. Unless otherwise approved in writing by the E the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays Fridays, excluding Agency holidays. The Contractor shall obtain the written approvs Engineer if the Contractor desires to work outside said hours or at any time during weekenc holidays. This written permission must be obtained at least 48 hours prior to such wc Engineer may approve work outside the hours and/or days stated herein when, in his/ opinion, such work conducted by the Contractor is beneficial to the best interests of the Age Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the followii The Engineer will not accept the Work or any portion of the Work before all of the \ e- ts 7/17/98 Contract No. 3456-A Page 5; Add the following: 0 completed and all outstanding deficiencies that may exist are corrected by the Contractor and th Engineer is satisfied that all the materials and workmanship, and all other features of the Work meet the requirements of all of the specifications for the Work. Use, temporary, interim c permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in th Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer wi so certify to the Board. Upon such certification by the Engineer the Board may accept thl completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice c Completion" to be filed in the office of the San Diego County Recorder. The date of recordatio, shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: A work shall be warranted for one (1) year after recordation of the "Notice of Completion" and an faulty work or materials discovered during the warranty period shall be repaired or replaced by thc Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retainec as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentenc of the second paragraph and add the following: For each consecutive calendar day in excess 1 the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shi pay the Agency, or have withheld monies due it, the sum of $500.00 per day. Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.( per day is the minimum value of costs and actual damages caused by the Contractor to comple the Work within the allotted time. Any progress payments made after the specified completion da shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers th( have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized $ conduct business in the state of California and are listed in the official publication of the Departmei of Insurance of the State of California. 74 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to t placed with insurers that are admitted and authorized to conduct business in the state of Californ and are listed in the official publication of the Department of Insurance of the State of California Policies issued by the State Compensation Fund meet the requirement for workers' compensatic insurance. 7-5 PERMITS. Except E specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-wai grading, resource agency and building permits necessary to perform work for this contract c Agency property, in streets, highways (except State highway right-of-way), railways or other right! of-way. Contractor shall not begin work until all permits incidental to the work are obtained. Th Contractor shall obtain and pay for all permits for the disposal of all materials removed from th project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item an no additional compensation will be allowed therefor. Delete the first sentence and add the following four sentences: 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companie during the relocation or construction of their lines. The Contractor may be granted a time extensio ew g# 7/17/98 Contract No. 3456-A Page 53 if, in the opinion of the Engineer, a delay is caused by the utility company. compensation will be made to the Contractor for any such delay. No E 1. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control requirc shall also be executed on weekends and other non-working days when needed to pres health safety or welfare of the public. The Contractor shall conduct effective cleanup i control throughout the duration of the Contract. The Engineer may require increased cleanup and dust control that, in hidher sole discretion, are necessary to preserve the heal1 and welfare of the public. Cleanup and dust control shall be considered incidental to the work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. The Contractor shall pay all costs of temporary light, power and water including hookup, meter and any, and all, other charges, deposits and/or fees therefor. considered incidental to the items of work that they are associated with and no additional will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be z with mufflers in good repair when in use on the project with special attention to the Ci Control Ordinance, Carlsbad Municipal Code Chapter 8.48. Said costs 7-10 PUBLIC CONVENIENCE AND SAFETY. @ 7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls sh accordance with the plans, Chapter 5 of the California Department of Transportation I'M Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffil system is damaged, displaced, or ceases to operate or function as specified, from any causc the progress of the work, the Contractor shall immediately repair said component to its condition or replace said component and shall restore the component to its original locatior event that the Contractor fails to install and/or maintain barricades or such other trafF markings, delineation or devices as may be required herein, the Engineer may, at his/ option, install the traffic signs, markings, delineation or devices and charge the Contractc dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffii facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic si control devices shall be maintained throughout the duration of work in good order and accc the approved traffic control plan. All construction area signs shall conform to the provi section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the prov section 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provi section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint rapid dry water borne conforming to CALTRANS Specification No. 801 0-91 D-30. Warr advisory signs, lights and devices installed or placed to provide traffic control, directioi warning shall be furnished, installed and maintained by the Contractor. Warning and adviso lights and devices shall be promptly removed by the Contractor when no longer required. and advisory signs that remain in place overnight shall be stationary mounted signs. S signs that warn of non-existant conditions shall be removed from the travelled way and . e ew %a 7/17/98 Contract No. 3456-A Page 54 view of motorists in the travelled way or shielded from the view of the travelling public during su periods that their message does not pertain to existing conditions. Care shall be used in performi excavation for signs in order to protect underground facilities. All excavation required to inst stationary construction area signs shall be performed by hand methods without the use of porn equipment. Warning and advisory signs that are used only during working hours may be portat signs. Portable signs shall be removed from the travelled way and shielded from the view of ti travelling public during non-working hours. During the hours of darkness, as defined in Division Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminate traffic cones rather than post-type delineators are used during the hours of darkness, they shall I affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specification! except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees sh not be parked within the traveled way, including any section closed to public traffic. Whenever tl Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, tl shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a tap in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (2! intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimu of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by ti Engineer. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessa precautions for the safety of employees on the work and shall comply with all applicable provisioi of Federal, State and Municipal safety laws and building codes to prevent accidents or injury persons on, about, or adjacent to the premises where the work is being performed. The Contract shall erect and properly maintain at all times, as required by the conditions and progress of tt work, all necessary safeguards for the protection of workers and public, and shall use danger sigr warning against hazards created by such features of construction as protruding nails, hoists, w( holes, and falling materials. 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall t the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee perioc shall not be affected by any payment but shall commence on the date of recordation of the “Notic of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to thc closure date as basis for making monthly progress payments. The estimated value will be basec on contract unit prices, completed change order work and as provided for in Section 9-2 of tht Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30 calendar days after the closure date. Five (5) working days following the closure date, tht Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for tht Contractor’s information. Should the Contractor assert that additional payment is due, tht Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplementa payment request to the Engineer with adequate justification supporting the amount of supplementa payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soor as practicable after receipt, determine whether the supplemental payment request is a prope 4- rrs 7/17/98 Contract No. 3456-A Page 55 payment request. If the Engineer determines that the supplemental payment request is not then the request shall be returned to the Contractor as soon as practicable, but not lat seven (7) days after receipt. The returned request shall be accompanied by a document forth in writing the reasons why the supplemental payment request was not propc conformance with Public Contract Code Section 20104.50, the City shall make payment: thirty (30) days after receipt of an undisputed and properly submitted supplemental p request from the Contractor. If payment of the undisputed supplemental payment reques made within thirty (30) days after receipt by the Engineer, then the City shall pay interes Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the ( Civil Procedure. Delete the third paragraph and substitute the following: The Agency shall retain 10 PE such estimated value of the work done and 10 percent of the value of materials so estir have been furnished and delivered and unused or furnished and stored as aforesaid as part for the fulfillment of the contract by the Contractor, except that at any time after 50 percer work has been completed, if the Engineer finds that satisfactory progress is being made, the may reduce the total amount being retained from payment pursuant to the above requireme percent of the total estimated value of said work and materials and may also reduce the retained from any of the remaining partial payments to 5 percent of the estimated value work and materials. In addition, on any partial payment made after 95 percent of the work h completed, the Agency may reduce the amount withheld from payment pursuant requirements of this Section to such lesser amounts as the Engineer determines is a security for the fulfillment of the balance of the work and other requirements of the contrac no event will said amount be reduced to less than 125 percent of the estimated value of the 1 to be completed as determined by the Engineer. Such reduction will only be made upon thc request of the Contractor and shall be approved in writing by the surety on the Performan1 and by the surety on the Payment Bond. The approval of the surety shall be submittel Engineer; the signature of the person executing the approval for the surety shall be acknowledged and the power of attorney authorizing the person executing the approval to g consent must either accompany the document or be on file with the Agency. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final F Estimate and process a corresponding payment. This estimate will be in writing and shall bc total amount owed the Contractor as determined by the Engineer and shall be itemizec contract bid item and change order item with quantities and payment amounts and shall I deductions made or to be made for prior payments and amounts to be deducted under prov the contract. All prior estimates and progress payments shall be subject to correction in t Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate written statement disputing any bid item or change order item quantity or payment amou Contractor shall provide all documentation at the time of submitting the statement suppc position. Should the Contractor fail to submit the statement and supporting documentatic the time specified, the Contractor acknowledges that full and final payment has been mac contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned t Engineer will review the disputed item within 30 calendar days and make any apr adjustments on the Final Payment. Remaining disputed quantities or amounts not approve1 Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Enc ascertain the basis and amount of said disputed items. The Engineer will consider the meri 0 0 0 Q= %@ 7/17/98 Contract No. 3456-A Page 56 Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable tin such further information and details as may be required by the Engineer to determine the facts 1 contentions involved in its claims. Failure to submit such information and details will be sufficie cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submittc in a written statement by the Contractor no later than the date of receipt of the final payme estimate. Those final payment items disputed in the written statement required in subsection 9-3 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim \ni be considered that was not included in this written statement, nor will any claim be allowed for whic written notice or protest is required under any provision of this contract including sections 3. Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Writte Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied wi‘ notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain th basis and amount of said claims. The Engineer will consider and determine the Contractor’s clair and it will be the responsibility of the Contractor to furnish within a reasonable time such furthc information and details as may be required by the Engineer to determine the facts or contention involved in its claims. Failure to submit such information and details will be sufficient cause fc denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claim approved by the Engineer. The Contractor shall proceed with informal dispute resolution undc subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the project will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work wi be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sur price paid for mobilization shall not exceed dollars ($10,000.00) and includes full compensation fc furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals and for doing all the work involved in mobilization and preparatory work and operations, includinc but not limited to, those necessary for the movement of personnel, equipment, supplies, ant incidental to preparing to conduct work on and off the project site and other offsite facilitie necessary for work on the project; for all other facilities, sureties, work and operations which mus be performed or costs incurred prior to beginning work on various contract items on or off thc project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization anc Preparatory Work, as described in this section, and that the Contractor shall have no right tc additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) o The cost of materials and equipment delivered but not incorporate em tS 7/17/98 Contract No. 3456-A Page 57 the amount bid for Mobilization And Preparatory Work will be allowed. For the second [ payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatc will be allowed therefor. a a *- t8 7/17/98 Contract No. 3456-A Page 58 Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable tin such further information and details as may be required by the Engineer to determine the facts contentions involved in its claims. Failure to submit such information and details will be sufficie cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submittr in a written statement by the Contractor no later than the date of receipt of the final payme estimate. Those final payment items disputed in the written statement required in subsection 9-3 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim \r( be considered that was not included in this written statement, nor will any claim be allowed for whit written notice or protest is required under any provision of this contract including sections 3 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Writtt Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied wi notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain tt basis and amount of said claims. The Engineer will consider and determine the Contractor's clain and it will be the responsibility of the Contractor to furnish within a reasonable time such furth information and details as may be required by the Engineer to determine the facts or contentior involved in its claims. Failure to submit such information and details will be sufficient cause fi denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those clain approved by the Engineer. The Contractor shall proceed with informal dispute resolution undl subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the project will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporate Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work w be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-sui price paid for mobilization shall not exceed dollars ($1 0,000.00) and includes full compensation fc furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidental: and for doing all the work involved in mobilization and preparatory work and operations, includin! but not limited to, those necessary for the movement of personnel, equipment, supplies, an incidental to preparing to conduct work on and off the project site and other offsite facilitie necessary for work on the project; for all other facilities, sureties, work and operations which mu: be performed or costs incurred prior to beginning work on various contract items on or off th project site, excepting those specifically paid for under separate sections of these specifications The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization an Preparatory Work, as described in this section, and that the Contractor shall have no right 1 additional compensation for Mobilization and Preparatory Work. 4- a@ 7/17/98 Contract No. 3456-A Page 57 Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent the amount bid for Mobilization And Preparatory Work will be allowed. For the second payment, an additional sixty percent (60%) of the amount bid for mobilization and preparai will be allowed therefor. 0 e a 4- \# 7/17/98 Contract No. 3456-A Page 3 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION a PART 2, MATERIALS ALLSECTIONS: Delete and substitute the applicable CSI format specifications on the following pages. PART 3, CONSTRUCTION METHODS ALLSECTIONS: Delete and substitute the applicable CSI format specifications on the following pages. SPECIFICATIONS PAGES SECTION 02444 FENCE, CHAIN LINK 02444 - 1 - 3 SECTION 02810 IRRIGATION SYSTEM 02810 -1 - 15 SECTION 02900 LANDSCAPING 02900 - 1 - 12 a SECTION 031 00 CONCRETE FORMWORK 03100 - 1 - 4 SECTION 03200 CONCRETE REINFORCEMENT 03200 - 1 - 5 03300 - 1 - 5 I SECTION 03300 CAST-IN-PLACE CONCRETE SECTION 04230 REINFORCED UNIT MASONRY 04230 - 1 - 4 SECTION 05990 MISCELLANEOUS METALS 05990 - 1 - 4 SECTION 06200 FINISH CARPENTRY 06200 - 1 - 4 SECTION 091 50 STUCCO 09150 - 1 - 5 SECTION 09900 PAINTING 09900 - 1 - 6 e SECTION 02444 FENCE, CHAIN LINK e PART 1 GENERAL: 1.01 APPLICABLE PUBLICATIONS A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. B. Federal Specifications (Fed. Spec.): 1. FF-P-101 E(2) Padlocks. 2. RR-F-lSlJ/GEN Fencing, Wire and Post, Metal (Chain Link Fence Fabric) (Detail Specifications). RR-F-lSl/lC Fencing, wire and Post, Metal (Chain Link Fence Fabric) (Detail Specifications). RR-F-l91/2C Fencing, wire and post, metal (Chain link fence gates) (Detail Specifications). RR-F-l91/3C Fencing, Wire and Post, Metal (Chain Link Fence Posts, Top Rails and Braces) (Detail Specifications). 3. 4. 0 5. 1.02. SUBMITTALS: A. Manufacturers Certificates of Conformance: 1. Gates B. Manufacturer’s Installation Instructions: 1. Gates and Fences - Shall be manufactured by ‘Master Halco, Inc.’ La Habra, CA, ph. (800)883-8384, or approved equal. Submit fully detailed drawings of all shop and erection details; including connections, posts, bolts and footings with dimensions and sizes. e Leo Carrillo Ranch - Phase One Fence, Chain Link 02444 - 1 1.03 DELIVERY, STORAGE, AND PROTECTION A. Deliver materials to the site in an undamaged condition. Carefully store materials off the ground to provide proper protection against oxidation caused by ground contact. PART 2 PRODUCTS: 2.01 CHAIN LINK FABRIC, GATES, POSTS, BRACES, AND ACCESSORIES: Fed. Spec. RR-F-191 JIGEN and detailed specifications as referenced herein. Materials shall conform to referenced specifications and other requirements as specified herein. 1. Fencing Fabric: Fed. Spec. RR-F-191/1; Type I, zinc-coated steel, 9-gage coated wire size. Mesh size shall be 2 inches. Fencing Color in open space shall be coated with black vinyl. 2. Fencing Gates: Fed. Spec. RR-F-191/2; Type 11, double swing. shape and size of the gate frames shall be as indicated. Framing bracing members shall match existing chain link fence. Steel member finish shall be zinc-coated. Gate frames and braces shall be the minimum sizes listed in RR-F-19113 for each class and grade except that steel pipe frames shall be 1.90 inches 0.d. x 0.120 inch minimum wall thickness. Gate fabric shall be as specified herein fencing fabric. coating on latches, stops, hinges, keepers, and accessories shall be zinc-coated steel. Gate latches shall be plunger bar with fork for double swing gates. Gate leaves shall have truss rods or intermediate braces. Attach gate fabric to the gate frame by method standard with the manufacturer, except that welding will not be permitted. Arrange padlocking latches to be accessible from both sides of the gate, regardless of latching arrangement. 3. Posts: Fed. Spec. RR-F-191/3; types and classes as specified below. Material shall be zinc-coated steel. Fencing Posts in open space shall be coated with black vinyl. a. End Posts: class 1, steel pipe, Grade A or B, or Class 6, steel square sections to match existing fence posts. A. B. Concrete: Concrete shall be as specified in Section 03300: "Cast-in- Place Concrete", using 3/4-inch maximum size aggregate, and having minimum compressive strength of 3,000 psi at 28 days. Padlocks: Fed. spec. FF-P-101, Type EPB, 1-3/4 inch size, with chain. C. Leo Carrillo Ranch - Phase One Fence, Chain Link 02444 - 2 0 PART3 EXECUTION: 3.01 INSTALLATION: A. Install gates in accordance with the fence manufacturer’s written installation instructions except as modified herein. 1. Excavation: Excavate for concrete embedded items to dimensions indicated. clear post holes of loose material. Dispose of waste material as directed. 2. Post Setting: Set posts plumb. Provide concrete bases if dimensions indicated. Thoroughly compact concrete eliminate of voids, and finish in a dome. In bedrock, set posts with a minimum of one inch of grout around each post. Thoroughly work grout into the hole to eliminate voids, and finish in a dome. Cure concrete and grout a minimum of 72 hours before any further work is done on posts. Gates: degrees from closed to open. Padlocks: Provide padlocks for gate openings and on all gates, provide chains that are securely attached to the gate or gate posts. Provide padlocks keyed alike and provide two keys for each padlock. 3. Install swing gates as indicated to swing through 180 4. e 3.02 CLEAN-UP: A. Remove waste fencing materials and other debris from the fencing site. *** End of Section *** m Leo Carrillo Ranch - Phase One Fence, Chain Link 02444 - 3 SECTION 0281 0 @ I RRI GATlON SYSTEM PART 1 GENERAL 1.01 SUMMARY A. The work includes all services, labor, materials, transportation and equipr necessary to perform the work as shown and noted on the drawings ant specified, including all incidental work necessary to make it complete and ri for operation. 1.02 DEFINITIONS A. Reclaimed water general requirements, where indicated, shall be Carls Reclamation Rules and Regulations for Construction of Reclaimed Water ME established by the Carlsbad Municipal Water District, and Requirements se the County Health Department. 1.03 SUBMITTALS A. All materials and equipment used in sprinkler irrigation work shall be new without flaws or defects and of quality and performance as specified. The Contractor shall submit for approval by the Landscape Architect, a list c materials and equipment, along with the manufacturer's brochures, maintenti manuals, warrantees and operating instructions, within 30 days of notict proceed. 1.04 QUALITY ASSURANCE B. e A. Qualifications: 1. Work shall be performed in accordance with the best standard: practice relating to various trades under continuous supervision c qualified foreman, capable of interpreting plans and specifications. B. Regulatory Requirements: 1. Code requirements shall be those of Owner and Municipal Codes ' Regulations locally governing this work, providing that any requiremc of the drawings and specifications, not conflicting therewith, exceeding the Code Requirements, shall govern unless wri, permission to the contrary is granted by the Authority having jurisdictio Permission to shut off any existing in-use water line must be obtainec hours in advance, in writing from the Owner. The Contractor shall recf lrriga 028 1 2. Leo Carrillo Ranch - Phase One 0 instructions from the Owner authorizing the shut-down of existing in-use water lines, after coordination with the Owner. The Carlsbad Municipal Water District shall be notified seven (7) days prior to the start of construction at (61 9) 438-3367. 3. 1.05 PROJECT / SITE CONDITIONS A. Existing Conditions: 1. Extreme care shall be exercised at all times by the Contractor in excavating and working in the project area due to existing utilities. Contractor shall be fully responsible for expenses incurred in the repair of damages caused by his operation. Any repairs shall be made immediately. 1.06 SEQUENCING AND SCHEDULING A. Commencement of Work: 1. The Contractor shall begin the irrigation installation immediately upon notice to proceed as given by the Owner. All construction and testing activities related to the irrigation system installation shall conform to the approved Contract. 2. With the exception of surveying on foot, no construction or other disruptive activities may occur prior to approval by the Owner. B. Cooperation with Other Contractorsflrades: Plans and specifications are available at the job site. Contractor shall thoroughly examine these plans and specifications prior to the installation of the work and shall arrange and coordinate the work of this section with the work of other Contractors to the extent that the installation is accomplished without undue delay. Contractor shall call to the attention of the Owner conflicts between the work of this section and that of other Contractors/trades. 1.07 WARRANTY A. The entire irrigation system shall be guaranteed against defects in materials and workmanship for a period of one(1) year from the date of acceptance of work. Should the Contractor fail during the guarantee period to expeditiously correct a defect upon written notification by the Owner, the Owner shall cause the work to be corrected and bill the actual costs incurred to the Contractor. Defect corrections shall include the complete restoration of existing improvements that were damaged as a result of the defect. 1.08 SITE OBSERVATION VISITS A. In all cases where site observation visits of the irrigation system work are required and/or where portions of the work are specified to be performed under Irrigation Leo Carrillo Ranch - Phase One 0281 0-2 the direction of the Landscape Architect, the Contractor shall notify the Ownt his designated representative at least seven (7) calendar days in advance o time such site observations andlor directions are required. At a minimum, scheduled site observation visits will be required for the folio\ stages of the work by the Owner or his designated representative. 1. a B. Upon installation and testing of main lines; when pipes are laid and ai be submitted to pressure tests. Do not cover any lines until they t been checked and approved. Upon installation and testing of service and control systems, inch any valves, quick coupling valves, automatic controller(s), sensors, control valves and wires. When the sprinkler system is completed, but prior to planting, Contractor in the presence of the Owner, shall perform a coverage te: determine if the coverage of water afforded the planting area: complete and adequate. The Contractor shall furnish all materials perform all work required to correct any inadequacies. A final site observation visit and performance test by the Landsc Architect shall be at the same time as the final site observation of specified plant establishment period. When reclaimed water is made available, the Contractor shall perfor cross-connection test and coverage test, shall provide and install sign plans showing the locations and design of Reclaimed Water "DO P DRINK" signs. Contractor shall follow all directions given w "Reclaimed Water General Notes", on the irrigation plan, and "Carts Reclamation Rules & Regulations for Construction of Reclaimed Wi Mains" by the Carlsbad Municipal Water District. 2. 3. 4. 5. a 1.09 TESTING A. All P.V.C. mains shall be subjected to a pressure test by the Contractor ( minimum of 50 PSI above the rating of the pipe, maintained for a minim period of 4 hours and shall be watertight. No leakage shall be allowed. If leak is found, the leak points shall be located and repaired, and the hydro repeated until there is zero leakage. ONLY POTABLE WATER SHALL BE UI FOR HYDROTESTING AND FLUSHING. All remote control valves, qi coupling valves and shut-off valves shall be installed prior to testing. All tes shall be in the presence of the Landscape Architect, the County He Department, and the Water District Engineer unless otherwise authorized. All installed irrigation control wiring shall be visually observed by the Owner his designated representative. Approval shall be received before backfilling any trench. Do not cover any lii until they have been checked and approved by the Owner or his designa representative, the County Health Department, and the Water District Engine€ B. C. Leo Carrillo Ranch - Phase One I rrigai 0281 0 1.10 RECORD DRAWINGS A. The Contractor shall provide and keep up to date a complete Project Record set of blueline ozalid prints, which shall be corrected daily and show every change from the original drawings and specifications and the exact Project Record locations, sizes, and kinds of material used. These drawings shall also serve as work progress sheets, and the Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These drawings shall be available at all times for inspection by the Owner or his designated representative and the Water District Engineer, and shall be kept in a location designated by the Owner. Before the date of final inspection of the irrigation system, the Contractor shall transfer all information from the Project Record prints to one (1) erasable mylar set with three (3) sets of blueline prints. ,M lars shall be provided by the City. . .. All work shall be neat, in black in r and subject to the satisfaction of the Owner; it shall be completed and approved prior to final inspection of the irrigation system. Lettering shall be 1/4" height, minimum. All items changedkelocated from original drawings shall be so indicated with the same symbol in the new location, the original symbol erased. All noteskallouts pertaining to the item shall be directed to new location. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed sepias and blueprints to the Owner or his designated representative and Water District Engineer. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the sepias. The Contractor shall dimension and label, to the nearest half-foot, from two permanent points of reference (e.9. walls, fences, rails, walks, or edge of paving, etc.) the location of the following items: 1. 2. Backflow prevention device. 3. Irrigation controllers. 4. Routing of underground sprinkler pressure lines (dimension at all changes in direction). Describe all pertinent information. 5. Remote control valves, and shut-off valves. All valves shall be numbered by station and corresponding numbers shall be shown on the record drawings. Routing Of low voltage wire. (where not with mainline) Pull boxes, spare wire and splice locations. Irrigation sleeves with types, sizes and depths indicated. Other related equipment as directed by the Landscape Architect, and Reclaimed Water General Requirements. B. C. D. E. Connection to existing water lines (P.O.C.), water meters. 6. 7. 8. In-line check valves. 9. 10. Leo Carrillo Ranch - Phase One Irrigation 0281 0-4 F. On the inside surface of the cover of each automatic controller, prepare mount a color-coded (by stations, showing their respective zones) chart sho the valves, and systems serviced by that particular Controller. All valves sha numbered to match the operation schedule and the drawings. Only those a controlled by that Controller shall be shown. This chart shall be a plot plan, e or partial, showing design area boundaries. A photostatic print of the "As-E plan, reduced as necessary and legible in all details, shall be made to a size will fit into the Controller cover. This print shall be approved by the Lands( Architect and shall then be hermetically laminated in plastic. This shall the1 secured to the inside of the controller enclosure door for maintenance persor Record drawings shall be signed in black ink and dated by the Contra attesting to and certifying the accuracy of the record drawings. Include comF name on drawings, date completed, and the designation "AS-Bl IRRIGATION". a G. 1.11 OPERATION AND MAINTENANCE MANUALS A. Prepare and deliver to the Owner as required in the general requirements tw ring hard cover binders containing the following information: 1. Index sheet stating Contractor's address and telephone number, li$ equipment with name and addresses of local manufactui representatives. 2. Catalog and parts sheets on all material and equipment. 3. Guarantee statement. 4. Complete operating and maintenance instruction for all major equipme 5. Reclaimed water use guidelines & operators instruction manual. a PART 2 PRODUCTS 2.01 STANDARD PRODUCTS A. Materials furnished under this specification shall be standard products manufacturers regularly engaged in the production of such materials, and s be the manufacturers' latest standard design that complies with the specifica requirements. The irrigation material manufacturers will be responsible for defective materiz equipment covered under their guarantees. The Contractor shall obtain s written warranties on behalf of the Owner and shall submit to the Owner pric installation. The Contractor shall be held responsible for all faulty and improper installai and shall correct, repair or replace work as specified. B. C. @ Leo Carrillo Ranch - Phase One Irrigai 028 1 2.02 POLYVINYL CHLORIDE PIPE A. All potable water plastic piping and fittings shall be of white color, Type I Grade I, designated as Poly Vinyl Chloride (PVC), SCH 40. All reclaimed water plastic piping and sleeving shall be of purple color, Type I, Grade I bell-end type, designated as PVC. Brownline Inc. 'Alertline', or equal. PVC Plastic Reclaimed Water Pressure Lines: Piping 2" and larger shall be Class 315 PVC 1220 (SDR 13.5). Piping 1-1/2" and smaller shall be PVC SCH 40. All pipe under roads to be PVC SCH 80. B. C. D. Plastic Non-Pressure Lines: Piping downstream of remote control valves shall be Class 315 PVC for 1/2" pipe, Class 200 for 3/4" and larger pipe. All lateral pipe end runs shall be 1/2" size unless otherwise indicated. E. Identification: Furnish plastic pipe continuously and permanently marked with following information: Manufacturer's name or trade mark, size, class and type of pipe, working pressure at 73.4 degrees F., and National Sanitation Foundation (NSF) rating. Each side of reclaimed waterpipe shall be marked "(TRADE NAME) CAUTION RECLAIMED WATER". 2.03 BRASS PIPE A. Brass pipe shall be IPS Standard weight 125 pounds, 85% red brass. Lee Brass or equal. 2.04 FITTINGS AND CONNECTIONS A. Polyvinyl Chloride Pipe Fittings and Connections: 1. Type I, Grade I, Schedule 40, high impact molded fittings, manufactured from virgin compounds as specified for piping tapered socket or molded thread type, suitable for either solvent weld or screwed connections. Fittings and connections shall be of the same type and schedule as the corresponding piping. Machine threaded fittings and plastic saddle and flange fittings are not acceptable. Furnish fittings permanently marked with following information: Nominal pipe size, type and schedule of material, and National Sanitation Foundation (NSF) seal of approval. PVC fitting shall conform to ASTM D2464 and D2466. Spears Mfg. Co., Dura Plastic Products, Inc., or equal. 2. Leo Carrillo Ranch - Phase One Irrigation 0281 0-6 B. Brass Pipe Fittings and Connections: Standard 125 pound class 85% red brass fittings and connections, IPS threa Lee Brass or equal. Polyvinyl Chloride Schedule 80 Risers and Nipples: Type 1, Grade 1, Schedule 80, high impact molded, manufactured from \ compounds as specified for piping and conforming to ASTM D-2464. Threi ends shall be molded threads only. Machined threads are not accept Spears Mfg. Co., Dura Plastic Products, Inc., or equal. SOLVENT CEMENTS, PRIMERS AND THREAD LUBRICANT Solvent cements and primers shall comply with ASTM D2564. Socket joints : be made per recommended procedures for joining PVC plastic pipe and fit1 with PVC solvent cement by the pipe and fitting manufacturer and proced outlined in the Appendix of ASTM D2564. T. Christy Enterprises, IPS Weld or equal. Thread lubricant shall be Teflon ribbon-type, or approved equal, suitable threaded installations as per manufacturer's recommendations. AUTOMATIC CONTROL WIRE AND WIRE SPLICE CONNECTORS Remote control wires: all control wires shall be solid copper, 600 volt, type polyethylene insulation of 45 ML, conforming to the following wire colors installation requirements: 1. 2. 3. e C. 2.05 A. B. 2.06 A. 0 Common Wires: White (#14 AWG). Control Wires: Black (#14 AWG). Spare Wires: One (1) black #14 AWG from furthest valve or manifol controller, minimum (see plans also). B. Wire Splice Connectors shall be waterproof Spears "Dri-Splice" connector equal. 2.07 AUTOMATIC CONTROLLER AND EQUIPMENT A. Existing controllers. B. Station cards shall be Calsense, new and station count as specified in the pla 2.08 WARNING LABELS AND TAGS A. Use T. Christy's riser markers, with "RECLAIMED WATER - DO NOT DRINK English and Spanish, for all sprinkler risers installed. Leo Carrillo Ranch - Phase One lrriga 028 1 B. Use T. Christy's I.D. Tags with "WARNING, - RECLAIMED WATER DO NOT DRINK" in English and Spanish for all remote control valves. 2.09 CONTROL VALVE A. Remote Control Valve: Remote control valve shall be electrically activated and operate on 24 volts AC. It shall be a normally-closed, globe style, spring loaded, diaphragm type. It shall have a mechanical self-cleaning internal control system without loose flow pins or screens. The valve shall open and close smoothly and be shock free from minimum through maximum flow rates. Disc and diaphragm assembly guided in all positions of opening and closing. A flow-limiting stem with handle to manually throttle or close the valve shall be provided. It shall be possible to remove or replace the solenoid coil from the valve without shutting off mainline valve. Valve shall be non-pressure regulating or pressure regulating type as specified in legend. VALVE BOX AND PULL BOX Valve box and lid for remote control valve, ball valve, and splice locations shall be commercial grade, HDPE, purple colored, locking, 10" x 19". Valve box and lid for in-line check valves shall be locking, 10" diameter round type, purple colored. 2.1 1 SPRINKLER HEADS 2.10 A. B. A. Sprinkler heads shall be of the type and size with diameter (or radius) of throw, pressure, nozzle discharge and/or other designations indicated on the drawings. All sprinkler heads of the same type and size shall be of the same manufacturer, with reclaimed water use designation. 2.12 QUICK COUPLING VALVE A. Quick coupling valve shall have acme thread, purple locking rubber cover, and shall be as specified in the irrigation legend. 2.13 BACKFLOW PREVENTER ASSEMBLY A. Existing. 2.14 FILTER ASSEMBLY A. Filter assembly shall be as specified in the irrigation legend. Leo Carrillo Ranch - Phase One Irrigation 0281 0-8 2.15 SPRING CHECK VALVE A. Spring check valve shall be maintenance free and constructed of heavy- Type 1 PVC with stainless steel and neoprene internal parts. Valve shal adjustable from 5 to 40 feet of head and shall prevent low head drainage qu and positively after RCV shut-off. Valve shall have a female IPS threaded and outlet. 2.16 SWING CHECK VALVE 4B A. Swing check valve shall be as specified in the irrigation legend. 2.17 BALL VALVE A. Ball valve shall be of heavy duty PVC construction, double union, threaded ir and outlet, and as specified in the irrigation legend. 2.18 CONCRETE FOOTINGS A. Concrete footings shall be 2,000 P.S.I. concrete at 28 days, 5 sack minin mix, natural color. 2.19 EXTRA EQUIPMENT: A. Contractor shall provide to the Owner: 1. Five (5) keys for opening and locking each automatic controller cab and enclosure. All automatic controller enclosures shall be keyed a1 All automatic controller cabinets shall be keyed alike. Extra sprinkler heads, shrub adapters, filter screens and nozzles amounts equal to 5% of each type used on the project. Extra tools for adjusting sprinkler heads, in the amounts of three tc minimum per type of head used. Two (2) quick coupler keys, with matching swivel hose ells, for the typl quick coupling valve used. Two (2) 75 foot long 3/4" diameter virgin rubber hoses. e 2. 3. 4. 5. PART 3 EXECUTION 3.01 EXAM1 NATION A. Verification of Conditions: 1. Contractor shall acquaint himself with all site conditions and propo! site conditions as indicated on the plans and specifications. Leo Carrillo Ranch - Phase One I rrigal 0281 a 2. All scaled dimensions on drawings are approximate. Before proceeding with any work, Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform Owner of discrepancies between drawings and specifications and actual conditions. No work shall be conducted where discrepancies occur, until approval has been given by the Owner. Plan locations of point of connection, pull boxes, existing valves, sprinkler heads, backflow prevention devices, valves, controller and pipe lines are diagrammatic and indicate the spacing and relative locations of all installations. Locations shall be changed and adjusted as necessary and as directed to meet existing conditions and obtain complete water coverage. Final locations shall be determined by final site conditions and plantings. Install and extend system as shown on the drawings, and as necessary to carry out the intent of the drawings and specifications. 4. Point of connection shall be approximately as shown on drawings. Connect new underground piping and valves and provide all flanges, adapters or other necessary fittings for connection. 3. 3.02 POLYVINYL CHLORIDE PIPE INSTALLATION A. Storage of Materials: 1. 2. Because of the nature of plastic pipe and fittings, exercise caution in handling, loading and storing, to avoid damage. The pipe and fittings shall be stored under cover until using, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. All pipe that has been dented or damaged shall be discarded unless such dent or damaged section is cut out and pipe rejoined with a coupling. 3. B. Excavation and Backfilling of Trenches: 1. Refer to Reclaimed Water General Requirements where applicable. Install trench warning tape for all reclaimed water pressure mains. 2. Locate existing lines, valves and other underground utilities before digging trenches. Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient room for pipe fittings, testing and inspecting operations. Do not backfill until the pipe system has been subjected to a hydrostatic test as specified. Do not cover any installed control wiring until it has been tested for shorts and visually observed by the Landscape Architect. Trenches for buried irrigation pressure lines shall be excavated wide enough to allow a minimum of four inches between parallel pipe lines and eight inches from lines of other trades. Lines shall not be installed parallel and directly over one another. Maintain three (3) inches vertical clearance between crossing irrigation lines; minimum transverse angle is 45 degrees. 3. Leo Carrillo Ranch - Phase One Irrigation 0281 0-1 0 4. Depth of Trench: Buried Polyvinyl Chloride Pressure Line, 18 inches min. All Non-Pressure Piping, 12 inches min. All Pressure Pipe Under Roads, 24 inches min. Trench depth for buried pipe shall be as specified above from the fi grade to the top of the pipe. The bottom of the trench shall be fre rocks, clods, and other sharp-edged objects over 1 'I diameter size. 6. Deposit topsoil on one side of trench and subsoil on the opposite I then install irrigation lines and test each section. 7. Backfill trenches, after approval of piping, with approved mate tamping around pipe and thoroughly compacting all trench fills until ! relative compaction has been achieved. Backfill material shall be ' from rocks and clods. C. Irrigation Piping and Fittings: e 5. 1. Pipe shall be snaked from side-to-side to allow for expansion contraction. Pipe shall rest on smooth ground without bumps, humps, whether underground or above-grade. Center load below-grade pipe at 10' intervals with small amount of bac to prevent arching and slipping under pressure. Leave joints exposed site observation during testing. Repair any leaks and replace all defective pipe or fittings until lines t~ test requirements. Do not cover any below-grade lines until they h been checked and approved for tightness, quality of workmanship materials. Pipe ends and fittings shall be wiped with "MEK" primer, Weld-On "P- or equal, before welding solvent is applied. Welded joints shall be give minimum of 15 minutes to set before moving or handling. All field c shall be bevelled to remove burrs and excess material before fitting i gluing together. 5. Plastic to brass joints shall be made with plastic female adapters, ml nipple hand tightened, plus one turn with a strap wrench. 6. Plastic to plastic joints shall be solvent-weld, assembled per F manufacturer's specifications and using solvent recommended by F manufacturer on I y . 7. All connections to polyvinyl chloride pipe mains shall be mi horizontally. 2. 3. 4. a D. No water shall be permitted in the pipe until a period of at least 24 hours I elapsed for solvent weld setting and curing. 3.03 BRASS PIPE INSTALLATION A. Cut brass piping by power hacksaw, circular cutting machine using an abras wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of i description. Ream and remove rough edges of burrs so smooth i unobstructed flow is obtained. o Leo Carrillo Ranch - Phase One lrrigat 0281 0. B. Carefully and smoothly place thread lubricant on male thread only. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 3.04 REMOTE CONTROL WIRING INSTALLATION A. Provide one control wire and one common ground wire to service each valve in system. Provide 4'-0" minimum expansion loop at each valve to permit removal and maintenance of valves. Wire splices shall be allowed only on runs of more than 500 feet (with no splices under the 500 feet) Install control wires at least 18" below finish grade when not installed in same trench with buried pressure pipe. Bundle wire together with electrical tape 10 feet on center. Install control wires and irrigation pressure piping in common trenches wherever possible. 8. C. D. E. AI1 irrigation control wiring passing through structure, underneath paving, traveled ways or roadways shall be placed inside conduits. As a part of the work to allow for possible damage to any common or control wire, the Contractor shall run an extra control wire on each leg of mainline from the controller to the farthest RCV. Any other additional wires required to be pulled shall be as noted on plans. All wires in pull boxes shall be loose and shall not come within three inches (3") from lid. F. G. H. Wire Connections: Common, control and spare wires shall be installed with a 4'-0" coiled excess wire length at each end enclosure. Each wire splice shall be encased in the waterproof epoxy of waterproof connectors. Wire splices shall be made only in valve or pull boxes. I. Test in g : All wiring shall be tested for continuity, open circuits and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be fifty (50) megaohms. Any wiring not meeting this requirement shall be replaced, at the Contractor's expense. The responsibility of testing lies with the Contractor to insure it is completed. Leo Carrillo Ranch - Phase One Irrigation 0281 0-1 2 J. Numbering and Tagging: Identify direct burial control wires at each automatic valve and at the tern strips of the controller with corresponding valve station numbers shown or drawings. Tag wires at the terminal strips with 3M Scotchcode SER ' Markers or equal. Identify spare wires by capping ends with waterr connectors as specified above and tagging with an I.D. tag marked "SP". AUTOMATIC SPRINKLER CONTROLLER CARD INSTALLATION Automatic controller card shall be installed as shown in the plans by Calsense Service Technician in the field. Controller shall be tested with comr electrical connections. The Contractor shall be responsible for power to controller for operation and testing purposes. Controller shall be fully oper with all system wires connected prior to planting operations. Provide wr documentation provided by the Calsense company that this work has t completed and submit to the Landscape Architect. Connections to control wiring shall be made within the pedestal of the contr and in wire splice pull boxeshalve boxes. Program time on each station prior to testingkite observation by the Landsc Architect, County Health Dept., and Carlsbad Municipal Water District. 0 3.05 A. B. C. 3.06 REMOTE CONTROL VALVE INSTALLATION A. Install remote control valves in locations approximately as shown on drawings, with 4" distance from top of flow control stem to valve box lid. Insti union type connection. Fit with valve box and locking cover as shown in detailed drawings. Fit with reclaimed water use warning tag. VALVE BOX AND PULL BOX INSTALLATION Install valve boxes as shown in the detail drawings. Install no more than ( valve per box. a 3.07 A. B. The Contractor shall paint the identification number of the valve and controller clock on the cover of the valve box. The paint shall be alumin asphaltic-base waterproof paint , white in color. Heat branding with 2" t lettering is an acceptable alternative. Pull boxes shall be labeled "PB" in like manner described for valves. C. 3.08 FLUSHING OF SYSTEMS A. After piping and risers are in place, but prior to the installation of the sprinl heads, a full head of water shall be used to flush out the system. After systen thoroughly flushed, install sprinkler heads. As soon as heads are installed 01 @ Leo Carrillo Ranch - Phase One I rrigat 0281 0 system, each head shall be adjusted so that water will not be overspraying onto paving or hardscape areas. Then test system. 3.09 SPRINKLER HEAD INSTALLATION A. Install all sprinkler heads as shown in the details, and as shown in the manufacturer’s instructions. Nozzle size of all heads shall be adjusted to suit any particular conditions of the area. This shall be done after the system has been thoroughly tested, immediately after written notification by the Landscape Architect and/or County Health Department. F I LTE R ASS EM B LY I N STALLATI ON Install filter assembly immediately downstream, existing backflow preventers on mainline, but prior to any other valves. Coordinate exact location with Park and Recreation Representative with existing piping exposed to the flow sensors/master control valves for adequate review and determination of placing assembly. B. 3.10 A. 3.1 1 BALL VALVE INSTALLATION A. Install all ball valves approximately where shown on drawings and as shown on the details. 3.12 QUICK COUPLING VALVE INSTALLATION A. Install quick coupling valves next to paving, a maximum of I50 ft. apart on mainline, and as per the detail. 3.13 SPRING CHECK VALVE INSTALLATION A. Install spring check valves on risers of sprinklers to prevent low head drainage. Install spring check valves on laterals where indicated. 3.14 SWING CHECK VALVE INSTALLATION A. Swing check valves shall be installed on laterals where shown, and as detailed. 3.15 CONCRETE FOOT1 NG INSTALLATION A. Footings shall be placed on 90% minimum compacted or undisturbed subgrade. Construct to shapes specified and parallel to adjacent paved areas. Broom finish exposed surface. 3.1 6 SPRINKLER HEAD ADJUSTMENT Leo Carrillo Ranch - Phase One Irrigation 0281 0-14 A. Immediately, as soon as heads are installed on a system, each head sha adjusted so that water will not be overspraying out of its intended are a coverage, on paving, etc. 3.1 7 CLEAN-UP A. Contractor shall maintain all areas in a neat manner and remove unsightly dt as necessary. After completion of project, Contractor shall remove all debris containers used in accomplishing work. He shall sweep and clean all asp concrete areas and planting areas and clean all vertical surfaces affected b work, to the satisfaction of the Owner. *** End of Section *** 0 * Leo Carrillo Ranch - Phase One lrriga 0281 C SECTION 02900 a LANDSCAPING PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions are a part of this sectior and the Contract for this work and apply to this section as fully as i repeated herein. The term ’Owner’ shall mean the City of Carlsbad. B. 1.02 SUMMARY: A. The work includes all services, labor, materials, transportation and equipment necessary to perform the work as shown and noted on the drawings and/or specified herein. All utilities (water and electricity) used during the installation of the landscaping and irrigation systems for this project shall be paid for by the Contractor. B. 1.03 SUBMITTALS: A. Contractor shall submit a complete list of soil amendments, fertilizers, and plant materials, specified with quantities and suppliers of each, a minimum of six (6) weeks prior to delivery to the site. Contractor shall submit signed copies of certificates, invoices and trip slips to the Owner for verification of quantities of all materials delivered to site for incorporation into work. Contractor shall submit one pint of bark mulch to the architect for approval. Contractor shall submit the nursery source for contract grown plant material upon award of the project. Upon completion of grading, Contractor shall obtain four (4) one quart soil samples from four (4) locations designated by the Owner for horticultural soil testing by an independent soils laboratory (i.e. Agri-Service, phone: (760)727-5454 or equal) The test report shall list the following information: r3) B. C. D. F. Leo Carrillo Ranch - Phase One Landscaping 02900 - 1 e 1. pH 2. ECe X10 3. Sodium Absorption Rate 4. 5. Percolation Rate and soil texture Recommendation for soil conditioner, pH Adjuster, Fertilizers and quantities of each. 1.04 GUARANTEES AND REPLACEMENTS: A. Shrubs, vines and groundcovers shall be guaranteed to remain healthy and vigorously growing for 60 days, from date of final acceptance of project. All Contract grown plants shown on the drawings shall be guaranteed to remain healthy and vigorously growing until final acceptance of project. All plants found to be dead and all plants not in a vigorous condition noted within the Guarantee Period shall be replaced within (14) calendar days. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted and fertilized as originally specified. B. C. D. 1.05 SITE OBSERVATION VISITS: A. Site observation visits herein specified shall be made by the Owner or his representative. The Contractor shall request site observation two (2) days in advance of the time observation is required. Site observation will be required for the following parts of the work: 1. 2. 3. B. Incorporation of soil conditioner and fertilizer into the soil and upon completion of grading prior to planting. Approval of plant materials with trees and shrubs spotted in place for planting, but before planting holes are excavated. When planting, and all other indicated or specified work, except the Maintenance Period, has been completed. Acceptance and written approval shall establish beginning of the Maintenance Period. Final site observation visit at the completion of the ninety (60) day Maintenance Period. This site observation visit shall establish the beginning date for the guarantee period of plant material. 4. C. The Contractor or his authorized representative shall be on the site at the time of each site observation visit by the Owner. Leo Carrillo Ranch - Phase One Landscaping 02900 - 2 1.06 MAINTENANCE: A. The Maintenance Period begins on the first day after all landscape ani irrigation work on this project is complete, checked, accepted and writtei approval from the Owner is given to begin the Maintenance Period, an1 shall continue thereafter for no less than ninety ( 6~) continuous calenda days. Acceptance: Upon completion of the final site observation visit and thc work of this section, the Contractor will be notified in writing (1) whethe the work is acceptable; (2) of any requirements necessary for completior and acceptance. The Contractor shall continuously maintain all involved areas of the Contract during the progress of the work and during the Maintenanct Period until the Final Acceptance of the work. Regular planting maintenance operations shall begin immediately afte each plant is planted. Plants shall be kept in a healthy, growing conditior and in a visually pleasing appearance by watering, pruning, trimming edging, fertilizing, restaking, pest and disease controlling, spraying weeding, cleaning-up and any other necessary operation of maintenance. Landscape areas shall be kept free of weeds, noxious grass, and a1 other undesired vegetative growth and debris. All plants found to be dead or in an impaired condition shall be replaced immediately. No pruning of tree limbs shall be permitted without the consent of the Owner. The Contract completion date of the Contract Maintenance Period will be extended, when in the opinion of the Owner, improper maintenance and/or possible poor or unhealthy condition of planted material 01 unestablished non-covering lawns are evident at the termination of the scheduled Maintenance Period. The Contractor shall be responsible for additional maintenance of the work at no change in Contract price until all of the work is completed and acceptable. The Contractor shall be responsible for maintaining adequate protection of the areas. Damaged areas shall be repaired immediately at the Contractor’s expense. * B. C. D. E. 0 F. G. Leo Carrillo Ranch - Phase One Landscaping 02900 - 3 e 1.07 GENERAL REQUIREMENTS: A. The term "Planting Area" shall mean all areas to be planted with shrubs, groundcovers, and vines. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice. All rock and other growth or debris accumulated within the duration of the project shall be removed from the site. Upon completion of all soil preparation operations, two (2) soil samples shall be taken by the Contractor and analyzed as to their respective agronomic suitabilities by a soil laboratory of the approved by the Owner. The results of these tests are to be reviewed by the Owner for any required modifications to specified soil preparation. Prior to excavation for planting or placing of plant materials, locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. In the event of a conflict between such lines and plant locations, immediately notify the Owner who shall arrange for the re-location of one or the other. The Contractor assumes all responsibility for making any and all repairs for damages resulting from work as herein specified. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. G. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and immediately inform the Owner of any discrepancy between the drawings and/or specifications and actual conditions. Quantities for plant materials are shown for convenience only, and not guaranteed. Check and verify count and supply sufficient number to fulfill intent of drawings. Verify any clarifications with the Owner. Adequately stake, barricade, and protect all irrigation equipment, existing trees, manholes, utility lines, and other existing property during all phases of the soil amending planting and grading operations. B. C. D. E. F. H. I. Leo Carrillo Ranch - Phase One Landscaping 02900 - 4 1.08 PLANT SELECTION: A. Upon award of the project the Contractor shall inform the Owner of tht nursery source of all plants. The Owner will check the plants at tht nursery source for approval. If the plants are rejected, the Contract0 shall be responsible for locating other sources of plants. The contrac price for the project shall not change due to rejected plants. Tht Contractor shall make all necessary financial arrangements or purchast orders to reserve the plants specifically for this project. Shrub Samples: Typical samples, one (1) each of all varieties and size! (15 gallon and under) shrubs of all plant materials shall be submitted fo approval at the site after grading and prior to planting operations Approved samples shall remain on the site and shall be maintained b! the Contractor as standards of comparison for plant materials to bt furnished. Samples may be incorporated into the work. e 8. 1.09 REJECTION AND SUBSTITUTION: A. All plants not conforming to the requirements herein specified and on thc drawings shall be considered defective, and such plants, whether in placc or not, shall be marked as rejected and be immediately removed from thc site of the work and replaced with acceptable plant materials. The plan materials shall meet all applicable inspections required by law. All plant: shall be of the species, variety, size, age, flower color and condition a: specified herein and/or as indicated on the drawings. Under no conditior will there be any substitution of plant species, variety, or reduced size: for those listed on the accompanying drawings, except with the expres: written consent of the Owner 0 1.10 INVOICING OF PLANT MATERIALS AND SOIL PREPARATIOb CONFORMANCE TEST: A sample of the soil amendment shall be delivered to the Landscapc Architect within thirty-five (35) days after submittal of soil report fo submittal to the Owner for approval. Upon delivery of materials and/or completion of all soil conditioning anc grading, but prior to initiating planting operations, the Landscapc Architect with the heretofore specified signed copies of requirec certificates, trip slips, and invoices for soil preparation materials, shal compare the total quantities of each material furnished against the tota area for each operation. If the minimum rates of application have no been met, the Owner will require at the Contractor’s expense, the distribution of additional quantities of these materials to fulfill thc minimum application requirements specified. A. B. Leo Carrillo Ranch - Phase One Landscapin! 02900 - ! a C. After installation of plant materials, but prior to the premaintenance site observation visit, the Owner, with the heretofore specified signed copies of the required certifications, trip slips, and invoices for the plant materials and related items, shall compare the total area and/or the amounts specified. If the minimum amounts have not been furnished, the Landscape Architect will require at the contractors expense, the installation of additional materials to fulfill the minimum requirements specified. PART 2 PRODUCTS 2.01 SOIL AMENDMENT AND FERTILIZER: A. Soil conditioner shall be commercially processed bark or wood product which has been well composted, consisting of a commercial blend of organic fractions supplying gradient degrees of breakdown and conforming to the following requirements: 1. 2. 3. 4. Derived from bark of pine, white fir or redwood, or from cedar or redwood shavings. Composted a minimum of 180 days and a maximum of 1 year. pH shall be 7.0 maximum and 5.5 minimum. Salinity maximum 3.1 mmhos per centimeter at 25 degrees C. as measured by saturation extract conductivity. Impregnated with a minimum of 1% nitrogen, 0.04% phosphoric acid, 0.04% available potash, 0.02% calcium, 0.03% magnesium and 0.05% iron. Redwood particles to be 1/50” to 1/4“ in size, organic matter 97% moisture content 30%. Ash content not to exceed 10%. 5. 6. Soil Conditioner shall be Organo life, A.J. - Ecohumus, Loamex or approved equal by landscape Architect. Pre-plant Commercial Fertilizer (15-1 5-15) shall be uniform in composition, free flowing, suitable for application with approved equipment and delivered to the project site in unopened original container or package, each bearing the manufacturer’s statement of guaranteed analysis, and shall contain the following minimum available percentage by weight of plant nutrients: Nitrogen 15% minimum Phosphoric Acid 15% minimum Potash 15% minimum Wil-Gro, Bandini, Gro Power, Kellogg or approved equal Post-Plant Fertilizer (14-7-3). Federal Specifications L-F 241, shall be a long lasting, slow release, pelleted or chip type, uniform in composition, free flowing, with less than thirty percent (30%) passing through a twenty- eight (28) mesh Tyler screen, suitable for application with approved equipment, and containing the following minimurn available percentages by weight of plant nutrients: Landscaping C. Leo Carrillo Ranch - Phase One 02900 - 6 Nitorgen 14.0% minimum Phosphoric Acid 7.0% minimum Potash 3.0% minimum Best, Bandini, Gro Power, Western Farm Services or approved equal. Soil Sulfur: Shall be 99% elemental sulfur, Wilgro Life, Union Chemic: or approved equal. Wetting Agent: shall be "Naiad turf and Ornamental Plantings So Penetrate or approved equal. a D. E. F. Iron Sulfate: 20% iron by volume. Warning: Fertilizers containin( chelated iron will stain concrete surfaces. The Contractor shall take car€ not to stain concrete and shall be responsible for removing all iron stain: from concrete at no additional cost to the Owner. Fertilizer Tablets: Shall be Agriform (20-1 0-5) chip tablets 21 gram and E gram size, or approved equal. G. H. Gypsum - Commercially packaged, free flowing gypsum containing no less than 95% by volume of calcium sulfate as an active ingredient. 2.02 PLANT MATERIALS: A. Nomenclature: The scientific and common names of plants herein specified conform with the approved names given in "A Checklist of Woody Ornamental Plants of California", published by the University of California, College of Agriculture, Publication 4091 (1 979). See list of plant material on drawings. Container stock (1 gallon, 5 gallon, and 15 gallon) shall have grown in containers for at least six months, but not over two years. No container plants that have cracked or broken balls of earth, when taken from the container, shall be planted, except upon special approval. No trees with damaged roots or broken balls shall be planted. Pruning shall not be done, prior to delivery, except by written approval by the Landscape Architect. a B. C. D. Inspection of Plant Materials, required by City, County or Owner authorities, shall be a responsibility of the Contractor, and where necessary the Contractor shall secure permits or certifications prior to delivery of plants to site. Plants shall be subject to approval or rejection, at the project site at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Rejected plants shall be removed from the project site immediately. Landscaping E. Leo Carrillo Ranch - Phase One 02900 - 7 a F. Substitutions will not be permitted unless proof is submitted by the Contractor that any plant specified is not obtainable. A proposal for substitution will be submitted by the Contractor to the Owner for approval. Quantities shall be furnished as needed to complete work shown on drawings. The Owner reserves the right to check root condition of any species, particularly those grown from seed, and if found defective, to reject the plants represented by the defective sample. Identify plant species or varieties correctly on legible, weatherproof labels attached securely to the plant material. There shall be a minimum of one labeled plant for each 25 plants in a lot. Groundcover plants shall be healthy vigorous rooted cuttings grown in flats until transplanting. G. H. I. J. 2.03 HERBICIDES A. Pre-emergence herbicide shall be Surflan, Treflan, Dymid or approved equal. BARK MULCH: (All areas with less than 2:l slope) Bark mulch shall be redwood "walk - on" shredded bark, clean and free of debris. Submit 1/2 cu. ft. for review. 2.04 A. PART 3 EXECUTION 3.01 SOIL CONDITIONING, FERTILIZING AND ROTOTILLING: After the areas have been graded, the following rates of soil conditioning and amendment materials shall be evenly spread over all planting areas and shall be thoroughly scarified to an average depth of eight (8) inches by rototilling a minimum of two (2) alternating passes, followed by eight (8) inches of water leaching performed in four (4) applications of two (2) inches each. 1. Soil Conditioner: 4 cu.yd./l,OOO sq.ft. 2. Soil Sulfur: 251bs./l,OOO sq.ft. 3. Gypsum 100 Ibs./lOOO sq.ft. 4. Pre Plant Fertilizer 30 1 bs./lOOO sq.ft. 5. Iron Sulfate 40 Ibs./lOOO sq.ft. 6. Naid 1 Quart per acre A. (prior to amending soil) Leo Carrillo Ranch - Phase One Landscaping 02900 - 8 B. Planting backfill in shrub planting areas shall be a thoroughly blende1 mixture of excavated soil from the planting pits and soil amendments E a the following mixture: Vines Shrubs 1. Soil Conditioner 40% 10% 2. On Site Soil 60% 90% 3. Soil Sulfur 1 Ibs./ -- cu. yd. 4. Pre-Plant Fertilizer 3 lbs./ -- cu. yd. 5. Iron Sulfate 3 Ibs./ -- cu. yd. 6. Gypsum 12 Ibs/ -- 7. Naid 1 0Z.f -- cu. yd. cu. yd. C. Rate of application shown is for bidding purposes only. Soil test ma] reduce or increase total soil amendment yardage. Adjustment (plus or minus) may be necessary. The Contractor shall obtain four (4) soil tests of final grade at site as specified herein and submit results to Landscape Architect for interpretation and recommendation. Contractor shall submil unit prices on above amendments for add/deduct options based on submitted soil test reports. The thoroughness and completeness of the rototilling and incorporatior of the soil conditioners/amendments shall be acceptable to the Owner prior to commencement of planting operations. a D. 3.02 FINISH GRADING: A. Finish grades shall be as existing at the site and as indicated on the as. built Civil drawings (obtain from Owner). Finish grades shall be measured as the final water compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the drawing. Finish grades shall be measured at the top surface of surface materials. Molding and rounding of the grades shall be provided at all changes in slope and as directed by the Landscape Architect. Landscaping B. C. D. Leo Carrillo Ranch - Phase One 02900 - 9 a E. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling and all other operations shall be leveled and floated out before planting operations are initiated. The Contractor shall take every precaution to protect and avoid damage to existing and new sprinkler heads, irrigation lines, and other underground utilities during his grading and conditioning operations. Final finish grades shall insure positive drainage of the site with all surface drainage away from buildings, walls, and toward roadways, swales, drains and catch basins. Final grades shall be acceptable to the Owner before planting operations will be allowed to begin. Planting surfaces shall be graded with no less than one (1) percent surface slope for positive drainage. F. G. H. I. 3.03 PLANTING: A. The layout of locations for plants and outlines of groundcover to be planted shall be approved on the site by the Owner, prior to their planting. All such locations shall be checked for possible interference with existing underground piping, prior to excavation of holes. If underground construction or utility lines are encountered in the excavation of planting areas, other locations for the planting may be selected by the Owner. Damage to existing utilities shall be the responsibility of the Contractor. 3.04 PLANTING SHRUBS AND VINES: A. In general, planting holes shall be twice the diameter of the container size, but in no case too small to accommodate plants. Excavation shall include the stripping and stacking of all acceptable soil encountered within the areas to be excavated for plant pits and planting beds. Protect all areas that are to be trucked over and upon which soil is to be temporarily stacked pending its re-use for the fillings of holes, pits and beds. Excess soil, generated from the planting holes shall be spread evenly over the site by the Contractor. All used containers shall be removed to the storage area or from the site by the Contractor. The plants shall be planted at approved locations with the heretofore specified conditioner and soil planting backfill. B. C. D. E. Leo Carrillo Ranch - Phase One Landscaping 02900 - 10 F. The plants shall be placed in the planting pits on the soil which has been hand tamped and water settled to the rootball base levels prior to the placement of the plants. After setting the plants, the remaining backfill material shall be carefully tamped and settled around each rootball to fill all voids. Each shrub shall be placed in the center of the hole and shall be set plumb and held rigidly in position until the planting backfill has been tamped from around each root ball. All plants shall be set at such a level that after settling they bear the same relationship to the surrounding finish grade as they bore to the soil in the container. Planting tablets shall be placed in each shrub planting hole at the following rates. 1. 2. 3. No plant will be accepted if the rootball is broken or cracked, either before, during or after the process of installation. All plants shall be thoroughly watered into the full depth of each plant hole immediately after planting. e G. H. I. 2-21 gram tablets per 15 gallon container. 2-21 gram tablets per 5 gallon container. 1-21 gram tablet per each 1 gallon container. J. K. L. The Contractor shall be responsible for all surface and subsurface drainage required which may affect his guarantee of the shrubs, and vines. Pruning after planting shall be required on all shrubs and vines when necessary to provide the specified or approved standard shapes, form and/or sizes characteristic to each plant. Pruning may include thinning, topping, and/or cutting and shall be under the direction of the Owner. Cuts over 3/4 inch in diameter shall be painted with an approved sealant. 0 M. 3.05 PLANTING GROUNDCOVERS: A. Groundcovers shall be planted in the areas indicated on the drawings. The groundcover plants shall be rooted cuttings grown in flats, and shall remain in those flats until transplanting. B. All groundcover plants shall be planted with soil around roots in staggered rows, evenly spaced at the intervals called out on the drawings. Leo Carrillo Ranch - Phase One Landscaping 02900 - 11 a C. The groundcover plants shall be planted sufficiently deep to cover all roots and shall be fertilized with a 5 gram plant tablet and immediately sprinkled after planting until the entire area is soaked to the full depth of all holes. 3.06 BARK MULCH APPLICATION: A. Apply 2” minimum depth of bark mulch to all shrub and groundcover areas less than 2:l slope. HERB IC 1 DE A P P LI CAT1 0 N : Apply approved herbicide to subgrade in all planting areas as required by owner. Apply herbicides according to manufacturer’s directions only, using all proper safety precautions. Do not apply herbicides during high winds. 3.07 A. 8. 3.08 POST FERTILIZATION: A. Post Fertilization for all planting areas (14-7-3) shall occur 45 days after planting at a rate of 15 Ibs. per 1,000 sq.ft. and again at the end of the maintenance period. 3.09 CLEAN UP: A. As project progresses, the Contractor shall maintain all areas in a neat manner and remove unsightly debris as necessary. After completion of project, Contractor shall remove all debris and containers used in accomplishing work. All sidewalks, asphalt, paving and concrete areas adjacent to plantings shall sweep clean and washed down by the Contractor, and any stains or discolorations shall be removed. *** End of Section *** Leo Carrillo Ranch - Phase One Landscaping 02900 - 12 SECTION 031 00 CONCRETE FORMWORK a PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions are a part of this sectiot and the contract for this work and apply to this work and apply to sectioi as fully as if repeated herein. 1.02 SUMMARY: A. This section covers the furnishing and installing and removing of form: for cast-in-place concrete work as shown and noted on the drawings anc as specified. PART 2 PRODUCTS 2.01 MATERIALS: A. Forms for Unexposed Concrete: Form concrete surfaces which will no be exposed in the finished structure with plywood, lumber, metal or other acceptable material. 1. Lumber shall be standard or better grade Douglas fir, in accordance with WCLIB "Standard Grading Rules 1981' or WWPA "Western Lumber Grading Rules 80". Boards shall be surfaced on at least 2 edges and one side for a tight fit. a 6. Form Ties and Spreaders: Standard metal form clamp assembly, of type acting as spreaders and leaving no metal within 1" of concrete face. Inner tie rod shall be left in concrete when forms are removed. Wire ties or wood spreaders will not be permitted. Form Coating: Non-grain raising and non-staining type that will not leave residual matter on surface of concrete or adversely affect proper bonding of subsequent application of other material applied to concrete surface. Coatings containing mineral oils or other non-drying ingredients will not be permitted. Form coating for use with form liners shall be of type recommended by form liner manufacturer. C. Leo Carrillo Ranch - Phase One Concrete Foi 03 a PART 3 EXECUTION 3.01 DESIGN OF FORMWORK: A. The engineering and construction of all formwork, shoring, and bracing shall be carried out by and under the direction of the Contractor, and he shall be held responsible for the engineering, construction, maintenance, and safety of all formwork during the entire construction period. The formwork shall be designed for the loads and lateral pressures outlined in Part 3, Section 102, of ACI 347-78, and lateral forces as specified by the Uniform Building Code. B. 3.02 CONSTRUCTION: A. Earth Forms: Earth forms may be used for footing only where the soil is firm and stable and the concrete will not be exposed to view. Where earth forms are to be used, excavations shall be cut neat and accurately to size for placing of concrete directly against the excavation. Construct wood edge strips at each side of trench at top to secure reinforcing and prevent trench from sloughing. Form sides of footings where earth sloughs. Earth forms shall be tamped firm and cleaned of all debris and loose material before depositing concrete. Wood Forms: Construct forms of sound material to the correct shape and dimensions, mortar tight, and of sufficient strength, and so braced and tied together that the movement of men, equipment, materials, or placing and vibrating the concrete will not throw them out of exact shape under all imposed loads. They shall be so constructed that they may be easily removed without damage to the concrete. Before concrete is placed in forms, the horizontal and vertical position of the form shall be carefully verified and all inaccuracies corrected. All wedging and bracing shall be completed in advance of placing of concrete. Framing bracing, supporting members, and centering shall be of ample size and strength to safely carry, without deflection, all dead and live loads to which forms may be subjected, and shall be spaced sufficiently close to prevent any bulging or sagging of forms. Concrete out of line, level, or plumb will be cause for rejection of the whole work affected. Form Ties: Ties shall be of sufficient strength and used in sufficient quantities to prevent spreading of the forms. Ties shall be placed at least 1" away from the finished surface of the concrete. to permit form without damage to concrete. B. C. D. E. Arrangement: Arrange formwork to allow proper erection sequence and Leo Carrillo Ranch - Phase One Concrete Formwork 03100 - 2 F. Joints: Construction joints, isolation joints, shrinkage control joints, saw cut joints and expansion joints shall be installed as needed and a! approved. Location of construction joints, particularly those exposed tc view at walls and columns, shall be coordinated with and are viewed ii advance of concrete pouring. Embedded Piping and Rough Hardware: 1. e G. The Contractor shall afford every tradesman who is required tc fasten his work to that of the Contractor, or who is required tc inset therein any piping, box, bolt, anchor, insert, or other rougl hardware, with every facility for setting the same accurately in thc forms. Conduits or pipes shall be so located as not to reduce thc strength of the construction and in no case shall be placed in i slab less than 3-112 inches in thickness except for local off-sets No conduit buried in a concrete slab shall have an outsidc diameter greater than 30 percent of the thickness of the slab, anc no conduit shall be placed under slab reinforcing steel, except fo slab mesh. Coating of Forms: Thoroughly clean forms and coat with specified form coating before each use. Do not reuse any form for exposed work whict cannot be reconditioned to "like new I' condition. Apply form coating to al forms in accordance with the manufacturer's specifications. Apply form coating to all forms before placing reinforcing steel. 2. H. * I. Inspection: Prior to placing of concrete, and after placement o reinforcing steel in the forms provide notification so that proper inspectior can be made. Such notification shall be made at least 2 working days ir advance of placing concrete. Rejection of Defective Work: Any movement or bellying of forms durins construction or variations in excess of the tolerances specified will bc considered just cause for the removal of such forms and in addition, thc concrete work so affected. Reconstruction of forms, new concrete and any required reinforcing steel shall be furnished at no additional cost to the Owner. 3.03 REMOVAL OF FORMS: J. A. Formwork for walls and other parts not supporting the weight of the concrete may be removed as soon as the concrete has hardened sufficiently to resist damage from removal operations, but not sooner than 24 hours after placing concrete. Leo Carrillo Ranch - Phase One Concrete Fc 0: a B. When shores and other vertical supports are so arranged that the form facing material may be removed without loosening or disturbing the shores and supports, the facing material may be removed at an earlier age as specified or permitted. The shores and supports shall remain in place until the concrete has reached its specified 28-day strength, unless otherwise specified or permitted. Whenever the formwork is removed during the curing period, the exposed concrete shall be cured by one of the methods specified in Section 03300. Use softwood wedges to release form faces from concrete. Do not pry with metal tool. Clean-up and remove all formwork and related materials from the site. C. D. E. *** End of Section *** Leo Carrillo Ranch - Phase One Concrete Formwork 03100 - 4 SECTION 03200 I) CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions, are a part of this sectior and the contract for this work and apply to this work and apply to thi! section as fully as if repeated herein. 1.02 SUMMARY: A. This section covers the furnishing and installing of reinforcing steel fo cast-in-place concrete work as shown and noted on the drawings and a: specified. 1.03 CODES: A. Except as modified by the requirements specified herein and /or the details on the drawings, concrete reinforcing work shall conform to the "Uniform Building Code" (UBC), Chapter 26, "Concrete". 1.04 REFERENCES: A. The editions of the specifications and standards referenced herein, published by the following organizations, apply to the work only to the extent specified by the reference: 1. American Concrete Institute (ACI). 2. 3. 4. American Welding Society (AWS). * American Society for Testing and Materials (ASTM). Concrete Reinforcing Steel Institute (CRSI). 1.05 SUBMITTALS: A. Shop Drawings: Submit shop and placement drawings of all reinforcing for review. 1. Placement drawings shall show the locations and spacing of reinforcing in the various parts of the improvements with details as required, all in accordance with ACI 315-80. Cutting and bending lists submitted without placement drawings will be returned without review as incomplete. Placement drawings shall be complete so that placement of the reinforcing may proceed without reference to the design drawings. Concrete Reinforcement Leo Carrillo Ranch - Phase One 03200 - 1 e 2. Review shall not act to relieve the Contractor from responsibility for accuracy of the fabrication details and placing diagrams. Dimensions and locations shall be verified prior to the preparation of shop drawings. No work shall be done except from reviewed drawings which must be kept at all work locations. 3. B. Product Data: Mill affidavits, stating the grades and physical and chemical properties of the reinforcing steel, and conformance with ASTM Specifications, shall be submitted before delivery of the steel to the job site. 1.06 DELIVERY AND STORAGE: A. Delivery: Delivery reinforcement bundled and tagged to identify placement and certify testing. Reinforcing steel shall be transported to the site, stored and covered in a manner which will insure that no damage shall occur to it from moisture, dirt, grease, or any other cause that might impair bond to concrete. A sufficient supply of approved reinforcing steel shall be stored on the site at all times to insure that there will be no delay of the work. Identification of steel shall be maintained after bundles are broken. B. 1.07 COORDINATION: A. Contractor shall check architectural, structural, mechanical, and electrical drawings for anchor bolt schedules and locations, anchors, inserts, conduits, sleeves, and any other items which are required to be cast in concrete and shall make necessary provisions as required so that reinforcing steel will not interfere with the placement of such embedded items. PART 2 - PRODUCTS 2.01 MATERIALS: A. Reinforcing Bars: New, deformed, billet steel bars, conforming to ASTM A 615-84 Grades as shown on the drawings. Deliver bars new and free from rust and mill scale in original bundles with mill tags intact. Welded Wire Fabric: New welded steel wire fabric, conforming to ASTM A 185-79. Gauge and center-to-center spacing shall be as indicated. B. C. Accessories: Reinforcement accessories, consisting of spacers, chairs, ties, and similar items shall be provided as required for spacing, assembling, and supporting reinforcement in place. Accessories shall be galvanized steel or approved plastic accessories, conforming to the applicable requirements of the CRSl Standards hereinbefore specified. Concrete Reinforcement Leo Carrillo Ranch - Phase One 03200 - 2 D. Tie Wire: Tie wire for reinforcement shall be #16 gauge or heavier, when noted or specified, black or galvanized steel wire, conforming to ASTM / 82-79. e PART 3 - EXECUTION 3.01 FABRICATION: A. Fabrication of steel reinforcement shall be in accordance with the detail: shown on the drawings. Where specific details are not shown or noted comply with the applicable requirements of UBC and ACI 315-8C hereinbefore specified. Bars shall be accurately bent, cut, and placed as indicated on the drawings. 3.02 PLACING: A. General: Reinforcing steel shall be placed in accordance with the drawings and the applicable requirements of the "Codes and Standards' hereinbefore specified. install reinforcement accurately and secure against movement, particularly under the weight of workmen and the placement of concrete. Reinforcing Supports: Bars and welded wire fabric larger than 8 gauge shall be supported on metal chairs or spacers on metal hangers, accurately placed and securely fastened to steel reinforcement in place. Support legs of accessories in forms without embedding in form surface. Spacing of chairs and accessories shall conform with CRSl's "Recommended Practice for Placing Bar Supports". No wood will be permitted inside forms. Precast concrete cubes may be used to support footing and slab on ground reinforcing. Placing and Tying: All reinforcing shall be set in place, spaced, and rigidly and securely tied or wired with #16 gauge steel tie wire at all splices and at crossing points and intersections in the position shown, or as directed. Point ends of wire away from forms. Spacing: Bars shall be spaced as indicated on the drawings. Where not shown, the clear spacing for main longitudinal column reinforcement shall be less than 1.5 times the nominal bar diameter, or 1-1/2 inches, or 1-1/3 times the maximum size aggregate, whichever is less. For all other parallel bars, where spacing is not shown, the minimum clear spacing shall not be less than the nominal bar diameter, or one inch, or 1-1/3 times the maximum size aggregate, whichever is less. The clear distance limitations above also apply between the bars being spliced at a contact lap splice and adjacent bars. B. B. e C. D. Concrete Reinforcement Leo Carrillo Ranch - Phase One 03200 - 3 0 E. Splices: Except for temperature bars in slabs and horizontal wall reinforcing, no splicing will be allowed for reinforcing bars unless detailed locations are given for these splices on the design drawings, or approval is given. Stagger lapped splices for horizontal wall reinforcing and slab temperature bars by the required lap splice length minimum. Wherever possible, splices of adjacent bars shall be staggered. Install ladder reinforcing continuously spaced as indicated, with splice laps of 54 wire diameters in a grouted cell, 75 wire diameters in the mortar bed joints. Welded Wire Fabric: Wire fabric shall be in as long lengths as practicable and shall be wired at all laps and splices. Laps shall be one full spacing of the cross wires plus 2" at splices. Welded wire fabric shall be supplied in flat sheets. F. G. H. Dowels: Dowels shall be tied securely in place before concrete is deposited. In the event there are no bars in position to which dowels may be tied, No. 3 minimum shall be added to provide proper support and anchorage. Bending of dowels after placement of concrete will not be permitted unless approval is obtained. Dowels extended for future construction shall be protected from weather exposure as shown on drawings. Compliance with Safety law requirements for extended dowel is required. Cleaning: Reinforcement, at time of pour, shall be free of coatings that would impair bond to concrete. Welding: Welding of reinforcing steel will not be permitted except as specifically approved. Welding shall comply with AWS Dl .4-79 using low hydrogen electrodes. Prior to welding, determine weldability of reinforcing bars by a laboratory chemical analysis. I. J. 3.03 TESTING AND INSPECTION: A. Contractor shall provide notification at least 2 working days ahead of each concrete pour, and no concrete shall be placed until all reinforcing steel has been installed by the Contractor and approved. All reinforcing shall be complete in every way by the end of the working day prior to concrete placing. 3.04 DEFECTIVE WORK: A. The following reinforcing steel work will be considered defective and shall be removed and replaced by the Contractor at no additional cost to the Owner. Concrete Reinforcement Leo Carrillo Ranch - Phase One 03200 - 4 1. 2. 3. Bars heated for bending. 4. Bars with kinks or bends not shown on drawings. Bars injured due to bending or straightening. Reinforcement not placed in accordance with the drawings 01 specifications. a 3.05 CLEAN- U P : A. Remove all excess reinforcing materials and debris from site at completion of work. m Concrete Reinforcement Leo Carrillo Ranch - Phase One 03200 - 5 a SECTION 03300 rl) CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions and Special Conditions are a part of this section and contract for this work and apply to this work and apply to this section as fully i repeated herein. 1.02 SUMMARY: A. The work includes the furnishing and installing of cast-in-place concrete worl indicated and specified herein. 1.03 REFERENCES: A. Except as modified by the requirements specified herein or as indicated, v shall conform to the applicable provisions of the following codes and standard 1. 2. American Concrete Institute: ACI 301 -81 Structural Concrete Uniform Building Code, Chapter 26, Concrete. Buildings. ACI 31 8-77 Building Code Requirements for Reinfor Concrete. American Society for Testing and Materials (ASTM): Specifications l standards referred to herein. 3. a 1.04 SUBMITTALS: A. Product Data: Submit manufacturer’s product data with application t installation instructions for proprietary materials and items, such as admixtur curing materials, joint systems. PART 2 PRODUCTS 2.01 MATERIALS: A. Portland Cement: ASTM C 150-81, Type I or II. Type II cement shall meet strength requirements of Type I cement. Use only one brand of cement on project. Normal Weight Aggregate: ASTM C 88-81. Provide aggregate from a sin source for exposed concrete. 1. 2. B. Fine Aggregate: Grade from 1/4 inch to fine. Course Aggregate: Grade from 1/4 inch to maximum size specified each use. Leo Carrillo Ranch - Phase One Cast-In-Place Concr 03300 e C. D. Curing Materials: Water: Clean and potable, free of impurities detrimental to concrete. 1. 2. Burlap: Federal Specification CCC-C-467B. Expansion Joint Filler: Premolded, of sizes and thickness indicated, meeting requirements of ASTM D 1751 -73. Expansion Joint Sealing Compound: Cold-applied poured latex rubber type sealant, meeting requirements of ASTM D 1850-74 (1979). Color to match adjacent surface color. Waterproof Paper and Polyethylene Film: ASTM C 171 -69 (1 980). E. F. G. Curing Compound: ASTM C 309-81, Type 1-D, liquid membrane forming, compatible with finishes scheduled to be applied thereto. Res-x: The Burke Company Hydrocide Curing Compound: Sonneborn Building Products 2.02 MIX DESIGNS: A. Obtain any pay for design of concrete mixers, including recommended amounts of water to be used in the mixes, from a recognized independent testing laboratory. Incorporate concrete into the improvements of the minimum strengths specified. 2.03 CONCRETE STRENGTHS AND PROPORTIONS: A. Provide concrete with the following minimum compressive strengths at 28 days proportioned within the following limits: Minimum Maximum Minimum Location of PSI at Size of Sacks CementMaximum Concrete 28 Davs Auureuate per cu. vd. SlumDs Footings, Walls and Slabs 2500 1 I! 6.0 4" The exact proportions of the mix, including amounts of admixture (if any) and water, will be determined by the Testing Laboratory or batch plant based on cement and aggregate submitted by the Contractor. 8. Leo Carrillo Ranch - Phase One Cast-in-Place Concrete 03300 - 2 2.04 MIXING: A. Use ready-mixed concrete mixed and delivered in accordance with requirements of ASTM C 94-81, and U.B.C. Standard No. 26-13. In the e concrete is mixed at a central batching plant, arrange delivery so inter between batches are kept at a minimum, and in any event are not more thai minutes. Do not add water during transit or at the Project Site without Architect’s approval. Place concrete within 90 minutes after cement has t mixed with aggregate and 45 minutes after addition of water and admixtures. rl) PART 3 EXECUTION 3.01 CONVEYING AND PLACING CONCRETE: A. Notification: Notify the Landscape Architect at least three working day: advance of the placing of any concrete. Soil bottoms for footings and slabs shall be approved before placing concrete Forms: Before placing concrete inspect forms. Remove wood chips, dirt o objectionable materials. Remove temporary bracing and cleats, box opening5 pipes, other devices, secure forms in correct position and make tight, sec reinforcement, anchors, and embedded items in place. Remove set and concrete from forms or reinforcement, clean forms and wash off be proceeding. Remove water and foreign matter from forms and excavations. Pre-soak subgrade in all expansive soil areas prior to pouring operation i sprinkle semiporous subgrades sufficiently to eliminate suction. B. C. D. rl) E. Handling and Depositing: 1. 2. Complete concreting, once started, in a continuous operation until section of approved size and shape is completed. Handle as rapidly as practicable from the mixer to place of final dep by methods which prevent the separation or loss of ingredients. Dep as neatly as practicable, in its final position to avoid rehandling or flowi Do not drop concrete freely where reinforcing will cause segregation, more than four feet. Deposit concrete to maintain a plastic surf approximately horizontal. Do not deposit concrete that has partially hardened in the work. 3. 4. F. Vibrating and Compacting: 1. Consolidate and compact concrete by suitable means during operation of placing and depositing, and thoroughly work aroi reinforcement, embedded items, and in to the concerns of the fort Spade concrete against forms. Use internal vibrators, and keep out of contact with reinforcement and wood forms. Do not use vibrators ii manner that forces mortar between individual form members. Leo Carrillo Ranch - Phase One Cast-In-Place Concr 0330C e 2. Vibrate close to the forms but do not continue at one spot to the extent that large areas of grout are formed or heavier aggregates are caused to settle. Take care not to disturb concrete which has its initial set. 3.02 JOINTS: A. Construction Joints: Provide construction joints in all slabs, beams, walls, and other areas at not over 30 feet in any direction where concrete is exposed to the elements. Locate joints not indicated to least impair strength, appearance of the improvement, acceptable to the Architect. 1. Provide keyways at least 1-1/2 inches deep in all construction joints in walls, slabs and between walls and footings; accepted bulkheads designed for this purpose may be used for slabs. 2. Place construction joints perpendicular to the main reinforcement. Continue reinforcement across construction joints. Clean reinforcement before next pour is made. 3.03 TEMPERATURE REQUIREMENTS: A. Hot weather Requirements: Maximum placing temperature of concrete, when deposited, shall be 80 degrees F. If the weather causes the placing temperature to exceed 80 degrees F., cool the mix by wetting aggregate or other appropriate method approved by the Landscape Architect. 3.04 PATCH I NG : A. Immediately after stripping forms, patch minor defects, form-tie holes, honely- combed areas, before concrete is thoroughly dry. Remove ledges and bulges. Repair gravel pockets by cutting out to solid surface, from key, and thoroughly wet before placing patching mortar. Use patching mortar consisting of one part cement to two parts fine sand; compact into place and neatly finish to match surface. Grind or fill surfaces to produce level, true planes. 3.05 CONCRETE SLAB FINISHES: A. Steel Trowel Finish: Provide slabs with a monolithic steel trowel finish. Screed, wood float, and steel-trowel surfaces. Provide a smooth, hard, dense, impervious surface, free of defects. Finishers shall work from knee boards laid flat upon the surface. Mechanical troweling machines may be used if the desired finish and level tolerances can be obtained by their use. Slab Levels: Finish surfaces true to 1/8 inch to 10 feet on a straight-edge in any direction with maximum high and low variance occurring in not less than 20 feet and with 1/16 inch maximum tolerance in any one running foot. Take care to finish troweling around the edges of the slabs so finish surface edges will be at same elevation as the rest of the top surface of the slab. Use temporary screeds set level at the proper elevations. B. Leo Carrillo Ranch - Phase One Cast-In-Place Concrete 03300 - 4 3.06 PROTECTION AND CURING: A. Protect concrete from injurious action of the elements and defacement di construction operations. Keep concrete in a thoroughly moist condition from the time it is placed UI has cured for at least seven days. Keep forms sufficiently wet to prevent drying out of the concrete. Carefully protect exposed concrete corners from traffic or use which will dan them in any way. Fog spray freshly placed slabs continuously until finishing operations comme Allow no slabs to become dry until curing operations are complete. Cure s with nonstaining curing paper, wet burlap, fog sprays or curing compoi Protect fresh concrete from drying wind, rain, damage, or soiling. Cover expc interior and exterior finished slabs with curing paper lapped 4 inch minimur joints and sealed with waterproof adhesive or masking tape. 0 B. C. D. E. 3.07 CLEAN-UP: A. B. Do not allow any concrete spill or waste on planting areas. Remove all concrete debris and spill from all planting areas, leaving the i clean and free of all noxious materials. e *** End of Section *** Leo Carrillo Ranch - Phase One Cast-In-Place Conc 0330( a SECTION 04230 a REINFORCED UNIT MASONRY PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions are a part of this sectior and the contract for this work and apply to this work and apply to thi: section as fully as if repeated herein. 1.02 SUMMARY: A. The work includes the furnishing and installing of all reinforced concrett unit masonry work, including reinforcing steel as shown and noted on tht drawings and specified herein. 1.03 REFERENCES: A. Except as modified by the requirements specified herein or the details on the drawings, work shall conform to the applicable provisions of the following codes and standards: 1. 2. American Society for Testing and Materials (ASTM): The 3. San Diego Regional Standard Drawings: General Notes for Uniform Building Code, Chapter 24, Masonry. specifications and standards hereinafter referred to. Masonry Walls. e 1.04 QUALITY ASSURANCE: A. Certifications: Furnish a certificate, executed in triplicate, stating that all concrete blocks have been properly and thoroughly cured at the plani before shipment, and that they conform to all of the requirements of this specification. Each certificate shall be signed by the block manufacture1 and shall contain the name of the Contractor, the project location, and the quantity and date or dates of shipment or delivery to which the certificate applies. 1.05 HANDLING AND STORAGE: A. Immediately upon delivery to the site, masonry units shall be stacked under cover or otherwise protected from exposure to the weather and from contact with soil. Care shall be exercised in handling these items to avoid chipping and breakage and to protect them from damage. Use of damaged blocks will not be permitted. Units shall be stored on pallets or temporary wood floors off the ground and out of the way of other trades. Leo Carrillo Ranch - Phase One Reinforced Unit Masonry 04230 - 1 *m PART 2 PRODUCTS 2.01 MATERIALS: A. Concrete Masonry Units: Hollow load-bearing units, conforming to ASTM C 90-81, Grade N, Type 1, medium weight units, except that units shall have a maximum linear shrinkage of 0.06%. Block shall be standard units 8" and 8" x 16" faces by thickness indicated. 1. Concealed units shall be standard color and texture as specified per the Architect. B. Cement: Standard Type II portland cement, conforming to ASTM C 150- 80, low alkali. Lime: Hydrated, conforming to ASTM C 207-79, Type S. Mortar Sand: Natural sand , clean and graded, conforming to ASTM C C. D. 144-76. E. Grout Aggregate: Clean and graded concrete aggregates, conforming to ASTM C 33-81. F. Water: Fresh, clean and potable, and free from such amounts of mineral and organic substances as would adversely affect the hardening of cement mortar. Reinforcing Steel: Furnish and install reinforcing steel for grouted block masonry in accordance with the requirements of Section 03200. STRENGTHS AND COLORS OF MORTAR AND GROUT: Mortar Strengths and Color: Mortar for grouted unit masonry shall be type S mortar in accordance with Chapter 24 of the Uniform Building Code, 1982 Edition and shall have a minimum compressive strength at 28 days at 1800 psi. Mortar shall be colored to match block. Grout Strengths and Color: Strength shall be 2000 psi at 28 days. Color shall be natural. G. 2.02 A. B. PART 3 EXECUTION 3.01 UNIT MASONRY CONSTRUCTION: A. General: Walls shall be straight, plumb and true, with all courses true to line and level, built to dimensions shown. Cells containing reinforcement shall be filled solid with grout, unless otherwise noted on drawings. Blocks shall be laid up in running bond unless otherwise indicated. Leo Carrillo Ranch - Phase One Reinforced Unit Masonry 04230 - 2 B. Joints: Both vertical and horizontal joints shall be uniformly 3/8" to 1/2 thick, with mortar coverage for full shell thickness at both vertical anc horizontal joints. Exposed joints, both vertical and horizontal shall bc concaved. Vertical control joints shall be placed at 32 foot intervals maximum. Joints shall be designed to resist shear and other latera forces while permitting longitudinal movement. Vertical expansion joints shall be placed at 96 foot intervals maximum. Bed Joints: The top surface of the concrete foundations or other be( joints shall be clean, smooth concrete with aggregate exposed before start of laying. Tops of foundations shall be sandblasted, if necessary, tc remove laitance for exposing aggregates in the concrete. Foundatior tops shall be kept clean during the construction by cleaning at least once a day. Where block is to be laid on slabs, bed joints shall be roughenec and cleaned, and a bonding agent shall be applied before laying firsi course of block. Alignment of Vertical Cells: Masonry shall be built to preserve the unobstructed vertical continuity of the cells. The vertical alignment shal be sufficient to maintain a clear, unobstructed vertical flue, measuring noi less than 3" in all directions for grouted masonry. Cleanouts: Cleanout opening shall be provided at the bottoms of cells tc be filled at each lift or pour of grout, when such lift or pour of grout is ir excess of 4'-0" in height. Cleanouts shall be sealed after inspection anc before grouting. a C. D. E. F. Reinforcement: Vertical reinforcing bars shall be held in place by standard reinforcing supports. Horizontal bars shall be tied to vertical bars as the block work progresses and shall be embedded in grout. Ladder reinforcing shall be imbedded in grout. Stagger lapped splices for horizontal wall reinforcing and slab temperature bars by the required lap splice length minimum. Wherever possible, splices of adjacent bars shall be staggered (See Section 03200). a G. Grouting: 1. Grout Mix: Grout shall be designed in accordance with UBC 2403 for manufacturer designed mixes. The use of an admixture for the purpose of reducing water content will be permitted, subject to approval of the admixture, and provided the strength of grout is not impaired. Waterproofing admixture shall be added in amount recommended by the manufacturer but not to the extent that grout strength specified is impaired. 2. Construction: Grout shall conform to applicable requirements of the Uniform Building Code. Grout shall be placed by means of an approved grout pump capable of handling at least 12 cubic yards per hour of the specified 3/8" maximum size aggregate mix. Leo Carrillo Ranch - Phase One Reinforced Unit Masonry 04230 - 3 0 3. High-Lift Construction: At the Contractor's option, grout may be placed by means of the high-lift grouting method under the supervision of a qualified Masonry Inspector, employed and paid for by the Contractor, in which case grouting shall conform to the Uniform Building Code. H. Mortaring: 1. Mortar Mix: Mortar shall be designed and installed in accordance with UBC for manufacturer designed mixes. I. Anchorage items: Bolts, straps, hangers, inserts and other anchorage devices required to support framing and other attachments shall be built- in, unless otherwise indicated, and shall be installed as the masonry work progresses. 3.02 CLEANING: A. After erection and pointing, masonry shall be cleaned down with stiff brushes and water, followed by a thorough rinsing with clean water. 3.03 CURING: A. Attention shall be given to the proper curing of mortar joints as well as the grout concrete pour. The masonry work and the top of the grout pour shall be kept damp but not saturated for at least 7 days to prevent too rapid drying during hot or drying weather, and drying winds. 3.04 PROTECTION: A. Masonry surfaces shall be covered with non-staining waterproof paper when necessary to protect them from rain or from hot, dry weather. Surfaces not being worked on shall be protected. 3.05 TOLERANCES: A. The following tolerances shall apply to the masonry work: 1. 2. Plumb: In adjacent units - 1/8"; in 10 feet- 1/4"; in any story or 20 feet maximum - 3/8" Level: Any bay or 20 feet maximum - 1/4"; in 40 feet or more - 1 /2". *** End of Section *** Leo Carrillo Ranch - Phase One Reinforced Unit Masonry 04230 - 4 SECTION 05990 e MISCELLANEOUS METALS PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions are a part of this sectior and the contract for this work and apply to this work and apply to thi5 section as fully as if repeated herein. 1.02 SUMMARY: A. The work includes the furnishing and installing of all miscellaneous meta work and related connections complete as shown and noted on thc drawings and as specified. 1.03 REFERENCES: A. The editions referenced herein of Federal Specifications (Fed. Spec.) and of the other standards and specifications published by the following organizations, apply to the work only to the extent specified by the reference. 1. Aluminum Association (AA) 2. 3. 4. 5. American Welding Society (AWS). 6. National Association of Architectural Metal Manufacturer’s (NAAMM). 7. Uniform Building Code and Supplementary Ordinances by the City of San Diego. American National Standards Instituted (ANSI). American Institute of Steel Construction (AISC). American Society for Testing and Materials (ASTM). a 1.04 SUBMITTALS: A. Shop Drawings. 1. Submit fully detailed shop drawings of all miscellaneous metal work giving sizes; details of fabrication and construction; methods of assembly and bracing, and locations of hardware, anchors, and all accessories, if required. Drawings shall include all shop and erection details, including cuts, connections, holes, bolts and welds. All welds, both shop and field, shall be indicated by standard welding symbols in AWS D1.l-81. Drawings shall show the size, length and type of each weld. All materials to be brazed or soldered shall have connections indicated by symbols which are industry standards. 2. Leo Carrillo Ranch - Phase One Miscellaneous Metals 05990 - 1 a 3. Contractor shall be responsible for all field fabrication and for correct fitting of metal members shown on shop drawings. No materials shall be fabricated or delivered to the site until the shop drawings have been reviewed and returned to the Contractor. 1.05 FIELD MEASUREMENTS AND TEMPLATES: A. Secure all field measurements required for proper and adequate fabrication and installation of the work. DELIVERY AND STORAGE OF MATERIALS: Deliver material in time to insure uninterrupted progress of the work. Materials shall be stored in a manner to preclude damage and permit ready access for inspection and identification of each shipment. Steel materials either plain or fabricated, shall be stored above the ground upon platforms, pallets, skids, or other supports. Materials shall be kept free from dirt, grease, and other foreign matter, and shall be protected from corrosion. Material showing evidence of damage will be rejected and shall be immediately removed from the work. 1.06 A. PART 2 PRODUCTS 2.01 MATERIALS: A. Steel tubes: shall conform to ASTM A501-81 or A500-82 grade B, and shall be seamless tube. Electrodes: All arc-welding electrodes shall conform to AWS A5.1-788 or A5.5-69 E6OXX or E70XX. B. C. Shop primer for steel, other than galvanized, shall meet Federal Specification TT-P-86G, Type Ill (red lead) or TT-P-645 (zinc chromate). Hinges and latches shall be as shown. All joints and grind welds shall be smooth. Finish shall be as specified on the drawings. D. Leo Carrillo Ranch - Phase One Miscellaneous Metals 05990 - 2 2.02 FABRICATION: A. Materials shall be fabricated and assembled in the shop to the greates extent possible. Shearing, flame cutting, and chipping shall be done carefully accurately. Coordinate all details to concrete or masonry Verify all lines, levels, and dimensions, where possible, just prior tc commencing fabrication of connection details. Correct any work tha does not fit. Schedule and coordinate work under this section with tha specified elsewhere in order to produce a workmanlike installation. When not otherwise shown or specified, comply with all applicable requirements of AlSC "Specifications for Design, Fabrication and Erection of Structural Steel for Buildings". Finished surfaces of all exposed members shall be as specified on plans and be free of any markings, burrs, or other defects. Connections shall be bolted, brazed or welded as indicated. One-sided or other types of eccentric connections will not be permitted. Holes shall be cut, drilled or punched at right angles to the surface of the metal and shall not be made or enlarged by burning. Holes in base or bearing plates shall be drilled. Holes shall be provided in members to permit connecting the work of other trades. 0 B. C. PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS: A. General: All steel and miscellaneous metal work shall conform with the applicable requirements of the hereinbefore referenced 'I Codes and Standards". All details shown are typical. Similar details apply to similar conditions. Drawings shall be checked with the drawings for dimensions, elevation, size, and locations of all installations. All miscellaneous metal items shall be supplied in ample time for incorporation in the work. Include all reinforcing angles, plates, straps, brackets, hangers, clips, lugs, holes, sleeves, shims, etc. as shown or required for erection of steel and miscellaneous metal work and as required to complete the work as shown on the drawings. 3.02 WELDED CONNECTIONS: e A. All welders shall be certified qualified welders. All welders welding light gauge metal shall be qualified for light gauge metal welding. Welded connections shall be made in strict accordance with AWS D1.l- 83. All welding shall be done in the shop unless otherwise shown or specified. B. Leo Carrillo Ranch - Phase One Miscellaneous Metals 05990 - 3 0 C. All welds and other connections exposed in the finished work shall be ground and dressed smooth and so that the shape and profile of the item welded is preserved. 3.03 INSTALLATION: A. Miscellaneous metal items shall be installed as rapidly as the progress of other work will permit. Splices and field connections shall be made with bolts, except where welding or brazing is indicated or approved on the shop drawings. Fasteners shall be installed as specified hereinafter. Metal work shall be set accurately at the established lines and levels. Installation shall be in strict accordance with approved shop drawings and actual conditions, true and horizontal or perpendicular as the case may be, level and square with angels and edges parallel with related lines of the building. After assembly, the various members forming parts of a completed frame shall be aligned and adjusted accurately before being fastened. Tolerances shall conform to the applicable requirements of AlSC "Code of Standard Practice". Contact shall be cleaned before the members are assembled. Poor matching of holes shall be corrected by drilling to the next larger size. B. C. *** End of Section *** Leo Carrillo Ranch - Phase One Miscellaneous Metals 05990 - 4 SECTION 06200 a FINISH CARPENTRY PART 1 GENERAL 1.01 QUALITY ASSURANCE: A. Regulatory Requirements: Comply with applicable provisions of the folk codes and standards, unless modified by the specifications or drawings. 1. 2. Uniform Building Code, current edition, Chapter 25, "Wood". Woodwork Institute of California (WIC) Publication: Manual of Millw 1987 Edition and Amendment 3,1986. 1.02 SUBMITTALS: A. Shop Drawings. 1. Submit fully detailed shop drawings of all miscellaneous wood work E sizes; details of fabrication and construction; methods of assembly bracing, and locations of hardware, anchors, and all accessoric required. 2. Drawing shall include all shop and erection details, including connections, holes, bolts and welds. All connections both shop and shall be indicated by standard symbols. Drawings shall show the length and type of each connection. All materials to be brazed or solc shall have connections indicated by symbols which are industry standai Contractor shall be responsible for all field fabrication and for correct i of wood members shown on shop drawings. No materials sha, fabricated or delivered to the site until the shop drawings have reviewed and returned to the Contractor. a 3. 1.03 FIELD MEASUREMENTS AND TEMPLATES: A. Secure all field measurements required for proper and adequate fabrication installation of the work. 1.03 DELIVERY AND STORAGE: A. Deliver millwork to the job site in an undamaged condition. Stack materia ensure ventilation and drainage and protect against dampness before and delivery. Store materials under cover in a well-ventilate enclosure and pr against extreme changes in temperature and humidity. Do not store produci slabs until wet trade materials are dry. Deliver material in time to ir uninterrupted progress of the work. e Leo Carrillo Ranch - Phase One Finish Carp 062( PART 2 - PRODUCTS 2.01 GRADE STAMPS: A. Hardwood: Each sheet of hardwood shall bear the mark of a recognized association or independent inspection agency that maintains continuing control over the quality of the hardwood. The mark shall identify the hardwood by species group or span rating, and shall show exposure durability classification, and grade. D.F. Species: Premium select grade in accordance with the AWI; maximum moisture content of 6% D.F. species, vertical grain, of quality capable of painted surface. 2.02 FI NlSH MATERIALS: B. A. B. See drawings for grades for specific uses and locations. Design and Construction Features: Comply with details shown for profile and construction of entry, access and maintenance gates and where not otherwise shown, comply with applicable Quality Standards. PREPARATION OF FINISH CARPENTRY ITEMS FOR FINISHING Sand work smooth and set exposed nails. indentation and leave ready to receive site applied finishes. Brush apply only. Preservative treat surfaces in contact with cementious materials or soil material. 2.03 A. Apply wood filler in exposed nail B. 2.04 ACCESSORIES: A. Provide fasteners properly selected for the material to be Fastened and the substrate to which the material will be fixed, Designed to develop proper and adequate strength commensurate with the use. Bolts, nuts, and washer where exposed to elements shall be hot-dipped galvanized, conforming to ASTM A-1 53- 67. 1. 2. Nails: Common wire. Use galvanized nails for all exposed framing. Bolts: Standard mild steel, square or hexagonal head machine bolts with matching nuts and cut washers, or carriage bolts with square nuts and cut washers as indicated. Lag Bolts and Screws: Conform to Federal Specification FF-B-561B, of sizes shown or noted on drawings. Lumber for shimming, blocking, softwood lumber of D.F. species. Toggle Bolts: Galaanized conforming to Federal Specifications FF-B-588B (2), of sizes shown or noted on drawings. Concrete and Masonry Anchors: Where anchors are not included in the concrete or masonry construction, anchors shall be galvanized machine screws or bolts with standard expansion-shield type concrete anchors, 3. 4. 4. 5. Leo Carrillo Ranch - Phase One Finish Carpentry 06200 - 2 “Wej-It” Concrete Anchors, as manufactured by “Wej-It” Expa Products, Inc. PART 3 EXECUTION 3.01 INSPECTION: m A. Examine the areas and conditions under which work of this Section w performed. Correct conditions detrimental to the proper and timely complet the work. Do not proceed until unsatisfactory conditions have been corrected. 3.02 WORKMANSHIP: A. All carpentry shall produce joints true, tight, and well nailed, with all men assembled in accordance with the Drawings and with all pertinent codes regulations. B. Selection of Lumber Pieces: 1. Carefully select all members. Select individual pieces so that knot: obvious defects will not interfere with placing bolts or proper nailir making connections. Cut out and discard all defects which will render a piece unable to set- intended function. Lumber may be rejected by the Owner, whether or has been installed, for excessive warp, twist, bow, crook, mildew, fungi mold, as well as for improper cutting and fittings. 2. 0 3.03 INSTALLATION: A. Exterior millwork and trim shall not be installed until the concrete work is thoro1 dry. B. Nailing: Secure all interior finish work with finishing nails, bolts or screw required, unless otherwise indicated. Set nails and screws for putty stopping. Complete the assembly of units and install in the areas indicated, inch hardware and accessories. ADJUSTMENT, CLEAN IN G FIN ISH I NG AND PROTECT1 ON: Repair damaged and defective woodwork wherever possible to eliminate de functionally and visually; where not possible to repair properly, replace woodv Adjust joinery for uniform appearance. C. 3.04 A. B. Clean woodwork on exposed and semi-exposed surfaces. Touch-up shop-ap finishes to restore damaged or soiled areas. Refer to Section 09900 Painting for final finishing of installed woodwork or si samples for approval by Owner. C. Finish Carp 062( e Leo Carrillo Ranch - Phase One D. Protection: Installer of woodwork shall advise Contractor of procedures required to protect woodwork during remainder of construction period to ensure that work will be without damage or deterioration at time of acceptance. 3.05 CLEANING UP: A. Keep the premises in neat, safe, and orderly condition at all times during execution of this portion of the work, free from accumulation of sawdust, cut ends, and debris. *** End of Section *** Leo Carrillo Ranch - Phase One Finish Carpentry 06200 - 4 SECTION 091 50 I) STUCCO PART 1 GENERAL 1.01 GENERAL CONDITIONS: A. The General Conditions, and Special Conditions are a part of this sectior and the contract for this work and apply to this work and apply to thi! section as fully as if repeated herein. 1.02 SUMMARY: A. The work includes the surface preparation, and application for stuccoing. 1.03 APPLICABLE PUBLICATIONS: A. The publications listed below form a part of this specification to the exten’ referenced. The publications are referred to in the text by the basic designation only. 1. aB C 150-81 Portland Cement American Society for Testing Materials (ASTM) Publications: C 144-81 Aggregate for Masonry Mortar C 206-79 Finishing Hydrated Lime 1.04 SUB M I TTALS: A. Samples: Provide sample panel of each textured finish on built/wall exhibit. Sample pane@) shall show the color and texture for stucco. Erect approved samples panel(s) at the project site, or as otherwise directed. Finished stucco work shall match the approved sample panel(s). B. Manufacturer’s Certificates of Conformance: Submit manufacturer’s certificates attesting that the materials meet the requirements specified. 1.05 DELIVERY AND STORAGE: A. Deliver manufactured materials in the manufacturer’s original unbroken packages or container which are labeled plainly with the names and brands. Keep cementitious materials dry and stored off the ground, under cover, and away from sweating walls and other damp surfaces until ready to be used. Leo Carrillo Ranch - Phase One stucco 09150- 1 a 1.06 ENVIRONMENTAL CONDITIONS: A. Stucco: Maintain an ambient temperature of not less than 40 degrees F continuously where plastering and stuccoing work will be done. Maintain this temperature for not less than 48 hours prior to the application of stucco, while the stuccoing is being done, and during the curing operation. PART 2 PRODUCTS 2.01 MATERIALS: A. Provide materials conforming to the respective specifications and the requirements specified herein. I. Portland Cement: ASTM C 150, gray Portland Cement Type I or It; White Portland Cement, Type I. 2. Plastic Cement: ASTM C 150, Type I or II, except for the limitations on insoluble residue, air entrainment, and additions subsequent to calcination. Plasticizing agents may be added to Portland Cement Type I and II in the manufacturing process, but not in excess of 12 percent of the total volume. Hydrated Lime: ASTM C 206, Type S. Sand for Stucco: ASTM C 144, except gradation of sand shall conform to the following requirements. 3. 4. Aggregate. 5. Sand Gradation for Basecoat: Percentage retained by (weight plus or minus 2 percent on each size): Sieve Size Minimum Maximum 0 Number 4 -__-- Number 8 0 10 Number 16 10 40 Number 30 30 65 Number 50 70 90 Number 100 95 100 Sand Gradation for Finish Coat: Sand for the finish coat shall be white and shall be graded within the limits shown above for basecoats, except that all of the sand shall pass the No. 8 sieve for smooth finish and all of the sand shall pass the No. 30 sieve. Leo Carrillo Ranch - Phase One stucco 09150- 2 6. Water: Clean, fresh, suitable for domestic consumption, and fret from such amount of mineral and organic substances as woulc affect the hardening or durability of the stucco. a 2.02 PROPORTIONING AND MIXING: A. Except where specified otherwise, materials are specified on a volumc basis and shall be measured in approved containers which will insure tha the specified proportions will be controlled and accurately maintainec during the progress of the work. Measuring materials with shovels "shove count" will not be permitted. Stucco shall be prepared for use by thc addition of water only. B. Basecoat Proportions: 1. Stucco Basecoats: Mix scratch coat in the proportion of one par by volume of Portland Cement to not more than %I part by volume of hydrated lime and not less than 2-1/2 nor more than 4 parts b) volume of damp loose sand. Mix brown coat in the proportion o by volume one part by volume of Portland Cement to not more than Y2 part hydrated lime and not less than 3 nor more than E parts by volume of damp loose sand. Workability shall govern the actual amount of lime and sand used in the scratch and browr coats. Stucco: Mix scratch coat in the proportion of one part by volume of plastic cement to not less than 2-1/2 nor more than 4 parts by volume of damp loose sand. Mix brown coat in the proportion of one part by volume of plastic cement to not less than 3 nor more than 5 parts by volume of damp loose sand. Brown coats shall have the same proportion of sand used in the scratch coat or a greater proportion of sand than used in the scratch coat, within the limit specified. 2. e 2.03 FINISH COAT PROPORTION: A. Stucco Finish Coat: Mix finish in the proportion of one part by volume of Portland Cement to not less than 1-1/2 nor more than two parts by volume of damp loose sand. Workability shall govern the actual amount of lime and sand used in the finish coat, within the limits specified herein. Portland Cement for stucco finish shall be white. Approved coloring compounds shall be added to produce the required color. Prepared stucco finish containing not less than one-third Portland Cement by weight may be provided, as approved. Stucco Finish Coat: Mix finish coat in the proportion of one part by volume of plastic cement to not more than 3 parts by volume of damp loose sand. B. Leo Carrillo Ranch - Phase One stucco 09150- 3 a 2.04 MIXING: A. Mix materials in approved mechanical mixers of the type in which the quantity of water can be controlled accurately and uniformly, except that finish coats containing lime may be hand mixed. While the mixer is in continuous operation, add approximately 90 percent of the estimated quantity of water, half of the sand, all of the cementitious materials, and the other one-half of the sand shall be introduced into the mixer in that sequence and mix thoroughly with the remainder of the water until the mixture is uniform in color and consistency. Avoid excessive mixing or agitation. Discard stucco which has begun to set before it is used; retempering will not be permitted. Do not use frozen, caked, or lumped materials. Empty mixer and mixing boxes completely after each batch is mixed. Mix ready-mixed stucco in accordance with the manufacturer’s printed instructions. PART 3 EXECUTION 3.01 PREPARATION OF SURFACES: A. Clean surfaces to which stucco is to be applied of all projections, dust, loose particles, grease, bond breakers, and other foreign matter. Do not apply stucco directly to (1) surfaces of masonry or concrete that have been coated with bituminous compound or other waterproofing agents, or (2) to surfaces that have been painted or previously plastered. Before stucco work is started, wet masonry surfaces thoroughly with a fine fog spray of clean water to produce a uniformly moist condition. 3.02 APPLICATION OF STUCCO: A. General: Stucco may be applied by hand or by machine. When plastering machine is used, the fluidity to stucco shall be controlled to have a slump of not more than 2-1/2 inches when tested using a 2-by 6- inch high slump cone. Subsequent to determining water content to meet this slump, do not add additional water to the mix. Conduct the slump test according to the following procedure. 1. 2. Place cone on level, dry, non-absorptive base plate. While holding cone firmly against base plate, fill cone with plaster taken directly from the hose or nozzle of the plastering machine, tamping with metal rod during filing to release air bubbles. Screed off plaster level with top of cone. Remove cone by lifting it straight up with a slow and smooth motion. Place cone in a vertical position adjacent to free plaster sample using care not to jiggle base plate. Lay a straightedge across top of cone, again being careful not to vibrate cone. Measure slump in inches from the bottom edge of the straightedge to the top of the slumped plaster sample. 3. 4. 5. Leo Carrillo Ranch - Phase One stucco 091 50- 4 B. Workmanship: Apply stucco in three coats. Base coats shall be appliei with sufficient pressure and stucco shall be sufficiently plastic to provide I good bond to bases. Base coats shall be worked to screeds at interval of from 5 feet to 8 feet. Finish work level, plumb, square, and true, withii a tolerance of 1/8-inch in 8 feet, without waves cracks, blisters, pit cracking, discoloration, projections, or other imperfections. Form wor carefully around angles and contours, and well up to screeds. Speck care shall be taken to prevent sagging and consequent dropping c applications. There shall be no visible junction marks in finish coat wherc on day’s work adjoins another. a 3.03 STUCCO: A. Apply base coats with sufficient pressure to curl the keys around the bacl of metal lath or wire fabric. Apply in three coats to a thickness of not less than 1 inch for the stucco Apply the scratch coat no less than 3/8-inch thick, lightly scort horizontally, and moist cure for not less than 24 hours. Apply the browr coat after the scratch cost has been aged at least 24 hours in addition tc the moist curing period. Apply the brown coat to bring the base coat oui to the screeds, compact and straighten to a true surface with rod anc darby, and float to receive the finish coat. After the brown coat has beer moist cured for not less than 24 hours and aged at least an additional E days, apply the finish coat to a thickness of not less than 118 inch. Where any previous coat has become dry, dampen the surface evenly witl- water, prior to the application of the next coat. Finish coat for stucco shal be of the color and texture selected. Moist cure stucco for 24 hours usin$ a fine fog spray of water and apply to the finish coat as frequently a: required to prevent dry-out of the stucco. Do not stucco the point wherc free water stands on the surface. Prevent staining of the finish coat. B. e 3.04 PATCHING AND POINTING: A. Upon completion of the walls, cut out and patch loose, cracked, damaged, defective stucco areas or open joints. Patching shall match existing work in texture and color, and shall be finished flush with stucco previously applied. Do all pointing and patching of stuccoed surfaces and stucco work abutting or adjoining any other finish work in a great and workmanlike manner. Remove stucco droppings or spatterings from all surfaces. Leave clean, exposed stuccoed surfaces, in condition ready to receive paint or other finish. Remove protective covering from floors and other surfaces, and all rubbish and debris from the building. *** End of Section *** Leo Carrillo Ranch - Phase One stucco 091 50- 5 a SECTION 09900 e PAINTING PART 1 GENERAL 1.01 DESCRl PTION: A. Definitions: The term "paint", as used herein, means all coating system materials including primers, paints, stains, epoxy, enamels, sealers fillers, and other applied materials whether used as prime, intermediate or finish coats. 1.02 QUALITY ASSURANCE: A. Paint Coordination: 1. Review other Sections of these Specifications as required verifying the prime coats to be used and assuring compatibility o the total coating system for the various substrata. Notify the Owner in writing of anticipated problems in using tht specified coating systems over prime coating supplied under othe Sections. 2. 1.03 SUBMITTALS: a A. Manufacturers' Data; Submit: 1. Complete materials list. 2. Manufacturers' specifications and other data required to demonstrate compliance. B Samples: samples for review. 1. Following the selection of colors by the Architect, submii Painted metal samples shall be prepared on 1 'I diameter 24" long galvanized pipe sections, and shall be arranged in a stair step manner so all required coats show. Stain or natural finish samples shall be prepared on a 1x4~24 inches long sample of the surface type scheduled for staining. 2. 1.04 PRODUCT HANDLING: A. Deliver all materials to the job site in original, new, and unopened containers bearing the manufacturer's name and label. Provide proper storage to prevent damage to, and deterioration of, paint materials. B. Painting 09900 - 1 * Leo Carrillo Ranch - Phase One C. Use all means necessary to protect the materials of this Section before, during, and after installation and to protect the work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the approval of the Owner and at no additional cost to the Owner. D. 1.05 JOB CONDITIONS: A. Surface Temperatures: Do not apply stains or paints when the temperature of surfaces to be painted and the surrounding air temperature are below 45 degrees F., or above 100 degrees F., unless otherwise permitted by the manufacturer’s printed instructions. Weather Conditions: Do not apply paint in extreme heat; during heavy wings, in rain, or fog, or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the Landscape Architect. REGULATORY R EQU I REM ENTS: All material and application of material shall comply with all air pollution control regulations. B. 1.06 A. 1.07 EXTRA STOCK: A. Amount: Upon completion of the work of this Section, deliver to the Owner an extra stock equaling 10% of each color, type, and gloss of paint used on the Work, but not more than five gallons for each. Packaging: contents and location used. B. Tightly seal each container and clearly label with the 1.08 Guarantee: A. Guarantee the painting work, in writing, against peeling, fading, cracking, blistering, or crazing for a period of two years from the time the Notice of Completion if filed. PART 2 PRODUCTS 2.01 PAINT MATERIALS: A. Design is based on use of paint products manufactured by Olympic Stain, Frazee Paint Company, and Sinclair Paint Company. Equivalent products of other manufacturers may be substituted upon approval of the Owner. Leo Carrillo Ranch - Phase One Painting 09900 - 2 B. Colors and Glosses: The Architect will select colors and glosses to bc used in the various types of paint specified and will be the sole judge o acceptability obtained from the materials. * C. Undercoats and Thinners: Provide undercoat paint produced by thf same manufacturer as the finish coat. Use only the thinner: recommended by the paint manufacturer, and use only to thc recommended limits. Insofar as practicable, use undercoat, finish coat and thinner material as parts of a unified system of paint finish. 2.02 APPLICATION EQUIPMENT: A. For application of the approved paint, use only such equipment as is recommended for application of the particular paint by the manufacture1 of the particular paint. Compatibility: Prior to actual use of application equipment, use all means necessary to verify that the proposed equipment is actually compatible with the material to be applied and that the integrity of the finish will noi be applied and that the integrity of the finish will not be jeopardized by use of the proposed application equipment. B. 2.03 OTHER MATERIALS: A. All other materials, not specifically described but required for a complete and proper installation of the work of this Section, shall be new first- quality or their respective kinds, and as selected by the Contractor subject to the approval of the Landscape Architect. 4b PART 3 EXECUTION 3.01 SURFACE CONDITIONS PROVIDED BY OTHER TRADES: Inspection: Prior to installation of the work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that painting may be completed in strict accordance with the original design and with the manufacturer’s recommendations. Discrepancies: Do not proceed in areas of discrepancy until all such discrepancies have been fully resolved. A. B. 3.02 MATERIALS PREPARATION: A. Mix and prepare painting materials in strict accordance with the manufacturer’s recommendations. Store materials not in actual use in tightly covered containers. B. e Leo Carrillo Ranch - Phase One Painting 09900 - 3 C. Maintain containers used in storage, mixing, and application of paint in a clean condition, free from foreign materials and residue. Stirring: Stir all materials before application to produce a mixture of uniform density, and as required during the application of materials. Do not stir into the material any film which may form on the surface. Remove the film and, if necessary, strain the material before using. D. 3.03 SURFACE PREPARATION: A. Perform all preparation and cleaning procedures in strict accordance with the paint manufacturer’s recommendations. Remove all removable items which are in place and are not scheduled to receive paint finish, or provide surface-applied protection prior to surface preparation and painting operations. Following completion of painting in each space or area, reinstall the removed items by using workmen skilled in the necessary trades. Clean each surface to be painted prior to applying paint or surface treatment. Remove oil and grease with clean cloths and cleaning solvents of low toxicity and a flash point in excess of 100 degrees F., (38 degrees C.) prior to start of mechanical cleaning. Schedule the cleaning and painting so that dust and other contaminants from the cleaning process will not fall onto wet newly painted surfaces. Preparation of Wood and Stone surfaces: 1. 2. B. C. D. E. F. G. Clean all surfaces until they are free from dirt, oil, and all other foreign substance. Smooth all surfaces exposed to view, using the proper sandpaper. Where so required, use varying degrees of coarseness in sandpaper to produce a uniformly smooth and unmarred wood surface. Unless specifically approved by the Owner do not proceed with painting of wood surface until the moisture content of the wood is 12% or less. 3. H. Preparation of metal surfaces: 1. Thoroughly clean all surfaces until they are completely free from dirt, oil, and grease. Clean cutting oil from exposed pipes. On galvanized surfaces, use solvent for the initial cleaning and then treat the surface thoroughly with phosphoric acid etch. Remove all etching solution before proceeding. 2. Leo Carrillo Ranch - Phase One Painting 09900 - 4 3. 4. Allow to dry thoroughly before application of paint. Apply primer if required on the same day pretreatment i: 0 applied. 3.04 PAINT APPLICATION: A. Brush and Roller Application: Apply all coats onto the surfaces in ar even film. Cloudiness, spotting, holidays, laps, brush or roller marks runs, sags, ropiness, and other surface imperfections will not bc acceptable. Spray Application: Wherever spray application is used, apply each coa to provide the equivalent hiding of brush-applied coats. Do not doublc back with spray equipment for the purpose of building up film thickness o two cost in one pass. B. C. Drying: 1. Allow sufficient drying time between coats. Modify the period as recommended by the material manufacturer to suit adverse weather conditions. 2. Oil-base and oleo-resinous solvent-type paints shall be considered dry for recoating when the paint feels firm, does noi deform or feel sticky under moderate pressure of the thumb, and the application of another coat of paint does not cause lifting or loss of adhesion of the undercoat. Completed work shall match the approved samples for color, texture, and coverage. Remove, refinish, or repaint all work not in compliance with specified requirements. D. a E. Work Not Included: 1. 2. Do not include painting which is specified under other Sections. Unless otherwise indicated, painting is not required on surfaces in concealed areas and inaccessible areas such as furred spaces, pipe spaces, and duct shafts. Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finished materials will not require painting under this Section except as may be specified herein. Do not paint any moving parts of operating units; mechanical or electrical parts such as valve operators, linkages, sinkages, sensing devices, and motor shafts, unless other wise indicated. Do not paint over any required labels or equipment identification, performance rating, name or nomenclature plates. 3. 4. 5. e Leo Carrillo Ranch - Phase One Painting 09900 - 5 F. Metal, Galvanized (steel fencing light post and bridge guardrails): 1. Gates - Connections, bolts and anchors, color to match weathered theme and style of existing park site amenities. G. Wood: 1. Gates Panels, Posts - Color: White to theme and style of existing park site. *** End of Section *** Leo Carrillo Ranch - Phase One Painting 09900 - 6 W e 2811 FEE xt2y 2OcjO log $$I DfE@ CUJ@'{ pEg@j@;:'S O'F] FEES: &@( Recording requested by: 1 ) CITY OF CARLSBAD ) ) When recorded mail to: ) ) City Clerk 1 City of Carlsbad ) 1200 Carlsbad Village Dr. ) Carlsbad, CA 92008 1 OFFICIAL PECfj?n$ E$Ek&$' 1. SflITH? L@!T*{ P";@Q lll~~ll~~ll~lll~~ll~~lll Space abob, -. - 2000-0070373 F?? NOTICE OF COMPLETION ";- Notice is hereby given that: 1. The Undersigned is owner of the interest or estate stated below in the hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, C 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was complc November 22, 1999. 6. The name of the contractor, if any, for such work of improvement is R. Fox Const 7. The property on which said work of improvement was completed is in the Carlsbad, County of San Diego, State of California, and is described as Carrillo Phase IA, Project No. 3456-A. 8. The address of said property is within the limits of the City of Carlsbad. CITY OF CARLSBAD F.4 VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Villagc Carlsbad, California, 92008; the City Council of said City on January 11 accepted the above described work as completed and ordered that a Notice of Cor be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 12 , 2000, at Carlsbad, California. City Clerk LORRAINE M. WOOD, City Cleri 1 n w 5 PI 2 53 ** FI 2 5 H u 2 u g -2- W 0 43 CITY OF CARLSBAD -AGENDA BILL AB# 15, S6s TITLE: DEPT. HD. CITY ATTY. 3 MTG. 1/1 I /ZOO0 DEPT. ENG CONTRACT NO. 3456-A CITYMGR. d NOTICE OF COMPLETION FOR THE CARRILLO RANCH - PHASE IA PROJECT e-- RECOMMENDED ACTION: Adopt Resolution No. ZLWc(3 accepting the construction of the Carrillo Ranch IA, Project No. 3456-A, as complete and directing the City Clerk to record a I\ Completion and release bonds in accordance with State Law and City Ordinances. ITEM EXPLANATION: On, March 16, 1999, R. Fox Construction was awarded a contract in the an $413,721 for construction of the Carrillo Ranch - Phase 1A project. This project c of perimeter walls and fencing of the Rancho Carrillo Historical Site. R. Fox Construction completed the work on November 22, 1999. City fora inspected said work and found it to be satisfactory. Staff recommends formal acc by the City Council. FISCAL IMPACT: A summary of the final project cost is as follows: EXHIBITS: 1. Location map. 2. Resolution No. Jdo*?Ijl 3. Notice of Completion. 1 2 3 4 5 6 7 0 9 10 11 12 13 14 l5 16 17 l8 19 20 21 22 23 24 25 26 27 28 / e Ir RESOLUTION NO. 2000-13 A RESOLUTfON OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING THE CONSTRUCTION OF CARRILLO RANCH - PHASE ?A, PROJECT NO. 3456-A. \” WHEREAS, the construction of the Carrillo Ranch - Phase 1A project hz satisfactorily completed; and WHEREAS, the formal project Notice of Completion has been prepared; and WHEREAS, all project costs have been established to date. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Ci California, as follows: 1. That the above recitations are true and correct. 2. That the construction of Carrillo Ranch - Phase IA, specifically iden‘ Project No. 3456-A, is deemed complete and hereby accepted. 3. The City Clerk of the City of Carlsbad is hereby authorized and din execute the Notice of Completion and have same recorded. 4. That bonds will be released in accordance with State Law and City Ordin; PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsl , 2000 by the following vote, to 1 Council held on the llthday of JANUARY AYES: Council Members Lewis, Hall, Finnila, Nygaard, Kulchin NOES: None ABSENT: None ii , ALwHdL. RAUTENKRANZ, City Clerk (SEAL) LORRAINE M. WOOD, City Clerk