Loading...
HomeMy WebLinkAboutStraub, Mike; 1979-10-17; 1069CITY OF CARLSBAD SAN DIEGO .IOUNTY CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR CONSTRUCTION OF HAGEE PARK CONTRACT NO, D59 JULY, 1979 TABLE OFCONTENTS PAGE ITEM 1 NOTICE INVITING BIDS 3 PROPOSAL 6 BIDDER'S BOND 7 DESIGNATION OF SUBCONTRACTORS 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY, TECHNICAL ABILITY AND EXPERIENCE 9 CONTRACT 11 LABOR AND MATERIAL BOND 13 PERFORMANCE BOND 16 SPECIAL PROVISIONS 25 UNIT PRICE BREAKDOWN 27 TECHNICAL PROVISIONS 89 SUCCESSFUL BIDDER'S PRICE REPORT 93 CERTIFICATE OF COMPLIANCE AND NONDISCRIMINATION PROVISIONS 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 TELEPHONE: (714) 729-1181 JULY 26, 1979 ADDENDUM NO. 1 PROJECT: CONSTRUCTION OF MAGEE PARK CONTRACT NO. 1069 ITEM 1 - BENCHMARKS A. Benchmark for vertical control shall be: brass plug on southeast corner of Carlsbad Boulevard and Cypress Street. Elevation = 48.22 (City of Carlsbad). B. Benchmark for horizontal control shall be: FD Nail at intersection of centerlines of Beech Street and Garfield Street. ITEM 2 - OLD CITY HALL BUILDING A. B. C. Grading plan - sheet 3 - Delete mounding shown. Assure positive drainage away from building at 1% minimum slope for ten feet in all directions. Grade to drain area with surface drainage swale as shown on sheet 3. Irrigation plan - sheet 5 - Revise irrigation in area of building as shown on drawing A, this addendum. Landscape tree plan - sheet 10 - Revise locations of Pinus Torreyana in area of building as shown on drawing B, this addendum. x~» •-/> C (/\t'~* l>—<^>V Les Evans City Engineer LE:VEB ffl -a f ¥£ M r-B/<f|itf B*r P U M PPAWIN TO /' -V-AI ,* 1200 ELM AVENUE \ ' \ /' t ' ^ TELEPHONE: CARLSBAD. CALIFORNIA S2008 i '-.'''*!,/ , ' J (714)729-1181 August 9, 1979 PROJECT: CONSTRUCTION OF MAGEE PARK - CONTRACT NO. 1069 Tne following changes are made to the project specifications and plans. SPECIFICATIONS On page 24, delete the seven lines at the top of the page. No sign is required for this project. On pages 27 and 28, under "TECHNICAL PROVISIONS, SECTION A - EARTHWORK," replace the existing paragraphs 5 and 6 with the following: "5< LAYOUT OF WORK The Contractor shall notify the City for the need of City-supplied survey ser- vice, as required to accurately locate and record positions and finish grades from approved permanent bench mark arid datum elevations and dimensions as shown on the Plans. Notification to be made 48 hours prior to need. 6. RESTROOM SITE, PARKING LOT, SHUFFLEBOARD COURTS & HORSESHOE PITS Clear the areas to be filled or excavated of all objectionable material. Restroom Site: Shall be graded to rough grade and the exposed surface in- spected by a City-supplied engineer for the presence of potentially expansive clay. If expansive clay is present, it shall be scarified to a minimum depth of 24" below rough grade and recompactea as per recommendation of the City Engineer with nonexpansive soil. Parking Lot & Shuffleboard Courts: Shall be graded to rough grade. If ex- pansive clay is "present the areas" shall be scarified to a depth of 8" below rough grade - recompaction as per recommendation of the City Engineer. Above-mentioned inspections and recommendations shall be the responsibility of the City of Carlsbad." On page 69, under "MISCELLANEOUS CONSTRUCTION ITEMS," add the following items: "11. CONCRETE REMOVAL All existing concrete walks are to be removed to the existing steps. Existing steps are to remain. Exercise care in removal around time capsule. Dispose of concrete off-site. Addendum No. 2 Page 2 "12. COORDINATION Contractor of this project will coordinate and cooperate with contractor of City of Carlsbad Contract No. 1059, Street. Improvements in Beech Avenue, Gar- field Street and Carlsbad Boulevard projects as appropriate." PLANS Railroad Tie Tree Well Delete tree well shown on sheet 2 and detail H sheet 12. Grades to be as shown on sheet 3. Crown away from existing grade at tree (approximately elev. 56.3) to meet new grades shown. Delete bark shown under tree on sheet 11 and continue lawn under tree. Bench Installation Concrete footings in planting areas for benches shown on sheet 2 and detail G, sheet 13 shall be eight-inch diameter augured holes, twelve inches minimum deep (typical six places). Top of footing to be one inch above final finish grade, with top crowned 1/4" and smooth trowel finished where exposed around wood runner. Irrigation Heads Four heads shown half colored along Beech Avenue to be Toro 570P-15-H pop-up half circle heads. Colored head adjacent to backflow preventer to be Toro 570S-15-F full circle shrub head. To clarify proper identification of shrub or pop-up heads, see note 3, sheet 5. Les Evans City Engineer LE:JNNE:VEB 1200 ELM AVENUE || J^SS M TELEPHONE: CARLSBAD. CALIFORNIA 92008 S-SwHI/ !^IP (714)729-1181 €itp of Carfaftab AUGUST 16, 1979 ADDENDUM NO. 5 PROJECT: CONSTRUCTION OF MAGEE PARK - CONTRACT NO. 1069 Make the following changes, deletions or additions to the plans and specifications of the above project. 1. BIRDBATH - Delete all references to a birdbath (page 3A, item 4). 3/4" stub out shov/n on sheet 5 and gate valve to remain. (Locate gate valve in planting area.) 2. MOW STRIPS - Concrete - Southwest and northeast of front of exist- In^ Magee House, rear of house, and around rear of seating area. Lengths as shown. 2x6 Redwood Header - Around gravel at barn and out- house; southwest corner of shuffleboard courts v/est to sidewalk; along the north property line as shown; and at horseshoe courts. Lengths as shown. 3. GRAVEL - Provide 1" layer of 1/2" size concrete rock. 4. DRINKING FOUNTAINS - Two only required. One Haws Model Mo. 1010 and one Model No. 3174. Provide unit prices for each. 5. PERMITS AND FEES - As required by the City of Carlsbad at no fee. 6. TEMPORARY UTILITIES - Contractor shall arrange and pay for all temporary• utilities necessary for proper completion of work under this contract. 7. BIKE RACK - Delete from unit price breakdown, page 25. 8. UNIT PRICES - Item 3 - Benches refer to those on detail G, sheet 13, J_t_ern_j_0 - Refers to remainder of benches; change to 8 each. Item 11 - Change to 10 each. 9. PARKING LOT CURB - To conform to detail A, sheet 12. 10. DRIVEWAYS - To conform to Regional Standard Drawing No. G-14. 11. CONCRETE JOINTS - To conform to Regional Standard Drawing No. G-9. ADDENDUM NO. 3 August 16, 1979 ' 12. TREE REMOVAL - Delete removal of tree at corner of Beech Avenue and Carlsbad Boulevard (on Carlsbad Boulevard) from work under this contract. 13. SHUFFLEBOARD COURT - Integrally colored concrete is an acceptable substitute for staining indicated on detail F, sheet 13. 14. BOLLARD - Telephone number for Spring City Electrical is (215) 948-4000. 15. TESTS - Required tests will be the responsibility of the City of Carlsbad. 16. ENCROACHING FENCE - City of Carlsbad to investigate and recommend action required (not part of bid). 17. SIDEWALKS - To be six feet (6') wide minimum. Change detail A, sheet 13, to read 6'. 18. BARBEQUE - Unit No. is 57; change detail B, sheet 13. 19. SLUMP BLOCK (RESTROOM) - Change to standard gray 8" x 8" x 16" block (rake horizontal joints and strike vertical joints flush). Revise section D of specifications, item 2a. 20. ROOFING - Roof deck plywood shall be minimum 1/2" exterior ply- wood. Revise section G, item 7b. 21. TRASH RECEPTACLE - Form, Inc. model A trash enclosure without lid is an acceptable substitute for detail I, sheet 12. 22. TRASH AREA - Trash area north of parking lot is to be enclosed with 8" x 8" x 16" concrete block wall, on two sides and rear only, 6' high, 9' deep and 12' wide. Footing to be 12" deep and 24" wide, Reinforce with #4 rebar at 24" o.c. vertical and 2-#4 at 40" o.c. horizontal. Solid grout with 2" thick concrete block with capped joints and finish to match restroom walls. 23. BID OPENING - Bid opening date is changed to 4:00 p.m. on August 28, 1979. Les Evans City Engineer Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received, at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 p.m. on the 21st day of Au.gu.st > 19_Z9_> at which time they will be opened and read for performing the work as follows: • Construction of Magee Park - Contract No. 1069 258 Beech Avenue Carlsbad, California. Said work shall be performed in'strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Public Works Department. Ref- erence is hereby made to said specifications for full particu- lars and description of said work. No bid will be received unless it is made on a proposal form furnished by the Public Works. Department. Each .bid must be accompanied by cash, certified check or bidder's bond made payable to the City of-Carlsbad for an amount equal to at least ten percent (10%) of the amount of bid; said guaranty to be for- feited should the bidder to whom the contract is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid re- quirements. The documents Included within the "sealed bids which require completion and execution are the following: 1. Proposal - Pages 3-5 2. Bidder's Bond - Page 6 3. Designation of Subcontractors - Pages 7 § 7A 4. Bidder's Statement of Financial Responsibility, Technical Ability and Experience - Page 8 Said documents shall be affixed with the appropriate no- taried signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the presi- dent or vice-president and secretary or -assistant secretary are required and the corporate seal shall be affixed to all documents •requiring signatures. In the case of a partnership, the signa- ture of at least one general partner i's required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion 3 of the' Business and Professions Code. The contractor shall state his/her license number and classification in the pro- posal. The estimated cost of the work is $180,000. I-age 2. Plans, special provisions and contract documents may be obtained at the Public Works Department, City Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of $31 per set. The...v- City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. A project tour and prebid conference will be conducted by the City of Carlsbad Public Works Department at 10:00 a.m. on August 7, 1979 at 258 Beech Avenue, Carlsbad. The general prevailing rate of wages for each craft or type of workperson needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to tire State of California Labor Code, Part 7, Chap- ter 1, Article 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable wage rates are on file in the Office, of the City Clerk of the City of Carlsbad. It shall be mandatory upon the contractor to whom the contract is awarded to pay not less than .the said specified prevailing rates of wages to all workpersons employed by him/ her in the execution of the contract. Also, the prime contractor shall compliance with provisions of Section Labor Code of the State of California apprenticeships as required on public thousand dollars ($30,000) or twenty specialty contractors not bidding for prime contractor involving more than or more than five (5) working days. be responsible to insure 1777.5 of the California for all occupations with works projects above thirty (20) working days or for work through a general or two thousand dollars ($2,000) The amount of the bond to be given for the faithful perform- ance of the contract for said work shall be one hundred percent (100?0 of the contract price therefor,' and an additional bond in the amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by the contractor for any work or labor of any kind done thereon. Partial and final payments on this contract shall be in ac- cordance with Section 9 of the 1979 edition of "Standard Specifi- cations for Public Works Construction." ' Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution No. c^/f-y^T" adopted on the / "7^4 day of • Page 3 CITY OF CARLSBAD-.f" CONTRACT NO. 1069 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and-services required to do all the work to complete Contract No. 1069 in accordance with the plans and specifications of the City of Carlsbad, and the special provisions, and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: "em Approximate Article with Unit Price or Unit No. Quantity § Unit Lump Sum Written in Words Price TOTAL d>1 Lump Sum Construction of Magee Park ^ Total contract price in words ffm>& >/{//V D/24ZS) One, several, or all of the following items -may be deleted from the contract with no compensation to the contractor for the deletion. 2 10,000 S.F. Concrete walks at Dollars Cents per square root 3 3 each &/& Benches at § _ A/c) _ Cents per each x Page 3A Item Approximate Article with Unit Price or Unit •AJfo- Quantity 5 Unit Lump Sum Written in Words "Price 4— • 1 •oach- 5 400 S.F. 6 Lump Sum 7 2 each 8 '9 \ each -10 X each 11. ckeach '12 Lump Sum TOTAL Bird bath at \• •^ -eaeE^ Cents •Brick paving at _Dollars Cents per square foot Shuffleboard court at ' Cents per lump sum Barbecue at - _Dollars Cents each Picnic tables at X>c)Cents each Drinking fountains-at ^(ttg-MUbffiUtf faP^> Dollars § ' ftp Cents eacE Benches at 1 ar s Cents each Trash receptacles at Do liars Cents each Site lighting at. Dollars Cents per lump sum 00 * . ' Page 3B \ Item Approximate Article with Unit Price or Unit ONO. Quantity 5 Unit Lump Sum Written in Words Price ' ' TOTAL^-^ . . - - . —— fx> ^ Lump Sum Comfort Station at Dollars . § /&P Cents per lump sum 14 1 each Horseshoe court' at Doliars § /|/C> Cents per lump sum .' . Page 4 \ * • ^timated quantities of work, as" indicated,, in_this. proposal, .times^ the unit price as submitted by the biddar. In case of a dis- crepancy between "words and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor- rected extension shall be calculated and the bids will be com- puted as indicated above and compared on the basis of the cor- rected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for compari- son of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors, or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance poli- cies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors,. Li- cense No. f?&Z^ S7'_^>~ > Identification . The undersigned bidder hereby represents as follows: (1) That no Councilperson, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its of- ficers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and (2) that this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (cash, certified check,bond or cashier's check) in an amount not less than ten percent (10?») of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. Phone Number * Date' r' s . . Page . 5 • Michael Sfraub GENERAL CONTRACTOR P. O. BOX 1305 Bidder ' s Na (SEAL1 Authorzed Signature Authorized Signature Type of Organization -(Individual, Corporation/ Co- partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: G (NOTARIZE OR CORPORATE-SEAL) § T) I w O !! STATE OF CALIFORNIA COUNTY OF \d-&-T^- On £^-^.—£-0-~tfLj&~\J .// X s^s/ before me, the undersigned, a Notary Public in and for said County and State, personally appeared . whose nameto be the person within instrument and acknowledged that same. known to me subscribed to the ±*xecuted the SAFECO FOR NOTARY SEAL OR STAMP OFFICIAL SEAL BETTY L DUNN NOTARY PUB-IC CALIFORNIA Wi!W!Wwsmw^r?^!^rirtnf5W^mwmirmwsirrmfri^w^Ji "AMERICAN FIDELITY FIRE INSURANCE COMPANY 3 P3-BIO BONO PREMIUM: BBSU NEW YORK BOND NUMBER: 2685106 A BID DATE : August 28, 1979 rJs KNOW ALL MEN BY THESE PRESENTS, That we, Mi cha.el ...SJtraub, ..General...Contractor Post..0f flee. Box..! 306 CarJs.bad,...Ca.l., (hereinafter called the Principal), as Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the State of New York and authorized to transact a general surety business in the State of.... Ca.l 1 f orni a (hereinafter called the Surety), as Surety, are held and firmly bound unto ...C.i.ty_ 0_f ..CajPl.sJbad. (hereinafter called the Obligee) in the penal sum of ; percent ( .%) not to exceed Twenty Thousand & no/100-20,000.00 Dollars ($ ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for City Park improvements restrooms lighting landscape NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful perfor- mance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full force and effect. SIGNED, SEALED AND DATED this ?0_th day of August ^ 19....7?. Michael Straub, General Contractor "PRINCIPAL By:L | r AMERICA]* FIDELITY FIRE/INSURANCE COMPANY j^^^v^^ -Gary"'R7"Pe"terson", 'ATVomEi-ix-FACT 364 (//?)• BEST COPT STATE OF CALIFORNIA County of LOS ANGELES ss. On this 20th day of August in the year 19 79 before me, a Notary Public in and for the County and State aforesaid personally appeared GARY R. PETERSON known to me to be the person whose name is subscribed to the within instrument and known 'to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney-in-Fact. . NOTARY PUBLIC 346 OP fi/«» AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: GARY R. PETERSON of LOS ANGELES, CALIFORNIA its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding 5200,000.000,as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these, presents to be signed by its President and/or Vice-President, and its Corporate Seal to be affixed. AMERICAN FIDELITY FIRE INSURANCE COMPANY \ Luther H. Williams, President State of New York County of Nassau ss. I On this 24th day of January, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Wiiliams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. - /^ -Notary Public ELLEN K. DONOHUE NOTARY PUBLIC, State of New York No. 30-6070410 Qualified in Nassau County Commission Expires March 30,1980 State of New York County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this 20thdayof August 49 79 351 200 GP (9/78) •G G • Page 6 \ . BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: ' •« That we, , as Principal, and :, as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of \ • Dollars ($ ) , lawful money of the United States for the pay- ment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: CONSTRUCTION OF MAGEE PARK.- 'CONTRACT NO. 1069 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of con- tract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and • effect, and the amount specified herein shall be forfeited to •the said City. In the event any Principal above named executed this bond as an individual", it is agreed that the death of any such' Prin- cipal shall- not exonerate the Surety from its. obligations under this bond. IN WITNESS WHEREOF, we hereunto-set our hands and seals this ' day of , 19 . Corporate Seal (if corporation)Principal Surety By •- : (Notarial'acknowledgement of exe- f cution by all PRINCIPALS and °f SURETY •»« •"« attached.) Page 7 Qv. ' . • DESIGNATION OF SUBCONTRACTOR <Wll.-. . /• The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, • subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of the 'specifications. No • changes may be made.in these subcontractors except upon the prior approval of the Public Works Administrator of the City of Carlsbad. The following information is required for each subcontractor. Ad- ditional page can be attached if required. Full Item(s) Company A.C. & of Work Name Complete Address Phone No. P nKWA>&>& V) 1". T • _ 7. GENERAL CONTRACTOR . ' P.O. BOX 1306 • • - CARLSBAD, CA. 92008(SEAL) . _ . , _.tAuthorized Signature _ Type" of Organization (individual, part- nership or corporation) Address/ City/ btate, ;&ip Loae d•3 w O STATE OF CALIFORNIA On before me, ff ~55 the undersigned, a Notary Public in and for said County and State, personally^ajjpeared _ . ^r . > ^^ae-e-^* -*z2L£%^L^^JL? to be the person-_whose name ^- within instrument and acknowledged that , known to me to the pypnifprl the SAFECO FOR NOTARY SEAL OR STAMP ;<»^s<*«^^ OFFICIAL SEAL $ BETTY L DUNN CALirOHNIA PRINCIPAL OrTICE IN -:1" i:onrjrv My Commission Expires January 16, 1981. . .2 Page 7A o DESIGNATION OF SUBCONTRACTOR (continued) The bidder is to'provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional page can be attached if required. Full ...••: Company Name Wrisley Land-scape • • A '& W Paving 4 R Concrete Carlsbad Electric • «*-Sunshine Paintittcr Pacific Coast Plumbinq Clary RocJfing V,i/lla Construction Masonry "" .'•'..-... • . . ... • • . ' • v -. Type of State . Contracting License & No. 363228 . 339671 • • 33837? 264746 — • >•— 332706 '313041 261257 .... : . . Carlsbad Amount Business of License No.* Bid ($ c 16993 27.3 % ' ^^AjVLlStrtA- 2»7 Ann! vi no 18.4 159Q3 ' A.Q - 1 1 v. 17428 • 6.2 17028' .9 Apply inq ~ "' *Licenses are renewable annually -by January 1st. If no valid li- cense indicate "none." Valid license must be obtained prior to working on project. • . . (SEAL) f • ^ *• ^ " *- *-* -^ t. r rAvftnorized Signature Page 8 0 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY • TECHNICAL ABILITY AND EXPERIENCE . (The Bidder is required to state what work of a similar ' character to that included in "ube proposed contract he/she has successfully performed and give references which will enable . the City Council to judge his/her .responsibility, experience, skill and business standing.) • • . . .,,....... The undersigned submits herewith a statement of his/her financial responsibility. " •• •--.:•••••,. . The undersigned submits'-below a statement of the work of similar character to that included in the proposed contract • •which he/she has successfully performed. C (NOTARIZE' OR CORPORATE SEAL) STATE OF CALIFO COUNTY OF IA -}before me, the undersigned, a Notary Public in and for said County and State, personally aooeared §•o tn me to be the person whose name within instrument and acknowledged that- subscribed to the CO sl SAFECO FOR NOTARY SEAL- OR STAMP •" "* REStlE *j;-/3y .. • ElTiSI/sya"•£sa Michael Straub, General Contractor iba 3360 Monroe Street, P. 0. Box 1306 Carlsbad, California 92008 (714) 729-4484 Contractor's License 300125 E-l Organized as sole proprietorship General Information: Insurance: Aetna Casualty Company, Liability, limits $1 Million Workman's Compensation Bonding: American Fidelity Fire Insurance Company Capacity $360,000 Bank: Southwest Bank, 675 Elm Avenue, Carlsbad, California 92008 Mr. Lawrence Patrick, (714) 729-9211 Interest: Projects from $50,000 to $1,000,000 North San Diego County Carlsbad, Vista, Oceanside and Encinitas Credit References: Solana Lumber, Drawer C, Solana Beach, 92075 (714) 755-1576 Oreo Supply, 6125 Paseo Del Norte, Carlsbad (714) 438-2292 K£l Glass, 8285 Cleveland, Oceanside, 92054 (714) 722-7601 Bauer Lumber, 2787 State Street, Carlsbad (714) 729-2341 Principal Subcontractors: Carlsbad Electric, 1826' Magnolia, Carlsbad (714) 729-1685 Dennis L. Christiansen, 2185 Via Monserate, Fallbrook, 92028 (714) 728-8018 Hutchins Concrete, 141 North Melrose, Vista 92083 - _ (714) 724-2191 Clary Brothers Roofing, 429'Daisy Lane, San Marcos, 92069 <714) 744-6622 MICHAEL STRAUB February 15, 1979 general contractor • license no. 300125 • 33CO monroo stroot • p.o. box 1306 • carlsbad. California 92008 • (714)729-4484 rt-•" !vaU SUMMARY OF CONSTRUCTION EXPERIENCE • -a 1978 2251 El Camino Real1 Commercial Bldg. , Fee Basis 6,600 sq ft $112,000 Oceanside -, 2249 El Carpono Real Conner cial Bldg., Fee Basis 5,460 175,000 3* 2245 El Camino Real1 Comercial Bldg., Fee Basis 13,920 ' 271,000 2235 El Gamine Real1 Comiercial Bldg. , Fee Basis 5,659 218,000 2241 El Camino Real1 Conner cial Bldg. , Fee Basis 6,200 259,000 2233 El Camino Real1 Cornier cial Bldg., Fee Basis 3,300 V 53,000 2231 El Camino Real1 CorriBsrcial Bldg. , Fee Basis 5,626 83,000 Above Bldgs. Tenant Improvements, Contract or Negotiated 188,000 2217 El Camino Real Pizza Hut2 Contract . 2,135 110,000 TOTAL WORK 1978 ' 48,900 $1,469,000 1977 2237 El Camino Real1 Conner cial Bldg., Fee Basis 8,988 sq ft $135,000 Oceanside « 2253 El Camino RealJ El Camino Theatre, Fee Basis 14,117 450,000 253/353 Tamarack^ 25 Apartment Units, Contract 18,374 407,000 Carlsbadr Monroe & Park Four Houses, Speculative 8,000 315,000 Carlsbad TOTAL TORK 1977 • ... 49,479 $1,307,000 1974 Received Contractors License Number 300125 B-l 1974 - 1976 General Contractor building houses and apartments. 1969 - 1974 Construction Industry experience with other firms. 1959 - 1969 Manufacturing experience principally with Proctor & Gamble. 1959 Received B.S. Industrial Engineering, University of Washington. 1957 Received B.S. Chemical Engineering, .University of Wisconsin. general contractor • license no. 300125 • 3360 monroo street • p.o. box 1306 • carlsbad, California 92008 • (714)729-4404 COMPLETED PROJECT REFERENCES 1) Owner: Russell Grosse, 2233-E El Camino Real, Oceanside 92054 (714) 439-0052 Architect: Robert Ardent, 5850 Avenida Encinas, Carlsbad 92008 (714) 438-2164 2) Pizza Hut, Inc., 2651 East Chapman Avenue, Suite 210, Fullerton 92631 ' Attn: Larry Mould (714) 738-3461 3) Theatre Architect: George Kirkpatrick, 844 West Colorado Blvd,, Suite 204, Los Angeles 90041 (213) 257-7548 4) Owner: Bob Polselli, 348 Pacific Avenue, Solana Beach 92075 (714) 481-1692 Architect: Dale St Dennis, 2442 State Street, San Diego 92101 (714) 234-7334 5) Financed; Oceanside Federal, Jim Brooroe, 810 Mission Avenue, Oceanside 92054 (714) 722-1131 Page 9 C 0 N T R A C T THIS AGREEMENT, made and entered ir.to this )-jH day o£ _ > 19 7/| , by and betwean the City o£ Carlsbad, * California, hereinafter designed as "City", party of the first part, and Mike Strayb _______________________ . _________ ; __ hereinafter designated as "Contractor", party of t.Lo second part. WITNESSETH: The parties hereto do mutually agree as fol- lows : 1. For and' in consideration of "the payments and agreements hereinafter mentioned to be made and performed, by City, the Con- tractor agrees with the City to furnish all materials and labor for: CONSTRUCTION OF MAGEE PARK - CONTRACT NO. 1069 and to perform and complete in a good and workpersonlike manner all the work pertaining thereto shown on the plans and specifica- tions therefor; to furnish at his/her own proper cost and expense all tools, equipment, labor and materials necessary therefor (ex- cept such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required, by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated, and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties whcih may arise or be en- countered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borned by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, th-e City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with said Con- tractor to employ, and docs hereby employ said Contractor to provide the materials' and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and in accordance with the conditions set forth in the Page 10 specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Con- tractor's Proposal, and the plans and specifications, and all amendments thereof, when approved by the parties hereto, or when, required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made a. part of this agreement. 5. Pursuant to the Labor Code of the. State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type.of workperson needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and safe harmless the Ci.ty, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting di- rectly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused, this con- tract to be executed the day and year first above written. Mik* Straub (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Contractor (seal) Title Assistant Title CITY OF CARLSBAD, CALIFORNIA By A. O — —City"Clcrk 1 1•o in 6 RNIASTATE OF CALI CQUNTYOff -^gT" > <^ On £Z^l5&t£^ <?, S977 before me, the undersigned, a Notary Public in and for said County and State, personally appeared -— SAFECO whose name ^^tf-^ef-— .subscribed to the ^i .1. _ IU ll\J V r within instrument and acknowledged tha FOR NOTARY SEAL. OR STAMP OFFICIAL SEAL BETTY L. DUNN r-Ai iKOIiNIA Commission Expires January 16, 1981 ^ .22 //- f 3. - ( 3 . , Turner and Bullock Insurance Agency "Since 1919" 4655 Cass Street, Suite 204 San Diego, California 92109 G. Gordon Turner C. Gilbert Bullock EricV.McNaught-Davis October 3, 1979 James H. Murphy Telephone 273-2300 275-2022 City of Carlsbad 1200 Elm Avenue Carlsbad, Calif. 92008 Re: Labor & Material Bond And Performance Bond Gentlemen: This is to advise you that the above captioned bonds are in the process of being secured from the Market Insurance Company. We have already sent the bond forms and the necessary checks to Market Insurance. There has been a delay in issuing,these bonds due to a misunderstanding about the time;element involved. We have been assured, however, by the Market Insurance Company that the bonds will be issued this coming week. We would hope that this letter will enable you to complete• your handling of the contract. Itacerely, ^fl3^±L James H.cMurphy/ • JHM/jw BOND NO: 2685359 • . . Page PREMIUM: INCULDED IN PERFORMANCE BOND '' ' . LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: • , W•"" WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. S35jL_ adopted Scoteraher 18, II-79 ^ has awarded to • • "-iil.e Straub_'' .hereinafter designated as the "Principal", a contract for: CO^TPUCTIOM OF J1AGFB IARK » (M'JUCT NO. 1069 ' . ' in^the City of Carlsbad, in strict conformity with the drawings and specifications and other, contract documents on file in the Office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any ma- terials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be • done,, or for any work or labor done thereon of any kind, the Surety'on this bond will pay the same to the extent hereinafter sat forth: NOW, THEREFORE, WE ' Mike Straub •' as Principal, hereinafter designated as Contractor, and AMERICAN FIDELITY FIRE INSURANCE. COMPANY. . as Surety, are held firmly bound unto the City of Carlsbad in the sum of Eighty Lirht Thousand Tight i!undred Thirty Iwo Q no/lGO — —•——..Dollars ($33,532.00 ) said sum being fifty percent (50%) of the estimated amount payable by t.he City of Carlsbad under the terms of the contract, for which payment well and truly to be made vie bind ourselves, our heirs, executors and administrators, successors, cr assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for a.ny materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond,,a' reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. * ***"' This bond shall inure to the benefit of any and all persons, companies -and corporations entitled to file claims under Section Page 12 1192.1 of the Code of Civil Procedure so as to give a right of •action to them or their assigns in any, suit brought upon this bond, as required, by the provisions of Section 4205 of the Gov- ernment Code of the State of California. . . And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time,. alterations or ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 4th day of OCTOBER , 19 79 . MIKE STRAUR V,,,. (Seal) Contractor AMERICAN FIDELITY FIRE INS.,CO.' (Seal) Surety f STATE OF CALIFORNIA COUNTY QF_J>^^-^ On &lU^> 9 *? ? }ss. l)n f^s c.—i--t,- . = ^ . before me, 3 the undersigned, a Notary Public in and for said County and Slate, personally aopeared .; -^ „ ^^f^ ' •* -**'^r -*--£-* ^-^-^-C^-^it-^^c- _, known to me to lie the person whose name__-^^1r^_subscrihed to the within in.ctrunieiil and acknowledged that- ^—Q. executed the same. 0 SAFECO FOR NOTARY SEAL. OR STAMP 5 ^.l£'~-> OFFICIAL SEAL ''; i d;^C.j;>% BETTY L. DUNN fj[ \ *i l-;;*^01 -V;,':::", NOTAliY FV,(i'IC CALU'ORNIA ",•> '! J" \X '/•['';{*'"/ PHINCH'AL OlUCt IN -A ^~lC,nr,:£S' SAW ulfclill CO.IrjIY My Commission Explics Januaiy 10, 1931 /* Page 12 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Gov- ernment Code of the State of California. * And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time,. alterations or ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any xvay, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the <f • day of 19 (Seal) (Seal) (Seal) "Sontra'ctor Surety (Seal) (Seal) (Seal) W6 STATE OF CALI COUNTYOF^ On the undersigned, a Notary Public in and for said County and State, personally appeared SAFECO 3 to be the person whose within instrument and acknowledged that- same. , known to me to the .executed the FOR NOTARY SEAL OR STAMP . , T— -»,-.„-».<» 19.J+J OFFICIAL SEAL BETTY L DUNN 'I NOTARY PUBLIC CALIFORNIA ; PRINCIPAL OFFICE IN SAN OIEGO COUNTY My Commission Expires January 16, 1981X4£^-*£+f*i-<x--*--"+.~~'--~~ — .25 STATE OF CALIFORNIA \ > ss'County of LOS ANGELES ) 011 this__ii!l_ day of OClOBER in the year 19 ^. before me, a Notary Public in and for the County and State aforesaid personally appeared TERRY A. BEALS known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of Use said Company thereto as Surety, and his own name as Attorney-in-Fact. NOTARY PUBLIC 'STATE OF CALIFORNIA \ \ SS'County of LOS ANGELES ) 4th OCTOBER n 79 On this day of_ . in the year 19 , before me a Notary Public in and for the County and State aforesaid personally appeared TERRY A. BEALS known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney-in-Fact. r.KT ^ru^ -,~.' . ..-- ,\ N6TARY PUBLI 'IOS AKG'>-:iF.S COMKVY f;'y coinm. cxpiies t.W «, 19S3 . 346 TB (1/8) 346 TF AMERICAN FIDELITY FIRE INSURANCE WOODBURY, NEW YORK POWER ^F ATTP^wraY•BU ^La** w "a* (fitoesl .&!. ^ 4&wvi. «fir«i*.i*u« JL ^.xVkSiUJ*-VI «;u^i JI- KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Ere Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 19G9, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: TERRY A. BEALS of LOS ANGELES, CALIFORNIA its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding ,$300,000.00 as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these, presents to be signed by its President and/or Vice-President, and its Corporate Seal to be affixed. ~ AMERICAN FIDELITY FIRE INSURANCE COMPANY \ Luther H. Williams, President "tate of New York County of Nassau ss. On this llth day of October, 1977, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY. WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. ELIZABETH M. ROSELLE NOTARY PUBLIC, State of New York No. 30-8643115 Qualified in Nassau County Commission Expires March 30, 1978 State of New York County of Nassau ss. CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority rorfmins in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in tin- Certificate of Authority, are now in force. and Sealed at the said Company, at Woodbury, New York, dated this 4th day of OCJORER ................ ,19 ........ 79 349 TB 300 (10/7) BOND NO: 2685359 . Page 13 PREMIUM: $2,665.00 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council 'of the City of Carlsbad, State of California, by Resolution No. 5951 adopted September 18, 1979 , has awarded to Mike Straub , » hereinafter designated as the "Principal", a contract for: CONSTRUCTION OP MAGEE PARK - CONTRACT NO, 1069 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, Mike Straub as Principal, hereinafter designated as the "Contractor", and AMERICAN FIDELITY FIRE' INSURANCE COMPANY • • _ a s Sur e ty , are held and firmly bound unto the City of Carlsbad, in the sum of Oft© Hundred Seventy Seven Thousand Six Hundred Sixty Four § no/100-Bollars ($177,664.00 K said sum being equal to 100 percent (100%) of the estimated amount o£ the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs,, executors and administrators, successors or assigns, jointly arid severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above- bounden Contractor, his/her or its heirs, executors, adminis- trators, successors or assigns, shall in all. things stand to ana abide by, and well and truly keep and perform the covenants, con- ditions and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be •kept and performed at the time and in the manner therein speci- fied, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carls- bad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in 'full force and virtue, And said Surety, for value received, hereby stipulates and 'agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall not affect its obligations on this bond, and it does hereby waive Page 14 novice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifica- tions. In the event that- any Contractor above named executed this bond as.an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations 'under this bond. • • IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 4th day of7 OCTOBER iq 79> J- y ~_ • MIKE STRAUB . Contractor AMERICAN FIDELITY FIRE INS.,CO. TERRY A. BEALS, ATTORN Surety (Seal) STATE OF CALIFORNIA Q ^£__\ rvMlNTY OF , Js^^-^^^-T^V^ <5COUNTY OF^k On_-^ ' the under; g personal SS. before me, Si the undersigned, a Notary Public in and for said County and State, t>Vpa I i::,;^.. »"*»-*" ""u-.a to be the person , known to me to the -executed the SAFECO FOR "NOTARY SEAI^CR STAMP :^ci«jeisvc«Vfvsjx^w«c*«x^cJC^ OFFICIAL SEAL '^' $££•?$_, BETTY L. DUNN •• Fti'?" ''**:*•'.',',)' I'OiAuv F".:n-.ic CALIFORNIA ^ \H~'V'i"/ PRINCIPAL OIIICE IN •'*• X>',,,;,.^^ K/X/j L'ltliil i;OllNTV J- My Commission EXjjiies Jannury 16, 1081 f'. Page 14 notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifica- tions. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the <^ day of (Seal) Contractor (Seal) (Seal) Surety (Seal) &55 t ss.STATE OF CALIFORNIA COUNTY OFW^- On /pg^S^f-J^tl 7y / yy f before me, the undersigned, a Notary Public in and for said County and State, personally appearecl d T3•to be the person.-whose name- within instrument and acknowledged that_ CO O g ft —, known to me subscribed to the - pYpnitp/J the J SAFECO FOR NOTARY SEAL OR STAMP Page 15 PAGES SPECIAL PROVISIONS (General Requirements) 16 - 24 UNIT PRICE BREAKDIWN 25-26 TECHNICZ\L PROVISIONS Section Title A EARTHWORK 27-28 B REINFORCING STEEL 29 C CONCRETE 30 - 31 D MASONRY 32 - 35 E MISCELLANEOUS METAL 36-37 F CARPENTRY 38-39 G ROOFING 40-42 H SHEET METAL 43-44 I HOLLOW METAL DOORS AND FRAMES 45 - 47 J PAINTING 48-49 K INORGANIC WALL COATING 50-52 L BUILDING SPECIALTIES 53 - 54 M PLUMBING 55-60 N ELECTRICAL 61-66 O ASPHALT CONCRETE PAVING 67 P MISCELLANEOUS CONSTRUCTION ITEMS 68-69 Q IRRIGATION • 70 - 79 R LANDSCAPE PLANTING 80-88 Page 16 CITY OF CARLSBAD CONSTRUCTION OF MAGEE PARK CARLSBAD, CALIFORNIA CONTRACT NO . A°A". . . SPECIALPP.OVI S K)NS GENERAL REIREMENT 1. SCOPE The work to be done under this contract includes the furnishing of all labor, materials and equipment necessary to construct Magee Park located in the City of Carlsbad, California, 2. WORK TO BE DONE The work to be done consists in general of the following: a) Earth work b) Construction of restroom facilities c) Construction of parking lot d) Construction of concrete pavings e) Concrete curbing & asphalt paving f) Automatic irrigation system g) Park lighting h) Planting of trees, shrubs, ground covers, and lawn areas i) Installation of drinking fountains, horseshoe pits, shuffleboard courts, and picnic items Other items and details not herein mentioned to be constructed or furnished and installed are shown on the Plans. The construction and installation shall be as required by the Plans, Standard Specifications, and these Special Provisions and as directed by the Engineer, and as shown on sheets 1 through 13 of the Contract Drawings. 3. STANDARD SPECIFICATIONS AND STANDARD DRAWINGS a) The Standard Specifications for Public Works Construction, 1979 edition arid the Regional Standard Drawings, 1975 edition published by the San Diego County Department of Transpor- tation, with the latest revisions, are made a part of the specification's. All provisions applicable to the work to be performed per these plans and Special Provisions of this project shall apply. References to the Standard Specifications have been made in the Special Provisions. These references apply directly to the work the Contractor is to perform. All provisions applicable to the work to be performed under these plans and the special and technical provisions of this project shall apply. GENERAL REQUIREMENTS Page 17 k) Specifications which form a part of Contract Documents consist of~ sections as listed in the Table of Contents in the forepart of these specifications. c) Division of the Specif ications: For convenience, these specifications are arranged in several trade sections, but such separation does not establish limits of work required by any subcontract or trade. Terms and conditions of such limitations are wholly between Contractor arid subcontractors, 4. ADDITIONAL DEFINITIONS a) Owner: City of Carlsbad, 1200 Elm Avenue, Carlsbad, CA b) Landscape Architect: "Kater, Grina & Associates'7 2725 Jefferson St., Carlsbad, CA c) Work: All work as defined by any or all portions of these specifications and accompanying drawings. d) Reference to Drawings: Where the words "shown", "indi- cated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the drawings accompanying these specifications, unless stated otherwise. e) Directions: Where the words "directed", "designated", """selectecT"", or words of similar import are used, it shall ' be understood that the direction, designation, selection, or similar import, of the Architect is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work and as required and approved by the Architect", unless stated otherwise. f) Equals and Approvals: Where the words "equal", "approved equal"^""equivaTent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Architect", unless "acceptable", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import, of the Architect is intended. g) Perform and Provide: The word "perform" shall be under- stood~~to mean that the Contractor, at his expense, shall perform all operations, labor, tools, and equipment, and further including the furnishing and installing of materials that are indicated, specified, or required to complete such performance. The word "provide" shall be understood to mean that the Contractor, at his expense, shall furnish and install the work, complete in place and ready for use, including furnishing of necessary labor, materials, tools, equipment and transportation. GENERAL REQUIREMENTS Page 18 h) Language and Intent: The specification sections are written in a modified brief style consistent with clarity. In general, the words "the", "shall", "will", and "all" are not used. Where such words as "perform", "install", "erect", "test", or words of similar import are used, it shall be understood that such words include the meaning of the phrase "The Contractor shall". The requirements indicated and specified apply to work of the same kind, class and type, even though the word "all" is not stated. 5. CODES AND STANDARDS a) Reference to codes, ordinances, regulations and standard specifications refer to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviation American Society for Testing Materials ASTM U. S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Con- struction AISC American Standards Association ASA Underwriters Laboratores, Inc. UL Department of Commerce Standards CS American Concrete Institute ACI b) Standard Specifications incorporated in the requirements of the specifications by reference shall be those of latest edition at time of receiving bids. It shall be understood that the manufacturer's or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 6. MANUFACTURERS INSTRUCTIONS a) Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instruc- tions, including two copies to the Architect. GENERAL REQUIREMENTS INTERNAL COMBUSTION ENGINES BEST ORIGINAL Page 19 a) All internal combustion engines used in the construction shall be equipped with ruufflers in good repair when, in use on the project (with special attention to City noise control ordinances). 8. OWNER'S INSPECTOR a) An inspector will be employed by the Owner. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. 9. INTENT OF CONTRACT DOCUMENTS a) Each and every provision of law and clause required by lav; to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction. 10. INTENT OF CONTRACT DOCUMENTS a) The Contractor, his subcontractors and material suppliers shall provide and install .the work as indicated, specified and implied by the Contract Documents. Any items of work not indicated or specified but which are essential to the completion of the work shall be probidecl at the Contractor's expanse to fulfill the intent of said Documents. 11. SUBSTITUTION OF MATERIALS a) b) The proposal of the bidder shall be in strict conformity with the Drawings and Specification and based upon the items indicated or specified. Within a reasonable time after bidding, the Contractor may offer to the Architect a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer, which he considers equal in every respect to those inciica-i GENERAL REQUIREMENTS Page 20 or specified. The offer made in writing shall include proof of the State Fire Marshal's approval, if required, all necessary information, specifications, data and the difference in cost. c) If requested by the Architect the Contractor at his own expense shall have the proposed substitute material, apparatus, equipment or process, tested under the direction of the Architect as to its quality and strength, its physical, chemical or other characteristics, its durability, finish, or efficiency, by a Testing Laboratory as selected by the Architect. d) If the substitute offered is not deemed by the Architect to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified, 12. RECORD DRAWINGS a) Provide and maintain at the project one complete set of white background prints of all mechanical and electrical drawings, which form a part of the Contract. Immediately after the work is installed, carefully draw on these prints in record red or black ink, all work which is installed., at variance with the work as indicated on the drawings; and indicated by measured dimensions to building corners or other permanent monuments, the location and depth of all underground utility distribution. b) Upon completion of the work deliver the set of correct prints and record drawings to the Architect in good condition with every change in the work indicated thereon. 13. PUBLIC CONVENIENCE AND SAFETY, PERMITS AND LICENSES, DUST CONTROL Attention is directed to Section 7 of the Standard Specifications and these Special Provisions. GENERAL REQUIREMENTS Page 21 14- § 0 U N D CONTROL REQUIREMENTS The contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the Contract. 15. COOPERATION In the event of other work being done by the City of Carlsbad or by contract to the City of Carlsbad, either within the work. area or in areas adjacent to the work area, the Contractor shall cooperate completely with the persons responsible for the other work. 16. GUARANTY AND BOND The Contractor shall furnish a written guaranty to the City , guaranteeing the planting and irrigation systems for a period of one year from and after the date of acceptance of the work by the City, and he shall furnish a surety bond acceptable to the City in the amount of One Thousand ($1,000) Dollars conditioned upon the fulfillment of the obligations under said guaranty. Both the guaranty and the surety contract payment is made. The lump sum prices paid for the planting and irrigation systems shall include full compensation for furnishing guaranty and surety bonds as required, and no additional compensation will be allowed therefor. !V. INSPECTION BY LANDSCAPE ARCHITECT Section R, Technical Provisions, of this Specification contains various requirements for scheduled inspections by the Landscape Architect throughout progress of the construction. During the Pre-Construction Conference, the precise manner and scheduling of these inspections shall be determined. 1 8 . PLANT ESTABLISHMENT AND ?1A.INTENANCE WORK Plant establishment period shall be 90 calendar days, and shall begin after all work has been completed. (SEE SECTION R - LANDSCAPE PLANTING)' Page 22 21 • PROGRESS OF THE WORK AND TIME FOR COMPLETION: The Contractor shall begin work on or before the date specified in the "Notice of Execution of Contract", which date shall be not less than ten (10) working days following execution of the contract by the City. The Contractor shall provide to the City Engineer, written notice of the specific date upon which he plans to commence work. Notice shall be given at least twenty-four (24) hours in advance. The Contractor shall prosecute the work to completion before the expiration of ONE HUNDRED TWENTY (120) consecutive calendar days from the date specified in the "Notice of Execution of Contract" by the City. 22. CONTRACT BONDS: The Contractor shall furnish two (2) good and sufficient bonds. One of the said bonds shall guarantee the faithful performance of the said contract in the amount of 100% of the total bid price, and the other of said bonds shall be furnished in the amount of 50% of the total bid price. The form of the bond required is attached with the proposal. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and materialmen, become insufficient, or the City Engineer has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, hot exceeding that originally required, as it is considered necessary, not considering the extent of the work remaining to be done. Thereafter, no payment shall be made upon such contract to the Contractor, or any assignee of the Contractor until such further bond or bonds or additional surety has been furnished. GENERAL REQUIREMENTS Page 23 23' TIME OF COMPLETION AND LIQUIDATED DAMAGES It is agreed that, in case the work called for under the contract is not finished and completed in all parts and requirements within the time specified, the Owner shall have the right to extend the time for completion or not, as may seem best to serve the interest of the City; and if it decides to extend the time limit for the completion of the. contract, it shall further have .the right to charge to the Contractor, his heirs, assigns or sureties, and to deduct from the final payment for the work all or any part, as it may deem proper, of the actual'cost of engineering, inspection, superintendence, and other overhead expenses which are directly chargeable to the contract, and xvhich accrue during the period of such extension, except that the cost of final surveys and preparation of final estimate shall not be included in such charges. The Contractor shall not be assessed with the cost of engineering and inspection during any delay in the completion of the work caused by Acts of God or of the Public Enemy, acts of the City, fire floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather or delays of subcontractors due to such causes; provided that the Contractor shall, within ten (10) days from the beginning of any such delay, notify the Engineer, in writing, of the causes of delay, who shall ascertain the facts and the extent of the delay, and his findings of the facts thereon shall be final and conclusive. GENERAL REQUIREMENTS Page 24 Fabrication of the sign, painting and layout shall be accom- plished by competent craftsmen, skilled in their trade. The Contractor shall submit shop drawings to the Engineer for approval prior to construction of the sign. These shop drawings shall be presented at the Pre-Construction Conference for approval and color selection. The sign shall be erected prior to the beginning of construction. 24. PROGRESS PAYMENTS The City shall, at the end of each month, make partial payments based on the amount of work done by the Contractor upon receipt of an itemized statement. The City shall retain 10 percent of such estimated value of the work done as part security for the fulfillment of the contract by the Contractor and shall monthly pay to the Contractor, while carrying on the work, the balance not retained as aforesaid after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the contract. No such payment shall be required to be made, when in the judgment of the Engineer, the work is not pro- ceeding in accordance with the provisions of the contract, or when in his judgment the total value of the work done since the last estimate amounts to less than $300.00. 25. UNIT PRICE COST BREAKDOWN The unit price cost breakdown, attached to these Special Provisions '"**•» and or, the unit prices shown on the Proposal shall form the basis for cost analysis of any changes in construction. The Contractor shall present the completed unit price cost breakdown schedule on the day he signs the contract for the total project. 26- FINAL PAYMENT Full compensation for conforming to the requirements of all the specifications and the construction docximents, will be considered as included in the various items of work. The City of Carlsbad shall, after the completion of the contract make a final estimate of the amount of work done thereunder and the value of such work; and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained'under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. The final payment shall not be due and payable until the expiration of thirty-five (35) days from the date of recordation of the "Notice of Completion." It is mutually agreed between the parties to the contract that no certificate given or payment made under the contract except the final certificate of final payment shall be conclusive i evidence of the performance of the contract either wholly or **"•" in part, against any claim of the party of the first part; and no payment shall be construed to be an acceptance of any defective work or improper materials. GENERAL REQUIREMENTS Page Construction Item MAGEE PARK (UNIT PRICE BREAKDOWN) Unit Labor, Material, and Installation Clearing & Grubbing & L.S."^ Demolition I Earthwork (Grading) L.S.J Restroom Facilities L.S. 4" NDS Drain Pipe and L.F. ADS Drain Pipe 4 Catch Basins EA 4" PVC Sewer Pipe & Cleanout L.F. Electric & Telephone L.F. (Underground) Parking Lot L.S. Seating Area (Brick Paving) S«F> Horseshoe Court L.S. Shuffleboard Court L.S. Park Lighting L.S. Concrete Paving S.F. Decomposed Granite / S.F. Concrete Mowing Strips L.F. Redwood Header L.F. 11 Park Benches EA 5 Picnic Tables & Benches EA 2 B-B-Q Units EA 10 Trash Receptacles EA 1 Drinking Fountain . EA ~~~"\ 'rTa .._n T-I ~ 1 ?•'-•'- T r<"A UlCyC-LG KQCK " ;- JU . iJ • 1 Concrete Trash Pad* f?u?£<h' WA-I-^. L.S . 2 Cast-iron Bollards EA i p ~ T n -rr. _. J T1 -i -> T-rnr-. Wo 11 T n" JL KU.-LX.ruuu i M.CJ 1 1 e c we j_ JL ij .-»«.- Irrigation Pull Boxes 1 Rainbird RC-18A Controller 1 SMR 720 Backflow Prevention Device 640 Series TORO Gear-Driven Rotor, Pop-Up 570-P Series TORO Pop-Up Head 570-S Series TORO Shrub Pop-Up #300 Series TORO Stream Head Rotor #500 Series TORO Adjustable Bubbler EFA Series Rainbird Electric Valves #44K Rainbird Quick Couplers Direct Burial Control Wire #609 Hammond Gate Valves Stub-Out and Cap Off 3/4" Line @ Seating Area, $ $' $ ' •$ • $ $ $ $ $ •$ $ $ $ • $ $ • $ $ $ $ $ $ c"- $ ,$ (S V eO/L.S. S~ *""" ^v*i**'*\~ ^/L.S. ^-t^Zi> /L . S . /L.F. /EA 6"± /L.F. •& /L . F . ^'?£>'*-? /L.S. <Sf2S~ /S.F. „, /L.S. <9700 & /L.S.^jip /•^^^ /L.S. /^- /S.F. /S.F. » ZJa" /L.F. /L.F. •Z^gJ^ /EA •*2-77 tS1' /TTT^«> / c> / i^z-v g'3^2' /EA /^t> ^ /EA -T.^2,^ /EA /T fi^^ / J_I . WJ . /2-fv' "^ /L.S. 7tfe = /EA /T C •* %t /EA ^ F^oVEA -* VOO/EA^ ^^rVEA * /x; /EA ^ /-//EA * S3 /EA •* y /EA •*3o/o/L. s . ' 6 O /EA ' . -23 /LF * /AO~/EA * So /L«s« GENERAL REQUIREMENTS Pace 26 Class 200 PVC Schedule 40 PVC 1/2" $ ,?0/L.F. 3/4" $ . ?0/L.F. 1" $ /.CO /L.F. 1-1/4" $ / /0/L.F. 1-1/2" $ /.AS7L.F 2" $ /30/L.F. 2-1/2" $ /^7L.F. Planting Soil Preparation (labor only) @ Hydro-Seed Turf Areas @ Ground Cover @ 1 Gal. Plants @ 5 Gal. Plants @« 15 Gal. Plants @ 24" Boxes Specimen Trees @ Fertilizer (material only) L.S. Soil Conditioner & Weed L.S. Control Agent (material only) Trimming and Treatment of Existing Plants L.S. 90-Day Maintenance Period L.S. $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ , 90 /L.F. /.CO /L.F. /. /O /L.F. /.Ac" /L.F. /. VO /L.F. / £O /L.F. /.-7CT7L-F. .03 /S.F..cy /S.F. b /O /S.F. v) /EA /<£. /EA ^ O /EA /£ O/EA <fVO/L.S. / •STv/f /S.F. 3OO /L.S. /SCO /Month Total Landscape Development Magee Park in figures Total Landscape Development Magee Park in words T, o GENERAL REQUIREMENTS Page 27 TECHNICAL PROVISIONS SECTION - A EARTHWORK 1. GENERAL See General Conditions, Special Conditions and General Require- ments for additional information. The Contractor shall verify the exact location of all under- ground utilities and other construction before using equip- ment that may damage such facilities or interfere with, their service. If the Contractor discovers utility facilities not identified by the Engineer or shown on the Plans, he shall immediately notify the Engineer in writing.t Other forces may be engaged in construction of other facilities within the construction area and the Contractor shall cooperate with such forces and conduct his operation in such a manner as to avoid any unnecessary delay or hinderance to the work being performed by such other forces. 2. SCOPE Provide all labor, materials and equipment for earthwork, complete and as shown on the drawings or specified herein. 3• CLEARING AND GRUBBING Clearing and grubbing shall be done in accordance with section 300 of the Standard Specifications, the Plans, and as directed by the Engineer. 4. GRADING (EARTHWORK) All earthwork shall be done in accordance with the Plans and Standard Specifications Section 300, and as directed by the Engineer. 5• LAYOUT OF WORK The Contractor shall notify the City for the need of survey service, as required to accurately locate and record positions and finish grades from approved permanent bench mark and datum elevations and dimensions as shown on the Plans. 6. RESTROOM SITE, PARKING LOT, SKUFFLEBOARD COURTS,. & HORSESHOE PITS Clear the areas to be filled or excavated of all objectionable material. EARTHWORK SECTION A Page 28 Restroom Site_: Shall be graded to rough grade and the ^exposHd~s^arfcice inspected by a qualified engineer for the presence of potentially expansive clay. If expansive clay is present, it shall be scarified to a minimum depth of 24" below rough grade and recorapacted as per recommendation of the Engineer with nonexpansive soil. Parking Lot & Shuf _f_lebp_ard_ Cgjirtsj Shall be graded to rough grade. If expansive clay is present the areas shall be scarified to a depth of 8" below rough grade - recorapaction as per recommendation of the Engineer. Above mentioned inspections and recommendations shall be the responsibility of the City of Carlsbad. 7. EXCAVATION The sites shall receive excavation and embankment as necessary to establish the finished grades or contours shown on the Plans. The Contractor shall make provisions during rough grading for the placement of imported D. G. surfacing, so that the final finished grades conform to the elevations shown on the Plans. Relative compaction shall be 90 % at optimum moisture content. 8. FINISH GRADING Finish grading of all planted areas shall be as specified in the landsctipe planting section. EARTHWORK SECTION A Page 29 SECTION - B -- I<5IttFOP£Ej.) STEBL 1 . GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Reinforcing Steel, complete. 2- WORK INCLUDED IN THIS SECTION Principal items of work in this section include but are not limited to the following: a. Furnishing of steel reinforcement for all concrete work. 3 . RELATED WORK NOT INCLUDED IN THIS SECTION Placement of reinforcement in masonry work, except dowels in concrete. 4 * GENERAL REQUIREMENTS a. Code : Comply with the County of San Diego where require- ments are more rigid than herein. 5. MATERIALS a. Reinforcing steeJL shall conform to the Standard Specifi- cations . b. Reinforcing fabric shall conform to the Standard Specifi- cations. REINFORCING STEEL SECTION B Page 30 SECTION C - CONCRETE 1. GENERAL See General Conditions, Specicil Conditions, and General Require- ments for additional information. This section includes all concrete, complete. 2. SCOPE Provide all labor, materials and equipment for concrete construction work complete and as shown on the drawings or specified herein. 3• WORK INCLUDED IN THIS SECTION The principal items of work included in this section are: a) Concrete curbing, concrete sidewalks, concrete slabs, driveway & aprons. b) Poured-in-place rock concrete of the Building and site improvements, c) Placement of reinforcement for poured-in-place rock concrete. d) Curing and cement finishing. e) Select base under interior concrete slabs. 4. MATERIALS a. All materials shall conform to the Standard Specifications. b. All concrete shall be not less.than 2500 pound concrete at 28 days test, except, as otherwise specified. 5• PREPARATION FOR PLACING CONCRETE a. Footing excavations shall be inspected and approved by the soils engineer or Owner. Clean and wet forms. Clean rein- forcement. Moisten sub-grade. CONCRETE SECTION C Paee 31 CONCRETE CURING a. General Requirements: Concrete shall be protected adequately from injurious action by sun, rain, flowing water, frost and mechanical injury, and shall not be allowed to dry out from the time it is placed until the expiration of the minimum curing periods specified hereinafter. shall be cured with waterproof paper, or with membrane-.forming curing compoxmds, as approved in advance by the Owner. 7 • CONCRETE a • Slab Finishes : -*-• All Interior Floor Slabs shall be given a light broom finish. Apply two (2) coats of clear concrete sealer at right angles to one another. 2. Exterior Concrete walks shall be provided with textured fiiiTsh to match existing adjacent walks. (Light broom finish) . 3- Scoring : Provide where shown or directed. CONCRETE SECTION C Page 32 SECTION D - MASONRY 1. GENERAL a. See General Conditions, Special Conditions and General' Requirements for additional information. This Section includes all Masonry, complete. b. Provide all labor, materials, equipment, appliances, trans- portation and scaffolding necessary to furnish and properly install complete all masonry work shown on the drawings or specified herein, including the furnishing and installation of dowels for masonry anchorage to concrete. 2. MATERIALS a. Slump Block: ASTM C90-66T, Grade U-l units. Color to be selected by owner. b. Reinforcing Steel: Comply with Section 2A. c* Portland Cement: ASTM C-150-68, Type I or II. Only one brand" shall be used throughout the project. d- Hydrated Lime: ASTM C-207-68, Type S. Only one brand shall be used throughout the project. e. Aggregates : 1. Sand for Mortar: ASTM C-144-66T. 2. Sand for Grout: ASTM C-404-61, with not more than five percent passing No. 100 sieve. 3. Pea Gravel: ASTM C-33-67, except graded with not more than five percent passing No. 8 sieve and 100 percent passing 3/8" sieve. f. Water: Potable arid from domestic supply. 9* Wa.te rproo fing Admixture s shall be equal to "Red Label Suconem" as manufactured by Super Concrete Emulsions, Ltd. 3. MORTAR AND GROUT a- Mortar shall be U.B.C. code Type "M" with a minimum com- pressive strength at age of 28 days of 2500 psi. b. Grout shall have a minimum compressive strength of 200 psi at the age of 28 days and shall conform to U.B.C. 1. Pea gravel shall be used only in spaces that exceed 2-1/2 inches minimum. MASONRY SECTION D Page 2. No pieces of broken concrete shall be used in lieu of pea gravel. c. Drypack shall be proportioned 1 part portland cement, 2-1/2 parts sand and only sufficient water to permit it to be packed into place. 4. MORTAR AND GROUT MIXING a. Measure by volume in loose condition using approved accurate measuring devices. Shovels not permitted for measuring. Mix in approved mechanical mixers. Mix in not less than one sack of cement batches. Hand batching of small quantities of drypack will be permitted. b. Order of Mixing; In mixing each batch of mortar and grout, the water and sand and cement shall be mixed not less than two (2) minutes; then add the lime and the admixture and mix not less than ten (10) minutes to produce a smooth plastic mass without lumps of any kind. c. Retempering of mortar will not be permitted. Mortar not used within 1 hour after mixing shall not be used. Water content of mix shall be the maximum amount consistent with the design strength and satisfactory workability. Grout shall have sufficient water for pouring consistency, but. no more. 5. STORAGE OF MATERIALS a. Handle and store materials in such manner as to prevent damage or intrusion of foreign matter. Store cement, lime and admixtures in watertight sheds with elevated floors. 6. ' INSTALLATION a- Bond: Unless otherwise shown on the drawings, all blocks shall be laid in stacked bond. b. Joints: 1. Thickness: All horizontal joints shall be 3/8" thick. All vertical joints shall be struck flush. 2* Use sufficient mortar at bed joints for full coverage on faces and webs around cells to be filled to prevent leakage of grout into unfilled cells. Butter head joints for thickness equal to face shell thickness and shove tightly into place. When necessary to move blocks, completely remove the block and reset in fresh mortar. 3- Tooling of Joints: All joints shall be tooled slightly concave to a smooth even surface. Use sufficient pres- sure during tooling to assure a tight bond of the edges of the joints to the blocks Tool horizontal joints only. All vertical joints shall be struck flush with texture to match surface of block face. MASONRY SECTION D Page 34 ^' Mortal" shall match color of block at exposed areas. c. Reinforcement: 1. General: Bar laps in concrete block shall be not less than 32 bar diameters. Dowel embedment in concrete, unless otherwise shown, shall be not less than 30 bar diameters., All dowels shall be the same size as the wall rein fox-cement. Provide dowels for abutting concrete elements as shown. 2- Ve rtic al Pe in forcement shall be the size and spacing shown on the drawings"and shall be held accurately top bottom and at intervals not to exceed 192 bar diameters and shall be completely embedded in grout. Where dowels do not align with the vertical cell to be reinforced, grout solid for the height of the dowel even though it is in the adjacent cell. 3. Horizontal Reinforcement in bond beams shall be completely embedded in grout. Use strips of metal lath to close off non-reinforced cells. Do not use paper or other- materials for this purpose. Where dowels do not align with bond beam bars, the dowels shall be completely embedded in grout even though they may be in the next course. Size and spacing shall be as shown. &' Bolts and Anchors shall be solidly embedded in grout. e- Grouting: 1. Vertical Cells: All vertical cells containing rein- forcements or anchor bolts and all cells below grade shall be grouted solid. Grouting shall be performed in lifts not to exceed 2-feet. Stop grout 1-1/2 inches below the top of all intermediate pours to form a mechanical key for the next pour. Remove all over- handing mortar and mortar dropped to the bottom of the cell from all cells that are to be grouted as the course is laid. f- Details: Use proper shapes and block sizes to conform to details and dimensions. Do not cut blocks on exposed faces unless absolutely necessary and where detailed, and then only with masonry saw. g. Work of Other Trades: Install all items supplied by other trades to be bufltinto the masonry work. Grout in metal door frames as the work progresses. WORKMANSHIP a. All concrete blocks shall be installed plumb level and to plane surface. All joints shall be tight and true to line. Point up all mortar joints that show evidence of shrinkage. MASONRY SECTION D Page 35 b. Make all necessary provisions for the work of other traders. 8. CLEANING AND CLEAN-UP All mortar and grout splashings and stains shall be removed from the walls and other surfaces before they become set. Leave all work in first class condition ready for the work of others. At the conclusion of the work of this Section, remove from the building and the site all surplus material, debris, trash and rubbish resulting from the work of this section. 9. TESTS AND INSPECTIONS a- Tests of Mortar and Grout: Test Type M UBC mortar and 2000 psl grout per UBC Standard 24-22-67. MASONRY SECTION D Page 36 SECTION E - MISCELLANEOUS METAL 1. GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Miscellaneous Metal, complete, in place. 2. WORK INCLUDED IN THIS SECTION a. Miscellaneous metal work. b. Anchors, fasteners, bolts, nuts, washers, turnbuckles, clamps, hangers, screws, or connectors for work. c. Review drawings and specifications for (and co-ordinate with work of) other crafts in order to: 1. Include all miscellaneous metal items which are not specifically provided by other crafts but are required to complete this project. 2. Avoid duplications of items which are specifically included in other sections. 3. PREPARATORY WORK a. Verify conditions: Examine drawings verify at site conditions affecting work of this section, obtain accurate dimensions of openings, levels, lines and arrangements of anchorage. 1. Report discrepancies between drawings and field dimensions, other irregularities or improper conditions, to Owner prior to commencing work. See that they are corrected. Commencing work indicates acceptance of conditions and. surfaces underlying or adjacent to work of the section, and responsibility for providing corrective measures. b. Shop Drawings: Submit for approval; show materials, finish characteristics, construction and fabrication details, layout and erection diagrams, and method(s) of anchorage to building construction. 4. MATERIALS a. Miscellaneous Steel: Mild Steel. b. Bolts: ASTM A-307-68, with compatible nuts, cut steel or malleable iron washers. c. Galvanizing: Hot dip; 1. Sheet and plate: ASTM A-525-71, 1-1/4 to 1-1/2 ounces per square foot. MISCELLANEOUS METAL SECTION E Pace 37 2. Pipe: AS I'M A- 5 3-71, grade A. 3. Nuts, bolts, washers, turnbuckles, clamps, hangers, screws, etc. d. Other Materials: As specifically noted or specified in detail. FABRICATION, INSTALLATION, GENERAL a. Bolt ends: Cut off excess if more than two threads are visible beyond nut, where nuts and bolt ends are to be left exposed. MISCELLANEOUS METAL Page 38 SECTION F - CARPENTRY "**"*' 1. GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This section includes all Carpentry, complete. b. Provide all labor, materials, equipment and applicances required to furnish and install complete all wood fram- ing, along with related, items as shown on the drawings, specified herein, or necessary for completion. 2. WORK INCLUDED IN THIS SECTION Principal items of work in this section include, but are not limited to, the following: a. Roof framing, decking and wood trim. b. Stripping, curbs and wood edge members. c. Rough hardware required for installation of rough carpentry. 3. MATERIALS a. Lumber: All lumber shall be grade stamped Douglas Fir conforming to the Grading Rules for Western Lumber of the Western Wood Products Association including the latest amendments. Unless otherwise noted, all lumber shall be surfaced 4 sides and the moisture content shall not exceed 18 percent. 1. Grades of Structural Lumber shall be as noted on the Drawings. b. Rough Hardware: Contractor shall furnish and install all items of rough hardware required to fully complete the work as indicated and specified. The term "rough hardware" shall be construed to mean all bolts, nails, lag screws, washers, plates, post anchors, joist hangers, framing hangers, wood connectors, and similar items employed in the erection and construction of rough work such as wood framing and blocking, bolt anchorages embedded in con- crete, and the like; also such screws, nails, and fasten- ings as may be required for the erection and application of wood finish and millwork of the building. All rough CARPENTRY SECTION F Page 39 hardware that will be embedded in concrete shall be furnished to the concrete trade prior to erection of forms. The carpentry trade shall work closely with the concrete trade to locate correctly such items of rough hardware. Rough hardv.-are to remain exposed shall be zinc coated or cadmium plated. 4. WORKMANSHIP Furnish, fabricate, install, fasten,, bore, notch, and cut wood, in conformance with local ordinances. Construct fram- ing with joints true, tight and well-nailed or bolted as required, all members subject to bending with crown up. a. Roof Framing: As detailed, beams laid with crowning edge up. Frame in for scuttles, vents, electrical fixtures, etc., as indicated or required. k- Bolt Holes in wood shall be 1/16" larger than the bolt diameter. Provide square cut washers at all exposed connections with standard cut washers at concealed connections. Exposed square cut washers shall be in- stalled with edges vertical and horizontal. Exposed bolts, nuts and washers shall be galvanized. c- Lag Screws and Wood Screws; Bore holes of same diameter as base of threads. Screw into place, do not drive into wood with hammer. Fit lag screws with square cut or standard cut washers as specified above for exposed and concealed bolts. Galvanize where exposed. 5. PREPARATORY WORK FOR OTHER TRADES a. Coordinate with Electrical, Mechanical, and Plumbing Contractors. All cutting for pipes, conduit, etc., by respective Contractor. 6. CLEANUP a. Remove from the building and the site all surplus mate- rial, debris, trash and rubbish resulting from the work of this section. CARPENTRY SECTION F Page 40 SECTION G - ROOFING 1. GENERAL a. See General Conditions, Spscial Conditions and General Requirements for additi.on.al information. This Section inclxides all Roofing and Waterproofing, complete. b. Provide labor, materials and equipment necessary for roofing work, as shown or specified, complete. c. The roofing applicator shall be responsible for the waterproofness of the entire roofing assembly, including metal flashing system. 2. WORK INCLUDED IN THIS SECTION a. Inspection of surfaces, preparatory work. b. Roofing. c. Below grade waterproofing at walls. d. Base and plastic flashing. e. Roof-in work of contiguous crafts, such as metal flashings, gravel stops. f. Samples, material lists. 3. WORK INCLUDED IN OTHER SECTIONS a. Metal flashings and gravel stops. 4. ROOF DECK PREPARATION a. Sweep decks clean of debris, and drive nails driven flush at. wood decks. See that metal fittings are in place ready for roofer to install. 5. ROOFING a. Apply roof equal to J/M Roof Specification #600-P over wood decks, Waterproofing Specification #WP-1, and as specified. 6. MATERIALS a. J/M Company, Inc., Asbestos Product Company, or equal brands,, delivered in original packages, bearing manufacturer's labels, SUMMARY OF MATERIALS PER 100 SQ. FT. 1. Roofing (Wood Decks) : Planet base felt, one layer 43 Ibs. ROOFING SECTION G Page 41 15-pound asbestos felts, three layers 45 Ibs. Aquadam dead level asphalt 110 Ibs. Two-ply asbestos flashing, black Plastic cement, one-inch head Simples or Stronghold nails, 3x3 inch-wood fiber cant strips, accessories, etc. Slag surfacing, clean, dry 1/2" max. brown Rock as approved by Owner 400 Ibs. TOTAL WEIGHT 598 Ibs. Each square foot shall weigh a minimum of 5.5 Ibs in a cut-out test. 2. Waterproofing Concrete Primer 1 gal. 20 x 20 Wovenglass fabric or Impregnated burlap fabric (ASTM D 1327-59) one layer 1.5 Ibs. JM 15 Ib. perf. asbestos felt one layer 15 Ibs. JM 190 asphalt 130 Ibs. JM Asbestile concrete primer, accessories, etc. 7. ROOFING APPLICATION a. This roof shall be applied in accordance with Specifi- cation No. 600P as listed in the Johns--Manville BU-175A-P Built-Up Roofing Manual or approved equal manufacturer's manual. b. The flashing at vertical intersections shall be accord- ing to Specification FE-20-P of the manual or approved manufacturer's manual. c. The roofing contractor shall furnish a two (2) year guarantee covering both materials and workmanship upon completion. d. The manufacturer's representative shall inspect roof during application and upon completion. 8. ASPHALT SHINGLES a> Scope: Work includes furnishing all labor, materials, and equipment necessary to complete installation of roof shingles as shown on the drawings. ROOFING SECTION G Page 42 k- Preparation of Roof De_9*£: Roof deck shall be well seasoned, tongue-and-groove sheathing, not over 6" nominal width laid close and securely nailed or a minimum of 3/8" plywood (1/2" for Colorbestos and Western Shake rigid shingles) to meet the require- ments of the American Plywood Association. The Roof- ing Contractor shall examine all roof decks on which this work is to be applied and shall notify the owner in writing prior to starting vork of any defects which he considers detrimental to the proper installation of his materials. c. Materials: Underlayment—for roof slopes 4" per foot or greater (5" or greater for rigid shingles), apply one-ply JM No. 15 Asphalt-Saturated Felt (Asbestos Felt for rigid shingles). d. Fasteners; Use hot galvanized steel or aluminum sharp- pointed conventional barbed shank roofing nails (11 or 12 gauge) with at least 3/8" diameter heads. Use 1-1/4" nails for new work (1-3/4" for rigid shingles), 1-1/2" for reroofing (2" for rigid shingles). Nails are to be of sufficient length to penetrate at least 3/4" into solid decking or to penetrate through ply- wood sheathing. e- Shingles; Shingles shall be as manufactured by Johns- Manville or equal. Colors shall match existing house roof as close as possible. Provide sample of shingles to City Engineer for approval, 8. INSPECTION a. All roofing work shall be done by a Contractor approved by roofing material manufacturer. ROOFING SECTION G Page 43 SECTION E - SHEET METAL 1. GENERAL See General Conditions, S)r>ecial Conditions, and General Require- ments for additional information. This Section includes all Sheet Metal, complete, 2. WORK INCLUDED IN THIS SECTION a. Carefully review drawings and specifications in order to include sheet metal work required for a complete job, except those specified in other sections. 3. PREPARATORY WORK a. Verify conditions: Verify at site conditions affecting work of this section, obtain accurate dimensions of openings, levels, lines and arrangements of anchorage. 1. Report discrepancies between drawings and field dimen- sions, other irregula.ri.ties or imporoper conditions, to Contractor prior to commencing work. See that they are corrected. Commencing work indicates acceptance of conditions and surfaces underlying or adjacent to work of this section, and responsibility for corrective measures. 4„ MATERIALS a. Sheet stock: "Prime" quality galvanized, copper bearing steel, of gauges (base sheet thickness) noted, otherwise minimum gauge shall be 24. b. Solder: ASTM B 32-49, 50-50 composition, bearing manufacturer' name. c. Flux: Raw muriatic acid. d. Insulation: Separate galvanized (sheet) iron from dissimilar metals with one layer 15 pound asphalt saturated fiber- glass-reinforced asbestos felt. e. Fastenings (screws, nails, bolts, rivets, washers, etc.): Copper bearing steel, rivets tinned, other items galvanized. f. Roofing felt: Standard brand of asphalt saturated, fiberglass reinforced asbestos roofing felt 15-pound type. Resin sized paper: Standard brand of unsaturated and neutral building paper, 5 or 7 pound type. PROTECTION a. Protect sheet metal work until acceptance of building Prevent walking on or placing material on sheet metal during con- struction. Repair defective or damaged work as approved. SHEET METAL SECTION H page 44 Unauthorized patchwork is not acceptable. 6. SHOP PRIMING a. After fabrication cf ferrous metal work (no exceptions), thoroughly clean, etch galvanized metal with dilated acid, wash clean, then paint with one full coat of zinc-dust zinc-oxide primer on all sides before assembling or installing at all surface:;, (whether concealed or exposed in the finish work) . Touch-up .any portions or areas damaged by handling or erection.. 1' WORKMANSHIP a. Accurately form to dimensions and shapes detailed. Finish with true, straight, sharp lines and angles. 8. SOLDERING a. Thoroughly clean and tin joints prior to soldering. Solder with heavy well-heated coppers of blunt design, properly tinned before use. Heat seams thoroughly and completely fill with solder. Make exposed soldering with finish surfaces neatly full, flowing and smooth. Thoroughly wash flux with a soda solution after soldering. 9. ROOFING SHEET METAL WORK a. Install simultaneously with roofing. This sub-contractor and the roofing sub-contractor shall coordinate their respective operations so that work will progress smoothly and without delay. Gravel stops, shall meet with the approval of the roofing sub-contractor. SHEET METAL SECTION H Page 45 SECTION I - HOLLOW _MET_AL DOORS AND FRAMES 1. GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Hollow Metal Doors and Frames, complete. 2. DELIVERY, STORAGE AND HANDLING a. Deliver, store and handle hollow metal work in manner to prevent damage and deterioration. b. Provide packaging such as cardboard or other containers, separators, banding, spreaders, and paper wrappings to protect hollow metal items. c. Store doors upright, in a protected dry area, at least 1 inch or more off the ground or floor and at least 1/4 inch between individual pieces. d. Follow special storage and handling requirements of manu- facturer. 3. MATERIALS a. Basic Material: 1.' Sheet steel for frames shall be hot rolled prime quality carbon steel. 2.. Sheet steel for doors shall be cold rolled stretcher level sheet steel. 3. Construction shall be equal to Fenestra. b. Frames: 1. Frames shall be combination buck, frame and trim type. 2. Minimum gauges: 16 interior, 16 exterior 3. Brake-form sheets: a) Provide profiles and shapes free of warp, buckles, fractures, or other defects. b) From stops integral with frames unless otherwise shown. 4. Comers and connections shall be either welded with exposed welds ground flush and smooth or mechanically assembled (knock-down) type at Contractor's option. 5. Anchors : a) Provide an anchor at each jamb for each 2 feet 6 inches of door height or fraction thereof. b) Vary anchor types to provide positive fastening to adjacent construction. c) Secure a rr.atal clip angle at bottom of each jamb member for anchoring ho floor, with a minimum of two (2) fasteners. c. Doors: 1. Face Sheets shall be of 16 gauge steel. 2. Internal Stiffeners: a) Minimum 18 gauge steel. b) Space at not over 6 inch centers. c) Spot weld to face panels at maximum 5 inch intervals. d) Vertical edges of face panels shall be joined and welded on maximum 6 inch centers, then ground smooth and filled with mineral filler to c on ce a 1 s e airis. PREPARATION FOR FINISH HARDWARE a. Prepare metal doors and frames to receive hardware: 1. Hardware supplier shall furnish hollow metal manufacturer approved hardware schedule, hardware templates, and samples of physical hardware where necessary to insure correct fitting and isntallation. 2. Preparation includes sinkages and cut-outs for mortise and concealed hardware. b. Provide reinforcements for both concealed ans surface applied hardware: 1. Drill and tap mortise reinforcements at factory, using templates. 2. Install reinforcements with concealed connections designed to develop full strength of reinforcements. HOLLOW METAL DOORS AND FRAMES SECTION I Page 47 5. FINISH a. Doors and frames shall be leveled and ground smooth. b. Apply mineral filler to eliminate weld scars and other blemishes. c. Give factory coat of rust-inhibitive metal primer. 6. INSTALLATION OF FRAMES a. Exercise care in setting of frames to maintain scheduled dimensions, hold head level and maintain jambs plumb and square. b. Secure anchorages and connections to adjacent construction. c. Wherever possible, leave frame spreader bars intact until frames are set perfectly square and plumb, and anchors are securely attached. 7. INSTALLATION OF METAL DOORS a. Apply hardware in accord with hardware manufacturer's templates and instructions. b. Adjust operable parts for correct function. c. Remove hardware, with the exception of prime-coaled items, tag, box, and reinstall after finish paint work is completed. j 8. PRIME COAT TOUCH-UP a. Immediately after erection, areas where prime coat has been damaged shall be sanded smooth and .touched up with same primer as applied at shop. b. Remove rust before above specified touch-up is applied. c. Touch-up shall not be obvious. d. Protect installed hollow metal work against damage from other construction work. HOLLOW METAL DOORS AND FRAMES SECTION I Page 48 SECTION J - PAINTING 1. GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Painting, complete. 2• WORK INCLUDED IN THIS SECTION a. Inspection of surfaces. b. Certain preparatory work, c. Paint finish at exposed exterior and interior surfaces of: 1. Wood. 2. Metal. 3. Concrete block. d. Clean-up. e. Protective measures. 3. GENERAL REQUIREMENTS a. Materials shall be equal to Dunn-Edwards, Frazee and Olympic, First line products. b. Worknumship : Of "recommended" quality as recognized by "Painting and Decoration Contractors' Association." This subcontractor is responsible for uniform colors, textures and finishes of all surfaces, irrespective of the materials or number of coats specified. Use only first line, top quality material throughout, project. 4• PREPARATORY WORK a. Examination of surfaces: Painter shall inspect all areas to be painted, and shall report all defects or unsatisfactory conditions. Painter shall assume full responsibility if he proceeds before same are corrected. 5. APPLICATION, GENERAL a. Exterior paint finish: 1. Prime-coated metal: Touch-up or spot prime as required; two coats exterior oil paint. PAINTING SECTION J Page 49 2« Concrete Block: Apply tvro coats Water Bar or equal sealer. 3. Wood to be Stained: Two coats semi-transparent stain. First, coat only this 50 percent with clear blending formula, 4. As a minimum requirement, all other exposed exterior surfaces and edges of other materials shall receive two coats of paint,- no exceptions, unless specifically noted otherwise within this section or specifically noted as requiring no field paint finish. b. Interior Paint Finish: 1. Metal Doors and Frame: • Enamel: One coat primer (omit if shop or factory primed); one coat half enamel undercoat and half enamel; one coat eggshell enamel. 2. Wood Decking and Beams: Two coats semi-transparent stain. First coat only thin 50 percent with clear blending formula. 3. Shop or factory applied prime coats may be counted as first coat. Galvanized finish shall not be counted or considered as a prime coat. PAINTING SECTION J Page 50 SECTION K - INORGANIC WALL COATING %«„., 1. GENERAL See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Inorganic Wall Coating, complete. 2. SCOPE Furnish all material, labor, transportation and equipment and properly install all Inorganic Wall Coating work as shown and/or specified. The manufacturer's specifications shall, by this reference, be included in the scope and shall control the work. 3. MATERIAL a. Inorganic Wall Coating material shall be spray-applied, durable, colorfast, protective, sanitary, and decorativeT freshly compounded and shall be a minimum of 90% inorganic. No thermosetting resins shall be incorporated in the formula and application must not contain any cement. b. Product shall be Desco Glazetite, manufactured by Desco Chemical Company of Buffalo, New York, and applied by Diversified Coatings,. La Mesa, California, or equal. c. Inorganic Wall Coating shall have the approval of the International Conference of Building Officials covering the requirements of the Uniform Building Code Section 1711 (a) and (b) . 4. FIRE RATING REQUIREMENTS Inorganic Wall Coating shall be listed by the Underwriters' Laboratories, Inc. When tested in accordance with ASTM fr-84-50T, the material must meet or exceed the following standards: Flame spread 0 Fuel contributed 0*- 5 Smoke developed 0 -' 10 Smoke developed under the above rating must be non-toxic. All material supplied to job site shall be in containers bearing Underwriters' Laboratories, Inc. labels listing the above ratings. 5. QUALITY STANDARDS a* Chemical Resistance: Unaffected by industrial cleaning compounds, lipstick, ink, spirits, oil, grease or graphite. INORGANIC WALL COATING SECTION K I i ,^ Page 51 b. Fading: No apparent fading after 48 hours test by methods specTfied by ASTM Ii;~IS 8--6 l'j;, c. S crubb ab i1i ty: NO harmful effects after 5,000 cycles by Gardner Straight Lin-r; test. d. Adhesion test: No loss v;hen tested by Gardner 80 in/lb. impact test. e. Urine Penetration: Unaffected. f. All finish surfaces are inhibitive to fungus. APPROVALS & SAMPLES a. Before beginning work, submit manufacturer's current literature along with UL test report and report from indelendent testing lab showing compliance with these specifications. Manufacturer shall certify that material meets specifications and that the installing contractor is a franchised applicator for the material specified. b. Submit 3" x 4" color camples of each color selected by Architect from manufacturer's standard colors. BASE SURFACES All surfaces which are to receive inorganic wall coating shall be prepared by others as specified and to the approval of the Owner. 8. GENERAL REQUIREMENTS a. All surfaces must be properly cured and dried prior to the application of the inorganic wall coating. Moisture content shall not exceed 16%. b. Wall temperature is to be maintained at a minimum of 50° F. for a period of at least 48 hours prior to, during, and after installation. The general contractor shall provide sufficient electric power, light, heat, ventilation, and working conditions to permit the proper application of this coating. Areas to be coated must be kept free of traffic and not other trade shall be allowed to work iit the area during the application procedure. c. Exterior walls and walls below grade shall be waterproofed from the outside, as specified herein, prior to the applica- tion of the inorganic wall coating. d. Hard floors and base, such as concrete, shall be completely finished before the coating application. This type of base must always be installed in areas where floor and/or walls will be exposed to moisture. INORGANIC WALL COATING SECTION K Page 52 e. The painting and. decorating, the installation of plumbing fixtures, toilet partitions, etc,, shall NOT be performed until after the inorganic wall coating application. f. Sufficient time shall be allowed to complete the application of the inorganic wall coating and at no time shall speed of project completion or unsuitable drying conditions be allowed to detrimentally speed up these operations. 9• APPLICATION a. Install inorganic wall coating according to manufacturer's recommendations including the following: 1. Mask areas not to recieve inorganic wall coating. 2. Apply inorganic wall coating as recommended by manu- facturer to achieve filling, hiding and decorative qualities. 3. Total dry film thickness shall be not less than 20 mils. 4. Remove own masking material from job site. b. At the completion of this work, an inspection shall be made by the Applicator, the Owner, and the General Contractor to obtain the approval of the coated surfaces. The General Contractor shall protect this work from subsequent damage until acceptance of this project, by the Owner. c. The final curing and hardening of the inorganic wall coating is not complete for approximately five (5) days. 10. GUARANTEE AND MAINTENANCE a. Provide one (1) year written guarantee against inorganic wall coating peeling from backing, discoloration, or softening of finish surface. b. Furnish printed instructions on care and maintenance procedure recommended for inorganic wall coating. INORGANIC WALL COATING SECTION K Page 53 SECTION L - BUILDING SPECIALTIES 1. GENERAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes all Building Specialties, complete. 2. WORK INCLUDED IN THIS SECTION a. Review and incorporate the work of all other crafts in order to: 1. Include all building specialty items which are not provided by other crafts or under another contract but which are required to complete work. 2. Avoid duplication of any building specialty items which are specified under other sections of these specifications, or provided under another contract. b. The drawings and this specification section are intended to supplement one another; however, items of work of this section shown and not necessarily specified, or specified and not. necessarily shown, shall be provided under this section as if both shown and specified. 3. TOILET ACCESSORIES Furnish in quantities and in appropriate locations, as required, complete, in satin finish and equal to manufacturer's notes. a. Grab Bars: Welded stainless steel equal to Tubular Specialties ("S" Series) 1-1/4" O.D., #2040-M at 36" x 48". Secure to concrete block with theftproof screws in lead expansion shields. b. Skylights: Curb-mounted skylight domes shall be No. 1422 as manufactured by Bristol Fiberlite Industries, Santa Ana, California or equal. 1. A light sandblast finish shall be applied to the interior side of the plastic sheet. 2. The fiberglass dome shall be a molded one-piece unit with integral counterflashing skirt to elimi- nate any dependence on gaskets, sealants, or flow- through designs. BUILDING SPECIALTIES SECTION L Page 54 3. The acrylic dome shall be fused to its own counter- flashing fiberglass skirt through the Therm-o-weld process to eliminate any dependence on gaskets, sealants, or flow-through designs at the edge of the acrylic dome. 4. Each skylight, is ready for mounting on curbs furnished by others. A.11 units are guaranteed against defective workmanship and material. c. Three standard paper dispensers,; surface mounted, chrome plated, by "Super" Secure" (213) 266-2020. d. Two mirrors, as manufactured by Parker, size 24 x 36, with stainless-steel frame, Type 430, bright annealed stainless steel. e. All hardware to be attached with theftproof screws. BUILDING SPECIALTIES SECTION L Page 55 SECTION M - PLUMBING PLUMBING 1. SCOPE a. This section includes the additions to plumbing systems. See Standard Conditions and Supplementary Standard Conditions for additional information, 2• DESCRIPTION OF SYSTEMS Work includes but is not limited to: a. Connections to cold xvater line, waste and sanitary drainage including vent piping, water closets, urinal, lavatories, and drinking fountains. b. Installation of hose bibbs. c. Connect to existing water line as required for new con- struction, and disinfection of added water lines. 3. QUALITY ASSURANCE Requirements of Regulatory Agencies: All work shall comply with: a. Uniform Plumbing Code as adopted by City of Carlsbad, 1976 edition. b. Cal-OSHA requirements. 4. SUBMITTALS a. Refer to Clause titled "Shop Drawings" in Standard Conditions for form of submittal and other requirements. Submit the following: 1. Catalog Data: Plumbing fixtures and accessories. 2. Material Lists: Piping and fittings. 5. MATERIALS AND FIXTURES a. Soil, Waste, and Vent Systems 1. Piping buried in ground beyond 51 from building: Extra Strenght seal compression type joints equal to Gladding-McBean "speed seal" or "DWV" schedule 40 ABS plastic. 2. Piping buried in ground: (Under building and to 51 from building) shall be "DWV" schedule 40 ABS plastic. 3. Piping above ground: ASTM B306-66, DWV Grade copper tubing. SECTION M PLUMBING Page 56 MATERIALS AND FIXTURES - cont'd. 5. b. Water Piping Systems 1. Piping buried in. ground: WW-T799C, Type K, Class 1, hard-drawn copper tubing, or P.V.C. Schedule 40. c. Piping above ground: WW-T-799C, Type L, Class 1, hard- drawn copper tubing, d. Fittings: USA Standard B16.18-1963 or 16.22-1963, solder joint, cast bronze or wrought copper. e. Water Valves: For connection to copper tubing may be solder joint type. Tern materials for bronze gauge, globe, and angle valves shall be limited td a composition which contains zinc in quantities not exceeding 16.5 percent. Aluminum alloys will not be accepted. f. Ball Valve: Equal to Crane Gem #2180. g. Lavatory: Cast aluminum alloy No. 356, Epoxyglaze coating (standard white). 3/8" single-hole institu- tional drain. Self-closing, tamperproof valves, in- dexed H&C pushbuttons, reversible union supply connection, integral stops and flow control. With fill spout. Unit- ized, all-welded construction, exposed welds ground, all seams and accessible voids eliminated. As manufactured by Super Secur or equal. h. Water Closet: Cast aluminum alloy No. 356 Epoxyglaze coating (standard white). Wall-hung, wall outlet water closet. Bowl shall have blowout jet in bottom of trap- way for positive jet action and pass a 2-1/2" (64 mm) ball; integral flushing rim seat, concealed integral 1-1/2" IPS female water inlet and outlet flange. Unit- ized, all-welded construction; exposed welds ground, all seams -and accessible voids eliminated. Security fasteners provided. Note: On back-to-back installations to avoid cross flow, do not use cross type waste fittings, use drop or offset type waste fittings. i. Urinal: Cast aluminum alloy No. 356, Epoxyglaze coating (standard white). Urinal shall have blowout jet in bottom of trapway for positive jet action and pass a 2-1/2" (64 mm) ball, integral flushing rim, concealed integral 1-1/2" female IPS water inlet and outlet flange. Positive after-fill and bowl flush. Unitized, all-welded construction; exposed welds ground, all seams and acces- sible voids eliminated. Security fasteners provided. Note: On back-to-back installations to avoid cross flow do not use cross type waste fittings, use drop or offset type waste fittings. SECTION M PLUMBING 57 5. MATERIALS AND FIXTURES - Cont'd. j. Contractor shall provide all fittings, valves, back plate mountings, and pushbutton lavatory faucet (cold water only) as per manufacturer's specifications as to provide proper installation of all fixtures. Provide shop drawings for approval to the City Engineer. k. Hose Bib: Equal to Repeal B-104, 3/4 inch with loose key. 1. Miscellaneous Materials and Equipment a.) Flashing for piping protruding through roofs: 16-ounce per square foot copper or 4 pounds per square foot lead. b) Solder: QQ-S-571, 95/5 (tin antimony), use with noncorroding flux, equal to Nibco "copperized" flux. c) Piping isolators equal to Semco "Trisolator" or Nieco, hair felt isolator secured in metal specifically made for isolating pipe from support. d) Cleanouts equal to J. R. Smith #4422 - flush with wall. #4063 set flush in finish outside concrete. #4288 in #3 meter box 9-1/2 x 16 x 16" deep, equal by Zurn or Josam. e) Floor Drain: J. R. Smith ,#2010-B with 6" square nickel-bronze head, 2" drain connec- tion, Duco cast iron boot, with trap or equal by Zurn or Josam. 6. INSTALLATION a. Clean pipe and fittings of all foreign materials before installation and keep pipe interiors clean throughout installation of pipe system. Provide caps on ends of cleaned piping. Cap all pipes at end of each working day. PLUMBING SECTION M Jge 53 6. INSTALLATION - Cont'd. b. Piping Arrangements: Shall be adjusted to fit struc- ture. Expose piping in storage area only. Do not run pipes through footings. Locate pipes below footings and through sleeves above footings. No piping to be exposed in public areas. c. Contamination Precautions: Do not cross-connect or interconnect between potable water piping and drain, soil or waste piping trenches. d. Existing Conditions: Verify locations of existing pip- ing. Adjust locations of new work to fit existing conditions. Protect existing piping from damage by new construction work. Keep active piping undamaged and in operation. e. Noise Control: Install piping isolators between piping, structure and brackets. f. Sanitary Piping Systems 1. Fittings: Use wye fittings and 1/8 or 1/16 bends or wye and 1/8 bends. Use long-radius fittings except where short-radius fittings are specifically permitted. 2. Traps: Provide separate traps and cleanouts for • all fixtures not specified to be provided with traps as integral parts of their outfits. 3. Stacks and Vents: Install in continuous runs with- out traps. Vent all fixtures. Slope horizontal vents down to waste or soil branch. Extend vents to 6 inches above roof and flash weathertight to roofing. 4. Grading of Piping: Slope horizontal soil and waste piping 1/4 inch per foot where possible, but in no case less than 1/8 inch per foot. 5. Fixture Installation: Provide gas and watertight connection with one-piece special molded asbestos or plastic gasket. PLUMBING SECTION M Page 59 INSTALLATION - cont'd. g. Installation of Solder-Jointed Piping 1. Cut pipe accurately to dimensions determined on •job and work into place with springing, forcing or binding. 2. Provide for expansion and contraction of all pipe. 3. Cut ends square and remove ell fins and burrs. 4. Replace all dented or damaged pipe with new pipe. 5. Before soldering, remove stems and washers of solder joint valves. 6. Remove all grease and oil from all joints by wiping with a clean cloth saturated with a suitable chemi- cal solvent and then clean with emery cloth. 7. After cleaning, apply noncorrosive flux and hold joint rigidly until solder has hardened. 8. Provide unions or flanges to permit disconnection of all fixtures and equipment. 9. Hangers shall be suitable for weight of pipe. 10. t Provide reducing fittings for all changes in pipe sizes. Do not use bushings. 11. Provide fitting for all changes in pipe directions, 12. Provide dielectric connections between dissimilar metals. h. Pipe Sleeves: Provide sleeves where pipes and tubing pass through concrete and masonry walls and floors. Pro- vide at least 1/4 inch space between pipe or insulation and sleeve. Pack space between pipe and sleeve firmly with oakum. i. Anchoring, Guiding, and Supporting 1. Anchor and support piping so expansion and contrac- tion take place in direction desired. j. Installation of Water Closets: Set to allow top to be 18 inches above finished floor. Finish properly to allow wheelchair use, for the handicapped. See drawings for location. PLUMBING SECTION M Page 60 6. INSTALLATION - cont'd. k. Installation of Lavatories: Privide wall supports bolted to wall arid stop valves installed in storage room, as specified. Do not conceal piping prior to inspection and approval. 1. Trenches: Excavate and bc-.ckfill trenches as specified in "Earthwork": Section. Bury all piping below finish grade as follows: Minimum depth to top of pipe Sewer Water Inside Buildings 4" 4" Outside Buildings and under roads, parking lots and other auto and truck areas. 24" 18" Outside buildings in all other areas 24" 18" Meet existing piping with uniform slope to buildings as necessary. 7. FIELD QUALITY CONTROL a. General: Contractor shall provide all materials and equipment for tests. Repeat all tests after a defect has been discovered and repaired. b. Water Piping Test: Provide 150 psi hydrostatic pressure test. Disinfect all potable water lines by a mixture containing not less than 0.6 poinds of high test calcuim hypochlorite or an equivalent amount of chlorinated lime (about 2 pounds) to ea.ch 1,000 gallons of water. Inject mixture into system and retain for not less than 12 hours. Drain, flush with potable water and place in service. c. Sanitary Piping Test: Before installing any fixture, cap all lines and fill system with. water to roof. Allow to stand 30 minutes without leakage. Test all piping before concelaing or backfilling. Repair any leaks and re-test. 8. CLEANING a. Clean Up: Upon completion of v/ork, remove all surplus material, rubbish, and debris caused by this work. Clean fixtures of dust, dirt, or droppings. SECTION M PLUMBING 'C' TRIMBLE HOUSE 61 SECTION N - ELECTRICAL 1. GENERAL See the General Conditions, the Special Conditions and the General Requirements for additional information. The intent is to specify a complete, operable system ready for use and occupancy by the Owner. 2. SCOPE The work specified shall include the furnishing of all labor, materials, tools, equipment and services necessary for or reasonably incidental to: a. Installation of a new 120/240 volt, single-phase, 3-wire, underground service to the new building, from the exist- ing house. b. Installation of distribution load center for park light- ing, future lighting, and applia-.nces in the new structure. c. Installation of light fixtures, outlets, and switches with wiring and conduits, as indicated on the plans, and as requested. d. Any other electrical work, indicated on the plans or specified or incidental to such work. 3. ORDINANCES, INSPECTIONS, AND PERMITS Attention is directed to the requirements of Section 7 of the Standard Specifications. Specifically, all materials and products furnished and all work accomplished shall be in compliance with the Basic Elec- trical Regulations of the State Division of Industrial Safety, the National Electrical Code of the National Fire Protection Association, all local ordinances, and the Electrical Service Requirements and Electric Construction Standards of the serv- ing utility. 4. EXISTING WORK Attention is directed to Section 7 of the Standard Specifications Where extensions from existing work are indicated or protection of existing work required, such existing work is indicated according to the best available information, but is not guaran- teed. The Contractor shall verify the work, provide connections to the actual systems where found, and preserve and restore existing work to any necessary extent, leaving it in as good condition as found. The Bidders shall visit the site of the work, and, to the extent possible without destruction of plants, inspect the existing work and, if possible, verify its extent, nature and location. SECTION N - ELECTRICAL " Page 62 In addition to those shown, other underground utility lines may exist. Exercise caution during excavation work to prevent accidental interruption or severance of existing utilities. Before beginning excavations, explore areas to be excavated, using metal or pipe detectors, by digging with hand tools or whatever other means is required to determine exact locations of all pipes, cable and conduits. If unknown utility lines are found, notify the City Engineer, so corrective work may be done if necessary. Do not break into any pipe, cable, conduit, or con- crete encasement except as directed. Refoute active sewer, water, gas, or electric lines around or under construction or grading operations as directed by the City Engineer so service to other portions of site will not be interrupted. Additional costs to reroute lines not indicated on drawings shall be paid for by Owner, lines broken by construction operations shall be repaired at Contractor's expense. 5. LOCATIONS The locations of conduit, switches, outlets, fixtures and equip- ment indicated on the Plans are approximate only and reasonable changes in locations may be made by the Contractor to suit con- ditions on the job when such changes are approved by the City Engineer. The intent is to maintain uniformity of arrangement and proper alignment for the best results from the standpoint of function and good appearance. Dimensions, where given, shall be observed as closely as job conditions permit. Different systems occupying the same floor, ceiling, or wall areas shall be coordinated to avoid conflicts. 6. STRUCTURAL Where conduits pass through or interfere with any structural part of the buildings, they shall be placed in accordance with instructions of the City Engineer. All cutting and patching of structures shall be done as directed by the City Engineer and shall be done by mechanics skilled in the trades applicable to the work. If, in the opinion of the City Engineer, extra support- ing structure or compaction is required because of any cutting or excavation, it shall be supplied and installed by the Contractor as directed by the City Engineer. Conduits shall be run parallel or normal to beams, joists, and reinforcing. No notching shall be permitted in any structural element. 7- ' MATERIALS & APPROVAL OF MATERIALS Reference is made to SEction 4 of the Standard Specifications. a. All materials furnished under these Specifications shall be new, in accordance with Specifications of the Institute of Electrical and Electronic Engineers, National Electrical Manufacturers' Association, National Fire Protection Associa- tion, and shall bear the Underwriters' Laboratories label where such service is regularly available. SECTION N - ELECTRICAL Page 63 b. All equipment used for the same purpose shall be of the same manufacture. The list of materials required shall identify the One manufacturer and the vendor of each item the Contractor selects. c. Wherever on the Plans or in these Specifications, mate- rials are identified by the nam.es of two manufacturers, it is intended that '"equal" materials of other manufac- turers be acceptable. Wherever materials are identified by one manufacturer only, either such materials are in- tended to match existing installed materials, or, while equal materials of other manufacturers are acceptable, no such "equal" materials are known to the Architect. d. Within 35 days after award of the Contract, the Contractor shall deliver in quadruplicate, to the Project Engineer, a complete list of all materials, equipment, apparatus, and fixtures which he proposes to use. The list shall include size, name of manufacturer, catalog number, finish, appearance, construction, performance specifications, and any other information required to verify in published form each substantial characteristic stated in these Specifica- tions for each model or type of material. The Project Engineer's opinion shall be final and rejected materials shall not be resubmitted. Laboratory photometric reports shall be submitted for the lighting equipment and shop drawings for the distribution panel board. e. No materials, equipment, or apparatus shall be purchased or installed unless and until such materials, etc., have been approved by the City Engineer. Any and all materials installed in violation of this provision shall, when so directed by the City Engineer, be removed and replaced with materials acceptable to the City Engineer, at the Contractor's own expense. 8. SERVICE An underground, 120/240-volt, single-phase, 3-wire, service shall be extended from the"location indicated on the Plans. Service Conductors shall be enclosed in PVC duct. Standard straight adapters shall be installed at the ends of the duct to convert to rigid galvanized conduit fitting or elbow. 9. LOAD CENTERS The distribution load center shall be installed in the location shown and shall be of the number of circuits, spaces, and buses on the Plans. The circuit breakers shall be as specified. Trip indication on overload shall be provided. Full-size circuit breakers and sequential bussing shall be utilized. No tandem or twin circuit breakers shall be permitted. Circuit breakers shall be rated as indicated. The service disconnect shall be clearly marked as such by a permanent plate or marking. A directory shall be verified, typewritten, and installed behind a clear acrylic sheet attached to each load center enclosure. The directories shall conform to those given in the Plans unless SECTION N - ELECTRICAL Page 64 deviations are specifically approved by the City Engineer. Full length buses shall be provided for all spaces. 10. WIRING MATERIAL AND METHODS Attention is directed to Section 5 of the Standard Specifications. a. Conduits: All wiring for Lighting and convenience outlets shall be enclosed in hot-dip galvanized or sherardized steel conduit or galvanised electrical metallic tubing. Where necessary, flexible steel conduit and galvanized fittings shall be used in strictly limited lengths. Water- tight fittings shall be used with EMT. Wherever practicable wiring shall be concealed unless otherwise shown on the Plans or specified. Whe:ce concealed in poured concrete, grouted brick, or masonry, rigid conduit shall be used. EMT with watertight fittings shall be used as a surface raceway where shown on the Plans. No metal conduit, fittings, or ells shall be in contact with the earth. All underfloor branch circuit conduits terminating within the building shall be PVC. It shall be the Contractor's responsibility to maintain all conduits in concrete or masonry free of obstructions due to falling debris or infiltration of wet concrete. All risers shall be closed with galvanized pennies until wires are pulled. All underground conduit stubs for future branch circuits from the buildings shall be PVC rigid conduit and fittings. b. PVC Duct: The electric service conduit to the building shall be Type I PVC duct. Top of Type I PVC duct 121! rain, and 24" max. below paving or the surface of the earth. Tapered sleeve couplings and straight adapters shall be used in connecting and terminating the PVC duct. Duct ends and couplings shall be kept clean and the couplings carefully installed to a snug fit, forming concretetight, watertight joints with the use of jointing compound. It shall be the Contractor's responsibility to maintin all ducts free of obstructions due to falling debris or infiltrating wet concrete. Except where duct spacing and/or direction is adjusted to match pull box knockouts and other slight, differences in destination, all duct runs shall be straight. Bend segments shall be used for direction changes. Backfill of trenches shall be placed in 6-inch layers and each layer carefully tamped. All risers from the PVC duct shall be hot-dip, galvanized rigid steel elbows and conduit. Threaded straight adapters to steel conduit shall be used. All risers shall be closed with galvanized steel pipe caps during construction until cables are actually pulled. The steel risers shall be the same size as the PVC ducts. c. Outlet Boxes: Outlet boxes, junction boxes, and switch boxes shall be galvanized one-piece drawn steel, 4" x 4" or larger, SECTION N - ELECTRICAL Page 65 except as follows: Outlet boxes for fixtures shall be 4" octagonal. Surface- mounted junction boxes for exterior devices shall be /vpplaton or Crouse-Hinds cast ferrous alloy or aluminum FD or PS boxes, with mounting lugs. All outlet boxes placed in masonry shall be 3-1/2-inche deep welded, electro-galvanized masonry boxes placed in masonry or poured concrete shall be tightly filled with oiled sawdust during pouring or grouting operations. All recessed boxes shall be attached to insure their location flush with the final building .surface. d. ' Conduit' Bodies: Conduit, bodies where shown or required for junctions or to conform conduit routes to supporting struct- ure, shall be Grouse-Hinds Form 9 or Appleton Form 35. Cast malleable covers and neoprene gaskets shall be used on all bodies installed on the building exteriors or the retaining wall. Bodies used with aluminum fittings or fixtures shall be aluminum if available. e. ' Wire' & Cable: Lighting and power wiring shall be Type TW copper o~f~s~Tzes as required, but no smaller than £12. Type TF,. or AF wire/ according to ambient temperature conditions shall be used within the lighting fixtures. f. ' Splice; All above-grade splices and taps of small-guage cables and wiring shall be made with Ideal Industries "Wing Nut" or "Wire Nut" connectors, or Minnesota Mining and Manufacturing Company insulated "Scotchlok" Connectors. Larger cables shall be spliced with split-bolt connectors wrapped with wide temperature range 7-mil polyvinyl chloride tape. Splices and taps performed in pull boxes at grade shall be as described except encapsulated in approved epoxy resin splice casting kits. 9' Fasteners: All conduit straps used against flat building surfaces shall be single hole type Minerallac Heviduty Jiffy Clips (H Series) or Appleton C1-50M Series, or conduits shall be supported on Appleton H50 Series hangers on BH-500 Series beam claraps. Straps shall be fastened to the structures with round head wood screws, Phillips or Diamond Expansion shells, Star or Diamond toggle bolts, sheet metal screws, or machine screws. Appleton or Gedney clampbacks shall be used on rough surfaces. 11. SWITCHES AND OUTLETS Switches, not otherwise shown on the Plan, shall be mounted at 42 inches of height from the floor. Conven- ience outlets, not otherwise shown on the Plans, shall be mounted at 12 inches height from the floor. SECTION N - ELECTRICAL .<*'•• Page 66 12. FIXTURES & LAI-IPS (Restroops) The fixtures and lamps shall con.torm to the descriptions on the Plans. 13. FIXTURES, POLES '& LAMPS (Park Lighting) The fixtures, poles and larnpn shall conform to the descriptions on the Plans. 14. PULL BOXES Pull Boxes shall be as specified on the Plans - equal to Quickset # WA-16. SECTION N - ELECTRICAL Pagec? SECTION 0 - ASPHALT CONCRETE PAVING,-. , .. ~ , Asphalt concrete paving shall conform to the General Conditions, Special Conditions and General Requirements for additional information. This section includes all asphalt concrete paving complete. 1. GENERAL Asphalt concrete shall be Typ-rj I-C--85-100. and shall conform to the Standard Specifications. V,,, V.. SPREADING AND COMPACTING Spreading and compacting shall conform to the Standard Specifications 3. SEAL COAT All asphalt concrete surfaces shall have a seal coat. Application shall be as specified in the Standard Specifications. ASPHALT CONCRETE PAVING SECTION 0 Page 68 SECTION P -- MISCELLANEOUS CONSTRUCTION ITEMS 1. GENERAL a. See General Conditions, Special Conditions and General Requirements, and the plans for additional information. 2- STRIPING ASPHALT PARKING LOT; Paint for striping shall ba Ready-Mixed Traffic Stripe Paint conforming to Section 210.1.6 of the Standard Specifications. 3- D.G. SURFACING HORSESHOE PIT; The area shown on the Plans as "D.G." shall be constructed of Class 3 Aggregate Base as specified herein. D.G. Surfacing shall be four (4) inches in depth. Class 3 aggregate base shall conform to the following requirements: 11R" Value 73 minimum Sand Equivalent 30 minimum Passing a 1-1/2" sieve 100% Passing a 1" sieve 90-100% Passing a No. 4 sieve 50-100% Passing a No. 30 sieve 25-55% Passing a No. 200 si eve 5-18% subgrade compaction shall not be less than 90% relative compaction below the grading plane. Decomposed granite acceptable for use as aggregate may be dumped in piles on the subgrade material and spread from the dumped material. Separation of aggregate shall be avoided and the material as spread shall be free of pockets of large and small material. The surface of the finished aggregate surfacing shall not vary more than 0.10 foot above or below the grade established by the Engineer. Compaction requirements shall be not less than 90% for the full depth of aggregate surfacing. MISCELLANEOUS CONSTRUCTION ITEMS SECTION P Paee 69 4. PICNIC TABLES AND BENCHES; Picnic tables and benches by "Form Inc." shall conform to the details and specifications shown on the Plans. 5- REDWOOD HEADERS: All D.G. surfacing shall be separated from adjacent landscaped areas by a wood header board on shown on the Plans. 2" x 6" rough construction redwood (straight lines) 2 - 1" x 6" rough construction redwood (curved lines) Supporting stakes shall be 2" x 4" rough all heart redwood. Nails shall be corrosion resistant galvanized coated size as required. 6. PICNIC TABLES & BENCHES; Picnic tables and benches by "Form Inc.", natural cement finish and shall conform to the details and specifications shown on the plans. (Marchetti P&R Products Inc., Telephone 714/731-0751.) 7. DRINKING FOUNTAINS: Drinking fountains shall conform to the specifications and details,shown on plans. "HAWS" #3174 8. PARK BENCHES: Park benches shall be by "The Heritage Bench," the Gathering Model #ASR60. Telephone 714/731-0751. 9. TRASH RECEPTACLES: Trash receptacles shall conform to the details and speci- fications as shown on the Plans 10. ' BAR-B-QUE UNITS: Bar-B-Que units shall conform to the details and specifica- tions as shown on the Plans. "Game Time" Model #57. Telephone 714-731-0751. MISCELLANEOUS CONSTRUCTION ITEMS SECTION P Page 70 SECTION O - IRRIGATION PART 1 - GENERAL 1. REQUIREMENT 2. Notify the Engineer in writing if unusual conditions are observed or encountered which might affect the installation of the irrigation systems, or if existing conditions are found to be different than those indicated. A. The Standard Drawings referred to herein shall be the Regional Standard Drawings, December, 1975. I - 1 to I-28 series. 3. SUBMITTALS A. Supply prior to final inspection, the following tools: 1. Two wrenches for disassembling and adjusting each type of sprinkler head supplied. 2. All other tools specified in other sections of this specification. B. Operation and Maintenance Manuals: Furnish four (4) individually bound copies Operation and Maintenance Manuals. These manuals shall describe the material installed and shall be in sufficient detail to permit operating personnel to understand, operate and maintain all equipment. Spare. parts lists and related manufacturer indentification shall be included for each installed equipment item. Each complete, bound manual shall contain the following infor- mation: 1. Index sheet stating Contractor's address and, telephone number, duration of guarantee period, and list of equipment with names and addresses of local manufacturer representative. 2. Complete operating and maintenance instructions on all major equipment. C * RECORD DRAWINGS 1. Record all changes in the work constituting departures from the contract drawings, including changes in both pressure and non-pressure lines. IRRIGATION SECTION Q Pajre 71 2. Show location and depth of the following items: Roxiting of sprinkler pressure lines (dimension maximum 100 feet along routing) Gate valves Sprinkler control valves Routing of control wires Other related equipment D. CONTROLLER CHARTS 1. As-built drawings shall be approved by Engineer before charts are prepared. 2. Provide one controller chart for each controller which controls the work under this contract. 3. The chart shall show the area controlled by the automatic controller and shall be the maximum size controller door will allow. 4. The chart is to be a reduced drawing of the actual as- built system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. 5. Chart shall be blacklirie print and shall be colored with a different color for each station. 6. The chart shall be mounted using Velcro, or an approved. equal typ^ of tape. 7. When completed and approved, the chart shall be her- metically sealed between two pieces of plastic, each piece being a minimum of ten (10) mils thick. 8. These charts shall be completed and approved prior to final inspection of the irrigation system. PART 2 - PRODUCTS 2.1 PLASTIC PIPE AND FITTINGS A. All pipe shall be extruded of an improved P.V.C. pipe compound, featuring high tensile strength, high chemical resistance and high impact strength, meeting the requirements of ASTM standard D 1785 and D 2241. All pipe must bear the following markings: Manufacturer's name, nominal pipe size, schedule or class, pressure rating in psi, and NSF (National .Sanitation Foundation). The manufacturer shall also mark the date of extrusion on the pipe. IRRIGATION SECTION Q Page 72 B. Solvent cement jcmnts for plastic pipe and fittings will he, make as prescribed by manufacturer. The high chemical resis- tance of the pipe and fitting compounds specified in the foregoing sections makes it mandatory that an aggressive primer, xvhich is a true solvent for P.V.C., be used in conjunction with a solvent cement designed for the fit of pipe and fittings of each size range specified. C. All plastic fittings shall be Type I/II, P.V.C. Schedule 40. Preference shall be given those suppliers able to furnish all types of fittings required, from a single manufacturer, in order that responsibility will not be divided in warrantee claim situations. All fittings shall be injection molded of an improved P.V.C. fitting compound featuring high tensile strength, high chemical resistance arid, high impact strength, meeting the requirements of the current ASTM Standard D 1785. Where threads are required in plastic fittings, these shall be injection molded also. All fittings shall bear the company's name or trademark, material designation, size, applicable l.P.S. schedule, and the NSF seal of approval. 2.2 COPPER PIPE AND FITTINGS A. Copper pipe shall be type L, hard tempered ASTM B 88. B. Copper fittings shall be solder joint type in accordance with ASA B16 22. C. Joints shall be soldered with silver solder. 45% silver, 15% copper, 16% zinc, 24% cadiurn, and solidus at 1125 P. and liquidus at 1145 P., conforming to specifications ASTM B2Q6--52T Bag-1 and Federal QQB 00655. 2.3 BRASS AND PIPE FITTINGS A. Brass pipe shall be 85% red brass pipe, American National Standa Institute (ANSI) Schedule 40 screwed pipe. B. Brass fittings shall be medium brass, screwed, 125 pound class. 2.4 GALVANIZED PIPE AND FITTINGS A. Pipe shall be galvanized steel pipe, American National Standard Institute (ANSI) Schedule 40 galvanized, mild steel, screwed pipe. B. Fittings shall be medium galvanized, screwed beaded, malleable iron, and/or #125 cast iron, flanged. C. All unions two (2) inches .and smaller shall be fround jount pattern. Unions larger than two (2) inches shall be flanged unions, packed with 1/16 in. thick asbestos fiber gaskets. IRRIGATION SECTION Q B ^MiM rftfttkh antti^M IEST >Y Page 73 D. Install no bushings, close nipples, long screws, bullhead tees or crosses, unless otherwise specified. 2.5 DIRECT BURIAL CONTROL WIRE A. All control wire shall be of t'ho Underwriter's Laboratory type UF (underground feeder), single conductor, solid copper, plastic insulated, 600 volt rated, £or direct burial applications. Maximum condustcr operating temperature, 60 C. for both wet and dry locations. B. Neutral (common ground) wire shall be AWG #12 (minimum),' emd pilot (valve control) wire shall .be AWG #14 (minimum) . All common ground wires shall be white and all valve control wires red or black. Maximum length of wire runs shall be per sprinkler manufacturer's recommended wire chart. 2.6 AUTOMATIC CONTROL VALVES (ELECTRIC) A. All automatic control valves shall be globe or angle pattern, electrically controlled hydraulically operated, single seat, normally closed. B. The valves shall be actuated by a normally closed solenoid valve operator using 24 volts, 60 cycle, AC. The wires in the coil of the solenoid shall be embedded in epoxy resin. The entire solenoid shall be enclosed in a watertight housing. Valves shall automatically close in event of electrical power failure. C. All automatic control valves shall have a flow control device for manually adjusting the amount of flow of water through the valve. The flow control device shall be adjusted so that pressure at the nozzle of the sprinkler head farthest from the automatic control valve shall be that as specified on the approved Plans. The pressure at the sprinkler head shall be measured by means of a pitot pressure gauge, while the sprinkler head is operating. D. Automatic control valves shall be constructed of bronze or brass, with stainless steel springs and screens, and composition materia. (neoprene) seals and seat washers; Valve stems shall have bronze cross handles. E. All automatic control valves shall be equipped with an all brass petcock for manual operation control. F. Automatic control valves shall be set upright and housed in meter boxes with a lockable top. . The identification number of the valve, and clock shall be painted on the inside cover of the meter box. G. One valve box key shall be furnished for each six or less valve boxes installed. IRRIGATION SECTION Q Page 74 2.7 AUTOMATIC SPRINKLER CONTROLLER ,<•'"" Install controller as shown on the plans. One 18 sta. "***" controller shall be installed, wall mounted 48" from finished floor in the restroom storage space. 2.8 BACKFLOW PREVENTER DEVICE The pressure-type backflow preventer shall be 2" SMR #720 install as shown on the plans and. as per requirements of the governing agency. 2.9 PULL BOXES Pull boxes shall be concrete equal to "Quickset" #WA-16. 3.0 QUICK COUPLERS AND VALVE BOXES Install as per Standard Drawings and as shown on the Plans. Valve boxes shall be by "Ametek," size as required. 3.1 GATE VALVES A. Gate valves shall be designed for a minimum working pressure of not less than 150 pounds per square inch. Valves shall have screwed joints and brass bodies. % B. Valves shall have joints conforming to the material in which they are being installed and shall be opened by turning counterclockwise. C. The operating unit shall be 2-in. square and have an arrow cast in the metal indicating the direction of opening. Valve shall have iron body, be bronze mounted, and shall conform to American Water Works Standards. 3.3 SPRINKLER HEADS A. Sprinkler heads shall be of the types and sizes, with the diameter (or radius) of throw, pressure, discharge, and any other designations necessary to determine the types and sizes as indicated on the Plans. B. All sprinkler heads of a particular type or function in the system shall be of the same manufacture and shall be marked with the manufacturer's name and model number. IRRIGATION SECTION Q Page 7 5 EXECUTION 3.1 WATER SUPPLY MID LAYOUT A. Connect to irrigation water supply at the location shown on the Plans. Layout sprinkler heads and make any minor adjustments required due. to differences between the site and the drawings, The layout is to be approved by the Engineer and Landscape Architect before installation. The routing of irrigation lines is diagrammatic and minor changes are permitted. 3.2 TPENCHIMG -AND BACKFILLING A. Trenching: 1. Dig trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. 2. Provide minimum cover of 20 "-in. on all pressure supply lines. 3. Provide minimum cover of 18-in. for all control wires. 4. Provide minimum cover of 15-in. for all other non-pressure lines. B. Backfilling: 1. Initial backfill on all lines shall be of a fine granular material, with no foreign matter larger than 1/2 in. in size. 2. Backfill material shall be tamped under the pipe, uniformly on both sides of the pipe, for the full width of the trench and to the horizontal diameter of the full length of the pipe. Tamp in 4-in. layers. Materials shall be sufficiently damp to permit thorough compaction under and on each side of pipe, to provide support free of voids. 3. Backfill for trenching shall be compacted to dry density equal to the adjacent grades without dips, sunken areais, humps, or other irregularities. 4. Under no circumstances shall truck wheels be used for compacting soil. 3.3 POLYVINYL CHLORIDE PIPE A. Polyvinyl chloride pipe shall be installed in a manner so as to provide for expansion and contraction as recommended by the manufacturer. IRRIGATION SECTION Q Page 76 B. All polyvinyl chloride pipe shall lay free in the trench with no induced strain. Where there is evidence of induced pipe strain, the Contractor shall be required to make pipe cuts and install angle fittings as necessary to eliminate the strain. C. All polyvinyl chloride pipe with solvent-weld joints shall be snaked at least six (G) inches each 20 feet, D. The Contractor will be required to remove and replace any fitting which induces a torque strain to the pipe. E. Concrete thrust blocks shall be installed on plastic pipe pressure systems using Bell End and Ring joingt whenever an abrupt change of alignment occurs. F. All plastic to plastic joints except ring joints shall be solvent-weld joings. The solvent and the jointing procedure recommended by the pipe manufacturer shall be used. G. Care should be taken so not to use an excess amount of solvent, thereby causing a burr or obstruction to form on the insides of the pipe. ' • H. The joints shall be allowed to set at least 24 hours for P.V.C. Type II material and 48 hours for P.V.C. Type I material before pressure is applied to the system. I. All lines shall have a minimum clearance of 4-in. from each other, and 6-in. from lines of other trades. Parallel lines shall not be installed directly over one another. 3.4 AUTOMATIC CONTROL VALVES A. Automatic control valves shall be installed as indicated on the Plans and standard drawings. 3.5 DIRECT BURIAL CONTROL WIRE A. The wire shall be tied with a plastic tape every ten feet to the side of the nearest pipe. Where it is not practical to run along a pipe, the wire shall be installed in a separate trench. B. An alternate method of protecting the direct burial wire is running the wire through a P.V.C. conduit in a trench 12-in. deep. C. All Wire Splicing shall take place_in the valve boxes and/or pull boxes. All splices shall be made with a me'chanical connecter encased in a self-curing epoxy resin which rpovides a permanent watertight connection. IRRIGATION SECTION Q Page 77 D. All direct burial control wires shall be identified as to their respective valve number and controller clock letter at all wire terminations. Labels and tags shall be used for identification which are not affected by moisture or temperatures between minus 30°F. and plus 200°F. The labels and tags shall be resistant to abrasion, dirt, grease, and chemicals used in lawn fertilizers and conditioners. The labels and tags shall be firmly attached to the wire in every case. Examples of nomenclature of tags or labels are as follows: Neutral (common ground) wire = "Neutral" Clock "A" Pilot (valve control) wire = "A.V.C. No. 1" Clock "A" Spare wire = Spare Clock "A" 3.6 SPRINKLER HEADS A. Install sprinkler heads as designated on the Plans B. Sprinkler heads shall be install.ed only after testing and flushing of the systems has been accomplished as specified herein. 3.7 GATE VALVES A. Gate valves installed underground, except those in utility boxes, shall have an operating key access housing, consisting of a galvanized iron pipe or P.V.C. pipe sleeve and a heavy duty Bronze Lock Cap with the word "Water" cast in the top. The gate valve hand wheel shall be removed from the stem of all valves installed underground. The wheel shall be replaced with a standard bronze cross handle. B. One operating key shall be furnished for each five (or less) gata valves installed underground. 3.8 FLUSHING AND TESTING A. All irrigation piping shall hydrostatically tested by the Contracto in the presence of the Engineer. B. The testing shall be conducted after pipe has been installed with backfilling only partially completed so that joings and connections are left uncovered for visual inspection during the test. All risers shall be capped during the test. C. The procedure for testing shall be as follows: 1. The Contractor shall flush and fill the pipe system or sprinkler battery being tested, making sure all trapped air is removed. C 2. The test pump, pressure gauges, and shut-off valves shall be connected. IRRIGATION SECTION Q Page 7R 3. A minimum test, pressure of .150 psi for pressure lines and 100 psi for battery lines shall be reached. The system shall then be isolated from the source of pressure. The test pressure shall be held for one (1) hour. D. There shall be no leakage or loss of pressure. If there is any sign of leagage or failure cit any point on the line, the test shall be discontinued until sane has been repaired. E. At the conclusion of the. pressiirre test, the irrigation heads and quick coupling valves shall be installed in the following manner: The riser nearest the control valve, or gate valve shall be uncapped, and a full head of water shall be used for at least thirty (30) seconds to flush out the risers. The irrigation head or quick coupler valve shall then be placed in position on the riser. The cap on the next closest riser shall be removed and the preceding procedure used. This procedure shall continue until the most distant riser in the piping system or sprinkler battery has been flushed and the quick coupling valve or irrigation head installed. F. Sprinkler heads shall be tested under normal operating pressure, G. All control clocks shall be tested in the presence of the Engineer through a five-minute cycle for each sprinkler battery. H. All direct burial control wire installed shall be tested in the following manner: 1. Before any backfill material is placed over the control wires in the trench, the wires shall be tested with a megger for insulation resistance. Minimim insulation resistance to ground shall be fifty (50) megohms. Any conductor not meeting this requirement shall be replaced. 2. After sand backfill encasement and 'during the final inspection, the wires shall again be tested with a meggar in the presence of the Engineer, The minimum acceptable insulation resistance to ground on this test shall be one (1) megohm. Any conductor not meeting this requirement shall be replaced. 3,9 FINAL INSPECTION A. A final inspection of the work shall be made by the Landscape Architect and the Engineer in the presence of the Contractor, at a time when all work is completed. Notification shall be made in writing by the Contractor seven (7) days in advance of such inspection. No inspection will commence without as-built drawings. IRRIGATION SECTION Q Page 79 f-B. The Contractor shall immediately correct any and/or all deficiencies noted during the inspection and when corrective action is completed notify the Engineer as specified above. 3.10 CLEAN UP A. The Contractor upon completion of the work, shall remove all rubbish, debris, etc., and shall level the ground surface to remove any depressions anc1 fill all sunken areas or other irregularities. 3.11 PAYMENT A. The Contract Lump Sum price paid, for Landscape Irrigation shall include all labor, tools, materials and equipment required to construct complete in place the irrigation systems and no additional compensation will be allowed therefor. IRRIGATION SECTION Q page 80 This work shall consist of plant area, preparation, weed control, the. furnishing and installation of all plant materials and seeds not furnished by the City of Carlsbad, the-, planting of turf, ground cover, shrubs and trees, the .furnishing and installation of all other material, labor, tools and incidentals required to satis- factorily complete the Landscape Planting, as shown on the Plans, or specified herein and or directed by the Engineer. A- SUEMITTALS: Submit the following: Certificate of Inspection of plant material by State of California, Department of Agriculture. E * DELIVERY,- STORAGE, AND HANDLING Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and conformance to State Lav/. Deliver Weed Control material with labels attached. Deliver Lawn Seed with identifying label attached. Deliver plants .with legible identification labels. Label con- tainers of like trees, shrubs, or ground, cover plants. State correct plant name and size indicated on Plant List. Use durable waterproof labels with water resistant ink which will remain legible for at least sixty (60) days. Protect during delivery to prevent damage to root balls or dessication of leaves. Notify Engineer of delivery schedule in advance so plant material may be inspected upon arrival, at job site. Remove unacceptable plant material immediately from job site. Storage; Store in shade and protect from weather. Handling: Do not drop plants. Do not pick up container or bailed plants by stems or trunks. Acceptance of materials to be used^ on job: When materials such as plants, fertilizer, soil, soil amendments, etc. are brought on the job, they must be accepted as meeting specifications or rejected within a reasonable time. If the Inspector allows their use on the job, this constitutes acceptance as meeting the contract requirements. LANDSCAPE PLANTING SECTION R Page 81 C- JOB CONDITIONS Perform actual planting only when weather and soil conditions are suitable and in accordance with approval of Engineer. Before commencing any work, provide the necessary protection of the public and workmen in or around the site. D. GUARANTEE Guarantee all plant material through specified establishment period. Replacement plants under this guarantee shall be guaranteed for 90 days from time of acceptance. Material and labor involved in replacing plant material shall be suppled by the Contractor at no additional expense to the City of Carlsbad. E. SCHEDULING Install trees, shrubs, and ground cover plants before hydro-seeded turf. F. MATERIALS Plants: True to botanical and common name and variety according to American Joint Committee on Horticultural Nomencleiture Standardized Plant Names Quality and size of plants shall be according to California State Depatment of Agriculture's "Regulations for Nursery Inspections of Rules and Grading". All plants shall have a normal habit of growth and shall be sound, healthy, vigorous, and free from insect infestations, diseases, sun scalds, fresh abrasions of the bark, and other objectionable disfigurements. All plants shall have well-developed branch and root systems which are not root bound. No plant will be accepted if the root ball is broken or cracked, either before or during installation. Substitution: All plants shall be of the species, variety, size and"condition as specified herein and/or as indicated on drawings. Under no condition will there be any substitution of plant species variety, or reduced size for those listed, except with the express written consent of the Engineer. Increased container sizes may be used but such use shall not increase Contract price. Plant substitutes may be permitted if valid proof is submitted that any plant specified is not obtainable. In such cases, a proposal will be considered for use of nearest equivalent sizes and/or varieties available with an equitable adjustment in Contract price if deemed necessary in opinion of Engineer. LANDSCAPE PLANTING SECTION R Page 82 Pruning prior to__ael ivery : Do :oot prune, trim, or top plants p r i o r t o d eTT v e r y except with thG express consent and under direction of the Engineer. Right of Inspection is reserved by Engineer at all times. Planting Tablets shall be tightly compressed chip type commercial grade planting tablets, weighing 21 grams with the following available percentages by weight of plant food: Nitrogen 20% Phosphoric acid 10% Potash 5% Damaged tablets will not be accepted. GRO- POWER (SCOF) : A balanced blend of humus, minerals, nitrogen, phosphorus and potash. Chemical Analysis: Water soluble nitrogen 5% Phosphorus 3% Soluble Potash 1% Super Iron N.P.K. 6-6-2 + 15% iron Granular form by "Best Fertilizer Co." or equal Gypsum Agricultural gypsum "Ben Franklin" or equal Wood Fiber Mulch Mulch~shall be fiber produced from cellose such as wood. pulp. Wetting Agent 95% Alkyl Polyethylene Glycol Ether as: "Commercial Water In" or equal Weed Killer "Roundup" herbicide Ecology Control M-Dinder A dry powder, non-toxic, non-corrosive and non-crystalline soil binder or equal Nitrogen - Stabilized Shavings: Pre-treated shavings, shall meet the folloxving requirements for particle size, salinity and nitrogen content: (a) Minimum 95% passing 4 mesh screen (1/4") Minimum 80% passing 8 mesh screen (1/8") LANDSCAPE PLANTING SECTION R Page 83 (b) Salinty shall be no higher than 3.5 millionths per per centimeter at. 2r_>C;C as measured by saturation extract conductivity, (c) Nitrogen content shall be .7% for sawdust or shavincrs l.Po for bar!;.. Seeds All seeds used for lawn plantinos or erosion-control plant- ing or for any other reason specified in the plans or listed in the specifications shall be labeled and shall be furnished in sealed standard containers, with duplicate signed copies of. a statement from the vendor, certifying that each container of seed delivered is fully labeled in accordance with the California State Agricultural State Code and is equal to, or better than, the requirements of these specifications. Seed which has become wet (unless otherwise specified), moldy or otherwise damaged in transit or storage will not be accepted. Seed must be certified to conform to the following minimum requirements: 90% pure and 85% germination. G. SOIL PREPARATION Soil preparation of all areas to be planted shall be as hereinafter specified.. Soil preparation shall not begin until after completion of deep-ripping and rock removal as specified in Section 2. Soil preparation shall include the placement, spreading and rotary-tilling of all soil conditioners and amendments, and the removal of all stones, clay lumps and debris over one (1) inch in diameter within the top four (4) inches of soil. After the irrigation, systems are operable, the following amendments shall be tilled into the top four (4) inches of soil of all planted areas except the slopes to be hydro- seeded: a) Gypsum 100 Ibs per 1000 S.F. b) Super Iron 10 Ibs per 1000 S.F. c) Shavings 2 C.Y.per 1000 S.F. d) Gro-Power (plus) 150 Ibs per 1000 S.F. Upon completion of soil preparation operations, the planted areas shall be compacted and settled by application of nearby irrigation to a minimum depth of twelve (12) inches. Care shall be taken to insure that the rate of water application does not cause erosion or sloughing of soils. LANDSCAPE PLANTING SECTION R Weed Control: ;T 'Y Page 84 1. The Contractor shall remove all surface weed growth in all planted areas. Weeds shall be dug out by the roots and disposed of off the site before planting area preparation and finish grading. 2. After the planting area preparation and installation of the irrigation systems, the Contractor shall "deep water" all landscape areas and apply "Roundup" at the rate of 5 quarts per acre mixed with the appropriate amount of water for application as recommended by the manufacturer. 3. The Contractor shall then wait for a period of at least ten (10) days after application before any planting or hydroseeding is undertaken. PLANTING Layout:Locations for plants and outlines of groundcover and lawn areas shall be approved on site by Engineer b_efore planting. Soil shall be loose, workable and moist, but not~saturated. PLANTING General: Excavate plant holes to required depth per size of container and plant as specified on the Plans. Container-grown plants: Can Removal: Box Removal: Cut cans on two sides with an acceptable can cutterr not with spade or axe. Do not cut sides on knock- out cans. Carefully remove plants without injury or damage to root ball. After removing plant, superficially cut edge-roots with knife on three sides. Remove empty cans from site daily. Remove bottom of plant boxes before planting. Remov* sides of box without damage to root ball after positioning plant and partially backfilling. Place sufficient planting soil under plant to bring top of roon ball 1-1/2 inch above finish grade. Center plant, in pit or trench. Face for best effect. Set plant plumb and hold rigidly in position until soil has been tamped firmly around ball or roots. Backfill pit with planting backfill as specified on the Plans in 9-inch layers and water each layer thoroughly to settle soil. LANDSCAPE PLANTING SECTION R 85 Plant Tablets: As specified on the Plans. W Ground Cover Plants; Plant deep enough to cover all roots. After planting, water area immediately until entire area is soaked to full depth of planting holes. Smooth soil • to provide even, smooth, final finish grade. Bring all planted areas to a smooth, even surface conforming to established grades after full settle- ment hcis occurred. Disposal of Excess Soil: Use acceptable excess excavated soil to form watering basins around plants, where specified, or waste over nearby low or rough areas. K. GUYING AND STAKING OF TREES: See Plans. Stake trees on the windward side to prevent wind damage. Take special care that stakes do not damage the roots or root ball. Tree ties shall be tied as shown on the Plans. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers, as directed by Engineer. L. PLANT REPLACEMENT All replacements shall be plants of the same type and size as specified in the plant list. They shall be furnished and planted as specified under Planting. The cost shall be borne by the Contractor except for possible replace- ments resulting from vandalism, physical damage, or losses due to Acts of God. M. HYDRO-SEEDING All turf areas shall be planted by hydro-seeding of "City Mix Seed Blend." All turf areas shall have a clean (free of weeds) and smooth appearance, with a loose friable con- dition of the top two (2) inches before planting. Application rate: 6 lbs/1,000 SF Hydro-Seed Mixture: Wood Fiber Mulch: 2,000 Ibs/acre Ecology Control M-Binder: 7 lbs/1,000 SF Wetting Agent: 2 quarts/acre City Mix Seed Blend: 6 lbs/1,000 SF Water: as required**.„,„• LANDSCAPE PLANTING SECTION R "CITY MIX SEED BLEND" "Citv Mix Seed Blend" shall be by "Butler's Mill, Inc. Telephone 714/263-6181. Seed Mix; (Turf AReas) Variety Percentage By Wei_gh_t Newport Kentucky Blue. 55% Creeping Red Fuscue 30% Bermuda (Common) 15%* *Utilize: 15% hulled bermuda if planted from April through September and unhulled bermuda if planted from October through March. N. INSPECTION OF CONSTRUCTION Installation of the landscape planting shall be inspected by the Engineer and the Landscape Architect periodically throughout the contract period and at specific times noted below. The Contractor shall notify the Landscape Architect at least 24 hours before all scheduled inspections to verify that the work is available for inspection. Scheduled inspections shall be as follows: 1. Upon completion of planting area preparation activity. 2. After spotting, but prior to planting, of all plants 1 gallon size and above. 3. After all container plants are installed, but prior to planting of turf or ground cover areas. 4. During the; application of turf hydroseeding. 5. After all installation is completed prior to start of 90-day establishment and maintenance period. 6. Final inspection. LANDSCAPE PLANTING SECTION R Page 87 0. MAINTENANCE OF PROJECT Extended Establishment Period: Completion date of establishment " period will be extended, when, in the opinion of the Engineer, improper maintenance and/or possible poor or unhealthy condition of planted material or unestablished non-covering lawns are evident at termination of scheduled establish- ment period. Contractor shall be responsible for additional main- tenance, work at no change in contract price until all of the work is completed and acceptable to Engineer. The Contractor shall be responsible for maintaining adequate protection of all areas. Damaged areas shall be repaired immediately at the Contractor's expense. Inspections; Inspect plantings at least three (3) times per week throughout establishment period and do all. necessary maintenance to keep plants in prime condition. Send weekly maintenance reports to Engineer indicating all work that has been com- pleted during that week and axiy anticipated problems involving additional work. Do additional watering when, in opinion of Engineer, soil moisture is below optimum level for best plant growth. During establishment period, immediately replace plants which die or which, in opinion of Engineer, £ire unhealthy or in impaired condition. Contractor shall not be required to replace a plant more than once. At conclusion of establishment period, Engineer will inspect all plants and ground covers to determine their condition. All plantings must be alive, true to name and size as specified, and show vigorous growth. MAINTENANCE OF TURF After full germination, the turf areas shall be allowed to dry sufficiently to permit rolling with a 60 to 90 pounds per linear foot roller to compact the soil around the grass roots and to provide a firm smooth mowing surface. Mow turf after grass is at least 2h" but -not -over 3" high. Initial mowing shall be to a height of 2". After the initial mowing the turf shall be cut to a height of 2" and in no case shall the turf be allowed, to grow over 2" in height between mowings. Should the turf areas develop depressions during the establishment period, the Contractor shall level such areas with clean plaster sand. LANDSCAPE PLANTING Page RR P. Sweep and wash paved surfaces. Remove planting debris from proiect site. Q- FINAL INSPECTION AND ACCEPTANCE Request final inspection of planting upon completion of establish- ment period™ Maintenance of project shall be continued at Con- tractor's expense until deficiencies have been corrected. Final acceptance will be made only after completion of establish- ment period and correction of all deficiencies. Engineer will visit contract areas, inspect and give Contractor written notice of any discrepancy or acceptance. R. PAYMENT The contract Lump Sum price paid for Landscape Planting, complete in place, as specified herein, shall be considered as full compensation for furnishing all materials not furnished by the City of Carlsbad, for all labor, tools, equipment, and incidentals, and for doing all work involved in Landscape Plantings as shov;ii on the Plans and as specified in these Special Provisions including plant establishment and maintenance, shall be considered as included in the contract Lump Sum price for Landscape Planting and no additional compensation will be allowed therefor. LANDSCAPE PLANTING SECTION R Page 89 SUCCESSFUL BIDDER'S PRICE REPORT Within ten days after being notified of acceptance of bid, the success- ful bidder is required to submit the following information to the City of Carlsbad. Item Approximate Article with Unit Price or Unit Quantity S Unit Lump Sum Written in Words Price Total 1 Lump Sum . Site demolition (guest house) clearing and grubbing at ^ Dollars Cents per lump sum 2 6,000 S.F. Parking 'paving, 2" asphalt con- crete at /YO & 5^£'/^>-<y Dollars Ftfts f&> Cents ^~ a— per square fdot 3 280 L.F. Parking concrete curb and gut- ter at f'/c^ Dollars & ftp Cents per lineal foot 4 13 each Parking curb blocks at Dollars .&/ Cents eatrh ' 5 Lump Sum Parking ramp and striping and two entrances at _Dollars ^ Cents Jejod per lump sum Lump Sum Trash area slumpblock v;all and pad at Dollars „-, <£}-Cents r7*?l per lump sum 1,300 S.F. Decomposed granite, 4" deep at Dollars ~ r\cents , ->c< per square toot Page 90 Item Approximate Article with Unit Price or Unit No. Quantity & Unit Lump Sum Written in Words _ Price __ Total 8 Lump Sum Grading, cut and fill at _ Dol lar s Cents per lump sum 9 76,600 S.F. Irrigation at ... _v ^,>-^r— •„..., ___ •xr: -' •••,,.<-. • -. . t,-_- --pi 1^3:3 ** '& ___ ...... ... .S/..4: .„: __ Cents per square tcot . 10 76,600 S.F. Planting, soil preparation. shrubs and lav.'n at •_ , _-,.-. ....... ... ~~ ~~~ ii\1 & L^j t~i (. Cents per square 11 76,600 S.F. Planting, finish grading: at " • ^.-^vc'tm _ __Do liars , ,C3. :' Cents ,03•V .r OL per square foot 12 76,600 S.F. Planting, fertilizer at *. v"T Dollars .per square foot 13 11 each Plarting, trees, 24" box at M __. __J_Cents each 14 69 each Planting, trees, 15 gallon at : ^Dollars ^__^ Cents each 15 36 each Planting, trees, 5 gallon at Cents '" " ~—'*° each 16 8 each Planting, shrubs, 15 gallon at .w Cents eacTi Page 91 Item Approximate Article with Unit Price or Unit No. Quantity & Unit Lump Sum Written in Words Price Total 17 143 each Planting shrubs,- 5 gallon, ->-. _..._-/ ^ oo Dollars _ Cents each 18 255 each Plant 1 rig P ^shrror. - "" ere lion, -^ ... • - ^;. _ - . Dollars & -~>~-\— Cents each 19 14,500 S.F. Planting, groundcover, at »--y\_—\™ ~* Dol.lars ''___ , / Q Cents per square rocc. 20 62,100 S.F. Planting, lev;n, at: .,-. , ' - Collar si .1J ____ Cents per square ic 21 Lump Sxim Tree vrell at ^ jZ>.&. '_ __ ' ___________ ^ _ Dollars & Cents per lump sum 22 160 L.F. 4" sewer line at Dollars Cents per lineal foot 23 200 L.F. 4" drain pipe at • /..,—-vj—-Dollars Cents per line.1 24 4 each Catch basin at 1 -^ ____ ^.- L— ( -^/^ ./_"/"/. Dollars Cents_ each 25 Lump Sum Maintenance at Dollars & _ .:-^^v--— --— - _ _Cents per~Tump sum Page 92 Item Approximate Article with Unit Price or No. Quantity & Unit Lump Sum Written in Words Unit Price Total 26 Lump Sum Bonds , Preliminary Work at Dollars Cents 27 Lump Sum per lump sum Contingencies at A/o per lump sum _Do liars Cents DATE SOGNAl'URE . 93 STATE AMD LOCAL FISCAL. ASSISTANCE ACT OF 1972 "EC, 122. NONDISCRIMINATION PROVISIONS, (a) PROHIBITION. (1) IN GENERAL. Wo person in the United States shall, on the ground of race, color, national origin, or sex, be ex- cluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity of a State government or unit of local government, which gov- ernment or unit receives funds made available under subtitle A. Any prohibition against discrimination on the basis of age under the Age Discrimination Ac'r. of 1975 or with respect to an otherwise qualified handicapped individual as provided in section 504 of the Rehabilitation Act of 1973 shall also apply to any such program or activity. Any prohibition against discrimination on the basis of religion, or any ex- emption from such prohibition, as provided in the Civil Rights Act of 1964 or title VIII of the Act of April 11, 1968, hereafter referred to as Civil Rights Act of 1968, shall also apply to any such program or activity. (2) EXCEPTIONS. (A) FUNDING. The provisions of paragraph (1) of this subsection shall not apply where any State government or unit of local government demonstrates, by clear and convincing evidence, that the program or activity with respect to which the allegation of discrimination has been made is not funded in whole or in part with funds made available under subtitle A. (B) CONSTRUCTION PROJECTS IN PROGRESS. The provisions of paragraph (1), relating to discrimination on the basis of handicapped status,- shall not apply with respect to construc- tion projects commenced prior to January 1, 1977." ' CERTIFICATION- OF COMPLIANCE I hereby certify that. legal name of vendor in performing under Purchase Order(s) awarded by the City of Carlsbad, will comply with the provisions of Section 122(a) of the State and Local Fiscal Assistance Act of 1972. (Seal) (NOTARIZE OR CORPORATE SEAL) Title This certification is to be submitted with notarized contract. 5m a3•O I CO C5 STATE OF CALIFORNIA COUNTY OF On ss. before me, the undersigned, a Notary Public in and for said County and State, personally___appeared \y <-S^—f^e*^. to be the person__whose name- within instrument and acknowledged that- same. /• N known to me ^.subscribed to the ..-executed the SAFECO FOR NOTARY SEAL OR STAMP OiA.'.Y PUU'.IC CALIFORNIA PRINCIPAL OFFICE IN SAW OI£CJO i,UUNTV ;ion Expires January 16, 1981