Loading...
HomeMy WebLinkAboutThibodo Construction Company Inc; 1979-05-31; 1045CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA . CONTRACT DOCUMENTS'& SPECIFICATIONS FOR IMPROVEMENT OF LA COSTA CANYON PARK CONTRACT NO, 1045 ^IIAPV 1°7QnUi'\\\lj J.^// J «• * TABLE OF CONTENTS 1 NOTICE INVITING SEALED PROPOSALS 3 PROPOSAL 6 BID BOND 7 DESIGNATION OF SUBCONTRACTORS 8 STATEMENT OF FINANCES 9 AGREEMENT AND CONTRACT 11 BOND FOR LABOR AND MATERIALS 13 BOND FOR FAITHFUL PERFORMANCE 15 EQUAL EMPLOYMENT OPPORTUNITY 25 AFFIRMATIVE ACTION REQUIREMENTS 37 SPECIAL PROVISIONS 48 EARTHWORK SECTION A 50 REINFORCING STEEL SECTION B 52 CONCRETE SECTION C 54 MASONRY SECTION D 58 MISCELLANEOUS METAL • SECTION E 60 CARPENTRY SECTION F 62 ROOFING SECTION G 64 SHEET METAL SECTION H 66 HOLLOW METAL DOORS AND FRAMES SECTION I 69 PAINTING SECTION J 71 INORGANIC WALL COATING SECTION K 74 BUILDING SPECIALTIES SECTION L 76 PLUMBING SECTION M 81 ELECTRICAL SECTION N 87 ASPHALT CONCRETE PAVING SECTION 0 89 MISCELLANEOUS SECTION P 92 IRRIGATION SECTION Q 102 LANDSCAPE PLANTING ; SECTION R 111 SUCCESSFUL BIDDER'S PRICE REPORT i 1200 ELM AVENUE M ^P\ H TELEPHONE: , CARLSBAD, CALIFORNIA 92008 jUtB/ O? JJ <"4) 729-1181 Citp of Cartebab April 5, 1979 Subject: Improvement of La Costa Canyon Park - Contract No. 1045 Pursuant to action taken by the City Council of the City of Carlsbad at their April 3, 1979 meeting, this contract is hereby amended by the dele- tion of Item Nos. 2, 3 and 4 from the bid proposal and the addition of Item No. 5. The new contract amount is $210,897. Ronald A. Beckman, P.E. Public Works Administrator Thibodo Construction Co., Inc. Signatur^ 7 \/zfj£i=}f'&K.^'jTitle ~ / (Attach notarial acknowledgement of execution of principal) -C ORIGINAL oO STATE OF CALIFORNIA COUNTY OF On_r the undersigned, a Notary Public in a personally appeared known to me to be the SS. before me, for said County and State, L iCMUCIU. Unown ta me In ho Secretary of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. ' Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP ™""""""""«""»«'"«™™n '"" 'mm,,,,,,,,,,,,,,,,,,,,;OFHCfAL SEAL | \ Dorot'iy Ann Leckband I 7 PRINCIPAL OFFICE IN I SAN DiE30 COUNTY i ^!z-'iC]T} "'•!'--•; '.'•-r-h jn. 1981 I " :l''1"1' " l"f";i:';;''"!l|:-'i'''"ttrHHIHMIII!ItlCltlii 1200 ELM AVENUE fl ^^^ fl TELEPHONE: CARLSBAD, CALIFORNIA 92008 W^SWt^M (714)729-1181 Citp of Cartebafc March 9, 1979 ADDENDUM NO. I Project: Improvement of La Costa Canyon Park Contract No.: 1049 1. On page I, "Notice Inviting Bid," the bid opening date is changed from 4:00 p.m., March 16, I979, to 4:00 p.m., March 22, I979. 2. On.page 49, change "Relative compaction shall be 95% at optimum moisture content." to 90$. 3. On sheet 3 of 12 sheets of plans, change entry in center of sheet from "Install IOO l.f. of 18" GL. I50 ACP storm drain at J>% gradient" to "Install IOO l.f. of 18" 2000D ACP storm drain at 3$ gradient." Ronald A. Beckman, P.E. Public Works Administrator RAB:JNE:VEB CC: City Clerk 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 16th day of March , 19'79, at which time they will be opened and read, for performing the work as follows: Improvement of La Costa Canyon Park Contract No. 1045 Bureau of Outdoor Recreation Project No. 06-00588 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. Each bid must be 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 of the amount bid. Such guarantee shall be forfeited should the bidder to whom the contract, is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided by the bid requirements. The documents included within the sealed bids which require completion and execution are the following: 1. Proposal - Pages 3-5 2. Designation of Subcontractors - Page 1 3. Bidder's Bond - Page 6 . <CJD 4. Contractor's Financial Status - Page 8!| —; 5. Form DPR 540, Certification With Regard to the Filing of OC- Required Reports in Previous Contracts or Subcontracts - CD page 36. Said documents shall be affixed with the appropriate notarized signatures and titles of the persons signing on behalf of the bidder. For corporations, the, signatures of the president or vice president and secretary or assistant secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's esti- mate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. The estimated cost of the work is $224,877.60. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state his license number and classification in the proposal. C Plans, special provisions and contract documents may be obtained at the Public Works Department, City Hall, Carlsbad, California The initial .set of documents will be provided at no' cost. Addi- tional plans, special provisions and contract documents mav be ob- tained for $20 a set. The work to be performed under this contract is being financed through a Federal program providing financial assistance from the Land and Water Conservation Fund and will be subject to the fol- lowing Federal requirements: . 1. Compliance with Executive Order 11246, as amended by Executive Order 11375, and the Equal Opportunity Clause and Rules and Regulations issued thereunder. 2. Compliance with Title VI of the 1964 Civil Rights Act with respect to nondiscrimination in Federally assisted programs. 3. Compliance with Part I or Part II of the Affirmative Action Requirements for Equal Employment Opportunity for Federally assisted construction projects in San Diego County. 4. Compliance with the Clean Air Act of 1970 and the Federal Water Pollution Control Act, as amended. 5. .Compliance-with the provisions of the United States Depart- ment of Labor, Cope-land "Anti-Kickback" Act (Title 18, U.S.C., Section 874) as supplemented in Department of Labor Regula- tions (Title 29, CFR Part 3). • 5 The general prevailing rate of wages for each craft or type of workman needed to execute the contract shall be those as deter- mined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 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 be responsible to insure com- pliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above thirty thousand dol- lars ($30,000) or twenty (20) working days. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The amount of the bond to be given for the faithful performance of the contract for the said work shall be one hundred percent of the contract price therefor, and an additional bond in the amount equal to one hundred percent of the contract price Page 2B 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. Approved by the City Council of the City of Carlsbad, California/ by Resolution No. 5655 adopted on January 16, 1979. ?x^C< ALETHA'L,' RAU'fENKRANZ / CITY CLERK Page <3 c CITY OF CARLSBAD CONRACT NO. 10*>5 IMPROVEMENT OF LA COSTA CANYON PARK City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Subject: Proposal for Contract No. The undersigned declares that she/he has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. 10*t5 in accordance with the plans and specifications of the City of Carlsbad, and the special pro- visions, and that she/he will take in full payment therefor the following unit prices foneach item complete, to wit: Item Approximate Article with Unit Price or No. Q_uant?ty S Unit Lump Sum V/ritten in Words _ Total AJ^^1 Lump Sum Improvement of La Costa Canyon Park $ 2 1 ^>, tf&O Total contract price in words f\fij<o 4-r/>u rV£F-fc> ~Tt4f IZ-TB&d " The following items may be deleted from the contract with no compensation to the contractor for the deletion: Deduct from #1 _ above _ 2 5,350 S.F. Concrete Walkways at $IV 7t*/<3 dollars /Jo _ ___ cents $ (0, 1^ C.Y. Decomposed Granite Surfacing at _ dollars lJ0 __ cents $ 1,060 L.F. Redwood Headers for Decomposed Granite Surfacing at Dtsg. 77*poJ A-^/O dol lars A/o cents $ /c • c Page Item Approximate Article with Unit Price or No. Quantity & Unit Lump Sum Written in Words _ Total 5 Lump Sum Substitution of Portland Cement Con- crete Multipurpose Court with Equip- ment for Asphalt Concrete Multipurpose Court with Equipment at do 1 1 a rs cents e . " . Page 4 * ' • • *•- All bids are to be computed on the basis of the given estimated^ quantities of work, as indicated in this proposal, times the unit \ price as submitted by the bidder. In case of a discrepancy between £\ words and figures, the words shall"prevail. In case of an. error in the extension of a unit price, the corrected extension shall be calculated arid the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as.a basis for comparison of bids. v. . • . • . , . ;<•.; ; ' 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 policies within twenty (20) days from the date of award of contract by the City Council of the City, of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No." 200482 Identification * |_. • The undersigned bidder hereby represents as follows: .(a) That no f Councilman, officer, agent or employee of the City of Car£sbad is v personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him to enter into this Contract, excepting only those contained in. this form of Contract and the papers made a part hereof by its terms, and (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in- all respects fair and without collusion or fraud. Accompanying this proposal is Bid Bond (cash, certified check, cashier's check or bond) in an amount not less than 10 per cent of -the total bid price. The undersigned is aware of the provisions of Section 3700 of the : Labor Code which require every employer to be insured against i . liability for workmen's compensation or to* undertake self-insurance^ in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. There will be a prebid opening conference for potential bidders to dis- cuss plans and specifications with the architect on March 2, 1979 at/' 1*30 p.m. at the City Council Chambers, 1200 Elm Avenue, Carlsbad". V •——- ------ - - „ _ (714) 727-3J11 Phone Number March 16, 1979 Date P. O. Box 697 Vista, CA 92083 Bidder's Address Page 5 Thibodo Const. Bidder's > » V *-^**** »** •/ i* r S^jz-rttM. >• ^! .4-/ Authorr^ed/Sigaijitjdrej •>'>,,•' '^&cetfn<y V/'V'-v';' X / '''/ln,{..,iH\\^ Authorized Signature Corporation ~ Type o f Or g a n i z a t i on (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: _ Russell L. Thibodo, President e Gary R. Thibodo, Secretary J. S. Hawkins, Chief Financial Officer HOME OF f ICE BEST ORIGINAL PROPOSAL OR BID BOND KNOW ALL MEN BY THESIS PRESENTS: Bond No. Premium $ That'THIBODO CONST. CO., INC. P. 0. BOX 697 VISTA, CALIF. 92083 (hereinafter calfcd the Principal) as Principal, and a corporation created and existing under the laws of the State of with its principal office at _ SAN_ FRANCJICO. as Surety, are held and firmly bound unto INDUSTRIAL INDEMNITY COMPANY CALIFORNIA ., (hereinafter called the Surety), (hereinafter called the Obligee), in the full nnd just sum of f Dollars ($ /^/b ), good and lawful money of the United States of America, t6 the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigiis, jointly ana severally, /Irmly by these presents. Whereas, the Principal herein is submitting a proposal for ff / Now, Therefore, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and amid Principal shall enter into a contract for the completion of said work and furnish bonds na required by law, then this obli- gation shall be null acd void, otherwise to remain in full force and effect. Signed, sealed and dated this /6 day of ,1977 IH I BOrLQ__Cpj{ST^_Cp.„__!_NC_._ BY: Frinripid INDUSTRIAL INDFMNfTY COMPANY fo,Y"'i'ocnio 921| \ \\ \ \\'15y?y. I V00« » 1 (9/JZ) State of CALIFORNIA County of SAN DIEGO On _ lla , before me, the undersigned, uvivwuM**^^ OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIKMN1A PRINCIPAL OFFICE IN _ SAN DIEGO COUNTY My Commission Expires November 24, 1979 ss. .a Notary Public of said county and state, personally appeared __ WILLIAM E. SPIGER-- — - — - -- — — — -- , known to me to be the Attorney-in-Fact of INDUSTRIAL INDEMNITY COMPANY- — — — - - — - , — , - ^ - _. , the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. - If T*-^ ' ~._T- ^v._ NOTARY PUBLIC I V060 R4 (9/72) Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, '•***** W That we, ' , as Principal, and " , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of Dollars ($ ) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the-proposal of the above-bounden principal for: Improvement of La Costa Canyon Park - Contract No. 1045 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within (20) 'twenty days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this C obligation shall become null and vpid; otherwise it shall be and remain in full force and effect, arid the amount specified herein shall be forfeited to th6 said City'.:: • In the event that any Principal above' named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set 'our hands and seals this day of . , 19 . Corporate Seal (if corporation) Principal (Attach Acknowledgement of Attorney in Fact) . Surety i C ' • By—~ Title (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) Page 7 •DESIGNATION OF SUBCONTRACTOR The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the. subcontractors listed will be used for the work for which they bid, subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior 'approval of the Public Works Administrator of the City of Carlsbad. The following information is required for each subcontractor. Ad- ditional page can be attached if required. . • Item(s) of Work Masonry Roofing 'Inorganic WallCoverina *• £• uia" '-i-ii'MAsphalt Paving Landscape Concrete . Framing Electric Full Company Name Fabe'r Masonry Vista Roofing Co. TXttipyi (-•;=) n pp-pc-p Pn . Astra Floorin'q Greater San Diego Plumbing Cohtr.Iric Twin Oaks Engineering Landscape Irriga- tion Specialties Complete Address 1504 Sheridan Drive. Escon'didd, CA 92027 701 Mercantile . Vista, CA 92083 - 1075 Grand Ave.. San Marcos, CA 92069 3402 Kurtz St. San Diego, CA 92110 6404 Miramar Road San Diego', "CA 92121 P.O. Box 667 ' San Marcos, CA 92069 15272 Highway 80 El Caion, CA K.L.Wessel Construction P.O. Box 27B47 . Co:, Tnc: ' . ' ' Escondido, CA 92027 K.L.Wessel Construction P.'O. Box 27847 Co., Inc.' • Escondido, CA 92027 • G'. J.Thomas Electric, Tnc P. 0. Box 303 : Vista, CA 92083 A.C. & Phone No, (714) 745-0229 (714) 726-6460 (714) 744-4124 (714) ' 296-2191 (714) 455-6125 (714T 7 44-2434 (714) 443-6150 (714) 74.1-5343 (714)' 741-5343 (714) 758-2255 _kj (SEAL) BEST ORIGINAL Thibodo Const. Co., Inc. Bidder's Name _Authorized Signature ._ ,_ --iType of Organization (individual, part- nership or .corporation) P.O. Box 697, VistA, CA 92083 • Address . . Vista, CA • 92083 C*ity'r .criate, Z ip Code ' ' - JT ORIGINAL Page 7A 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 asonry Contractor • Type of State Contracting License & No. 229197 C-29 Carlsbad Business License No.* None Amount of Bid 3-%, Vista Roofing Co., Inc.312741 C-39 None American Fence Co.170984 C-13 None Astra Flooring 164926 C-15. SC-61 None Greater San Diego Plunibing Contr., -Inc. 369756 C-36 None Twin Oaks Engineering, Inc. Landscape Irrigation Specialties ' 268638 A None .2.55869 . C-61 SC27SCA None t L. 'Wessfil ' Const. Co. , Inc.•320854 B None G. J. Thomas Electric, Inc.370544 C-10 Has one but doesn't know # *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) , ,. .Bidder's Name 8.".-'< ) O >:> f. (; ;.' _ /A/ZO.C& . C^VS/» C. -j£L> Authorxz^jst 7Signa.ture $'&C££'Tfi^/ c ' ' . " • Page 8 'BIDDER'S STATEMENT OF FINANCIAL'RESPONSIBILITY • '.TECHNICAL A1311,1 TY AND EX PER IENCE c " • • •(The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial respon- sibility. , < . The undersigned submits below a statement of the work o.f similar character to that included in the proposed contract which he has successfully performed. Kit Carson Park, Escondido, CA Palomar College Relocatable Buildings, San Marcos, CA Brengle Terrace Recreational Park, Vista, CA Vista Service Center, Vista, CA C Signed O T Page 9 ORIGINAL CONTRACT THIS AGREEMENT, made and entered into this .3 j ^jf— day of _ ' 19 7^ > by and between the City of Carlsbad California, hereinafter designated as the City, party of the first part, and Thibodo Construction Co., Inc. _ , hereinafter designated as the Contractor, party of the second part. WITNESSETH: that the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Con- tractor agrees with the City to furnish all materials and labor for: Improvement of La Costa Canyon Park - Contract No. 1045 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary therefor, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City) , and to do everything required by this agreement and the said plans and specifications. 2. For furnishing all said materials and labor, tools and equip- ment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several ^ items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. * 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and hereby conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof , Page 10 when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5. Pursuant to the Labor Code of the State of California, the City. Council has ascertained the general prevailing rates of per diem wages for each craft or ifcyipe ofaworkman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the City-Engineer, and their officers and employees, from all claims, loss, damage, injury and .liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. /faih'rdjr* ( -rvJST C. bv Contractor (seal) Title -by Title CITY OF CARLSBAD, CALIFORNIA by.. • Mayor ATTEST: City Clerk (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) BEST STATE OF CALIFORNIA COUNTY before me, id for sa^d County and State,On the undersigned, a Notary. Public in personally appeared _^ known to me to be the_ Secretary of the corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. - ^^ Name (Typed or Printed) Notary Public in and for said County and State FOR NOTARY SEAL OR STAMP OFFICIAL SEAL | Dorothy Ann Lerkband | NOTARY PUBLIC CALirOKNIA = PRINCIPAL OFHCE IN I SAN DIEGO COUNTY | n !?••-.ire? Mr?rch i9, 1981 I Page 11 LABOR AND MATERIAL BOND fc<W£/V*. /S KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 5739 adopted . April 3, 1979 has awarded to Thibodo Construction Co., Inc. , hereinafter designated as the "Principal", a contract for: Improvement of La Costa Canyon Park - Contract No. 1045 in the City of Carlsbad, in strict conformity with the drawings and specifications and other- contract documents on file in the Office of the Ci-ty Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any ma- terials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: . NOW, THEREFORE, WE Thibodo Construction Co., Inc. as Principal, hereinafter designated as Contractor, and Industrial Indemnity Company as Surety, are held firmly bound unto the City, of Carlsbad in the sum of One Hundred Five Thousand Four Hundred Forty Eight: and 50/100 Dollars ($105,448.50 .) said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the \/ork 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 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value received, hereby stipulates and agree.0 that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice'of any such change, extension of time, alterations or additions to the .terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the lf*Q$- day of ^(PRIL. 1KU. f-j. /* i Contractor (Seal) INDUSTRIAL INDEMNITY COMPANY 20965, • ' (Seal)x809€ ItfwTTrar (Seal) Wwdh*f*-v«tWILLIAM E. SPICER, C State of Calif ornla County of SAN DIEGO SEAL MARGARETl McCOBB < NOTARY PUBLIC - CALIFOnrilA PRINCIPAL OFFICE IN _ SAN DIEGO COUNTY My Commission Expires November 24,1979 On APRIL 18TH. 197Q , before me, the undersigned, ss. -a Notary Public of said county and state, personally appeared WLLIAM E. SPICEP , known to me to be the Attorney-in-Fact of industrial Indemnity Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC 1 YO60 R4 (9/72) . . • Page 13 PERFORMANCE BOND 60A//> KNOW ALL MEN BY THESE PRESENTS, that ' ' • WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 5739 adopted April 3, 1979 has awarded to Thibodo Construction Co., Inc. ' .'hereinafter designated as the "Principal", a contract for: Improvement of La Costa Canyon Park - Contract No. 1045 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, Thibodo Construct'!on Co., Inc. ; ' y»>- as Principal, hereinafter designated as the "Contractor", and Industrial Indemnity Company ^fr ' as Surety, are held and firmly bound unto the City of Carlsbad, in the sum Of Two Hundred Ten Thousand Eight Hundred Ninety Seven and no/100 Dollars ($210,897.00 ) , said sum being equal to 100 per cent of the estimated amount of the contract, to be paid to the said City -or its certain attorney, its successors and assigns; for which payment, ' well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns,, jointly and severally, firmly by these presents. '• THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save- harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force \ and virtue. ' And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration'or addition to the terms of the contract or to the work to be performed thereunder or the spccifi- Page 14 cations accompanying the same, shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extensior C of time, alterations or addition to the terms of the contract or to thu work or to the specifications. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN V7ITNESS WHEREOF, this.instrument has been duly executed by the Principal and Surety above named, on the /ff"£g day of •_' 19lt- Contractor INDUSTRIAL INDEMNITY COMPANY . Box '80965 (Seal) (Seal) (Seal of Oalif ornia County of SAN DIEGO "~ OFFICIAL S , MARGARET E. WIcCOBB | 55. .a On APRIL 18TH. 1979 _ , before me, the undersigned, Notary Public of said county and state, personally appeared _ WILLIAM E. SPICER ___ , known to me to be the Attorney-in-Fact of Industrial Indemnity Company _ t the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. NOTARY PUBLIC 1Y060 R4 (9/72) Page 15 BEST ORIGINAL EXECUTIVE ORDER 11246 . • • ' ' EQUAL EMPLOYMENT OPPORTUNITY Under and by virtue of the authority vested in me as President of the United States by the Constitution and statutes of the United States, it is ordered as follows: 'PART I - Nondiscrimination in Government Employment SECTION 101. It is the policy of the Government of the United States to provide equal opportunity in Federal employment for all qualified persons, to prohibit discrimination in employment because of race, creed, color, or national origin, and to promote .the full realization of equal employment opportunity through a positive, continuing program in each executive department and agency. The policy of equal opportunity applies to every aspect of Federal employment policy and practice. SEC. 102. The head of each executive department and agency shall establish and maintain a positive program of equal employment opportunity for all civilian employees and applicants for employment within his C jurisdiction in accordance with the policy set forth in Section 101. • .v SEC. 103. The Civil Service Commission shall supervise and provide.leadership and guidance in the conduct of equal employment opportunity programs for the civilian employees of and applications for employment within the executive departments and agencies and shall review agency program accomplishments periodically. In order to facilitate the achievement of a model program for equal employment opportunity in the Federal service, the Commission may consult from time to time with such individuals, groups, or organizations as may be of assistance in improving the Federal program and realizing the . . objectives of this Part. . . : - . SEC. 104. The Civil Service Commission shall provide for the prompt, fair, and impartial consideration of all complaints of discrimination in Federal employment on the basis of race, creed, color, or national origin. Procedures for the consideration of com- plaints shall include at least one impartial review within the executive department or agency and shall provide for appeal to the Civil Service Commission. Page 16 SEC. 105. The Civil Service Commission shall issue such regulations, orders, and instructions as it deems necessary and appropriate to carry out its responsibilities under this Part, and the head of each executive department and agency shall comply with the regulations, orders, and instructions issued by the Commission under this Part. PART II - Nondiscrimination in D RIAI M A f • Employment by Government Contractors and Subcontractors Subpart A - Duties of the Secretary of Labor SEC. 201. The Secretary of Labor shall be responsible for the administration of Parts II and III of this Order and shall adopt such rules and regulations and issxie such orders as he deems necessary and appro- priate to achieve the purpose chercof. Subpart B - Contractors' Agreements * ' SEC. 202. Except in contracts exempted in accordance with Section 204 of this Order, all Government contracting agencies shall include in every Government contract hereafter entered into the following provisions: ' . . . "During the performance of this contract, the contractor agrees as follows: . z "(1) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated-during employment, without regard'to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. "(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, or national origin. "(3) The contractor will send to each labor union or representative of workers with which he hao a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advicing the labor union or workerti1 reprenentative of the contractor's commitments under Section 202 of Executive Order No. 11246 of Sept. 24, 1965, and shall poot copicw of the notice in conopicuoue places available to employees and applicants for employment. • ' • ' .Page 17 "(4) The contractor will comply with ail provisions of Executive Order >Jo.ll246of Sept. 24", 1965, and of the rules, regulations, and \r relevant orders of the Secretary of Labor. . "(5) The contractor will furnish all information and reports re- quired by Executive Order No. H2466f-Sept. , 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contacting agency and the Secretary of Labor for purposes of investi- gation to ascertain compliance with such rules, regulations, and orders. :'(6) In the event of the contractor's noncompliance with the nondis crimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, • or suspended in whole or in part and the contractor may be declared P"~~") ineligible for further Government contracts in accordance with *"J procedures authorised in Executive Order No. 1124(bf Sept. 24 , 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246of Sept. 24 . 19&5, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. • "(7) The contractor will include the provisions of Paragraphs (1) . . through (7) in every subcontract or purchase order unless exempted by •"•' rules, regulations, or orders of the Secretary of Labor issued pursuant C to Section 204 of Executive Order No.ll246ofSept. 24 , 1965, so that such provisions will be binding upon each subcontractor or vendor. ~ The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however. That in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractDr or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. ' • f- •• SEC. 203. (a) Each contractor having a contract containing the . . • 'provisions prescribed in Section 202 shall file, and shall cause each of his subcontractors to file, Compliance Reports with the contracting • agency or the Secretary of Labor as may be directed. Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs, and employment statistics of the contractor and each sub- contractor, and shall be in such form, as the Secretary of Labor may prescribe. • c (b) Bidders or prospective contractors or subcontractors may be required to state whether they have participated in any previous contract subject to the provisions of this Order, or any preceding similar Executive order, and in that event to submit, on behalf of thcmnelves and their pro- posed subcontractors. Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. Page-18 (c) Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as to such labor union's or agency's practices and policies affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent such information is within the exclusive possession of a labor union or an agency referring workers of providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor, the contractor shall so certify to the contracting agency as part of its Compliance Report and shall set forth what efforts he haa made to obtain such information. (d) The contracting agency or the Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his Compliance Report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other •training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signer's practices and policies do not discriminate on the grounds of race, color, creed, or national origin, and that the signer either will affirmatively cooperate in the implementation of thepolicy and provisions of this Order or that it -consents and agrees that recruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accord- ance with the purposes and provisions of the Order. In the event that the union, or the agency shall refuse to execute such a statement, the Com- pliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the contracting agency or the Secretary of Labor may require. SEC. 204. The Secretary of Labor may, when he deems that spe-dal circumstances in the national interest so require, exempt a contracting agency from the requirement of including any or all of the provisions of Section 202 of this Order in any specific contract, subcontract, or purchase order. The Secretary of Labor may, by rule or regulation, also exempt certain classes of contracts, oubcontracts, or purchase orders (1) when- ever work is to be or has been performed outside the United States and no recruitment of workers within the limits of the United States is involved; •(2) for standard commercial supplies or raw materials; (3) involving less than (specified amounts of money or specified numbers of workers; or (4) to the extent that they involve aubcontracto below a opecified tier. The Secretary of Labor may also provide, by rule, regulation, or order, for the exemption of facilities of a co-ntractor which are in sail .respects separate and distinct from activities of the contractor related to the performance of the contract: Provided, That such an exemption will not interfere with or impede the effectuation of the purposes of this Order: And provided further, That in the absence of such'an exemption all facili- tieo eha.ll bo covered by the provisions of this Order. I; ! ( ! ( i,1 ORIGINAL Page 19 Subpart C - Powers and Duties of the Secretary of Labor and the Contracting Agenciesc • • - * ' ' •• '^"^ SEC. 205. Each contracting agency shall be primarily responsible for obtaining compliance with the rules, regulations, and orders of the Secretary of Labor with respect to contracts entered into by such agency or its contractors. All contracting agencies shall comply with the rules of the Secretary of Labor in discharging their primary responsibility for securing-compliance with the provisions of contracts and otherwise ^""^ with the terms of this Order and of the rules, regulations, and orders . . Of the Secretary of Labor issued pursuant to this Order. They are ___ directed to cooperate with the Secretary of Labor and to furnish the Secretary of Labor such information and assistance as he may require in the performance of his functions under this Order. They are further directed to appoint or designate, from among the agency's personnel, compliance officers. It shall be the duty, of such officers to seek . compliance with the objectives of this Order by conference, conciliation, mediation, or persuasion. SEC. 206. (a) The Secretary of Labor" may investigate the employment practices of any Government contractor or subcontractor, or initiate such investigation by the appropriate contracting agency, to determine whether or not the contractual provisions specified in Section 202 of this Order have been violated. Such investigation shall be conducted in accordance with the procedures established by the Secretary of Labor and the investigating agency shall report to the • /"** ' Secretary of Labor any action taken or recommended. (b) The Secretary of Labor may receive and investigate or cause to be investigated complaints by employees or prospective employees of a Government contractor or subcontractor which allege discrimination contrary to the contractual provisions specified in Section 202 of this Order. If this investigation is conducted for the Secretary of Labor by a contracting agency, that agency shall report to the Secretary what • action has been taken or is recommended with regard to such complaints. SEC. 207. The Secretary of Labor shall use lys best efforts, directly and .through contracting agencies, other interested Federal, State, and local agencies, contractors, and all other available instrumentalities to cause any labor union engaged in work under Government contracts or any agency referring workers or providing or supervising apprenticeship or training for or in the course of s^uch work to cooperate in the implementation of the purposes of this Order. The Secretary of Labor shall, in appropriate cases, notify the Equal Employment Opportunity Commission, the Department of Justice, or other appropriate Federal agencies whenever . " it has reason to believe that the practices of any such labor organization or agency violate Title VI or Title VH of the Civil Rights Act of 1964 or other provision of Federal law. SEC. 208. (a) The Secretary of Labor, or any agency, 'officer, or L_, employee in the executive branch of the Government designated by rule, regulation, or order of the Secretary, may-hold such hearings, public or private, as the Secretary may deem advisable for compliance, enforcement, or educational purposes. Page'.20 (b) The Secretary of Labor may hold, or cause to be held, hearings in accordance with Subsection (a) of this Section prior to .imposing, ordering, or recommending the imposition of penalties and sanctions under this Order. No order for debarment of any contractor from further Government contracts umier Section 209(a)(6) shall be made without affording the contractor an opportunity.for a hearing. Subpart D - Sanctions and Penalties SEC. 209. (a) In accordance with such rules, regulations, or orders as the Secretary of Labor may issue or adopt, the Secretary or the appropriate contracting agency may; (1) Publish, or cause to be published, the names of contractors or •unions which it has concluded have compiled or have failed to comply with the provisions of this Order or of the rules, regulations, and orders of the Secretary of Labor. (2) Recommend to the Department of Justice that, in cases in which there.is substantial or material violation or the threat of substantial or material violation of the contractual provisions set forth in Section 202 of this Order, appropriate proceedings be brought to enforce those pro- visions, including the enjoining, within the limitations of applicable law, of organizations, individuals, or groups who prevent directly or indirectly, or seek to prevent directly or indirectly, compliance with the provisions of this Order. • (3) Recommend to the Equal Employment Opportunity Commission or the Department of Justice that appropriate-proceedings be instituted under Title VII of the Civil Rights Act of 1964. (4) Recommend to the Department of Justice that criminal proceed- ings be brought for the furnishing of false information to any contracting agency or to the Secretary of Labor as the case may be. (5) Cancel, terminate, suspend, or cause to be cancelled, termi- nated, or suspended, any contract, or any portion or portions thereof, • for failure of the contractor or subcontractor to comply with the non- discrimination provisions cf the contract. Contracts may be cancelled, terminated, or suspended absolutely or continuance of contracts may be conditioned upon a program for future compliance approved by the con- tracting agency. (6) Provide that any contracting agency shall refrain from entering into further contracts, or extensions or other modifications of existing contracts, with any noncomplying contractor, until such contractor has satisfied the Secretary of Labor that such contractor has established and will carry out personnel and employment policies in compliance with the provisions of this Order. c c c • Page 21 (b) Under rules and regulations prescribed by the Secretary of Labor, each contracting agency shall make reasonable efforts within a reasonable time limitation to secure compliance with the contract provisions of this Order by methods of conference, conciliation, mediation, and persuasion before proceedings shall be instituted under Subsection (a) (2) of this Section, or before a contract shall be cancelled or terminated in whole or in part under-Subsection (a) (5) of this Section for failure of a contractor or subcontractor to comply with the contract provisions of this Order. SEC. 210. Any contracting agency taking any action authorized f^^ by this Subpart, whether on its own motion, or as directed by the """T Secretary of Labor, or under the rules and regulations of the ~~~ Secretary, shall promptly notify the Secretary of such action. ~ Whenever the Secretary of Labor makes a determination under this Section, he shall promptly notify the appropriate contracting agency of the action recommended. -The agency shall take such action and shall report the results thereof to the Secretary of Labor within such time as the Secretary shall specify. SEC. 211. If the Secretary shall so direct, contracting agencies shall not enter into contracts with any bidder or prospective contractor unless the bidder or prospective contractor has satisfactorily complied with the provisions of this Order or submits a program for compliance acceptable to the Secretary of Labor or, if the Secretary so authorizes, to the contracting agency. SEC. 212. Whenever a'contracting agency cancels or terminates • a contract, or whenever a contractor has been debarred from further Government contracts, under Section 209 (a) (6) because of noncompli- ance with the contract provisions with regard to nondiscrimination, the Secretary of Labor, or the contracting agency involved, shall promptly notify the Comptroller General of the United States. Any such debar- ment may be rescinded by the Secretary of Labor or by the contracting .agency which imposed the sanction. Subpart E -- Certificates of Merit SEC. 213. The Secretary of Labor may provide for issuance of a United States Government Certificate of Merit Co employers or labor •unions, 'or other agencies' which are or may hereafter be engaged in work under Government contracts, if the Secretary is satisfied that the personnel and employment practices of the employer, or that the per- sonnel, training, apprenticeship, membership, grievance and representation, upgrading, and other practices and policies of the labor union or other agency conform to the purposes and provisions of this Order. SEC. 214. Any Certificate of Merit may at any time be suspended or revoked by the Secretary of Labor if the holder thereof, in the judgment of the Secretary, has failed to comply with the provisions of this Order. SEC. 215. The Secretary of Labor may provide for the exemption of any employer, labor union, or other agency from any reporting requirements imposed under or pursuant to this Order if such employer,, labor union, or other agency has been awarded a Certificate of Merit which has not been suspended or revoked. PART IU - Now?i5crim7A3Sion Pro^-sions in Federally As si.eted Construction *^ Contracts SEC. 301. Each executive department and agency which administers a program involving Federal financial assistance shall require as a condition for the approval of any grant, contract, loan, insurance, or guarantee thereunder, which may involve a construction contract, that the applicant for Federal assistance undertake and agree to incorporate, or cause to be incorporated, into all construction contracts paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to such grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the provisions prescribed for Government contracts by Section Z03 of this Order or such modification thereof, pre&erving in substance the contractor's obligations thereunder, as may be approve by the Secretary of Labor, together with such additional provisions as the Secretary deems appropriate to establish and protect the interest of the United States in the enforcement of those obligations. Each such applicant shall also undertake and agree (1) to assist and cooperate actively with the administering department or agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors 'with those contract provisions and with the rules, regulations, and relevant orders of the Secretary, (Z) to obtain and to furnish to tne administering department or agency and to the Secretary of Labor ^ such information as they may require for the supervision of such . .; compliance, (3) to carry out sanctions and penalties for violation of such obligatioas imposed upon contractors and subcontractors by the Secretary of Labor or the administering department or agency pursuant to Part II, Subpart D, of this Order, and (4) to refrain from entering into any contract subject to this Order, or extension or other modifi- cation of such a contract with a contractor debarred from Government contracts under Part II, Subpart D, of this Order. SEC. 30Z. (a) "Construction contract" as used in this Order means any contract for the construction, rehabilitation, alteration, conversion, extension, or repair of buildings, highways, or other improvements to real property. . • (b) The provisions of Part II of this Order shall apply to such construction contracts, and for purposes of such application the ad- ministering department or agency shall be considered the contracting agency referred to therein. (c) The term "applicant" as used in this Order means an applicant for Federal asuistance or. as determined by agency regulation, other program participant, with respect to whom an application for any grant, contract, loan, insurance, or guarantee is not finally acted upon prior ' to the effective date of this Part, and it includes such an applicant after he becomes a recipient of auch Federal assistance. Page 23 C SEC. 303. (a) Each administering department and agency shall be responsible for obtaining the compliance of such applicants with their undertakings under this Order. Each administering department and agency is directed to cooperate with the Secretary of Labor, and to furnish the Secretary euch information and assistance as he may require in the performance of his functions under this Order. (b) In the event an applicant fails and refuses to comply with his undertakings, the administering department or agency may take any or all of the following actions: (1) cancel, terminate, or suspend in whole or in part the agreement, contract, or other arrangement with such applicant with respect to which the failure and refusal occurred; (2) refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from such applicant; and (3) refer the case to the Department of Justice for appropriate legal proceedings. ' (c) Any action with respect to an applicant pursuant to Subsection (b) shall be taken in conformity with Section 602 of the Civil Rights Act of 1964 ' (and the regulations of the administering department or agency issued thereunder), to the extent applicable. In no case shall action be taken with respect to an applicant pursuant to Clause (1) or (2) of Subsection (b) without notice and opportunity for. hearing before the administering department or agency. SEC. 304. Any executive department or agency which imposes by rule, regulation, or order requirements of non-discrimination in" ' employment, other than requirements imposed pursuant to this Order, may delegate to the Secretary of Labor by agreement such responsibilities with respect to compliance standards, reports, and procedures as would tend to bring the administration of such requirements into conformity with the administration of requirements imposed under this Order: Provided, That actions to effect compliance by recipients of Federal financial assistance with requirements imposed pursuant to Title VI of the Civil Rights Act of 1964 shall be taken in conformity with the procedures and limitations prescribed in Section 602 thereof and the regulations of the administering .department or agency issued thereunder. PART IV - Miscellaneous * . SEC. 401. The Secretary of Labor may delegate to any officer, agency, or employee in the Executive branch of the Government, any function or duty of the Secretary under Parts II and III of this Order, except authority to promulgate rules and regulations of a general nature. v SEC. 402. The Secretary of Labor shall provide administrative support for the execution of the program known as the "Plans for Progress." ORIGINAL Page 24 SEC. 403. (a) Executive Orders Nos. 10590 (January 18, 1955), 10722 (August 5, 1957), 10925 (March 6, 1961), 11114 (June 22. 1963), and 11162 (July 28, 1964), are hereby superseded and the President's Committee on Equal Employment Opportunity established by Executive Order No. 10925 is hereby abolished. All records and property in the custody of the Committee shall be transferred to the Civil Service Commission and the Secretary of Labor, as appropriate. (b) Nothing in this Order shall be deemed to relieve any person of any obligation assumed or imposed under or pursuant to any Executive Order superseded by this Order. All rules, regulations, orders, instructions, designations, and other directives issued by the Presi- dent's Committee on Equal Employment Opportunity and those issued by the heads of various departments or agencies under or pursuant to any of the Executive orders superseded by this Order, shall, to the extent that they are not inconsistent with this Order, remain in full force and effect unless and until revoked or superseded by appropriate authority. References'in such directives to provisions of the super- seded orders shall be deemed to be references to the comparable 'provisions of this Order. • SEC. 404. The General Services Administration shall take appropriate action to revise the standard Government contract forms to accord with the provisions of this Order and of the rules and regulations of the Secretary of Labor. •• . ' ..SEC. 405. This Order shall become effective 30 days after the" date of this Order. LYNDON B. JOHNSON THE WHITE HOUSE, . . • September 24. 1965. , Unlull>lAL Page 25 BID CONDITIONS AFFIRMATIVE ACTION REOIIfeBfl'S EOWL EfPLOYim OPR3RTIF1ITY (HOITON PLAN) For all Non»Exarapt Federal, and Federally-Assisted Construction Contracts to be Awarded in San Diegn County, California. EACH BIDDER, CONTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE COtffRACTOR) MUST FULLY COMPLY WITH EITHER PART ! OR PART II, AS APPLICABLE, OF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON THIS •CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCT ION WORK (BOTH FEDERAL AND NON- FEDERAL) IN THE SAN DIEGO COUNTY AREA DURING THE PERFORMANCE OF THIS CONTRACT OR SIBCONTRACT, THE CONTRACTOR CCf^ITS ITSELF TO THE GO/IS FOR MINORITY MAN- POWER UTILIZATION IN EITHER PART I OR FART II, AS APPLICABLE, AT© ALL OTHER REQUIREMENTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS BY SUBMITTING A PROPERLY SIGNED BID, THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSIBILITY FOR THE IMPLEMENTATION OF Tr!E REQUIREMENTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS, • ' ORIGINAL FMLL 'fhe provisions of this Part I apply to contractors which are party to collective bargaining «?.';reeiain.ts with labor organizations which together have agreed to the San Diego County Area Construction Program (hereinafter the San Dingo Plan) for equal opportunity and have jointly made a comraitn^nt to specific goals of minority and, where applicable, female utilization. The San Diego Plan is a tripartite voluntary agreement between management, labor, and the minority C community. The San Diego Plan, together v.*ith nil Ijnple.inenting a^reewenta that have beoui and may hereafter be. developed pursuant thereto, are incorporated herein by reference. Page 2.6 Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. A c tor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organization which represents its employees in the San Diego Plan as to one trade provided there is set forth in the San Diego Plan a specific commitment by both the contractor and the labor organization to a goal of minority utilization for that trade. .Contractors using trades which are not: covered by Part I (see Part II, Section A) must comply with the com- mitments contained in Part II including goals for minorities and female utilization set forth in Part II. If a contractor does not comply with the requirements of these Bid Conditions, it shall be subject to the provisions of Part II. f- Coverage^ The provisions of this Part II shall be applicable to those con- tractors who: . . 1. Are not or hereafter cease to be signatories to the San Diego Plan, incorporated by reference in Part I hereof; 2. 'Are signatories to the San Diego Plan but are not parties to collec- tive bargaining agreements; 3. Are signatories to the. San Diego Plan but are parties to collective bargaining agreements with labor organisations which are not or I ceas.e to be signatories to the San Diego Plan; 4. Are signatories to the San Diego Plan and are parties to collective bargaining agreements with labor organizations but the two have not f—;. ' • jointly executed a specific commitment to goals for minority utilization *——' and incorporated the commitment in the San Diego Plan; or 5.Are participating in an affirmative action plan which is no longer sccept able to the Director, OFCCP, including the San Diego Plan; 6. Are signatories to the San. Diego Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to comply with their obligations under tha San Diego Plan snd, as a result, have been placed uniVer Part II of the Bid Conditions by the Office of Federal Contract Compliance Programs . jtequi^rengnt---An Af fiCTv^tiv^ Ac_tj.pn J'lan^. • Contractors described in paragraphs 1 through 6 above shall be subject to tha provisions and requirements of Part II of these Bid Conditions including the goals and timetables for minor- ity' utilization, and specific affirmative action steps set forth in Sections B.I and 2 of this Part II. The. contractor's commitment to the goals for minority utilization as required by this Part II constitutes a commitment that it will make every good faith effort to meet such goals. _ _ _ _ ___ . _______ . 1 Minority" is defined aa including Blacks, Spanish Surname d Americans, A,sir.nsv and American Indians, and includes both minority men and minority women. c Page 2,7 Gpa 1 s _ and Tline tabI eg. The goals of minority utilization required of the contractor are ?pplicabla to each trade used by the contractor in the San Diego Plan area and which is not otherwise bound by the pro- visions of Part I. For all such trades the following goals and timetables shall be /applicable: GOALS FDR MINORITY UTILIZATION Until 12/31/73 8.0% - 12.0% • Frcm 1/1/74 To ^2/31/74 12.0% - 16.0% From 1/1/75 To 12/31/75 16.0% - 20.0% From 1/1/76 To 12/31 76 20.0% - 24.0% From 1/1/77 To 12/31/77* 24.0% - 30.0% * In the event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for which goals of minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such work. The goals of minority and female utilization above are. expressed in terms of hours of training and employment as a proportion of the total nur,iber of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade en all projects (both Federal and non-Federal) in the Sea Diego Plan area during the perfor- mance of its contract (i.e., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training aust be substantially uniform throughout the length of the contract in each trade and rnincrl-- * ties must be employed evenly on each of a contractor's projects. There- fore, the transfer of minority employees or trainees frcn contractor to contractor or from project to project for the purpose of ireietiug the contractor's goals shall be a violation of Part II of these Bid Conditions, If the contractor counts the nonworking hours of trainees and apprentices in meeting the contractor:s goals, such trainees and apprentices must be employed by the contractor during the training period; the contractor must have mads a commitment to employ the trainees and apprentices at the completion of their training subject to the availability of employ- ment opportunities; and the trainees must be trained pursuant to training programs approved by the Bureau of Apprenticeship and Training for "Federal Purposes" or approved as supplementing the San Diego Plan. Specific Affirmative Action Steps. No contractor shall be found to be in noncompliance with Executive Order 11246, aa amended, solely on account of its failure to meet its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affir- mative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attainment of ite goals Page 28 within the timetables, all to the purpose of expanding minority utili- zation in its aggregate work forca in the Ssn Diego Plan area. A contractor subject to Part I which rails to comply with its obligations/""** under the Equal Opportunity clause of its contract (including failure ^ to meet its fair share obligation if provided in the San Diego Plan) or subject to Part II which fails to achieve its commitments to the goals for Minority utilization has the burden of proving that it has engaged in an affirmative action program directed at Increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have maintained .records of the organisations' response. b. The contractor should have inaintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall for referral and not referred back by the union or if referred, not employed by" the contractor. the file should have documented this and the reasons therefor. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance PrograniS when the union or unions with which tha contractor haa collective bargaining agreements did not refer to the contractor a minority cent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. «; d. The contractor should have disseminated its EEO policy within'its organization by including it in any employee handbook or policy manual; by publicising it in company ncvrspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disser.iinate'd b)' conducting staff meetings to explain and discuss the policy; by posting of the policy; and by review of the policy with minority employees. e. The contractor should hava disseminated its EEO"policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors. f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have bcem directed at minority organizations, schools with substantial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment nrea.o c Page 29 g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention are being used in a wanner that does not violate the OFCCP Testing Guidelines in 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-the-job training opportunities and participated and assisted in all Depart- ment of Labor funded and/or approved training programs relevant to the contractor's employes needs consistent with its obligations uader this Part II. i. The contractor should have made sura that seniority practices and classifications do not have a discriminatory effect. j. The contractor should have made certain that all facilities ware not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out Including the evaluation of minority employees for promotional • . opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. 1. The. contractor should have solicited bids for subcontracts from available minority subcontractors' engaged in the trades covered by these Bid Conditions, including circulation of minority con- tractor associations. NOTE—The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance on (questions pertaining to minority recruitment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. Subsequent Signatory to tha San Diego Plan. Contractors that are lt;subject to the requirements of Part II at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the San Diego Plan, either individually or through an association» will be deemed bound to their cdiraniticsnts to the San Diego Plan from that time until and unless they once again become subject to the requirements of Part II pursuant to Section A.1-6. 4. Non-discrimination. In no event may a contractor utilize the goals .and affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. PART III, Compliance and Enforcement, In all cases, the compliance of a contractor will be determined in accordance with its obligations under the terms of these Bid Con- ditions. Therefore, contractors who ore governed by the provisions of either Part I or Part II shall be subject to tha requirements of that Part ragardlcos of the obligations of its prime contractor or lower tier subcontractors. Page 30 All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to infora their stab contractors in writing of their respective obligations under the terra and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. A. Contractors Subjoct__ to_ Part I. ; 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing • regulations and its obligations under Part I, provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement maet the goals for minority utilisation to which they committed themselves in the San Diego Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the San Diego Plan or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation, if provided in the San Diego Plan or has engaged in unlawful discrimi- nation. Such violations shall be deemed. to be noncompliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. The OFCCP shall review Part I contractors ' employment practices during the performance of the contract. Further, OFCCP shall be solely responsible for any final determination that the San. Diego Plan is no longer an acceptable affirmative action program and the conse- quences thereof. The OFCCP may, upon _ review and notice to the contractor f and any affected labor organization, determine that the Sail Diego Plan no longer represents effective affirmative action. In the event it shall be solely responsible, for any final determination of that question arid the consequences thereof. Where OFCCP finds that a contractor has failed to comply with the requirements of the San Diego Plan and its obligation under Part I of these Bid Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not mat the rcquircinants of these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by Instituting at least the specific affirmative action steps listed in Part II, Section 2. The contractor must also provide, evidence of its steps toward the attainment of its trade's goals within the timetables set forth in the San Diego Plan. The pendency of such formal proceedings shall be token into consideration by Federal agencies in determining whether Page 31 such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the naauing of basic principles of Federal pro- curensent law. B. Contractors Subject to Part II. In regard to Part. II of these Bid Conditions if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations undar Part II of these Bid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency otherwise determines that the contractor is violating the Equal Opportunity clause. Where the agency finds that the -contractor failed to comply with the require- ments of Executive Order 11246, as amended, the implementing regulations and the obligations under Part II of these Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, termi- nation, cancellation, and debarmant, as may be appropriate undar the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not mat the goals contained in Part II of these Bid Conditions. The contractor's failure t:o meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the g6od faith requirements of those Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The pendency of such proceedings shell be taken into consideration by Federal agencies in determining whether such contractor- can comply with the requirements of Executive Order 11246, as amended, and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. C. •ObJ.jgations' Applicable to Con tractors^ Sub ject to Either Part I or Part_TI. It shall be no excuse that the union with which the contractor has a col- lective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, 'even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as amended. It is the policy of the Office of Federal Contract Complisncs Programs that contractors have a responsibility to provide equal employment opportunity if they wish to participate in federally involved contracts. To the extent they have delegated the responsibility for some of their employment practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to Executive Order 11246, as amended, such contractors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rules and regulations. -, ORIGINAL Page 32 PART IV .. • • General Recuirg.me.nt3. 1. Contractors are responsible for informing their subcontractors in writing regardless of tier, as to their respective obligations under Parts I and II hereof, cs applicable. Whenever a contractor sub- contracts a portion of the work in any trade covered by these Bid Conditions, it shall include, these Bid Conditions in such subcontracts and each subcontractor shall be bound by these Bid Conditions to the • full extent; as if it were the prime contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obligations under these Bid Conditions. However, the prime contractor shall give notice to the Assistant Regional Admini- strator of the Office of Federal. Contract Compliance Programs of fcha Department of Labor and to the contracting or administering agency of any refusal or failure of any subcontractor to fulfill its obligations under these Bid Conditions.. A subcontractor's failure to comply will be treated in the same manner as such failure by a prime contractor. 2. Contractors hereby agree to refrain from entering into any contract or contract codification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "responsible" bidder for Government contracts and federally-assisted construction contracts pursuant to the '-Executive Order. 3. The. Contractor shall carry out such sanctions and penalties; for violation of these Bid Conditions and the Equal Opportunity clause including suspension, termination and cancellation of existing sub- contracts and debarmaut from future contracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its Implementing regulations by the contracting or administering agency and the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall also be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246,' as amended. 4. Nothing herein is intended to relieve any contractor during the term of its contract from compliance with Executive Order 11246, as amended, and the Equal Opportunity clause, of its contract with respect to matters not covered in the San Diego Plan or in Part II of these Bid Conditions. 5. The procedures set forth in these Bid Conditions shall not apply to any contract which.the head of the contracting or administering agency determines is essential to the national security and its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contract Compliance Programs with- in thirty cays. Page 33 6. Requests for exemptions from these Bid Conditions must bo made In writing, with justification, to the Director, Office of Federal Contract Compliance Programs, U. S. Department of Labor, Washington, D. C. 20210, and shall be forwarded through and with the endorsement of the head of the contracting or administering agency. 7. Contractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contract Compliance Programs. For the information of bidders, a copy of the San Diego Plan may be obtained from the contracting officer. A list of trades v/hich are currently participating in the San Diego Plan may be obtained from OFCCP, or the contracting or administering agency. ORIGINAL ' ADM-2 F Page 34 SPECIAL AFFIRMATIVE ACTION REQUIREMENTS FOR BIDDERS ON THE IMPROVEMENT OF LA COSTA CANYON PARK - CONTRACT 1045 BUREAU OF OUTDOOR RECREATION PROJECT NO. 06-00588 The bidder, contractor, and subcontracteds),shall be required to comply with the following conditions, reports, and certifications when submitting a bid for this project and during the performance of their work: A. Certification With Regard to the Filing of Required Reports in Previous Contracts or Subcontracts (Form DPR 540) '"'« ^",y 1. This certification shall be signed and submitted by the contractors, together with his bid on this proposal. \ B. Preconstruction Report on Contractors (Form DPR 541). xr- 1. This report must be completed and signed by the * apparent successful bidder prior to award of contract. C. Work Force Report (Form DPR 543). \f^ 1. This report must be completed and signed by the sh**' apparent successful bidder prior to award of contract. Specific instructions for completion of the reports are found on the back of Form DPR 543- In general, the reports must provide a reasonable estimate of the anticipated work force for the project at peak of employment and must indi- cate race, sex, job category, and level of skill. The existing composition of the contractor's work force on the date of the report must also be reported. D. Materials Required During Construction. 1. Employer Information Report EEO-1 (Standard Form 100) Contractors, subcontractors, and material suppliers with 50 or more employees and has a contract, subcontract, or purchase order amounting to $50,000 or more on a project involving federally assisted construction funds must submit this report within 30 days after the award of a contract, subcontract, purchase order, or agreement unless the contractor, subcontractor, or material supplier has submitted such a report within 12 months preceding the date of the award. Subsequent reports are due annually on or before March 31. The form can be obtained from, and is submitted in triplicate directly to, The Joint Reporting Committee, 1800 G Street, N.W. Washington, D.C. 20506. 2. Monthly Manpower Utilization Report (Form DPR 356) This report must be submitted by all contractors and sub- ^J>> contractors with projects over $10,000. (Exemption: Page 35 Those contractors falling under Part I provisions of the Hometown Plan bid conditions are exempt^ and do not have to file this form). The report must cover the man hours worked $n the federally assisted project (Table A of form) as well as the total man hours worked on all projects, both federally assisted and nonfederally assisted, within the hometown plan area (Table B of form). 3« The successful bidder must receive approval of the City of Carlsbad before any subcontractor may begin work. In addition to the material listed above, a subcontractor must submit the following materials: a. Certification With Regard to the Filing of Required Reports in Previous Contracts or Subcontracts (Form DPR-540). b. Subcontractors' Certification of Implementation of Area Plan (Form DPR 545). For project sites covered by Hometown Special Bid Conditions, the prime contractor must obtain and sub- mit a Subcontractors' Certification of Implementation of Area Plan (Form DPR 545) prior to approval of any . subcontract over $10,000. No subcontractor will be allowed to perform work on the project prior to such approval. c. As additional subcontractors are identified, all equal employment opportunity information required concerning identified subcontractors must be obtained and submitted, d. If, while the project is under way, changes occur that require modification of previously submitted reports, supplementary reports must be submitted on a flow basis. E. State of California - The Resources Agency Department of Parks and Recreation Forms. 1. The aforementioned required forms are included herewith: a. Form DPR 540, page 36 b. Form DPR 541, page 36a c. Form DPR 543, page 36b d. Form DPR 545, page 36c e. Form DPR 356, page 36d C State ol California — The Resources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS • IN PREVIOUS CONTRACTS OR SUBCONTRACTS- Page '36 The bidder X t proposed subcontractor.., hereby certifies that he has X has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has_JL_. has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. ' . ThibodoConst. Co.f Inc. (Company) By. Secretary c Ddte: (Title) March 16, 1979 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proppsed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR GO-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) • Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the lequired reports should note that 41 CFR 60-1.7(b) (1) prevents the award of con- tracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified C . ••:•.- " • - - ... he U.S. Department of the Interior 01 by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. *>•»«—-.-.-.it-'-- .. ' State of California — The R esources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS IN PREVIOUS CONTRACTS OR SUBCONTRACTS The biHrier , proposed subcontractor X . hereby certifies that he has__jL—,,has ""* .._.t participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925,11114, or 11246, and that ha has J^ „, has not. , filed with the Joint Reporting Committee, the Director of the Office of Federal • Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on V Equal Employment Opportunity, all reports due under the applicable filing requirements. K. L'. Wessel Construction Co. , Inc. • (Company) • • • Vice-president, Secretary May 1, 1979 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10.000 or under are exempt) ' - ' • • . Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of con- tracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. C" .,.•' • ' ' • DPR 540 (Rev. 2/75) ' State of California — Tha R esources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS IN PREVIOUS CONTRACTS OR SUBCONTRACTS The Hinder . proposed «uhcontractor X .., hereby certifies that he ha« X _has not t participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925,11114, or 11246, and that he has X , has nnt filed with the Joint Reporting Committee, the D irector of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, ail reports due under the applicable filing requirements. Landscape Irrigation Specialties (Company) •• By President (Title) ORIGINAL NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)). and must be submitted by bidders and proposed subcontractors only in connection with contracts . arid subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10.000 or under are exempt.) ' Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of con- tracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. IM C? DPR 540 (Rev. 2/75) ' State Of California — Tha Resources Agency DEPARTMENT OF PARKS AND RECREATION CERTIFICATION WITH REGARD TO THE FILING OF REQUIRED REPORTS IN PREVIOUS CONTRACTS OR SUBCONTRACTS The bidder , proposed subcontractor , hereby certifies that he hat ^ has nnt . , participated in a previous contract or subcontract subject to the equal opportunity clauss, as required by Executive Orders 10925,11114, or ( 11246/and that he has . t/^_r has not_ filed with ths Joint Reporting Committee,-the Director of the Office of Federal • Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on t' Equal Employment Opportunity, all reports due under the applicable filing requirements. 758-2233 CALIF. 6^083 By (Company) (Title) NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt) ' Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of con- tracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. DPR 540 (Rev. 2/75) C •";•'• Participant (local agency) ' Project Name Improvement of. La Cofrfca State of California — The Resources Agency DEPARTMENT OF PARKS AND RECREATION PRECONSTRUCTION REPORT ON CONTRACTORS Federally Assisted Projects .' T • City of Carlsbad J _ Project Number 1045 Thibodo Const. Co. . inc.Prime Contractor ____ Address P. 0. Box 697, Vista, CA 92083 Location Where Work to be Performed and County Citv of Phone Number (714) 737-3113, Pi ego Coun •hy r Pa 1i fn] Amount of Contract $210,897.00 Estimated Date Work to Start May 9R, 1979 Estimated Date of Completion s«*pt-_r .. 7R, 1079'• . • ••.. Yrr.y-'-o -.-•, .} 1. Has contractor held prior federal or federally assisted contracts during the last two years? [x| YES If yes, answer a. through d. Q .NO If no, skip to Item No. 2. (Attach extra sheet if additional space is needed.) :a". "'• Federal Agency or Grant Prograirt -r._ b. Type of Work ODIOIMAY \J \\ | \j| |j \l l\ L nrtfs?//susf4?f. a*J c. - Location of Work Lr,/Sf LousiA, *>/*• - ...-r-!- d. Amount of Contract 2. Has contractor been reviewed by federal, state, or local agency pursuant to Executive Order 1 1246 as amended, within the past two years? YES E NO If Yes. by what agency? _ _ Indicate names, addresses, phone numbers, trades and amount of identified subcontractors. (Attach extra sheet if additional space is needed.) Greater SanDlego Plumbing Co., 6404 Miramax Road, San Diego 92121 455-6125 ._. ,__$7?.2-9'00 Faber Masonry. 1504 Sheridan Ave. t Escondido. CA 92027 ._ 726-2570 6640 .00 G. J. Thomas Electric, Inc., P. O. Box 303 , Vista, CA 92083 758-2255 12 , 178, 00 Griffith Comany, 1501 Frazee Road. San Diego 92101 297-4455 5 ,950.00 Astra Flooring Co. 3402 Kurtz St., San Diego 92110 296-2191 1,820.00 92083 72-646Q 840.00 Landscape Irrigation Specialties, 15272 Old Hwy 80, El Cajon 443-6150 37,769.00 K.L.- Wessel Const. Co,, Inc. P. O. Box 27847, Escondido ,92027Have any subcontractors held prior federal or federally assisted contracts during the last two ,years?741-5343 40•«, BLI YES [~| NO If yes, answer a. through e. If no, skip to Item No. 5. DPR 541 (Rev. 2/77) (Attach extra sheet if additional space is needed) Subcontractor K. L. Wessel Const. Co. . Inr.a. b. Federal Agency or Grant Program (HUD) Under the Community Development Block Grant. c. Type of Work Construction, of Vista Service Cept;er Rev.is.inna d. Location of Work Jefferson S Mjj.chigaji . Streets „ .Vist-TgL .. TA e. Amount of Contract $49,645.00 _ , -•••' .!-?• ••;'.• G. :; Is the construction site covered by hometown special bid conditions? [XJ -YES : ! : If yes, answer a. through c. (~1 NO. - •• • -., If no, skip'tp Item No. 6.,. a. |s the contractor signatory to the plan?YES [ ^| NO b. List any identified subcontractors signatory to the plan: (Attach extra sheet if additional space is needed). _ _ (SEE CONTINUATION SHEET) c. List the trades covered by the requirements of Part I: (Attach extra sheet if additional space is needed). Carpenters; Cement Masons; Electricians; Laborers; Operating E Painters; Pipefitters; Plumbers; Roofers; 6. Is the construction site covered by an Imposed Plan? D YES NO If yes, answer a. and b. a. Is the contractor signatory to the plan? | _ | YES b. List any identified subqontcactors signatory to the plan: ORIGINAL D N0 Prepared by: (Signature and tUI (E.E.O. Officer) ~T— L^ — " Reviewed by: (Signature and Tr e of Contractor's^ tly of Local Agency presentatlve) ,' \ . v Representative) Date Mav 17.1979 Date C • . PRE-CONSTRUCTION REPORT ON CONTRACTORS Project: La Costa Canyon Park Improvement - Continuation Sheet Contract No. 1045 City of Carlsbad 4. (Continued) a. Subcontractor; Landscape Irrigation Specialtists b. Fed. Agency: U. S. Army Engineer District, Los Angeles, for the International Boundry & Water Commission c. Type of Work: Tijuana River Channel d. Location: U. S.-Mexican Border, San Ysidro, CA e. Contract Amt: $123,000.00 a. Subcontractor; G. J. Thomas Electric, Inc. b. Fed. Agency: U. S. Postal Department. c. Type of Work: Main Post Office d. Location: Santa Fe Place, Vista, CA e. Contract Amt: $75,730.00 5.b. Sub-contractors signatory to San Diego Plan Greater San Diego Plumbing Co., 6404 Miramar Road, San Diego 92121 C Faber Masonry, 1504 Sheridan Ave., Escondido, CA 92027 G. J. Thomas Electric, Inc., P. 0. Box 303, Vista, CA 92083 Griffith Company, 1501 Frazee Road, San Diego, CA 92101 Astra Flooring Co., 3402 Kurtz St., San Diego, CA 92110 Vista Roofing Co., 701 Mercantile, Vista, CA 92083 Landscape Irrigation Specialtists, 15702 Old Hwy 80, El Cajon, CA 92021 K. L. Wessel Const. Co., Inc., P. O. Box 27847, Escondido, CA 92027 c * *'"'•, Participant (Lex Py""*-' Contract TABLE A 3 TRADE LABORERS EQUIPMENT DPERATORS TRUCK DRIVERS IRON WORKERS CARPENTERS 'CEMENT MASONS (ELECTRICIANS t • c VI :fr 1 A T nn J A 1 A J A , A J A J A J A J A ^""TOTAL cat Agei nr Th: State of California — Th» Resources Agenry DEPARTMENT OF PARKS AND RECREATION - WORK FORCE REPORT Federally Assisted Project 1Cy> City of Carlsbad . Prc .bodo Const. Co., Inc. . Address p- ° >ject NL . Box Approximate Peak -jt &-Employment Date: ^fo-** • imbei 697 A. SPAN. SURNAME KA^t A3— FEU ft. BLACK MALE FCM TOTAL EXISTING WORK FORCE C.AMCR. INDIAN MAUC FCM. O. ASIAN MALE FEM I.riLIPIHO MALE FEW • 104!? , Vista, CA 92083 F. OTHER MINORITY MALE FtM. «. WHITE MALE 3 5*r FCM. • • • TOTAL NO. or MINORITY MAVt A*S^ W§& ^?^^t^ai (( i B^^sS ^] =» " inIn f\ 1 •' n A 1!ii /\-L .,• FCM T01 O EMPLC MALE U40u D TABLE P ANTICIPATED WORK FORCE FOR PROJECT uAbORERS -|ii-:: EQUIPMENT OPERATORS TRUCK DRIVERS IRONWORKERS CARPENTERS CEMENT MASONS ELECTRICIANS • J A T 00 ^ A J A J A J A J ft J A j A. J A TOTAL \3 ^> 1 ' 11 T i — SI2**TUHE & TITLE OFX3DMPANY OFflCJM/ // 3 "iS DATK tieNID \0,V^o ^ I 11t TKL. NO. REVIEWS D BY: (Signature »rxljTjlo 01 Local Agancy Representative) • ir,-.»Tiii»r yVrls ' . OAT» DPR 543 (Rev. 3/75) INSTRUCTIONS c Existing Work Force — Table A For each job category enter the total number of workers {male und female) employed by ethnic identification and level of work — journeyman, apprentice (J, A). Include all employees of the bidding contractor employed within the State of California, regardless of whether they will be employed on the construction project for which the bid is submitted. Do not include employees of any anticipated subcontractors. Indicate iht total numbers of each identified minority group in the bottom row. Indicate total minorities, total whites, and total employees in each job category in the appropriate columns. Anticipated Work Force — Table B » - For each job category enter the total number of workers (male and female) by ethnic identification and level of work — journeyman, apprentice (J, A). Include all employees that will be working on the project only, including those to be employed by any subcontractor. If there isn't enough blank spaces to cover all the job categories to be listed under Table A or B, use additional forms (DPR 543). Just indicate "continued" at the top of the form. If a job category other than journeymen or apprentice is to be listed, i.e., foreman, helper, cross out either J or A and use appropriate initial (F = foreman. H - helper). If you have another job category to use for a trade already printed on the form such as carpenter — foreman, relist carpenter in one of the blank spaces, and change the "J" to "F". Indicate the total numbers of each identified minority group in the bottom row. Indicate total minorities, total whites, and total employees in each job category in the appropriate columns. Indicate the date that peak employ- ment is expected " • • - ORIGINAL State of California - The Hesources Agency DEPARTMENT OF PARKS AND RECREATION - SUBCONTRACTORS' CERTIFICATION OF IMPLEMENTATION OF AREA PLAN C3. J. THOMAS ELECTRIC INC. —exuaox. 3Q3 759-2253 VISTA. CAUF.S2083 ~ ' .certifies that: (Subcontractor) 1. it intends to use the following listed construction trades in the work under the subcontract. 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Par.t I of the Bid Conditions for participation in the fff^ ;~g6XAASan D3-eg°J ^ p)an jt wj|( corr,piy with the _ CSan Difft9.)on a|f constructjon wor|< (both federal and non-federal) in the _ _^ _ ___ area subject to these Bid Conditions, those trades being * — , - fflectricians ,. and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of the Bid Condi- tions, it adopts the minimum minority manpowerutilization goals and the specific affirmative action steps contained in C_, said Part II for all construction work (both federal and non-federal) in the . - area subject to these Bid Conditions, those trades being: —'.'•' _; and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by the Bid Conditions. . . . i /(Signature of authorized representative of bidder) In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the —S-A7' ®f~ V^r^A^fTr! (Agency) had determined, in writing, that the said certif icatio'n has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shall be void. 'This space not to bo used in the following Hometown Plan Areas, for which Part I has not been approved: Lo* Angolas. North Day, SontaCruz All trades to bo used on projects in thcso areas must bo listed in paragraph 2(b). State of California — The Resources Afloncy DEPARTMENT OF PARKS AND RECREATION SUBCONTRACTORS' CERTIFICATION OF IMPLEMENTATION' OF AREA PLAN ORIGINAL: K. L. We^fel Cpr^'fcryc'hinn fo.. s Trip, rartifinc that! (Subcontractor) 1. it intends to use the following listed construction trades in the work under the subcontract. Par-onf-o e ** Ceiert 2. (a) as to those trades set forth in the preceding paragraph'one hereof for which it is eligible under Par.t I of the Bid Conditions for participation in the Hometown CSan Diego) p|ar> jt wi|| compty with the San Dj.£go. Hometown p|an Qn a|I ^n^j-u^jo,, wor|< {both federal and non-federal) in the .'•'••.•. ••..;. area subject to these Bid Conditions, those trades being * Carpenters - Cement Masons and Laborers ,, and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of the Bid Condi- tions, it adopts the minimum minority manpowerutilization goals and the specific affirmative action steps contained in said Part II for all construction work (both federal and non-federal) in the - . - - . ..-.•-•• . . . - ••-. area subject to these Bid Conditions, those trades being: .. -- - .'-.-.. . ;and 3. ' it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by the Bid Conditions. ' z./n. (Signature of authOfizedfrepresemative of bidder) In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the - Cftty of fiarlsb.ad , - (Agency) had determined, in writing, that the said certif icatio'n has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shall be void. . c •This spoco not to be used in the following Hometown Plan Aroas, for which Port I has not been uppioved: Los Angeles. North Bay, Santa Cruz All trades to be used on projects in thoso areas must bo listed in paragraph 2{b). State of California — The Resources Aoency DEPARTMENT OF PARKS AND RECREATION SUBCONTRACTORS' CERTIFICATION OF IMPLEMENTATION ^"^ ' OF AREA PLAN — --_.1;. ORIGINAL Landscape Irrigation Speni.grt-ip«a certifies that: (Subcontractor) - • 1. it intends to use the following listed construction trades in the work under the subcontract. Pipefitters and Laborers 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Par.t I of the Bid Conditions for participation in the—San .Qj-egg , Plan it will comply with the • . , -. San Diego p[an on all construction work (both federal and non-federal) in the ., • •..' ..,. . • • . . area subject to these Bid Conditions, those trades being * - .• .. . . -•..... - . . . .-.••.•-- . •• . - •-••-.••.•••. - • and/or . • (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of the Bid Condi- tions, it adopts the minimum minority manpowerutilization goals and the specific affirmative action steps contained in C^said Part II for all construction work (both federal and non-federal) in the "~- ; . .••-» -" . area subject to these Bid Conditions, those trades being: ___*_^_ ~ ^^ ;,,., . , , ;, _^__ . ;and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by the Bid Conditions. (Signature of authorized representative of bidder) In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the —CltY. °f Carlsbad. (Agency) had determined, in writing, that the said certification has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shall be void. • • •This space not to be used in the following Hometown Plan Areas, for whieh Part I has not been appioved: Los Angolas. North Day SontaCruz . All trades to be usod on projects in these areas must bo listed in pnraoraph 2{b). Page 36c State of California — The Resources Agency DEPARTMENT OF PARKS AND RECREATION SUBCONTRACTORS' CERTIFICATION OF IMPLEMENTATION OF AREA PLAN ORIGINAL .certifies that:(Subcontractor) 1. it intends to use the following listed construction trades in the work under the subcontract. 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of the Bid Conditions for participation in the Plan, it will comply with the Piart on all construction work (both federal and non-federal) in the '. area subject to these Bid Conditions, those trades being , r and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of the Bid Condi- tions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II for all construction work (both federal and non-federal) in the area subject to these Bid Conditions, those trades being: ,\ i.. ; ;and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by the Bid Conditions. (Signature of authorized representative of bidder) In order to ensure that the said subcontractors' certification becomes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the 1\ (Agency) had determined, in writing, that the said certificatio'n has been incorporated in such subcontract, regardless of tier. Any sub- contract executed without such written approval shall be void. •This space not to be used in the following Hometown Plan Areas, for which Part I has not been approved: Los Angeles, North Bay, Santa Cruz Alt trades to be used on projects in these areas must be listed in paragraph 2(b). 21 Page-36d State of California — The Resources Agency DEPARTMENT OF PARKS AND RECREATION MONTHLY MANPOWER UTILIZATION REPORT NAME OF PROJHCT .itPORT PERIOD MO _J_ YR PROJECT NUMBER I I I I I I I % JOB COMP.NAME AND LOCATION OF COMPLIANCE AGENCY fROM: NAME & ADDRESS OF PRIME CONTRACTOR DEPORTING COMPANY'S NAME - ADDRESS EST. COMPLETION DATE OF PROJECT This report is required by Executive Order 1124G, Section 203. Failure to report can result in Sanctions which include sus- pension, termination, cancellations, or debarment of contract. TABLE A TOTAL MANHOURS FOR PROJECT ITRADE LABORERS EQUIPMENT OPERATORS TRUCK DRIVERS IRONWORKERS CARPENTERS CEMENT MASONS ELECTRICIANS .- 2 t-K a s. CLASS"!Pf> j A T °9j A J A J A J A J A J A J A J A 4 MANHOURS OF EMPLOYMENT A. TOTAL MALE FEM. 8. SLACK MALE FEM C. SPAM. SURNAME MALE FEM. 0. AMER. INDIAN MALE FEM E. ASIAN MALE • FEM. , ' .1 1 f F FILIPINO MALE 1 I'M ! FEM. £m. n £"s8 ^LL enMINORITY^N MRS. OFr M^K HR5*' 3 ^ T I A 11ML •^ X 6 TOTAL NO OF MINORITY EMPLOYEES MALE FEM 7 TOTAL N') OF EMPLOYEES M »l E • FEM ,,-X TABLE B TOTAL MANHOURS IN PLAN AREA (INCLUDING THIS CONTRACT) V LABORERS EQUIPMENT OPERATORS TRUCK DRIVERS IRONWORKERS CARPENTERS CEMENT MASONS ELECTRICIANS * -.-r-i: J A T oo j A J A J A J A J . J A J A J A ION AT tll)t « 111! C OF COMPANY OFFICIAL DATE MGNt D . "1 • 1 L 1 NO tcriveo u* HE OR REH n;s A TU Re -OATC INSTRUCTIONS FOR FILING MANPOWER UTILIZATION REPORT must be submitted each month by the prime contractor and each subcontractor having contracts exceeding $10,000. Hometown Plan Projects — A report on both Tables A and B is required to be submitted by every prime and subcontractor every month. It no work is performed, a negative report must be submitted by both the prime and the subcontractor. contractors not meeting plan goals on Table B must submit explanation below stating reasons for this failure. Reporting period — Shall be a one-month period from the 15th of one month to the 15th of the next month. (Adjust to conform with payroll period). Completed Form DPR 356 and explanation (if applicable) must be submitted to the Compliance Agency (local jurisdiction) by the 5th of the month following the reporting period. The reports are to be signed by a responsible official of the company and shall include the total man-hours worked for each employee level in each designated trade for the entire reporting period. INSTRUCTIONS FOR COMPLETING FRONT SIDE OF FORM DPR 356- Project Number The number assigned to the project by the federal funding agency. % Completed Percent of work completed at the end of the reporting period. Compliance Agency The local jurisdiction with whom the prime contractor has a contract. Prime Contractor Any contractor who has a construction contract with the U.S. Government or Applicant (See OFCC Regs. 60 - 1.3). •'•.'• • . " .•*• ' . 1. Trade If craft not shown, write name of craft in blank spaces. 2. Part 1 • . Use'a check mark to indicate that the craft is signatory under Part 1. 3. Class , The level of accomplishment or status of the worker in the trade. (J - Journeyman. A - Apprentice, T • Teamsters, OO • Owner Operators). 4. Man-hours of Employment ........... The total number of hours worked by all employees in each classification; and the total number of hours worked by each minority group (Black, Spanish Surname, American Indian, Asian, and Filipino) in each classification. 5. Percent of minority man-hours of ' \ total man-hours •. . . The percentage of total, minority man-hours worked of all; man-hours worked. (Journeyman and Apprentice). * 6. Total number of minority employees ........ Number of minority employees working on job and plan area during reporting period by Journeyman, Apprentice, male and female. 7. Total number of employees Number o( all employees working on job and plan area during reporting period by Journeyman, Apprentice, male and female. « Explanation for Failure to Meet Craft Goals in Hometown Plan Area ORIGINAL Signature of Company Official District Comments Only "C, 14 Page 37 CITY OF CARLSBAD CONSTRUCTION OF LA COSTA CANYON PARK LA COSTA - CARLSBAD, CALIFORNIA CONTRACT NO .1&4.5. . . . SPECIAL PROVISIONS GENERAL REQUIREMENTS 1. SCOPE The work to be done under this contract includes the furnishing of all labor, materials and equipment necessary to construct La Costa Canyon Park located in La Costa - 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 & fencing f) Automatic irrigation system g) Park lighting h) Planting of trees, shrubs, ground covers, lawn, and erosion control of slopes </ i) Installation of play equipment, sport apparatus 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 12 of the Contract Drawings. 3. STANDARD SPECIFICATIONS AND STANDARD DRAWINGS a) The Standard Specifications for Public Works Construction, 1976 edition and 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 specifications. 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 C Page . 38 b) 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 Specifications: 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 and subcontractors. 4. ADDITIONAL DEFINITIONS a) Owner; City of Carlsbad, 1200 Elm Avenue, Carlsbad, CA b) Landscape Architect: Kater & Associates, 2725 Jefferson St., Carlsbad, CA 92008 (714) 729-4626 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", "selected", 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", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the 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 39 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 x 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 c7 Page 40 INTERNAL COMBUSTION ENGINES a) All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project (with special attention to City noise control ordinances). 8. OWNER'S INSPECTOR a) An inspector may be employed by the Owner. b) All work shall be under observation of said inspector. He shall have free access to any or all parts of work at any time. Contractor shall furnish inspector reasonable facili- ties for obtaining such information as may be necessary to keep him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. 9. INTENT OF CONTRACT DOCUMENTS a) Each and every provision of law and clause required by law 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 probided at the Contractor's expense to fulfill the intent of said Documents. 11. SUBSTITUTION OF MATERIALS a) The proposal of the bidder shall be in strict conformity with the Drawings and Specification and based upon the items indicated or specified. b) 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 indicated GENERAL REQUIREMENTS Page 41 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 Attention is directed to Section 7-10 Public Convenience and Safety of the Standard Specifications and these Special Provisions. Control, warning and guidance devices necessary for public safety protection shall be provided and maintained by the Contractor. 14. PERMITS AND LICENSES Attention is directed to Section 7-5 of the Standard Specifications regarding permits and licenses. 15. DUST CONTROL Attention is directed to Section 7-8.1 of the Standard Specifications regarding Dust Control. ^^ GENERAL REQUIREMENTS Paqe 42 16. SOUND CONTROL REQUIREMENTS The contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the Contract. 17. 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. 18. 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. *"* 19. 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. 20. PLANT ESTABLISHMENT WORK Plant establishment period shall be 60 calendar days, and shall begin after all work has been completed. (SEE SECTION R - LANDSCAPE PLANTING) Page 43 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. 23. TIME OF COMPLETION AND LIQUIDATED DAMAGES; It is agreed by the parties to the contract that, in case all the work called for under the contract is not completed before or upon the expiration of the time limit, as set forth in these specifications, damage will be sustained by the City of CARLSBAD and that it is and will be impracticable to determine the actual damage which the City will sustain in the event of any by reason of such delays; and it is therefore agreed that the Contractor will pay to the City of CARLSBAD the sum of one hundred dollars ($100.00) per day for each and every days delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as are herein provided, and in GENERAL REQUIREMENTS Page 44 case the same are not paid, agrees that the City of CARLSBAD may deduct the amount thereof from any money due, or that may become due, the Contractor under the contract. It is further 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 City Council 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 which 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 liquidated damages nor 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 extend of the delay, and his findings of the facts thereof shall be final and conclusive. 24. PROJECT SIGN: The Contractor shall construct and maintain a project sign adjacent to the public travelled way located where directed by the Engineer. The sign shall be not less than 5 feet wide and 3 feet high, and shall be fabricated of 3/4-inch exterior plywood mounted on 4-by 4-inch posts set firmly in the ground and adequately braced. Information to be shown on the sign shall be as shown on Attachment "B". The posts and both sides of the sign board shall be painted with two (2) coats of a durable exterior grade enamel paint, color to be selected. The lettering shall be in a contrasting color to the sign board. GENERAL REQUIREMENTS Page 45 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. 25. 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. 26. 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. 27. FINAL PAYMENT Full compensation for conforming to the requirements of all the specifications and the construction documents, will be considered as included in the various items of work. The City of Carlsbad shall, after the completion of the contract make a final estimate of the amount of work done thereunder and the value of such work; and the City shall pay the entire sum so found to be due after deducting therefrom all previous payments and all amounts to be kept and all amounts to be retained under the provisions of 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 acceptance of the work by the City. It is mutually agreed between the parties to the contract that no certificate given or payment made under the contract except the final certificate of final payment shall be conclusive evidence of the performance of the contract either wholly or in part, against any claim of the party of the first part; and no payment shall be construed to be an acceptance of any defective work or improper materials. GENERAL REQUIREMENTS Page•45 LA COSTA CANYON PARK (UNIT PRICE BREAKDOWN) Construction Item .Grading Brow Ditches & Rip-Rap Restroom Facilities 18" .ACP 4" NDS Drain Pipe 3 Catch Basins , 4" V.C.P. Sewer Pipe & Clean Out Electric & Telephone Parkinglot & Entrance Multipurpose Court ,' Volley Ball Sandpit' Sand Play Area Park Lighting - ' • Concrete Paving Decomposed Granite ' Concrete Mowing Strips 4' High Chain Link Fence Redwood Header 1 Park Sign 6 Park Benches . 5 Picnic Tables & Benches. 2 .B-B-Q Units 7 Trash Receptacles 2 Drinking Fountains 1 Bicycle Rack/Play Equipment 1 Concrete Game. Table & 4 Chairs Unit .Labor Material Installation L.S. L.S. L.S. L.F. L.F. EA. L.F. L.F. L.S. L.S. L.S. L.S. L.S. S.F. S.F. L.F. L.F. L.F. EA. EA. EA. EA. EA. EA. L.S. EA. = " $ 40,500.00 $ 3,400.00 $ 45,501.00 $ 38.00 '.- $ 10.50 ' $ 325.00 $ 14.00 $ 18.00 $ 8,950.00 $ 11,018.00 $ 6,200.00 $ 8,269.00 $ 10,200.00 $ 2.81 $ Deleted $ - 6.00 $ 6.50 $ Deleted $ 1,100.00 $ 350.00 $ 420.00 $ 120.00 $ 200.00 5 1,600.00 £ 9,000.00 $ 900 .-00 /L.S. /L.S. /L.S. /L.F. /L.F. /EA. • /L.F. /L.F. /L.S. /L.S. /L.S-.- /L.S. /L.S. /S.F. /S.F. /L.F. /L.F. /L.F. /EA. /EA. /EA.. /EA. " /EA. /EA. /L.S. /EA. irrigation Pull Boxes 1 Rainbird 23 A-B Controller 1 Rainbird 12 A Controller ' .. 1 Fabco 825 Backflow Device 1 Concrete Vault # 602-00-25 'TORO' Lawn Pop-Up #25 PJDA "Rainbird" Impact Head #1800 Series "Rainbird" Shrub Pop-Up #300~12-^xx "TORO" Rotor Pop-Up #2300 "Rainbird" Bubbler EFA Series "Rainbird" Electric Valves #44K "Rainbird" Quick Couplers Direct Burial Control Wire 25.00 1,300.00 1,100.00 By City 1,150.00 35.00 14.00- 6.00 25.00 6.00 1,600.00 . 55.00 .0.10 /EA. /EA. /EA. /EA. /EA. /EA. /EA. /EA. /EA. /EA. /L.S. /EA. /L.F. IfaP fciaVr^ MiORIGINAL-. GENERAL.REQUIREMENTS Page Class 200 P.V.C.Sqh. 40 P.V.C. $$$$$$$ .. • 0.95 1.05 . • 1.10 1.20 1.25 1.30 2.10 /L.F. /L.F. /L.F. /L.F. /L.F. /L.F. /L.F. $ $ $., $ $ $ $ 1.05 1.15 1.20" . 1.25 1.35 2.00' 3.00 /L.F /L.F /L.F /L.F /L.F /L.F /L.F V/ Planting Soil Preparation :. r @ Hydro-Seed Turf Areas r @ Ground Cover • @ 1 Gal. Plants .':';', I @ 5 Gal. Plants •' , @ 15 Gal. Plants - - . ' @ 24" Boxes Speciman. TreesV ;' @ 48" Boxes .Speciman Trees @. Hydro Seed Slopes (Erosion Control)@ Fertilizer '"'•'•• 'L.S Soil Conditioner ' ; L.S "90-Day Maintenance Period L.S 60 $$•$.$.$$$$$$$$ 0;10 .0.15 .0.35 4.pO 9,00 65.00 185.00 850.00 0.035 - 1,000.00 1,500.00 1,500.00 /S.F. /S.F. /S.F. /EA. /EA. •' /EA. /EA. /EA. /EA. /L.S. /S.F. /Month Landscape Development La Costa Canyon Park • ; . in figures $ 42,519.00 Total Landscape Development La Costa Cany9n Park . .- in .words : Forty-two'thousand five Hundred Nineteen & No/100 . Dollars ORIGINAL c . 3- GENERAL REQUIREMENTS Page 48 c c 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. 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. ' The earthwork shall include furnishing all labor, materials and equipment, and performing all operations necessary to complete all clearing and grubbing, excavation, recompaction, and all incidentals to this construction as shown on the Plans, 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 & MULTI-PURPOSE COURT Clear the areas to be filled or excavated of all objectionable material. EARTHWORK SECTION A Page 49 Restroom Site: Shall be graded to rough grade and the exposed surface 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 recompacted as per recommendation of the Engineer with nonexpansive soil. Parking Lot & Multi-Purpose Court; Shall be graded to rough grade. If expansive clay is present the areas shall be scarified to a depth of 8" below rough grade - recompaction 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 95% at optimum moisture content. 8. FINISH GRADING Finish grading of all planted areas shall be as specified in the landscape planting section. EARTHWORK SECTION A C !. Page 50 SECTION - B - REINFORCED STEEL 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 steel shall be new deformed billet steel bars conforming to "Standard Specifications for Billet Steel Bars j*^ for Concrete Reinforcement", ASTM A-615, Grade 40. ^*** b. Reinforcing fabric shall be fabric conforming to "Standard Specifications for Welded Steel Wire Fabric for Concrete Reinforcement", ASTM A-185, except that the requirements of a tensile strength of 70,000 p.s.i. may be reduced to 60,000 p.s.i. c. Metal Accessories, including spacers, chairs, ties and other devices necessary for proper assembly, placing, spacing and support for all reinforcing steel shall be provided. Metal chairs or precast concrete bricks of suitable sizes shall be used to support reinforcing steel above the earth. Clay bricks and batts will not be permitted. Metal chairs shall be minimum Class B for rust resistance. 6. FABRICATION AND INSTALLATION OF REINFORCEMENT IN CONCRETE a. Fabrication of reinforcing steel shall conform to all local code requirements and the ACI Standard 315-65 "Manual of Standard Practice". All bends shall be made cold. Bars with bends and kinks not shown shall be rejected. b'. Cleaning; Before placing reinforcement, and again just before concrete is placed, clean reinforcement of loose mill scale, oil, or other coating that might destroy or reduce the bond. c. Installation shall conform to the drawings and to the applicable chapters of the Manual of Standard Practice, Concrete Reinforcing Steel Institute & Western Concrete Reinforcing Steel Institute. REINFORCING STEEL SECTION B Page 51 1. Supports; Reinforcement shall be accurately placed and adequately supported by concrete blocks when deposited on or against form material. The reinforcement shall be secured against permanent horizontal displacement by nor- mal construction loads or by the weight of an average construction workman stepping midway between supports in the same manner as he will work during concrete placing operations. All reinforcement intersections shall be tied to prevent movement or displacement. 2. Fabric Reinforcement; Roll out, straighten and cut to required size, and aly reasonably flat in place. Lap fabric one full mesh at sides and ends, and securely wire together and to other reinforcement at frequent intervals. REINFORCING STEEL SECTION B C Page 52 SECTION C - CONCRETE w 1. GENERAL See General Conditions, Special 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. C 4. MATERIALS a. Portland Cement shall conform to ASTM C-150, Type II. Only one brand shall be used throughout the project. b. Agregates shall be crushed rock and fresh water sand conform- ing to ASTM C-33, size and graded as required for the design mix specified. c. Liquid Membrane Curing Compound shall conform to ASTM C-309, Type 1, clear with quick fading dye, Hunt's Process No. 225, or approved equal. d. 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. b. Do not start pour until all reinforcement and embedded items are in place and secure, and approved by the City Engineer. CONCRETE SECTION C Page 53 6. DEPOSITING CONCRETE a. -Preliminary; Approved soil bottoms shall be clean and All reinforcing steel and embedded items shall be in place. b. Deposit concrete in final position without segregation. Control vertical drops in excess of six feet by an approved method. Deposit concrete at uniform rate within defined limits. Vibrate. Contractor shall have at least one standby vibrator on the job during all pouring operations. Carefully work concrete into corners of forms and around reinforcing steel and embedded items. c. Slabs shall be one course full thickness with finish worked from the pour. Provide a smooth, even, true surface. 7. 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. b. Slabs shall be cured with waterproof paper, or with membrane- forming curing compounds, as approved in advance by the Owner. 8. CONCRETE FINISHES a. Slab Finishes; 1. All Interior Floor Slabs shall be given a smooth mono- lithic finish, except as otherwise specified. After the water sheen has disappeared, trowel the monolithic concrete to a smooth, hard true surface. Apply two (2) coats of clear concrete sealer at right angles to one another. 2. Exterior Concrete walks shall be provided with textured finish to match existing adjacent walks. (Light broom finish). 3. Scoring; Provide where shown or directed. Conform tool size and configuration to Owner's instructions. Run joints straight, of uniform size and appearance. CLEAN-UP All surplus materials, debris, trash and rubbish resulting from the work of this section shall be removed from the Building and the site. Washing of concrete trucks after depositing of their load must be done off site. CONCRETE SECTION C Page 54 SECTION D - MASONRY C 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 and from domestic supply. g. Waterproofing Admixtures 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 55 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 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 standard running bond. b. Joints; 1. Thickness; All joints shall be 3/8" thick. 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 pressure during tooling to assure a tight bond of the edges of the joints to the blocks. Tool vertical joint first then tool horizontal joint. Areas to receive Sprayed Finish shall have joints struck flush. MASONRY SECTION D C Page 56 4. Mortar 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 reinforcement. Provide dowels for abutting concrete elements as shown. 2. Vertical Reinforcement 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. d. 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 built into the masonry work. Grout in metal door frames as the work progresses. 7. 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 57 b. Make all necessary provisions for the work of other trades. ^_ 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 psi grout per UBC Standard 24-22-67. MASONRY SECTION D Page 58 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 . Page 59 2. Pipe: ASTM A-53-71, 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 SECTION E c Page 60 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 appliances required to furnish and install complete all wood framing, along with related items as shown on the drawings, speci- fied 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. Wood poles. c. Stripping, curbs and wood edge members. d. 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. Pressure Treated Poles, shall be standard or better Douglas Fir or approved equal pressure treated with an approved preservative. The poinds per cubic foot retained after treatment as determined by the assay method shall be: Penta W-R (.45I/C.F-.) or Cellon (.451/C.F.) Any of the above types may be used. After treatment the lumber shall be kiln dried to not over 18% moisture content. Surfaces cut after each treatment shall be brushed with matching preservative. Each piece shall be stamped by an approved testing laboratory. Use of creosote or coal tar pre- servative will not be acceptable. c. 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, CARPENTRY SECTION F Page 61 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 blockincj^ bolt anchorages embedded in concrete, and the like; also such screws, nails and fastenings as may be required for the erection and application of wood finish and millwork of the building. All rough 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 hardware to remain exposed shall be zinc coated or cadium plated. 4. WORKMANSHIP Furnish, fabricate, install, fasten, bore, notch and cut wood in conformance with local ordinances. Construct framing with joints true, tight and well-nailed or bolted as required, all members subject to bending with crown up. a. Poles shall be treated and erected per standards published by American Wood Preservers Institute, and Western Wood Preservers Institute Standard M-4. b. Roof Framing; As detailed, beams laid with crowning edge up. Frame in for scuttles, vents, electrical fixtures, etc., as indicated or required. 3c. Bolt Holes in wood shall be 1/16" larger than the bolt dia- meter. Provide square cut washers at all exposed connections with standard cut washers at concealed connections. Exposed square cut washers shall be installed with edges vertical and horizontal. Exposed bolts, nuts and washers shall be galvanized. d. 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. CLEAN-UP Remove from the building and the site all surplus material, debris, trash and rubbish resulting from the work of this section. ORIGINAL CARPENTRY SECTION F Page 62 SECTION G - ROOFING c 1. GENERAL ORIGINAL a. See General Conditions, Special Conditions and General Requirements for additional information. This Section includes 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, f 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 63 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 Specification 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 according to Specification FE-20-P of the manual or approved manufacture r'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. INSPECTION a. All roofing work shall be done by a Contractor approved by roofing material manufacturer. ROOFING SECTION G C c c Page 64 SECTION H - SHEET METAL 1. GENERAL See General Conditions, Special 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 irregularities 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's 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. 5. 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 65 Unauthorized patchwork is not acceptable. 6. SHOP PRIMING a. After fabrication of ferrous metal work (no exceptions), thoroughly clean, etch galvanized metal with diluted acid, wash clean, then paint with one full coat of zinc-dust zinc-oxide primer on all sides before assembling or installing at all surfaces (whether concealed or exposed in the finish work). Touch-up any portions or areas damaged by handling or erection. 7. 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 66 SECTION I -• HOLLOW METAL 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. Corners and connections shall be either welded with exposed welds ground flush and smooth or mechanical] assembled (knock-down) type at Contractor's option. HOLLOW METAL DOORS AND FRAMES T ' _ Page 67 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 metal clip angle at bottom of each jamb member for anchoring to 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 conceal seams. 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 FRAMESSECTION I Page 68 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. 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. 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-coated items, tag, box, and reinstall after finish paint work is completed. 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 69 SECTION J - PAINTING 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. Workmanship: 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. 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 70 M^. 2. Concrete block: Apply two coats Water Bar or equal ^w • sealer. 3. Wood to be stained: Two coats semi-transparent stain. First coat only this 50% 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. Toilet partitions doors and styles: One coat semi- transparent stain and two coats satin polyurethane varnish. All edges of doors and styles to receive these three coats. 2. Metal doors and frame: Enamel: One coat primer (omit if shop or factory primed); one coat half enamel under- coat and half enamel; one coat eggshell enamel. 3. Wood decking and beams: Two coats semi-transparent stain. First coat only this 50% with clear blending ,*-s formula. W 4. 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 71 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 decorative, 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.oc. 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 #-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.• 3 INORGANIC WALL COATING SECTION K Page 72 b. Fading; No apparent fading after 48 hours test by methods specified by ASTM E-188-61T. c. Scrubb ability ; NO harmful effects after 5,000 cycles by Gardner Straight Line test. d. Adhesion test; No loss when tested by Gardner 80 in/lb. impact test. e. Urine Penetration; Unaffected. f. All finish surfaces are inhibit! ve 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 in 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 73 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 t 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 74 SECTION L - BUILDING SPECIALTIESc 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 MI*, section as if both shown and specified.w 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 Bobrick B610 1-1/4" O.D. x 36" long. Secure to concrete block with theft proof screws in lead expansion shields. b. Skylights: Shall be manufactured from aluminum angles as detailed on the drawings. Miter and weld corners. Set plastic sheet and aluminum angles with glazing tape equal to Tremco 440 1/8" x 1/2" glazing tape. Plastic sheet shall be of size indicated and of 1/2" thick Bronze Plastic equal to Plexiglas #2412 as manufactured by Rohm & Haas Company. A light sandblast finish shall be applied to the interior side of the plastic sheet. Sealant shall be equal to PTI 737 Vinyl-Acrylic Broze. Application shall be in accordance with manufacturer's written instructions. c. Toilet Partition Hardware: Door hardware required at Woman's toilet only. 1. 2 hinge door: Chicago or Bommer 1000 x 1000 BUILDING SPECIALTIES SECTION L Page 75 2. 1 swing latch: Chicago or Bommer 5000 3. 1 stop: in-swing, Chicago or Bommer 1073 4. 1 slid bolt: Chicago or Bommer 5003 5. 1 stop: out-swing, Chicago or Bommer 1075 6. 2 hand dryer units and outlets by: "Evap Air" (714) 281-7775, San Diego, CA Model #RH1B 7. 3 standard paper dispenser, surface mounted, chrome plated, by: "Super Secur" (213) 266-2020 8. 2 mirrors - one piece die-formed stainless steel, polished to mirror finish. Intregal frame, size 11 1/4" x 17 1/4" by "Super Secur" (213) 266-2020 All hardware to be attached with theft proof screws. 3 BUILDING SPECIALTIES SECTION L Page 76 SECTION M - PLUMBINGc 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 water 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:f^ W' a. Uniform Plumbing Code as adopted by San Diego County, January, 1972. 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 5' from building) shall be "DWV" schedule 40 ABS plastic. 3. Piping above ground: ASTM B306-66, DWV Grade copper tubing. • SECTION M PLUMBING y|cz> Page 77 5. MATERIALS AND FIXTURES - cont'd. b. -Water Piping Systems 1. Piping buried in ground: WW-T799C, Type K, Class 1, hard-drawn copper tubing, or_JP/V^C_._ScJhedule 40. c. Piping above ground: WW-T-799C, Type L, Class 1, hard- drawn copper tubing. d. Fittings: USA Stds. 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 guage, globe, and angle valves shall be limited to a composition which contains zinc in quantities not exceeding 16.5 per cent. Aluminum alloys will not be accepted. f. Ball Valve: Equal to Crane Gem #2180. g. Lavatory: Equal to American Standard or Kohler h. 1. 4869.012 Regalyn enameled, cast iron lavatory 19 x 17. 2. 2279.016 self slow-closing faucet indexed C., Chrome finish. 3. 2578.011 faucet hole covers, Chrome finish. * 4. 2411.015 drain fitting, integral perforated grid, 1% inch tailpiece, Chrome finish. 5. 4401.014 1% inch x 1^ inch, 17 guage adjustable tubing "P" trap with wall flange, Chrome finish. 6. Wall Support: J.R. Smith or appropriate type for C ^ proposed wall. 7. Stop Valves: American Standard 8253-015; or Kohler K-7662 angle stops with loose keys h" IPS inlet, for use with 7/16" Chrome-plated copper supply tubing, and tapered rubber washer and brass ring. Chrome-plated wall escutcheon, all exposed piping to be Chrome plated. i. Water Closet: Equal to American Standard or Kohler, 2515.01 Instanto toilet, integral seat. 1. Flush Valve: Delaney Flushboy 54BVD or Sloan Royal 144L. 2. Closet supports: J.R. Smith Standard - Fig. 120 or Fig. 140, Handicapped Fig. 120 or 149 - M50. j. Urinal: Equal to American Standard or Kohler, 6565.014 Trimbrook back spud. 1. Flush Valve: Same as specified for Water Closet, k. Hose Bib: Equal to Repeal B-104, 3/4 inch with loose key. SECTION M PLUMBING Page 78 5. MATERIALS AND FIXTURES - cont'd. ^ 1. Miscellaneous Materials and Equipment 1. Flashing for piping protruding through roofs: 16-ounce per square foot copper or 4 pounds per square foot lead. 2. Solder: QQ-S-571, 95/5 (tin antimony), use with non- corroding flux, equal to Nibco "copperized" flux. 3. Caulking lead: 99.7 percent pure lead. 4. Piping isolators equal to Semco "Trisolator" or Nieco, hair felt isolator secured in metal specifically made for isolating pipe from support. 5. Cleanouts equal to J.R. Smith #4422 - flush with wall. #4063 set flush in finish outside concrete. #4288 in #3 meter box 9^ x 16 x 16" deep, equal by Zurn or Josam. 6. Floor Drain: J.R. Smith #2010-B with 6" square nickle- bronze head, 2" drain connection, 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 clena throughout installation of piping system. Provide caps on ends of cleaned piping. Cap all pipes at end of each working day. b. Piping Arrangements: Shall be adjusted to fit structure. 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 inter- connect between potable water piping and drain, soil or waste piping trenches. d. Existing Conditions: Verify locations of existing piping. 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. SECTION M PLUMBING Page 79 6. INSTALLATION - cont'd. f. 3. Stacks and Vents: Install in continuous runs without traps. Vent all fixtures. Slope horizontal vents down to waste or soil branch. Extend vents to six inches above roof and flash weathertight to roofing. 4. Grading of Piping: Slope horizontal soil and waste piping \ 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. 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 all 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 chemical solvent and then clean with emery cloth. 7. After cleaning, apply non-corrosive 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. Provide reducing fittings for all changes in pipe sizes. Do not use bushings. 11. Provide fitting for all changes in pipe direction. 12. Provide dielectric connections between dissimilar metals. h. Pipe Sleeves: Provide sleeves where pipes and tubing pass through concrete and masonry walls and floors. Provide at least \ 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 contraction take place in direction desired. j. Installation of Water Closets: Set to allow top of porcelain to be 18" (20" to. seat) above finished floor. Finish properly to allow wheel chair use. SECTION M PLUMBING C Page 80 6. INSTALLATION - cont'd. k. Installation of Lavatories: Privide wall supports bolted 'to wall and stop valves installed in storage room, as specified. Do not conceal piping prior to inspection and approval. 1. Trenches: Excavate and backfill 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 each 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 work, remove all surplus material, rubbish, and debris caused by this work. Clean fixtures of dust, dirt, or droppings. SECTION M PLUMBING Page 81 SECTION N - ELECTRICAL UCD 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. SCOPE The work specified shall include the furnishing of all labor, materials, tools, equipment and services necessary for or reasonablly incidental to: a. Installation of a new 120/240 volts, single-phase, 3-wire underground service to the new building, from the transformer pad.o b. Installation of distribution load center for park lighting, future lighting, and appliances 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 ied 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 Electrical Regulations of the State Division of Industrial Safety, the National Electrical Code of the National Fire Protection Associa- tion, all local ordinances, and the Electrical Service Reguirements and Electric construction Standards of the serving 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 requred, such existing work is indicated accord- ing to the best available information, but is not guaranteed. 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 extent possible without destruction of plants, inspect the exist- ing work and, if possible verify its extent, nature and location. SECTION N - ELECTRICAL C Page 82 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. 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. 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. 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 83 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, materials are identified by the names of two manufacturers, it is intended that "equal" materials of other manufacturers be acceptable. Wherever materials are identified by one manufacturer only, either such materials are intended 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 substantive 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 draw- ings for the distribution panel board. s** 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. SERVICE An underground, 120/240 volts, 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. 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 Plan. The circuit breakers shall be as specified. Trip indication on overload shall be provided. Full size circut breakers and sequential bussing shall be utilized. No tandem or twin circuit greakers shall be permitted. Circuit breakers shall be rated as indicated. The service disconnect shall be clearly^j 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 inclosure. The directories shall conform to those given in the Plans unless SECTION N - ELECTRICAL Page 84 deviations are specifically approved by the City Engineer. Full length buses shall be provided for all spaces. 10. WIRING MATERIAL & 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 galvanized electrical metallic tubing. Where necessary, flexible steel conduit and galvanized fittings shall be used in strictly limited lengths. Watertight fittings shall be used with EMT. Wherever practicable, wiring shall be concealed unless otherwise shown on the Plans or specified. Where 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 circuti 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. k* PVC Duct; The electric service conduit to the guilding shall be Type I PVC duct. Top of Type I PVC duct"12" min. 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 concrete-tight, watertight joints with the use of jointing compound. It shall be the Contractor's responsibility to maintain all ducts free of obstructions due to falling debris or infiltrating wet conorete. Except where duct spacing and/or direction is adjusted to match pull box knock outs 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 galvan- ized 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 85 except as follows: Outlet boxes for fixtures shall be 4" octagonal. Surface mounted junction boxes for exterior devices shall be Appleton or Grouse-Hinds cast ferrous or aluminum FD or FS 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. 1. ' 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 of sizes 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-5(^0 Series beam clamps. 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 qr 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 c c c Page 86 12. FIXTURES & LAMPS (Restrooms) The fixtures and lamps shall conform to the descriptions on the Plans. 13. FIXTURES, POLES & LAMPS (Park Lighting) The fixtures, poles and lamps 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 Page 87 SECTION 0 - ASPHALT CONCRETE PAVING- ; O 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 Type I-C-85-100. Paving asphalt to be mixed with the aggregate shall be a steam refined asphalt AR 4000 for streets and parking lots. Asphalt shall not be heated during the process of its manufacture or during construction so as to cause injury as evidenced by the formation of carbonized particles. During the progress of the work, no change affecting the uniformity of the asphalt shall be made in either the source of crude stock or the method of manufacture without the approval of the Engineer. 2. SPREADING AND COMPACTING The use of blading equipment for placing asphalt concrete surface course will not be permitted in this contract. The compaction after rolling the asphalt concrete shall be 95 per cent of the density obtained with the California Kneading Compactor per Test Method No. California 304 and tested in accordance with ASTM D-2950-71. 3. SEAL COAT All asphalt concrete surfaces shall have a seal coat. The seal coat shall consist of a coat of asphaltic emulsion and a sand cover. The asphaltic emulsion shall be the mixing type. Immediately before applying asphaltic emulsion, the surface to be seal coated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applied when the surface is wet or when the atmospheric temperature is below fifty degrees Fahrenheit (50°F). The asphaltic emulsion shall be applied by use of a power spraying device that uniformly applies the emulsion to the surface at a rate of 0.1 to 0.15 gallons per square yard. The distributor spray bar shall be equipped with asphaltic emulsion type spray jets. Curbs, gutters, sidewalks, and other adjoining improvements shall be carefully protected from the emulsion and any such improvements spattered or touched with emulsion shall be carefull cleaned. ' ASPHALT CONCRETE PAVING SECTION 0 Page 88 Immediately after the application of asphaltic emulsion, a sand cover shall be spread at the rate of six to twelve pounds (6-12 Ibs.) per square yard. After the sand has been spread, any piles, ridges, or uneven distribution shall be broomed, to maintain an even layer over the surface. C c ASPHALT CONCRETE PAVING SECTION 0 Page 89 SECTION P - MISCELLANEOUS CONSTRUCTION ITEMS 1. GENERAL a. See General Conditions, Special Conditions and General Requirements, and the plans for additional information. 2. MULTI-PURPOSE COURT STRIPING: Paint for striping shall be Ready-Mixed Traffic Stripe Paint conforming to Section 210.1.6 of the Standard Specifications. 3. D.G. SURFACING AND HEADER BOARDS; The area shown on the Plans as "D.G." shall be constructed of Class 3 Aggregate Base as specified herein. D.G. Surfacing shall be four (4) inches in depth. Class 3 aggregate base shall conform to the following requirements: Resistance (r) Value 73 minimum Sand Equivalent 30 minimum Passing a 1-1/2" 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 sieve 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. 4. BASKETBALL BACKSTOPS, VOLLEY BALL, PLAY EQUIPMENT & BIKE RACK Basketball, Volleyball play equipment and bike rack shall conform to the specifications and details shown on plans. All apparatus to be installed as per manufacturers recommen- dations. MISCELLANEOUS CONSTRUCTION ITEM; SECTION P Page 90 5. PICNIC TABLES AND BENCHES: Picnic tables and benches by "Form Inc." shall conform to the details and specifications shown on the Plans. 6. REDWOOD HEADERS All D.G. surfacing shall be separated from adjacent landscaped areas by a wood header board as shown on the plans Multi-purpose court 2"x 6" rough construction redwood Other Areas 2"x 4" constr. redwood (straight lines) benderboard redwood (curved lines) 2 layers laminated. Supporting stakes shall be 2"x4" rough all heart redwood. Nails shall be corrosion resistant galvanized coated size as required. 7. CHAINLINK FENCE & GATE All chain link fencing and gate shall conform to section 206-6 of the Standard Specifications. All chain link fences shall have top rails and the fabric shall be knuckled at the top and bottom. 8. DRINKING FOUNTAINS Drinking Fountains shall conform to the specifications and details shown on plans. "HAWS" #3174 (lower level of park) "HAWS" #3050 HFP (30" height)! - upper level of park install with an underdrain. 9. KEY WEST GAME TABLE AND CHAIRS; Concrete tables and chairs shall be by "Form, Inc." plain concrete model with terrazza game board and shall conform to the details and specifications shown on the Plans. 10. PARK BENCHES Concrete Park Benches by "Contempocast" #CB-B1 11. TRASH RECEPTACLES Trash receptacles shall conform to the details and specifications as shown on the Plans. MISCELLANEOUS CONSTRUCTION ITEMS SECTION P Page 91 12. BAR-B-QUE UNITS; Bar-B-Que units shall conform to the details and specifications as shown on the Plans. "Game Time" Model #57. 13. PARK SIGN Park Sign shall conform to the details and specifications as shown on the plans. MISCELLANEOUS CONSTRUCTION ITEM SECTION P Page 92 SECTION Q - IRRIGATION C PART 1 - GENERAL C 1. REQUIREMENT A. 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. 2. STANDARD DRAWINGS 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 Page 93 2. Show location and depth of the following items: —o Routing of sprinkler pressure lines (dimension maximum 100 feet along routing) Gate valves Sprinkler control valves Routing of control wires Other related equipment 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.3 5. Chart shall be blackline print and shall be colored with a different color for each station. 6. The chart shall be mounted using Velcro, or an approved equal type of tape. 7. When completed and approved, the chart shall be 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 C C Page 94 B. So3.vent cement jounts for plastic pipe and fittings will be 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, which is a true solvent for P.V.C., be used in conjunction with a solvent cement designed for the fit of pipe and fittings of each size range specified. C. All plastic fittings shall be Type 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 and high impact strength, meeting the requirements of the current A3TM Standard D 1785. Where threads are required in plastic fittings, these shall be injection molded also. All fittings shall bear the company's name or trademark, material designation, size, applicable I.P.S. schedule, and the NSF seal of approval. 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% cadium, and solidus at 1125 F. and liquidus at 1145 F., conforming to specifications ASTM B206-52T Bag-1 and Federal QQB 00655. 2.3 BRASS AND PIPE FITTINGS A. Brass pipe shall be 85% red brass pipe, American National Standard Institute (ANSI) Schedule 40 screwed pipe. B. Brass fittings shall be medium brass, screwed, 125 pound class. 2.4 GALVANIZED PIPE AND FITTINGS A. Pipe shall be galvanized steel pipe, American National Standard Institute (ANSI) Schedule 40 galvanized, mild steel, screwed pipe. B. Fittings shall be medium galvanized, screwed beaded, malleable iron, and/or #125 cast iron, flanged. C. All unions two (2) inches and smaller shall be fround jount pattern. Unions larger than two (2) inches shall be flanged unions, packed with 1/16 in. thick asbestos fiber gaskets. IRRIGATION SECTION Q Page 95 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 the Underwriter's Laboratory type UF (underground feeder), single conductor, solid copper, plastic insulated, 600 volt rated, for direct burial applications. Maximum condustor operating temperature, 60 C. for both wet and dry locations. B. Neutral (common ground) wire shall be AWG #12 (minimum), and pilot (valve control) wire shall be AWG #14 (minimum). All common ground wires shall be white and all valve control wires red or black. Maximum length of wire runs shall be per sprinkler manufacturer's recommended wire chart. 2.6 AUTOMATIC CONTROL VALVES (ELECTRIC) A. All automatic control valves shall be globe or angle pattern, electrically controlled hydraulically operated, singel seat, normally closed. B. The valves shall be actuated by a normally closed solenoid valve operator using 24 volts, 60 cycle, AC. The wires in the coil of the solenoid shall be embedded in epoxy resin. The entire solenoid shall be enclosed in a watertight housing. Valves shall automatically close in event of electrical power failure. C. All automatic control valves shall have a flow control device for manually adjusting the amount of flow of water through the valve. The flow control device shall be adjusted so that pressure at the nozzle of the sprinkler head farthest from the automatic control valve shall be that as specified on the approved Plans. The pressure at the sprinkler head shall be measured by means of a pilot pressure gauge while the sprinkler head is operating. D. Automatic control valves shall be constructed of bronze or brass, with stainless steel springs and screens, and composition material (neoprene) seals and seat washers. Valve stems shall have bronze cross handles. E. All automatic control valves shall be equipped with an all brass 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 boxes installed. ' IRRIGATION SECTION Q Page 96 2.7 AUTOMATIC SPRINKLER CONTROLLERS Install both controllers as shown on the plans. One 23 sta. with A-B module and one 12 sta. (for future use upper level park) Both controller shall be wall mounted-48" from finished floor. 2.8 BACKFLOW PREVENTER DEVICE The Pres. Red. Backflow Preventer shall be Febco #825 installed in a concrete vault 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 DOMESTIC WATER LINE Domestic water line shall be sch 40 P.V.C. - 20" min. below finish grade. 3.2 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 desig- nations 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 M**. with the manufacturer's name and model number. IRRIGATION SECTION Q c Page 97 PART 3 EXECUTION 3.1 WATER SUPPLY AND LAYOUT A. Connect to irrigation water supply at the location shown on the Plans. Layout sprinkler heads and make any minor adjustments required due to differences between the site and the drawings. The layout is to be approved by the Engineer and Landscape Architect before installation. The routing of irrigation lines is diagrammatic and minor changes are permitted. 3.2 TRENCHING AND BACKFILLING A. Trenching: 1. Dig trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. 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 areas, humps, or other irregularities. 4. Under no circumstances shall truck wheels be used for compacting soil. 3.3 POLY VINYL 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 98 C B. All polyvinyl chloride pipe shall lay free in the trench with no induced strain. Where there is evidence of induced pipe strain, the Contractor shall be required to make pipe cuts and install angle fittings as necessary to eliminate the strain. C. All polyvinyl chloride pipe with solvent-weld joints shall be snaked at least six (6) inches each 20 feet. D. The Contractor will be required to remove and replace any fitting which induces a torque strain to the pipe. E. Concrete thrust blocks shall be installed on plastic pipe pressure systems using Bell End and Ring joings 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 mechanical connecter encased in a self-curing epoxy resin which rpovides a permanent watertight connection. IRRIGATION SECTION Q Page 99 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 installed only after testing and flushing of the systems has been accomplished as specified herein. 3.7 GATE VALVES A. Gate valves installed underground, except those in utility boxes, shall have an operating key access housing, consisting of a galvanized iron pipe or P.V.C. pipe sleeve and a heavy duty Bronze Lock Cap with the word "Water" cast in the top. The gate valve hand wheel shall be removed from the stem of all valves installed underground. The wheel shall be replaced with a standard bronze cross handle. B. One operating key shall be furnished for each five (or less) gate valves installed underground. 3.8 FLUSHING AND TESTING A. All irrigation piping shall hydros tatically tested by the Contractor 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. 2. The test pump, pressure gauges, and shut-off valves shall be connected. • IRRIGATION SECTION Q Page 100 ^ 3. A minimum test pressure of 150 psi for pressure lines f_, 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 at any point on the line, the test shall be discontinued until same has been repaired. E. At the conclusion of the pressure test, the irrigation heads and quick coupling valves shall be installed in the following manner : The riser nearest the control valve, or gate valve shall be uncapped, and a full head of water shall be used for at least thirty (30) seconds to flush out the risers. The irrigation head or quick coupler valve shall then be placed in position on the riser. The cap on the next closest riser shall be removed and the preceding procedure used. This procedure shall continue until the most distant riser in the piping system or sprinkler battery has been flushed and the quick coupling valve or irrigation head installed. F. Sprinkler heads shall be tested under normal operating pressure. /"^ G. All 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 ^"'t of such inspection. No inspection will commence without as-built drawings. IRRIGATION SECTION Q Page 101 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 and 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 c Page 102 SECTION R - LANDSCAPE PLANTING 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. SUBMITTALS; Submit the following:. Certificate of Inspection of plant material by State of California, Department of Agriculture. B. DELIVERY, STORAGE, AND HANDLING Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and conformance to State Law. Deliver Weed Control material with labels attached. Deliver Lawn Seed with identifying label attached. Deliver plants with legible identification labels. Label 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 103 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 60 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, hydro-seeding slopes and ground cover plants before lawns are installed. F. MATERIALS Plants: True to botanical and common name and variety accordim,^ to American Joint Committee on Horticultural Nomenclature, 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 104 Pruning prior to delivery: Do not prune, trim, or top plants prior to delivery except with the express consent and under direction of the Engineer. Right of Inspection is reserved by Engineer at all times. Planting Tablets shall be tightly compressed chip type commercial grade planting tablets, weighing 21 grams with the following available percentages by weight of plant food: Nitrogen 20% Phosphoric acid 10% Potash 5% Damaged tablets will not be accepted. 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 Amino Triazole 90 Systemic Weed Killer or equal Ecology Control M-Binder A dry powder, non-toxic, non-corrosive and non-crystalline soil binder or equal Nitrogen - Stabilized Shavings; Pre-treated shavings, shall meet the following 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 O G. Page 105 (b) Salinty shall be no higher than 3.5 millionths per per centimeter at 25°C as measured by saturation extract conductivity. (c) Nitrogen content shall be .7% for sawdust or shavings 1.0% for bark. Seeds and Stolons All seeds and stolons used for lawn plantings or erosion-control planting 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. SOIL PREPARATION Soil preparation of all areas to be planted shall be as hereina specified. Slope areas 1 1/2:1 & 2:1 (to be hydro-seeded) do not require soil preparation. 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 b) Super Iron c) Shavings d) Gro-Power (plus) 100 Ibs per 1000 S.F, 10 Ibs per 1000 S.F, 2 C.Y.per 1000 S.F, 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 Page 106 Weed Control; 1. The Contractor shall remove all surface weed growth in all planted areas. Weeds shall be dug out by the roots and disposed of off the site before planting area preparation and finish grading. 2. After the planting area preparation and installation of the irrigation systems, the Contractor shall "deep water" all landscape areas and apply Amino Triazole90 at the rate of 8 pounds per acre mixed with the appropriate amount of water for application as recommended by the manufacturer. 3. The Contractor shall then wait for a period of at least ten (10) days after application before 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 before planting. Soil shall be loose, workable and moist, but not saturated. c 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 cutter, 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. Remove 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 Page 107 Plants Tablets; As specified on the Plans. Ground Cover Plants;Plant deep enough to cover all roots. Aftei 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 settlement has 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 REPLACEMENTS All replacements shall be plants of the same type and size as specified in the plant list. They shall be furnished and planted as specified under Planting. The cost shall be borne by the Contractor except for possible replacements resulting from vandalism, physical damage, or losses due to Acts of God. M. HYDRO-SEEDING All turf areas shall be planted by hydro-seeding of "Santa Ana" hybrid bermuda stolons and creeping Red Fescue. All turf areas shall have a clean (free of weeds) and smooth apperance, with a loose triable condition of the top two (2) inches before planting. Application rate: a) "Santa Ana" stolons b) Red Creeping Fescue Hydro-Seed Mixture: Wood Fiber Mulch: Ecology Control M-Binder: Wetting Agent: "Santa Ana" Stolons Red Creeping Fescue Water 6 bushels per 1000 S.F, 1 Ibs per 1000 S.F, 2000 Ibs/per acre 7 Ibs/per 1000 S.F. 2 quarts/per acre . 6 bushels/per 1000 S.F. 1 Ib / per 1000 S.F. as required LANDSCAPE PLANTING SECTION R Page 108 Santa Ana hybrid bermuda stolons shall be of "Double Chopped" length, fresh cut, and be planted within 24 hours of delivery to the job site. A bushel is defined as 1.24 cu.ft. loose packed, and carrying a minimum weight of 8 Ibs. net. HYDRO-SEEDING OF SLOPE AREAS All slope areas to be hydro-seeded with the following mix shall be clear of all weeds. Seed Mix: Lupinus Arboreus 4 Ibs/per acre Lotus Corniculatus 15 Ibs/per acre Acacia Saligna 6 Ibs/per acre Acacia Sophora 4 Ibs/per acre Eucalyptus Polyanthemos 3 Ibs/per acre » Camaldulensis 2 Ibs/per acre Red Creeping Fescue • 2 Ibs/per acre Hydro-Mulch Mix; Above Seed Mix (total) 36 Ibs/per acre Wood Fiber Mulch 2000 Ibs/per acre Ecology Control M-Binder • 300 Ibs/per acre Wetting Agent 2 quarts/per acre Gro-Power (plus) 1000 Ibs/per acre N. INSPECTION OF CONSTRUCTION Installation of the landscape planting shall be inspected Dy the Engineer and the Landscape Architect periodically through- out 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 60-day establishment period. /"* 6. Final inspection. LANDSCAPE PLANTING SECTION R Page 109 O. 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 any anticipated problems involving additional work. Do additional watering when, in opinion of Engineer, soil moisture is below optimum level for best plant growth. During establishment period, immediately replace plants which die or which, in opinion of Engineer, are unhealthy or in impaired condition. 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 1" but not over l%" high. Initial mowing shall be to a height of 1%". After the initial mowing the turf shall be cut to a height of 1%" and in no case shall the turf be allowed to grow over 1%" 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 SECTION R Page 110 P. CLEANING Sweep and wash paved surfaces. Remove plantinq 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 shown on the Plans and as specified in these Special Provisions including plant establishment and maintenance, shall be considered as included in the contract Lump Sum price for Landscape Planting and no additional compensation will be allowed therefor. LANDSCAPE PLANTING SECTION R Page 111 SUCCESSFUL BIDDER'S PRICE REPORT oWithin ten days after being notified of acceptance of bid, the successful bidder is required to submit the following information to the Public Works Department, City of Carlsbad: Item Approximate Article with Unit Price or No. Quantity & Unit Lump Sum Written in Words Total 1 Lump Sum Grading at dollars cents $ Lump Sum Comfort Station, including utility con- nections at Lump Sum Sand Play Area, including play equip- ment at k Lump Sum Volleyball Sandpit, including equipment at Lump Sum Parking Lot, including striping and. lettering at • dollars & ' cents 6 Lump Sum Park Lighting at dol lars Lump Sum Landscape and planting at dollars cents $ dollars cents $ dollars cents $ & § cents $_ Lump Sum Irrigation System at dol lars £ cents $ dollars _ cents $ Page 111 c c SUCCESSFUL BIDDER'S PRICE REPORT Within ten days after is required to submit Ci ty of Ci'jrl bbad: Item Approximate No. Quantity £ Unit I Lump Sum 2 Lump Sum 3 Lump Sum ^ Lump Sum 5 Lump Sum 6 Lump Sum 7 Lump Sum 8 Lump Sum being notified of acceptance the following information to Article with Unit Price or Lump Sum Written in Words Grading at Forty Thousand Five Hundred £ No of bid, the successful ^trfdder the Publ ic Works Department, Total dol lars ••cents $ 40.500.00 " Comfort Station, including utility con- nections at Forty-five Thousand Fiw> Hnnrfrpfl On* £ NO dollars cents $ 45,501.00 Sand Play Area, including play equip- ment at Seventeen Thousand •.}'• , Two Hundred Sixty-Nine £ No dol lars cents $ 17,269.00 Volleyball Sandpit, including equipment ;; at Six Thousand Two Hundred £ No dol lars cents $ 6,200.00 Parking Lot, including striping and : 'lettering at Eight Thousand Nine Hundred Fifty 6 No -..:-- - dollars : ~ -. cents .$ 8,950'.00 Park Lighting at Ten Thousand Two Hundred £ No dol lars cents $ 10 .200.00 Irrigation System at Twenty-Four Thousand £ No ' Landscape and planting at Five Hundred Nineteen £ No' • dollars cents $ 24,000.00 Eighteen Thousand dollars cents $ 18 f 519.00 ' x;? ORIGINAL It /""N . S**\ > I tern Approximate Article with Unit Price or Ho. Quantity & Unit Lump Sum Written in Words C 9 5 sets Picnic Table and Benches at Four Hundred Twpnty dol lars & No certts each set 10 1 set Game Table and Chairs at Nine Hundred dollars r ->,- — J 6 No cents set;;^c . • • .-; • t :,°r~"*l 6 each Concrete Bench at f?«!>7^ Three Hundred Fifty dollarssafes*-—-' " . " 'm^*Z~~~" & No cents each102^^^QO 12 7 each Trash Receptacle at Two Hundred dollars 6 No cents each 13 2 each Drinking Fountain at Sixteen Hundred dollars & NO cents each C l*» 2 each Barbeque Unit at • '••One Hundred Twenty dollars & No cents each 15 *t each Catch Basin at Three Hundred Twenty-Five dollars £ No cents each 16 100 L.F. 18" Asbestos Cement Drain Pipe at ThiT+y Fiqh*- dollars £ No cents per L.F. 17 3^0 L.F. Concrete Brow Ditch at Ten dollars & No cents per L.F. 18 ?.50 L.F. V Drain Pipe at Ten dollars & Fifty cents per L.F. C 19 500 L.F. Concrete Mowing Stip at ,siv dollars Page 112 Per Unit Total $ 420 $' 2,iOO.O( • $ 900. 0( $350 $ 2 > 100.01 $200 ' $ 1 ,400.01 $1600 :. $ 3, 200. Of $ 120 $ 240. 6( $325 $ 1,300. 0( $ 38 $ 3, 800.01 $ 10 $ 3, 400.01 $ 10.50 $ 2 ,625.0( • .'. " • cents per L.F. $ 6.00 $ 3,000. PC Page 113 Item Approximate Article with Unit Price or No. Quantity 6 Unit Lump Sum Ur i ttcn in Words Pen Unit Total Q* . " ~~r7 ' ~ 20 550 L.F. W High Chain Link Fence at _^ $ 5.50 $ 3 .575 .00 Six " dollars * Fifty cents per L.F. 21 1 each Pork Sign at Eleven Hundred dollars No cents each $1,100.00 22 Lump Sum Multi-purpose Court with . ' ' . Equipment - Lump Sum $11,018.00 TOTALS . $210,897.00 Date /f Signature \ \ ORIGINAL THE CITY OF CARLSBAD ORIGINAL Public Outdoor Recreation Site Development Aided by THE LAND AND WATER CONSERVATION FUND Administered by the Heritage Conservation and Recreation Service U.S. Department of the Interior FUNDING CITY OF CARLSBAD 67% $100,000 L8WCF 33% $50,850 Total Project $150,850 LaWCF Revenue from Outer Continenal Shelf Receipts, Motorboat Fuel Tax and Salijf Surplus Federal Properties THE CITY OF CARLSBAD Public Outdoor Recreation Site Development Aided by THE LAND AND WATER CONSERVATION FUND Administered by the Heritage Conservation and Recreation Service U.S. Department of the Interior FUNDING 2 CITY OF CARLSBAD 67 % $ 100,000 LaWCF 33% $50,850 Total Project $150,850 LaWCF Revenue from Outer Continenal Shelf Receipts, Motorboat Fuel Tax and Sale of Surplus Federal Properties ATTACHMENT