Loading...
HomeMy WebLinkAboutValley Coast Landscape; 1993-06-02; 2660* February 16, 1993 ADDENDUM NO. 1 BIDpPROJECT NO. 2660-CX'R HALL XERISCAPE PROJECT Please include the attached addendum in the Notice to Bidder/Request for Bids you ha7 for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid whc your bid is submitted. --LL-7 : -'/ u- -Lxj L[, 4 0 -.*< --LCL-.&/ \- -\ ccz RUTH FLETCHER Purchasing Officer Ew:m Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 * 1200 Carisbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 * February IO, 1993 ADDENDUM NUMBER ONE CITY OF CARLSBAD PROJECT: CITY HALL XERISCAPE PROJECT - NO. (CMWD) 2660 TO ALL PRIME CONTRACT BIDDERS OF RECORD: NOTICE: This Addendum forms a part of the Contract Documents for the above identified prc and modifies the original drawings and specifications for Contract #(CMWD) 2 Portions of Contract Documents not specifically mentioned in this Addendum rema force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may suL bidder to disqualification. All trades affected shall be fully advised of these changes, deletions, or additions. This Addendum consist on one (1) page(s). ITEM NUMBER ONE: SPECIAL PROVISIONS of the Supplementary General Provisions, Pg. 42, Section TIME OF COMPLETION REVISE TO READ: . . . . . Prosecute the work to completion within 60 consecutive c alter the Notice to Proceed. e e c:\wp5l\mark\contract\addendum.one TABLE OF CONTENTS Item - Pa 0 NOTICE INVITING BIDS ........................................... CONTRACTOR’SPROPOSAL ........................................ BIDDER’S BOND TO ACCOMPANY PROPOSAL .......................... DESIGNATION OF SUBCONTRACTORS ............................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. CONTRACT - PUBLIC WORKS ...................................... LABOR AND MATERIALS BOND .................................... PERFORMANCEBOND ........................................... ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION RELEASEFORM ............................................... (II) ................................. SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ TI. TECHNICAL SPECIFICATIONS .................................. T: 111. SECTIONS/DETAILS .......................................... 0 i 6/21 @ Kt CITY OF CARLSBAD, CALIFORNIA m NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, If Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on - 8th day of March, 1993, at which time they will be opened and read, for performing work as follows: CITY HALL XEFUSCAPE PROJECT CONTRACT NO. (CMWD) 2660 The work shall be performed in strict conformity with the specifications as approved by City Council of the City of Carlsbad on file with the Parks and Recreation Department. ' specifications for the work include the Standard SDecifications of Public Wc Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter design; "SSPWC", as issued by the Southern California Chapter of the American Public Wc Association and as amended by the special provisions sections of this contract. Refere is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ow 0 businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators contractors to utilize recycled and recyclable materials when available and wl appropriate. No bid will be received unless it is made on a proposal form furnished by the Purcha: Department. Each bid must be accompanied by security in a form and amount requ by law. The bidder's security of the second and third next lowest responsive bidders 1 be withheld until the Contract has been fully executed. The securily submitted by all o unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days i the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sec 22300), appropriate securities may be substituted for any obligation required by this nc or for any monies withheld by the City to ensure performance under this Contract. Sec 22300 of the Public Contract Code requires monies or securities to be deposited wit1 City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit m 61; @ All bids will be compared on the basis of the Engineer's Estimate. The estimated quanti1 are approximate and serve solely as a basis for the comparison of bids used to produce Engineer's Estimate. The EnnineeJs Estimate is $42.500. No bid shall be accepted from a contractor who is not licensed in accordance with provisions of California state law. The contractor shall state their license numt expiration date and classification in the proposal, under penalty of perjury, pursuant Business and Professions Code Section 7028.15. acceptable for this contract: C-27 onlv in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contr documents in lieu of the usual 10% retention from each payment, these documents m be completed and submitted with the signed contract. The escrow agreement may not substituted at a later date. Secs of plans, special provisions, and Contract documents may be obtained at Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Aveni Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any mi irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute Contract shall be those as determined by the Director of Industrial Relations pursuan the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Secrion 1773.: the Labor Code, a current copy of applicable wage rates is on file in the Office of Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay than the said specified prevailing rates of wages to all workers employed by him or he the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provision: Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cc "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of lump sum units as indicated in this propi In case of a discrepancy between words and figures, the words shall prevail. In case c error in the extension of a lump sum price, the corrected extension shall be calculated the bids will be computed as indicated above and compared on the basis of the corr~ totals. 0 The following classifications 0 0 61; @ All prices must be in ink or typewritten. Changes or corrections may be crossed out E typed or written in with ink and must be initialed in ink by a person authorized to sign the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pr to bidding. Submission of bids without acknowledgment of addenda may be cause rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and maten suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SO' respectively, of the Contract price will be required for work on this project. These bo] shall be kept in full force and effect during the course of this project, and shall extenc full. force and effect and be retained by the City for a period of one (1) year from the d of formal acceptance of the project by the City. Bonds and insurance are to be placed with insurers that have (1) a rating in the IT recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct busines! the State of California, and (3) are listed in the official publication of the Departmen Insurance of the State of California. Auto policies offered to meet the specification of 1 contract must: (1) meet the conditions stated above for all insurance companies and cover anv vehicle used in the performance of the contract, used onsite or offsite, whet owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insura certificate must state the coverage is for "any auto" and cannot be limited in any mam Workers' compensation insurance required under this contract must be offered b company meeting the above standards with the exception that the Best's rating condil is waived. The City does accept policies issued by the State Compensation Fund meel the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. i additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 93-6, adopted on the 12th day of January, 1993. m m ) - 18-?-? &Y@& Date Aletha L. Rautenkranz, City Clerk d m 612 49 CJTY OF CARLSBAD CONTRACT NO. (CMWD) 2660 0 CONTRACTOR’S PROPOSAL. City Council City of Carlsbad 1200 Carlsbad Village Dnve I Carlsbad, California 92008 I The undersigned declares he/she has carefully examined the location of the work, read Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furr all labor, materials, equipment, transportation, and services required to do all the wor’ complete Contract No. ICMWD) 2660 in accordance with the Plans and Specification the City of Carlsbad, and the Special Provisions and that he/she will take in full payn therefore the following lump sum and unit prices for each item complete, to wit: BID SCHEDULE JIEM NO. TOT1 1. BASE BID (lump sum) 5\5,140 All items per plans and specifications (excluding the Additive Alternates below) Total amount of BASE BID in words Total amount of BASE BID in numbers $ ~53 ) ’7 96 I on 2. ADDITIVE ALTERNATE “A” ENTRY AREA (lump sum) 13,oes Including demolition (a.c. and concrete removal and cutting), concrete pavers, concrete work (steps, stem wall and header), handrails, and all other items required to complete the work per plans and specifications Price is in lieu of ’‘base bid entry work” (Subtract the price for the base bid work from this Additive Alternate). lyQh fihifqbfi fin & Total amount of ADDITTVE ALTERNATE “A” in words d J. 1lJJ 5 ($A! R17b J w/3 Total amount of ADDITIVE ALTERNATE “Af in numbers $ Id J ce6 6 c 0 6 63 ITEM DESCRIPTION QUANTITY UNIT PRICE -1 AND UNIT 1 Demolition (turf removal) N/A lump sum Dollars per N/A 2 Demolition (A.C. and concrete removal and cutting) Dollars per 1umD sum 3 Grading Flu- 2% cy Dollars per Y141s~ 4 Concrete pavers iloc SF Dollars per 360 SF 428 gF 5 Concrete walk Dollars per e TOTAL I, 1c2 /,L/ 25 r,Y 22 4,1,EsI IT 4 15 ITEM DESCRIPTION QUANTITY UNIT PRICE AND UNIT ITEM NO. 6 Concrete steps (per one (1) riser and one (1) tread section Dollars per 114 LF 5, &= 7 Concrete stem wall BG SF 4 33% e Dollars per iia’l -LF diq6 LF 8 Concrete mow curb Dollars per a’ SF 4 *S8SF: 3 EA 45cm 9 Concrete pad Dollars per 10 Handrails Dollars per T384s+ 100 SF c 11 Marble (installatlon only) Dollars per 12 Rock retaming wall Dollars per d!?& SF KaG JY&?F 13 Concrete block retaining wall ddc SF Dollars per 0 14 Landscape ties(retain1ng wall, steps 24% SF 14*08sF and header) Dollars per Boulders (6‘ x 4’ X 3 1/21 Dollars per Boulders (4’ x 4‘ x 3’) Dollars per Boulders (3’ x 3’ x 3’) Dollars per 15 b EA 496L; EU (0 EA 2bC153EH 16 lbl35 ,H 17 4 EA !q(jb SF 274 SF 18 Cobble Dollars per 19 Lava rock Y5G SF I 314‘4 ST; Dollars per 0 TOTAL 4J 75 147 824 844 I>% $0 6384 4318 8Sl\ 4hTb dls% !kTbs (oy1 3832 !,I 80 r a 0 ITEM ITEM DESCRIPTION QUANTITY UNIT PRICE TOTAL NO. AND UNIT 20 Bench 1 EA SC8 EF/ 50e Dollars per Il,'/Y1 h*21 &q 41 1% 21 Irrigation lump sum Dollars per 1 gallon plants (purchasing and installing) Dollars per 5 gallon plants (planting only) Dollars per 15 gal. shrubs (planting only) Dollars per 15 gal. trees (planting only) Dollars per 24" box tree (planting only) Dollars per 22 154 EA 23 3bl EA 5- b0LA Yo2 l&hEFT 218 4'1'3 I2cI \2q 24 1% EA 25 db EA 180 N E4 26 1 EA 27 36" inch box tree (planting only) Dollars per 48 box tree (planting only) Dollars per Thirty (30) day maintenance period Dollars per 1 EA $91 a9 I 1 EA 6 E4 384 3 14 28 29 lump sum N/A I THE TOTAL OF THE PRICES IN THE SCHEDULE OF VALUES DO NOT NEED TO EQ The Undersigned agrees that in case of default in executing the required Contract wi necessary bonds and insurance policies within twenty (20) days from the date of award Contract by the City Council of the City of Carlsbad, the proceeds of the check or bo1 accompanying this bid shall become the property of the City of Carlsbad. The Undersigned 6zder declares, under penalty of perjury, that the undersigned-is licensl to do business or act in the capacity of ontractor within the State of California, valic licensed under license number (8 1 8 fi b , classification e-?+ which expii on APRIL ' (25 , and that this statement is true and correct and has the legal effect an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursu; to the Business and Professions Code shall be considered nonresponsive and shall rejected by the City. 8 7028.15(e). In all contracts where federal funds are involved, bid submitted shall be invalidated by the failure of the bidder to be licensed in accordai with California law. However, at the time the contract is awarded, the contractor SI be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: 11____- - -_-_- 0 + - - _____-_- c -_ - __ - 1. That no Council member, officer agent, or employee of the City of Carlsbac personally interested, directly or indirectly, in this Contract, or the compensatioi be paid hereunder; that no representation, oral or in writing, of the City COUI its officers, agents, or employees has inducted him/her to enter into this Contr excepting only those contained in this form of Contract and the papers made a hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corpora making a bid for the same work, and is in all respects fair and without collusio fraud. 0 Accompanying this proposal is CFl3tllER'S &I @k, for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code M requires every employer to be insured against liability for workers' compensation undertake self-insurance in accordance with the provisions of that code, and age comply with such provisions before commencing the performance of the work ol Contract and continue to comply until the contract is complete. (Cash, Certified Check, Bond or Cashier's Check) e t & -_ , -.*- . _c__-I-_____" ________ - - ~ The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker need to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signati must be made by a general partner) (3) Place of Business (Street and Number) City and State Zip Code Telephone No. a 0 6/21 ta IF A CORPORATION. SIGN HERE: (1) Name under which busines ed %/ALLEY @CAST (2) a Impress Corporate Sed hf (3) Incorporated under the laws of the State of Cq1-I FORNZr=$ - (4) Place of Business \q 1 1 1 fl U/ ST R€E7 (Street and Number) City and State GnM 31 EGG ,, G4 (5) Zip Code q?-iGq Telephone No. (h I cf 1 4 $5 - ob 84 NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST AnACHED List below names of president, vice president, secrerary and assistant secretary, corporation; if a partnership, list names of all general partners, and managing partnf d&VtD KOEBERLE , PRESIbEF\lT 3AWD C, TRUSS ELL^ VmLcURE 'rW$3Tt\-\Vi F. ?KG39 I 8ECRFTRW 0 STEVEN C?" 6FtRNk$?, "ICE f"R& b t J s t 1 e * I 63 '80 e4 pp+-r&*GC@S d. 3-' I ss. . , State of California +County of & 7SeQ b On '-Ch %,I qq3 b fore me, WQWn hnc 4 Y&~r2&-, hh@ appeared &v:~ m:kn g ,bwe r proved to-me on the basis of 'satisfactory evidence) to be the person( o the within instrument and ackn wledged to me th@he/they exec rized capacity(ies), and that b&her/their signature(s) on the instrui the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signat FD-1 (12/90) 1 , I* a e * BIDDER'S BOND TO ACCOMPANY PROPOSAL e KNOW ALL PERSONS BY THESE PRESENTS: That we, as Surety are held and firmly bound unto the City of Carlsbad, California, in an amoun' follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors i administrators, successors or assigns, jointly and severally, fidy by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of above-bounden Principal for: , as Principal, and in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly el into and execute a Contract including required bonds and insurance policies within WE (20) days from the date of award of Contract by the City Council of the City of CarlsI being duly notified of said award, then this obligation shall become null and vi otherwise, it shall be and remain in full force and effect, and the amount specified he shall be forfeited to the said City. .... 0 .... .... .... .... .... .... .... .... .... .... m 61; 663 3 @ In the event Principal executed this bond as an individual, it is agreed that the death Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of Executed by SURETY this day of ,19 -. 7 19 -* PRINCIPAL: SURETY: (Name of Principal) (Name of Surety) By: (sign here) (Address of Surety) (print name here) (Telephone Number of Surety) By: (title and organization of signatory) Signature of Attorney-in-Fact m By: (sign here) printed name of Attorney-in-Fact (attach corporate resolution showj current power of attorney) (print name here) (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary UT corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: KAREN J. HIRATA * Deputy City Attorney 412L @ a DESIGNATION OF SUBCONTRAmORS The Contractor certifies he/she has used the sub-bids of the following listed Contractc in making up hidher bid and that the sub-contractors listed will be used for the work f which they bid, subject to the approval of the City Engineer, and in accordance wi applicable provisions of the specifications and Section 4100 et seq. of the Public Contra( Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made these subcontractors except upon the prior approval of the City Engineer of the City Carlsbad. The following information is required for each sub-contractor. Additional pay can be attached if required: Items of Complete Address Phone No. Work Full Companv Name with Zip Code with Area Codc No* usin4 02 nv 6 isbCon kc- 0 0 612 @ \ n__-.-- -- -_______ - __ - - AMOUNT OF SUBCONTRACTORS' BIDS a The bidder is to provide the following information on the subbids of all the lis subcontractors as part of the sealed bid submission. Additional pages can be attachec required. Type of State Contracting Carlsbad Business Amount of Bid Full Company Name License & No. License No." I$ or To) C) kon4mc.fzw-S nY s NOT usin4 CI - 0 * Licenses are renewable annually. If no valid license, indicate "NONE." Valid hen must be obtained prior to submission of signed Contracts. 0 61 @ t BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. 0 a 6/24 @ VALLEY COAST LANDSCAPE CONSTRUCTION, INC. BALANCE SHEET DATE POSTED : JANUARY 31, 1993 PERIOD ENDING: JANUARY 31, 1993 ASSETS fe CURRENT ASSETS CASH IN BANK 9,130.32 CASH - SAVINGS 33,239.46 PETTY CASH 800.00 A/R - EMPLOYEES 400.40 A/R - TRADE 108,258.19 N/R - TIM PRUSS 3,097.22 2 , 005 .oo N/R - S. BARNES N/R - D. TRUSSELL 2,115.00 STATE TAX DEPOSIT (600.00) TOTAL CURRENT ASSETS 158 , 4 I -FIXED ASSETS OFFICE FURN/MACHINES 3,285.98 MOBILE PHONE 552.23 5 , 800 .OO COMPUTER TOOLS & EQUIPMENT 22,077.25 1,850.00 TRAILER VEHICLES - JEEP 17 , 482.30 VEHICLES - TRUCKS 12 , 720.00 ACCUMULATED DEPRECIATION (22,077.58) 41 I TOTAL FIXED ASSETS OTHER ASSETS DEPOSITS 50.00 GOODWILL 62 , 000.00 f 62 f ---- TOTAL OTHER ASSETS TOTAL ASSETS 262, ---- ____ e VALLEY COAST LANDSCAPE CONSTRUCTION, INC. BALANCE SHEET DATE POSTED : JANUARY 31, 1993 PERIOD ENDING: JANUARY 31, 1993 LIABILITIES CURRENT LIABILITIES b A/P - TRADE 14,625.95 FEDERAL PR TAXES PAYABLE 61.45 STATE PR TAXES PAYABLE 284.16 TOTAL CURRENT LIABILITIES 14,5 LONG TERM LIABILITIES L/P - CHRYSLER CR CORP L/P - DAVID HOEBERLE 2,094.22 11 , 782.46 TOTAL LONG TERM LIABILITIES 13,1 TOTAL LIABILITIES 28,1 ----- CAPITAL - *I^. CAPITAL 13 , 285.73 COMMON STOCK - OPEN COMMON STOCK - D. KOEBERLE 90 , 000.00 9,000.00 COMMON STOCK - T. PRUSS 500.00 COMMON STOCK - S. BARNES 250.00 COMMON STOCK - D. TRUSSELL 250.00 RETAINED EARNINGS 76,393.79 PROFIT & LOSS 34 , 658.01 PREMIUM ON COMMON STOCK 9,000 .oo 233 I ---- TOTAL CAPITAL TOTAL LIABILITIES & CAPITAL 262, ---- ---- & -*-- BIDDER’S STATEMENT OF TECHNICAL, ABILITY AND EXPERIENCE 0 The Bidder is required to state what work of a similar character to that included in t proposed Contract he/she has successfully performed and give references, with telepho numbers, which will enable the City to judge his/her responsibility, experience and sk An attachment can be used. Name and Address -r .-- e 0 6, @ .- __- - -_- t NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITI'ED WITH BID a State of California I County of I ) ss. 2:iAV I D KC EBERLE , being first duly sworn, deposes (Name of Bidder) and says that he or she is PRES t DENT (Title) of VALLEY CORBT LFlNDDSCi"l3f CONSTRUCT~ON , XNCt (Name of Firm) the party making the foregoing bid; that the bid is not made in the interest of, or on beh of, any undisclosed person, partnership, company, association, organization, or corporatic that the bid is genuine and not collusive or sham; that the bidder has not directly indirectly induced or solicited any other bidder to put in a false or sham bid, and has I directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyc shall refrain from bidding that the bidder has not in any manner, directly or indirecf sought by agreement communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit, or cost element of advant: against the public body awarding the contract of anyone interested in the propo: contract; that all statements contained in the bid are true; and further, that the bidder 1 contents thereof, or divulged information or data relative thereto, or paid, and will not p any fee to any corporation, partnership, company association, organization, bid depositc 0 ~ i * not, directly or indirectly submitted his or her bid price or any breakdown thereof, or 1 or to any member or agent thereof to effectuate a collusive or sham bid. c x i I declare under penalty of perjury that the affidavit was executed on the m day of Subscribed and sworn to before me on the % day of y\RarCh ,192.: (NOTARY SEAL) Signatdre of Notary U e 6/24 63 - ___ ___----- - ---.--___-I-v^__ _._--I__ ~ _-__ -__ CONTRACT - PUBLIC WORKS 0 19=, by and between the C: City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contr documents for: CITY HALL XERISCAPE PROJECT (CMWD) 2660 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materi; tools, equipment, and personnel to perform the work specified by the Contr Documents. Contract Documents. The Contract Documents consist of this Contract, No1 Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation Subcontractors, Bidder's Statements of Financial Responsibility and Techn Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans Specifications, the Special Provisions, and all proper amendments and char made thereto in accordance with this Contract or the Plans and Specificatic and all bonds for the project; all of which are incorporated herein by reference. Contractor, her/his subcontractors, and materials suppliers shall provide install the work as indicated, specified, and implied by the Contract Docume Any items of work not indicated or specified, but which are essential to completion of the work, shall be provided at the Contractor's expense to fi the intent of said documents. In all instances through the life of the Contr the City will be the interpreter of the intent of the Contract Documents, and City's decision relative to said intent will be final and binding. Failure of Contractor to apprise subcontractors and materials suppliers of this conditic the Contract will not relieve responsibility of compliance. 2. 3. 0 612 @ I. 4. ]?ament. For all compensation for Contractor's performance of work under t Contract, City shall make payment to the Contractor per Section 9-3 of 1 Standard Specifications for Public Works Construction (SSPWC) 1991 Editii and the latest supplement, hereinafter designated "SSPWC", as issued by 1 Southern California Chapter of the American Public Works Association, and amended by the Special Provisions section of this contract. The closure date each monthly invoice will be the 30th of each month. Invoices from Contractor shall be submitted according to the required City format to the Cil assigned project manager no later than the 5th day of each month. Payrne will be delayed if invoices are received after the 5th of each month. The fi retention amount shall not be released until the expiration of thirty-five (: days following the recording of the Notice of Completion pursuant to Califor Civil Code Section 3184. Independent InvestiEation. Contractor has made an independent investigatior the jobsite, the soil conditions at the jobsite, and all other conditions that mi affect the progress of the work, and is aware of those conditions. The Conti price includes payment for all work that may be done by Contractor, whet anticipated or not, in order to overcome underground conditions. 1 information that may have been furnished to Contractor by City ab underground conditions or other job conditions is for Contractor's convenie only, and City does not warrant that the conditions are as thus indica1 Contractor is satisfied with all job conditions, including underground conditi and has not relied on information furnished by City. 0 5. 0 6. Contractor ResDonsible for Unforeseen Conditions. Contractor shall responsible for all loss or damage arising out of the nature of the work or fi the action of the elements or from any unforeseen difficulties which may arisl be encountered in the prosecution of the work until its acceptance by the C Contractor shall also be responsible for expenses incurred in the suspensior discontinuance of the work. However, Contractor shall not be responsible reasonable delays in the completion of the work caused by acts of God, sto weather, extra work, or matters which the specifications expressly stipulate be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves dig2 trenches or other excavations that extend deeper than four feet below the sur Contractor shall promptly, and before the following conditions are disturi notify City, in writing, of any: 7. 0 6/2 @ ,, c L 0 A. Material that Contractor believes may be material that is hazardous wast as defined in Section 251 17 of the Health and Safety Code, that is requirc to be removed to a Class I, Class 11, or Class 111 disposal site in accordan with provisions of existing law. Subsurface or latent physical conditions at the site differing from thc indicated. Unknown physical conditions at the site of any unusual nature, differ6 materially from those ordinarily encountered and generally recognized inherent in work of the character provided for in the contract. B. (2. City shall promptly investigate the conditions, and if it finds that the conditic do materially so differ, or do involve hazardous waste, and cause a decrease increase in contractor's costs of, or the time required for, performance of any p of the work shall issue a change order under the procedures described in t contract . In the event that a dispute arises between City and Contractor whether conditions materially differ, or involve hazardous waste, or cause a decrease increase in the contractor's cost of, or time required for, performance of any F of the work, contractor shall not be excused from any scheduled completion d provided for by the contract, but shall proceed with all work to be perforr under the contract. Contractor shall retain any and all rights provided eithei contract or by law which pertain to the resolution of disputes and protl between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, 01 changes, modifications and extra work by issuance of written change ord Contractor shall make no change in the work without the issuance of a wn1 change order, and Contractor shall not be entitled to compensation for any e: work performed unless the City has issued a written change order designatin advance the amount of additional compensation to be paid for the work. change order deletes any work, the Contract price shall be reduced by a fair reasonable amount. If the parties are unable to agree on the amoun reduction, the work shall nevertheless proceed and the amount shall determined by litigation. The only person authorized to order changes or e work is the Project Manager. The written change order must be executed by City Manager or the City Council pursuant to Carlsbad Municipal Code Sec 3.28.1 72. Inmimation Reform and Control Act. Contractor certifies he is aware ol requirements of the Immigration Reform and Control Act of 1986 (8 Sections 11 01 -1 525) and has complied and will comply with these requiremi 6/; e 8. 9. 0 @ including, but not limited to, verifymg the eligibility for employment of agents, employees, subcontractors, and consultants that are included in tl Contract. Prevailinn Wage. Pursuant to the California Labor Code, the director of t Department of Industrial Relations has determined the general prevailing rate per diem wages in accordance with California Labor Code, Section 1773 an( copy of a schedule of said general prevailing wage rates is on file in the office i:he Carlsbad City Clerk, and is incorporated by reference herein. Pursuant California Labor Code, Section 1775, Contractor shall pay prevailing wag Contractor shall post copies of all applicable prevailing wages on the job sitc Indemnification. Contractor shall assume the defense of, pay all expenses defense, and indemnify and hold harmless the City, and its officers 2 employees, from all claims, loss, damage, injury and liability of every kind, nati and description, directly or indirectly arising from or in connection with performance of the Contractor or work; or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulations includ those relating to safety and health; except for loss or damage which was cau! solely by the active negligence of the City; and from any and all claims, IC damages, injury and liability, howsoever the same may be caused, result directly or indirectly from the nature of the work covered by the Contract, unl the loss or damage was caused solely by the active negligence of the City. 'I expenses of defense include all costs and expenses including attorneys fees litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contr insurance against claims for injuries to persons or damage to property which n arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. S insurance shall meet the City's policy for insurance as stated in Resolution 1 0 10. 11. 0 12. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the types coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily inj and property damage. If the policy has an aggregate limil separate aggregate in the amounts specified shall be established the risks for which the City or its agents, officers or employees additional insureds. 0 6/2~ @ 2. Automobile Liability Insurance: 0 $1,000,000 combined single limit per accident for bodily injury a property damage. In addition, the auto policy must cover a vehicle used in the performance of the contract, used onsite offsite, whether owned, non-owned or hired, and whet1 scheduled or non-scheduled. The auto insurance certificate mi state the coverage is for ''any auto" and cannot be limited in a manner. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of 1 State of California and Employers' Liability limits of $1,000,000 1 incident. Workers' compensation offered by the St Compensation Insurance Fund is acceptable to the City. ADDITIONAL PROVISIONS - Contractor shall ensure that the policies insurance required under this agreement contain, or are endorsed contain, the following provisions. General Liability and Automol Liability Coverages: 1. 3. (B) The City, its officials, employees and volunteers are to be cove as additional insureds as respects: liability arising out of activil performed by or on behalf of the Contractor; products i completed operations of the contractor; premises owned, leas hired or borrowed by the contractor. The coverage shall cont no special limitations on the scope of protection afforded to City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insuranct respects the City, its officials, employees and volunteers. i insurance or self-insurance maintained by the City, its offici employees or volunteers shall be in excess of the contract insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies s not affect coverage provided to the City, its officials, employee volunteers. Coverage shall state that the contractor's insurance shall ai separately to each insured against whom claim is made or su brought, except with respect to the limits of the insurer's liabi (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mi basis, coverage shall be maintained for a period of three years following date of completion of the work. e 2. 3. 4. 0 612 @ ‘ (D) NOTICE OF CANCELLATION - Each insurance policy required by tl agreement shall be endorsed to state that coverage shall not be suspende voided, canceled, or reduced in coverage or limits except after thirty (3 days’ prior written notice has been given to the City by certified ms return receipt requested. DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - A deductibles or self-insured retention levels must be declared to a approved by the City. At the option of the City, either: the insurer sh reduce or eliminate such deductibles or self-insured retention levels respects the City, its officials and employees; or the contractor shall proci a bond guaranteeing payment of losses and related investigation, cla administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required under t agreement shall contain a waiver of all rights of subrogation the insu may have or may acquire against the City or any of its officials employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insurf under its policies or shall furnish separate certificates and endorsements each subcontractor. Coverages for subcontractors shall be subject to all 0 (E) (F) 0 the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insur that have a rating in Best’s Key Rating Guide of at least A-:V, and authorized to do business within the State of California and are includec the official publication of the Department of Insurance of the State California as allowed under the standards specified in by the City Coui Resolution No. 91-403 . VERIFICATION OF COVERAGE - Contractor shall furnish the City M certificates of insurance and original endorsements affecting cover required by this clause. The certificates and endorsements for e insurance policy are to be signed by a person authorized by that insure bind coverage on its behalf. The certificates and endorsements are to bl forms approved by the City and are to be received and approved by the ( before work commences. COST OF INSURANCE - The Cost of all insurance required under agreement shall be included in the Contractor’s bid. (I) (J) 0 612~ 63 I. 13. Claims and Lawsuits. All claims by Contractor for $375,000 or less shall resolved in accordance with the provisions in the Public Contract Code, Divis 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which incorporated by reference. All claims over $375,000 shall comply with Government Tort Claims Act (Section 900 et seq of the California Govern Code) for any claim or cause of action for money or damages prior to filing lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no I to the City, upon request, records in accordance with Sections 1776 and 181 Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does maintain the records at Contractor's principal place of business as speci above, Contractor shall so inform the City by certified letter accompanying return of this Contract. Contractor shall notify the City by certified mail of change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing F Section 1720 of the Labor Code are incorporated herein by reference. Securitv. Securities in the form of cash, cashier's check, or certified check 1 be substituted for any monies withheld by the City to secure performance of contract for any obligation established by this contract. Any other security is mutually agreed to by the Contractor and the City may be substituted monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purcl order awarded by the City of Carlsbad, he will comply with the County of Diego Affirmative Action Program adopted by the Board of Supervisors, incluc all current amendments. Provisions Required by Law Deemed Inserted. Each and every provision of and clause required by law to be inserted in this Contract shall be deemed ti inserted herein and included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correctly inserted, then upon applica of either party, the Contract shall forthwith be physically amended to make : insertion or correction. e 14. 15. 16. 17. 18. .... .... .... ..I. e 612 @ Additional Provisions. Any additional provisions of this agreement are set fo1 in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. * 19. oa L/O//qv /A75754 ... u<kP*,dP r NOTARIAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPBRRTE SEAL) APPROVED TO AS TO FORM: Print Name of Signatory RONALD R. BALL City Attorney By: ~ puty Ciry Attorney Signature of Signatory [ k& ATTEST: ? G e- * I4 1 e 6/24 &@ I i 5 State of California 1 3 Countyof SA^ bl~' -1 - B ., Y On ____ 3 3 P 2 State of California. personally appeared personally known to me (or proved to me on the basi\ of satisf?ctory evidence) to he the perso&hose nain 6) IS personmr the entity upon behalf of which the pe v / -- -/- - I L _______-.__ ___- ___________ 4 subscribed to the w .d acknowledged to me that &sh&kyexecuted the same in d&)hmr authorized capacity- and that by w is' BFHkB1r signaturwr o ted. executed the instrument. E L (Seal) FORM 0021 1 (Rev. 9/92) ROBERT F. DRIVER CO., INC. 1620 5TH AVENUE SAN DIEGO, CA 92101-2703 COMPANIES AFFORD IN G COVE RAG E SAFECO INSURANCE COMPANY LETTER SAFECO INSURANCE COMPANY COMPANY A LETTER COMPANY B Valley Coast Landscape COMPANY c Construction LETTER COMPANY D P.O. Box 99357 92169-1357 LETTER FREMONT INDEMNITY COMPANY THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR Tk INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPEC CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TC EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MM/DD/YY) TYPEOFINSURANCE POLICY NUMBER SP4170023 5 / 2 7 / 9 3 5 / 2 7 / 9 GENERAL AGGREGATE x COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG ' CLAIMSMADE x OCCUR PERSONAL & ADV INJURY OWNERS & CONTRACTORS PROT EACHOCCURRENCE BODILY INJURY (Per person) BODILY INJURY (Per accident) ALL OWNED AUTOS x SCHEDULED AUTOS x NON-OWNED AUTOS PROPERTY DAMAGE EACHOCCURRENCE UMBRELLA FORM AGGREGATE OTHER THAN UMBRE D WORKERS COMPENSATION EACH ACCIDENT DISEASE-POLICY LIMIT DISEASE-EACH EMPLOYEE AND /LOCATIONS/VEHICLES/SPEClAL ITEMS SHOULD ANY OF THE AB THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL~~~DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEF TTN: RUTH FLETCHER 200 CARLSBAD VILLAGE DR. - . ._ . - - .""c -- FACSi'MILE COVER SHEET ROBERT F, DRIVER COHPANY, INC. I620 Fifth Avenue San Diego, California 92101 Warfen G. Johnson, A. V. P, FAX NUMBER: 619-699-1323 I c_ Campany CITY OF CARLSBAD FAX Phone NLimber (6191 434-1987 Pages following cover sheet {Please call if you do not receive all pages) VALLEY COASTu LANDSCAPE, INC. L-- JUNE 7, 1993 ..____.- ----- ----- PER OUR DlSCUSe;lm THE FULL NAMIE 3-E GENERAL LlABiLlTY AND AUTOFIIOBlLE CARRIER IS: SAFECB INSURANCE COMPANY OF AMERICA. TM!S I$ BEING HANDLED THROUGH THEIR S&.N DlEGO OFFICE. &. ,-- - .__ _u_ , ', PI_. -*x-1_ - - I-----. _- .. , c- 1611 9) 238-7 828 (W JOhnSCNi'S #SSS-I3581 Time. / 75-0 ~vezce au po.&y F/+754 5GYl Df, c/4 92/3 z5 --- - /* CL (11 POLICY NUMBER: SP4170023 SAFECO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 11 85 ADDITIONAL INSURED - OWNERS, LESSEES QR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008 JOB: CITY HALL XERISCAPE PROJECT #2660 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to th endorsement. ) WHO IS INSURED (Section 11) is amended to include as an insured t person or organization shown in the Schedule, but only with respe liability arising out of Iryour work1' for that insured by or for y 3- 27ight, Insurance Services Office, Inc., 1984 - CL ; {XI, L POLTCV NUM9ER: SP4170023 AND EA41fOQ23 SAFECO TEPP ENDWSEMEWT hSWC3ES TEE POLICY. YLZASE READ XT C&R&PULLY, 0 CG 20 10 11 65 ADDITIONAL INSURE5 - OWNERS, LESSEES OR CONTRACTORS (FORM B) Th$S endorsement madifi@S insurance pravided under the following; I COmKCLAL GENERAL LLaBXLITY CBVERkGE PMT. SCXEDT2LE ~uru of PEXEO~ or Brganlaation: I CXTY OF CNUJSHW 1200 CARLSBNI VILLAGE DR. CARLSEAD, CA 92008 JOB: CXW FSL XERICSCPSE PROJECT #2ei60 {If no entry appears above, infarmtian required to complete this endorsement will be shwn in the Declarations as appLfcalP1, el to thih endorsement + 1 W.0 IS INQURBD (Section 11) is mended to include. as w ineureed thp person or organization shvwn in me Schedule, bvt only with respect liability arising out of "your workH for chat insured by 01: for ym e 1 3- 27iabt. Insurance Samicas Qf-ficr, Inc.. 1884 - ai L* c POLICY FORMS & ENDORSEMENTS 0 P"H!S ENDORSERIENT CHANGES THE P;OL%CY. PLEASE REA0 iT CAREFULLY BOIiC Nun P0tllC-f CHANGES . SAFECO INSURANCE COMPANY AWHORIZEQ REPRESENTATIVE VALLEY COAST LANDSCAPE CONSTRUCTION ROBERT F. QRTVEW CO,, IMC. AUTBMOFSILE HNU GEHERAL LICIBlLlfY e AUTOWOBfLE AND GENERAL LIABILITY POLICIES SHALL BE ENDORSED A$ FOLLOWS; "IT IS HERFRY UNDERSTOOD AND AGREED THAT THE PQLfCY TO WHICH THIS CERTIFICATE REFERS HAY NOT BE CANCELED, WTERIALLY CHANGED, NOR THE AMOUNT OF COV'ERACiE WEREOF REDUGEU UMIrL (30) DAYS AFTER RECEIPT 0% MRZTTEN NOTICE OF CWMGELLATI~N COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND ~~~~~~~~~~~T~~~ WITH ANY OTHER TNSILRANCE AVAILABLE TO TIE CITY OF CARtS5AD". OR REDUCTION IN COVFRAGE BY THE cm CLCRK OF THE CITY OF CAKLSBWD It 12 01 11 85 0 City of Carlsbad Purchasing Department 0 Representation and Certification The following representation and certification are to be completed, signed and returned with prop REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) +c I am currently certified by: =-de, c& -27 6r8068 Certification #: C CERTIFICATION OF BUSINES' REPRESENTATION (S): Mark all applicable blanks. This offeror reF part of this offer that: This firm is , is not X minority business. This firm is , is not 'X woman-owned business. WOMAN-OWNED BUSINESS: A W( DEFINITIONS: MINORIW BUSINESS ENTERPRISE: 'Minority usiness' is defined as a business, at least 51 percent of group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans 0.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. business is a business of which at least ! owned, controlled and operated by a womi policy decisions. Operation is defined involved in the day-to-day management. ehich is owned, operated and control(& by minority Controiied is defined as exercising the Po Ua\\eu &&T Lan&uw h+rurfuln bC2u;c-L dcMe COMPANY'NAME Po. <&a x cis357 Sqn Die~ly,,d \ qa-ibq ADDRESS CITY,STATE AN6 ZIP a 6LQ) Lt$3 -csc;;.gj u 30,FFi3 TELEPHONE NUMBER DATE 12/92 n c OPTIONAL, ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 0 This Escrow Agreement is made and entered into by and between the City of Carlsb: whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaft called "City" and who address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agr as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the opti to deposit securities with Escrow Agent as a substitute for retention earnir required to be withheld by City pursuant to the public works contract enteI into between the City and Contractor for City Hall Xeriscape Project (CMW dated 2660 in the amount of (hereinafter referred to as the "Contract"). A copy of said contract attached as Exhibit "A". When Contractor deposits the securities as a substiti for Contract earnings, the Escrow Agent shall notify the City within ten (10) d of the deposit. The market value of the securities at the time of the subshut shall be at least equal to the cash amount then required to be withheld retention under the terms of the Contract between the City and Contracl Securities shall be held in the name of City of Carlsbad and shall designate Contractor as the beneficial owner. Prior to any disbursements, Escrow Ag shall verify that the present cumulative market value of all securities substitu is at least equal to the cash amount of all cumulative retention under the tei of the Contract. The City shall make progress payments to the Contractor for such funds WI otherwise would be withheld from progress payments pursuant to the Conti provisions, provided that the Escrow Agent holds securities in the form s amount specified above. Alternatively, the City may make payments directly to Escrow Agent in amount of retention for the benefit of the City until such time as the esc created hereunder is terminated. a 2. 3. m 612 @ 4. Contractor shall be responsible for paying all fees for the expenses incurred Escrow Agent in administering the escrow account. These expenses any payrne terns shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held escrow and all interest earned on that interest shall be for the sole account Contractor and shall be subject to withdrawal by Contractor at any time and frc time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in 1 Escrow Account only by written notice to Escrow Agent accompanied by writ1 authorization from City to the Escrow Agent that City consents to the withdraa of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default the Contractor. Upon seven (7) days written notice to the Escrow Agent fri the City of the default of the Contractor, the Escrow Agent shall immediat convert the securities to cash and shall distribute the cash as instructed by City. Upon receipt of written notification from the City certifymg that the Contrac has complied with all requirements and procedures applicable to the Contr: Escrow Agent shall release to Contractor all securities and interest on deposit 1 escrow fees and charges of the Escrow Account. The escrow shall be clo immediately upon disbursement of all monies and securities on deposit payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement the City and Contractor shall hold Escrow Agent harmless from Escrow Age release and disbursement of the securities and interest as set forth in SectioI thru 8 and 10. a 5. 6. 7. 8. 0 9. .... ... O .... .... .... .... 0 6/2 @ 10. The names of the persons who are authorized to give written notices or receive written notice on behalf of the City and on behalf of Contractor connection with the foregoing, and exemplars of their respective signatures i as follows: 0 ]?or City: Title 0 Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title 0 Name Signature Address 0 6/ 2 @ At the time the Escrow Account is opened, the City and Contractor shall deliver to t: Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officc on the date first set forth above. 0 For City: Title Name Signature Address For Contractor: Title Name Signature Address a For Escrow Agent: Title Name Signature Address 0 6/2 @ a 1. SUPPLEMENTARY GENERAL PROVISIONS The General Provisions of the Standard Specifications for Public Works (SSPV 1991 Edition, apply to this section except as modified herein. 0 0 61 a3 c c SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 0 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words 'khown," "indicated," "detailed," "noted," "scheduled," or words of simil import are used, it shall be understood that reference is made to the plans accompanyi these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used shall be understood that the direction, designation or selection of the Engineer is intendl unless stated otherwise. The word "required" and words of similar import shall understood to mean ''as required to properly complete the work as required and approved by the City Engineer," unless stated otherwise. c. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imp are used, it shall be understood such words are followed by the expression "in the opin of the Engineer," unless otherwise stated. Where the words "approved," "approv "acceptance," or words of similar import are used, it shall be understood that the approT acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expel shall perform all operations, labor, tools and equipment, and further, including furnishing and installing of materials that are indicated, specified or required to mean 1 the Contractor, at her/his expense, shall furnish and install the work, complete in place ready to use, including furnishing of necessary labor, materials, tools, equipment, transportation. e 0 6/2~ 43 2 c 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engheer - the Project Manager for the City of Carlsbad or his approved representative Owner's Agent - same as "Engineer" above Acceptance of work - All Project complete and accepted by the City (excluding maintenan period). Final acceptance - All project work (including maintenance period) complete and accept by the City in writing. 24 CONTRACI'BONDS Delete the third sentence of the first paragraph having to do with a surety being listed the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bo1 (Material and Labor Bond) shall be for not less than 50 percent of the contract prkr satisfy claims of material suppliers and of mechanics and laborers employed by contra( on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by Contractor during the course of this project. Both bonds shall extend in full force effect and be retained by the City for a period of one (1) year from the date of for acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guid at least A-:V and are authorized to conduct business in the state of California and are li in the official publication of the Department of Insurance of the State of California. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public W 0 0 0 61; @ Construction, (SSPWC) , 1991 Edition, and the latest supplement, hereinafter designatc "SSPWC", as issued by the Southern California Chapter of the American Public Wor Association, and as amended by the Special Provisions section of this contract. The Construction Plans consist of four (4) sheet(s) designated as City of Carlsbad Drawii No. (CMWD) 2660. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacture direction, the Contractor shall obtain and distribute the necessary copies of su instruction, including two (2) copies to the City. To Section 2-5.3.3, add to end of first sentence: ..... and maintenance and operating manuals and guarantees. To Section 2-5, add: 2-5.4 Record DrawinRs: The Contractor shall provide and keep up-to-date a complete "as-built" record set blueline prints, which shall be corrected daily and show every change from the origii drawings and specifications and the exact "as-built" locations, sizes and kinds of equipme underground piping, valves, and all other work not visible at surface grade. For spec information required refer to the applicable section of the Technical Specifications. 7 set of drawings shall be kept on the job and shall be used only as a record set. Prior to final acceptance of the work, the Contractor shall have all the "as-b information" transferred onto a set of mylars. The information shall be profession; drafted in a manner acceptable to the Engineer. Prints and mylars for this purpose may be obtained from the City at cost. 0 ' 0 2-9 SURVEYING Delete this section. 3-5 DISPUTED WORK To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article (commencing with Section 20104) which is set forth below: 0 612 @ ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 5 20104. Application of article; inclusion of article in plans and specifications 0 (a) (1) This article applies to all public works claims of three hundred seventy-E thousand dollars ($375,000) or less which arise between a contractor and a local agen (2) This article shall not apply to any claims resulting from a contract betweer contractor and a public agency when the public agency has elected to resolve any dispu pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (0) (1) "Public work! has the same meaning as in Sections 3100 and 3106 of the Ci Code, except that "public work" does not include any work or improvement contracted by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, payment of money or damages arising from work done by or on behalf of the contrac pursuant to the contract for a public work and payment of which is not otherwise expre: provided for or the claimant is not otherwise entitled to, or (C) an amount the paym of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plan: specificatnons for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. e 5 20104.2. Claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate claim. Claims must be filed on or before the date of final payment. Nothing in subdivision is intended to extend the time limit or supersede notice requirements otherv provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($SO,OOO), the local agency s respond in writing to any written claim within 45 days of receipt of the claim, or 1 request, in writing, within 30 days of receipt of the claim, any additional documenta supporting the claim or relating to defenses or claims the local agency may have aga the claimant. (2) If additional information is thereafter required, it shall be requested and prov pursuant to this subdivision, upon mutual agreement of the local agency and the claim 0 612 @ (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 15 days after receipt of the further documentation within a period of time no greater than that taken by the claimant in producing t additional information, whichever is greater. 0 (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to th hundred seventy-five thousand dollars ($375,000), the local agency shall respond wding to all written claims within 60 days of receipt of the claim, or may request, writing, within 30 days of receipt of the claim, any additional documentation supporti the claim or relating to defenses or claims the local agency may have against the claima (2) If additional information is thereafter required, it shall be requested and provic pursuant to this subdivision, upon mutual agreement of the local agency and the claima (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 30 days after receipt of the further documentation, within a period of time no greater than that taken by the claimant in producing additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency f to respond within the time prescribed, the claimant may so notify the local agency, writing, either within 15 days of receipt of the local agency’s response or within 15 d of the local agency’s failure to respond within the time prescribed, respectively, i demand an informal conference to meet and confer for settlement of the issues in dispi Upon a demand, the local agency shall schedule a meet and confer conference within days for settlement of the dispute. 0 (e) If following the meet and confer conference the claim or any portion remain: dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sect 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title . the Government Code. For purposes of those provisions, the running of the period of t within which a claim must be filed shall be tolled from the time the claimant submits or her written claim pursuant to subdivision (a) until the time the claim is den including any period of time utilized by the meet and confer conference. 5 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims suk to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or respon pleadings, the court shall submit the matter to nonbinding mediation unless waive( mutual stipulation of both parties. The mediation process shall provide for the selec within 15 days by both parties of a disinterested third person as mediator, shal commenced within 30 days of the submittal, and shall be concluded within 15 days f the commencement of the mediation unless a time requirement is extended upon a g cause showing to the court. 0 6/2 63 1 (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratic pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of ti Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The CP Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under tk subdivision consistent with the rules pertaining to judicial arbitration. a (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced construction law, and (B) any party appealing an arbitration award who does not obtz a more favorable judgment shall, in addition to payment of costs and fees under tl chapter, also pay the attorney’s fees on appeal of the other party. 5 20104.6. arbitration award or judgment Payment by local agency of undisputed portion of claim; interest on (a) No local agency shall fail to pay money as to any portion of a claim which undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the le rate on any arbitration award or judgment. The interest shall begin to accrue on the d the suit is filed in a court of law. 5 20104.8. Duration of article; application of article to contracts between Jan. 1,lS and Jan. 1, 1994 a (a) This article shall remain in effect only until January 1, 1994, and as of that dat repealed, unless a later enacted statute, which is enacted before January 1, 1994, delf or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into betw January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate article. To that end, these contracts shall be subject to this article even if this articl repealed pursuant to subdivision (a). 4-1 MATIERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed represental The Engineer shall have free access to any or all parts of work at any time. Contra shall furnish Engineer with such information as may be necessary to keep her/him f informed regarding progress and manner of work and character of materials. Inspec of work shall not relieve Contractor from any obligation to fulfill this Contract. a 612 6R) L Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testii materials and/or workmanship where the results of such tests meet or exceed tl requirements indicated in the Standard Specifications and the Special Provisions. The cc of all other tests shall be borne by the Contractors. To Section 4-1 add: 4-1.2.1 Samples The Contractor shall supply samples of materials specified on the plans and in t specifications prior to installation when requested by the Engineer or as specified in ea section of the Technical Specifications. At the option of the Engineer, the source of supply of each of he materials shall approved by him before the delivery is started. All materials proposed for use may inspected or tested at any time during their preparation and use. If, after trial, it is fou that sources of supply which have been approved do not furnish a uniform product, 01 the product from any source proves unacceptable at any time, the Contractor shall furn approved material from other approved sources. Material damaged by improper stora handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans a the SSPWC. Compaction tests may be made by the City and all costs for tests that ml or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engine The costs of any retests made necessary by noncompliance with the specifications shall borne by the Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Engineer. nonconforming work shall be borne by the Contractor. 0 e Any cost caused by reason of 5-1 LOCALTION Add the following: The City of Carlsbad and affected utility companies have, by a search of known reco endeavored to locate and indicate on the Plans, all utilities which exist within the lir of the work. However, the accuracy of completeness of the utilities indicated on the PI is not guaranteed. 0 612~ a L 54 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including semi connection, desired by the Contractor for his/her own convenience shall be the Contracto. own responsibility, and he/she shall make all arrangements regarding such work at no c( to the City. If delays occur due to utilities relocations which were not shown on the Plai it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties relocate utilities which interfere with the construction, the Contractor, upon request to t City, may be permitted to temporarily omit the portion of work affected by the utility. T portion thus omitted shall be constructed by the Contractor immediately following t relocation of the utility involved unless otherwise directed by the City. 0 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor at the pre-construct meeting outlining estimated completion dates for major elements of the work including 1 not limited to boulder placement, box tree planting, hardscape, irrigation, and plantir 6-7 TIME OF COMPLETION 0 The Contractor shall begin work within fifteen (15) calendar days after receipt of "Notice to Proceed" and shall diligently prosecute the work to completion within consecutive days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of .work - All work shall normally be performed between the hours of 7:OO a.m. sunset, from Mondays through Fridays. The contractor shall obtain the approval of Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permissio the Engineer. This written permission must be obtained at least 48 hours prior to 5 work. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Complel and any faulty work or materials discovered during the guarantee period shall be rep: or replaced by the Contractor, at his expense. 0 6/; 643 1 6-9 LIOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $300.00 F day for each day beyond the completion date as liquidated damages for the delay. A progress payments made after the specified completion date shall not constitute a wai\ of this paragraph or of any damages. To Section 6-1, add: 6-1.1 Project Meetinxs 6-1.1.1 Pre-Construction Meeting The Contractor shall schedule within fifteen (15) days after the date of award of contr by the City Council, a pre-construction meeting. Minimum attendees shall be the pri contractor, all sub-contractors, City Park Development Coordinator, and City Pi Superintendent. 6-1.1.2 Process - Meetinm The Contractor shall hold weekly meetings (minimum) at the work site and as progres: work dictates. The Contractor and any or all of his sub-contractors or suppliers si attend these meetings as directed by the Engineer. 0 0 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guidc at least A-:V and are authorized to conduct business in the state of California and are lis in the official publication of the Department of Insurance of the State of California. 74 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in state of California and are listed in the official publication of the Department of Insurz of the State of California. Policies issued by the State Compensation Fund meet requirement for workers’ compensation insurance. 7-5 PERMITS 0 Modify the first sentence to read: 6/2 643 The agency will obtain, at no cost to the Contractor, all encroachment, right-of-w: grading, and building permits necessary to perform work for this contract on City proper in streets, highways (except State highway right-of-way), railways or other rights-of-w: Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 0 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working di at the City's request. Modify Section 7-8.5, Temporary light, power, and water as follows: Temporary power and water are available at the site off of existing sources. 1 Contractor shall be responsible, at his/her expense, for making temporary connectio The cost of water and electricity for this work will be borne by the City. Add the following to Section 7-8: 0 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muff in good repair when in use on the project with special attention to City Noise Con Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the v, and shall comply with all applicable provisions of Federal, State and Municipal safety 1 and building codes to prevent accidents or injury to persons on, about, or adjacent to premises where the work is being performed. He/she shall erect and properly maintaj all time, as required by the conditions and progress of the work, all necessary safegu for the protection of workers and public, and shall use danger signs warning agc hazards created by such features of construction as protruding nails, hoists, well holes, falling materials. 0 6/2 63 L 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation ai Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel be( for use in the proposed construction project which would be subject to Section 1601 Section 1603 of the Fish and Game Code, such conditions or modifications establish pursuant to Section 1601 of the Fish and Game Code shall become conditions of t contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. 0 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amoi of retention. Add to the end of the third paragraph: Before final payment under the Contract is authorized, the following requirements Contract Documents shall be fulfilled: A. B. C. D. Satisfactory completion of construction work and acceptance by Engin( Submission to Engineer of required written guarantees. Submission to Engineer of record "As-Built" drawings. Deliver to owner a complete file of operation and maintenance manuals < factory warranties of equipment and materials used in work and as outli in the specifications. 0 6/2 bF) 0 II. TECHNICAL SPECIFICATIONS 0 These specifications shall apply in lieu of Part 2, Construction Materials and 3, Construction Methods of the "SSPWC" (except where noted within othm 0 0 61 css SECTION 2.05 - CLEARING AND DEMOLITION PART 1 - GENERAL 0 SUMMARY SCOPE Protection of all light poles, fire hydrants, and other utilities to remain. Protection of existing plants not indicated "to be removed" on the plans. Clearing and grubbing of the site. Removal and disposal of all deleterious materials. Furnishing, development, applying and providing watering equipment as required for the project. RELATED WORK SPECIFIED ELSEWHERE: EARTHWORK AND GRADING (Section 2.20) IRRIGATION SYSTEM - (Section 2.80) PLANTING - (Section 2.90) ELECTRICAL WORK (Section 16.0) a PART 2 - PRODUCTS N/A PART 3 - EXECUTION APPLICATION GENERAL REMOVAL WORK Removal work shall be carefully done to avoid damage to existing facilities and plants remain. SITE CLEARANCE AND DISPOSAL Clear the site to be improved of grass, weed growth, rubbish, debris, and pavement, concr slabs, thrust blocks, etc., that are to be removed for construction of the improvements shc on the construction plans. Roots three inches (3") in diameter and larger, rocks and brol masonry larger than four inches (4") in the greatest dimension shall be cleared. 0 C:\Mark\Specs\Xeri.2-5 TS - 1 Clearing and Dernol Irrigation sprinkler heads removed shall remain the property of the Owner. Irrigation lir to be abandoned as part of this work may be left in place where they do not conflict w the new work. All conflicting irrigation lines not indicated on the plans to remain shall removed. Holes resulting from removal of buried obstructions which extend below finished grades sh be filled with a soil approved by the City and compacted. UTILITIES Inactive or abandoned utilities shall be disconnected, removed and plugged or capp subject to the local governing ordinances. Should the Contractor encounter any existing underground utilities not shown or descrik on the drawings, he shall at once notify the Engineer who will determine further procedur 0 0 0 C:\Mar k\Specs\Xeri.2-5 TS .. 2 Clearing and Demol SECTION 2.20 - EARTHWORK AND GRADING 0 PART 1 - GENERAL SUMMARY SCOPE OF WORK Grading Excavation and backfill for all footings, structures, walls, etc., and compaction. Stockpiling and placing topsoil. Soil testing as required. Protective measures. Dust and noise abatement. Obtaining construction water. RELATED SECTIONS CLEARING AND DEMOLITION WORK: (Section 2.10.) Excavation and backfill for any mechanical,plumbing, drainage or electrical work: (Appropriate Sections) 0 PART 2 .* PRODUCTS NIA PART 3 a- EXECUTION INSTALLATION UNSUITABLE SOILS Unsuitable soils excavated from areas to be landscaped may be buried in areas under pavj upon approval of the Engineer. Any excess shall be removed from the site at t Contractor’s expense. 0 C:\k~specSWeli2-2 TS - 3 EarthworkandGm 0 TOPSOIL COMPACTION Planting soil shall be compacted to provide a stable, uniform surface in accordance with tl specified grades and surface drainage flow lines. Soil shall not be overly compacted so to cause surface water to rum off rather than be absorbed in the soil. EXCAVATION The Contractor shall make all necessary excavation for footings and slabs and do a additional excavation necessary to provide ample room for installation of concrete fori where required. Footings will be poured against undisturbed soil, except where caving occurs. Bottom of excavations shall be level, free from loose material and brought to the indicat or required levels in undisturbed earth. All excavations shall be kept free from standi water. The Contractor shall do all pumping or draining that may be necessary in carry; on the work. Should excavations for footings, through error, be excavated to a greater depth or size th indicated or required, such additional depth or size shall be filled with concrete, as specifi for footings, at the Contractor's expense. BACKFILLING After the foundations and walls have been placed, forms removed. and concrete or mas01 work approved, the excavation shall be backfilled with earth to the required grade. Select site material shall be used for backfill and shall be free from large stones and clc over 1 1/2" in diameter. Material shall be approved by the Engineer. Backfill shall be deposited in layers of 6" thickness. Layers of backfill shall be moistened with water, the amount to be rigidly controllec ensure optimum moisture conditions for the type of fill material used. Excess water caw saturated earth beneath footings will not be permitted. Backfill shall be compacted by suitable means to 90% density except in planting areas wh compaction shall be 80%. All trenches for other work shall be backfilled in accordance with this Section, and ma) tested at the discretion of the Owner's Agent. 0 0 C:\MarM~Weri-2-2 TS - 4 Earthwork and Gn FINISH GIRADING (refer to "Finish Grading: in Section 2.9, Planting) PROTECTIVE MEASURES All excavations shall be protected and guarded against danger of life, limb and property Existing improvements and trees within contract limits or areas of activity shall be prope1 protected. DUST AND NOISE ABATEMENT During the entire period of construction, site areas shall be sprinkled adequately to contr dust. FIELD QUALITY CONTROL INSPECTIONS Inspections are required for the following: 0 1. 2. Sub-grading prior to placement of concrete or pavers. Final grading prior to planting. 0 0 C:\MaWSpecsWerG-2 TS - 5 Earthnrorlc and Grw SECTION 2.80 - IRRIGATION SYSTEM PART 1 - GENERAL 0 SUMMARY SCOPE Providing and installing complete irrigation system. Maintenance of irrigation system. SUBMITTALS RECORD DRAWINGS The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue11 prints, which shall be corrected daily to show the following: 1. Any changes in location of items or type of installations (excluding sprinkler he: and lateral lines) from that shown on drawings. Valves shall be numbered and corresponding numbers shall be shown. 2. 3. All remote control valves and shut-off valves shall be located by measu- dimensions. Dimensions shall be given to permanent objects and shall be to nearest on-half foot. On the inside surface of the cover of the automatic controller, the Contractor SI prepare and mount a chart showing the valves and sprinkler heads serviced by t particular Controller. All valves shall be numbered to match the operation schec and the drawings. Only those areas controlled by the Controller shall be shown. 1 chart shall be a plot plan, entire or partial, showing building, walks, roads, and Wi A photostatic print of this plan reduced as necessary and legible in all details, s be made to a size that will fit into the Controller cover. This print shall be appro by the Owner's Agent and shall be secured to the inside of the cover. Immediately upon the installation of any pipe or equipment to be buried, Contractor shall indicate on the drawings the locations of said equipmi Dimensions shall be given from permanent objects such as buildings, sidewalks, ci and drawings. 4. 5. Prior to final acceptance of the work, the Contractor shall have all the "as-built" informa transferred onto a set of mylars. The information shall be professionally drafted i manner acceptable to the Owner's Agent. 0 Irrigation Sy C:\Mark\SpecsU(eri.2-8 TS - 6 GENERAL Prior to final acceptance, Contractor shall provide operating manuals and manufacture warranty information for all irrigation equipment. PRO JECT/SITE CONDITIONS Connections to existing irrigation shall be made at locations shown on the drawing Contractor shall be responsible for minor changes (up to 15% of design) caused by actu site conditions. Connect new underground piping and valves and provide all adapters other necessary fittings for connection. Scaled dimensions are approximate. Before proceeding with any work, the Contractor sh; careful check and verify all site conditions. Plan locations of heads, valves, controller ai pipe lines are diagrammatic and indicate spacing and relative locations only. a MAINTENANCE GENERAL During the maintenance period, the Contractor shall inspect, clean, and adjust the irrigati system to provide continuous optimum coverage. This maintenance shall be as needed maintain the irrigation system operation and not less than at fourteen (14) day interval! MAINTENANCE PERIOD Shall begin immediately after written final acceptance of the work by the Owners Agent a continue for not less than thirty (30) consecutive calendar days. 0 PART 2 - PRODUCTS MATERIALS Pohvinvl Chloride Piping Pipe sizes and type are shown on plans and nominal inside diameter unless otherwise not Piping sha.11 be Type I, Grade 2 (Impact Modified), designated as PVC 1220, conformini Commercial Standards CS256-63. 0 irrigation Sy! C:\Mark\Specs\Xeri.2-8 TS - 7 PolvVinyl Chloride Pipe k ittinm and L'onnections Type 11, Grade 1, Schedule 40, high impact molded fittings, manufactured from virg compounds, tapered socket or molded thread type, suitable for either solvent weld ( screwed connections. Machine threaded fittings, plastic saddle, and flange fittings are ni acceptable. Furnish fittings permanently marked with the following information: Nomin pipe size, type and schedule of material, and NSF seal of approval. PVC fitting shl conform to ASTM D 2464-76 and D2466-78. Brass Pipe and Fittings Shall be IPS Standard Weight 125 pounds, 85% red brass. Automatic Control Wire Electric wire runs from controller to automatic valves shall be No. 14 solid, single conductc copper wire, 4/64 in. insulation, 4/64 in. neoprene jacket, Style BR (Direct Burial) or equ; Color code wires to each valve (different color for each valve), common wire shall be whir Wire Connectors "Scotch Lock #3576" wire connector "3M DBY' seal "Scotch 33" electrical tape Automatic Controller 0 0 As shown on plans. Automatic Valves As shown on plans. Valve Box For automatic valve: Carson plastic valve box (9 1/2"~16"x11") with bolt down cover. E gate valves: Carson plastic valve box (lO"x10 1/4"). For quick coupler: Same as gate Val For drip flush valve: Carson 6" diameter round valve box. Valve Tags "Christy standard tag" (hot stamped with black letters on yellow background) Drip Irriwtion As shown on plans. Quick Coupler Assemblv 0 As shown on plans. Tracer Wires No. 12, type TW plastic coated copper wires. C:\IWark\Specs\Xeri.2-8 TS - 8 irrigation Sy! 'l'hrust Blocks 2000 psi concrete at 28 days. General Contractor Contractor shall provide the Owner : Two (2) quick coupler keys and two (2) keys f opening and locking automatic controller. 0 PART 3 ., EXECUTION EXAMINATION VERIFICATION OF CONDITIONS Contractor shall notify the Owners Agent immediately should it become apparent that t designs or products specified are not suitable for the site conditions. Locations are diagrammatic and approximate only. design) shall be made if necessary, and as directed, to meet existing conditions and obt: complete water coverage. IN STALILATION Excavation and Backfilling - of Trenches Excavate trenches and prepare subgrade with sufficient room for pipe fittings, testing, a inspecting operations. Do not backfill until pipe system has been subjected to hydrosta test as specified. Depth of Trenches: Depth shall be so as to provide a minimum of 18' coverage on pressi lines, 12" on lateral lines and 6" over drip tubing. Provide a minimum of 6" of clearance between pipes. Parallel pipes shall not be instal one over the other. Repair leaks and replace defective pipe or fittings until lines meet requirements. Do 1 cover lines until inspected and reviewed for tightness, quality of workmanship. and materi( Backfill trenches. after observation of piping by Owners Agent, with backfill mater tamping soil around pipe and thoroughly compacting trench fills to 90% maximum density. Subsoil shall be free of rocks over 1" diameter. debris. and litter prior to use backfill. Minor adjustments (up to 15% @ 0 C:\Mark\Specs\Xeri.2-8 TS - 9 Irrigation Sy! lnstallatlon oi Yolwinvl Chloride Yipe Pipe that has been dented or damaged shall be cut out, discarded, and rejoined wi coupling. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvent is applir Welded joints shall be allowed to set a minimum of 15 minutes before moving or handliI Field cuts shall be beveled to remove burrs and excess before fitting and gluing togethe Pipe shall be snaked from side-to-side of trench bottom to allow for expansion a contraction. Center load pipe with small amount of backfill to prevent arching and slippi under pressure. Leave joints exposed for inspection during testing. No water shall permitted in the pipe until observations are completed and a period of 24 hours has elaps for solvent weld setting and curing. Plastic to metal joints shall be made with plastic male adapters, metal nipple, ha tightened, plus one turn with a snap wrench. Installation of Metal Pipe Provide dielectric unions between pipes made of different metals. Thrust Blocks Provide concrete thrust block at all change of directions (fittings) of the main line. PC thrust blocks so as to leave fittings accessible for repair. 0 a Automatic Control Wirinq Provide one control wire and one common ground wire to service each valve in system. 1 white wire for common and a different color valve wire for each valve. Provide a 4-f( minimum expansion loop at each valve to permit removal and maintenance of valves. Install control wires at least 18" below finish grade and in common trenches where possible. Bundle and tape to main line every lo' when in common trench. Control Wire Splices Allowed only on runs of more than 300 feet. Splices as follows: Strip off 2-1/2" of insulat from each wire; twist on Scotchlok electrical spring connector, minimum four (4) compl turns; seal connector in 3 M, DBY; tape completed splice with Scotch 33 electrical tap Numberine and Taeglng Identify direct burial control wires from automatic valves to terminal strips of controllei terminal strip by tagging wire with the number of the connected valve. All valvues shall be tagged and numbered with "Christy standard tag" hot stamped with bl letters on yellow background. a C:\Mark\SpecsWeri.2-8 TS - 10 Irrigation Sy Tracer Wires Shall be installed with non-metallic irrigation main lines. Wire shall be placed on botto of trench, under vertical projection of pipe, with spliced joints soldered an covered wi insulation type tape. Wire shall follow main line pipe and/or branch lines and terminate valve box with automatic valves. Provide enough length of wire or tape to make a loop a1 attach a "Dymo-Tape" type plastic label with the designation "Tracer Wire". FIELD QUALITY CONTROL INSPECTIONS Inspections are required for the following: 1. * Upon installation of main and lateral lines; after pipes are laid and ready to 1 subjected to pressure tests. Do not cover any lines until observed and then directed. Upon sprinkler system completion, and in the presence of the Owners Agent, t Contractor shall perform a test to determine if coverage of water is complete a acceptable. Final observation and performance test shall be at the same time as final observatii of all the landscape work. 2. 3. TESTING All PVC main lines shall be subjected to a pressure test of 125 psi for a period of four ( hours; lateral lines at design pressure for one (1) hour. a 0 Irrigation Sys C:\Mark\Specs\Xeri.2-8 TS - 11 SECTlON 2.9 - PLANTING PART 1- GENERAL 0 SUMMARY SCOPE Planting as shown in plans and specified herein Planting imaintenance Boulders Cobble and lava rocks Landscape ties RELATED SECTIONS Excavation and grading (Section 2.20) Irrigation (Section 2.80) SUBMITTALS GENERfiL At least two (2) days prior to delivery to the site, the Contractor shall submit a list of I amendments, fertilizers with quantities of each to the Owner’s Agent for review. SAMPLES Provide Owner’s ASent with samples of the following materials and receive approval pri to delivery. 1. Cobble 2. Lava Rock QUALITY ASSURANCE PLANT INSPECTIONS All plant material shall be inspected by the Owner’s Agent prior to planting. Plar considered unacceptable by the Owner’s Agent shall be replaced, and reinspected, by tl Owner’s Agent prior to planting. 0 c:\Mark\Specs\Xeri.2-9 TS - 12 Plantii PROJECT SITE CONDITIONS ENVIRONMENTAL REQUIREMENTS Actual planting shall be performed during periods when weather and soil conditions suitable in accordance with locally accepted horticultural practice. All rock, growth, debris shall be removed from the site. Grading and soil preparation work shall be performed only when optimum results wil: obtained. If moisture content of the soil is such that working it would destroy soil struct spreading and grading operations shall be suspended until moisture content is increase( reduced to acceptable levels and desired results can be obtained. WAWNTY GUARANTEES Shrubs, vines, and groundcovers shall be guaranteed to remain healthy and vigoro growing until final acceptance of the project (after the maintenance period). All trees supplied and installed shall be guaranteed to live in healthy and vigorously grov conditions for a period of one (1) year from date of final acceptance of project (after of maintenance period). MAINTENANCE GENERAL Maintenance operations shall begin immediately upon planting of each plant to insure e is maintained in a healthy, growing condition. MAINTENANCE PERIOD The maintenance period shall begin after acceptance of work and continue for not less t thirty (30) continuous calendar days after written acceptance is received from the Own Agent. MAINTENANCE OPERATIONS Plants shall be kept in a healthy, growing condition by watering, pruning, mowing, roll trimming, edging, fertilizing, restaking, pest control, spraying, weeding and other operatic Planting beds shall be kept free of weeds, grass, and other undesired vegetative growtl 0 0 0 c:\Mark\Specs\Xeri.2-9 TS - 13 Pial EXTENDED MAINTENANCE When, in the opinion of the Owner’s Agent, improper maintenance, possible poor unhealthy condition of plant materials, or when maintenance work is not being perform the Contractor shall be responsible for an extended maintenance period at no charge to Owner. The maintenance period shall be extended until all deficiencies are corrected and fa period of time equal to that period when deficiencies first existed until they were correcl PROTECTION The Contractor shall provide protection of all planting areas against traffic or other dam by erecting fencing or temporary twine immediately after planting is completed. Warr signs and barricades shall be placed in various high traffic areas. Damaged areas shall repaired immediately by the Contractor at the Contractor’s expense. IRRIGATION WATERING Watering will be required when soil moisture is below optimum level for best plant gro or when ordered by the Owner’s Agent. Hand watering may be required when high an( hot wind conditions exist. 0 PART 2 - PRODUCTS MATERIALS BOULDERS Per plans. COBBLE Per plans. LAVA ROCK Per plans. LANDSCAPE TIES Per plans. 0 a c:\Mark\Specs\Xeri.2-9 TS - 14 PI6 TOPSOIL Clean on-site soil, if available, or at Contractor’s option, imported topsoil approved by Owner’s Agent. Supply topsoil for planting areas as necessary to bring finished grades 1” below tops of curbs, sidewalks and driveways. Topsoil shall not be used for plant operations while in a muddy condition. 0 MULCH - SEE PLANS SOIL CONDITIONERFOP DRESSING Shall contain a special blend of organic fractions to supply several degrees of breakdc rate, a portion of inorganic amendment that resists further breakdown, a long-lasting fc of iron, PH of 5.5 to 6.0, salinity of 1.75, organic matter (dry weight basis) more than 9( non-ionic wetting agent and total nitrogen content of 0.5 % (Loamex, Gro-Power). GYPSUM Shall be a commercially processed and packaged (Cas. 2HQ) with minimum of 80% gr; containing 14% minimum combined sulfur. IRON SULPHATE Of commercial quality approved by Owner’s Agent. 0 FERTILIZER (PRE-PLANT) Shall be a combination of natural, organic and inorganic granular fertilizers; free flow and shall contain the following minimum available percentage by weight of plant food: Granular; Nitrogen 21.0% minimum, Phosphoric acid 8.0% minimum, Potash 8. minimum; (Agriform 21-5-8). FERTILIZERS (POST-PLANT) Shall be a long lasting organic and controlled release plastic coated, uniform in composit free-flowing, and shall contain the following minimum available percentages by weigh plant food: Nitrogen 12% minimum; phosphoric acid 5% minimum: Potash 7% minimum (Bestcoat 5-7). PLANTING TABLETS Tablets; (Agriform 20-10-5), 5 gram and 21 gram. a c:\Mark\Specs\Xeri.2-9 TS - 15 Pla BACKFILL FOR PLANTING Thoroughly blended mixture of topsoil and soil amendments at the following mixture: Soil conditioner (1 part) stockpiled on-site; soil (2 parts). STAKING MATERIALS Lodgepole pine; minimum 10'0" in length, straight shafts, free of loose knots, splits or ben minimum 2" diameter. Tree ties: "Wonder Tree Tie", black in color. Install per manufacturers recommendati GUYING MATERIALS Guy wires shall be of pliable, three (3) inch coated steel of number 9 gauge. Anchors for holding guy wires shall be 2" x 4" x 30" redwood stakes. Hose for covering wire at tree trunk shall be 1/2" diameter new rubber garden hose. Flags for covering guy wire shall be white P.V.C., "Brown Line", ?h" diameter and 4' lo1 0 0 PLANT MATERIALS See list of materials on drawings. All material provided shall be well branched and proportioned, with respect to width-hei relationship. Plants shall have normal habit of growth and shall be sound, healthy, vigorous, and fret insect infestation, plant disease, and other objectionable disfigurements. Tree trunks SI be sturdy and well "hardened off'' and self-supporting. Plants shall have well-develo] branch systems, vigorous and fibrous root systems. Container grown plants shall have vigorous healthy roots to hold earth intact without be root bound. Do not prune, trim, or top materials. Any alteration on the site shall be conducted only \ the direction of and in the presence of the Owner's Agent. LABELING Materials shall be clearly labeled as to species and variety. All patented plants (culti7 shall be delivered with a proper plant patent attached. a c:\Mark\SpecsWeri.2-9 TS - 16 Pla PROTECTION Plants shall be handled and stored to prevent drying out. wind burn, wilting, or root or st damage. SOURCIE QUALITY INSPECTION INSPECTION Locate and identify boulders and receive Owner's Agents approval prior to delivery. 0 PART 3 = EXECUTION PREPARATION EXISTING PLANT PROTECTION Protect existing trees to remain against injury or damage, includi cutting, breaking, damaging of bark surface or skinning of roots, trun or branches, smothering by stockpiled construction materials, excavat materials or vehicular traffic within branch spread. No pruning or severing of roots over 1'' in diameter shall occur withc approval of Owner's Agent. Use hand trenching mefhods to avt cutting roots. 0 SOIL CONDITIONING Grub and clean all planting areas, removing all weeds, debris, and rocks (1" in diamc or greater) from the site. FINISH GRADING Finish grades shall be measured at the final water-compacted and settled surface grac and shall be within plus or minus 0.1 foot of the elevations or dimensions shown on Pli or as specified. Finish grades shall be measured at the top surface of soil. All undulations and irregularities in the planting surfaces resulting from tillage, rototilli and all other operations, and all ridges and rises which would affect drainage, or wt- are visually evident shall be leveled and floated out before planting operations initiated. 0 c:\Mark\Specs\Xeri.2-9 TS - 17 Plai The Contractor shall take every precaution to protect and avoid damage to sprink heads, irrigation lines, and other underground utilities during grading and conditioni operations. Final finish grades shall insure positive drainage of the site with all surface drainage a\n from buildings, walls, and toward roadways, drains, and catch basins at a minimum 2%. Gradual transitions and rounding of grades shall be provided at all grade changes. Finish grades shall be 1" below paved areas and mow strips and flush with valve box clean-outs, drains and manholes. I N STA LLATl 0 N PLANTING Planting Trees, Shrubs, and Vines: All plant pits shall have vertical sides with roughened surfaces and be of a size la1 enough to permit handling and planting without injury or breakage of root balls or roc Excavation shall include stripping and taking of all acceptable soil. Excess soil, genera from planting holes shall be spread on the site as directed by the Owner's Agent. The plants shall be placed in the plant pits on the backfill material which has bf handtamped and water settled to the root ball base levels prior to the placement of plants. After setting the plants, the remaining backfill materials shall be carefully tamF and settled around each rootball to fill all voids. Each tree and shrub shall be placed in center of the plant pit, set plumb, and held rig in position until planting backfill has been tamped around each rootball. No plant will accepted if the rootball is broken or cracked either before or during the process installation. Planting tablets shall be placed in each plant pit at the following rates: One (1) 21 gram tablet per gallon container Two (2) 21 gram tablets per 5 gallon container Three (3) 21 gram tablets per 15 gallon container One (1) 21 gram tablet per each 4 inch of box size All plants shall be thoroughly watered into the full depth of each plant pit immediately E 0 a 0 planting. c:\Mark\Specs\Xeri.2-9 TS - 18 Pia 0 Trees shall be staked as indicated on plans, set plumb and secure. Pruning after planting may be required on all trees, shrubs, and vines to provide specified or standard shapes. Pruning may include thinning, topping, and/or cutting, i shall be under the direction of the Owner’s Agent. Cuts over Y4 inch in diameter shall painted with the tree sealant. BARK MULCHING All planting areas, except lawn areas shall be mulched with an even layer of bark mL (3” deep, minimum) at the edges of sidewalks and other fixed site elements, mulch de shall taper to 1” depth. HERBICIDE APPLICATION Pre-emergence herbicide shall only be applied to planting areas in accordance I manufacturer’s specifications. Owner’s Agent shall be notified at the time of applicati CLEAN-UP All areas, accessible to the public, including but not limited to sidewalks, shall be cleai daily. Upon completion of work, remove all debris and containers, sweep and clean sidewalks, asphalt, and concrete areas adjacent to planting, leaving area in an accept: condition. FIELD QUALITY CONTROL INSPECTIONS Boulder placement staking (prior to delivery). Boulder placement at the time of delivery. Finish grade/plant locations prior to planting. 0 0 c:\Mark\Specs\Xeri.2-9 TS - 19 Pi2 SECTION 3.30 - CONCRETE WORK PART 1 - GENERAL 0 SUMMARY SCOPE All Concrete Work Not Specified Elsewhere. Reinforcing Steel and Embedded Items. Forms for Concrete. RELATED SECTION Earthwork and Grading (Section 2.20) PART 2 - MATERIALS PORTLAND CEMENT CONCRETE Portland Cement Concrete shall conform to Section 201-1 of the Standard Specifications Public Works Construction (SSPWC), 1991 edition. Concrete shall attain the minimum day strength. SAND BASE Clean sand from an approved source. STEEL REINFORCEMENT FOR CONCRETE Steel reinforcement bars and welded wire fabric shall meet the requirements of Section Z 2 of the SSPWC. FORMS For exposed work, use PS 1-74 "B-B Concrete Forms", plywood forms or metal for Elsewhere, forms may be plywood, metal or 1" x 6" boards. CONCRETE CURING COMPOUND Curing compound shall conform to Section 201-4 of the SSPWC. The following prod are approved: 0 0 c:\Mark\Specs\Xeri3.30 TS - 20 Concrete A. B. C. "Hunts MD 7Ct, manufactured by Hunt Process Company, Inc. Curetox", manufactured by Toch Brothers, Inc. "Kure-N-Seal", manufactured by Sonneborn Building Products. 0 GROUT OR DRY PACK Grout or dry pack shall be Five Star Grout, Master Builders' Company "Embeco", Cement Mortar in accordance with Section 201-5 of the SSPWC. EXPANSION JOINT FILLER AND JOINT SEALANTS Expansion joints and slab-on-grade joints shall conform to Section 201-3 of the SSPWC i the following: Filler: Pre-formed, non-extruding, resilient, conforming to ASTM Dl75 1 or D17.52. Exterior Slab Control Joints: One inch (1") deep "Goldblatt" deep tooled joints. PART 3 - EXECUTION PREPARATION DESIGN MIX Contractor shall submit to the Owner's Agent, for record only, design mixes for e strength of concrete. Concrete shall attain the minimum 28-day strength shown on drawings. MIXING Ready-mixed concrete shall be used. The rate of delivery, haul time, mixing time , hopper capacity shall be such that concrete delivered will be placed in forms within nin (90) minutes from time of introduction of cement and water to mixer. Ready-mi: concrete shall conform to ASTM C94. INSTALLATION SAND BASE Where indicated on the drawings, place specified sand base. accomplished as specified under Earthwork or Excavation and Backfill. 0 Compaction shall 0 c:\Mar k\Specs\Xeri3.30 TS .. 21 Concrete \ FORMS Construct forms to exact shapes, sizes, lines and dimensions required to obtain accur alignment, location, grades and level and plumb work. Provide openings required for w of other trades. Make joints tight to prevent loss of mortar from concrete. Use mr spreaders providing accurate spreading and positive tying of forms together; wood spread and on-the-job hand-twisted wire ties are not permitted. Form castings shall not adver: affect bonding or paint, plaster, adhesive or bonding agents applied to concrete surfacc Re-use of forms will be permitted if they are suitable for intended use after clean Remove forms only when safe to do so. For structural concrete, obtain Owner's Ag permission prior to form removal. Cast off nails and tie wire 3/8' behind face of concri and patch exposed surfaces smooth. PLACING Before placing concrete, remove wood, rubbish, vegetable matter and loose material fr inside forms. Thoroughly wet down wood forms to close joints. Dampen sub-grade. r Owner's Agent shall inspect the soils immediately prior to placing concrete. Conform to ACI-304 and ACI-305, Recommended Practices for Placing Concrete. Keep concrete as level as possible, with a minimum flow from one portion of the worl another. Place concrete with a workable, non-segregated mixture. Tamp and vibrate s( to produce a dense smooth job. free from rock pockets and voids. Use approved trunks chutes if €ree drop exceeds six feet (6'). JOINTS IN CONCRETE Construction joints shall be only at locations and of type approved by the Owner's Agc Expansion joints shall be as shown on plan. Control joints shall be located where shown. When not shown for slabs on grade. locate more than ten feet (10') O.C. using deep tooled joints two inches (2") deep. Approva general direction and location of joints by Owner's Agent. CURING Except as specified below. non-structural concrete may be cured by membrane cu compound in lieu of wet curing. Apply compound by spray method in two (2) coats, second at right angle to first. Apply without delay on newly finished surface. at cove1 rate for each coat as recommended by manufacturer. Protect integrity of membrane touch up damaged spots immediately. Cure all slabs and other flat work. 0 0 0 Concrete c:\Mark\SpecsWeri3.30 TS - 22 In lieu of other methods, all concrete may be cured by covering totally with polyethyle sheeting kept in place for at seven (7) days. CONCRETE FINISHES, HORIZONTAL SURFACES Steel Trowel: After concrete is sufficiently hardened to prevent drawing moisture and fiI to the surface, finish trowel in two (2) operations. Perform first operation with a pov rotary trowel until matrix no longer accumulates on the trowel. Do not use cement, sa or a mixture thereof to absorb excess moisture and do not add water to facilitate troweli Perform second troweling until there is a distinct ringing sound under the trowel an( smooth, hard burnished surface is obtained. Broomed: Where indicated on plans, after floating, draw broom across the surface at ri: angle to flow of traffic producing a uniform non-skid surface. For light broom finish, us fiber broom, leaving depressions approximately 1/16" deep. For heavy broom finish, us1 coarse broom leaving depressions approximately 1/8? deep. Use liquid curing membra1 Sweat Finish: Perform final troweling in manner to raise neat cement and fine sand to surface to produce a non-slip uniformly swirled surface texture. CONCRETE FINISHES, FORMED SURFACES All surfaces which are exposed in the finish shall have all ridges and projections rem01 and all holes and depressions filled to provide a smooth surface. All concrete flat work shall be finished so that no deviation of more than 1/8" shall oc when surfaces are checked with a straight edge, in any ten foot (10') length. REINFORCEMENT STEEL Reinforcement shall be placed in accordance with Section 303-1.7 of the SSPWC. Perform welding of reinforcing bars in accordance with the Structural Welding Cod Reinforcing Steel AWS 01.4, as published by the American Welding Society. Welders SI be qualified by tests as prescribed in the Code, and qualified by the governing Build Department. Fabric Reinforcement: Roll out, straighten, cut to required size, and lay reasonably fla place. Lap fabric one (1) full mesh at sides and ends, and securely wire together anc other reinforcement at frequent intervals. 0 0 0 c:\Mark\Specs\Xeri3.30 TS - 23 Concrete ' FIELD QUALITY CONTROL TESTS Concrete tests may be made by an approved independent testing laboratory under direction of the Owner’s Agent. Tests may be made for seven (7) day and twenty-eight (28) day strengths. Three cylinders shall be molded for each test; one (1) for seven (7) day test, one for twenty-ei (28) day test and one for hold. Owner’s Agent will obtain samples in accordance with ASTM C-172. Mold and c’ specimens in accordance with ATSM C-31. Test specimens in accordance with ASTM C- Test shall be made at the Owner’s expense. INSPECTIONS Forms prior to pouring concrete. 0 0 0 c:\Mark\Specs\Xeri3.30 TS - 24 Concrete \ SECTION 4.20/4.40 - UNIT MASONRY/STONE 0 PART 1 - GENERAL SUMMARY SCOPE Concrete Block Reinforcing and Doweling Grouting Stone Walls Concrete Pavers RELATED SECTIONS Earthwork and Grading - (Section 2.20) Concrete - (Section 3.30) SUBMITTALS SAMPLES Provide Owner’s Agent with samples of the following materials and receive approval PI to delivery. 1. Concrete Block 2. Stone for Walls 3. Concrete Pavers 0 PART 2 - PRODUCTS MATERIALS CONCRETE BLOCK Per Plans. STONE FOR WALLS Per Plans. 0 c:\Mark\Specs\Xeri4.20/4.40 TS - 25 Unit Masonry/$ CONCRETE PAVERS Per Plans. CEMENT: Conform to ASTM C-150, Type I or Type 11, low alkali. Use only one brz Masonry cement shall not be used. HYDRATED LIME: Conform to ASTM C-207, Type S and containing 85% by we calcium oxide. AGGREGATES: Sand: Consist of fine granular material, composed of hard, strong, durable mineral partic free from injurious amounts of saline, alkaline, organic or other deleterious substan Conform to ASTM C-144. Pea gravel: Graded with no more than five percent (5%) passing the No. 8 sieve and \ 100% passing the 3/8" sieve. Conform to ASTM C-404. WATER: Clean; from source intended for domestic use. ADMIXTURES: Sika Chemical Red Label Suconem for mortar and Grout Ad for grl REINFORCEMENT STEEL: New, tested material of domestic manufacture conforn 0 to ASTM A-615. 0 EXPANSION OR CONTROL JOINT FILLER STRIPS: Synthetic, rubber, resistant to and solvents and compatible with specified sealants. Conform to ASTM C-509. ANCHOR TIES AND JOINT REINFORCEMENTS: Galvanized iron or stainless st Sheet metal ties not less than 22 gauge and at least one inch (1") wide, bent for ancho into concrete wall and deformed in the masonry to receive mortar joint reinforcement. V ties and mortar joint reinforcement 9 gauge wire ties looped for fastening to concrete for receiving joint reinforcement. Conform to U.B.C. Standard No. 30-1. MORTAR AND GROUT Conform to ASTM C-476. Mortar and grout not used within thirty (30) minutes after leaving mixer shall not permitted on the work. 1. Mortar: Type S conforming to U.B.C. Table 24-A. 0 c:\Mark\Specs\Xeri4.20/4.40 TS - 26 Unit Masonry/! 2. Grout: Composed (by volume), of one (1) part Portland cement, three (3) parts mor sand, two (2) parts pea gravel to which add one (1) pint of admixture for each sack cement. Mix as required for mortar, except adjust the amount of water to makc creamy flow that will not allow the gravel to segregate. Properly puddle grout to voids. Omit gravel for grout spaces less than two inches (2") clear in horizor dimension. Vertical Bars: Continuous from bottom of cell to top of wall, centered in cells, excl where otherwise indicated. Where necessary, hold vertical steel in place by frames other suitable devices as approved. Horizontal Bars: Wire temporarily above exact position and tag to indicate corr location. Use calibrated vertical markers to indicate correct location. Prov horizontal bars where indicated, held in contact to vertical bars or dowels. 0 3. 4. WATER PROOF MEMBRANE: Elastomeric system ("Vulken 201" or Sonneborn HI 5000"), 60 mil. PART 3 - EXECUTION PREPARATION PROTECTION Store concrete masonry units under covers that will permit circulation of air and prev excessive moisture absorption. Store cement and lime in watertight sheds with eleva floors. SURFACE PREPARATION Masonry Units: Thoroughly clean of dust. grease, oil or other matter which would red bond. Wetting: Protect concrete masonry units against wetting before installation. Reinforcement: Clean of mill scale, loose rust, oil and coatings which would reduce bo Securely anchor in place. a 0 c:\Mark\Specs\Xeri4.20/4.40 TS - 27 Unit MasonryIS INSTALLATION UNIT MASONRY Preserve unobstructed vertical continuity of cells to be filled. Fully bed webs and cross-w forming such cells in mortar to prevent leakage of grout. Fractional parts of masonry units are prohibited where whole units can be used. 1 chinking of interstices with fragments will not be allowed. Provide special units as necess to form openings and lintels. Fill all cells of masonry so indicated solidly with grout in lifts not exceeding four feet (4' height. Except at the final course, stop grout one-half (x) the course height below the of the last course grouted. Where it is absolutely necessary, for construction purposes, to stop off longitudinal runt masonry, stop off only by racking back one half (Y') unit length in each course. Tooth will not be permitted. At openings for ducts, pipes and conduits built into the masonry walls, cut to form fractic units with an abrasive saw. Unless otherwise indicated, lay block in regular running bond with 3/8" joints. Mixing: AI1 cementitious materials and sand shall be mixed in a mechanical batch mixer a minimum of five (5) minutes. 0 e 1. The consistency of the mortar may be adjusted to the satisfaction of the mason, in keeping with strength requirements. If the mortar begins to stiffen, re-tem immediately by adding water, and remix the mortar. All mortar shall be u within one half (%) hour of the initial mixing. It shall not be used after it begun to set. The consistency of grout shall be such that, at times of placement, it has a slu of nine inch (9") to ten inch (10") as determined by ASTM C-143. Vertical bars shall be held in positions at top and bottom and at intervals not exceed diameters of the reinforcement. When a foundation dowel does not line up with the vertical core to be reinforced, it s not be bent over, but shall be grouted into a core in direct vertical alignment, even tho it is in an adjacent cell to the vertical wall reinforcing. 2. 0 c:\Mar k\Specs\Xeri4.20/4.40 TS ., 28 Unit Masonry/S Vertical cells shall have vertical alignment sufficient to maintain a clear unobstruc continuous vertical cell measuring not less than two inches (2") by three inches (3"). Clean out openings shall be provided at the bottoms of all cells to be filled at each lifi pour of grout where such lift or pour of grout is in excess of four inches (4") in he$ Remove overhanging mortar or other obstruction or debris from the inside of cell wi Seal the clean-outs before grouting, after inspection. When the grouting is stopped for one (1) hour or longer, form horizontal construction jo by stopping the pour of grout one half course below the next mortar joint above. When the possibility of rain occurs, cover the tops of all walls exposed to the weather, ( all concrete masonry units with sheets of polyethylene film, or other approved effec forms of protection, to prevent absorption of water. Store masonry units above the gr if the possibility of surface flooding exists. JOINTS Mortar joints in masonry surfaces shall be finished as approved by Owner's Agent wit pointing tool making solid, smooth, watertight joints. Owner's Agent may select any ji treatment without adding to the cost of the work. Exterior joints that will be below finish grade side shall be tooled flush with the block. 0 0 BOLTS. ANCHORS AND REGLETS Set bolts, anchors, reglets and inserts necessary for the attachment of subsequent work items furnished under other sections. CURING After the wall is constructed, it shall not be saturated with water for curing or any 01 purposes. In windy areas and where the atmosphere is dry, the wall shall have its surface damped \ a light fog spray during a curing period for the mortar of three (3) days. Frequency tc determined by drying conditions. FIELD QUALITY CONTROL INSPECTIONS Reinforcing prior to grouting. 0 c:\Mark\Specs\Xeri4.20/4.40 TS - 29 Unit Masonry/! SECTION 16.53 - LIGHTING PART 1 - GENERAL 0 SUMMARY SCOPE 12 volt irrigation system. 110 hook-up to transformer. SUBMIITALS MANUALS Prior to final acceptance. submit operation manuals and manufacturer’s warranty. PART 2 - PRODUCTS MATERIALS 12 VOLT LIGHTING SYSTEM Per Plans. 12 VOLT WIRING 12-2 cable. ALL OTHER MATERIALS Shall conform to Section 209 of the SSPW (Green Book). PART 3 - EXECUTION IN STALLATION CONNECTIONS Make connection from existing 110 volt point of connection to the 12 volt transforme shown on the plans. e c:\Mark\SpecsWeril6.53 TS - 30 m 12 VOLT WIRING Direct bury 12 volt (12-2 cable) wiring in trenches with a minimum twelve inch (12”) COT Provide an extra 5’ of wire at each fixture (coil, secure and bury next to fixture). LIGHT FIXTURES Install light fixtures per plans and in conformance with manufacturers recommendatior 0 FIELD QUALITY CONTROL/AD JUSTING INSPECTIONS Location of bollards prior to installation. Call for a night inspection of lighting system and adjust lights per the direction of Owner’s Agent. e 0 c:\Mark\Specs\Xerii 6.53 TS - 31 L& SECTION 2.87 - SITE FURNISHINGS PART 1 - GENERAL 0 SUMMARY SCOPE OF WORK RELATED SECTIONS Concrete SUBMITTALS WARRANTY Provide factory warranty for bench. PART 2 - PRODUCTS MANUFACTURED UNITS One (1) DuMor, Inc. Model 36-80R Bench (8’ long) with S-1 (Embedment) support opti 0 PART 3 - EXECUTION INSTALLATION MANUFACTURERS INSTRUCTIONS Installation shall be in the locations shown on the drawings after approval of precise locat by Owner’s Agent. Install according to manufacturer’s written instructions or accordini approved shop drawings. 0 c:\Mark\SpecsWeri2.87 TS - 32 Site Furnisl a II I. SECTIONS/DETAI LS 0 0 61 63 0 4 !i i$- i! If i t$ ___y_ $i\ KQ i$&* b w y % y! d ---I- -7 6 z 0 F 0 u u) 4 ! 0 ___t '$ p ,? -----?- i L2' b, il I 0 1 ItJ . 0 m I M4 0 5a r=R c/,t 0 wk 1% u/ 0 0 0 z 0 0 W 0 cf> 8 F i 0 Q! UV W -1 0 cn 0 w Z n a cc (3 I a 0 2 UI z n LI a CT m 3 0 a K 3 cl 3 C z LL l- LL E c -I 2 C c 0 a m 0 0 6 0 =! w(3 % nz Q 13 20 zu u2 (33 Z' 1- 222 g gz u1 3& KG (3 0 v) 1- z si 7 (NVld 33s) S3lUVA '1H m v) LLJ -1 E E 0 H Lu z v) 2 P 0 I, n w k 0 2 0 0 0 0) J -I U Y 0 w a m 5 0 0 Z w t 9 Z 0 F 6 8 Q 9 - - d 0 . .. . .'. v) 0 W I- O 0 g 0, e 0 LLI a Q a: (3 1 22 w 0 3 0 u1 k- 0 n 8 2 B 3 8 W g 5 a a (I 0 z n a 2 1 w 0 n 3 v) D w n w E 6c $2 @3 t- %g L 0- a* 0 kc3 --------- -.--____ - a & T- Z 0 > w c! 4 c3 z I- % X w I- u1 w 2 2 5 E e 3 UJ a m 0 * w Y 6 0 cn 0 0 z u) 0 6 z m4 Ea 9 22 4% P ad j=k - Ua gz 0 t- z LL U c ;2 00 a n =LL CQ 0 z- Q> @ 0 23 c e ll u f C U 00 30 kc3 Olr 03 UIU Luw ma: T L I L % LLI LLI 4 n LL 4 (3 a c3 L u, z z % n E c U U 0 w 0 u1 2 vj n Z a a: % 00 z L 5 Q w 3 (3 rJ3 I a 2 W 0 2 ri3 ccm 2 z 0 0 2 0 0 LLI cn i= rrm 4 --IC3 4, n%G z+-a =E35 GO+ io $ OY x io z 0 >06 0 u1 a Q cc n (3 X U 2 u Q 3, a n a 0 0 \ C I 1 t C E I 5 - T - - I d c li 7- 7- 0 - 0 c 0 4 I < h c w e L t 1 t ( 2 t ( d a m P ( ti= F X -I u1 0 < II c3 I v, z LL 0 ul Q a: 3 cn n a g - - - cv 'co n 0 0 0 5. Z 0 Y 0 - - u1 d 0 U LLI n n 0 > a I l I cn a. I 0 c9 Y rT 4 m U 0 Y 0 0 lr Q > - - - 0 4 $ t \tj B 0 w v) E n a Y - I U 2 v, rn z z z != LL (J? w Lu- 3 LL 9 0 !2 a m I [r 3 I- ?5 d P W 8 w Lu I m LL I- $ Z 3 5 7 0 e w 0 4 E5 t-0 ZI ccw in 7 an -la - zw 0 0 cv 7.- x 4 8 w 5 is 0 3 c3 ez c/) a a [I ul 3 e 9% z 6 m$ ag [IC E2 Z 0 i= 10 U- wo 3E UI n Qa -I U t- z I 0 0 6s gua Luo C3-I zl-o I- zo EWo 9 =F!w 4 32E h Y? zg So$ E 0>E g KZ3 E 5-J 2 z a +=I 2g oluuj o$ z>cl ut- n-+ 9 zz ZI z~ a+ gz 22 u t-ig >-J a03 a LO o+LL = (3% 4 wmg 'G o+3 2 hC[I* = ZE F gl- ul oz[I I I- Z dd 95 %lJ zz ul z ,ow GO< colu 3m 0,- ~m u -on -UI -0a z w zw e$ zz m3 032 2 ol- 0 0 t-UI 2s 6% $y5 u3 92 Z i= m+ mZ wo 2 mL A0 m 0 Yo gy. at- u> t- cn 3 4 a tI t- n 0-1 w Zn m3 0 (r 0 W == OW E2 Zb - g d'-o 43E - -0z t- 2g ku t- ZZ I 50-1 30 po3 --Q xZ~ ;J;WQ s -I -I e 6 (3,' 0 c3 @@ 0 @@ % 0 0 h h 0% W ig w- Li2 >t: z2 IxW ow c3oc 3 0-2 Wh = a ow w ZE LII kw 5 a lZG cn ow 0 sg a v) Qg UY *E y JLLW Z W 13 2 3" 0 3 s 2: 9 9: >z P 2 0 @ 80 @@ @@ z2 x--! cnl 01 ot- ow wa az mw 1Ix m.0 Jv) W -aa a U aw - 2 wc u2 0 s 2 00 cnw g u$ 2 a W cn cn W 3 QE a aa a0 kr U w h a W -a I- IL 2 zg < 0 P-a ow W E. W 5 za: Q 4 =;1 O 23 -I 3 0 .-4 0 W cnc [r gz $ zk 5 XLL n w 3i J- 0 0 > 05 y 9 5 5 5 W W ag3-gym'" Q 00 CE W I- a < I.U dG 3 n > W =w 0 z X m =x > t- 0 oo a-3 0 a z oa: o>> U - &a "Sz&(/,LR 6 008 @BO@ I 0 0 x 0 m a 0 Lu n 3 a !== xi w JZ u10 rn mo zm =z 4 0 4 d UJO II: 0 z Q Lu u1 u3d ~65~40 a 3-J >-w Lu I- 1u -I >z w< UM > a %a Ill YU 3i ww a. QZ uu crE m8 (3 < >2% -Io a2 z I J~Oogr -J a *s >> 2 a. % m m-a 00 @@O@ @@ 0 1 I I 1 I I a 0 L n kl: I p &I3 a 52 3 a > ua %%!a v5g 0 uj~az& -I 3 9 ut- urn v) 3z= azz3b 3 55 gs >y_lwu zoul z LJJ w- ol-0 U Lu t-3 !? I- z ut- Lu -I-IgY$ z 53 ~zn~~~zx- I o< s zouj =is? Y~~gYo~2 - - Oa~a~~<oo U U E> ht-a E 8 m =;t. m m+ m a >a nam EL nu it- zcf) ZU-I UJ Lu- <cn X 0 m a=> u- w YESJZ z z w mZ u ZUh - n i= a U naa~~ nwt- - a- (3 - so a o 1 zt U 4 u 0 - 0 0 GO@@@@ @@ea - n C c 4 c C U - - - - P c 0 0 m m 0 > a 0 Qc) w 0 N z u > I 20 -Jo 0 F 0 c- (v $En a g 2 5x2 a[L z Ez $2 Gxz Zg ZE I.-. 522 zg2 mu: WLL EX UW [L wa d ( i I I I I I ( 0 I I I I wtn W ~m a 60 or) 2z a ut a 32 ZQ a\ Q m aN u > m ou3 3 I- o u - 2 c/: C 2 0 - t - ti a - - 0 I- U z 01 U t= I= U o - I r: le; c e cn I- K O a I- -I a z 4 K cn 3 3s W W az t- yz $8 II: kg - 0 X E5 .-1 h U W W 0 $59 v U cn - >+ -1 W a 0 K K Z a0 3w 3 26 > at =z W -1 a 0 0 rr Z a 5% $20 0 az z ooo@@ GI0 A =%Eo iw 4z - Y co 0 sd 0 =t- am U 0 rn 0 + 0 0 L ( ( ( < Qc u1 0 . 6 2 < t I 4 I I 0 1 a I I 1 I ( I ( a 1 ( ( 0 ( 4 0 ii ? I It -- a. - 0 t I 1 I + a I t ( 1 1 l i ( I) I ( ( * ( I 0 ( I d % I I I I ( 1 1 l t c * - December 22, 1994 Valley Coast Landscape 1711 Law Street San Diego, CA 92109 RELEASE OF REMAINING BONDS FOR PROJECT NO. 2660 - CITY XERISCAPE Per instructions from our Community Services Department, wc hereby releasing the following bonds for the above-referc pro j ect : Labor & Materials Bond No. S30072 CBIC Bonding and Insurance Co. $20,903.00 Performance Bond No. S30072 CBIC Bonding and Insurance Co. (Warranty) Remaining $10,451.50 The bonds are enclosed so that you can return them to your SUI &@ Assistant C Clerk Attach. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-: , e e December 19, 1994 TO: ASSISTANT CITY CLERK From: Park Development Coordinator RELEASE OF BONDS FOR CITY HALL XERISCAPE (PROJECT NO. 2660) The Community Services Department authorizes the release of the labor and material bond and the remainder of the performance bond for the above project. 7-qe Mark Steyaert c: City Hall Xeriscape file 0,- d&&&':&724 & &)L &A+\ &&-&"f (A f "-* P 0 February 17, 1994 TO: MARK STEYAERT FROM: Karen Kundtz RELEASE OF REMAINING BONDS FOR PROJECT NO. 2660 - CITY HALL XERISCY Attached for your records is a copy of the letter dated February 17, 1994, releasing of the Performance Bond for the above-referenced project. You will need to notify I writing, when the remaining bonds may be released. If you have any questions regarding this matter, please contact me at X2917. & N KUNDTZ Assistant City Clerk Attach. February 17, 1994 Valley Coast Landscape, Inc. 1711 Law Street San Diego, CA 92109 Re: Bond Release - Project No. 2660 - City Hall Xeriscape The Notice of Completion for the above-referenced project has recorded. Therefoi instructions from our Parks and Recreation Department we are releasing 75% Performance Bond. Please consider this letter as your notification that $31,354.50 o Bonding and Insurance Company Performance Bond No. S30072 is hereby release( A copy of the recorded Notice of Completion is enclosed for your records. &* Assistant City Cler Enc. c: Mark Steyaert, Parks & Rec. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434 e 190 City Clerk, City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 NOTICE OF COMPLETION FAEK3 AND RECREATION DEPAR \ - i.-. To All Laborers and Material Men and to Every Other Person Interested: YOU WI PLEASE TAKE NOTICE that on October 8th, 1993, the Parks and Recreation Departmt project consisting of the City Hall Xeriscape Project, No. CMWD 2660 on which Val' Coast Landscape, Inc. was the Contractor, and Robert F. Driver Insurance was the sure was completed. CITY OF CARLSBAD +e- &B Parks and Recreation Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on Decembi 1993 accepted the above described work as completed and ordered that a Noticl CoinpletiGn be 'fried. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 10, 1993 at Carlsbad, California. CITY OF CARLSBAD I-:- KAREN R. KUNDTZ, Assistant City w w I