Loading...
HomeMy WebLinkAboutSouthland Paving Inc; 1987-09-22; 32300 0 TEL 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 (619) Office of the City Clerk Qitn af aarlsbab July 26, 1989 Southland Paving, Inc. 361 South Hale Avenue Escondido, CA 92025 RE: BOND RELEASE - CONTRACT #3230 Street Improvements - Elm Ave. east of El Camino Real Per instructions from the Municipal Projects Division of our Engineering Department we are releasing the following bonds: Merchants Bonding Company (Mutual) Labor & Materials Bond No. CA109117 100% of $324,642.23 Merchants Bonding Company (Mutual) Performance Bond No. CA109117 Remaining 25% of $81,160.56 We are enclosing the original bonds so that you may return th to your surety. gsz eputy ity Clerk KRK/kds enc: 2 0 0 DATE : JUNE 26, 1989 TO: KAREN KUNDTZ, DEPUTY CITY CLERK FROM: RE: STREET IMPROVEMENTS TO ELM AVENUE EAST OF EL CAMINO REA KEN QUON, MUNICIPAL PROJECTS '42 PROJECT #3230 This memorandum will serve as formal approval to release the Lab and Materials Bond and the Performance Bond for the ab0 referenced project. Please call me if you have any questions. KQ/emr cc: John Cahill, Municipal Projects Manager ITE IT- DON’T SAYW! Date ?A To L.& a Reply Wanted From Karen Kundtz,<eputy City Clerk ONo Reply Necessary -0- p-/uu Re: Bond Release - 6- e+ &~&&.&c & 1 bondsfor the 2-w- Our records indicate that the above-referenced subdivision/project release. We need your written authorization/approval for release. the status, and if release is 0.k. Please let me know Thanks, Y- b PF AIGNER FORM NO. 55032 ~ECElW JjN 19 1989 MUNICIPAL PROJE D\V\S\ON r 7 ! I I L __ __ - --A * e 0 1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (6191 Office of the City Clerk Mitt! of Marlsbab October 18, 1988 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Contract No. 3230 - El Ave. Improvements East of El Camino Real The Notice of Completion for the above-referenced contract has recorded. Therefore, we are releasing 75% of the Faithful Performa Bond. Please consider this letter as your notification that $243,481.67 of Merchants Bonding Company Performance Bond No. CA109117 is hereby released. We are required to retain the re- maining 25% for a period of one year. At that time, if no claims have been received, it will be released. The Labor & Materials Bond will be eligible for release six months from the date of recordation of the Notice of Completion, on February 11, 1989. A copy of the Notice of Completion is enclosed for your records. g%ifiir eputy City Clerk Enc . Vt XlTE IT - DON'T SAY I i'! Date 10/18 To File Reply Wanted From Karen UNO Reply Necessary The attached Notice of Completion was sent by us to the Recorder's Office. However, the Recorder, after recording the document, did not return it to us. Instead, they sent it to another City with some other documents. The other City was finally kind enough to return it to us, with the small yellow note attached. K. Ep- fq& @-#?&&e2 PRlN AIGNER FORM NO 55-032 -L VU%' c 0 -. I Recording Requested By and Return To: City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTMENT To All Laborers and Material Men and to Every Other Pe Interested: YOU WILL PLEASE TAKE NOTICE that on May 3, 1988 the engineering project consisting of Elm Avenue Improvemen East of El Camino Real , on which Southland Paving Company, Incorporated was the contractor Merchants Bonding Company was the surety, was complete CITY OF CARLSBAD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the 07 ,988 accepted ~mncil of said City on 04 u~~ ST above described work as completed and okdered that a Notic Completion be filed. I declare under penalty of perjury that the foregoir Executed on -L& ? / 9Br- at Carlsbad, Californj true and correct. 4 J CITY OF CARLSBAD City Clerk I e 0 1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (61 9) Office of the City Clerk Mitg rrf (Barlsbab August 5, 1988 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion - Municipal Projects Southland Paving, Inc. Elm Avenue Improvements, Ease of El Camino Real Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. g5LiZiiY eputy City Clerk Enc . I 0 0 Recording Requested By and Return To: City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTMENT I To All Laborers and Material Men and to Every Other E Interested: YOU WILL PLEASE TAKE NOTICE that on May 3, 1988 the engineering project consisting of Elm Avenue Improveme East of El Camino Real , on which Southland Paving Company, Incorporated was the contractc Merchants Bonding Company was the surety, was complet CITY OF CARLSBAD Muniipai @roj ects Managc VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; thc Council of said City on A YGUST -7; 198P acceptc above described work as completed and ordered that a Not: Completion be filed. I declare under penalty of perjury that the forego: Executed on &,~,~d;t 3 / 98r at Carlsbad, Califori true and correct. 4 J CITY OF CARLSBAD city Clerk 1 1 7 I s e g2gL2z4L& c - -z ‘1 2Vq. f i f 4 t I I i MUNiCIPAL PROJECTS DEPARTME ”” i f I 1 3 1 3 I B f ’1 1 S & PROJEC i I I i I i i “ PROJECT # 3238 - ! 1 t e rAeLE OF caNrEMrs 0 > i c-r PACE - ITEM NOTICE. INVITING BIDS 1 PROPOSAL 3 BIDDER'S BONO 70 ACCOMPANY PROPOSAL 7 DES1 GNA T I ON OF SUBCON TRACTORS 8 BIDDER'S STATEMENT Of FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT Of TECHNICAL ABILITY & EXPERIENCE 11 CON TRACT 12 LABOR AND MATERIALS BONO 10 * PE RFO RHANC E BOND 20 CERTIFICATION OF COMPLIANCE 22 SUPPLEMENTARY GENERAL PROVISIONS 23 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 32 7-10 Traffic Control 32 32 201-1 Portland Cement Concrete 52 203-6 Asphalt Concrete 33 36 ,, L! i i #. 212-2 Landscape Irrigation 46 , .,I! SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHOOS 36 ,/~;;- - ??'I r, , ,\ '>' 200-2 Untreated Base Material ,. ..\. 1A " J . -/,h , -j .. <\ 7 . ?'!, 212-1 Landscepe Planting /. i 1 ' i ! ., I* ' '.j 300-1 Clearing and Grubbing 63 300-2 Unclassified Excavation 63 501-1 Subqr ade Pr spar at ion 63 301-2 Untreated Base 63 303-1 Concrete Structures 65 307-1 Street Lights 66 310-5 Traffic Stripes and Bike Lane Markings 71 302-5 Asphalt Concrete Pavement 64 k. APPEND IX 77 Planting and Irrigation Details Irrigation L-1 to L-8 .74 Planting L-9 to L-11 02 City of Carlsbad Supplemental Stsndrrd , Drawings Ornamental Street Light 85 Cross Gutter 86 Handicap Ramp 07 Son Diego Regional Drawings Curb & Gutter Combined 88 Curb Outlets - Type A 90 Sidewalk - Typical Sections 89 END OF SPECIFICATIONS TIMOThY GWIN INS. AGENCY 9748 LOS COCHES RD. #ll ZrlKESIDE, CA. 92040 619-390-0900 SOUTHLAND PAVING, INC. 361 SOUZ?! K4iE AVENUE ESCONDIDO, CAS 92025 O THE INSURED NAMED ABOVE FOR THE POLICY PER! MPREHENSIVE FORM EXPLOSION & COLLAPSE HAZARD PRODUCTSKOMPLETED OPERATIONS CGM 72 13 76 INDEPENDENT CONTRACTORS BROAD FORM PROPERR DAMAGE PERSONAL INJURY ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (!!$R&:iN) EA 75 16 76 NON-OWNED AUTOS GARAGE LlABlLllY WORKERS' COMPENSATION EMPLOYERS' LIABILITY CITY OF CARLSBAD 1200 ELM AVE. 4 u 7 Y 0 0 I i STATE ' COMPENSATION INSURANCE P.0. BOX 807, SAN FRANCISCO, CALIFORNIA 94101-0807 FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE POLICY NUMBER: Or, 3 ' b E: ' - SEyTE SP. 3, 1937 CERTIFICATE EXPIRES: 2-2-88 r CITY 02 ;RI<L53AL: A%ci'&: BgILGI:\1& Ii,SPLC';xC);( 1260 LL,! A'VZ&CjZ Ch, 92b-8 c A rl L s E A D Jc)E : J.*Lu U'.)kTKRT I(jI.25 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi Insurance Commissioner to the ernplayer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. - u TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by th policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit1 respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie described herein is subject to all the terms, exclusions and conditions of such policies. &LE... EMPLOY E R r i: PAVI fv i: I :; c 3 2 2 G L ?& IJ 5; li s 11 A:"; & L ii. ,?i s &bC:4DIDo cr; 92Cib 2. L SClF 10262 (REV. 10-86) COPY FOR INSURED'C FII F 1 I 0 e . -L i 1. t I ,s I. i CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchz Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, I-, 4:OO PM on the 15th day of June, 1987, at which time they wil opened and read for performing the work as follows: CONTRACT NO. 3230 The work shall be performed in strict conformity with specifications therefor as approved by the City Council of City of Carlsbad on file with the City Clerk. Referenc hereby made to the specifications for full particulars description of the work. No bid will be received unless it is made on a proposal furnished by the Purchasing Department. Each bid mus accompanied by security in a form and amount required by The bidders' security of the second and third next lor responsive bidders may be withheld until the Contract has 1 fully executed. The security submitted by all other unsucces bidders shall be returned to them, or deemed void, within (10) days after the Contract is awarded. Pursuant to provisions of law (Public Contracts Code Section 201 appropriate securities may be substituted for any money depos with the City to secure any obligation required by this notic1 The documents which must be completed, properly executed, notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Enginec Estimate. The estimated quantities are approximate and st solely as a basis for the comparison of bids. The Enginec Estimate is $513,200.00. No bid shall be accepted from a Contractor who has not b licensed in accordance with the provisions of State law. Contractor shall state his or her license number classification in the proposal. A total of 75 calendar days authorized to complete this project. c 4 0 0 1. I ?* 'I !- T ' Sets of plans, special provisions, and Contract documents m obtained at the Purchasing Department, City Hall, Carl California, for a nonrefundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all and to waive any minor irregularity or informality in such b The general prevailing rate of wages for each craft or ty worker needed to execute the Contract shall be thos determined by the Director of Industrial Relations pursua the Sections 1770, 1773, and 1773.1 of the California Labor Pursuant to Section 1773.2 of the California Labor Co current copy of applicable wage rates is on file in the Offi the Carlsbad City Clerk. The Contractor to whom the Contra awarded shall not pay less than the said specified preva rates of wages to all workers employed by him or her i execution of the Contract. The Prime Contractor shall be responsible to insure compl with provisions of Section 1777.5 of the California Labor Co The provisions of Part 7, Chapter 1, of the California Labor commencing with Section 1720 shall apply to the Contrac work. A prebid meeting and tour of project site will not be held Bidders are advised to verify the issuance of all addend receipt thereof one day prior to bidding. Submission of without acknowledgment of addenda may be cause for rejectic bid. Bonds to secure faithful performance of the work and paymer laborers and materials suppliers each in an amount equal tc hundred percent and fifty percent, respectively, of the Con1 price will be required for work on this project. The contractor shall be required to maintain insurancc specified in the contract. Any additional cost of said insui shall be included in the bid price. Approved by the City Council of the City of Carlsbad, Calif01 by Resolution No. 8743-1, adopted on the 28th day of AF 1987. J/k/pi. Date ' I T 0 0 k %1 vb JI ' 7 J CITY OF CARLSBAD CONTRACT NO. 3230 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined location of the work, read the Notice Inviting Bids, examined Plans and Specifications, and hereby proposes to furnish labor, materials, equipment, transportation, and serv required to do all the work to complete Contract No. 323 accordance with the Plans and Specifications of the Cit Carlsbad, and the Special Provisions and that he/she will tak full payment therefor the following unit prices for each complete, to wit: It em Description with Approximate Item Unit Price or Lump Sum Quantity Unit - No, Price Written in Words & Unit Price TOTA 1 Clearing and grubbing Lump Sum 13, g 33,250 CY ML /.q,.5 2 Unclassified Excavation (Export) 3 Concrete Curb and Gutter 767 LF /4.2~ 10, 92 2.75 I1,40 5 Asphalt Concrete 4" 300 Ton 41.37 /2,4 6 Untreated Base 10" 730 Ton 17.06 /2, q4 // 2 /&,IO 84 9 Concrete Ditch Type 8, 443 LF /boa 4 44 Lump Sum / 2/ 8, / 3/ 5 4 Concrete Sidewalk 5.5' 4,220 SF wide 7 Curb Outlet D-25, L=8' 1 EA /3paaao 8 Concrete Ditch Type A, 525 LF 6' wide 3' wide 10 Traffic Control I1 Traffic Striping and Lump Sum Marking (Incl. curb) 14 Handicap Sidewalk Ramp 12 Decorative Median 440 LF 31, CJ' 13 Cross Gutter (per detail) 1 EA s~~2,g0 840.00 (per detail) 1 EA 15 Seal Coat 60,000 SF .03 .i t 0 0 1 .I t* *I ). t 1 Item Description with Approximate Item Unit Price or .Lump Sum Quantity Unit - No. Price Written in Words and Unit Price TOTA 16 Street Lights, lOOW, 3 EA 34 05400 /o/ : 18 Groundcover 25" O.C. 72,290 SF */4c /o, : 9037 2,c 9,500 Lum. 17 Irrigation 72,790 SF .23 /6,: 20 1 Gal. Trees 16 EA 8,3 7 / 23.4 1 2 03 1 19 1 Gal. Shrubs 240 EA 21 5 Gal. Trees 10 EA 22 15 Gal. Trees 33 EA 23 60 Day Maintenance 72,790 SF 24 Project Sign (4'x8') 2 EA / 83.00 84. dt3 c Period Total amount of bid in words: & hid riQ-&.&-f&&. ad AI&&&& ';LLn;t/A~~ - mo a-ad 2VKd - #/&&& C' q. - Total amount of bid in numbers: Addendum (a) No(s) d/ f#W h as/h ave received and is/are included in this proposal. $ 324;d4'2.23 I &' ~ 4.9 .* '$ pf J' ii- q y 'y b I . 0 0 c ,' ,' *, 4 i All bids are to be computed on the basis of the given est quantities of work, as indicated in this proposal, times th price as submitted by the bidder. In case of a discr between words and figures, the words shall prevail. In c an error in the extension of a unit price, the cor extension shall be calculated and the bids will be compu indicated above and compared on the basis of the cor totals The Undersigned has checked carefully all of the above f and understands that the City will not be responsible f, errors or omissions on the part of the Undersigned in mak this bid. The Undersigned agrees that in case of default in executi required Contract with necessary bonds and insurance PO within twenty (20) days from the date of Award of Contr City Council of the City of Carlsbad, the proceeds of ch bond accompanying this bid shall become the property of th of Carlsbad. Licensed in accordance with the Statutes of the Sta California providing for the registration of Contractors, L No. 4-5//9/ /y -c-/L. Identification 3 - 00/0<'3g The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent, or employee City of Carlsbad is personally interested, direc indirectly, in this Contract, or the compensation paid hereunder; that no representation, oral writing, of the City Council, its officers, aqen employees has induced him/her to enter intc Contract, excepting only those contained in this f Contract and the papers made a part hereof by its and * 2. That this bid is made without connection with any [ firm, or corporation making a bid for the same woi is in all respects fair and without collusion or fi Accompanying this proposal is Ik&r/o (Cash, Certified Check, Bond, or Cashier's ( for ten percent (10%) of the amount bid. t 1 0 0 L Gi I ' 326 E'LM,A\~ENUE CARLSBAD, CA 92008-1989 aitg df &trkbZIh PURCHASING DEPARTMENT June 15, 1987 ADDENDUM NO. 2 PROJECT: ELM AVENUE IMPROVEMENTS EAST OF EL CAMINO REAL This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. +e&- CIT OF CARLSBAD I acknowledge receipt of Addendum No. 2 /; i, 5' /c 2 '- /f!-id/l BIDDER'S SIGNATURE . 1 0 a - 'J ' 12bG'ELM AVENUE 'CARLSEAD, CA 92008-1989 Mitg af &rts;bnB PURCHASING D €PA RTMEN T June 3, 1987 ADDENDUM NO. 1 PROJECT: ELM AVENUE IMPROVEMENTS EAST OF EL CAMINO REAL This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. ** CI Y OF CARLSBAD I acknowledge receipt of Addendum No. 1 I (i /,- /7 d/ --. --( / WDDER'S SIGNATURE + 0 0 ,’ Cf t f, I ADDENDUM No. 1 CONTRACT NO. 3230 ELM AVENUE IMPROVEMENTS, EAST OF EL CAMINO REAL The following change is made: 1. Unclassified Excavation ’ Section 300-2 Paqe 63 Material to become the property of the contractor and disposed of outside of the City or within the City in accordance with a City of Carlsbad grading permit. associated costs will be borne by the Contractor. All 2. Concrete Slope Ditch Section 303-2 Page 66 Clarification - Intent of the City of Carlsbad is to pro gunite ditches per plan. remains. The specifications as stated h?p I 1 e 0 , 2dp LAS ~ALMAS DRIVE ' ,CARLSBAD, CALIFORNIA 92009-4859 (t Office of the Municipal Projects CItp of CarIs'bab ADDENDUM NO. 2 CONTRACT NO. 3230 Elm Avenue Improvements, East of El Camino Real Add the following to the Supplementary General Provisions: 18 SURVEYINE Contractor shall employ a licensed land surveyor or registe civil engineer to perform necessary surveying for this proje Requirements of the Contractor pertaining to this item are forth in Section 2-9.5 of the SSPWC. Contractor shall incl cost of surveying service within appropriate items of propos No separate payment will be made. Survey stakes shall be set and stationed by the Contract0 surveyor for curbs at 50' intervals (25' intervals for CU~V curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewe storm drains, and structures (4 corners min.). Rough grade required to satisfy cut or fill to finished grade (or flowli as indicated on a grade sheet. Contractor shall transfer grade hubs for construction inspection purposes to crown line base grade of streets required by engineer. Contractor shall provide engineer with 2 copies of survey I sheets prior to commencing construction of surveyed item. 11 WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for wai utilized during the construction under this contract. contractor shall contact the appropriate water agency f requirements. The contractor shall include the cost of water i meter rental within appropriate items of the proposal. separate payment will be made. 7 r'* I a a 0 ' .' ' 4J The following change is made: NOTICE INVITING BIDS: Sealed bids will be received at the Office of the PurchL Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, u 4:OO p.m. on the 22nd day of June, 1987, at which time they be opened and read for performing the work as follows: /:td a I 0 0 'A1 , ., The Undersigned is aware of the provisions of Section 3700 Labor Code which require every employer to be insured d liability for workers' compensation or to undertake insurance in accordance with the provisions of that cot agrees to comply with such provisions before commenc performance of the work of this Contract. The Undersigned is aware of the provisions of the St California Labor Code, Part 7, Chapter 1, Article 2, relal the general prevailing rate of wages for each craft or I worker needed to execute the Contract and agrees to comp' its provisions. L/9- 747-dg9 Lq s,/'dhJ@ 7?&;&6, 3 Phone Number /- Bidder's Name L-/.tr%7 / /p 1- f ,LL ( Date 1 Authorized Signatu 36/ /ck' //&A-& A$$& Authorized Signatu Bidder's A'ddress Typd or Organization (Individual, Corporatior * ~JC*r/O/bJ, o;, qzd2c @,MLm& b.4 Partnership) List below names of President, Secretary, Treasurer, and Mi if a corporation; and names of all partners, if a partners1 JG-&N;cuz -722s _3,& /A &ad=/C /M fl,CY!& FkL/c I! >Per. / dufl-w L,/7&. / h (IOTARIAL ACUWOULEDGEWENT OF EXECUTION $1 ALL PRIN MUST BE ATTACHED) (CORPORATE SEAL) Y 0 -7- I 0 CAI 0 68 2 7 BIDDER'S 60ND TO ACCOMPANY PROPOSAL ' ci ' .* KNOW ALL PERSONS BY THESE PRESENTS: 9 as That we 9 0 9 a5 andTFm irm y oun rMrJ-l' unto the City of Carlsbad, Principal, Surety, are he California, in an amount as follows: (must be at least ten percent (10%) of the bid amoun:) SOUTHLAND PAVING COMPANY, INC. TEN PERCENT OF GREATER AMOUNT BID--------------------------------------------- ( 10% 1 __ ____ ......................................... for which payment will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF VVF FORFCOTP!? neL!f,9,T!gy 15 ?jzc;-{ ~.::~i if 5;,e proposal of the above-bounden principal for: ELM AVENUE IMPROVEMENTS EAST OF EL CAMINO REAL PROJECT #3230 in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9 19. 87 0 -- 2ND day of JUNE Corporate Seal (If Corporation) SOUTHLAND PAVING COMPANY, INC. Principal JJJ L7.> --)) &/cCL)& ;&/ J E M' TA IER PRE T i ! 1 eAET,EN ~oNEY. A TTO~EY-IN-FACT !A.ttach acknowledgement of and SURETY must be attached.) ( No t a r i a 1 ac k n o w 1 e d qem e n t o f execution by all PRINCIPALS Attorney in Fact) I 1 ME&WS BONDING C&PANY & ., -MUTUAL- DES MOINES, IOWA POWER OF ATTORNEY Know All Men By Thcx Presents. that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized un laws of the State of Iowa. and having ita principal office in the City of Des Moines. County of Polk. State (rt Iowa, hath made. cor and appinted. and does by thew pent5 make. congitute and appint Helen Maloney of San Diego and State of California its true and hful Attorney-in-Fact. with and aurhority hereh) ctrnterred in its name. place md \lead. to qn. execute. acknowledge and dcllvcr rn its behalf ah urcty Any and all bonds and undertakings in the normal course of business, provided no one bond or undertaking shall exceed the penal sum of Two Hundred Fifty Thousand DOLLARS ($250,000.00) and to bind the !VIER( HANTS B0NI)ING COMPANI' lMutuali tticrch\. a\ tull! aid io the \amc extent a\ if wch hmd or tiildcitrlhi 5igned by the dul! authurr/cd crtficcr\ tit' the MERCHANTS l3ONDING COMPANY (hlutual). .ind 'ill the act\ ot \aid Artomc~. p to the authonty herein gncn. arc herchi ratiticd and contimicd Thi!. Power-of-Attome) is iiiadc and cxccutcd purwmt io md hy authority ot the tollowing By-Lau adopted by the Board (It I) ot the MERCHANTS BONDIN(; COMPANY tMutual~. ARTICLE 2~ SECTION 5.4. --"The Chainiian of the Board or President or an) VICC President or Sccrerdc shall havc ~XIH authorii) to qp)iii! ,\tt~~ritc!\-iii-~a~~t. and to dutlicrrize them to execute on behalf {rt ihc Company. and attach the SUI Company thcrctu. hond5 and undcnahing\. recognizances. contract5 of indemnity and other writing5 <lbligator) III the thereof. '' In Witnc\\ Whcreot. MERCHANTS BONDING COMPANY ~Mutu~ll has caud these present5 to be \igiicd hq it5 Mcc t?-c\idcn its coprare heal to bc hereto affixed. thih 12th day of January A.L).. 143 Aitc\t: MERCHANTS BONDING COMPANY i? I /-l , " / 4 7-7 L /A. By U4.W. LL&&-? x J. I 1/<1 ,'/ &' ii<(. /+cudcur STATE OF IOWA COUNTY OF POLK w . before iiic a1 to me prwnally known. who king by me duly %worn did say that they are Vice Presidents respectively of the MERCHANTS BOP COMPANY (Mutual). the corporation described in the foregoing instrument. and that the Seal affixed to the said instrument Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by auth<, ita Board of Directors. On this 12th day of January . 1983 Rodney Bliss 111 and William W. Warner .Ig*WlPrraay,Whereot'. I havc hereunto set my hand and affixed my Oficial Seal. at the City of Des Moines. Iowa the day and ye .atr)\c wm&ry *ao LLL ,A G : % .. ...., "., *e* f ..:. i i? i\OWA :: : *** %* *. ...**.. .* +b : ***. *..** .S,> n icl.lt< /'id!. ('(wnn e. : T L(;4" .I\ ,N",>l,~'l,1~l /..tp,rv -*. m : :": *T. **. '4 RI bb .** .* STATE OF IOWA COL'NTY OF POLK \\ I. Rodney Bliss 111, Vice President trf the MERCHANTS BONDING COMPANY (Mutual). do hereby cenify that the above and foregoing I\ a In correct cop! of the POWER OF ATTORNEY. executed by said MERCHANTS BONDING COMPANY (hlut:%il. H still in lorce and etfect. *- In Wirnc\s Whereof. I ha\c hereunto set my hand and affixed the seal of the Company. at Des M [hi\ 2ND da) (~t JUNE 19. 87. g&'=yZd 2 / nia pwer of attorney expires upon r'wcat .. ion I 0 0. ', .... CORPORATE ACKNOWLEDGMENT STATE OF CALIFORNIA County of __.__ .._.__........__...._..-. ".- ....-........ On this __.____.__..I_...._____... day of ._.__.__.._...._._.__..._.______...., in the year __-_....__.._...._._._.___.___._..~. ".-...-.-..., before me, a Notary Public ___..__.______________.__t___ County, State of California, residing therein, duly commissioned and sw evidence to be the'person who executed the within instrument as -_...- "".-'_-"--."--" PRESIDENT ......-..... .-...-.--.-_-....-- _._ .__.____-.__.___._ ~ .._-._..__.__ the corporation which executed the foregoing instrument. i' ss. SAN DIEGO 2ND JUNE 1987 SAN DIEGO JUNE M. R ---_I .....-_-.- appeared -I_ .....--.__--..--. " _.-..-------_.- I_-., personally known to me, mroved to me on the bas .-- ......-.--... ........................ _..so...p.AvIN.G ..... C.Q.M.E.rn., ...... IHC.. ...-.......-.... ... "",.." ......................................................................................... IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate _." ..--_.._...-........ ........... .- ............................................... -.I..--. 4-9 Notary Public . &w4/ My commission expires .__.._._._____._._..__._____. 360750-7-83 .. ...__. .-. - ...- ATTORNEY IN FACT ACKNOWLEDGMENT 1987 p1wlty of __., in the year -__._.I_____________, before me, a Notary Pul JUNE On this 2ND day of ____ ---.County. State of California, residing therein, duly commissioned and ...--?@ personally known to me, 0 proved to me on the basis of sal HELEN MALONEY appeared to be the person whose name is subscribed to this instrument as the attorney in fact of--~~~~-H.~__--B.~ND-~~~--~-~~~~~. and acknowledged to me that c] he 8 she subscribed the name of M~-~~~~-_c~M-~~~-~~~~~.~--- surety, and his Bher own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate ab SWF%FEb 1 ss. STATE OF SAN DIEGO ?UlTARYPUBUC-cAL#OR)(u @._.g&AT Notary Public SAFE DIEGO COUNlY My commission expir +%&. ---I- L . * e 1, BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we 9 Principal, and Surety, are held and f irmly bound unto the City of Carl California, in an amount as follows: (must be at leas percent (10%) of the bid amount) for which payment will and truly made, we bind ourselves heirs, executors and administrators, successors or ass jointly and severally, firmly by these payments, THE CONDITION OF THE FOREGOING DBLICATION IS SUCH that i proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the City Council of City, and if the above bounden Principal shall duly enter and execute a Contract including required bonds and insur policies within twenty (20) days from the date of Awar Contract by the City Council of the City of Carlsbad, being notified of said award, then this obligation shall become and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited tc said City. In the event any Principal above named executed this bond a individual, it is agreed that the death of any such Princ shall not exonerate the Surety from its obligations under bond. IN WITNESS WHEREOF, we hereunto set our hands and seals - day of 9 19 Corporate Seal (If Corporation) Principal Surety BY Title (Notarial acknowledgement ( execution by all PRINCIPAL! (Attach acknowledgement of and SURETY must be attache( Attorney in Fact) z # a e * 2' DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids following listed Contractors in making up his/her bid an the subcontractors listed will be used for the work for they bid, subject to the approval of the City Engineer, accordance with applicable provisions of the specification changes may be made in these subcontractors except upon the approval of the City Engineer of the City of Carlsbad following information is required for each subcontr Additional pages can be attached, if required: Items of Full Company Complete Address Phone Work Name w/Zip Code w/Area /7/ gx$ z3 7 =!, 2f23 &&) 1- 0 scmjr/<. 20. I Z~Y &C<& KRZ- 4 15 33 20JH3y 10. ' 230. 3/f,/-ty /A rC 2220~c-~/m84/ 92; w I - _II 3 > e 0 t I' DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the su of all the listed subcontractors as part of the scale submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Full Company Name License & No. License No.+ Bid ( ad) p&;H* ~~~CW/ L, sS/K'27 Contracting Business of z vu 228C9-6 ,o o/b &qe4A 227727 /% *Licenses are renewable annually. If no valid licer indicate "NONE". Valid license must be ob'tained prior submission of signed Contracts. 7 50. A/4 J.4J 7 4(3/'36, 4 h/L //J //-x- ( L Bidder's Company hade ' -Bidder's Complete Address (Notarize or Corporate Seal) I/ do d&LZ &Eo~3,3a e4 Authorized Signature ?? EI =E> 3.3 Ti -?-??T+EX :RmxT~:n:zlc~c3 1 >(=E: nrr>xLT! rnp-lrnc3c e A: 2 c 7. -? \ T> 3 A + *,EL3 - ,-. f; k; 2 rr * x?+sa>CI>;T,a zT?xz?~zzn +?7:Tt-lH ~~~~ rCflLflzrm-4 mf [ IXHei- a>Dy mC?iC i , ' *, +3Hs WXI +I)~-flOZiX +H+iHrnF %z;ry*x aD7>-! N ,PI cp3CmmCm DtzfpX~xi-!>Xx ,'>Lqc m ++@z 5;:- L'!DD.j;;? -q-#nx+:7?x.= r 5: c;? i 3-1 i-iO~Zy-(iri 75;T g;Gc mc CHCI~ x3n I, r; m .x z nzzp 63ID -izxg cam P v1 zimc:njozrr 7g mn ii 5 Hxy ~Z.+ir?>D+rn> 63 x5 p.im,--r Dr-<n-(ZZY m3.r;syzmut; 2: -L. DX rn mm XZ~CX~ ~rmm 3cc3 m 3s.g -+TG L! P-1CH-I i 11\34 -1 -qm, 0; 33~ i7i-r Eip-l simp7 m CnVc to QZT -i mfi7.xx m z VJ c3 Di amqm 3; x X 3 r t~ m -am* cfln -i m ci3 03 Itf ii G 3;nzx 3 4 + F, G! mr -+ Trl 1.- x r ?i +-le xCo03 qO~PmPpcD ~t5~ClrT~m~ -in =-! m=n rnoz -4 -T -4 5 xz I ,-, ,.I i c c r - '..j -Y. FW P - f,-bhCIJ+W tl to-& CCI i.3 0 + ...J 0 0- F A .(;" '2 0 cxl -.i QS*Q,WA o 03 tl r.3 c-. * 0 t.l tq cil * *~c~"ocq~'oc).'-.: t.L 1.3 0. c-. 0 o & ...J 4 OG.4 gbJJg UOk? q 1.3 :+ w L7 * Lq Ef3 0 9 0 & Lil 0. :;1 -4 c.3 3 .& D. v t:? 1.2 0 733 0 0 0 Q t'! Gf P 0 0 0.0 AO-bbOU 00~0-4 0 q Lrl p.I b O b t;. 0. --1-1w1-1*1 "*.- .( 1W"U .a .*." ..slas *.e.. t*** U00CIJ*P v w-w - '- Y A s P 1 .( Y : 1.3 r CR c- 9 G Q r.3 -.I F 0. -G 3 f" d 0 0. G * = * f " LC a Lil *.j id iq 'i w .: - 3 3 3 2 c g -q iii g -;i r z: r *3zzzzzfJ - ncnmz-c +‘++X,‘,\\ 5 fJ 3 C-r 4 H * 4 E 3 z T - 7 7 7 < g ‘, \ \ \ ‘, z TTT7-3!7 0 ! .g .ci i! I i! ic! il i5HC z .* i Z Hma 3 r rc 5 3: g < 3 E: .d > 3 c;3 n f! I;: c + r Tr -q -: w r m m34 if z-( n xx X>” 6: n, Tt? TG? i ZZ~>+~P~D-J>K+ ~43~ ..~z T*nCfy! m n i3m-i -imr~rg~~n~--,~ T +Gay+ -. - --.. -c 3 c-3~ ~flrr~r m \r r 3 m T e .c! ,-I 3: z.fi+DgH mmp-fP?f)mTM \o< zxm4fl-i r xi-++- ~2~ 5 -E++! L2 7 .r u - LJ: 23” fJjo i WD nzfi; ‘ii i73 om c c ‘x! -+.?zxp<w ii Zr-4gm p n3xx WT = t2mH 3 + DT~T x GDET ”O>Cfl XxTZ 73- ZZZ:”” - C-’ m +XFWS E 7- i r.3 r u XT+i ++ rD3m +< ~ z e4 E -i z r ~xcn cn~ m -4 0 -I om!-! r c.l s Dm I x \XrF + = r.. Dm I D MLO 3 +jH m r! 2 e mr -i 67 !-! D I D? rr + H r m m m ,/zT-Cz%z% ‘.. *., ’\ \ 1 \ ’., :: - 7 - :-: -q 7 1- ~- i T +ZxxHO 3 +> ,=; I/ IIllO =CtCxJZT , ‘ *> I ,i z -4r7mmrn D-q 3 3 -3 a 0 .R I Lr! 3 >-:> 3 7J i m -4 -4 z! - m ‘ ,-~=<x~+l~H 3-3 5 e? m _- Ti- .. UJ - m z Lo i- z> m it H ii s r- -4 m i?+ r .- u; - .. L.i 3 1.J 0 -2 t.3 e? .-. u w- *.&~3>:0<o~Gr~z~iL< . . + * e- f-7 ’+ 1.3 3. c 29 Q p; c.: 0 L.’ 9 - 3 9 Lrlo 0 b r.3 b -0 c T 28 E h 0.t.J 0 * -4 p 0 t.J ? tl .ij p 3 0 b 0 1.3 Ly < 0 c Gi 3 OG: a c.4 Q 0 0. a 0. cii cq-4 1.3 0 1.3 Q 0 0-J k 0-J c F i-L ..rJ ’4 &.b* -.-. ... - vu- ~, > cq ..j .= c 2. 0 t“. + &; 1.2 c * 3 \d tl &. F c :23 c?. G t.3 +& t.2 c cs cc r.3 3 fs: A cc A c+ .(3 c 0 \? 6 9 u=u *I... u*u*u~u~u~uuu i~ u CG 1.J 3 -c ~.l *o i: -2- 02 * PJ” ii *.Q-~-~U - a‘..... Ialn* .*x.**,I, ....*. = ’;1 1.3 c\ .G*UP@Q3 Q -3 PJ * 0 C4 Lq 54 ~.i 0 :--L 0 0 P W -4 r.2 ?> P crl e. r-2 c.i A < Gi u r. J ,a cq :. :: -. *I *I - .L i.’ cj -+ m :.:> c r 4 71 :: *’ Tr +~DH D , * e. f G+H-+>r-- 4 ZD r DH~,-T~ H rzt? k’ 3 Tr L?H> rrrr oclimi S ti Dx>c-!k‘ r TcZg - ii l-4 zz3L -+ -4ZH -i ii DXZ fH mro m 2; -Cf! a: e: 4 0 i? ; Lq r) Li: 3 .-, y 4 > ii 7 1.3 GI -bo* L: 0- ..; 4 P. $4 1;1 q 0 &G.iC 2. Cr: 0 F C? 0 ‘D”” .a. Crl -2 0. -b C G w F D. 0 .G w 0. -0 .o - ,>: - %1 , t-L ” Cl G Lrl ‘J q G1 i9 F 1 I > 0 0 - ' " I, 8IDOER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed stater of his/her financial responsibility. i Signature (Notarize or Corporate Seal) Oate Cont'ract Name and Address Completed of the Employer City of Escondido 9/8/86 100 Valley Blvd ., I City of Carlsbad 12/20/86 1200 Elm Ave. City of Carlsbad San Diego County 1/2/87 5555 Overland S-D. Mc Cain Const. 2220 Encinitas Blvd 22/6/86 City of Carlsbad 2200 Elm Ave. 2/7/87 4/26/87 CltY of Carlsbad 5110187 City of Vista 1'13/87 1200 Elm Ave. - - Name and Phone No. of Person Type of Amoc to Contact Work Cont Jim Bernardin Rose to Ash 18491 741-4616 Overlay 43 8- 56 2 I. A1 Virgilio Appian Way AT Hadon Los Morros 466-8510 La Granada George Scott 942-0821 AL Virgilio 438-5621 Ave . Gary Kellison Rancho 438-5621 Bill Hu es Overlay 6r 726-1346 Chip Seal 209, Greg Woods Washe St 69,O; Improvment s 32,81 153, t 438 - 562 L 131,: T ma ra ck . e 0 - ' ' *, BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The 8idder is required to state what work of a similar chars( to that included in the proposed Contract he/she has successfk performed and give references, with telephone numbers, which k enable the City to judge his/her responsibility, experience skill. An attachment can be used, if notarized or sealed. I I (Notarize or Signature Corporate Seal) 0 0 1 *, . CONTRACT - PUBLIC WORKS e day Of * This agreement is made this 1987, by and between the City o Carlsbad, Ca municipal corporation, (hereinafter called "City"), and Southland Paving, ~nc. whose principal place of business iS 361 I\lorth tiale ~~e~ Thereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform a Escondido, CA 93075 specified in the Contract documents For: (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall b all labor, materials, tools, equipment, and persar perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist ( ifontract; the bid documents, including the Notice to 81 Instructions to Bidders' and Contractors' Proposal Plans and Specifications, the Special Provisions, E proper amendments and changes made thereto in accordanc this Contract or the Plans and Specifications, and thc for the project; all-of which are incorporated herein t reference. The Contractor, her/his subcontractors, and mat suppliers shell provide and install the work as indi specified, and implied by the Contract documents. Any of uork not indicated or specified, but which are es3 to the completion of the work, shall be provided Contrector's expense to fulfill the intent of said docu In all instances throughout the life of the Contrac City will be the interpreter of the intpnt of the Ca documents, and the City's decision relative to said will be final and binding. Failure of the Contrac apprise her/his subcontractors and materials suppll this condition of the Contract will not relieve her/ the responsibility of compliance. I. Pa ment As full compensation for Contractor's perfo hi Contractor per Section 9-3 of the Standard Specificatio Public Works Construction. The closure date for each m invoice will be the 30th of each month. under this Cantract, City shall make payment b m 0 . ' .I ' Invoices from the contractor Shall be submitted accord the required City format to the City's assigned p manager no later than the 5th day of each month. Pa will be delayed if invoices are received after the each month. 5. Independent Investigation. Contractor has mg independent investigation of the jobsite, the soil condi at the jobsite, and all other conditions that might c the progress of the work, and is aware of those condit The Contract price includes payment for all work that R done by Contractor, whether anticipated or not, in orc overcome underground conditions. Any information tha have been furnished to Contractor by City about under5 conditions or other job conditions is for Contrac convenience only, and City does not warrant that conditions are as thus indicated. Contractor is sati with all job conditions, including underground condition has not relied on information furniahed by City, 6. Contractor Responsible for Unforeseen Conditions. Contr shall b e responsible for all 1 osa or damage arising a the nature of the work or from the action of the elemen from any unforeseen difficulties which may arise encountered in the prosecution of the work until acceptance by the City. Contractor shall also be respon for expenses incurred in the suspension or discontinuan the work. However, Contractor shall not be responskbl reasonable delays in the completion of the work caus acts of God, stormy weather, extra work, or matters whic specifications expressly stipulate will be borne by City 7. Change Orders. City may, without affecting the validi this Contract, order changes, modifications, deletions extra work by issuance of written change orders. Contr shall make no change in the work without the issuance written change order, and Contractor shall not be entitl compensation for any extra work performed unless the Cit issued a written change order designating in advanc amount of additional compensation to'be paid for the 1 If a change order deletes any work, the Contract price be reduced by a fair and reasonable amount. IF the pa are unable to agree .on the amount of reduction, the shall nevertheless proceed and the amount shall be deter1 by litigation. 8. Prevailing Wage. Pursuant to the Labor Code of the Sta California, the director of the Department of Indus Relations has determined the general prevailing rate o diem wages in accordance with Labor Section 1773 and a of a schedule of said general prevailing wage rates file in the office of the Carlsbad City Clerk, ar 8 * e ', incorparated by reference herein. Pursuant to Lab0 Section 1775, Contractor shall pay prevailing Contractor shall post Copies of all applicable prev wage8 on the job site. 9. Indemnity.. contractor shall assume the defense of, p< . expenses OF defense, end indemnify and hold harmle! City, and its officers and employees, from all claims, damage, injury and liability of every kind, natul description, directly or indirectly arising from ( connection with the performance of the Contract or WO: from any failure or alleged Failure OF Contractor to ( with any applicable law, rules or regulations including relating to safety and health; except for loss or L which was caused solely by the active negligence of the and from any and all claims, loss, damage, inju~ liability, howsoever the same 'may be caused, rest, directly or indirectly from the nature OF the work cover the Contract, unless the loss or damage was caused sole the active negligence of the City. The expenses of de include all costs and expenses, including attorneys fee litigation, arbitration, or other dispute resolution met 10. Insurance. Without limiting contractor's indemnificatic is agreed that contractor shall maintain in force i times during the performance of thl8 agreement a polj policies of insurance covering its operations and ins1 covering the liability stated in Paragraph 9. The poli policies shall comply with the special insurance instruc in the Supplementary General Provisions and shall contai Following clauses: Contractor's liability insurance policies shall contai following clauses: A. "The City is added as an additional insured as res operations of the named insured perforqed under con with the City." 8. "It is agreed that any insurance maintained by the shall apply in excess of and not contribute insurance provided by this policy ." All insurance policies required by this paragraph contain the Following clause: A. "This insurance shall not be cancelled, limited or renewed until after thirty days written notice has given to the City.'' 8. "The insurer waives any rights of subrogation it ha may have, against the City or any of its officers o employees . e e -I , * 81 Certificates of insurance evidencing the coverages re by the clauses set forth above shall be flled with th prior to the effective date of this agreement. 11. Horkers' Compensation. Contractor shall comply wit requirements of Section 3700 Of the California Labor Contractor shall also assume the defense and indemni! save harmless the City and its officers and employees all claims, loss, damage, injury, and liability of kind, nature, and description brought by any person emp or used by Contractor "3 perform any work under this Con regardless of responsizrlity for negligence. 12. Proof of Insurance. Contractor shall submit to the certification of the policies mentioned in Paragraphs 1 11 or proof of workers' compensation self-insurance pril the start of any work pursuant to this Contract. 13. Claims and Lawsuits. Contractor shall comply nit1 Government T ort CL aims Act (Government Code Section 91 seq.) prior to filing any lawsuit for breach of contract or any claim or cauae of action for mon d amage s . 14. Maintenance of Recorda. Contractor shall maintain and available to the City, upon request, records in accorc with Sections 1776 and 1812 of Part 7, Chapter 1, Articl of the California Labor Code. If the Contractor does maintain the records at Contractor's principal plac business as specified above, Contractor shall so inform City by certified letter accompanying the return of Contract. Contractor shall notify the City by certi mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapte commencing with Section 1720 of the California Labor are incorporated herein by reference. 16. Securit . At the election of the City, securities in d cash, cashier's check, or certified check ma substituted for any monies withheld by the City to se performance of this contract for any obligation establi by this contract. 17. Provisions Required by Law Deemed Inserted. Each and e! provision of 1 aw and clause required by law to be insel in this Contract shall be deemed to be inserted herein included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correc inserted, then upon application of either party the Contr shall forthwith be physically amended to make such insert or correction. & - i a Any additional provisions c agreement are set forth in the “General Provisic “Special Pravisons” attached hereto and made a part he 0 j > ’ .# e -18. Additional Provisions. t (S (Notarial acknowledgement of must be attached.) fit1 #[by Al; By p g c *e‘ a:, %, execution by ALL PRINCIPALS J BY APPROVED AS TO FORM: .&TJRO\JE~ P&*c,&Worhey - t 0 0 &at , b .* t Contractor’s Certification of Awareness of Workers’ Compel Responsibility. ‘‘1 am aware of the provisions of Section 3700 of the Lab0 which requires- every employer to be insured against liabili workers’ compensation or to undertake self-rnsuran accordance with the provisions of that code, and I will with such provisions before commencing the performance work of this Contract.” q >/!/’ f+QQ $t 4 I-‘ I,” (3 L4-./ JL-aJ )~q/d: tontractor $ 0 0 <I ,'. CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the Purchase Order awarded by the Ci Carlsbad, uill comply uith the County of San Diego Affirm Action Program adopted by the Board of Supervisors, includ~p~ cur rent amendments. Legal Name of Contractor F -- *I gVii9 - .A >/Lq )! ?$ ,/ ,[A 9 ;,;-%+ [JdL$//,,/ Date' ' ;I f Ygnature (Seal) CI 7, (NOTARIZE OR CORPORATE SEAL) bf24 - T ik 1 e (Notarial acknowledgement of execution by all principals must attached. ) I 0 0 - I* f' SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERWS To Section 1-1, add: A. Reference to Drawings: Where words "shown", It i nd i c at ed " , "detailed", "note "scheduled", or words of similar import are used, it shall understood that reference is made to the plans accompanying th provisions, unless stated otherwise. 8. Direct ions: W h e re 'Is e 1 ec t e d I' , o r wo r d s similar import are used, it shall be understood that direction, designation or selection of the Engineer is intend unless stated otherwise. The word "required" and words similar import shall be understood to mean "as required properly complete the work as required and as approved by Engineer", unless stated otherwise. C. Equals and Approvals: Where the words "equal", "approved equal", "equivalent", and 9 words of similar import are used, it shall be understood 9 words are followed by the expression "in the opinion OF Engineer," unless otherwise stated. Where the words "approve llapproval't, "acceptance", or nards of similar import are used, shall be understood that the approval, acceptance, or simi import of the Engineer is intended. L wo r ds "d i re c t ed I' , "des ig n at ed It , 0. Perform and Provide: The word "perform" shall be understood to mean that Contractor, at her/his expense, shall perform all operatic labor, tools and equipment, and Further, including the furnist and installing of materials that are indicated, specified, required to mean that the Contractor, at her/his expense, st furnish and install the work, complete in place and ready to I including Furnishing of necessary labor, materials, tac equipment, and transportation. 0 a -2 I. +', 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California. Engineer or City Engineer - the Project Manager for the City of Carlsbad or his approved representative. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard Specificatio for Public Works Construction, 198'5 Ed ition, with 19 supplement, hereinafter designated SSPWC, as issued by t Southern California Chapter of the American Public Wor Association, and these Special Provisions. The Construction Plans consist of 7 sheet(s) designated City of Carlsbad Drawing No. 276-6 . the standard drawin utilized for this project are the latest edition of the San Die Area Regional Standard Drawings, hereinafter designated SDRS, issued b y the San Diego County Department of Public Work together with the City of Carlsbad Supplemental Standa Drawings. Copies of pertinent standard drawings are enclo? with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with t product manufacturer's direction, the Contractor shall -obtain i distribute the necessary copies of such instruction, includj two (2) copies to the Engineer. To Section 2-5, add: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete 'I: built" record set of transparent sepias, which shall be correc daily and show every change from the original drawings specifications and the exact "as-built" locations, sizes kinds of equipment, underground piping, valves, and all otl work not visible at surface grade. Prints for this purpose be obtained from the.City at cost. This set of drawings shall kept on the job and shall be used only as a record set and sh be delivered to the Engineer upon completion of the work. 0 e - ,' s* ' 4-1 WATERIAtS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furn Engineer with such information as may be necessary to k her/him fully informed regarding progress and manner of work character of materials. Inspection of work shall not reli Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency w bear the cost of testing material and/or workmanship where results of such tests meet or exceed the requirements indica in the Standard Specifications and the Special Provisions. cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of eact the materials shall be approved by him before the deliver) started. All materials proposed for use may be inspectec tested at any time during their preparation and use. If, a! trial, it is found that sources of supply which have t approved do not furnish a uniform product, or if the product f any source proves unacceptable at any time, the Contractor st furnish approved materials from other approved sources. Af approval, any material which becomes unfit for use due improper storage, handling or any other reason shall reject ed. All backfill and subgrade shall be compacted in accordance v the notes on the plans and the SSPWC. Compaction tests ma) made by the City and all costs for tests that meet or exceed requirements of the specifications shall be borne by the Cj Said tests may be made at any place along the work as dec necessary by the Engineer. The costs of any retests n necessary by noncompliance with the specifications shall be bc by the Contractor. Add the following section: 4-1.7 Nonconforming rock The Contractor shall remove and replace any work not conforr to the plans or specifications upon written order by Engineer. Any cost caused by reason of this nonconforming I shall be borne by the Contractor. b 0 0 - 5-1 LBeATI8W Add the following: The City of Carlsbad and affected utility companies have, t search of known records, endeavored to locate and indicate on Plans all utilities which exist within the limits of the wc However, the accuracy of completeness of the utilities indic: on the Plans is not guaranteed. 5-4 RELBCATleW Add: The temporary or permanent relocation or alteration of utiliti including service connection, desired by the Contractor h is/her own convenience shall be the Contractor's responsibility, and he/she shall make all arrangements regarc such work at no cost to the City. If delays occur due utilities relocations which were not shown on the Plans, it v be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by failure of other parties to relocate utilities which inter1 with the construction, the Contractor, upon request to the Cj may be permitted to temporarily omit the portion of work affec by the utility. The portion thus omitted shall be constructec the Contractor immediately following the relocation of utility involved unless otherwise directed by the City. 6-1 C8NSTRICTIOM S&HEDUCE Modify this section as follows: A construction schedule is to be submitted by the Contractor Section 6-1 of the SSPWC at the time of the preconstruct conference. No changes shall be made to the construct schedule without the prior written approval of the Engineer. progress payments made after the scheduled completion date st not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for temova: relocation of conflicting utilities shall be requirements pi to commencement of work by the Contractor. 6-7.TIME fjF CBMPLETIOW The Contractor shall begin work within 20 calendar days ai receipt of the "Notice to Proceed" and shrdiligently prose( the work to completion within 75 consecutive days after date of the Notice to Proceed. - - 0 0 3 'To. Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between hours of 7:OO AM and sunset, from Mondays through Fridays. contractor shall obtain the approval of the Engineer if he desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with written permission of the Engineer. This written permission r be obtained at least 48 hours prior to such work. The Contra( shall pay the inspection costs of such work. 6-8 CBNPtETlf3W AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing a "Notice of Completion" and any faulty work or rnateri discovered during the guarantee period shall be repairec replaced by the Contractor, at his expense. 6-9 tlQIiBATED-OANABES Modify this section as follows: If the completion date is not met, the contractor will assessed the sum of $ 750.00 per day for each day beyond completion date as liqmd damages for the delay. progress payments made after the specified completion date sh not constitute a waiver of this paragraph or of any damages. 7-3.trABItlTY-iWSORA~CE and 7-4 YORKERS CBNPENSATlON Modify Sections 7-3 and 7-4 as follows: SPECIAL INSURANCE LNSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of t contract insurance against claims for injuries to persons damages to property which may arise from or in connection WI the performance of the work hereunder by the Contractor, I. agents, representatives, employees, or subcontractors. If t insurance is on a "claims made" basis, coverage shall maintained for a period of three years from the date completion of the work. - The cost of such insurance shall included in Contractor's bid. The insurance company or compani shall meet the requirements of City Council Resolution No. 810e 0 0 - I. 'A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1 covering Comprehensive General Liability; and Insur Services Office form number GL 0404 covering Broad I Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed. 1 covering Automobile Liability, code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Cod( the State of California and Employers' Liabr Insurance. 8. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 comb single limit per occurence for bodily injury and prop damage. If the policy has an aggregate limit, a sepa aggregate in the amounts specified shall be establi for the risks for which the City or its agents, offic or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single 1 3. Workers' Compensation and Employers' Liability: Work1 compensation limits as required by the Labor Code of State of California and Employers' Liability limit $1,000,000 per accident. per accident for bodily injury and property damage. C. Dcductibles and Self-Insured Retentions Any deductibles or self-insured retentions'must be decl to and approved by the City. At the option of the C either: the insurer shall reduce or eliminate deductibles or self-insured retentions as respects the C its officials and employees; or the Contractor shall pro! a bond guaranteeing payment of losses and re1 investigation, claim administration and defense expenses. 0. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: L 0 0 1- '. 1. General Liability and Automobile Liability Coverages a. The City, its officials, employees and volunteer to be covered as insured as respects: liab arising out of activities performed by or on bt of the Contractor; products and completed opera! of the Contractor; premises owned, leased, hirc borrowed by the Contractor. The coverage : contain no special limitations on the scopc protection afforded to the City, its offic: employees or voluteers. b. The Contractor's insurance coverage shall be prl insurance as respects the City, its offic~ employees and volunteers. Any insurance or s insurance maintained by the City, its offici employees or volunteers shall be excesq Contractor's insurance and shall not contribute it. c. Any failure to comply with reporting provision the policies shall not affect coverage provide the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insur shall apply separately to each insured against claim is made or suit is brought, except with res to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Covera The insurer shall agree to waive all rights subrogation against the City, its officials, emplo and volunteers for Losses arising from work performe Contractor for the City. 3. All Coverages a Each insurance policy required by this clause shal endorsed to state that coverage shall not be suspen voided, cancelled, reduced in coverage or in lii except after thirty (30) days' prior written notic certified mail, return receipt requested, has been gj to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rat of no less than A:XI unless otherwise authorized by ( Council Resolution No. 8108. a e t4 *F. Verification of Coverage Contractor shall furnish the City with certificates insurance and with original endorsements affecting cove required by this clause. The certificates and endorse for each insurance policy are to be signed by a pe authorized by that insurer to bind coverage on its beh The certificates and endorsements are to be in forms prov by the City and are to be received and approved by the L before work commences. G. Subcontractors Contractor shall include all subcontractors as insureds ur its policies or shall Furnish separate certificates endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requireme stated herein. 7~S-PERWETS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, encroachment, right-of-way, grading, and building perm necessary to perform work for this contract on City property, streets and highways (except State highway right-of-way, railw or other rights-of-way). Add the following: Contractor shall not begin work until all permits incidental the work are obtained. 7-8 PR83ECT.ANB SlTE HA.lNTEYANeE L To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends z other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the proje with special attention to City Noise Control Ordinance No. 310 Carlsbad Municipal Code, Chapter 8.48. ' a 0 't , ' I. 7-18 ~tmtic CONVENIENCE AWD 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 safety of employees on the work and shall comoly with applicable provisions of Federal, State and Municipal safety and building codes to prevent accidents or injury to persons about, or adjacent to the premises where the work is b performed. He/she shall erect and properly maintain at times, as required by the conditions and progress of the w all necessary safeguards for the protection of workers public, and shall use danger signs warning against haz created by such features of construction as protruding na hoists, well holes, and falling materials. 7-13 LAYS-Te BE OBSERVED Add the following: Municipal ordinances which affect this work include Cha 1 1 .06, Excavation and Grading. If this notice specifies locations or possible materials, suc borrow pits or gravel beds, for use in the proposed construe project which would be subject to Section 1601 or Section 160 the fish and Game Code, such conditions or modificat established pursuant to Section 1601 of the fish and Came I shall become conditions of the contract. SE~rleN-8.--FAeltlrfES FBR AGENCY,PERSBNNEk Delete this section, i 9-3 PAYIILNI Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having tc with reductions in amount of retention. > 1 0 0 P. SUEPPLEHENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.5 Hours of Work. All work shall normally be per between the hours of 7:OO a.m. and sunset from Mondays t Fridays. The Contractor shall obtain the approval o Engineer if he/she desires to work outside the hours herein." 7-20.3 Street Closures, Detours, Barricades. Add t first paraphaph: "Traffic controls shall be in accordance with Section 8-5 Division of Highways Planning Manual, Part 8. In the event the Contractor fails to install barricades or such other wi devices as may be required by the Engineer, the City may, 2 sole option, install the warning devices and charge Contractor $lO/day/warning device." Contractor is requir keep at least one travel lane in each direction of traffic at all times. Payment for traffic control shall be at the lump sum COI price bid for traffic control including all labor and mate' equipment and incidentals necessary to perform the work in t manner . 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200- crushed slag base (Section 200-2.31, or crushed miscella base (Section 200-2.4); or processed miscellaneous (200-2.5). 201-1 PORTLAND CEMENT CONCRETE I Concrete for drainage ditch shall be Class 500-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, first sentence amended to read: "All cement to be used or furnished shall be low alkali and be either Type I or Type I1 Portland Cement conforming to A 150, or Type IP (MS) Portland Pozzolan Cement conforming to C 595, unless otherwise specified." Modify section 201-1.2.3, Water as follows: Second paragraph replace "1,000 ppm (mg/L) of sulfates" "1,300 (mg/L) ppm of sulfates." e 0 ' L. Third paragraph replace "800 ppm (mg/L) of sulfates" with ' (mg/L) ppm of sulfates." (b) Air-entraining Admixtures Last paragraph amend to read: "A tolerance of plus or minus l-1/2 percent is allowed. Th content of freshly mixed concrete will be determined Calif Test Method No. 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts sho the following table:" Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certifice "Transit mixed concrete may be certified by mix design r provided a copy of the mix proportions are kept on file a plant location for a period of 4 years after the use of the 201-2 STEEL REINFORCEMENT FOR CONCRETE No changes. 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class XXI-83-AR-4000 for street pa base course, III-C3-AR-4000 for street paving surface course Modify Section 203-6.6.1, Batch Plant Method, as follows: "Third paragraph, delete "and from the Engineer's laboratory." Last paragraph, add after D2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follo Add the following: "Open graded asphalt concrete stored in excess of 2 hours any other asphalt concrete stored in excess of 18 hours, not be used in the work." Modify Section 400-4.2.4, Fine Aggregate, as follows: t . t 0 0 .. Add : "The total amount of material passing the No. 200 sieve si determined by washing the material through the sieve wrth Not less than 1/2 of the material passing the No. 200 si washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested for soundness in accorhanc ASTM 0-1073, and shall not exceed fifteen percent (15%) 1 weight. )I Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alternated for Test meth( California 211." Fourth paragraph, amend table to read: \ TYPE 111 ASPHALT CONCRETE B2 83 CLASS S I EVE INDIVIDUAL MOVING INDIVIDUAL MOVIN SIZES TEST KESULT AVERAGE TEST RESULT AVERA. I" (2Smm) 100 100 100 10( 95-: 3/4" (19mm) 87-100 90-100 1/2" (l3mm) 75-95 80-90 85-100 85-! 3/8" (10mm) 50-80 60-75 60-84 65-l No. 4 30-60 40-55 40-60 4 5-t 22-44 27-40 24-50 30-d 15-2 No. 200 1-8 3-6 1-9 3-7 90-100 No. 8 No. 30 8-26 12-22 11-29 Asphalt % 4.6-6.0 4.6-6.0 Also, in Table "Type I11 Asphalt Concrete," change pe passing sieves as follows: Class D - Change % Passing No. 200 to 5-12 Add the following: "Table of Sand Equivalent and Cleanness Values" and modif: sand equivalent value, in the first paragraph and in the tab requirements in Section 400-4.3, to the values as noted in added table. I' x 0 0 , ’ I- TABLE OF SAND EQUIVALENT AND CLEANNESS VALUES MIX SAND CLEANNESS - SIZE EQUIVALENT (Min.) VALUE (Min.) D 45 Individual 55 Individual C 50 Individual 60 Individual B 50 Individual 60 Individual 50 Moving Average 60 Moving Avc After the last paragraph, add the following: The aggregate from each separate bin for asphalt concrete 111, except for the bin containing the fine material shall Cleanness Value as noted in the added “Table of Sand Equi and Cleanness Values,” and as determined by Test Methc California 227, modified as follows: Tests will be performed on the material retained on the sieve from each bin and will not be a combined or av result. Each test specimen will be prepared by hand shaking f seconds, a single loading of the entire sample on a 1 diameter, No. 4 sieve nested on top of a 12-inch diameter, sieve. Where a coarse aggregate bin contains material which will the maximum site specified and be retained on a 3/8 inch the test specimen weight and volume of wash water specific one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area duri immediately after discharge from each bin of the batching or immediately prior to mixing with asphalt in the ca. continuous mixers. The Cleanness Value of the test sample from each of the bin: be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aqgreg as follows: After fifth paragraph, add: “When the Contractor adds supplemental fine aggregate, each supplemental fine aggregate used shall be stored separate11 kept thoroughly dry.” 4 e SECTION 212-1 - x* in LANDSCAPE PLANTING - 1.01 GENERAL REQUIREMENTS A. Description: I. Scope of Work: Provide all labor, materials and equipment requ. complete work indicated on the drawings and in i dance with the following specifications that reg section 212-1 of the Standard Specifications fo: lic Works Construction. Work shall be perfomec accordance with the current standards of practic lating to the various trades for the following : b. c. Maintenance d. Guarantees 7 1 i - a. Perform all finish grading Furnish and install all trees, shrubs, and groundcovers B. Quality Assurance and Requirements: I. Approvals : a. b. All irrigation work shall be inspected and 2 proved prior to start of any work of this se Prior to excavation for planting or placiag stakes, locate all utilities, electric cablc conduits, sprinkler lines, heads, valves anc control wires, and all utility lines so that improvements. In the event of 8 conflict SE such lines and plant locations, promptly not the CITY, which shall arrange for relocatioz one or the other. Failure to follow this PI ceedure places upon the Contractor the respc bility for, at his own expense, making any i repairs for damages resulting from work here -a per precautions may be taken not to damage E - - 4 e e - ,* 2. Quantities and Types: $1, Plant materials shall be furnished in the quan: and/or spacing as shown or noted for each locat and shall be of the species, kinds, sizes, etc symbolized, and/or described in the "Plant Legc indicated on the drawings. The Contractor is tc all sizes and quantities on plans. a i - C. Substitutions: - A 1. Any plant material or any development materials specified by trade name or equal, shall be accc -7 to these plans and specifications. 5 Installation and use of substitute items shall made until the contractor is in receipt of writ approval from the CITY. Substitution proposals plant material must be accompanied by substanti written proof of non-availability of material originally specified, 2. 7 - 1 Verification of Dimensions and Quantities: 'I All scaled dimensions are approximate. Before proc -I with any work, the Contractor shall carefully check verify all dimensions and quantities and shall imme 1 inform the CITY of any discrepancy between the draw and/or specifications and actual conditions. No wc shall be done in any area where there is any discre until approval for same has been given by the CITY. D. I I E. Inspection: -1 i 1 1 -1 3 J 1. All inspections herein specified shall be made CITY. The Contractor shall request inspection least 48 hours in advance of the the inspectio required. Requested inspections, sqbsequently c led without four hours notice, will be billed t tractor. Inspection will be required for the following p the work: a. b. 2, - Prior to digging plant pits for trees and s Duriag backfilling of plant pits with amend backfill. Final inspection at the end of the maintena period. c. -- 1 I I 4 3 e 0 - ,* t - 3. Plant materials indicated on the drawings an specified shall conform to the following: -1 a. Nomenclature: Plant names indicated or 1 I the “Plant Legend’ on the drawings, con2 agproved names given in “A Checklist of Ornamental Plants in California, Manual lished by the University of California S Agriculture (1963). Except for names no therein, the established custom of the n followed. Condition: Plants shall be in accordanc California State Department of Agricultu ing and shall be symmetrical, typical fo and species, sound, healthy, vigorous, f plant disease, insect pests, or their eg shall have a healthy, normal root system filling their containers, but not to the being root bound. Plants shall not be F or to delivery, except as authorized by In no case shall trees be topped before The site of the plants will correspond b normally expected for species and varier marcially available nursery stock, or as in the drawings. The minbum acceptable all plants, measured before pruning with brancfies in normal pition, shall confc the measurements, in any, specified on t ings in the list of plants to be furnisk Plants larger in size than specified mal with the approval of the City Engineer, the use of larger plants will make no ct contract price. Bare root plantings in maintained areas shall be done only wit! approval of City Engineer. I All plant material shall be subject to the j - and approval of the CITY before planting. E tativc number of plants may be inspected for condition of root growth, insects, injuries a defects. Plants not approved art to be remc site ixmediately and replaced with suitable The CITY reserves the right to reject entire plants represented by defective samples. ‘i I I I ulations for nursery inspections, rules 1 1 I c. - 4. - 4 0 0 ' * 2.01 ?RODUCTS AND YATERIALS --.1. ,v I' 6 A. Materials: 1 I I 1. General: Use only new materials of brands and types not drawings, specified herein, or approved equals 2. Samples of products and materials may be requi CITY. Submittals for inspection shall be stor Delivery may begin upon approval of samples or rected by the CITY. I the site until furnishing of.mattrial is compl - 3. Soil Fertilizers and Conditioners: a. Redwood sawdust shall be free of shavings ticles of other woods such as fir or pine, plied in bulk and .5% nitrogen stabilized dard techniques. An acceptable substitute above would be nitrogen stabilized fir or bark ground to 0-1/4" particle size - 1.01 gen stabilized. b. Commercial fertilizers shall be delivered with manufacturer's label showing weight 2 analysis attached to each sack. 1. Fertilizer and soil conditioner shall 1 -7 comprised of decomposed animal and ve5 matter and composted to support bacter cultures. 2. Conditioner shall contain no poultry, human waste. 3. Guaranteed analysis shall be 5% Nitroc Phosphate, 1% Potash, 50% Humus, 15% I. Acids 4. Bacterial Stimulator shall be includec 5. Product is available as Gro-Power or z - equal "- I 0 0 . -a '. -- i. I 4. Soil Herbicide: .i Apply a non-selective herbicide for total cont 7 vegetation, available as Round-up. Apply at t T 5. Tree Stakes and Guys: 11 suggested by the manufacturer. a. Tree stakes shall be sharpened 2" diameter lodgepole pine stakes, 10' long (12' for E tus sp.), free of splits. Ties for holdin I to supports shall be as detailed. Use thr ties per tree. - 7. Topsoil: 1 -1 a. Topsoil shall consist of a natural, fertil able, sandy loam soil possessing the chara istics of representative soils in the vici which produce heavy growth of crops, grass other vegetation and shall be obtained fro natural well drained areas. Before remova topsoil, the surface at the source of supp be stripped to a depth of two inches in or remove weed seeds, roots, etc. The source soil shall be free from Bermuda grass, cra and all noxious weeds or grasses. The top shall be free from subsoil, refuse, heavy clay lumps, stones larger than one inch in noxious weeds, sticks, brush, litter and os deleterious substances. In no case shall more than five percent by volume of the fo stones smaller than one inch, coarse sand, small clay lumps. b. The soil shall be free from insoluble carbj and shall have the following analysis, whic be verified by a soil analysis,made at the I - r' .i -1 _1 .'-I I i 1 1 1 1 1 tractor's expense. pH - maxixnum of 7.0; minburn of 6.0 ECo - zero to three m&um (electrica ESp - zero to twelve maximum (exchange( The soil shall be subject to inspec5o: source of supply prior to delivery. conductivity) sodium percentage) - 1 a e T ?. * , . /. " s -5 3.0 I EXECUTION 'J' .I .I .. A. Soil samples: 1. The Contractor shall take soil samples prior t( planting and submit them for teszLng of aqrlcc:. suitability to an asproved soil and 2lant lab0 The soil amendendment program shall be revised flect the recommendations of the soils report. 7 I CI 2. 1' 7 B. Fino Grading: fi 1. when preliminary grading, including weeding anc lizing, has been completed and the soil has dr: ficiently to be readily worked, grade all lawn planting areas to the elevations indicated on t drawings. Grades not otherwise indicated shal: uniform levels or slopes between points where t tions are given, Minor adjustment of finish 9; shall be made at the direction of the CITY, if required, Finish grade shall be a smooth, eve] unifonn plane without abrupt change of surface soil areas adjacent to walls away f- ,om the wal: allow natural runoff of water, and direct surf: drainage as indicated on the drawings by remoae surfaces to facilitate the natural runoff of wi Grade low spots and pockets to drain properly. grade of all planting areas shall be one inch 1 grade of adjacent pavement of any kind. L '4 1' 2 I '7 7 1 J 1 -1 1 C. General: 1. Regularly water all nursery stock in container: place them in a cool area protected from sun a1 Position plants in plant locations,indicated or ings and secure approval before excavating pits making necessary adjustments as indicated. Do not allow plants to d,ry out before or while planted. Keep exposed roots moist by means of sawdust, peat moss, or burlap at all tines dur: planting operations. Do not ewose roots to tl +. except while being placed in the ground. Wilt6 plants, whether in place or not, will not be ac and shall be replaced at the Contractor's eqer Remove all plants from their containers and set that, when settled, they bear =he same relatio: required grade as they bore to the natural grac fore being transplanted. Plant each plan: in ' ter of the pit and backfill with pze?ared soil not use soil in muddy conditon for backfilling not fill around trunks or stems. Cut off all i or frayed roots. 1 ing winds . 2. 3. -.1 4. I I e 0 -c .+ (L* b 5. In the event that underground construction wor obstructions are encountered in the planting 01 ation, alternate locations for plant material 1 - selected by the CITY. Operation will be done t extra cost to the CITY. .- 6. Excavation: a. The planting pits for trees and shrubs sha. excavated two times the diameter and one a1 half times the depth of the original plant 1 A tuber. Loosen compacted Soil at sides. 1 7. Planting: - below: a. Fill holes with backfill mixture as specifi The following material shall be thorouc blended and used as a backfill mix. Nc for individual planting holes will be E Mix planting soil prior to backfilling stockpile at the site. - Ammoniated redwood shavings, 1 part t - Backfill of imported good rock-free s parts by volume - 17 lbs. of Gro-Power per cubic yard c Purchase invoice, with job name, shal mitt& to City Engineer prior to plaz - Agricultural gypsum (per soil report) * Type and quantity of commercial fertili shall be amended as necessary based on Report. Soil samples shall be taken by tractor and tested at the conclusion of grading operation. A copy of this sam~ be part of these specifications. Fill to proper height with amended backfill receive the plant and thoroughly tamp the x before setting the plant. Set plant in upright position in-the center hole and compact the backfill eture aroun ball or roots. Thoroughly water each plant when the hole i half filled. The remainder of the hole shal then backfilled. used with each plant on the top of the root while the plants are still in their contain the required number of tablets to be used i hole can be easily verified. 1 - -1 1 I 1 -? I 1 b. 1 I -1 9 c. d. -1 -.I Set the planting tablets 3 ! I I e 0 l, * > e. After watering, tamp the soil in place un surface of the backfill is level with the rounding area and the crown of the plant finished grade of the surrounding area. After backfilling, an earthen basin shall structed around each plant. Each basin s of a depth sufficient to hold at least si. of water. Basins shall be the same size ( container size of each individual plant. basins shall be constructed of amended bac material. Immediately after planting, apply water tc tree and shrub by means of a hose- Apply a moderate stream in the planting hole unt material about the roots is completely sat from the bottom of the hole to the top of ground. ElAND WATER in sufficient quantities and as as seasonal conditions require to keep the areas moist at all times, well below the I system of plants. Generally, water once e for (21) days in cool seasons; for (30) da hot weather. Pruning - Pruning shall be limited to the necessary to remove injured twigs and bran and to compensate for loss of roots during planting, but never to exceed one-third of branching structure. Upon apgroval of the Engineer, pruning may be done before deliv plants, but not before plants have been in and approved. f. g. h. i. 4- Tree Support: a. All 5 h 15 gallon trees shall be staked pe ing details. D. Maintenance: 1. General: Maintain all planting, starting with the plant. operations and continuing for 60 calendar davs all planting is complete and approved by the C: writing. The maintenance period will not cornel til all planting has been approved in writing 1 CITY. - - 2. Work Included: a. Maintenance shall include all watering, wee edging, cultivating, spraying and pruning r: sary to keep the plant materials in a healt L e growing condition and to kee? the planted a , f P .I *9 and attractive throughout the maintenance g of water to those planted areas not equippe irrigation system. c. Protect all planted areas against damage, i erosion and trespassing, by providing and m proper safeguards. d. During the maintenance period, all plants a areas shall be kept well watered and weed f -.. times. In order to expedite the plant establishen - Contractor shall maintain a sufficient numb and adequate equipment to perform the work specified from the time any planting is don end of the final maintenance period. 1- e - b. Provide all equipment and means for proper e. 1 -. f. Damage to planting areas shall be replaced g. Depressions caused by vehicles, bicycles, c traffic, to be filled and leveled. Replant areas. h. Apply 25 Lbs Gro-Power Plus per LOO0 square 2Sth and 55th day of 60 day maintenance ptz Contractor shall suhmit purchase invoice, P name, to City Engineer prior to applicatior i. Exterminate rodents, slugs, snails, and cut required and repair danags as above. j. All paved areas will be broom cleaned and/c and maintained in a neat and clean conditic times, as directed by the CITY. lY* - -. 3. Replacements : a. At the end of the maintenance period, all 1 . material shall be in a healthy growing conc b. During the maintenance period, should the i of any plant indicate weakness and probabi. .- ing, ixnxuediateLy replace that plant with a healthy plant of the same type and size wi' ditional cost to the CITY. 0 0 0 *- I C. ~ll trees shall be gxarantetd by the Contrac ! y. '*> live and grow in an accegtable upright posit period of one year after completion and fiaa d. The Contractor, within 15 days of notificati CITY, shall remove and replace all guarantee materials which for any reason fail to meet quirements of the quarantea. Replacement sh made with plant materials as indicated or sp for the original planting, and all such rep1 materials shall be guaranteed as specified f original guaranteed materials. c ceptaace by the CITY. 3 4. Clean-up: -. Upon completion of the work in this section, the tractor shall clean up and remove from the area matetiara and debris resulting from the perfonna work as directed by the CITY. 4.01 PAWZNT A. Measurement for payment purposes shall be in acc with Sub-section 9-1 of Standard Specificatiuns Works Construction (1985 Edition). Paymaat will prices and shall include full compensation for f all labor, materials tools and equipment and per all work necessary to complete the work describe or specified in the Contract Documents. END OF SECTION - i - 0 a L. a SECTION 222-2 LANDSCAPE IRRIGATION 1.01 GENE= REQUIREMENTS A. Scope of Work: Provide all labor, materials, transportation, an necessary to furnish and install Irrigation syst shown on the drawings and described herein. The specifications are intended to replace section 2 the Standard Specifications for Public Works Con - B. Quality Control and Requirements: - 1. Permits and Fees: The Contractor shall obtain any and all perm all utilities inspections as required. - 2. Manufacturer's Directions: Manufacturer's directions and detailed drawiz be followed in all cases where the manufactul articles used in this contract furnish direct covering points not shown in the drawings am fications. 3. Ordinances and Regulations: All local, municipal and state laws, and rule regulations governing or relating to any port this work are hereby incorporated into and ma of these specifications, and their provisions carried out.by the contractor. Anything cont these specifications shall not be,construed t conflict with any of the above rules and regu or requirements of the same. Bowever, when t cifications and drawings call for or describe materials, workmanship, or construction of a quality, higher standard, or larger site than quired by the above rules and regulations, th visions of these specifications and drawings - take precedence. - 0 0 - I I **8 - 4. Eqlanation of Drawings: J a. - Due to the scale of drawings, it is not 2 to indicate all offsets, fittings, sleeve which may be required. The contractor sh fulLy investigate the structural and fi~i ditions affecting all of his work and pla. work accordingly, furnishing such fitting as may be required to meet such condition ings arc generally diagrammatic and indic the work to be installed. The work shall between irrigation systems, planting, and All work called for in the drawings by no: details shall be furnished and installed v or not specifically mentioned in the spec: -* c. The Contractor shall not willfully instal. irrigation system as shown on the drawing! is obvious in the field that unknown obst: - 11 Fade differences or discrepancies in arci sions exist that might not have been cons. _i engineering. Such obstructions or differ4 should be brought to the attention of the irrigation contractor shall assume full sr bility for any revision necessary and sha. form such revisions at his own expense. .-. - 1 I stalled in such a manner as to avoid conf 1 itectuzal features. b. , I [ cations. I . + the event this notification is not perforr -i i. c. Submittals: 1. Material List: i i a. The Contractor shall furnish the articles, ment, materials, or processes specified bj the drawings and specification$. No subs: will be allowed without prior writZen app: the CITY. Coqlete material list shall be submitzed performing any work. Material list shall the manufacturer, model number and descri: all materials and equipment to be used. -T c. Ewipment or materials installed or furcie without prior approval of the CITY may be and the Contractor required to remove SUCi materials from the site at his own expecs' 7 b. 7 / 2 --* I I: 1 I 0 - e 7 I,.' I - - d. Approval of any item, alternate or SUSS=^^ dicates only that the product or products parently meet the requirements of the drai specifications on the basis of the infomi saqles submitted. Manufacturer's warranties shall not reliec Contractor of his liability under the guar Such warranties shall only supplement the tee. Lii * -.. - e. . .. i . 4 2. Record and &-Built Drawings: 9 f 7 + i . :y 1 .A 1 1 i I mylars. ! t road intersections, etc., the Location of i following items : i 1. Connection to existing water lines. I 2. Connection to existing elec:rical powe 3. Gate valves. 4. Rouzing of sprinkler pressure lhes (d mas. 100' along routing). 6. Routing of control wiring. 7. Quick cou2ling valves. 8. 9. a. The Contractor shall provide and keep us t complete *as built' record set of blue lir prints which shall be corrected daily and every change from the oriGina1 drawings aC fications and the exact 'as built' locatic sizes, and kinds of equipment. Princs for purpose may be obtained from the CITY at c This set of drawings shall be kept on the shall Sa used only as a record set. These drawings shall also serve as work pr sheets, and the Contractor shall make neat legible annotations thereon daily as the w ceeds, showing the work as actually instal These drawings shall be available at all t inspection and shall be kept in a location nated by the CITY. c. Contractor shall provide CITY with 'as-bui gress prints for preparation of final *as- Contractor shall dimension from two (2) ?e points of reference, building corners, sic L* b. d. \ -- 5. Sprinkler control valves. Other related equipment as directed 31 d -1 Significant changes in routing of la=€ from those indicated on the plans. I e. On or before the date of the final inspec: Contractor shall deliver corrected and con mylar originals to the CITY. Mylars may k tained from the CITY at cost. Delive,y Of lars _1 I i 0 0 - I I Jr' b will not relieve the Contractor of the re may be omitted from the originals. - ', . sibili=y of furnishing required iofo,mati -. 3. Controller Charts: a. As-built drawings shall be approved by tht before controller charts are prepared. Provide one controller chart for each con: The chart shall show the area controlled automatic controller and shall be the max which the controller door will allow. The chart is to be a reduced drawing of ti as-built syetem. However, in the event tf trolled sequence is not legible when the ( is reduced, it shall be enlarged to a sizc will be readable when reduced. The chart shall be a blackline or bluelinc print and a different color shall be used dicate the area of coverage for each stat3 When completed and approved, the chart she hermetically sealed between two pieces of -1 li each piece being a minimum 10 mils. thick, These charts shall be completed and apgro\ 1 I to 2inal inspection of the irrigation sys: -- b. c supplied. - i 1 c. d. 1 a -. e. -.. .. /, . f. g. I 4. Operation and Maintenance Manuals: a. Prepare and deliver to the CITY within ter dar days prior to conxnenccment 05 construc two hard cover binders with three rings cc 1. Index sheet stating Contractor's adL-c telephone cumber, list of equipmexn:: wi and addresses of local manufac=xez's sentatives. Catalog and pa-rts sheets on eve-qf ma% equipment installed under this conzrac Complete operating and maintenance ~DE on all major equipment. i: 7 ii the following information: - 2. -- /r 3. d [ ,i I 0 a , I,.'. b. In addition to the above mentioned mainten manuals, provide the city's maintenance pe with instructions for major equipment and evidence in writing to the CITY at the con of the project that this service has been ed . 5. Equipment to be Furnished: a. Supply as a part of this contract the foll tools: 1. Two (2) sets of special tools required removing, disassembling and adjusting type of sprinkler and valve supplied o project. 2. Two (2) keys for each automatic contro 3. One (1) quick coupler key and natchinq swivel for every three (3) of each typ quick coupling valve installed. The above mentioned equipment shall be tur to the CITY at the conclusion of the projc fore final inspection can occur, evidence owner has received naterial must be shown CITY Engineer. b. 6. Cuaraatea: The guarantee for the sprinkler irrigation sys be made in accordance with the attached fom, be submitted to the CITY within ten calendar d to completion of construction. The general con and supplementary conditions of these specific shall be filed with the CITY prior to acceptan irrigation system. \ A copy of the guarantee form shall be included in the operations and mainteaanc manual. b. The guarantee form shall be re-typed onto Contractor's stationary as follows: a. 0 0 - '. * ' 1'. e I GUMW?TZEE FOR SPRINKLER IRRIGATION SYST'EY We hereby guarantee that the sprinkler irrigatic we have furnished and installed is free from def I materials and workmanship, and the work has betc in accordance with the drawings and specificatic -l nary wear and tear and unusual abuse, or neglect We agree to repair or replace any defects in mat workmanship, including settling of backfilled az grade which may develop during the period of one date of acceptance and also to repair or replace damage resulting from the repairing or replacin< defects at no additional cost to tho CITY. We 8 such repairs or replacements within 72 hours aft 1 of written notice. In the event of our failura t such repairs or replacements within a reasoaabla .. after receipt of written notice from the CITY, B ite the CITY to proceed to have said repairs or : ments mads at our expense and we will pay the cc charges therefore upon demand. I PROJECT: 1 I I LOCAT ION : t r 1 -I -. B PHONE: (74 7417- A - DATE OF ACCEPTANCE: . 0 * 2.0: ?X-XTS A. Materials: ' I' I' ' 7 I 1. General: Use only new materials of brands an noted on drawings, specified herein, or appro equals. a. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise c, handling, loading, unloading, and storing pipe and fittings.. All PVC pipe are to 1. so as not to subject it to undue bending c Concentrated external load at any point. section of pipe that has been dented or d: will be discarded and, if installed, shal: replaced with new piping. Pipe and fittir shall not be stored in direct sunlight. i .I i I L -1 2. PVC Pressure Main Line Pipe and Fittings: I J a. b. Pressure main line piping shall be Schedu. with solvent welded joints. Pipe shall be made from a NSF approved Tyl Grade I, PVC compound coafonning to AsTM : specification D1784. All pipe must meet : xents as set forth in Federal Specificatic 70, with an appropriate standard dimensio~ Pipe shall be made from NSF approved Type I, PVC compound conforming to ASTM resin ! cation 178s. All pipe must meet requiremc set forth in Federal Specification PS-21-' vent-weld Pipe). PVC solvent-weld fittings shall be Schedu. 2, 11-1 NSF approved coafo-ng to ASTM tc cedure D2466. Solvent cement and primer for PVC solvent pigt and fittings shall be of type and in tion methods prescribed by the manufactur All PVC pipe must bear the following mark I. Manufacturer's name 2. Nominal pipe size rt 3. Schedule or class 4. Pressure rating in P.S.1. A i 5. NSF (National Sanitation Foundation) 6. Date of Extrusion 7. U.P.C. shield logo (fAPMO approval) I 11 ..f 1 1 - i (S.D.R.). c. d. - e. - f. d 1 ! T e 0 1 t1.. * > L 1% h. All fittinqs shall bear tba manufacturer trademark, material designation, site, 2 1.P.s. schedule and NSF seal. of approval . 3. PVC Non-Pressure Lateral Line Piping: a. b. Non-pressure buried lateral lint piping PVC Class 200 with solvent-weld joints. Pipe shall be made from NSF approved, Ty I specification D1784. All pipe must meet ments set forth in Federal Specification --- Grade 11 PVC Compound conforming to ASTM 7 with an appropriate standard dimension r All requirements for aon-pressure latera i I c. pipe and fittings shall be the sane as f solvent-weld pressure main line pipe and as set forth in Section A-2 of these SpC tions. 3 ! I I 4. Control wiring: .I a. The electrical system shall be installed dance with the National Electrical Code. nections between the automatic controlle. electric control valves shall be made wz burial copper wire AWG-U.P. 600 volt. P. shall be color coded as shown below. Corn shall be white with a different color st each automatic controller. Install in a1 with valve manufacturer's specifications chart. In no case shall wire size be le Y14. ..f - I I I I VALVE NO. VALVE NO. 1 YELLOW 6 PURPLE 7 2 ORANGE 7 yE?UOW W/BUCi 3 BLUE 8 ORANGE W/BtACi 7 5 BROWN 10 YELLOW W/RED ! SPARE WIRES: RE3 4 BLACK 9 RED W/BLACK S' 1 7 I 4 - L 0 0 I * 1'1 . Lf I 5. wiring shall occupy the same trench a~d s installed along the same route as pressur or lateral lines wherever possible. Inst iaside schedule 40 Conduit anywhere it is sible to place in pipe trench, or where w go under pavement. Conduit site shall be enough to contain all necessary wires. Where more than one (1) wire is placed in trench, the wiring shall be taped togethe. e-rvals of ten (10) feet. An expansion curl should be provided with. (3) feet of each wire connection and at 1( every one hundred (100) feat of wire lenq runs more than one hundred (100) feet in : and also at each change of direction. Eq curls shall be formed by wrapping at least (5) turns of wire around a one-inch in die pipe, then withdrawing the pipe. All splices shall be made with Scotch-Lok Connector Sealing Packs, Pen-Tite wire COI or approved equal. Use one splice per cor Field splices between the automatic contrc electrical control valves will not be allc without prior approval of the CITY. I I I c. d. 1 I -1 i .i 1 i sealing pack. e. -4 f. 1 5. Quick Coupling Valves: a. Quick coupling valves shall have a brass t body designed for working pressure of 150 erable with quick coupler. Key type shall All quick coupling valves shall be 3/4" si shall be equipped with a lock,itng vinyl cov shall be of type shown on plans. I I shown on plans. 1 J b. 7 6. Backflow Prevention Units: i a. Backflow prevanters and/or vacuum breakers be of a size and type as indicated on the drawings. 7 i : I I d l 0 0 r J L.', 7. Automatic Controllers: .J a. b. Automatic controllers shall be of site a shown on tbe plans. Final location of automatic controllers approved by the CITY. Controller shall be mounted within a van( resistant automatic controller enclosure manufactured by La Max or approved equal, c. I J 8. Electric Control Valves: i a. b. All electric control valves shall be of ! All electric control valves shall have u flow adjustment. Provide and install one control valva bo2 I type shown on the plans. i -- c. I electric control valve. 7 9. Valve Boxes: I 1 a. Use 9' diameter by 24' deep round box wit lid for all gate valves, Brooks Its, or ap equal Use 10' by 15' by 12' rectangular box wit lid for all electrical control valves, PC H1419BB-12-86GN, or approved equal. 3/4' crushed rock used around valve. b. _T I I c. Spray Heads and associated equipment: a. l LO. All i-qigation equipment shall be the sam shown on the plans or approved equals. 7 I 1 7 1 ! d ! i I i I e a I ' It' * *'# 3.0 1 ZXZCZTZON A. hspcction of Site: -i 1 I. Site Conditions: a. All scaled dimensions are approximate. ' tractor shall check and verify all'size ( and receive CITY'S approval prior to proc with work under this section. Exercise extreme care in excavating and 9 near existing utilities. Contractor sha sponsible for damages to utilities which caused by his operations or neglect. chc ing utilities drawings for existing util. fions. materials, including pipe, so there shal: interference with utilities or other conti The Contractor shall carefully check all satisfy himself that he may safely procee starting work on the sprinkler irrigatior I b. i f -1 - c. Coordinate installation of sprinkler irr: 3 or difficulty in planting trees or shrubs , d. 4 1 4 B. Preparation: I. Water Supply: 1 1 a. SprinkLer Irrigation system shalL be conr water supply points of connection as indi the drawings. Connections shall be made at approximate shown on drawings. Contractor is respons minor changes caused by actual1 site condi I I b. 7 I C. Installation: 1 I I I. Trenching: - a. Dig tzenched straight and support Pip ca ly on bottom of trench. Lay pipe to an Q grade. Trenching excavation shall follm indicated on drawings and as noted. Provide a minimum of twenty four (24) inc size. - b. d cover for all pressure supply lines 3" ar ? 1 2 I 0 e I ISL'I c. Provide for a minimum of eighteen (18) ia *I 0 cover for all pressure supply lines 2 :/z smaller. Provide for a minimum cover of twelve (12 for all non-pressure lines. Provide for d minimum cover of eighteen ( inches (or at same depth as mainline) for trol wiring. d. e. 1 2 Backfilling: a. The trenches shall not be backfilled unti. required tests are perzomcd. Trenches st be carefully backfilled vith the excavatec materials approved for backfilling, toasi: earth, loam, sandy clay, sand, or other ag materials, free from large clods of earth stones. Backfill shall be mechanically cc in landscaped areas to a dry density equa: jacent undisturbed soil in planting artas< fill will conform to adjacent grades withc sunken areas, humps or other surface irrec ties A fine granular material backfill will be itially placed on all lines. No foreign r larger than one-half (112) inch in size wj permitted ia the initial backfill. Flooding of trenches will be permitted on2 approval of the CITY. 4 d d b. J i I c. 1 I d. If settlement occurs and subsequent adjust pipe, valves, sprinkler heads, lawn or ple I I or other construction ate necessary, the C tot shall make all required adjustmeats wi cost to the CITP. I I t & I 4 - 4 i 0 0 .L a', 3. Trenchiq and Backfill Under Paving: 1 .A a. Schedule 40 PVC (Class 31s for 2' and I( I sizes) sleeves shall be required under 4 I all hardscape materials will be install( b. Trenches located under areas where pavi: tic concrete or concrete) will be insta. be backfilled with sand (a layel: six (6 below the pipe and three (3) inches ab07 pipe) and compacted in layers to 90% COI using manual or mechanical tamping devic Trenches for piping shall be compacted ' 7 the compaction of the existing adjacent ! trubed soil and shall be left in a fi,m condition. All trenches shall be left the adjoining grade. The Contractor sh, place, cap and pralrsure test all piping ing prior to the paving work. jacking or boring,but where any cutting ing of sidewalks and/or concrete is nec shall be done and replaced by the Contr part of the contract cost. break sidewalks and/or concrete shall b from the CITY. No hydraulic driving wi mittcd under concrete paving. d. Provide for a minimum cover of eighteen inches between the top of the sleeve an tom of the aggregate base for all press pressure piping and controller wires in 40 conduit installed under asphaltic co .I I i I c. Generally, piping under existing walks I Permission 1 4 I I I paving. 1 e. Assemblies: 1 Routing of irrigation lines a8 indicate drawings is diagrammatic. Install line 9 ious assemblies) in such a manner as to with the details per plans. - b. Install NO multiple assemblies on plast Provide each asserably wirfi its own out: c. Install all assemblies specified hereia tail drawings or specifications pertain specific iteras required to complete woz such work in accordance with bes: stanc tic8 with prior approval of CITY. a. I dance with respective detail. In absen A - I I 0 e I I.' 1 d. PVC pipe and fittings shall be thoroughly c of dirt, dust and moisture before installat Installation and solvent welding methods sh as recommended by the pige and fitting manu facturer . e. On PVC to metal connections, the Contractor work the metal connections first. PVC to m connections shall only be accomplished by P adapters screwed into metal fittings. Tefl or approved equal, shall be used on all thr PVC to PVC, and on all threaded PVC to meta joints. Light wrench pressure is all that quired. Where threaded PVC connections are quircd, use threaded PVC adapters into whic pipe may be welded. 5. Line- Clearance: All lines shall have a minimurn clearance of six inches from each other and from lines of other Parallel lines shall not be installed directly another. Installation of lines for other trade not be laid in irrigation trenches, but shall k installed in a separate trenck. -4 6. Automatic Controller: 4 Install as per manufacturer's instructions. Re trol valves shall be connected to controller in cal sequence as shown on the drawings. 7. Remote Control Valves: i Install where shown on drawings and details. Fi between valves. Install each rtmote control va a separate valve box. Testkg of pressure mai3 shall occur prior to installation o'f remote con valves. Spray Heads and associated equipment: a. Install assper manufacturer's instructions I grouped together, allow at least twelve (12) in I ! I 8. where shown on drawings and details. - 1 - d I I 0 0 9. Backflow Prevention Units: , I .*% 4 b ai * a. Install in accordance with requirements ! Water District, and San Diego Health De?; . city of Carlsbad Engineering Department, 3. Tempora-q Repairs : The CITY reserves the right to make temporary reg necessary to keep the sprinkler system equipment operating condition. The exercise of this risht shall not relieve the Contractor of his rtsponsib under the tenns of the guarantee as herein specif 1 1 1 E. Field Quality Control: 6 1. Adjustment of the System: 1 l a. The Contractor shall flush and adjust all ler equipment for optimum performance. 1 I b. If it is determimed that adjustments in t gation equipment will provide proper and quate coverage, the Contractor shall maks adjustments prior to planting. J .A 2. Testing of Irrigation System: a. The Contractor shall request the presence CITY in writing at least 48 hours (2 work: in advance of testing. Test all pressure lines under hydrostatic of IS0 pounds per square inch, and prove 1 Note: Testing of pressure main lines shall prior to installation of t1ec;ric control 1 1 5. I tight 1 7 7 - - 7 - 0 0 c. All piping under paved areas shall be tes inch, and proved watertight, prior to pav Sustain pressure in lines for not less th (3) hours. If leaks develop, replace joi repeat test until entire system is proven tight. All hydrostatic tests shall be made only presence of the authorized representative I CITY. No pipe shall be backfilled until been inspected, tested and approved. i f. Furnish necessary force pump and all othel equipment. i Upon completion of each ?base of work, ent system shall be tested and adjusted to met requirements . I,*.), , hydrostatic pressure of 150 pounds per sq d. e. t g. 1 ! I G. Inspection Schedule: 1 1. Contractor shall be responsible for notifying A the time indicated. advance for the following inspections, accordj a. b. Pre-job conference - 5 days Pressure supply line installation and test days Coverage tests - 2 days i i i c. d. Final Inspection - 2 days No work shall be backfilled until appropriate spections and testing has been completed and a 2. t I by the CITY. + H. Maintenance: I * 1 1. The entire sprinkler irrigation system shall h full automatic operation for a period of seven days prior to any planting. The CITY reserves the right to waive or shotze operation period. Irrigation contractor shall fully maintain the for sixty (60) days following acceptance andlo 2. 3. I proval by CITY. I .d 4 t 0 0 , r.' . I. Clean-up: Clean-up shall be made daily as each portion progresses. Refuse and excess dirt shall be from the site, all walks and paving shall be or washed down, and any damage sustained on t of others shall be repaired to original condi J. Final Inspection Prior to Acceptance: I. The Contractor shall operate each system in i tirety for the CITY at the of final inspecti items deemed not acceptable by the City Engin 2. The Contractor shall show evidence to the CIT they have received all accessories, charts, r drawings, and equipment as required before fi spcction can occur. End of maintenance shall occur only on the wr acceptance by the City of Carlsbad. I I be reworked to the complete satisfaction of t 3. I i 4.01 MZASURE.WNT AND PAYMENT A. Measurement for payment purposes shall be in ac with Sub-section 9-1 of Standard Specifications Works Construction (1985 Edition). Payment wil 1 sulp and shall include full compensation for fu all labor, materials tools and eq.Jipmer?t and ?e 1 all work necessary to complete the work describ I or specified in the Contract Documents. END OF SECTION I i L - d ? 4 e e r ' 8.1 b SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 300-1 CLEARING AND GRUBBING Modify Section 300-1, General, as follows: Add : "Clearing and grubbinq shall also include removal of A.C. redwood header, curb, qutter, sidewalk, removal and relocat signs as required, plant and materials (shrubs and trees irrigation equipment. Concrete and asphalt to be removed shall be saw cut at al. locations. Payment for all clearing and grubbing shall be at the lur contract price." 300-2 UNCLASSIFIED EXCAVATION Add : @&, &?A<'-C&+- 7L.D e- A- AL"i r L-L ci* -'a"." J, "Excavation material resulting from grading shall be end- "Calavera Hills Park" at a specific location to be dete 8 by the City Engineer. Rocks, broken concrete, or other solid materials which are than 6 inches in greatest dimension shall be broken up or 1:' from exporting material and disposed outside of City rig1 way. Payment for unclassified excavation shall include. compen: for excavating, sloping, disposing of surplus and un7 materials, stockpiling, loading, haulinq, apd end-dumpi "Calvera Hills Park." 301-1 SUBGRADE PREPARATION Contractor will protect the existing D.G. in .place except necessary to excavate in the entrance area. ScarifyLn cultivating is therefore not required for this contract. 301-2 UNTREATED BASE No change. e 0 + I..' . 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A tack required and shall conform to Section 302-5.3 of the Specifications. Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400-4. Last paraqraph, add: "All testing of underqround installations at any give shall be completed before the surfacing is placed at that Modify Section 302-5.2, Prime coat, as follows: After "grade SC-250" add "OK MC 70." Modify Section 302-5.5.2, Density and Smoothness, as follc First paragraph, change 1/8 inch (3rnm) to 114 inch (6mm). Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (21, add: "Vibratory rollers shall be limited to breakdown, otherwise directed by the Engineer." After last paragraph, add: Unless directed by otherwise the Engineer, the initial br rolling shall be followed by a pneumatic-tired rol described in this Section. I' To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be ir in the unit price bid for asphalt concrete. 302-5.9 SEAL COAT All new and existing asphalt concrete surfaces shall be coated from El Camino Real to station 10~50. The seal coat consist of a coat of asphaltic emulsion and a cover coat of The asphaltic emulsion shall be mixing type conforming to z 203-3 "Emulsion Asphalt." Sand shall be clean and dry. 0 0 c 1 >*’ . Immediately before applying asphaltic emulsion, the surf seal-coated shall be thoroughly cleaned of all dirt t material. Asphaltic emulsion shall not be applied 5treet is overly wet or when the atmospheric temperature 50 degrees Fahrenheit. The asphaltic emulsion shall be applied by use of spraying device that uniformly applies the emulsion -surfacing at a rate of 0.1 to 0.15 gallon pec square y; distributor spray bar shall be equipped with asphaltic type spray jets. Curbs, gutters, other adjoining imp shall be carefully protected from the emulsion, and improvements spattered or touched with emulsion shall fully cleaned. 302-5.9.1 MEASUREMENT AND PAYHENT When seal coat is paid for as a contract item of work, of measurement shall be per square foot, measurements made in horizontal planes. 303-1 CONCRETE Add the following: P.C.C. Curbs, Gutter and Sidewalks Shall be constructed as shown on the plans and in co with Sections 201 and 303-5 of the Standard Specificati, Type G curb and gutter will be measured and paid for as curb and gutter. The contract unit price paid for curb and gutter and 0th items shall include full compensation .for furnishing a materials, tools and equipment, and all work involve construction as specified. Curb Outlet Shall be constructed as shown on plans and Standard Draw Full compensation for furnishing all labor, material! equipment and all incidentals. involved in the instal. curb outlet, shall be included in the contract unit p for curb outlets, complete in place, and no additional tion will be allowed therefor. e * 1 I* L. Concrete Slope Ditches Shall be constructed as shown on plans and in accordanc Section 303-2 of the Standard Specifications. Contractor use Method A (Gunite) to place concrete. Full compensati furnishing all labor, materials, tools, equipment, ar incidentals involved in the installation of slope ditches be included in the contract unit price paid per linear f ditch, complete in place, and no additional compensation ~r allowed therefor. Median Shall be constructed as shown on the plans and Standard f G-1. The new median shall be constructed in accordanc 303.6 of the Standard Specifications. Required calor sh applied by Method B (integral color), as indicated in : 303-6.3.2 of the Standard Specifications. Washed concrete shall be ASTM ClSO-Type 1, natural Stamped concrete shall be L.M. Scofiefd, Chromiz 40 mixturc "Quarry Red, I' or approved equal. The contract unit price paid for median measured along cent of median shall include relocating the median sign, consti of 6" curb, washed concrete, and stamped concrete 2 additional compensation will be allowed therefor. Cross Gutter Shall be constructed as shown on the plans and Carlsbad Si Drawing G-12. Concrete shall be 560-C-3250. The contract price paid for cross gutter shall include rem existing cross gutter, all transition gutters, placement 0: bars, and full compensation for furnishing all labor, matc tools and equipment, and all work involved in the const, as specified. $ Handicap Sidewalk Ramp Shall be constructed as shown on the plans and Carlsbad S Drawing G-13. The contract price paid for handicap ramp shall include of existing curb and gutter, constructing sidewalk as sk the Detail and other areas not included in cross gutter. e m -..i . 307-1, 307-2 STREET LIGHTS DESCRIPTION -- Construction street lighting system shall c to the applicable provisions in Section 86, "Signal Lighting, " of the California Department of Transpor Standard Specifications (CALTRANS) dated July 1984, and Special Provisions. STREET LIGHT MATERIAL (General) -- .Street Lighting Lum description shall b e as follows: Lamp Size: 100 Watt High Pressure Sodium output: 9,500 Lumens for 100 Watts Luminaire Type: Phillps or Lumi-Dyne, with d lens. Shield: Not Allowed Luminaire Mounting Height: 27 feet for 100 Watts Units t 1 Pole Height (Measuring from ground surface k2 feet): 25 feet for 100 Watt Units Mast Arm: Normally 8 foot for a 1 foot m Pole: Round concrete LUMINAIRES -- Street lighting luminaires shall be comp: assembled and furnished with a lamp and an adjustable ext photoelectric control units. Luminaires shall' be designe horizontal mounting with a horizontal burning lamp. It shz a non-cutoff type, of standard make and manufactured manufacturer of recognized experience and ability, who i regularly engaged in the manufacture of street lic luminaires. The luminaire shall be die cast aluminum or c heavy gauge aluminum sheet and furnished with an optical as: removable without the use of special tools. The Luminaire shall have a slipfitted mounting bracket capai attaching to a two inch (2") pipe without the need for SI mounting parts. Leveling and clamping of the luminaire t mast arm pipe shall be accomplished by tightening mounting which are externally or internally acessible. Provision include an integral twistlock type receptacle for photoele curb overhang 0 0 1 ,).I , * cell control in accordance with the latest EEI-NEMA stanc The receptable shall be adjustable with respect to nort prewired to the terminal board. The luminaire power assembly shall consist of an integral ballast, capacitor, duty terminal block, and the power unit assembly shall. be mc on a separate component of the luminaire to facil replacement. The ballast assembly shall be enclosed in a separate compar from the optical assembly. Both compartments shall be s with a heat resisting gasket. The optical assembly door shall be designed so that when the door is opened, the hinge shall prevent the door from swinging free of the pins. The net weight of the luminaire, including ballast, shall ! greater than the following: Lamp Size (Watts): 100 Weight (Lbs.): 55 BALLAST -- High pressure sodium ballasts shall be suitable use on multiple distribution circuits with 60 HZ, 120 or 240 rating. Ballasts shall be of the component type consisting of precj wound coils and welded magnetic steel laminations assen together and impregnated with a baked on insulating and weat proof varnish and metal cased hermetically sealed capacitor. The operating sound pressure noise level shall not exceed ambient noise l.evel by more than five (5) decibels at a dist of 30 feet when measured by a sound level meter conforming to American Standard for Sound Level Meters. Where.. the amb noise level is below 40 decibels, a minimum of 40 decibels s be assumed as ambient. PHOTOELECTRIC CONTROL UNIT -- The photoelectric unit s consist of a photoelectric cell in a weatherproof housing w ' plugs into a EEI-NEMA twist lock receptacle integral with luminaire. The photoelectric unit shall provide an output in response changing light levels. The response level shall r.emain sti throughout the life of the control unit. The control unit shall contain a cadmium-sulfite photoelec' cell suitable for operation with 120 volt or 240 Volt line Sui as noted on the plans. The unit shall have a rated load,capac of 1,000 volt-ampheres minimum, with a normal power consumpt of not more than 10 watts. The control unit shall also k surge protection to prevent damage from sudden voltage surges< t 0 0 t ,r.( , z The control unit shall have a "Turn-On" level between one i five (5) foot-candles. The "Turn-Off" level shall be betwe and one-half (1 1/2) and five (5) times the "Turn-On" level The photocell shall be properly oriented with the phoi window facing north. NOTE : Problems have been encountered with poor ql photocells. If a photocell burns out before your prole accepted, you will be required to replace it before the PI will be signed off. Good quality photocells ha non-transparent cap, and are usually a bright blue colo silver for solid state units. FUSES -- Fuses shall be slow blow 13/32" x 1 1/2" in-line fuse in the appropriate size as shown below: 100 20A Lamp Size in Watts: Fuse Size: The fuse shall be installed in the hot leg of the lig conductor. The circuit shall be fused in the base of the and not in a pull box. If the light requires 240 volts, both legs shall be fused. FUSEHOLDERS -- Fuseholders shall be completely waterproof, grip the tuse in the load side section when fuseholder is opc be able to take a 13/32" x 1 1/2" fuse, with crimp type tu1 terminals of a size able to take the size cable in the partic street light. WIRING -- Service runs to lights shall be solid copper wire 8.ooper wire shall conform to the applicable portion of B3 and 88. Wire connectors shall be type approved by Engineer, and bear the UL seal of approval. The install; procedure, including connector size and crimuing tools s conform to the manufacturer's recommendations. Alun conductors will not be allowed. Wire from the base of the pole to the luminaire shall be of wire. SPLICING -- Splices shall be permitted in pull boxes and ligh standard bases only. All splices shall be waterproof, with e encapsulation or heatshrink tubing. CONDUIT -- All conduit shall be 1-inch UL approved heavy polyvinyl chloride (PVC schedule-40) or 1-inch galvanized st Conduit shall be sand encased (3 inches minimum over conduit all sides). The Contractor may, at his expense, use conduit 0 0 3 I-..'. L( larger size, provided the larger size is used for the e length of the run between pull boxes. Reducing couplings not be used. Conduit shall be laid to a depth of not less thirty (30) inches. Conduit laid in open trench shall nc covered nor shall any trench or inspection hole be backf until installation has been accepted by the Engineer. PULL BOXES -- State No. 3-1/2/Pull Box (15-3/8" x 10-118 equivalent shall be installed per CALTRANS standard drawing a pull box shal.1 be installed within five (5) feet of each s lighting standard. A #6 or 3312 pull box shall also be inst within three (3) feet of each service point unless the standard is within five feet of the service point. In this only one pull box is required. Pull boxes shall not be spaced more than 200 feet apart. The bottom of the pull box shall rest firmly on a six (6) thick bed on one inch crushed rock extending six (6) i beyond the outside edges of the pull box. Pull boxes shown i vicinity of curbs shall be placed adjacent to the back o curb, and where practical, shall be installed with the short parallel to the curb. Pull boxes shall not be installed in any part of a drivew other traveled way unless approved by the Engineer. If the box is in the traveled way or driveway, it shall be provided a metal cover. Pull box covers shall be inscribed "S LIGHTING. 'I Covers shall be secured with 3/8 inch b capscrews or studs, and nuts which shall be of brass, stai steel or non-corroding material. CONCRETE POLE CONSTRUCTION -- Concrete poles shall be tap centrifugally cast and prestressed. They will be round, and white marble aggregate or natural exposed aggregate. The ultimate strength of a pole shall be calculated in accor with the latest revision of American Concrete Institute (A. standard 318. Under working loads (including wind loading) pole must not be stressed beyond the cracking strength. loads shall be specified in the last edition of the A standards. Pole shape and color shall be uniform for entire project. Aggregates shall conform to current requirements of ASTM except that abrasion requirements therein shall not appl: that no more than seven percent (7%) shall pass a #lo0 sieve. No dye or sealer shall be used without approval o Engineer. 0 e I , Le1 . The centrifugal casting process shall produce a centei throughout the length of the pole. This duct shall be fre sharp projections or edges which might damage the wire or It shall be a minimum of 1 1/2 inches in diameter. reinforcing steel shall have a minimum cover of 518 il concrete. After curing, the surface of the pole shall be treated to cement laitance and to develop the surface texture. finished, poles shall be without cracks or crazing and shal a uniform surface (without objectionable mold marks) and t throughout the entire length. Maximum deviation from stri at any point shall not exceed .03 inches per foot of length Handhole cover plate securing bolts shall be stainless stea ANCHOR BOLTS FOR ANCHOR BASE POLES -- Anchor bolts shall the type and size shown on Regional Standard Drawings Anchor bolts shall conform to the specifications of ASTM P and shall be provided with two nuts and two washers each. E nuts, and washers shall be galvanized by the hot-dip PI conforming to ASTM A 153, or cadmium plated with type NS cc conforming to ASTM A 165. Plumbing of the standard shall be accomplished by adjustin nuts on the anchor bolts before the foundation cap is pl Shims or other similar devices for plumbing or raking will r! permitted. After plumbing the standard, anchor bolts sha cut off 1/4 inch above the nuts and the exposed surfaces sha repaired. For anchor base foundatibn detail, see Regional Standard Dra El and E2. MAST ARMS -- Poles shall be furnished with a mast arm provides a minimum of six (6) inches of horizontal str section at the end of the arm to mount a two (2) inch I slipfitter type luminaire mount. 1 The mast arm shall be long enough to give a one foot minimum overhang to the luminaire. The usual length for the arm typical installation is eight (8) feet. Mast arms shall be two (2) inch I.P.S. galvanized stee aluminum, and be self supporting, without braces, scroll rods. Mounting shall be perpendicular to the street centel unless otherwise shown on the plans. Steel arms shall conform to ASTM A 120. Aluminum arms shal made of corrosion resistant alloys such as Aluminum Associ; wrought alloys 6061 or 6062, or cast alloys 319 or 356. 0 0 0 * ,**I 1 ~ll exposed hardward shall be stainless steel. All prot hardware not visible after installation shall be cast alu and/or stainless steel, hot dipped galvanized or cadmium p steel. WIRE AND CONDUIT TO SERVICE POINT -- If the light system req 120 volts, the wires will be black and white, with black the hot wire and fused. If the light system requires 240 v both wires are to be black and fused. Any ground wires wi green and connected to the pole by a clamp attached to an a bolt. 210-1, 310-5 TRAFFIC STRIPES AND BIKE LANE MRRINGS Modify Section 310-5.6.10, Painting, Traffic Striping, Pav Markings, as follows: Appropriate traffic and bike lane markings shall be paint1 all areas of new asphalt cement pavement construction ar existing pavement as necessary to delineate traffic right-of All details and dimensions for traffic stripes and markings conform to the California Department of Transportation Tr Manual and Maintenance Manual. Existing traffic stripes and markings that do not conform t Plans shall be removed by wet sandblasting. Traffic line paint shall be rapid dry conforming to Se 210-1.6.3 and shall contain reflective material conformir Section 210-1.6.5 of the Standard Specifications. The Contractor shall furnish the necessary control points fo striping and markings, and shall be responsible for the comp ness and accuracy thereof to the satisfaction of the Enginee Spotting shall be completed prior to the removal of any exi stripes. Existing stripes and markings shall be removed pri painting new ones, but in no case shall any secflion of stre left without proper striping for more than 24 hours, or weekends or holidays. Payment shall be made as shown at the lump sum contract p which shall include full compensation for furnishing all 1 materials, tools, equipment, incidentals, and for doing all involved in traffic striping and marking in accordance tc plans. - * a 0 I ,LC' * APPEND I X STANDARD DRAWINGS -- The followinq Standard Drawinqs are listed for your information: DETAIL STD. DWG. NO. PLANTING AND IRRIGATION DETAIL L-1 Controller Enclosure L-2 Wire Connector L- 3 Gate Valve L-4 Quick Couplinq Valve L-5 Electric Control Valve L-6 Atmospheric Vacuum Breaker L-7 Rotor Pop-up L-8 Impact Sprinkler L-9 Ground Cover Detail L-10 Shrub Planting Detail L-11 Tree Staking Detail CITY OF CARLSBAD SUPPLEMENTAL STANDARD DRAWINGS EA Ornamental Street Light G-12 Cross Gutter G-13 Handicap Ramp SAN DIEGO REGIONAL STANDARD DRAWINGS t G-2 Curb and Gutter G-7 D-25 Curb Outlet S i dewa 1 k 1 ,.c’* ’ r 0- 11- $r;CCi a LA HA% -P.m=-GP agAL & Si- +LI FS, Ap9pLqb &GWL ‘dLLBL!SS bi/ &I/%( WdS* - c ------- i I I - - i -twmr. @b P.&*9 T@; U%L w yp2- 4Ur-L w G” *lhl, T$l&Z?q- AGlt3A5~AUi~ * - sy I’fAhjrJEAGTUek 1 ~mir#U &+!Its=, - 11’7 vq4{ &&yzS mw 121- IrJ uwulf @LC. OPTAIL TITLE CONTROLLER ENClOSURE PROJICT TITLE ELM AVENUE WIOENiNG DR. BY OAT# I CK. BY J 406 NO. m - -’ 0 5 1-0 2 5-0 56 i I 1 1 L '."J. 0 -_ e qiv: 1 *FI? LJJ- A?Fp4%d WH we. - T~wT~h(rcl~-rOF uAmturPs WPF&M MI* tsmm 49F-u be? park LVT Yi'. m!FG %qP* e- . - . &-- - '2% . * *. Fhlb &F-S b+p 1U5€?fCrpNLJtiGT'pI 1 5 i E)llD up-uLJ4 F;. ta4eTUrJTiL~dA .- * -.. . .. 4- I I WIRE CONNECTOR OETA~L T~TL~ PROJECT titi.€ ELM AVENUE WIDENING DATE CK. BY JOB NO. I I 1 051-625-056 Bl OR. 8Y IT * . I L * a 0 - ,211” =Y*P VbWs -x i evA PQ+=,PWAWC* wI”w+ L brj F-UIe - 2x4. F?E%w-u*-, 0-CL ..- t OETAIL TlTLg GATE VALVE CROJaCT TlTLI % s I %b,#+ I t 0 0 . WAUL# WFC3 - AUl& CPYW 9H-M we-- dr -*5 hlPF!L= .-- eBd yvracNUNS FTr7 MAW UNrflPNer I OBTAIL tlT~g QUICK COUPLING VALVE PROJECT TITLE * ELM AVENUE WIDENING cx. 8Y JOB NO. OR. BY DATE 051-025-056 Q# 6 \*.y* f * * Eq?A*WN CU%G d’lrf wFLJem9 A4 tLtlw -UNee VME%3X W.C. rU.eornP pq&* ~.0OP1?tr‘ &J UIFe=an 6 *PteCpi . t. - 1 DETAIL TITLI ELECTRIC CONTROL VALVE PROJECT TltLE ELM AVENUE WIDENING Y w- W*tL f( uws* Hh4epww% WUUM SF *+4 dl-- 9u00+J5%~ - 94l5H -0 w SI- 7Uw-L w- * I I 08TAIL TITLE ATMOSPHERIC VACUUM BREAKER PROJECT TITLE ELM AVENUE WIDENING rn ' OR.0Y OATl CX. BY 400 no. 051-025-056 4 I ?? , **ef b c Y * e 51 DEwht:c . - MAW 90‘ ,Lmw &Id L?FTcwL LINE. PIP- PUO.r’irnhi6 I‘ -ix/c 9% eo NIPptL’ Ma;lLziqc$~s.l’ -- DETAIL TlTLI ROTOR POP-UP PROJECT TItLt ELM AVENUE WIDENING