Loading...
HomeMy WebLinkAboutZondiros Corporation; 2005-07-15; PWS05-15 ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2006-0888197 DEC 14, 2006 3:47 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREG 0 RY J. S MIT H. CO U N T Y R E CO R D E R FEES: 0.00 F'AGES: 1 Space above this line for Recorder's use. PARCEL NO: 2150507000 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on October 2, 2006. 6. The name of the contractor for such work or improvement is Zondiros Corporation. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: The Dove Library Children's Garden, Project No. 425-4. 8. The street address of said property is 1775 Dove Lane, Carlsbad, CA, 92011. CITY OF CARLSBAD -j-*Y Conrad C. Ha City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on December 5 > 2006, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on December 5 . 2006, at Carlsbad, California. OF CARLSBAD LORRAINE M. WOOD City Clerk CITY. OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR Dove Library Children’s Garden CONTRACT NO. 425-4 ,-- PWSO5-15 ENG e- aS Revised 10/08/03 Contract No. % ,--- TABLE OF CONTENTS Item . Notice Inviting Bids ..................................................... ....... ............................. 1 Contractor's Proposal ................................................................................................................................. 5 Bid Security Form ....................................................................................................................................... 12 Bidder's Bond To Accompany Proposal .................... ..................................... .................................. 13 Guide For Completing The "Designation Of Subcontractors" Form ..................... Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ................................................ ................................ 15 17 Bidder's Statement Of Financial Responsibility .... ............................ ...................................... 18 Bidder's Statement Of Technical Ability And Experience ........................................................................... Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive Liability And Workers' Compensation ......................................................................................................... 20 Bidder's Statement Of Re Debarment ................................. ............................... 21 Bidder's Disclosure Of Discipline Record ........................................................................................ 22 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ............................................. 24 Contract Public Works ............................................................................... ............................................ 25 19 . c Labor And Materials Bond .......................................................................................................................... 31 Faithful PerformanceMlarranty Bond ......................................................................................................... 33 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ..................................................... 35 Revised 10/08/03 Contract No . 425-4 .- SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1-2 1-3 Section 2 2-4 2-5 2-9 2-10 2-3 Section 3 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 . Section 5 5-1 5-4 5-6 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 .. 7-5 7-8 General Provisions Terms. Definitions. Abbreviations and Symbols Terms ........................................................................................................................... Definitions ..................................................................................................................... Abbreviations ................................................................................................................ .. .. Scope and Control Of The Work Subcontracts ................................................................................................................ Contract Bonds .................................................................... Plans and Specifications ................................................................ .......................... Surveying ...................................................................................................................... ................................. .. Authority of Board and Engineer ......... ................. ................................. Changes in Work Changes Initiated by the Agency .................................................................................. Extra Work ................................................................................................................... .. .. Changed Conditions ..................................................................................................... Disputed Work .............................................................................................................. Control of Materials Materials and Workmanship ........................................................................................ Materials Transportation. Handling and Storage ........................................................... Utilities Location ........................................................................................................................ Relocation .................................................................................................................... Cooperation .................................................................................................................. Prosecution. Progress and Acceptance of the Work Construction Schedule and Commencement of Work .................................................. Prosecution of Work ..................................................................................................... Delays and Extensions of Time .................................................................................... Time of Comptetion ...................................................................................................... Completion and Acceptance ........................................................................................ Liquidated Damages .................................................................................................... es of the Contractor Liability Insurance ... Workers' Compen ................... Permits ......................................................................................................................... Project Site Maintenance .... ............ ........... 38 38 39 40 40 41 42 43 43 43 44 45 47 48 49 49 49 49 50 50 51 51 51 52 52 52 52 a Revised 10/08/03 Contract No . 425-4 . Section 9 Measurement and Payment 9-1 9-3 Measurement of Quantities for Unit Price Work ............................................................ Payment ....................................................................................................................... Part 2 Technical Specifications .. Section 02100 Clearing and Demolition ............................................................................................. .. Section 021 15 Tree Protection and Trimming ...................................................................................... Section 02200 Section 0231 1 Section 02320 Section 02631 Section 02810 Section 02900 Section 02951 Section 03100 Section 03200 Section 03300 .................................... Grading & Excavation ............................................................................... ...... ............................................................ .................................... Landscape Drainage Systems .................................................................... .......... Landscape Irrigation .............................................. ...................................... Landscape Planting ...................................................................... ... .......... Landscape Maintenance .................................................................. Concrete Formwork .............................................. .................................. Concrete Reinforcements ............................................................................................. Cast-In-Place Concrete ..................................................... Appendix A Excerpt of Irrigation Plan for the initial construction of the Dove Library 53 53 56 59 63 67 71 78 80 102 119 122 126 129 e Revised 10/08/03 Contract No . ,/- CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO PM on March 8, 2005, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Dove Library Children's garden including, demolition, grading, irrigation, concrete paving, and planting. Add alternates include benches, chairs, lighted bollards, backdrop structures, and a gazebo. CONTRACT NO. 425-4 Dove Library Children's Garden This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard SDecifications for Public Works Construction, 2003 Edition, and the suDDlements thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. - The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresDonsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. Revised 10/08/03 Contract No. 425-4 Page 1 of 132 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 8. Certificate of Insurance. The riders covering the 2. Bidder's Bond City, its officials, employees and volunteers 3. Non-Collusion Affidavit may be omitted at the time of bid submittal but 4. Designation of Subcontractors shall be provided by the Bidder prior to award of this contract. r and Amount of Subcontractor Bid A B C27 5. Bidder's Statement of Financial Responsibility 6. Bidder's Statement of Technical Ability and Experience 7. Acknowledgement of Addendum(a) 9. Bidder's Statement Re Debarment 10.Bidder's Disclosure Of Discipline Record 11, Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for General Engineering General Building Landscaping Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate for the base bid, Schedule A, is $58,000. The total Engineer's Estimate for the add alternates, Schedule B, is $36,200. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification I Description 11 Classification I Description If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 7 Revised 10/08/03 Contract No. 425-4 Page 2 of 132 Pages f- The general prevailing rate of wages for each craft or'type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public. Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A Dre-bid meetina and tour of the Droiect will be held at the oroiect site at 1O:OO AM on Thursdav Februaw 24, 2005. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ,,- Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. Revised 10/08/03 Contract No. 425-4 Page 3 of 132 Pages ..- If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. ,I- Apgroved by the City Council of the City of Carlsbad, California, by Resolution No. 2005-006, adopted on the 11' day of January, 2005. ISABELLE J. PAULSEN, CMC Deputy Clerk DATED: January 24,2005 <- @ Revised 10/08/03 Contract No. 425-4 Page 4 of 132 Pages CITY OF CARLSBAD CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN’S GARDEN CONTRACTORS PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 425-4 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that helshe will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE “A” BASE BID IMPROVEMENTS Item - No. A-I A-2 A-3 A4 DescriDtion Approximate Quantity Unit and Unit Price Total Mobilization at 1 LS $ 8000.00 $8,000. - Eight Thousand Dollars (Lump Sum) Clearing and Grubbing at 1 LS $ ?,om $ 7,um S~Wd 0 TU 03S-D Dollars (Lump Sum) Unclassified Excavation at 40 CY $ lob $ 4,240 DN~ - WNDt%?b-(/)( Dollars (cubic yards) Export 36 CY $ 63 a SlXrY - THE&, Dollars (cubic yard) e* Revised 10/08/03 Contract No. 425-4 Page 5 of 132 Pages - Approximate - Item Quantity Unit - - No. Description and Unit Price Total A-5 Colored concrete compass at 1 LS $ 4;;sX $4,500 roe n - &V&- /$fVQx&3 - Dollars (Lump Sum) A-6 4" Concrete stepping pads at 422 SF $ 6 $ 2&32 5/>( Dollars per Square Foot A-7 4" Colored concrete paving at 484SF $ l3/6fl7- Dollars per square foot A-8 Stepping stone at 4 EA $ 2% $ /I- A-9 6" Concrete Mow Strip at 101 LF $ l!T $ !, 5/r A-I 0 12" wide concrete band at 73 LF $ 1s- $X A-I 1 Stone paver steps at 70 LF $ w $ 4+o A-I2 Landscape tie Wall at 68 LF $ TO $31400 m- r(ow -P/P7/ Dollars per each IzIP7&!?)\5 Dollars per Lineal Foot FIF rad Dollars per Lineal Foot If7 Dollars per Lineal Foot F@T? & Dollars per lineal foot A-I3 Modified seat wall at 10 LF $ 50 - Dollars per lineal Foot t3 Revised 10/08/03 Contract No. 425-4 Page 6 of 132 Pages Item - No. A-I 4 A-I 5 A-I 6 A-I 7 A-I a A-1 9 A-20 Approximate Quantity Unit DescriDtion and Unit Price Total Area drains at 4 EA $ 700 $ 2,800 SkVN c HUN 0a.D Dollars per each 44 LF $40 $ b?@ Dollars per lineal Foot Perforated drain line at 44 LF 4b ,ea/rTY Dollars per lineal Foot Retaining wall at 34LF $ 29 7Ws - NVNm +ieT/ I Dollars per lineal foot Seat wall at 17LF $ FOV~-HUN~XQD Dollars per lineal foot Irrigation system complete at LS $ 8/00Q $ @,Goo &/(bYT- TUOV- Dollars per lump sum Planting installed complete at LS $ /F;ooo $&QQQ FFIF7-ie.W -TNOUSM& Dollars per lump sum Total amount of bid in numbers for Schedule "A": $ A, 742 OPENED, WITNESSED AND R~ORDED: # * p,s Revised 10/08/03 ' M3%5-- DATE Contract No. 425-4 Page 7 of 132 Pages L Schedule "B" -ADD ALTERNATES L Approximate Item Quantity Unit __ No. DescriDtion and Unit - Price - Total B-1 Benches installed at 6 ea $ 4375- $ T/-/k" - MWPEtD sz VM 7-y - P/P& Dollars per each 6 ea $ 900 $* 8-2 Chairs installed at PINE - flLlh)WD Dollars per each 8-3 Lighted bollards installed at 6EA $ /;500 FIPT' 0 +fur30- Dollars Each 8-4 Gazebo installed at 9%- MOdfrn 8-5 Trellis -(Sculpture backdrops) at 4 EA $ /,zoo , $4,400 tu& -H.u/\lDRRp Dollars Each - The basis of award will be the Total of Schedule "A. The City reserves the right to award any individual items as included on schedule B without penalty or change in the price of other bid items. - Price(s) given above are firm for 90 days after date of bid opening Addendum (a) No(s). The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. haslhave been received and islare included in this proposal - - - - e= ts Revised 10/08/03 Contract No. 425-4 Page 8 of 132 Pages c L The Undersigned bidder declares, under penally of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 766708 classification E, c-27 which expires on , and that this statement is he'and correct and has the legal effect of an 7/31 105 affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted himlher to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Cashier's Check) for ten percent (10%) of the amount bid. a %ol?d (Cash, Certified Check, Bond or The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. e= rr@ Revised 10/08/03 Contract No. 425-4 Page 9 of 132 Pages License Detail Page 1 of 2 License Detail CALlFQRNlA CON_IBACTORSJATE LICENSE BOARD Contractor License # 766708 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint andlor legal action information. Per B&P 7071.17, only construction related civil judgments known to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. * * * Business Information * * * ZONDIROS CORPORATION 2401 208TH STREET STE C8 TORRANCE, CA 90501 Business Phone Number: (310) 320-2558 Entity: Corporation Issue Date: 07/30/1999 Expire Date: 07/31/2005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * I ici. ... .. . . ... .. ...... ,... . ... .. ......... .. . ..,... . . .. . ass 1 Description j GENERAL ENG~NEERING CONTRACTOR /B---~ENERAL BUILDING CONTRACTOR ----I* ~- A /cn ~LANDSCAPING 1111 - I * * * Bonding Information * * * CONTRACTORS BOND: This license filed Contractor's Bond number LFO111494 in the amount of $10,000 with the bonding company http://www2.cslb.ca.gov/CSLB~LlBRARY/License+Detail.asp 03/08/2005 License Detail Page 2 of 2 Llcense Number Request .- Contractor Name Request Personnel Name Request XL SPECIALTY INSURANCE COMPANY. Effective Date: 01/01/2004 Salesperson Request Contractor's Bondina History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) THOMAS JAMES ZONDIROS certified that helshe owns 10 percent or more of the voting StocWequity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/30/1999 Salesperson Name Request BOND OF QUALIFYING INDIVIDUAL(2): This license filed Bond of Qualifying Individual number 14632694 for CRAIG WILLIAM BARRY in the amount of $7,500 with the bonding company WESTERN SURETY COMPANY. Effective Date: 11/27/2004 BQl's Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the VIRGINIA SU RETY COMPANY. INC. Policy Number: 005-0002558 Effective Date: 01/01/2005 Expire Date: 01/01/2006 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnql List Other Lieen$= c 03/08/2005 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: Name under which business is conducted Signature (given and surname) of proprietor Place of Business (Street and Number) City and State Zip Code Telephone No. E-Mail IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general paltner) (3) Place of Business City and State (Street and Number) (4) ZipCode Telephone No. (5) E-Mail *m rrs Revised 10/08/03 Contract No. 425-4 Page 10 of 132 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted 0 nd i r 0 5 CO r PofCht ;on Impress Corporate Seal here (3) Incorporated under the laws of the State of Ca 1: c&Nl;CX, (4) Place of Business I833 D;,,,,d St. &tro.r (Street and Number) City and State Sm gv\ QWos. CA (5) ZipCode qzow Telephone No. 76 0- 5”lO - & 7 y 7 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Tom ~:onA;ros - Besi c~en t ,ca i ‘a Lrr \I- ~Cc4 GeSk4eYit- Revised 10/08/03 Contract No. 425-4 Page 11 of 132 Pages BIDDER‘S BOND TO ACCOMPANY PROPOSAL DOVE LIBRARY CHILDREN’S GARDEN CONTRACT NO. 425-4 KNOW ALL PERSONS BY THESE PRESENTS: That we, ZONOIROS CORPORATION , as prjnupa\, and COMPANY OF RMERICR , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows; (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF BID AflOUNT for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. TRRVELERS CRSURLTY AN0 SURETY THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for; DOVE LIBRARY CHILDREN’S GARDEN, Contract No. 425-4 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance pollcles 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. - ... ... ... I.. ... ... ... 1.. rnnrrinr EJn A7F n - In the event Principal executed this bond as an individual, it is agreed that the death Of Principal shall not exonerate the Surety from its obligations under this ,bond. Executed by PRINCIPAL this ETH day of NARCH ,205. PRINCIPAL: ZONDIRDS CORPJ@RTION (print name here) / (Tiile and Organization of Signatory) By: - (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 8TH day of MARCH ,20L. SURETY: TRRWELERS CASUALTY RND SURETY COMPANY OF AMERICA (name of Surety) 700 N. CENTRRL AVENUE, ETH FLOOR GLENDRLE CR 91203 (address of Surety) 818-409-4240 (signature of Attorney-in-Fact) JULIA 6. LEONARD RTTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURElY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: I - Dep*uty City Attorne; E"s Revised 10/08/03 Contract No. 4254 Psno 14 nf +17 Dnn-= CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 1 State of CALiFORNiA County of RIVERSIDE Capacity(ies) Claimed by Signer@) Signer's Name: Individual Corporate Officer Titles(s): ~ Partner - 0 Limited Attorney-in-Fact Trustee Guardian'or Conservator Other: 0 General Signer Is Representing: . On MAR 8 7005 before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Officer (e g , "Jane Doe. Notary Publtc") personally appeared JULIA B. LEONARD, ATTORNEY IN FACT Namefs) of Sionerbl .. personally known to me -OR- proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and wold prevent fraudulent removal andreaffachment of this form to another document Description of Attached Document [ Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Signer's Name: 0 Individual n Coroorate Officer Title(s): 0 Partner - 0 Limited Attorney-in-Fact 0 General 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I I BD-1133 09/00 I TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINCTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 ,.-- POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMWGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful ARomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by hidher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other ’ writings obligatoly in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice Resident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-&Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances, contracts of indemnity, and other Writings obligatory in &e nature of a bond, recognizance. or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such VOTED: That the Chairman, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the offce of the Secretary. VOTED: That any bond, recognizance, contract of indemnity. or writing obligatory in the nature of a bond, recopniZance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAWLERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMMGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affxed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for . purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. pintee and revoke the power given him or her. .- IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to I-- signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OR AMERICA )SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY F.4RMINCTON CASUALTY COhfPAhK COUNTY OF HARTFORD BY George W. Thompson Senior Vice President On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that helshe is Senior Vice President of TRAVELERS CASUALTY %ND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that hdshe knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that hdshe executed the said instrument on behalf of the corporations by authority of hidher office under the Standing Resolutions thereof. CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMF'ANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that thc foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this BTH day of MRRCH 3 2005. BY Kori M. Johanson Assistant Secretary, Bond IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMF'ANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000. - STAT!? OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AM) SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY BY George W. Thompson Senior Vice President - On this 15th day of May, 2000 before me personally came GEORGE W. THOMF'SON to me known, who, being by me duly swam, did depose and say. that hdshe is Senior Vice Prcsident of TRAVELERS CASUALTY %ND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FAKMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that hdshe knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that hdshe executed the said instrument on behalf of the corporations by authority of hisher office under the Standing Resolutions thereof. expires June 30, 2001 Notary Public Marie C. Tetreault ,. . .,%I, ~ . . ... ;.. ,. .. . li., * .. . . . .. ~.. . . . ..r/ .-.>.;.-. . . _" . ..sw .. CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS C4SUALTY AND SURETY COMPANY OF AMERlCA, TRAVELERS CASUALTY AM) SURETY COMPANY and FARMINGTON CASUALTY COMPANY,'stodc corporations of .the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked, and furthermore, that the Standhi Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in form. Signed and Sealed at the Home Ofiice of the Company, in the City of Hartford, State of Connecticut. Dated this 8TH day'of flRRCH , 2005. BY Kori M. Johanson Assistant Secretary, Bond C0rnpar.y Profile Page 1 of2 Lompany Profile TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ONE TOWER SQUARE, 4MN TRAVELERS / Mary T. Restelli HARTFORD, CT 061 83 877-872-8737 Former Names for Company Old Name: AETNA CASUALTY & SURETY COMPANY OF AMERICA Effective Date: 07-01-1997 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Unable to Locate theAgent for Service pLProcess? .. . .... .. . . .... Reference Information NAIC #: 3 1194 NAIC Group #: 3548 Date authorized in California: Company Type: Property & Casualty State of Domicile: CONNECTICUT California Company ID #: 2444-8 July 31, 1981 License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY http://cdinswww.insurance.ca.gov/pls/wu - cogrof/idb ~ cogrof-utl.get-cogrof?p_EID=6182 03/08/2005 Company Profile _- Page 2 of 2 FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies . .. . . , . . . . . . . . . . . . . . . . . , . . . . . . . . . , .. . . . Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 11 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu_coqrof/idb_cogrof - utl.get-cogrof?p-EID=6182 03/08/2005 GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder“, “Contract“, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor‘s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide comDlete and correct information may result in reiection of the bid as non-responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor-installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. - When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. - - - Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771 .I or 1777.7. - - - e* Revised 10/08/03 J- Contract No. 425-4 Page 15 of 132 Pages Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. ..). tS Revised 10108103 - Contract No. 425-4 Page16of132Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN'S GARDEN The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTORS BID ITEMS ,. . .1-1 n II I lV0 N'V I n Subcontractor's License No.' - Page (- of \ pages of this Subcontractor Designation form * Pursuant to section 4104 (aX2)(A) California Public Contract Code. receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids wnlained in the "Notice Inviting Bids." - <3 Revised 10/08/03 Contract No. 425-4 Page 17 of 132 Pages BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN’S GARDEN Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. *Ir Revised 10/08/03 Contract No. 425-4 Page 18 of 132 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) DOVE LISRARY CHILDREN'S GARDEN CONTRACT NO. 425-4 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfullv Derformed and aive references, with teleohone numbers. which will enable the Citv to P)eu5~ %e aead.\wat judge hidher responsidili&, experience &d skill. An attachment &n be used. ** Revised 10/08/03 ~ Contract No. & Page 19 of I32 Pages . I ZONOIROS CORPORATION License #7667084 2401 208’hST. Suite C8 Torrance, CA 905010 Phone 310-320-2558 FAX 310-320-2664 David McBride Senior Engineer Storm Drain 36” RCP City of Rancho Palos Verdes Currently at City of Oceanside REFERENCES Project value $21 4,000 Completed 12/98 760-435-5097 Miguel Hernandez Engineer City of West Covina 626-81 4-8425 Slope Repair project Project value $80,000 Completed 1 1 198 Greg Weiss Senior Inspector 626-458-31 22 Robotic Pipe Repair Ben Oroomchi Senior Civil Engineer 81 8-896-0594 L. A. County Dept. of Public Works Project value $339,000 Completed 5/99 David Wu Engine e r City of Palmdale 805-267-8425 Earth Drainage channel Project value $1 9,000 Completed 1 1/98 Tony Gridillas Treatment plant Improvements Inspector Project value $82,000 Lake Arrowhead Community Services District Completed 12/98 909-337-8555 Lake Arrowhead Community Services District Tony Gridillas Inspector 909-337-8555 Completed 9/99 Lake Arrowhead Community Service District A.C. Storage Site Tony Gridillas Inspector Project value $1 10,000 909-337-8555 Completed 10199 John Reagan Senior Inspector Various channel repair Los Angeles County Dept. of Public Works Project value $310,000 626-358-31 22 Complete 1 I2000 Sewer Rehab 8” C-900 Project value $1 50,000 Orange County Flood Control Vince Gonzales Senior Inspector 661 -274-0753 Concrete channel Project Value $98,000 Completed 9/99 Los Angeles County Dept. of Public Works Callabasas Project Robotic Pipe Repair Project Value $ 100,000 - Ben Oroomchi 81 8-896-0594 Completed 12/99 lggy Ruiz 562-861 -031 6 Page 1 Of 4 ./- REFERENCES L City of Rolling Hills Estates Sam Wise 310-377-1 577 City of Simi Valley Terry Curson 805-583-6804 City of Rolling Hills Estates Andy Clark JV with Peninsula Landscaping City of Sun Diego Mike Bedard 310-377-1577 61 9-654-41 54 City of Culver City Alan Bratvedt CDM Consulting 31 0-329-01 02 City of Compton Design/Build Ike Mabelu 31 0-644-6868 Kern Water Agency Martin Varga Project Engineer 661 -634-1 448 City of Montebello Dennis Conte 323-887-4625 LA County Dept. of Public Works Bob Duramus 31 0-864-1 984 Caltrans Mike Garrett 559-445-6356 12" Storm Drain 62 Strawberry Lane Project Value $40,000 Completed 12/99 4" Drain Line Casarin Ave Well Drain Project Value $60,000 Completed 2/2000 Median Landscape Project value $525,000 Completed 10/2000 Robotic pipe repair Project value $450,000 In progress 8" Sewer Main Project Value $1 92,000 Completed 10/2000 Bus Shelters $206,000 Completed 3-01 -01 54" Storm Drain $87,800 Completed 1 /01 Bus Shelters $ 157,000 Completed 6/01 Sewer Line $400,000 Completed1 /02 Landscaping $252,000 Completed 10/01 Page 2 Of 4 REFERENCES City of Torrance Diane Caseltine 31 0-781 -71 51 California State Parks Jeff Brown 61 9-688-6492 Jon Landis 31 0-78 1 -71 40 City of West Hollywood Keith Williams 323-848-6377 California State Parks Harry Miller 61 9-220-5357 LA County Depart. Of Public Works Rubin 626-458-4947 City of San Diego Nariman Khomamizadeh 31 0-627-3286 City of Sun Diego Danny Schrotberger 61 9-533-3778 City of Son Diego Samir Abu-Quad 858-627-3268 San Diego Unified School District Doug Jacobson 619-701-1541 Sun Diego Unified School District Doug Jacobson 619-701-1541 - City of Sun Diego Anton Handal 61 9-203-9743 Veterans Memorial Project $ 160,000 Completed 312002 Cornfield Information Site $245,000 Completed 1 112002 La Cienaga Sewer $ 185,000 Completed 8/02 Topanga Park Demolition $367,000 Completed 5/03 Debris Basin Landscaping $ 160,000 Completed 5/03 Mission Beach Sewer $260,000 Completed 2/03 La Jolla Cove Stairs $260.000 Completed 4/03 Harbor Drive Sewer $309,000 Completed 4/03 Water Line $ 120,000 Completed 4/03 Landscape Irrigation $297,000 Completed 7/03 25'h St. Pedestrian Improvements $1 53,000 Completed 6/03 Page 3 of 4 ,.-- City of San Diego Mark Spears 6 1 9-980-6 I 50 Olivenhain Municipal Water District George Briest 760-632-4640 City of Solana Beach Jim Greenstein 760720-2476 City of Oceanside Brian Grove 760-435-5 106 City of Carlsbad Duane Soileau 760-602-2780 mi 6 Caltrans Hassan Dabas 858-6 1 6-6586 City of Imperial Beach Vicky Madrid 6 1 9-424-221 4 Caltrans Ricardo Padilla 61 9-667-5687 City of Encinitas Todd Baumbach 760-633-2796 Rancho Cielo Estates Todd Peters 858-756-940 1 Sun Diego Unified School District Mike Jones 858-573-5707 Kurtz and Smith St. Sewer Main Completed 7/03 $1 ao,ooo Sun Dieguito Road Water Main Completed 2/04 Valley Ave. Sewer Main $1 16,000 Completed 10103 Mission Ave. Median $240,000 Completed 7/04 $200,000 Avenida Encinas Sewer Rehab $1 70,000 Completed 6/04 Emergency Fire Damage Repairs $I ,650,000 Completed 5/04 Date Ave. Storm Drain Diverter Completed 7/04 Culvert Repairs $600,000 $1 84,000 Street and Drain Improvements $550,000 Completed 8/04 Punchlist work $1 20,000 Dana MS Retaining Wall $640,000 L , Page 4 of 4 BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN'S GARDEN As a required part of the Bidder's proposal the Bidder must attach either of the following to this page 1) Certificates of insurance showing conformance with the requirements herein for each of Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: , 1) Meet the conditions stated in The' Notice Inviting Bids, the Standard Specifications for Public works^ Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non- owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. e* t@ Revised 10/08/03 Contract No. 425-4 Page 20 of 132 Pages DATE (MMIDDM"PT) OPIO N ACORD, CERTIFICATE OF LIABILITY INSURANCE ZON075A 06/01/05 PRODUCER DWF'/USI Of Southern California ONLY AN0 CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Agency,Inc.-Torrance 2625 Del Am0 Blvd., #300 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. rrance CA 90503- I CLAIMS MADE OCCUR none:310-542-4370 Fax:310-542-1803 ISURED I GfNL AGGREGATE LIMIT APPLIES PER: 1 n E? n LOC AUTOMOBILE LIABILITY - ANY AUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AUTOS NON-OWNED AUTOS - - - - - INSURERS AFFORDING COVERAGE NAlC # INSURERA ASZW speclaley I~SYZB~CB CO. 10717 INSURER B H I Zondiros Inc. ~ .- 2401 208fh St. C-8 Torrance CA 90501 GAMGE LIABILITY ANY AUTO INSURER C. I INSURER 0: INSURER E: EXCESSIUMBRELLA LIABILITY OCCUR CLPIMS MADE WATION DATE IMMIDDWI -__ 03/24/06 DEDUCTIBLE RETENTION 1 LIMITS EACHOCCURRENCE I B 1,000,000 IORKERS COMPENSATION AND MPLOVERS' LIABILITY NY PROPRlETORIPARTNERlEXECUTlVE SFFICERIMEMSER EXCLUDED7 AUTOONLY-EAACCIOENT PTlON OF OPERATIONS I LOCATIONS I VEHICLES I UCLUSlONsnDDEDsV ENDOF '10 days notice IF cancelled for non-pavment I F 03/24/0E OTHERTHAN EAACC AGG AUTO ONLY EACHOCCURRENCE AGGREGATE iNT I SPECIAL PR ' I $ 5 s premium. EACHOCCURRENCE AGGREGATE I$ IS 1 Emp Ben. 1 1,000,000 lrwL%:s ! IDTH- ER E L EACH ACCIDENT EL DISEASE. EA EMPLOYEE E L DISEASE - POLICY LIMIT COMBINED SINGLE LIMll (Ea Beidem) 0 s $ S BODILY INJURY I (Per Person) BODILY INJURY I (Per amden11 PROPERN DAMAGE I (Per amideM1 __L____ SONS - -- - :ity of Carlsbad, its officials, employees and volunteers are Additional :nsureds as respects General Liability per CG2026 11/85 endorsement Lttached. Le: City of Carlsbad - Dove Library Children's Garden Project No. 425-4 ERTlFlCATE HOLDER CANCELLATION SHOULD ANY OF THE A8OVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION c-CARLS City of Carlsbad 1635 Faraday Ave. Carlsbad CA 92008-7314 ACORD 25 (2001108) DATE THEREOF, THE ISSUING INSURER WlLL ENDEAVOR TO MAIL *E DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. - @ACDRD CORPORATION 1988 G IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (ZOOl/OS) - POLICY NUMBER: GL002024 COMMERCIAL GENERAL LtABlLlTY INSURED: Zondiros, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Carlsbad, Its officials, employees and volunteers 1635 Faraday Ave. Carlsbad, CA 92008-7314 Re: City of Carlsbad - Dove Library Children's Garden Project No. 425-4 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of your operations or premises owned by or rented to you. CG2026 11 85 Copyright, Insurance Services Offices, Inc. 1984 RODUCER )gilvy-Hill Insurance '. 0. Box 929 - ta Barbara CA 93102 .~ne:805-966-4101 Fax:805-966-7810 ISURED on 110s Corp. $409' - 208th. S Suite C-8 Torrance CA 90581' GENERAL LIABILITY CLAIMS MADE 0 OCCUR 1 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, WEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAlC # INSURERA ~np1oy.r. mtu.1 cwu.lty CO. INSURER 8: INSURERC INSURER 0: INSURER E IH I I I GEN'L AGGREGAE LIMIT APPLIES PER LOC PRO- POLICY JECT AUTOMOBILE LUBluTy 13x17947 I 03/24/05 ALL OWNED AUTOS SCHEDULED AUTOS ANY AUTO UCESUUMBRELLA LUBIuTy 3 OCCUR 0 CLAIMS MADE DEDUCTIBLE RETENTION I I I IORKERS COMPENSATION AND MPLOYERS' UlslUTI NY PROPRlETORlPARTHERlMECUTNE IFFlCERlMEMBER EXCLUDED? 6 EClAL PROVISIONS below ITHER (I, ddbe under ?hysical Damage 13x17947 1 03/24/05 I I IPTlON OF OPERAllONS I LOWTIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENTI SPECUL PI -TION >ATE (MMIDDW UYrrS EACHCCCURRENCE s /MEDEXP(AV-P-I 1; I PERSONAL a AOV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP A00 I COMBINEDSINGLE LIMIT s 1, ooo,ooo 03/24/0 6 (Easctldan') I BODILY INJURY (Pa Pe-) BODILY INJURY (Peracddenl) I PROPERTY DAMAGE I (Per addent1 AUTO ONLY. EA ACCIDENT I OTHERTHAN EAAccls AUTOONLY EACHCCCURRENCE AGGREGATE I s lT:::;A;% I IO 2 E.L. mcn ACCIDENT s E.L.DlSEASE-EAEMPLOYE S E.L. DISEASE. WLlCY LIMIT S 03/24/06 Comp Ded. $500 ier is named as Designated Insured as respects to the Auto Liability per attached form lCA20480299. -__z__L_- ____ -2- 1L11_.__-1_ ,.__A_- ,. ____ 72- mi___ _c m_-1_L_A ,..L Start Date:6/8/05 to last approx.60 working days. Work being performed:Demolition,grading,irrigation,concrete paving 6 planting. CERTIFICATE HOLDER CANCELLATION CAR1635 - City of Carlsbad its officials employees 6 volunteers 1635 Faraday Ave. Carlsbad CA 92008-7314 Fax: 760-510-6827 ACORD 25 (2001/08) 1 SHOULD ANY OFTHE ABWE DESCRIBED POUCIES BE CANCELLED BEFORE THE UPlRATlO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3E DAYS WRITEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TOW SO SHALL IMPOSE NO OBUGAllON OR LUBluTy OF ANY KlND UPON THE INSURER. ITS AGENTS M( REPRESENTAWES. ". . . I @ ACORD CORPORATION 1988 (A) Passport - PASSPORT November 23, 2004, 11:29:09 - CLAIM 6/13/05 2D51 POLICY 3x17947 DATE ENDORSEMENT NUMBER CA2048 EDITION DATE 0299 VERSION NUMBER 00 ENDORSEMENT SYSTEM CA 20 48 (02-99) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person (s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Cov- erage Form. SCHEDULE xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx- Name of Person (s) or Organization (s) : I City of Carlsbad, its Officials, 'Employees h Volunteers ~xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx~ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement .) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organiza- tion qualifies as an "insured" under the Who Is An Insured Provision contained in Section I1 of the Coverage Form. Copyright, Insurance Services Office, Inc., 1998 CA 20 48 (02-99) END01 0 1 DATE IMMIDDMYW) OPlD N ACORD- CERTIFICATE OF LIABILITY INSURANCE ZON075A 06/01/05 PRODUCER DWP/USI Of Southern California ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Agency,Inc.-Torrance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone:310-542-4370 Fax:310-542-1803 INSURERS AFFORDING COVERAGE NAlC Y ,3625 Del Am0 Blvd., #300 mrance CA 90503- INSURER A: INSURER8 INSURER C: 2401 208th St C-8 INSURERD: INSURERE ==mite stare inn~rang M. INSURED ~ ~~~ ~ Zondiro Ins. ~~~ ~- Torrance CA 96601 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALLTHE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR i 10 SR TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE 0 OCCUR POLICY NUMBER DATE (MMIDDm) H I I I GENLAGGREGATE LIMIT APPLIES PER: 1 n 7~:~ n LDC AUTOMOBILE LIABILITY - ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS - - OTHERTHAN AUTO ONLY: EACHOCCURRENCE AGORERATE AGG I GARAGE LIABILITY ANY AUTO $ S I EXCESSIUMBRELLA LIABILITY OCCUR 0 CLAIMS MADE DEDUCTIBLE RETENTION $ IORKERS COMPENSATION AND MPLDYERS' LIABILITY NYPROPRlETOWPARTNERlEXECUTlVE lFFlCERlMEMBER EXCLI IF"? 01/15/05 wc9369035 I I PTlON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENTI SPECIAL PR( 01/15/06 days notice IF cancelled for non-payment of premium. s WC STAlU- UlH- TORY LIMITS ER EL EACHACCIDENT s 1,000,000 EL DIS€ASE-EAEMPLOVEE $ ~,OOo,ooo EL DISEASE-POLICYLIMIT I ~,ooo,ooo I BODILY INJURY I (Peg person) - DEB -_ *I Re: City of Carlsbad - Dove Library Children's Garden Project No. 425-4 BODILY INJURY (Per accident) I PROPERTY DAMAGE (Per Bccidenl) c-CARLS L City of Carlsbad 1635 Faraday Ave. Carlsbad CA 92008-7314 ACORD 25 (2001108) AUTOONLY - EAACCIDENT I $ I I ONS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *x DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TDTHE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILIN OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. - QACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer@), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Rest's Rating Center - Company Information for Employers Mutual Casualty Company fi Print this page Employers Mutual Casualty Company $a member Of EMC insurance Companies) A.M.Best tl: 02161 NAlC #: 21415 FElN #: 420234980 have. in ouropinion, an ASsiQned lo companies that excellent ability Io meet their ongoing obligations to $qnan& -"fi A- Eroa(lent Address: P.0. Box 712 Phone: 51 5-280-251 1 Web: www.emcinsurance.com Des Moines, IA 50303-0712 Fax: 575-280-2895 policyholders. Best's Ratings Financial Strength Ratings View Definitions Rating: A- (Excellent) Financial Size Category: X ($500 million to $750 million) Outlook: Stable Action: Affirmed Effective Date: May 12, 2004 Page 1 of 1 http://www3.ambcst.com/ratings/FulIProfile.asp?R1=O&AMB=216l&AltSrc=l&AltNum=&URATING... 06/14/2005 Company Profile Page 1 of 2 dompany Profile EMPLOYERS MUTUAL CASUALTY COMPANY P.O. BOX 712 DES MOINES, IA 50303-0712 800-247-4445 Agent for Service of Process SALLY A. LOIACONO, 23382 MILL CREEK DRIVE SUITE 115 LAGUNA HILLS, CA 92653 Unable to Locate the Agent for Service of Proce%? Reference Information NAIC #: 21415 NAIC Group #: 0062 Date authorized in California: License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: IOWA California Company ID #: 1575-0 April 28, 1959 Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS cogrof/idb pp co prof-utl.getpco-profID=3491 06/14/2005 Company Profile Page 2 of 2 .- ..... . SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION ....lll.l ..l.l..l.l..l........... .................. . ._ Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies ........................... ~ l"-l_ Want More? Help Me Find a Company Representative in My Area Financial Rating Oreanizations ................................................................................................. Last Revised - November 04,2004 11 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww.insuce.ca.gov/pls/wu~coqrof/idb_cogrof_utl.get~co~ro~p_EID=349 1 06/14/2005 Best's Rating Center - Company Information for Aspen Specialty Insurance Companq @ Print this page Aspen Specialty Insurance Company Assigned to companies that ~ ~i~~~&~i.&~m have. in our opinion, an excellent ability to meet their policyholders. A.M.Best# 12630 NAlCtt: 10717 FElNtt: 061463851 Stack Ticker New York Stock Exchange NYSE AHL ~ Address: 99 High Street Phone: 61 7-531-5100 ongoing obligations to Boston. MA 021 10 Fax: 617-531-5114 Best's Ratings Financial Strength Ratings View DefinitionS Rating: A- (Excellent) Financial Size Category: Vlll ($100 million to $250 million) Outlook: Stable Action: Affirmed Effective Date: March 21, 2005 Page 1 of 1 http://www3.ambest.com/ratings/FullProfile.asp?B1=O&AMB=1263O&AltSrc=l&AltNum=&URATIN... 06/14/2005 LESLI List - List of Eligible Surplus Line Insurers Page 2 of 8 I (Name changedfrom Trafalgar Insurance Company effective 04/10/2000) 1 11/20/1996 American Western Home Insurance Company (Oklahoma) Arch Specialty Insurance Company (Wisconsin) (Name changedfrom Rock River Insurance Company effective 08/01/2002) 09/01/1995 I Aspen Insurance UK Limited (U.K.) I 12/29/2004 Associated Electric & Gas Insurance Services Limited (Bermuda) .- 1 AXA Corporate Solutions Assurance (France) AX4 Global Risks US Insurance Company effective 10/19/2000) 1 08/14/2003 09/01 11 995 AXA Corporate Solutions Insurance Company (New York) AXA Global Risks US Insurance Company (New York) F 09/01/1995 (Name changed from Colonia Insurance Company, effective 12/8/97. Name changed to AX4 Corporate Solutions Insurance Company effective 10/19/2000) AXIS Specialty Insurance Company (Connecticut) (Name changed from Connecticut Special@ Insurance Company effective 02/28/2003) 10/27/1995 1 12/15/1995 AXIS Surplus Insurance Company (Illinois) The British Aviation Insurance Company Limited (UK) (Name changed from Sheffield Insurance Corporation effective 06/09/2003) I Burlington Insurance Company (North Carolina) I 11/17/1995 09/29/1998 Caliber One Indemnity Company (Delaware) (Name changed to Maxum Indemni@ Company effective 01/02/2003) Capitol Indemnity Corporation (Wisconsin) I Catlin Insurance Company Ltd. (Bermuda) I 07/07/2004 I Century Surety Company (Ohio) I 09/01/1995 12/22/1995 CGU International Insurance PLC (U.K.) (Name changedfrom Commercial Union Assurance Company PLC effective 10/01/1999) I Chubb Custom Insurance Company (Delaware) I 8/04/1995 ,--- I Clarendon America Insurance Company (New Jersey) I 09/01/1995 09/01/1995 Colonia Insurance Company (New York) (Name changed to AX4 Global Risks US Insurance Company, effective 12/8/97) http://www.insurance.ca.gov/FAD/Surplusl. htm 06/14/2005 Coiiipany I’rofilc Page I of2 Company Profile GRANITE STATE INSURANCE COMPANY 70 PINE STREET NEW YORK, NY 10270 800-43 3 -8 8 80 Former Names for Company Old Name: GRANITE STATE F INS CO Effective Date: 10-14-1959 Agent for Scwice of Process LORI CASTANtDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 linahlc to I.ocatc thc Agent hr Sen icc of l’rocess’! Reference Information NAIC #: 23809 NAIC Group #: 00 I2 California Company ID #: 0749-2 Date authorized in California: Company Type: Propcrty & Casualty State of Domicile: PENNSYLVANIA March 27, 1924 I.icense Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact Thc company is authorizcd to transact business within these lines of insurance. For an explanation of any ofthese terms, pleasc rcfer to thc glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY DISABILITY FIRE LIABILITY MARINE MISCELI.ANEOIJS http:l/cdinswww.insumnce.ca.~:ov/pls/wu - co prof/idh ~ co prof ~ utl.get co ~ prof!p ~ EID=297 I Company Profile 7 Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company~Performance & Comparison Data Composite Complain_t Studies Want More? Help Me Find-a Compmy Representative in My Area Financial Rating Organizdom Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance &claimer http://cdinswww.insurance.ca.gov/pls/wu_co~ro~idb~co~rof~utl.get~co~ro~p~EID=297 1 06/14/2005 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN'S GARDEN 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of Califo nia? - 1 yes no 2) If yes, what waslwere the name(s) of the agency(ies) and what waslwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred - agency agency _- period of debarment period of debarment - By: (sign"here) Page ! of pages of this Re Debarment form e* ts Revised 10/08/03 Contract No. A25-4 Page 21 of 132 Pages BIDDER‘S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN’S GARDEN .. Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be tiled within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? ~ J yes no Has the suspension or revocation of your contractor’s license ever been stayed? - J Yes no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? J Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? - J yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page I of 1 pages of this Disclosure of Discipline form e= +# Revised 10/08/03 Contract No. 425-4 Page22of132Pages BIDDERS DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN'S GARDEN 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. - (If needed attach additional sheets to provide full disclosure.) Page 2. of 2 pages of this Disclosure of Discipline form e- &# Revised 10/08/03 Contract No. 425-4 Page 23 of 132 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CONTRACT NO. 425-4 DOVE LIBRARY CHILDREN'S GARDEN State of California ) - Craich Rq rr v , being first duly sworn, deposes ((Name of Bidder) ~ Ce Vf e S,'A en t and says that he or she is of Zondiras cor ~0raC;oq (Title) '(Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the SeJe&h day of Ma TL h ,2om. Signature of Bidderu Subscribed and sworn to before me on the dayof ,20&. e- p,s Revised 10/08/03 Page 24 of 132 Pages Contract No. 425-4 CERTIFICATE OF ACKNOWLEDGEMENT } ss State of Califo ia County of y, .e On r/luA cl.l +, 703 5 appeared Gpia personally known to me (or proved to me on the basis oHatisfactory’evidence) to be the persontsfwhose name($ is/= subscribed to the within instrument and acknowledged to me that he/she,&.q executed the same in his/h%rkkeir authorized capacity(*, and that by hislltefkkeir signature($ on the instrument the person% or the entity upon behalf of which the personwacted, executed the instrument. before me, Wendy Barry, Notary Public, personally WITNESS my hand and official seal. (NOTARY SEAL) - NOTARY SIGNATURE %% CONTRACT PUBLIC WORKS This agreement is made this 5 ' day of , 2045 by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and whose principal place of business is ZONDIROS CORPORATION 2401 208TH STREET, SUITE C8. TORRANCE, CA90501 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform allwork specified in the Contract documents for: DOVE LIBRARY CHILDREN'S GARDEN, Contract No. 425-4. (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documenls consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technicbl Ability and Experience, Re Debarment, Non- collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and the supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been 4$ Revised 10/08/03 Contract No. 425-4 Page 25 of 132 Pages furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 111 disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Conlractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware'of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. - 4- ts Revised 10108103 Contract No. 425-4 Page 26 of 132 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. !nsurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain 'the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to.the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor- The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of Insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the - d. claim is made or suit is brought, except with respect to the limits of the insurer's liability. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom e% k& Revised 10/08/03 Contract No. 425-4 Page 27 of 132 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense exDenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/ar under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Contractor's bid. Cost Of Insurance. The Cost of all insurance required under this agreement shall be .included in the 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. e* %@ Revised 10/08/03 Contract No. 425-4 Page 28 of 132 Pages L (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carisbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. init CK init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established bythis contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised 10/08/03 Contract No. 425-4 Page 29 of 132 Pages 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: corporation of the Zodl 6 Grpocatr;x? ame of Contractor) By: ATTEST: L - CWIG 3-j ,si.mf (print name and title) .I ..., " . , , <. , ".~ii.... . .? .. President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that ofiicer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney BY: @Lk De uty City Attorney T;% Revised 10108103 Contract No. 425-4 Page 30 of 132 Pages CERTIFTCATE OF ACKNOWLEDGEMENT e me, Wendy Barry, Notary Public, personally personally known to me (or proved to me on the basis of &&factory eviddnce) to be the personHwhose name&) isle subscribed to the within instrument and acknowledged to me that helskeClhey executed the same in hislherittreir authorized capacity(@, and that by hislhedhir signature@-on the instrument the person(sS:or the entity upon behalf of which the perso*) acted, executed the instrument. WITNESS my hand and official seal. (NOTARY SEAL) NOT YSIGNATURE @e .- ZONDIROS CORPORATiON GE~ERAL ENGINEER hG COhlRACTORS June 16,2005 9:00 AM Meeting held at 1833 Diamond St. #102, San Marcos, CA Zondiros Corporation Meetinq Minutes CorDorate Resolution Tom Zondiros, President of Zondiros Corporation hereby recognizes Craig Barry, as signer on any Zondiros Corporation Contract or legal ere two signatures are required, Craig Barry is authorized to sign Is of this Corporation. Tom Zondiros- 611 6/05 Date .- L 1833 Diamond St. Suite 102. San Marcos, CA 92078 tic. # 766708-A Telephone: 76&510-6747 Fax: 760-510-6827 ORIGINAL provisions, provender o to be done, or for any w extent hereinafter set NOW, THEREFORE, designated as the in the sum of ISSUED IN TWO ORIGINRL COUNTERPARTS COUNTERPART NO.& ZONDIROS CORPORATION , as Principal, (hereinafler as Surety, are held firmly bound unto the City of Carlsbad Dollars TRAVELERS CASURLTY 8ND SURETY COMPANY OF AMERU other supplies or Learns used in. upon or about the performance of the work agreed rk or labor done thereon of any kind, the Surety on this bond will pay the same to the fo-th. WE, "Contractor"), and ~_______ EIGHTY EIGHT THOUSAND SEVEN HUNDRED FORTY TWO LABOR AND MATERIALS BONO NO: InASndlK1 . . . . - - - - . __ PREAIUM: INCLUDED IN THE PREMIUM CHARGED FDR THE PERFORMANCE BDND WHEREAS, the City C unctl of the City of Carlsbad, State of California, by Resolution No. 2005-156, adopted M 1 Y 17, 2005 , has awarded to ZONDIROS CORPORATION No. 425-4. (hereinafter designated s the "Principal"), a Contract for: DOVE LIBRARY CHILDREN'S GARDEN, Contract e). ks Revised lOiO~lO3 Contract No. 425-4 Page 31 of 132 Pages - Executed by CONTRACTOR this RTH - Executed by SURETY this ETH day day of JUNE ,2045- of 1UNF ,20L. CONTRACTOR: SURETY: ZONDIROS CORPORAT1,DN . . TRAVELERS CASUALTY AND SURETY COflPANY OF All ERICA I +--- (name of Surety) 700 N. CENTRAL AVENUE, ETH fLOOR GLENOALE CA 91203 (address of Surety) CRAIG BRRRY 816-409-4240 (prinl;f;L e here) telephone number of Surety) VICE PRESIDENT (signature of Attorney-in-Fact) .- By: 3ULIA B. LEONARD, ATTORNEY-IN-FACT (sig here) (printed name of Attorney-in-Fact) (attach corporate resolution showing current power (print dame here) of attorney) (title and organlzation of signatory) (Proper notarial ackno\n/ledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-presi ent and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation ust attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that n 4 ficer to bind the corporalion.) APPROVED AS TO FqKM: RONALD R. BALL City Attorney By: em ts Revised 10/0~103 Contract No. 425-4 Page 32 of 132 Pages CERTIFICATE OF ACKNOWLEDGEMENT County of 011 ;ruhem ms appeared to me 011 the b subscribed to the within instrument and acknowledged to ine that he/A&hey executed the same in his/lpritl.p;Lauthorized capacity(*, and that by his/he&k& signature on the instrument the personCf,)ror the entity upon behalf of which the perso+) acted, executed the instrument. WITNESS my hand and official seal. before me, Wendy Barry, Notary Public, personally personally known to me (or proved nce) to be the personMwhose name@ islaw- (NOTARY SEAL) 0UCCAUFORNlA NOT YSIGNATURE CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of CALIFORNIA County of RIVERSIDE On JUN 8 2005 personally appeared before me, S.L. KYSETH, NOTARY PUBLIC Name and Title of Ofkelcer (e.~., "Jane Doe, Notary Public") JULIA B. LEONARD, ATTORNEY IN FACT Name($ d Signer(s) personally known to me -OR- proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m h nd an official eal. HMdM _____---_II_____________I_______ OPTIONAL ---_---________________________I____ Though the information below is not required by law, it may prove valuable to persons relying on the document and couldprevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: 0 Individual 0 Individual 0 Corporate Officer 0 Titles(s): ____ 0 Title(s): 0 Partner-• Limited 0 General 0 Partner - Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Trustee 0 Trustee 0 Guardian or Conservator 0 Other: 0 Other: 0 Corporate Officer 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: BD-1133 09/00 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro- gram under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an in- surer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $1 00,000,000,000.00, provided that the insurer has met its deductible. - Please note that passage of the Act does not result in any change in cov- erage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and irnbed- ded in your overall premium, and is no more than one percent of your pre- mium. ET-101s (9/01) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 BOND NO: 104504163 ISSUED IN TWO ORIGINAL COUNTERPARTS - POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal ofices in the City of Hartford, County of Word, State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attorney@)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line he filled in, within the area there designated the following instrurnent(s): by hidher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other ’ writings obligatory in the nature of a bond, recognizance, or conditional underc&ing and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent a!i if the same were signed by the duly authorized ofticers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOm. That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Resident, any Vice President, any Sewnd Vice President, the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign With the Company’s name and seal with the Company’s seal bonds, recognizances. contracts of indemnity, and other writings obligatory in the nature of a bond. recopnizanee, or conditional undertaling. and any of said officers or the Board of Directors at any time may remove any such VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Resident or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the Resident, any Vice Chahan, any Executive Vice Resident, any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed With the Company’s seal by a Secretary or Assistant Secretary, or @) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a with delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED. That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be aOrixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for . purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or und- to which it is attached. - pintee and revoke the power given him or her. IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELER5 CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto afllxed this 15th day of May, 2000. STAlE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY BY George W. Thompson Senior Vice President On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that hdshe is Senior Vice President of TRAVELERS CASUALTY kNIl SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMWGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals atfixed to the said instrument are such corporate seals; and that hdshe executed the said instrument on behalf of the corporations by authority of lusher office under the Standing Resolutions thereof. My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the Ciry of Hartford, State of Connecticut. Dated this BTH day of JUNE ’ 2005 BY Kori M. Johanson Assistant Secretary, Bond FAITHFUL PERFORMANCElWARRANTY BOND - WHEREAS, the City Chuncii of the City of Carisbad, State of California, by Resolution No. 2005-156. adopted MPh' 17. 2005 , has awarded to ZONDIROS CORPORATION (hereinafter designated ks the "Principal"). a Contract for: DOVE LIBRARY CHILDREN'S GARDEN, Contract No. 4254. ;L in the City of Carlsbad in strict conformity with the contract, the drawings and specifications, and other Contract Documents n w on file in the Office of the City Clerk of the City of Carisbad, all of which are incorporated herein by this reference. WHEREAS, Principal h s execuled or is about to execute said Contract and the terms thereof require the furnishing of a bond for he faithful performance and warranty of said Contract: 4 1 ZONDlROS CORPORATION , as Principal, (hereinafter b- as Surety, are held firmly bound unto the City of Carlsbad D SEVEN HUNDRED FORTY TWO Dollars ($88,742). said sum be ng equal to one hundred percent (100%) of the estimated amount of Ihe Contract. to be paid to City or its rtain attorney. its successors and assigns; for which paymenl, well and truly to be made, we bind ourse es. our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by thes presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrat s, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the ovenants. conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects acc rding to their true intent and meaning. and shall indemnify and save harmless the City and void; otherwise it stall remain in full force and effect. As a part of the obliga ion secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enfprcing such obligation. all to be taxed as costs and included in any judgment rendered. Surely stipulates and grees that no change, exlension of time, alteration or addition to the terms of the Contract, or to the wor to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and ii does hereby waive notice of any change, extension of time, alterations or addition to the terms 04 the contract or to the work or to the specifications. of Carlsbad. its officer I , employees and agents, as therein stipulated, then this obligation shall become null I 1 L em Revised 1 O/h8/03 Contract No. 425-4 Page 33 of 132 Pages In the event thal Con ractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Suretyfr m its obligations under this bond. 6 - Executed by CONTRAhTOR this 8TH Execuled by SURETY this BTH day of day of JUNE ,2005. JUNE ,2oJ& CONTRACTOR: SURETY: ZONDIRDS CORPORATION TRAVELERS CASUALTY AND SURETY CDflPANY OF APIERICA (name of ontractor) (name of Surety) 700 N. CENTRAL AVENUE, BTH FLOOR GLENDALE CA 91203 (address of Surety) By: '(sig here) CRAIG BARRY BIB-409-4240 (print n me here) (tele one number of Surety) VICE PAESIOENT 7 (Title and Organi ,ation of Signatory) BY: &--@( (signature of Attorney-in-Fact) By: JULIA B. LEONARD, ATTORNEY-IN-FACT (si91 here) (printed name of Attorney-in-Fact) , (print ndme here) (Attach corporale resolution showing current power of attorney.) (Title and Organibation of signatory) (Proper notarial acknofledgment of execution by CONTRACTOR and SURW must be attached.) (President or vice-pre idenl and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation ust attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that 6 , fficer to bind the corporation.) APPROVED AS TO F~RM: RONALD R. BALL City Attorney By: Deputy City Attorley \ e* Revised 10ldl8/03 Contract No. 425-4 Page 34 of 132 Pages CERTIFICATE OF ACKNOWLEDGEMENT On rh (3,2095 before me, Wendy Barry. Notary Public, personally personally known to me (or proved satisfactory evi’dence) to be the person&) whose name@ islam subscribed to the within instrument and acknowledged to me that he/shekhey executed the same in hislhedtt.& authorized capacity(+, and that by hislh- signaturewn the instruinent the pel-sonmr the entity upon behalf of which the personwacted, executed the instrument. WITNESS my hand and official seal. (NOTARY SEAL) NOTARY SIGNATURE CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT I State of CALIFORNIA County of RIVERSIDE I I On JUN before me, S.L. KYSETH, NOTARY PUBLIC 8 2005 Name and Title of otticer(e.s., "Jane Doe, Notary Public") I personally appeared JULIA 6. LEONARD, AlTORNEY IN FACT Name(s) of Signer(s) personally known to me -OR- 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and wuldprevent fraudulent removal and reatlachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer's Name: Signer's Name: 0 Individual 0 Individual 0 Corporate Officer 0 Titles(s): ~ Title(s): 0 Partner - 17 Limited 0 General Partner - 0 Limited General 17 Attorney-in-Fact 0 Attorney-in-Fact Trustee 0 Trustee Guardian or Conservator 0 Other: 0 Other: I Corporate Officer 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: - 80-1133 09/00 I STPAUL e TRAVELERS - IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term pro- gram under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act fur- ther provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of cov- ered losses caused by certain acts of terrorism which is in excess of an in- surer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $1 00,000,000,000.00, provided that the insurer has met its deductible. - Please note that passage of the Act does not result in any change in cov- erage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbed- ded in your overall premium, and is no more than one percent of your pre- mium. ILT-101s (9/01) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AM) SURETY COMPANY FARMINCTON CASUALTY COMPANY Hartford. Connecticut 06183-9062 BONO NO: 104504163 ISSUED IN TWO ORIGINAL COUNTERPARTS - POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY@)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford. State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Julia B. Leonard, Ken Coate, Kenneth A. Coate, Mark N. Gladding, of Riverside, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or. if the following line be filled in, within the area there designated the following instrument(s): by hidher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other ’ writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney@)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Sranding Resolutions of said Companies, which Resolutions are now in full forcc and effect: VOTED: That the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Coprate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances. contracts of indemnity, and other writings obligatory in - the nature of a bond. recognizance, or conditional undertaking. and any of said officers or the Board of Dmtors at any time may remove any such VOTED: That the Chairmnn, the President. any Vice Chairman, any Executive Vice PresidenS any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees ofthis Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman. any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly atlested and sealed with the Company’s seal by a Secretary or Assistant Secretary. or @) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents. Resident Assistant Secretaries or Attorneys-in-Fact for I purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. pointec and revoke the power given him or her. IN WITNESS WHEREOF, TRAVELERS CASUALTY ANI) SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto alilxed this 15th day of May, 2000. STATE OF C0M.IECllCl.T )SS. Hartford COUNTY OF HARTFORE TRAVELERS CASUALTY AND SURETY COMPkhTY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY BY George W. Thompson Senior Vice President On this 15th day of May, 2000 before me personally came GEOR’GE W. THOMPSON to me knovn, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY ‘kND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMTANY and FARMWGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; ,that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that hdshe executed the said instrument on behalf of the corporations by authority of hisher office under the Standing Resolutions thereof. expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FHMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of :Hartford, State of Connecticut. Dated this BTH day of JUNE ’ 2005’ HARTFORD. BY Kori M. Johanson Assistant Secretary, Bond CONN. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for DOVE LIBRARY CHILDREN'S GARDEN, Contract No. 425-4 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. - 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. - ern ts Revised 10/08/03 Contract No. 425-4 Page 35 of 132 Pages 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediatelyconvert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (a), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR ,-- Name Signature - For Contractor: For Escrow Agent: Address Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ,-- e- +$ Revised 10/08/03 Contract No. 425-4 Page 36 of 132 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. - For City: For Contractor: For Escrow Agent: ,-- 43 Revised 10/08/03 Title MAYOR Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 425-4 Page 37 of 132 Pages SUPPLEMENTAL PROVISIONS FOR DOVE LIBRARY CHILDREN'S GARDEN CONTRACT NO. 425-4 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. - Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. fhe word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal', "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ,.- 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. e- %# Revised 10/08/03 Contract No. 425-4 Page 38 of 132 Pages Agency -the City of Carlsbad, California City Council -the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hislher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or hislher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. -- Owner OperatorlLessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility Deputy City Engineer, Construction Management (L Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts Apartment and Apartments Bldg ............................................ Building band Buildings CMWD ....................................... Carlsbad Municipal Water District CSSD ......................................... Carlsbad Supplemental Standard Drawings cfs .............................................. Cubic Feet per Second Comm ........................................ Commercial DR Dimension Ratio .. ............................................ 0 .............................................. em tS Revised 10/08/03 Contract No. 425-4 Page 39 of 132 Pages E ................................................. Electric G ................................................ Gas gal .............................................. Gallon and Gallons Gar ............................................. Garage and Garages GNV ........................................... Ground Not Visible gpm ............................................ gallons per minute IE ........................................... : .... Invert Elevation LWD ........................................... Leucadia Water District MSL ............................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ........................................ Microtunneling Boring Machine NCTD ......................................... North County Transit District OHE ........................................... Overhead Electric OMWD ....................................... Olivenhain Municipal Water District ROW .......................................... Right-of-way S ................................................. Sewer or Slope, as applicable SDNR ......................................... San Diego Northern Railway SDRSD ...................................... San Diego Regional Standard Drawing SFM ........................................... Sewer Force Main T ................................................. Telephone UE .............................................. Underground Electric W ............................................... Water, Wider or Width, as applicable VWD .......................................... Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performanceharranty bond and payment bond (labor and materials bond) for this contract. The faithful performancdwarranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful petformance/warranty bond will be reduced to 25 percent of the original amount 30 days after 43 Revised 10/08/03 Contract No. 425-4 Page40of132Pages recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California. and as amended bv the SuDDlemental Provisions section of this contract. The construction plans consist of ONE set of plans designated as City of Carlsbad Drawing No. 425-4 which consists of twelve sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents. the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) City of Carlsbad Supplemental Provisions. 3) Plans. 4) City of Carlsbad Engineering Standards, 2004 Edition. 5) San Diego Regional Standard Drawings 6) State of California Department of Transportation Standard Plans 7) Standard Specifications for Public Works Construction 8) Reference Specifications 9) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over e %$ Revised 10/08/03 Contract No. 425-4 Page 41 of 132 Pages general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall 0 be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.9. The label '4-C would indicate the third instance that the.fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: .I) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." ,I By: Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-todate a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specitications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (IO) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-9 SURVEYING 2-9.1 Permanent Survey Markers: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by 55 8772 and 8773, et seq. of the California Business and Professions Code. e r,# Revised 10/08/03 Contract No. 425-4 Page 42 of 132 Pages 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain andlor make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK - 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor’s costs and shall constitute the markup for all overhead and profits: Labor ................................... 20 1) 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures __ 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation tJ Revised 10/08/03 Contract No. 425-4 Page 43 of 132 Pages for bonding. (b) markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the 0 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5). and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cayse, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if ern k# Revised 10/08/03 Contract No. 425-4 Page 44 of 132 Pages x possible, or other appropriate action promptly taken 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor'spresentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any 0 ew r.# Revised 10/08/03 Contract No. 425-4 Page 45 of 132 Pages work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than ffty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 15 days afler receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days afler receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the =8 time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding e- k# Revised 10/08/03 Contract No. 425-4 Page 46 of 132 Pages Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as othe*se provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. -- SECTION 4 - CONTROL OF MATERIALS .~ 4-1 MATERIKS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If. after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. ex. %@ Revised 10/08/03 Contract No. 425-4 Page 47 of 132 Pages 0 Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. @ Revised 10/08/03 Contract No. 425-4 Page 48 of 132 Pages SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless Otherwise directed by the Engineer. - 5-6 COOPERATION. Add the following: City of Carlsbad Public Works Department will coordinate relocation of irrigation and electrical pull box. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 15 calendar days after receipt of the ”Notice to Proceed“. Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be @ Revised 10/08/03 Contract No. 425-4 Page 49 of 132 Pages 0 made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-m-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-1.1 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made there for. . 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials. and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes grading, wall, flatwork, landscape and irrigation construction at the Dove Library Children's Garden. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, 'The Contractor's Representative". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the e= ts Revised 10/08/03 Contract No. 425-4 Page 50 of 132 Pages Contractor agrees that no delay has occurred and that it will not submit any claim(s) there for. 67 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. 67.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:30 a.m. and 4:30 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in hislher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept !he completed Work. Upon the Board's acceptance of the Work the Engineer will cause a 'Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty- five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 69 LIQUIDATED DAMAGES. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that Five Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. (3 Revised 10/08/03 Contract No. 425-4 Page 51 of 132 Pages SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 74 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highwap (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the _appmpiab biditem and-no additional compensation will be allowed therefore. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are ,necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made there for. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. *- +$ Revised 10/08/03 Contract No. 425-4 Page 52 of 132 Pages 78.6 Water Pollution Control. Add the following: Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDRs) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. SECTION 9 -- MEASUREMENT and PAYMENT 41 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the US. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice of Completion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days afler the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert t.hat additional payment is due, the Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is .a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days afler receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate .and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. . . ~ . ~~~ ~~~ ~~ -. ~.. ~- ~ - ~ ~ ~ ~ e- a# Revised 10/08/03 Contract No. 425-4 Page 53 of 132 Pages The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified. the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement’with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responSibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. -=e Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shaU proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lumpsum price bid therefore in the bid schedule, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatoty Work, as described in this section, and that the Contractor shall have no right to additional 0 4- %@ Revised 10/08/03 Contract No. 425-4 Page 54 of 132 Pages compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment. an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. em t.s Revised 10/08/03 Contract No. 425-4 Page55of132Pages SUPPLEMENTAL PROVISIONS FOR DOVE LIBRARY CHILDREN’S GARDEN PART 2, TECHNICAL SPECIFICATIONS 02 100 - CLEARING AND DEMOLITION 1 GENERAL The requirements of the General Conditions, Supplementary General Conditions, and Division 1 apply to the work of this section. 1.1 SCOPE A. Clearing and removal as indicated on the drawings and specified herein including but not limited to the following: 1. Protection of existing work to remain 2. Temporary partitions and barricades 3. Removal of items noted 1.2 B. Related work specified elsewhere: 1. Earthwork 2. Earthwork for Structures 3. Grading 4. Landscape Irrigation 5. Landscape Planting 6. Site Utilities (lighting) Field conditions: Take into consideration as necessary work all obvious existing conditions and installations on the site as though they were completely shown or described. Accept the site of the work as it exists and clear obstructions to the work shown. Examine the site and all conditions and limitations thereon and thereabouts. Take into account all such existing conditions and limitations whether or not the same are specifically shown or mentioned in any of the contract documents and include whatever is needed to complete the work in every part as shown, described, or reasonably required or implied to attain the completed condition contemplated by the contract. Include the reworking of abutting surfaces as required to make new work join GENERAL PROVISIONS A. . ._ .. B. C. and match existing surfaces to remain. Before work is accepted and fmalized, the Contractor shall furnish the City of Carlsbad with a recycling report showing the recycling facility‘s name and address, type and tonnage of recycled andlor disposed materials. Warning Signs and barricades: Adequate warning signs, lanterns, lighting, etc. for vehicular and personnel protection shall be positioned and maintained during the period of work as required by applicable safety ordinances. Take all necessary precautions to prevent pedestrian and vehicular traffic through construction areas. Utilities: preserve in operating condition, unless otherwise noted, all active utilities traversing project site. Repair damage to such utilities caused by work under this contract to satisfaction of owning utility company or agency. D. 1.3 PROTECTION A. B. Children’s Garden 56 02100 City of Carlsbad Contract No. 425-4 1.4 SITE UTILIZATION A. B. C. Confining of activities: Confine operations to areas indicated so as not to interfere with the functional operation of the surrounding area. Traffic and site entry: Confine equipment and employee traffic pattern designated entry or exit areas as directed by the City of Carlsbad . Storage area: Equipment and materials shall be stored on the site or in a secured storage area as designated by the City of Carlsbad . 2 3 EXECUTION PRODUCTS (MATERIALS): As necessary for the proper completion of this work. 3.1 GENERAL: Verify all items and extent of removal of all items indicated for removal with the City of Carlsbad before processing. 3.2 METHODS A. Within the limits of the construction area, on-site and off-site, clear and remove from the premises all grass, brush, decayed vegetable matter, large roots, asphalt concrete and concrete pavements, concrete footings and slabs, and all other material indicated for removal, as shown on plans. Refill depressions excavated below grade for the removal of objectionable materials with suitable materials compacted to a relative density of 90% or more in accordance with ASTM D1557-70. Limits of the Work: The indicated items of demolition are not to be construed by the Contractor as a complete list of all the demolition work, but as a guide to the main areas of work involved. Other demolition shall be carried out by the Contractor, at the direction of the Civs representative, where it is required to complete the project and carry out the intent of the Contract Documents. Concrete and bituminous surfacing to be removed shall be removed to the limits indicated or required, and shall be disposed of off the site. All cutting shall be done to a neat and even line with proper tools. Any concrete broken beyond the indicated limits shall be removed to the nearest joint or score line and then replaced with new concrete to match the existing at the Contractor's expense. Crushed Concrete and Bituminous Materials: Break up and completely remove all existing concrete surfacing, curbs, gutters, walks and bituminous surfacing indicated to be removed. 1. E. C. D. E. Tree Removal: Within working limits of this contract remove all trees indicated by symbol or noted on plans to be removed. Remove trees, together with the bulk of roots, to a minimum depth of 4' - 0" below existing grade. Tree removal shall be the first work performed upon job start. Holes resulting from tree removal shall be filled and compacted with clean earth to the required density as specified for filling under sections "Grading". Filling shall not be done until holes have been approved by the City of Carlsbad . Remove all roots that have 'heaved" paving to a depth sufficient to replace paving to the surrounding level. Verify locations on site with City of Carlsbad representative prior to performing work. Refer to sections 01045 and 0251 1 for information regarding pavement replacement. All demolished materials must be removed from the site on the same day that demolition occurs. Sidewalks, driveways, etc. shall be left in a clear and accessible condition at the close of each workday. All holes and depressions left as a result of demolition shall be backfilled or plate covered after demolition occurs. Sidewalks, driveways, etc. shall be left in a clear and accessible condition except at the actual time of demolition activity. Children's Garden 57 02100 City of Carlsbad Contract No. 425-4 2. 3. F. G. 3.3 CLEAN-UP: Site: all debris resulting from the work of this section, together with all tools, equipment, and appliances used shall be completely removed from the site upon completion of the work. 0 END OF SECTION Children’s Garden 5% 02100 City of Carlsbad Contract No. 4254 I. 1.1. I .2. 1.3. 1.4. 2. 2.1. SECTION 02115 TREE PROTECTION AND TRIMMING PART 1 - GENERAL RELATED DOCUMENTS 1.1.1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY 1.2.1. This Section includes the protection and trimming of trees that interfere with, or are affected by, execution of the Work, whether temporary or new construction. Related Sections include the following: 1.2.2. 1.2.2.1. 1.2.2.2. 1.2.2.3. 1.2.2.4. SUBMITTALS Division 1 Section "Summary of Work" for limits placed on Contractor's use of the site. Division 2 Section "Site Clearing" for removal limits of trees, shrubs, and other plantings affected by new construction. Division 2 -Section- "Earthwork" for building and utility trench excavation, backfilling, compacting and grading requirements, and soil materials. Division 2 Section "Landscaping" for tree and shrub planting and transplanting, tree support systems, and soil materials. 1.3.1. Certification: From a qualified arborist that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. Imported Topsoil: Submit agricultural suitability soil test from an accredited soils testing laboratory. 1.3.2. QUALITY ASSURANCE 1.4.1. Arborist Qualifications: An arborist certified by the International Society of Arboriculture or licensed in the jurisdiction where Project is located. Tree Pruning Standards: Comply with ANSI A300, "Trees, Shrubs, and Other Woody Plant Maintenance-Standard Practices," unless more stringent requirements are indicated. 1.4.2. PART 2 - PRODUCTS MATERIALS Children's Garden 59 02100 City of Carlsbad Contract No. 425-4 . .+.: .;,_ , -' ' '. 2.1.1. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. 2.1.2. Topsoil: Fertile, friable, surface soil, containing natural loam and complying with ASTM D 5268. Provide topsoil that is free of stones larger than 1 inch in any dimension and free of other extraneous or toxic matter harmful to plant growth. Obtain topsoil only from well-drained sites where soil occurs in depth of 4 inches or more; do not obtain from bogs or marshes. 2.1.3. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. Chain Link Fence: Metalliccoated steel chain link fence fabric, 0.120-inch- diameter wire size; 48 inches high, minimum; line posts, 1.9 inches in diameter; terminal and corner posts, 2-3/8 inches in diameter; top rail, 1-5/8 inches in diameter; bottom tension wire, 0.177 inch in diameter; with tie wires, hog ring ties, and other accessories for a complete fence system. 2.1.4. 3. PART 3 - EXECUTION 3.1. PREPARATION 3.1.1. Temporary Fencing: Install temporary fencing located as indicated or outside the drip line of trees to protect remaining vegetation from construction damage. 3.1.1.1. Install chain link fence according to ASTM F 567 and manufacturer's written instructions. 3.1.2. Protect tree root systems from damage due to noxious materials caused by runoff or - spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems. Do not allow fires under or adjacent to remaining trees or other plants. 3.1.3. 3.1.4. 3.2. EXCAVATION 3.2.1. Install shoring or other protective support systems to minimize sloping or benching of excavations. Do not excavate within drip line of trees, unless otherwise indicated. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks and comb soil to expose roots. 3.2.3.1. 3.2.2. 3.2.3. Relocate roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and relocate them without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 inches back from new construction. 0 Children's Garden 60 02100 City of Carlsbad Contract No. 425-4 3.2.3.2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3.2.4. Where utility trenches are required within drip line of trees, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. 3.2.4.1. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 3.3. REGRADING 3.3.1. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by qualified arborist. unless otherwise indicated. 3.3.1.1. Root Pruning: Prune tree roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. Minor Fill: Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. Moderate Fill: Where existing grade is more than 6 inches, but less than 12 inches, below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 3.3.3.1. 3.3.2. 3.3.3. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip-line perimeter, place drainage fill up to 6 inches below elevation of grade. Place filter fabric with edges overlapping 6 inches minimum. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.3.3.2. 3.3.3.3. 3.4. TREE PRUNING 3.4.1. 3.4.2. Prune remaining trees affected by temporary and new construction. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by qualified arborist. Pruning Standards: Prune trees according to ANSI A300 as follows: 3.4.3.1. 3.4.3.2. 3.4.3. Type of Pruning: Crown cleaning. Type of Pruning: Crown thinning. Children’s Garden 61 02100 City of Carlsbad Contract No. 4254 3.4.3.3. 3.4.3.4. 3.4.3.5. 3.4.3.6. Cut branches with sharp pruning instruments: do not break or chop. Type of Pruning: Crown raising. Type of Pruning: Crown reduction. Type of Pruning: Vista pruning. Type of Pruning: Crown restoration. 3.4.4. 3.4.5. Chip branches removed from trees. Spread chips where indicated or as directed by Architect. 3.5. TREE REPAIR AND REPLACEMENT 3.5.1. Promptly repair trees damaged by construction operatiins within 24 hours. Treat damaged trunks, limbs, and roots according to written instructions of the qualified arborist. Remove and replace dead and damaged trees that the qualified arborist determines to be incapable of restoring to a normal growth pattern. 3.5.2.1. 3.5.2. Provide new trees of 6-inch caliper size and of a species selected by Architect when trees more than 6 inches in caliper size, measured 12 inches above grade, are required to be replaced. 3.5.3. Aerate surface soil, compacted during construction, 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch- diameter holes a minimum of 12 inches deep at 24 inches O.C. humus material. Backfill holes with an equal mix of augered soil and approved 3.6. DISPOSAL OF WASTE MATERIALS 3.6.1. Burning is not permitted. END OF SECTION Children's Garden 62 021 00 City of Carlsbad Contract No. 425-4 02200 - EARTHWORK 1 GENERAL The requirements of the General Conditions, Supplementary General Conditions, and Division 1 apply to the work of this section. 1.1 SCOPE A. Provide all labor, equipment and materials in connection with excavation and backfill for site grading and structures, complete. in accordance with this section of the specifications and the applicable drawings. 1. Clearing and Demolition 2. Site Utilities 3. Landscape Planting 4. Landscape Irrigation Examine all sections of the specifications for work related to that of this section. Provide all work hereunder as required for the support and accommodation of related work. B. Related work specified elsewhere: C. 1.2 . GENERAL REQUIREMENTS A. 8. C. D. E. F. Coordination of the Work: This work shall be coordinated with all associated work in a manner that will insure that all earthwork will be accomplished as rapidly as the progress of the project will permit and that no work will be delayed for want of associated earthwork, Responsibility: If more than one subcontractor is to perform work detailed by this section, specific responsibilities shall be defined by the General Contractor. General Notes and Construction Notes on the drawings shall be considered part of this specification. Engineering: Contractor shall provide and pay for all necessary engineering services required to lay out the work, set all stakes, points, etc., for line, measurements, distances, grades, elevations, temporary bench marks, centerline ties, and when monuments exist which control the location of streets, the monuments shall be located and referred by a licensed land surveyor or registered civil engineer prior to the time when any streets are reconstructed and a corner record of the references shall be filed with the County Surveyor. Permits and Fees: Contractor shall obtain all permits required in connection with this work. Any fees made necessary by the removal and disposal of excess earth and debris shall be paid for by Contractor. Dust Control: Whenever the work in this contract causes dust in the atmosphere, water sprinkling shall be used to limit the amount of dust and pollution rising and scattering in the air, and as necessary to comply with all governing regulations. 1.3 APPLICABLE DOCUMENTS A. B. C. Uniform Building Code, 1985 edition, as published by the International Conference of Building Officials. ASTM D1557: Test for moisture density relations of soils . ASTM D1556: Test for in-place density of soils. Children's Garden 63 02200 City of Carlsbad Contract No. 425-4 D. All applicable requirements of the California Construction and General Industry Safety Orders, the Occupations Safety and Health Act of 1979. and the Construction Safety Act shall be followed. Existing Grades: Prior to commencing any earthwork, it shall be the responsibility of the Contractor to verify the accuracy of the existing grades as shown on the Contract Documents and report any discrepancy to the City of Carlsbad representative for verification. Failure to do so shall constitute acceptance of the grades as shown and no subsequent claim for additional compensation based upon an allegation of incorrect information concerning the existing grades will be considered. Existing construction adjoining the construction site shall be protected from damage. The Contractor shall examine the conditions at the site and assume responsibility as to the character of the earth and other items that may be encountered during the excavation below existing grades. The Contractor shall be responsible for the protection and maintenance of existing utility lines throughout the project site unless they are indicated for removal. Existing utility lines which are in service shall be protected from damage or displacement during the work. Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and other facilities from damages caused by settlement, lateral movement, undermining, washout, and other hazards created by excavation operations. 0 I .4 EXISTING CONDlTtONS A. B. C. D. E. PROTECTION OF PERSONS AND PROPERTY A. 1.5 B. 0 2 PRODUCTS 2.1 BACKFILL AND FILL MATERIALS A. Fill and Backfill: Site till and backfill shall be suitable native material. An agricultural suitability analysis is required on fill soil brought in for new turf area. Results shall be submitted to The City of Carlsbad and The City of Carlsbad representative Any import or borrow materials that are to be used as structural fill shall be approved by the City of Carlsbad prior to construction. B. DRAINAGE FILL: Washed, uniformly graded mixture of crushed stone, or crushed or uncrushed gravel, with 100% passing a 1-1/2" sieve and not more than 5% passing a No. 4 sieve. SOIL SEPARATOW FILAMENT FABRIC: 100% polyester (polyethylene terephthalate), continuous filament fabrics products to be used are Trevira, code #I I15 as distributed by Southern California Organic Fertilizer Co., Inc. P.O. Box 4907, El Monte, CA 91734, or approved equal. 2.2 2.3 3 EXECUTION 3.1 PREPARATORY WORK A. All vegetation (exclusive of trees), trash, debris, or other deleterious material shall be stripped from the area to be excavated and removed from the site. Removal/relocation of trees shall be as shown on the plans. All items covered under the clearing and demolition section of work shall be completed prior to the commencement of grading operations. Areas to be graded and improved shall be brought to the required grades by cutting and/or filling. Areas to be surfaced with bituminous surfacing or other B. 3.2 GRADING: A. Children's Garden 64 02200 City of Carlsbad Contract No. 425-4 paving shall be graded to a depth below the finish grades shown, equal to the thickness of the surfacing to be constructed. Provide all earth required to complete the work under this section. Grade stakes will be set by the Contractor surveyor. Grade or location stakes lost or disturbed shall be reset by the Contractor and at no expense to the City of Carlsbad. FILL AND FILL BELOW PAVING A. Fill shall be placed to the lines and grades indicated on the drawings. B. Prior to placing fill, the exposed surface shall be scarified to at least 12 inches, watered to near optimum moisture content and compacted to at least 95% of the material's maximum dry density. Fill shall be placed in 6 in. lis, watered to near optimum moisture content, and compacted to at least 95% of the material's maximum dry density prior to placement of the succeeding lift. The upper 6 in. of the sub grade below paving areas shall be scarified and compacted to at least 90% of the maximum dry density. Base materials in these areas shall be brought to a minimum of 95% compaction. 1. B. 3.3 C. D. Compaction tests shall be performed in accordance with ASTM D1557-70 Method 'c". If the material contains more than 10% of the material which is retained on a 3/4" sieve, the correction shall be made for the plus 3/4" materials as per note No. 2 of ASTM D1557, as follows: Note 2 - If it is advisable to maintain the same percentage of coarse material (passing a 2-in. sieve and retained on a No. 4 sieve) in the moisturedensity sample as in the original field sample, the material retained on the 3/4" sieve shall be replaced as follows: Pass an adequate quantity of the representative pulverized soil through the 2-in. and 3/4 in. sieve and replace - it with an equal weight of material passing the 3/4 in. sieve and retained on the No. 4 sieve. Take the material for replacement from the unused portion of the sample. E. Fill for landscape areas shall be placed to the grades and lines indicated on the drawings and shall be as directed and approved by the City's representative. Fill for these areas (5 ft. outside building lines) shall be compacted to 85% of maximum dry density. New areas indicated as "lawn", "turf, "planting areas" shall receive imported top soil which shall be good grade of clean, sandy loam, garden soil, free from rocks or pebbles over 112" in diameter, debris, waste materials or any material deleterious or harmful to plant life. Imported top soil shall be inspected and approved by the City' representative at the source from which it is to be obtained. Material shall be obtained only from the approved source. Future planting areas shall be graded so that, upon cultivation and fertilization, they will conform to the finish grades indicated for the planting areas. F. G. 3.4 FOUNDATION SYSTEMS: Continuous footings, pier footings, or pad footings used to support the structures shall be founded within the compacted till or native material. Laboratory tests shall be performed at the contractor's expense to characterize the expansive properties of the near-pad-grade materials at the completion of rough grading. A. 3.5 CONSTRUCTION MONITORING: Placement of all fill and backfill shall be monitored by representatives of the City of Carlsbad . This includes observation of prepared bottoms prior to filling. All excavated slopes, both temporary and permanent, shall be observed by a representative of the City of Carlsbad. Supplemental Children's Garden 65 02200 City of Carlsbad Contract No. 425-4 recommendations may prove warranted based upon the materials exposed in the actual excavations. Foundation excavations shall be observed by representatives of the City of Carlsbad to see if the recommended penetration of proper supporting strata has been achieved. Such observations shall be made prior to placing concrete, steel, or forms. The City of Carlsbad shall be notified at least 24 hours prior to placing concrete. All compacted fill and sub grade areas shall be observed and tested by representatives of the City of Carlsbad upon notification by the Contractor. The City of Carlsbad shall be notified at least 72 hours prior to the time such testing is required. If any areas do not pass this compaction test, the Contractor shall pay for all necessary re-testing by the City of Carlsbad representatives, excluding rain delays. Finish Grading: finish grade 10 ft. out from the structures in such a way as to avoid damage to the structures, services or other site improvements. "Finished Grades" as used herein, mean the required final grade elevations indicated on the drawings. Where not otherwise indicated, site areas outside of buildings or slabs shall be given uniform slopes between points for which finished grades are shown, or between such points and existing established grade. Noise and Dust Abatement: During the entire period of construction, the contractor shall exercise all reasonable and necessary means to abate undue noise. Necessary sprinkling and wetting of the entire construction site shall be performed so that said premises will not be excessively dusty at any time and the amount of dust carried in the air will be kept to a minimum. Contractor shall obtain and pay for all water required for dust control. 0 8. C. 3.6 ADDITIONAL REQUIREMENTS A. B. C. 0 END OF SECTION Children's Garden 66 02200 City of Carlsbad Contract No. 4254 SECTION 0231 1 GRADING AND EXCAVATION 1. PART 1 -GENERAL 1.1 WORK INCLUDED 1 .I .1 1.1.2 1.1.3 Remove topsoil and soil materials, including stockpile. Excavate, grade and contour site Excavation for site improvements as shown on drawings, including foundations and utility systems. 1.2 RELATED WORK 1.2.1 Section 02235 - Site Clearing, Demolition and Renovation. 1.3 REFERENCES 1.3.1 Standard Specifications for Public Works Construction (SSPWC) ("Green Book"), latest edition as adopted by serving jurisdictional authority. 1.4 PROJECT RECORD DOCUMENTS 1.4.1 1.4.2 Submit documents under provisions of Section 01770 Accurately record location of utilities remaining, rerouted utilities, new utilities by horizontal dimensions, elevations or inverts, and slope gradients. 1.5 PROTECTION 1.5.1 Protect trees, shrubs, lawns, rock outcropping, and other features remaining as portion of final landscaping. Protect bench marks, existing structures, fences, roads, sidewalks. curbs. Protect above or below grade utilities which are to remain. 1.5.2 and paving and 1.5.3 1.6 QUALITY ASSURANCE: 1.6.1 Contractor Qualifications 1.6.1.1 Installing Company: Company specializing in grading and excavation work, with minimum 5 years documented experience in projects of similar scale and scope. Children's Garden 67 0231 1 City of Carlsbad Contract No. 4254 1.7 2. 2.1 2.2 3. 3.1 1.6.1.2 Installing Foreman: Individual specializing in grading and excavation work, with minimum 5 years documented experience in projects of similar scale and scope. PUBLIC AGENCY STANDARDS 1.7.1 Perform all earthwork and related structures and devices indicated as public agency standards in accordance with the standard plans and specifications of that agency. Where earthwork is constructed in public streets or rights of way, construct in accordance with the standard plans and specifications of the authority having jurisdictions and in the presence of a representative of that agency. Upon completion of the work, provide the Architect with written certification of acceptance of work by the governing agency having jurisdiction. 1.7.2 1.7.3 PART 2 - PRODUCTS TOPSOIL 2.1.1 Topsoil: Defined as the upper 4 inches of on-site material, after completion of clearing operations specified in Section 02235. DESIGN CRITERIA 2.2.1 General 2.2.1 .I All improvements shall be constructed per the referenced standards, the 0 contract documents, and as specified in this section. Where criteria shown on drawings or specified in this specification exceed that of the referenced standards, the more stringent criteria shall apply. 2.2.1.2 PART 3 - EXECUTION SURFACE CONDITIONS 3.1.1 Inspection 3.1.1.1 Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. 3.1 .I .2.1 3.1.1.2 Verify that survey benchmark and intended elevations for the Work are as indicated. Identify required lines, levels, contours, and datum. Identify known utilities. Stake and flag locations. 3.1.1.2.2 3.1.1.2.3 a Children's Garden 68 0231 1 City of Carlsbad Contract No. 425-4 3.3 3.4 * 3.1.1.2.4 Maintain and protect existing utilities remaining which pass through work area. 3.1.1.3 3.1.1.4 In the event of discrepancy, immediately notify the Architect. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.1.2 Preparation 3.1.2.1 Provide all staking and field engineering required to implement the work as shown on the drawings. Protect all stakes and benchmarks. damaged during the course of construction at no cost to Owner. Provide all equipment of such type, function and design as required to achieve specified values. 3.1.2.2 Replace all stakes and benchmarks 3.1.2.3 RECORD SURVEY CRITERIA 3.3.1 Record Survey of Excavation Work 3.3.1.1 Provide all staking and field engineering required to implement the requirements as specified. SUBSOIL EXCAVATION 3.4.1 3.4.2 3.4.3 3.4.4 Excavate soil in work areas under this contract as specified in this Section. 3.4.1.1 For purposes of defining the scope of excavation, soil materials include all rock materials. 3.4.1.2 Stockpile excavated material for reuse. Segregate material complying with criteria specified in Section 02315 as suitable for re-use as compacted fill. Oversize rock material generated by excavation shall be segregated for placement per Section 02315. After completion of grading, remove unsuitable and excess soils from site in conformance with the regulations of jurisdictional authority. 3.4.1.3 3.4.1.4 Excavate soil as specified in this Section and to accommodate foundations, slabs-on- grade, paving, landscaped areas, site contouring and site structures. Grade top of slope at perimeter of excavation to prevent surface water from draining into, or eroding excavation. Grade surfaces to provide positive drainage and prevent water ponding, prevent drainage onto adjoining properties and to implement the work. 3.4.4.1 Provide all field engineering and layout to construct work as shown on drawings, including establishing final grades, slope transitions, drainage paths and swales, and related engineering work. Children’s Garden 69 0231 1 City of Carlsbad Contract No. 425-4 3.4.4.2 Construct all drainage courses, swales, toes and tops of slopes, and related earthwork operations necessaty to maintaining drainage and access as shown on drawings or required by jurisdictional authority. 3.6 FIELD QUALITY CONTROL 3.6.1 3.6.2 3.6.3 3.6.4 3.6.5 Field observation will be performed under provisions of Section 01450, conducted by the Owners Geotechnical Engineer. Geotechnical engineer shall evaluate the suitability of soil materials. Perform earthwork under the continuous observation of the Owner's Geotechnical Engineer. Earthwork fill operations shall comply with the requirements of the Uniform Building Code. Tests and analysis of soil material will be performed in accordance with ASTM or WBC test standards. 3.6.3.1 The Geotechnical Engineer will review soil materials for conformance with this section. The Geotechnical Engineer will submit reports to the Building Department, Architect and Engineer, comparing results of testing with the requirements of this section and documenting location and scope of tested materials. 3.6.3.2 Compaction testing will be performed in accordance with ASTM D1556-90 or other referenced methods of Section 02315. If tests indicate Work does not meet specified requirements, remove Work replace and retest at no cost to Owner. 3.7 PROTECTION and Dust Control 3.7.1 Protect excavations by methods required to prevent cave-in or loose soil from falling into excavation. Provide for dust control under the provisions of Section 01500. Maintain all streets and public ways free of dust and mud as directed by local jurisdictional authority, including use of wash down and street sweeper equipment. 3.7.2 3.7.3 END OF SECTION Children's Garden 70 0231 1 City of Carlsbad Contract No. 425-4 SECTION 02320 TRENCHING 1. 1 .I I .2 1.3 1.4 PART 1 - GENERAL SECTION INCLUDES 1.1.1 1 .I .2 Compacted bedding. 1.1.3 Backfilling and compaction. RELATED SECTIONS 1.2.1 . Section 0231 1 - Grading and Excavation. 1.2.2 1.2.3 REFERENCES i3.1 1.3.2 1.3.3 Excavate trenches for utilities and services. Section 02315 - Filling and Backfilling. Division 16 - Electrical Work. ASTM C136 - Method for Sieve Analysis of Fine and Course Aggregates. ASTM D1556 -Test Method for Density of Soil in Place by the Sand - Cone Method. ASTM D1557-91 - Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3). ASTM D2922-81 - Density of. Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). ASTM D3017-96 - Moisture Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) Green Book - Standard Specifications for Public Works Construction, latest edition, as adopted by jurisdictional authority, including amendments. 1.3.4 1.3.5 . 1.3.6 PUBLIC AGENCY STANDARDS 1.4.1 Perform all earthwork and related structures and devices indicated as public agency standards in accordance with the standard plans and specifications of that agency. Where earthwork is constructed in public streets or rights of way, construct in accordance with the standard plans and specifications of the authority having jurisdictions and in the presence of a representative of that agency. Secure and pay for all necessary permits for work performed under conditions which exist in 1.4.2 above. The Owner will pay for associated inspection fees. 1.4.2 1.4.3 Children’s Garden 71 02320 City of Carlsbad Contract No. 4254 2. 2.1 2.2 2.3 2.4 3. 3.1 1.4.4 Upon completion of the work, provide the Architect with written certification of acceptance of work by the governing agency having jurisdiction. PART 2 - PRODUCTS BACKFILL MATERIALS 2.1 .I Type C - Class 100-E-I00 per Table 201-1.1.2 (Green Book) slurry mix as approved by Owner and geotechnical engineer. Type D - Backfill: On-Site or imported nonexpansive soils complying with Section 02315 for backfill. 2.1.2 BEDDING MATERIALS 2.2.1 Type A - Crushed Gravel: Angular, natural stone; free of shale, clay, friable material, sand, debris; graded within the following limits: Sieve Size Percent Passing 314 inch 95 to 100 No. 4 0 to 10 No. 100 0 2.2.2 Type B - Sand: Natural river or bank sand; free of silt, clay, loam, friable or soluble materials. or organic matter; maximum particle size and volume of 1/2 inch and 18 percent respectively, with minimum Sand Equivalent value of 30 per California Test Method 21 7. Type E - Concrete Encasement: Class 480-C-2000 per Table 201-1 .1.2 (Green Book), as approved by Owner and geotechnical engineer. 2.2.3 ACCESSORIES 2.3.1 Detection tape: Provide plastic tape with metallic stripping suitable for locating underground piping and conduits. Provide pre-printed label identifying conduitlpipe type, alternating with word ''CAUTION". -4. I DESIGN CRITERIA 2.4.1 General 2.4.1.1 All improvements shall be constructed per the referenced standards, the contract documents, and as specified in this section. Where criteria shown on drawings or specified in this specification exceed that of the referenced standards, the more stringent criteria shall apply. 2.4.1.2 PART 3 - EXECUTION SURFACE CONDITIONS 3.1.1 Inspection Children's Garden 72 02320 City of Carlsbad Contract No. 425-4 3.1.1.1 Prior to work of this section, carefully inspect previously installed work. Verify all such work is complete to the point where this installation may properly commence. Verify that work of this section may be installed in strict accordance with the original design, all pertinent codes and regulations, and all pertinent portions of the referenced standards. Verify proposed fill material is acceptable to Soils Engineer. Where trenching occurs in landscaped areas, verify proposed fill material is 3.1 .I .2 acceptable to the City. In the event of discrepancy, immediately notify the City. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.1.1.3 3.1.1.4 3.2 PREPARATION 3.2.1 Identify required lines, levels, contours, and datum. 3.2.1.1 Provide all staking and field engineering required to implement the work as shown on the drawings. Protect all stakes and benchmarks. Replace all stakes and benchmarks damaged during the course of construction at no cost to Owner. Set grade stakes using instrument technology, at 50 foot grid interval at areas with gradients greater than 2 percent. Set grade stakes, using instrument technology, at 25 foot grid interval at areas with gradients less than 2 percent. Provide all equipment of such type, function and design as required to achieve specified values. 3.2.1.2 - 3.2.1.3 3.2.1.4 3.2.1.5 3.2.2 Existing Utility and Services Criteria. 3.2.2.1 Locate all existing water, sanitary sewer, storm drain, and gas lines, electrical and telephone conduit and other underground utilities, including service connections and all other underground structures affected by work of this contract. Review existing record drawings, conduct site investigations, retain qualified cable/pipe/line locator services, and implement all other means necessary to define the location of underground systems. Obtain all necessary permits for safety or otherwise, and comply with conditions of permit. 3.2.2.2 3.2.2.3 Obtain and review all available drawings, notes, and information on the location of underground lines and structures in determining the location of the existing facilities. Children’s Garden 73 02320 City of Carlsbad Contract No. 425-4 3.2.2.4 3.2.2.5 3.2.2.6 3.2.2.7 3.2.2.8 3.2.2.9 3.2.2.10 3.3 EXCAVATION Prior to demolition or disconnect, obtain Owners approval that such system does not impact facilities or systems beyond the extent of this contract. Pothole utility lines in advance of construction to permit any required adjustment in horizontal or vertical location of pipe line. Submit drawing to City showing utility line locations. Backfill pothole, compact and restore surface improvements in accordance with these specifications or in accordance with local jurisdiction having authority if applicable. Maintain electronic pipe finder on the job at all times. Mark all existing lines in advance of trenching operations. Document any surface defects, by photographic or other approved means, prior to conducting trenching operations. Upon completion of construction, all concrete showing nondocumented settlement, spalls, gouges, cracks or other defects will be evidence of damage by the Contractor’s forces. Repair or replace such damaged surfaces to the satisfaction of the City. Return all surface improvements designated to remain, which are removed for excavation, to their original condition, except to comply with other portions of the contract. Prior to commencing trenching, obtain all necessary permits for safety or otherwise, and comply with conditions of permit. 3.3.1 3.3.2 3.3.3 Excavate subsoil required for utilities. 3.3.1.1 Remove all earth, sand, gravel, water, quicksand, stone, loose rock, solid rock, clay, shale, cement, hardpan, boulders, and all other materials necessary to be moved in excavating the trench for the designated pipe or conduit. 3.3.1.2 Maintain the excavation by trench sidewall support systems, including shoring, bracing, sheeting or well pointing. Remove trench sidewall support systems from trench after installation. 3.3.1.3 Maximum length of open trench: 3.3.2.1 Trench Width 3.3.3.1 3.3.3.2 Except by permission of the Owner, no open trench is permitted overnight. Provide trench width as indicated on the drawings. Provide minimum 12 inches clear excavation between outer surfaces and the trench sidewall or bracing at manholes, concrete valve boxes, and similar structures. Children’s Garden 74 02320 City of Carlsbad Contract No. 425-4 3.3.4 Where trench is parallel to footing, do not permit trench bottom below a plane having a downward slope of 21 (H:V) beginning from a line 9 inches above the bottom of the footing, nor closer than 18 inches to face of footing. a 3.3.5 Excavate trenches to the depths shown on the drawings, including any required allowances for bedding under the pipe, when required, and for the pipe groove. Provide cover over the top of the pipe as specified or, if not specified, the minimum cover, including any paving, as required by local jurisdiction having authority. Hand trim excavation. Hand excavate for pipe joints. Remove loose matter. Remove lumped subsoil, boulders, and rock. Correct unauthorized excavation at no cost to Owner. Correct areas overexcavated by error. Remove excess material not being used from site. Test and inspect all utility lines prior to backfilling. Record and verify "As-Built" elevations and locations on Record Drawings prior to backfilling. 3.3.7 3.3.8 3.3.9 3.3.10 3.3.1 1 3.3.12 3.3.13 3.3.14 3.4 BEDDING a 3.4.1 Place and compact bedding material as shown on drawings. 3.4.2 3.4.3 Comply with requirements specified in this Section. here concrete encasement is shown, place free of voids and segregation of materials. Consolidate as required by Geotechnical Engineer. 3.5 BACKFILLING 3.5.1 Backfill trenches to finish grade with specified materials to depths and levels indicated for the location of the work. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. 3.5.2.1 3.5.2 Maintain all trenches free from water during the progress of the work. 3.5.2.2. When required by weather conditions, provide channel adjacent to pipe, conduct water to sump and pump out of trench. Do not permit water to enter the pipe. 3.5.3 Fill: Place and compact material in continuous layers. 3.5.3.1 Compact by mechanical means by the use of mechanical tampers of a size and type necessary to achieve the required degree of compaction. No jetting or water compaction will be allowed. 3.5.3.2 Children's Garden 75 02320 City of Carlsbad Contract No. 425-4 ~ ~~~~ 3.5.3.3 3.5.3.4 Backfill in liis not exceeding 6 inches in compacted thickness. Compact trenching located in paving areas to 95 percent in the upper 12 inches, and 90 percent for the remainder. Compact trenching located in landscaped areas to 90 percent. Place detection tape at 12 inches above uppermost portion of pipe or conduit. Extend in continuous alignment with pipe or conduit. 3.5.3.5 3.5.3.6 3.5.4 Employ a placement method that does not disturb or damage foundation perimeter drainage or utilities. Maintain at least optimum moisture content of backfill materials to attain required compaction density. Remove surplus backfill materials from site. Leave site completelyfree of excess fill materials. Slurry Backfill: Place slurry backfill at all trenches located in paved areas as shown on drawings and as directed by Engineer. 3.5.5 3.5.6 3.5.7 3.5.8 3.6 FIELD QUALITY CONTROL 3.6.1 Field inspection and testing will be performed under provisions of Section 01450, and conducted by the Owners Geotechnical Engineer. 3.6.2 Perform earthwork under the continuous observation of the Owner's Geotechnical Engineer. Earthwork fill operations shall comply with the requirements of Chapter 18. UBC. 3.6.3 Tests and analysis of fill material will be performed in accordance with ASTM 01557. 3.6.3.1 The Engineer will review fill materials, including on-site materials and imported materials. See Section 0231 1, 3.6.3.1. 3.6.4 3.6.5 Tests and analysis of fill material will be performed in accordance with ASTM DI557. Compaction testing will be performed in accordance with ASTM D1556 and ASTM D2922. If tests indicate Work does not meet specitied requirements. remove Work replace and retest at no cost to Owner. 3.6.6 3.7 PROTECTION OF FINISHED WORK 3.7.1 3.8 SCHEDULE Protect finished Work under provisions of Section 01 500. 3.8.1 Bedding Fill: Children's Garden 76 02320 City of Carlsbad Contract No. 425-4 3.8.1.1 OnSite Conduit and Piping: Type B, minimum 4 inches below and 12 inches above pipe crown, and per referenced standard. 3.8.2 Backfill - Unpaved areas: 3.8.2.1 Type D. 3.8.2.2 Place as specified in this Section. 3.8.3 Backfill - Paved areas: 3.8.3.1 3.8.3.2 Type C slurry mix backfill. Place as directed by Owner and geotechnical engineer and as specified in this Section. END OF SECTION Children’s Garden 77 02320 City of Carlsbad Contract No. 4254 SECTION 02631 LANDSCAPE DRAINAGE SYSTEM 1. 1.1. 1.2. 1.3. 2. 2.1. PART 1 - GENERAL GENERAL CONDITIONS 1.1.1. The General Conditions, and Special Conditions are a part of this section and the Contract for this work and apply to this section as fully as if repeated herein. The term 'Owner' shall mean City of Carlsbad 1.1.2. SUMMARY 1.2.1. This work includes all services, labor, materials, transportation and equipment necessary to perform the landscape drainage work as shown and noted on the drawings and/or specified herein. SUBMITTALS 1.3.1. Contractor shall submit a complete list of all drainage materials to be used a minimum of four (4) weeks prior to delivery. PART 2 - PRODUCTS MATERIALS 2.1.1. 2.1.2. 2.1.3. 2.1.4. 2.1.5. 2.1.6. 2.1.7. Solid Drain Pipe - Smoothwall: Pipe shall be manufactured from high density polyethylene resin conforming to ASTM 0-3350. Drain Pipe Fittings: compatible with pipe used. Preformed Drain Pipe: Pipe shall be high density polyethylene resin conforming to ASTM D-3350 or a highly chemical resistant, rigid, onplasticlzed PVC resin conforming to ASTM D 175-85 and D-2241. Pipe shall be shop perforated and shall have a filter mat cover of non-woven needle punctured, polyethylene equivalent. Pipe Bedding: Bedding material shall be compacted, coarse clean sand, 3/16-inch maximum gradation for solid pipe. Perforated pipe bedding shall be graded to size pea gravel (1/4" -112"). Atrium Drain (In Landscape Planter): Atrium drain shall be in a 6 inch round plastic atrium grate with low profile adapter color black. Atrium grate and adapter shall be equivalent to National Diversified Sales- Phone (800) 233-2509. Tree Drain Inlet: Tree drain inlet shall be 3" diameter plastic atrium grate; color black. Inlets shall be equivalent to National Diversified Sales- Phone (800) 233-2509. Waterproofing: Elastodeck B.T. Waterproofing by 'White Cap', #I 13-BT5 Fittings shall be styrene conforming to ASTM D-2852, Children's Garden 78 02631 City of Carlsbad Contract 425-4 3. PART 3 - EXECUTION 3.1. INSTALLATION 3.1.1. Bedding: Solid and perforated pipe shall be laid on 4" minimum bedding material with finished bottoms, without blocks. Cover solid pipe with bedding material to 4" over top of pipe. Cover perforated pipe with 4" minimum pea gravel over top of pipe. Pipe: manufacturer's published directions. Trenching: Comply with Section 0281 0, Irrigation. Drain Inlets and Grates: Install parallel to walks and walls, and in accordance with the manufacturer's published directions. Invert Elevations shall be accurate within 1/10 of a foot. Rim elevations shall be at finish grade. Backfill: Comply with Section 02810, Irrigation. Connections to Storm Drainage Systems: Make connections to storm 'drainage lines complete without damage to existing lines or structures. Conduct work so that there is a minimum interruption of service on existing lines. 3.1.2. Install pipe to line and grade indicated on the drawings, in accordance with 3.1.3. 3.1.4. 3.1.5. 3.1.6. 3.1.7. A liquid applied, singlecomponent, moisturecured polyurethane system. (Apply when cold in accordance with manufacturer's published directions.) 3.2. TESTING 3.2.1. Test all lines to insure positive drainage flow and to determine any leakage in lines. 3.2.2. 3.2.3. Clean out and re-test all lines which have restricted flow of any kind. Repair all damaged, restricted flow, and leaking lines and connections. 3.3. RECORD DRAWINGS 3.3.1. Record all work on Record Drawings prior to backfilling lines and improvements, showing piping locations and invert elevations. 3.4. PROTECTION 3.4.1. 3.4.2. Protect all inlets from entrance of foreign material and debris. Protect all inlets and grates from traffic and damage. END OF SECTION Children's Garden 79 02631 City of Carlsbad Contract 425-4 SECTION 02810 LANDSCAPE IRRIGATION 1. PART I - GENERAL 1.1. DESCRIPTION 1.1.1. Division 1 applies to this Section. Provide all labor, materials. labor, services. transportation, and equipment required to complete the Irrigation Work indicated on the Drawings and specified herein, and be ready for operation satisfactory to the City. All work called for on the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. When an item is shown on the plans but not shown on the specifications or vice versa, it shall be deemed to be as shown on both. The Landscape Architect shall have final authorityfor clarification. Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturer of articles used in this contract furnish directions covering points not shown in the drawings and specifications. 1.1.2. 1.1.3. 1.2. QUALITYASSURANCE I .2.1. Irrigation Coverage: The Contractor is responsible for full and complete coverage of all irrigated areas; make all adjustments needed to achieve this at no additional cost to the City. The pattern of the system layout, spacing, discharge pressure, and the radius of the throw of the sprinkler heads shall be as designed and shall provide full coverage of landscaped areas. 1.2.2. Applicable Standards: 1.2.2.1. 1.2.2.2. q.2.2.3. PVC - Polyvinyl Chloride 1.2.2.4. All local, municipal, and state laws, rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these specifications, and their provisions shall be carried out by the Contractor. Anything contained in these specifications shall not be construed to conflict with any of the above rules and regulations of the same. However, when these specifcations and drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these specifications and drawings shall take precedence. All materials supplied for this project shall be new and free from any defects. All defective materials shall be replaced immediately at no additional cost to City. ASTM -American Societyfor Testing and Materials ANSI - American National Standards Institute. NSF - National Science Foundation I .2.3. 1.2.4. Children's Garden 80 02631 City of Carlsbad Contract 425-4 1.2.5. The Contractor shall secure the required licenses and permits including payments of charges and fees, give required notices to public authorities, verify permits secured or arrangements made by others affecting the work of this section. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the manufacturer's recommended methods of installation, who can demontrate and explain how the equipment works, and who shall direct all work performed under this section. 1.2.6. 1.2.7. Site Reviews: 1.2.7.1. Job Start Meeting: Before starting Irrigation Work, schedule a conference regarding requirements of the Work. Provide at least seven days notice to all parties for this conference. Construction Reviews: Provide advance notification as noted for the following reviews: 1.2.7.2.1. 1.2.7.2.2. 1.2.7.2.3. 1.2.7.2.4. Final review- 72 hours. 1.2.7.2. Pressure supply line installation and testing - 72 hours. System layout and materials review - 48 hours. Coverage Tests: Prior to landscape planting - 48 hours. 0 1.3. SUBMITTALS: Refer to Section 01330 for procedures. 1.3.1. List of Materials: Submit for approval 3 copies of a complete typed list of materials with manufacturer name, the item model number, descriptive literature, and the pages in the submittal that contain the catalog cuts marked for each item. Submittals shall include, but are not limited to, the following: 1.3.1.1. Wire and connectors. 1.3.1.2. Valve box. 1.3.1.3. Remote control valves. 1.3.1.4. Pipe and fittings. 1.3.1.5. Sprinkler heads. 1.3.1.6. Quick coupling valves. 1.3.1.7. Backflow preventer. 1.3.1.8. Strainer. 1.3.1.9. Master valve 1.3.1.10. Pipe solvent. Children's Garden 81 02631 City of Carlsbad Contract 4254 1.3.1.11. Controller. 1.3.1.12. Drip irrigation equipment. 1.3.1.13. Booster pump. 1.3.1.14. Gate valves. 1.3.1.15. Check valves. 1.3.1 .I 6. Equipment enclosures. I .3.2. Controller Chart: 1.3.2.1. 1.3.2.2. 1.3.2.3. 1.3.2.4. 1.3.2.5. 1.3.2.6. Project Record Drawings shall be approved by the Architect (or Owner's Representative) before controller charts are prepared. Provide one controller chart for each controller supplied, showing !he area serviced by each controller. The chart shall to be a reduced diagram of the actual system, of the maximum size that will fit inside controller housing, double sided if required for readability. In the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a readable size. The chart shall be a blackline print, indicating the area of coverage of each remote control valve with a distinctly different color highlighter pen marked over entire area of coverage. A minimum of six individual colors shall be used for the controller chart unless less than six control valves are indicated. Landscape Architect or Citfs authorized representative must approve record drawings before controller charts are prepared. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum 20 mils. These charts shall be completed and approved prior to final acceptance of the irrigation system. 0 1.3.3. Operating and Maintenance Manuals: Prepare and submit in conformance with Section 01 770. Provide five manuals detailing operation and maintenance requirements for Irrigation system, 10 days prior to completion of Work, with sufficient detail to permit maintenance personnel to understand, operate, and maintain the equipment. Each complete, bound manual shall include the following information: 1.3.3.1. Index sheet stating Contractor's address and telephone number, duration of guarantee period, list of equipment including names and addresses of local manufacturer representatives. Operating and maintenance instructions for all equipment A spare part lists and related manufacturer information for all equipment. 1.3.3.2. 1.3.3.3. 1.3.4. Submittal Log: Prior to final review of the Work, submit a log with dates and approval or 0 acceptance signatures for the following: Children's Garden 82 02631 City of Carlsbad Contract 425-4 1.3.4.1. 1.3.4.2. 1.3.4.3. 1.3.4.4. 1.3.4.5. 1.3.4.6. 1.3.4.7. 1.3.4.8. 1.3.4.9. 1.3.4.10. 1.3.4.1 1. Job start meeting. Plumbing permits. List of materials. Construction reviews. Controller charts. Receipt of materials at site. Record drawings. Operation and maintenance manuals. Training of Owner's personnel. Manufacturers' warranties. Written guarantee. 1.3.5. Substitutions: 1.3.5.1. The Landscape Architect or City's authorized representative will allow no -. substitutions without prior written acceptance. If the Irrigation Contractor wishes to substitute any equipment or materials for those equipment or materials listed on the irrigation drawings and specifications, he may do so by providing the following information to the Landscape Architect or City's authorized representative for approval. Provide a written statement indicating the reason for making the substitution. Provide catalog cut sheets, technical data, and performance information for each substitute item. Provide in writing the difference in installed price if the item is accepted. 1.3.5.2. 1.3.5.3. 1.3.5.4. 1.3.5.5. 1.3.6. Record Drawings: Prepare and submit in conformance with Section 01770. Submit dimensioned.drawings showing location and depth of points of connection, pressure lines, control wires, gate valves, backflow prevention unit, master valve, isolation valves, automatic remote control valves (indicate station number and size), controller (indicate controller number and station count), quick coupling valves, remote control valves, sprinkler heads, stub up locations for raised planters, and related equipment as may be directed. 1.4. JOB CONDITIONS I .4.1. Examination of Drawings and Site: 1.4.1.1. Drawings: Drawings are diagrammatic. Avoid conflicts between the irrigation systems, planting, architectural features, and utilities. Install plumbing in planting areas wherever possible. Do not exceed irrigation head spacing as Children's Garden 83 02631 City of Carlsbad Contract 4254 shown on the Drawings. Verify exact location with Owner's Representative. The approximate point of connection shall be as indicated on the Drawings. Provide minor changes due to actual site conditions. Fittings: Drawings do not indicate all offsets, fittings, sleeves, etc., which may be required by structural and finished conditions. Furnish fittings required to meet these conditions. Field Conditions: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Landscape Architect as soon as detected. In the event this notification is not performed, the Irrigation Contractor shall assume full responsibility for any revision necessary. The Contractor shall verify and be familiar with the locations, size and detail of points of connection provided as the source of water, electrical supply, and telephone line connection to the irrigation system. Provide written notification of field conditions such as obstructions, grade differences, or discrepancies in dimensions or in available water pressure at the point of connection (water pressure should be a minimum of 150% more than design pressure). Irrigation design is based on the available static water pressure shown on the drawings. Contractor shall verify static water on the project prior to the start of construction. Should a discrepancy exist, notify the Landscape Architect and City's authorized representative prior to beginning construction. Start of Irrigation Work shall indicate acceptance of all field conditions encountered and acceptance of the responsibility for revisions necessary because of field conditions. Attached as an appendix to these specification is an excerpt of the Irrigation Plan for the initial construction of the Dove Library. Grading: Verify that the grading has been completed before starting the Irrigation Work. Utilities and Soils: Exercise extreme care in excavating and working near existing utilities. Prior to cutting into the soil, the Contractor shall locate all cables, conduits, and other utilities as are commonly encountered underground and he shall take proper precautions not to damage or disturb such improvements. If a conflict exists between such obstacles and the proposed work, the Contractor shall promptly notify the Landscape Architect and City who will arrange for relocations. Repair any damage to utilities caused by Irrigation Work. Check existing utiltty drawings for locations and verify in the field. The Irrigation Contractor shall coordinate with the General Contractor for installation of required slewing as shown on the plans. The Contractor will proceed in the same manner if a rock layer or any other such conditions are encountered. 1.4.1.2. 1.4.1.3. 1.4.1.4. 1.4.1.5. 1.5. GUARANTEE 1.5.1. In addition to manufacturers' specific warranties, warrant the entire irrigation system for a period of one year from date of generally substantial completion per Section 01770. The entire sprinkler system, including all work done under this contract, shall be unconditionally guaranteed against all defects and fault of material and workmanship, including settling of backfilled areas below grade, for a period of one (1) year following the filing of the Notice of Completion. Children's Garden 84 02631 City of Carlsbad Contract 425-4 1.5.2. Should any problem with the irrigation system be discovered within the guarantee period, that problem shall be corrected by the Contractor at no additional expense to City within ten (10) calendar days of receipt of written notice from City. When the nature of the repairs as determined by the City constitute an emergency (Le. broken pressure line) the City may proceed to make repairs at the Contractor's expense. All damages to existing improvement resulting either from faulty materials or workmanship, or from the necessary repairs to correct same, shall be repaired to the satisfaction of the City by the Contractor, all at no additional cost to the City. At Contractor's expense, promptly repair all damage to paving, planting and other components that are due to settlement of improperly compacted trench soil. Guarantee shall be submitted on Contractor's own letterhead as follows: 1.5.3. 1.5.4. GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and unusual abuse, or neglect excepted. We agree to repair or replace any defective material during the period of one year from date of filing of the Notice of Completion and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within 10 calendar days following written notification by the City. In the event of our failure to make such repairs or replacements within the time specified after receipt of written notice from City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT NAME: PROJECT LOCATION: CONTRACTOR NAME: ADDRESS: TELEPHONE: SIGNED: DATE: 1.6. INSPECTIONS 1.6.1. The Contractor shall permit the Landscape Architect and City's authorized representative to visit and inspect at all times any part of the work and shall provide safe access for such visits. Where the specifications require work to be tested by the Contractor, it shall not be covered over until accepted by the Landscape Architect, City's authorized representative, and/or governing agencies. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Should any work be covered without testing or acceptance, it shall be, if so ordered, uncovered at the Contractor's expense. 1.6.2. Children's Garden a5 02631 City of Carlsbad Contract 425-4 1.6.3. Inspections will be required for the following at a minimum: 1.6.3.1. System layout 1.6.3.2. Pressure test of irrigation mainline (Four hours at 125 PSI or 120% of static water pressure, which ever is greater.) Mainline pressure loss during test shall not exceed 2 PSI. Coverage test of irrigation system. Test shall be performed prior to any planting. Final inspection prior to start of maintenance period 1.6.3.3. 1.6.3.4. 1.6.3.5. Final acceptance Site observations and testing will not commence without the field record drawings as prepared by the Irrigation Contractor. Record drawings must be complete and up to date for each site visit. Work that fails testing and is not accepted will be retested. Hourly rates and expenses of the Landscape Architect, Ciws authorized representative, and governing agencies for reinspection or retesting will be paid by the Irrigation Contractor at no additional expense to City. 1.6.4. I .6.5. 1.7. STORAGE AND HANDLING 0 1.7.1. Use all means necessary to protect irrigation system materials before, during, and after installation and to protect the installation work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the acceptance of the Landscape Architect and City and at no additional cost to the City. Exercise care in handling, loading, unloading, and storing plastic pipe and fittings under cover until ready to install. Transport plastic pipe only on a vehicle with a bed long enough to allow the pipe to lay flat to avoid undue bending and concentrated external load. 1.7.2. 1.8. EQUIPMENT 1.8.1. Supply as a part of this contract the following items: 1.8.1.1. Two (2) wrenches for disassembly and adjustment of each type of sprinkler head used in the irrigation system. Three 30-inch sprinkler keys for manual operation of control valves. Two keys for each automatic controller. Two quick coupler keys with a 1" bronze hose bib, bent nose type with hand wheel and two coupler lid keys. One valve box cover key or wrench. Six extra sprinkler heads of each size and type. 1.8.1.2. 1.8.1.3. 1.8.1.4. 1.8.1.5. 1.8.1.6. Children's Garden 86 02631 City of Carlsbad Contract 425-4 I .9 2. 2.1. e 2.2. 2.3. 2.4. 1.8.2. The above equipment shall be turned over to City's authorized representative at the final inspection. COMPLETION 1.9.1. At the time of the pre-maintenance period inspection, the Landscape Architect, Ciws authorized representative, and governing agencies will inspect the work, and if not accepted, will prepare a list of items to be completed by the Contractor. At the time of the post-maintenance period or final inspection the work will be re-inspected and final acceptance will be in writing by the Landscape Architect, City's authorized representative, and governing agencies. The City's authorized representative shall have final authority on all portions of the work. After the system has been completed, the Contractor shall instruct Ciws authorized representative in the operation and maintenance of the irrigation system and shall furnish a complete set of operating and maintenance instructions. Any settling of trenches which may occur during the one-year period following acceptance shall be repaired to the City's satisfaction by the Contractor without any additional expense to the City. Repairs shall include the complete restoration of all damage to planting, paving or other improvements of any kind as a result of the work. I .9.2. 1.9.3. 1.9.4. PART 2 - PRODUCTS -~ ~ SUMMARY 2.1.1. Use only new materials of the manufacturer, size and type shown on the drawings and specifications. Materials or equipment installed or furnished that do not meet Landscape Architect's, City's, or governing agencies standards will be rejected and shall be removed from the site at no expense to the City. METAL PIPE AND FITTINGS 2.2.1. 2.2.2. Pipe: ANSI, Schedule 40 galvanized mild steel screwed pipe. Fittings: 125 pound class. Unions 2" and Smaller: Ground joint pattern. Brass Pipe and Fittings: Brass pipe of 85% red brass, ANSI Schedule 40 screwed pipe; fittings of medium brass, screwed 125 pound class. ANSI, Schedule 40 screwed beaded malleable iron or flanged cast iron, 2.2.3. 2.2.4. COPPER PIPE - not used 'PLASTIC PIPE AND FITTINGS 2.4.1. Polyvinyl Chloride (PVC) Pipe: Pressure supply lines 1 112 inches in diameter and smaller downstream of the backflow prevention unit shall be Schedule 40 solvent weld PVC. The PVC pipe shall conform to ASTM D1785 solvent weld type, virgin PVC compound, 2000 psi hydrostatic design stress rate, Schedule 40, marked with manufacturer's name, size, class rating, material designaton, date extruded, and NFS seal of approval. J-M, Children's Garden 87 02631 City of Carlsbad Contract 425-4 0 Vinyltech, H 8 W, Pacific Western, Extrusion Technologies, or equal. exclusively for exterior applications. Pressure supply lines 2 inches in diameter and up to 3 inches in diameter downstream of backflow prevention unit shall be Class 315 solvent weld PVC. Piping shall conform to ASTM D2241. Non-pressure lines 3/4 inch in diameter and larger downstream of the remote control valve shall be Class 200 solvent weld PVC conforming to ASTM D2672. Reclaimed water PVC pipe to be colorcoded purple in color marked on two sides with reclaimed water warning statements "Caution-Reclaimed Water". Reclaimed water piping must be accepted by the local reclaimed water governing agencies. Pipe shall be marked continuously with manufacturer's name, nominal pipe size, schedule or class, PVC type and grade, National Sanitation Foundation approval, Commercial Standards designation, and date of extrusion. All plastic pipe shall be extruded of an improved PVC virgin pipe compound in accordance with ASTM D2241 or ASTM 131785. All solvent weld PVC fittings shall be standard weight Schedule 40 and shall be injection molded of an improved virgin PVC fitting compound. Slip PVC fittings shall be the "deep socket" bracketed type. Threaded plastic fittings shall be injection molded. All tees and ells shall be side gated. All fittings shall conform to ASTM D2466. To be used 2.4.2. 2.4.3. 2.4.4. 2.4.5. 2.4.6. 2.4.7. a- 2.4.0. Threaded Nipples and Risers: Schedule EO PVC, with molded threads and shall conform - to ASTM D1785. 2.4.9. SOLVENT CEMENTS, PRIMERS AND THREAD LUBRICANT 2.5.1. Risers: Schedule 80, threaded, with #5 deformed rebars 2.5. All solvent cementing of plastic pipe and fittings shall be a two-step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel-like or ropy. Solvent cements and primers shall comply with ASTM D2564. Socket joints shall be made per recommended procedures for joining PVC plastic pipe and fittings with PVC solvent cement by the pipe and fitting manufacturer and procedures outlined per ASTM D2564 and ASTM D2855. T. Christy Enterprises, IPS Weld-On, or equal. When connection is plastic to metal, female adapters shall be hand tightened, plus one turn with a strap wrench. Joint compound shall be non-lead base Teflon paste, tape, or equal. 2.5.2. 2.6. BELL AND GASKET FITTINGS 2.6.1. Fittings for bell and gasket pressure supply lines shall be ductile iron deep bell type. Fittings shall be manufactured of ductile iron, Grade 65-45-12 in accordance with ASTM A-536. Fitting gaskets shall be in accordance with ASTM F-477. All ductile iron fittings shall be manufactured with exterior lugs. Ductile iron fittings shall be as manufactured by Leemco, Inc., Corona, California. Children's Garden 8% 02631 City of Carlsbad Contract 425-4 2.6.2. All tee fittings used to connect remote control valve assemblies and quick coupler assemblies to the mainline shall be ductile iron deep bell type. The outlet side of the tee or ell to the valve assembly shall be sized per the diameter of the largest valve in the assembly or a minimum of 2 inches. Ductile iron deep bell type reducers when used with bolt on links are allowable in lieu of reducing tee or ells. The PVC pipe to the valve assembly shall be secured to the ductile iron fitting usinaa jgint restraint. All ductile iron fittings and all bell and gasket joints within ffty (50) feet of a directional change in the mainline shall be equipped with mechanical joint restraints. The joint restraint shall be capable of securing the PVC pipe directly to the lugs on the ductile iron fittings without the use of bolts, links and adapters. The joint restraint shall be capable of securing PVC pipe to PVC pipe and PVC pipe to ring joint isolation valves without the use of threaded linkages. Joint restraints shall be as manufactured by Leemco. Inc., Corona, California. - 2.6.3. 2.7. SPLICE CONNECTORS 2.7.1. Remote control wires: all control wires shall be solid copper, 600.vdt, type UF, polyethylene insulation of 45 ML, conforming to the following wire colors and installation requirements: 2.7.1.1. 2.7.1.2. Common Wires: White (#12 AWG) Control Wires: Different color per each station (different color than any other wire) (#12 AWG). Spare Wires: Two (2) red #I2 AWG wires from furthest valve or manifold to controller, minimum (see also plans). 2.7.1.3. 2.7.2. All wire runs under paving or through hardscape structures shall be made in PVC SCH 80 electrical conduit, a minimum of 2 times the diameter of the wire bundle. and shall sweep up into pull boxes (where greater than 200 ft distance under paving occurs). Pull box spacing shall not exceed 200 ft intervals. 2.8. VALVES 2.8.1. Quick Coupling Valves: Two-piece type brass body, designed for maximum working pressure of 150 psi operable with quick coupler. Valves shall have 1” female threads opening at base. Valves to be operated only with a coupler key, designed for that purpose. Coupler key is inserted into valve and a positive, watertight connection shall be made between the coupler key and valve. Provide 1” swivel ell quill assembly as approved. See plans for manufacturer size and model. Automatic Remote Control Valves: Electrically controlled, 200 psi rated globe style valve, normally closed, glass-filled nylon body and bonnet with 24 VAC 50/60 cycle solenoid power requirement at 0.41 amp each. See plans for manufacturer, size, and model. 2.8.2. 2.8.3. Master Valve: Cast iron and bronze solenoid control valve with water-tight coil assembly. Flow stem for flow rate and closing speed adjustment. Normally open type. See plans for manufacturer and model. Ball Valves: Shut-off valves shall be PVC ball valves with double union, Schedule 80. King Bros. or equal. One ball valve per remote control valve. One ball valve for quick 2.8.4. Children’s Garden 89 02631 City of Carlsbad Contract 425-4 2.9. 2.10. 2.11. U coupler valve. One ball valve per remote control valve. Size equal to main line. See plans for manufacturer, size, and model. Bronze “Y type strainer with cleanout valve and monel mesh strainer; size per main line. See plans for manufacturer and model. 2.8.5. 2.8.6. Buttemy Valves: 2.8.6.1. Buttemy valves shall be of the manufacturer, size, and type indicated on the drawings. Buttemy valves shall have cast iron bodies, and stainless steel stems. Buttemy valves shall have ductile iron porcelain enamel coated disc. All Buttemy valves shall have a minimum working pressure of not less than 150 psi and shall conform to AWWA standards. 2.8.6.2. 2.8.6.3. BACKFLOW PREVENTION UNITS 2.9.1. The backflow prevention unit shall be of the manufacturer, size, and type indicated on the drawings. The backflow prevention unit shall be installed in accordance with the requirements set forth by local codes. 2.9.2. 2.9.3. The backflow enclosure shall be of the manufacturer, size,-and type indicated on the drawings. AUTOMATIC CONTROLLER: Existhg Controller to be used.. IRRIGATION HEADS AND DRIP EMITTERS 2.11.1. Sprinkler Heads: All sprinkler heads shall be of the manufacturer size, type, and deliver the same rate of precipitation with the diameter, or radius, of throw, pressure, and discharge as shown on the Drawings and specified. 2.11.1.1. 2.11.1.2. Heads shall have screw adjustments. Riser units shall be fabricated in accordance with the details shown on the Drawings. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. All sprinkler heads of the same type shall be of same manufacturer When noted, body shall be equipped with a built-in check valve. Irrigation heads and drip emitters shall be used as indicated on the drawings. Irrigation heads shall have purple reclaimed water warning cover. 2.11.1.3. 2.11.1.4. 2.11.1.5. 2.11.1.6. 2.11.1.7. 2.11.2. Drip Irrigation Equipment Children’s Garden 90 02631 City of Cadsbad Contract 4254 2.11.2.1. Drip tubing equipment such as flush valves and wye strainers shall be of the manufacturer, size, and type indicated on the drawings. 2.11.3. Miscellaneous Equipment 2.11.3.1. Equipment such as flow meters, rain sensors, and master valves shall be of the manufacturer, size and type indicated on the drawings. 2.12. VALVE BOXES 2.12.1. Valve boxes shall be fabricated from a durable, weather-resistant plastic material resistant to sunlight and chemical action of soils. Plastic rectangular purple No. 3 irrigation control box with locking lid, by Brooks Products, or equal. The cover and box shall be capable of sustaining a load of 1.500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. PVC, 6 diameter communication cable pull box. Automatic control valve and ball valve boxes shall be 16"xll"xlT rectangular size. Valve box covers shall be marked "RCV" with the valve identification number, or '8V" "heat branded" onto the cover in 2 inch high letters / numbers. Quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with "QCV" "heat branded onto the cover in 2 inch hgh letters. Valve box cover shall be purple pantone No. 522 in color and permanently marked on valve box cover plate with the words "Warning-Reclaimed Water-Do Not Drink". 2.12.2. 2.12.3. 2.12.4. 2.12.5. 2.12.6. 2.12.7. 2.13. DRIP IRRIGATION EQUIPMENT: 2.13.1. Bubblers: Molded UV stabilized ABS resin 4 outlet self-cleaning flow control device operating within a pressure range of 10 to 100 psi; Pepco Quadra Bubbler #9633, or equal. Laser Drilled Tubing: Union Carbide #7510 linear low density polyethylene resin tubing with 0.169" O.D. drilled every 12" at an angle of 10 degrees. Drip System Filter: Pepco PKPC-64 150 mesh screen, or equal (no known equal). Drip System Pressure Regulator: Pepco PR-30, or equal (no known equal). 2.13.2. 2.13.3. 2.13.4. FLOW SENSOR WIRES AND COMMUNICATION WIRES - not used AUTOMATIC CONTROLLER ASSEMBLY- not used. WEATHER SENSOR ASSEMBLY - not used. FLOW SENSOR ASSEMBLY - not used 2.14. 2.15. 2.16. 2.17. 2.16. WARNING LABELS AND TAGS 0 Children's Garden 91 02631 City of Carlsbad Contract 425-4 2.18.1. Use T. Christy's riser markers, with "RECLAIMED WATER - DO NOT DRINK" in English and Spanish, for all reclaimed water sprinkler risers installed. Use T. Christy's I.D. Tags with "WARNING - RECLAIMED WATER DO NOT DRINK" in English and Spanish for all reclaimed water remote control valves. 2.18.2. 2.19. WARNING TAPES 2.19.1. Warning tape for reclaimed water mainlines: 2.19.1.1. The plastic warning tape shall be prepared with silver printing on a purple field having the words, "CAUTION: RECLAIMED WATER LINE BELOW". The overall width shall be 3 inches. 2.20. CONCRETE FOOTINGS 2.20.1. Concrete footings shall be 2,000 P.S.I. concrete at 28 days, 5 sack minimum mix, natural color. 2.21. EXTRA EQUIPMENT OPERATING AND MAINTENANCE TOOLS 2.21.1. Contractor shall provide to the Owner: 2.21.1.1. Five (5) keys for opening and locking each automatic controller cabinet and enclosure. All automatic controller enclosures shall be keyed alike. All . automatic controller cabinets shall be keyed alike. Extra drip emitters, drip access boxes, sprinkler heads, shrub adapters, filter screens and nodes in amounts equal to two (2) of each type used on the project. Extra tools for adjusting sprinkler heads, in the amounts of two (2) tools minimum per type of head used. Two (2) quick coupler keys, with matching swivel hose ells, for each type of quick coupling valve used. Two (2) 75 foot long 314" diameter virgin rubber hoses. Valve box keys: two (2) 2.21.1.2. 2.21.1.3. 2.21.1.4. 2.21.1.5. 2.21.1.6. 2.22. OPERATING AND MAINTENANCE TOOLS Wrenches: supplied. Couplers and Matching Hose Swivels with Globe Valves: Two each. 2.22.1. Two, for disassembly and adjustments of each type of sprinkler head 2.22.2. 2.22.3. Valve Box Keys: Two. 2.22.4. Controller Keys: Two. Children's Garden 92 02631 City of Carlsbad Contract 425-4 3. PART 3 - EXECUTION 3.1. EXAMINATION 3.1.1. Verification of Conditions: 3.1.1.1. Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Contractor shall acquaint himself with all site conditions and proposed site conditions as indicated on the plans and specifications. Verify that irrigation system may be installed in strict accordance with all pertinent codes and regulations, the original design, the referenced standards, and the manufacturer's recommendations. 3.1.1.2. 3.1.1.3. All scaled dimensions on drawings are approximate. Before proceeding with any work, Contractor shall carefully check and verify all dimensions and quantities and shall immediately inform Owner of discrepancies between drawings and specifications and actual conditions. No work shall be conducted where discrepancies occur, until approval has been given by the Owner. Plan locations of point of connection, pull boxes, existing equipment, sprinkler heads, backflow prevention devices, valves, controller and pipe lines are diagrammatic and indicate the spacing and relative locations of all installations. Locations shall be changed and adjusted as necessary and as directed to meet existing conditions and obtain complete water coverage. Final locations shall be determined by final site conditions and plantings. Install and extend system as shown on the drawings, and as necessary to carry out the intent of the drawings and specifications. 3.1.1.4. 3.1.1.5. Point of connection shall be approximately as shown on drawings. Connect new underground piping and valves and provide all flanges, adapters or other necessary fittings for connection. Before starting work, carefully check all grades to determine that work may safely proceed, keeping within the specified material depths with respect to finish grade. Final grades shall be accepted by the Engineer before work on this section will be allowed to begin. 3.1.1.6. 3.1.1.7. 3.1.2. Field Measurements: 3.1.2.1. Make all necessary measurements in the field to ensure precise fit of items in accordance with the original design. Contractor shall coordinate the installation of all irrigation materials with all other work. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions prior to proceeding with work under this section. 3.1.2.2. Children's Garden 93 02631 City of Carlsbad Contract 425-4 3.1.2.3. Exercise extreme care in excavating and working near existing utilities. Contractor shall be responsible for damages to utilities, which are caused by his operations or neglect. 3.1.3. Diagrammatic Intent: 3.1.3.1. 3.1.4. Layout: 3.1.4.1. 3.1.4.2. The drawings are essentially diagrammatic. The size and location of equipment and fixtures are drawn to scale where possible. Provide offsets in piping and changes in equipment locations as necessary to conform with structures and to avoid obstructions or conflicts with other work at no additional expense to City. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads, valves, backflow preventer, and automatic controller. Layout irrigation system and make minor adjustments required due to differences between site and drawings. Where piping is shown on drawings under paved areas, but running parallel and adjacent to planted areas, install the piping in the planted areas. 3.1.5. Water Supply: 3.1.5.1. Connections to, or the installation of, the water supply shall be at the locations shown on the drawings. Minor changes caused by actual site conditions shall be made at no additional expense to Cify. 3.2. POLYVINYL CHLORIDE PIPE INSTALLATION 3.2.1. Storage of Materials: 3.2.1.1. Because of the nature of plastic pipe and fittings, exercise caution in handling, loading and storing, to avoid damage. The pipe and fittings shall be stored under cover until using, and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as not to be subjected to undue bending or concentrated external load at any point. All pipe that has been dented or damaged shall be discarded unless such dent or damaged section is cut out and pipe rejoined with a coupling. 3.2.1.2. 3.2.1.3. 3.2.2. Excavation and Backfilling of Trenches: 3.2.2.1. Refer to Trenching and Reclaimed Water General Requirements where Install trench warning tape for all reclaimed water pressure applicable. mains. Locate existing lines, valves and other underground utilities before digging trenches. Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient room for pipe fittings, testing and inspecting operations. Do not backfill until the pipe system has been subjected to a hydrostatic test 3.2.2.2. Children’s Garden 94 02631 City of Carlsbad Contract 425-4 as specified. Do not cover any installed control wiring until it has been tested for shorts and visually observed by the Landscape Architect. Trenches for buried irrigation pressure lines shall be excavated wide enough to allow a minimum of six inches between parallel pipe lines and eight inches from lines of other trades. Lines shall not be installed parallel and directly over one another. Maintain three (3) inches vertical clearance between crossing irrigation lines; minimum transverse angle is 45 degrees. 3.2.2.3. 3.2.2.4. Depth of Trench: Buried Polyvinyl Chloride Pressure Line, 18 inches min., 24 inches max. All Non-Pressure Piping, 12 inches min., 18 inches max. All Pressure Pipe Under Roads, 24 inches min., 36 inches max. Trench depth for buried pipe shall be as specified above from the finish grade to the top of the pipe. The bottom of the trench shall be free of rocks, clods, and other sharp-edged objects over 1" diameter size. Deposit topsoil on one side of trench and subsoil on the opposite side, then install irrigation lines and test each section. Backfill trenches, after approval of piping, with approved material, tamping around pipe and thoroughly compacting all trench fills until 90% relative compaction has been achieved. Backfill material shall be free from rocks and clods. 3.2.2.5. 3.2.2.6. 3.2.2.7. 3.2.3. Piping: 3.2.3.1. Piping under existing pavement may be installed by jacking, boring, or hydraulic driving. No hydraulic driving is permitted under asphalt pavement. Cutting or breaking of existing pavement is not permitted. Carefully inspect all pipe and fittings before installation, removing dirt, scale, burrs, and reaming. Install pipe with all markings up for visual inspection and verifKation. Remove all dented and damaged pipe sections. All lines shall have a minimum clearallce of 6 inches from each other and 12 inches from lines of other trades. Parallel lines shall not be installed directly over each other. In solvent welding, use only the specified primer and solvent cement and make all joints in strict accordance with the manufacturer's recommended methods including wiping all excess solvent from each weld. Allow solvent welds at least 15 minutes setup time before moving or handling and 24 hours curing time before filling. 3.2.3.2. 3.2.3.3. 3.2.3.4. 3.2.3.5. 3.2.3.6. 3.2.3.7. 3.2.3.8. PVC pipe shall be installed in a manner, which will provide for expansion and contraction as recommended by the pipe manufacturer. Centerload all plastic pipe prior to pressure testing 3.2.3.9. Children's Garden 95 02631 City of Carlsbad Contract 4254 3.3. 3.4. 0 3.2.3.10. All threaded plastic-to-plastic connections shall be assembled using Teflon tape or Teflon paste. For plastic-to-metal connections, work the metal connections first. Use a non-hardening pipe dope on all threaded plastic-to-metal connections, except where noted otherwise. All plastic-to-metal connections shall be made with plastic female adapters. 3.2.3.11. 3.2.4. Irrigation Piping and Fittings: 3.2.4.1. Pipe shall be snaked from side-to-side to allow for expansion and contraction. Pipe shall rest on smooth ground without bumps, humps, etc. whether underground or above-grade. Center load below-grade pipe at IO' intervals with small amount of backfill to prevent arching and slipping under pressure. Leave joints exposed for site observation during testing. Repair any leaks and replace all defective pipe or fittings until lines meet test requirements. Do not cover any below-grade lines until they have been checked and approved for tightness, quality of workmanship and materials. Pipe ends and fittings shall be wiped with "MEK primer, Weld-On "P-70" or equal, before welding solvent is applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handling. All field cuts shall be bevelled to remove burrs and excess material before fitting and gluing together. Plastic to brass joints shall be made with plastic female adapters, metal nipple hand tightened, plus one turn with a strap wrench. 3.2.4.2. 3.2.4.3. 3.2.4.4. 3.2.4.5. 3.2.4.6. Plastic to plastic joints shall be solvent-weld, assembled per pipe manufacturer's specifications and using solvent recommended by pipe manufacturer only. All connections to polyvinyl chloride pipe mains shall be made horizontally. No water shall be permitted in the pipe until a period of at least 24 hours has elapsed for solvent weld setting and curing. 3.2.4.7. 3.2.4.8. BRASS PIPE INSTALLATION 3.3.1. Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hand hacksaw. No piping shall be cut with metallic wheel cutter of any description. Ream and remove rough edges of burrs so smooth and unobstructed flow is obtained. Carefully and smoothly place thread lubricant on male thread only. Tighten screwed joints with tongs or wrenches. Caulking is not permitted. 3.3.2. REMOTE CONTROL WIRING INSTALLATION 0 3.4.1. Provide one control wire and one common ground wire to service each valve in system. Provide 4-0" minimum expansion loop at each valve to permit removal and maintenance of valves. Children's Garden 96 02631 City of Carlsbad Contract 425-4 3.4.2. A continuous run of wire shall be used between a controller and each remote control valve. Under no circumstances shall splices be used without prior approval. Install control wires at least 18" below finish grade when not installed in same trench with buried pressure pipe. Bundle wire together with electrical tape 10 feet on center. Bundle shall be secured to the mainline with tape at intervals of 20 feet. All connections shall be of an approved type and shall occur in a valve box. Provide an 18-inch service loop at each connection. Install wires with a 2 foot coiled Imp up into each remote control valve box along mainline route. Install control wires and irrigation pressure piping in common trenches wherever possible. All irrigation control wiring passing through structure, underneath paving, traveled ways or roadways shall be placed inside conduits. As a part of the work to allow for possible damage to any common or control wire, the Contractor shall run an extra control wire on each leg of mainline from the controller to the farthest RCV. Any other additional wires required to be pulled shall be as noted on plans. All wires in pull boxes shall be loose and shall not come within three inches (3") from lid Wire Connections: Common, control and spare wires shall be installed with a 4'4" coiled excess wire length at each end enclosure. Each wire splice shall be encased in the waterproof epoxy of waterproof connectors. Wire splices shall be made only in valve or pull boxes. Testing: All wiring shall be tested for continuity, open circuits and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be fifty (50) megaohms. Any wiring not meeting this requirement shall be replaced, at the Contractor's expense. The responsibility of testing lies with the Contractor to insure it is completed. 3.4.3. 3.4.4. 3.4.5. 3.4.6. 3.4.7. 3.4.8. 3.4.9. 3.4.10. Numbering and Tagging: Identify direct burial control wires at each automatic valve and at the terminal strips of the controller with corresponding valve station numbers shown on the drawings. Tag wires at the terminal strips with 3M Scotchcode SER Wire Markers or equal. Identify spare wires by capping ends with waterproof connectors as specified above and tagging with an I.D. tag marked "SP". 3.5. BACKFILLING 3.5.1. Backfill material on all lines shall be the same as adjacent soil free of debris, litter, and rocks over 112 inch in diameter. Backfill shall be tamped in 4-inch layers under the pipe and uniformly on both sides for the full width of the trench and the full length of the pipe. Backfill materials shall be sufficiently damp to permit thorough compaction, free of voids. Backfill shall be compacted to dry density equal to adjacent undisturbed soil and shall conform to adjacent grades. Flooding in lieu of tamping is not allowed. Under no circumstances shall truck wheels be used to compact backfill Provide sand backfill a minimum of 6 inches over and under all piping under paved areas. 3.5.2. 3.5.3. 3.5.4. 3.5.5. Children's Garden 97 02631 City of Carlsbad Contract 425-4 3.6. 3.1. 3.8. 3.9. 3.10. 3.11. 3.12. Section not used. Section not used. REMOTE CONTROL VALVE INSTALLATION 3.0.1. Install remote control valves in locations approximately as shown on the drawings, with 4" distance from top of flow control stem to valve box lid. Install a union type connection, with one ball valve per remote control valve. Fit with valve box and locking cover as shown in the detailed drawings. Fit with reclaimed water use warning tag where reclaimed water is to be used with valve. Install one valve per valve box, maximum. Do not run other pipes through valve boxes. Valves shall be installed in planted areas, 12" from curbs or paved areas, wherever possible. Never place valves in traffic areas or in pavement. 3.8.2. VALVE BOX AND PULL BOX INSTALLATION 3.9.1. Install valve boxes as shown in the detail drawings. Valve boxes shall be installed in shrub areas whenever possible. Install no more than one valve per box. Each valve box shall be installed on a foundation of 3/4 inch gravel backfill, 3 cubic feet minimum. Valve boxes shall be installed with their tops 112 inch above the surface of surrounding finish grade in lawn areas and 2 inches above finish grade in ground cover areas. Heat brand in 2" high lettering, the identification number of the valve and the controller clock on the cover of the remote control valve box. Pull boxes shall be labeled "PB" in like manner described for valves. "BV" for ball valve, etc., etc. 3.9.2. 3.9.3. 3.9.4. Section not used. MISCELLANEOUS EQUIPMENT 3.11.1. Install all assemblies specified herein according to the respective detail drawings or specifications, using best standard practices. Quick coupler valves shall be set approximately 12 inches from walks, curbs, header boards, or paved areas where applicable. Install devices such as rain sensors, freeze sensors, flush valves, air relief valves and master valves as indicated on the drawings and as recommended by the manufacturer. 3.11.2. 3.11.3. FLUSHING 3.12.1. Main Lines: Flush underground mains and lead-in connections to sprinkler system thoroughly before connecting to control valves. Flush mains using a flush out assembly at lowest elevation. Prior to installation of irrigation heads, the valves shall be opened and a full head of water used to flush out the lines and risers. 3.12.2. Children's Garden 98 02631 City of Carlsbad Contract 425-4 3.12.3. Lateral Pipes: After all sprinkler pipe lines and risers are in place and connected and prior to installation of sprinkler heads, flush all lines with a full head of water. Do not install heads until lines have been flushed and approved. Irrigation heads shall be installed after flushing the system has been completed. 3.12.4. 3.13. Section not used. 3.14. SPRINKLER HEAD INSTALLATION 3.14.1. Install all sprinkler heads as shown in the details, and as shown in the manufacturer's instructions. Spacing of heads shall not exceed maximum indicated on the drawings. Riser nipples shall be the same size as the riser opening in the sprinler body. Nozzle size of all heads shall be adjusted to suit any particular conditions of the area. This shall be done after the system has been thoroughly tested, immediately after written notification by the Landscape Architect. 3.14.2. 3.15. Section not used. 3.16. Section not used. 3.17. Section not used. 3.18. Section not used. 0 3.19. Section not used. 3.20. Section not used. 3.21. Section not used. 3.22. Section not used. 3.23. PRESSURE TESTS 3.23.1. Do not allow or cause any of the work of this section to be covered up or enclosed until it has been observed, tested and accepted by the Landscape Architect, City, and governing agencies. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. Test pressure supply lines under 150 psi hydrostatic pressure for a period of 4 hours. All laterals shall be tested under existing static pressure to ensure all fittings and connections are water tight. Cap all risers for testing. Do not backfill over any line more than necessaty for testing until line has been inspected, tested, and approved. Center load only. Leave pipe connections uncovered. Install remote control valves, quick couplers, and other valve assemblies after testing has been approved. 3.24. COVERAGE TESTS 3.24.1. The Contractor shall be solely responsible for notifying the Landscape Architect, City, and governing agencies, a minimum of 48 hours in advance, where and when the work is ready for testing. When the sprinkler system is completed, and before any planting, the Contractor shall perform a coverage test of each system in its entirety to determine if the Children's Garden 99 02631 City of Carlsbad Contract 425-4 water coverage for the planted areas is complete and adequate in the presence of the Landscape Architect. Furnish all materials and perform all Work required to correct any (I inadequacies of coverage due to deviations from the Drawings or where the system has been willfully installed as shown on Drawings when it is obviously inappropriate or ineffective without bringing it to the attention of the Architect (or Owner's Representative). This test shall be performed prior to the planting of any lawns, hydroseed, or groundcover. 3.25. SYSTEM ADJUSTMENT 3.25.1. Adjust valve flow controls for proper operation. Adjust sprinkler heads for alignment or change nozzles for coverage and minimum overthrow. Make adjustments prior to any planting. Entire irrigation system shall be under full automatic operation for 5 days prior to any planting. If it is determined by the Landscape Architect or City's authorized representative that additional adjustments or nozzle changes will be required to provide proper coverage, all necessary changes or adjustments shall be made prior to any planting. The entire system shall be operating properly before any planting operations commence. Automatic control valves are to be adjusted so that the irrigation heads and drip tubing operate at the pressure recommended by the manufacturer. 3.25.2. 3.25.3. 3.25.4. 3.26. ACCEPTANCE 3.26.1. The Work of this Section shall be accepted in writing when completed to the satisfaction of the Owner's Representative after the 9Oday Maintenance Period. 3.26.1.1. Sprinkler Heads: Clean and adjust heads and repeat coverage test after planting to ensure full coverage at end of landscape maintenance period. Refer to Section 02900 - Landscaping. Training: Make arrangements to train Owner's maintenance personnel in the proper operations of the irrigation system and equipment. Submit affidavit stating date and duration of traifing giving all names of those present. 3.26.1.2. 3.27. IRRIGATION MAINTENANCE 3.27.1. Maintenance period shall begin when all Work indicated on Drawings and specified has been completed, inspected and approved by Owner's Representative. Maintenance work shall be performed as specified herein after, and shall be continued for a minimum period of 90 calender days. During the maintenance period the Contractor shall adjust and maintain the irrigation system in a fully operational condition providing complete irrigation coverage to all intended plantings. The Contractor shall not be released from the maintenance period obligation until all items found during inspections have been resolved to Owner's Representative's satisfaction in conformance with the Drawings and Specifications, and a written statement so stating has been issued. 3.27.1.1. Repair Materials: Have at the job site, at all times, a repair kit and spare parts for plastic pipe and irrigation heads. Tools: Provide adequate garden hoses, sprinkler heads, hose bbb keys, and other equipment and materials as necessary for the execution of maintenance work as required. 3.27.1.2. Children's Garden 100 02631 City of Carlsbad Contract 425-4 3.27.1.3. 3.27.1.4. 3.27.1.5. Weekly Inspection: Once each week of operation, after turning on a valve, examine visually each sprinkler head in the section to make certain there is no blockage by dirt or rock particles. If damage occurs to any sprinkler head causing an unrepairable effect, the damaged part shall be immediately replaced with a new part of the same manufacture at no additional cost to Owner. Repairs: If leakage occurs around junction of bonnet and body of sprinkler head, control valves, hose bibbs, or gate valves, correct by replacing the gasket between the two parts. If leakage occurs at the point where the valve stem emerges through the top of the bonnet, correct by tightening the packaging nut against the bonnet. Tighten only enough to cause the leak to stop. Replace packing if necessary. Irrigation Timing, Tests, Schedules: 3.27.1.5.1. Supervised watering of grounds shall follow a preplanned schedule, differing only as required by the season of the year. 3.27.1.5.2. The criterion for developing a schedule for irrigation is the proper maintenance of soil moisture. Adjust and improve the schedule as necessary and as approved by Owner's Representative. 3.27.1.5.3. Perform precipitation and soil moisture tests as approved by Owner's Representative. 3.28. FINAL OBSERVATION AT END OF MAINTENANCE PERIOD PRIOR TO ACCEPTANCE OF IRRIGATION WORK 3.28.1. Operate each system in its entirety for Owner's Representative at the time of final observation. Any items deemed not acceptable shall be reworked to the complete satisfaction of Owner's Representative. Show evidence to the Owner's Representative that Owner has received all accessories, charts, Record Drawings, and equipment as required before final observation occurs. Final inspection will not commence without record drawings as prepared by the Irrigation Contractor. 3.29. CLEAN UP 3.29.1. Refer to Section 01770. Clean up as each portion of the Work of this Section progresses. Remove refuse and excess dirt from the site, broom clean walks and paving, and repair any damage to surrounding areas as approved. Any damage sustained on the work of others shall be repaired to original conditions. Upon completion of the Work, restore ground surfaces to required elevations and remove excess materials, debris, and equipment from the site. -.." .. . END OF SECTION Children's Garden 101 02631 City of Carlsbad Contract 4254 SECTION 02900 LANDSCAPING PLANTING I. PART 1 GENERAL 1.1. DESCRIPTION 1.1.1. Division 1 applies to this Section. Provide all labor, materials, and equipment required to install all Landscape Work shown on the Drawings and specified herein. 1.2. QUALITY ASSURANCE 12.1. Applicable Standards: 1.2.1.1. 1.2.1.2. American Joint Committee on Horticultural Nomenclature - Standardized American Association of Nurserymen, Horticultural Standards. Plant Names. Mount Pleasant Press, Harrisburg PA, current edition. California Standard Grading Code of Nursery Stock. 1.2.1.3. Inspection of Plant Materials: Contract if plant materials of specified type and size are not available. Site Reviews: Obtain approval at each of the reviews listed below before proceeding with 4 the Work. Provide 48 hour advance notification of readiness for the following: 1.2.3.1. I .2.2. Provide notication within 10 days after the award of 1.2.3. Delivery: Delivery of plant material; including trees, shrubs, sod, vines and groundcover. Spotting: Spotting of all plant materials before excavation of planting holes. Completion: Completion of Landscaping Work. Final Review: Completion of Maintenance period. 1.2.3.2. 1.2.3.3. 1.2.3.4. Plant Names: In all cases, botanical names shall take precedence over common names. I .2.4. 1.3. SUBMITTALS 1.3.1. 1.3.2. Prior to ordering 36 box and larger trees, submit photographs of specimens for Refer to Section 01330 for procedures. Landscape Architect's review Delivery: Submit delivery receipts stating source and quantity for each of the following types of material: 1.3.3.1. Top soil. 1.3.3.2. Bulk materials. 1.3.3. Children's Garden 102 02900 City of Carlsbad Contract 425-4 1.3.3.3. Fertilizers 1.3.3.4. Sod. 1.3.3.5. Trees, shrubs, and groundcovers Contractor shall submit a complete list of soil amendments, fertilizers, and plant materials, specified with quantities and suppliers of each, a minimum of six (6) weeks prior to delivery to the site. Contractor shall submit signed copies of certificates, invoices and trip slips to the Owner for verification of quantities of all materials delivered to site for incorporation into work. Contractor shall submit one pint of bark mulch to the architect for approval. Contractor shall submit the nursery source for contract grown plant material upon award of the project. Upon completion of grading, Contractor shall obtain four (4) one quart soil samples from four (4) locations and at the depth designated by the Owner for horticultural soil testing by an independent soils laboratory. Agri-Service, phone: (760)727-5454 (or equal). The test report shall list the following information: 1.3.9.1. pH. 1.3.9.2. ECe XIO. 1.3.9.3. Sodium Absorption Rate. 1.3.9.4. Percolation Rate and soil texture. I .3.4. 1.3.5. 1.3.6. 1.3.7. 1.3.8. 1.3.9. 1.3.10. 1.3.1 1. 1.3.12. 1.3.9.5. Recommendation for soil conditioner, pH Adjuster, Fertilizers and quantities of each. Check List: Prior to final review submit a log of all check list items showing dates and approval signatures for the job start meeting, soil sampling locations, site reviews. and acceptance of punch list corrections. Pest 8 Weed Control Applicators: Submit evidence of licensing by State of California as Pest Control Operator and Advisor. Soil Testing: I .3.12.1. Contractor shall notify Owner’s Representative at the appropriate time soil analyses are to be made and request a site plan showing sampling locations. Contractor shall arrange and pay for a soils laboratory to make the necessary tests for a complete horticultural analysis with recommendations for amending the soil at the following times: 1) after construction but prior to planting; and 2) after planting. 1.3.12.2. Children’s Garden 103 02900 City of Carlsbad Contract 425-4 1.4. PRODUCT DELIVERY, STORAGE AND HANDLING 1.4.1. Delivery of Materials: 1.4.1.1. Packaged Materials: Deliver packaged materials in unopened bags or containers, each bearing the name, guarantee, and trademark of the producer, and the composition, analysis and the weight of the material. I .4.2. Storage of Materials, Equipment and Fixtures: 1.4.2.1. Plant Protection: Plant nursery stock at once upon delivery. If this is not feasible, plants shall be heeled-in, e.g. all bundles open, the plants spread out into a spade depth trench, the roots fully covered with damp soil, and protected from the sun and wind. 1.4.2.1.1. Protect plants from the drying action of sun and wind until planted. Protect container grown plants, which cannot be planted immediately upon delivery with soil, wood shavings, or other protective material. 1.5. JOB CONDITIONS 1.5.1. Do not begin the Landscaping Work until site irrigation system has been reviewed, tested, and approved. Examination of Drawings and Site: 1.5.2.1. Drawings: Drawings are diagrammatic. Plant placement will be approved in field by Landscape Architect. 1.5.2. 1.5.2.2. Field Conditions: Verify field conditions such as obstructions, grade differences, and discrepancies in dimensions. The start of Landscaping Work shall indicate acceptance of field conditions. Assume responsibility for any revisions necessary. 1.5.3. Protection: 1.5.3.1. Existing Trees: Protect trees and roots from injury as specified in Section 021 15 - Tree Protection and Trimming. Utilities: Verify that all existing utilities have been located and protected before start of Landscape Work. 1.5.3.2. 1.6. GUARANTEES AND REPLACEMENTS 1.6.1. Shrubs, vines and groundcovers shall be guaranteed to remain healthy and vigorously growing for 90 days, from date of final acceptance of project. All Contract grown plants shown on the drawings shall be guaranteed to remain healthy and vigorously growing until final acceptance of project. All plants found to be dead and all plants not in a vigorous condition noted within the Guarantee Period shall be replaced within fourteen (14) calendar days. 1.6.2. 1.6.3. Children’s Garden 1 04 02900 City of Carlsbad Contract 425-4 I .6.4. Plants used for replacement shall be the same kind and size as specified in the plant list. They shall be furnished, planted and fertilized as originally specified. Submit replacement guarantee for upright growth and health of plant materials for following periods. Replacement shall be with plants of same type and size as those originally planted, maintained, and guaranteed for original period specified. 1.6.5.1. 1.6.5.2. 1.6.5. Trees: 12 months after final acceptance for plants 15 gallons and larger. Shrubs and Grwndcover: 6 months after final acceptance for plants up to 15 gallon size. Vines: 6 months after final acceptance for plants up to 15 gallon size. 1.6.5.3. 1.7. SITE OBSERVATION VISITS 1.7.1. Site observation visits herein specified shall be made by the Owner or his representative. The Contractor shall request site observation hnro (2) days in advance of the time observation is required. Site observation will be required for the following parts of the work: 1.7.2.1. Incorporation of soil conditioner and fertilizer into the soil and upon I .7.2. completion of grading prior to planting. Approval of plant materials with trees and shrubs spotted in place for planting, but before planting holes are excavated. 1.7.2.2. 1.7.2.3. When planting, and all other indicated or specified work. except the Maintenance Period, has been completed. Acceptance and written approval shall establish beginning of the Maintenance Period. 1.7.2.4. Final site observation visit at the completion of the ninety (90) day Maintenance Period. This site observation visit shall establish the beginning date for the guarantee period of plant material. 1.7.3. The Contractor or his authorized representative shall be on the site at the time of each site observation visit by the Owner. 1.8. MAINTENANCE I B.1. The Maintenance Period begins on the first day after all landscape and irrigation work on this project is complete, checked, accepted and written approval from the Owner is given to begin the Maintenance Period, and shall continue thereafter for no less than ninety (90) continuous calendar days. Acceptance: Upon completion of the final site observation visit and the work of this section, the Contractor will be notified in writing (1) whether the work is acceptable; (2) of any requirements necessary for completion and acceptance. The Contractor shall continuously maintain all involved areas of the Contract during the progress of the work and during the Maintenance Period until the Final Acceptance of the work. 1.8.2. I B.3. Children’s Garden 105 02900 City of Carlsbad Contract 425-4 1.0.4. Regular planting maintenance operations shall begin immediately after each plant is planted. Plants shall be kept in a healthy, growing condition and in a visually pleasing 4 appearance by watering, pruning, trimming, edging, fertilizing, restaking, pest and disease controlling, spraying, weeding, cleaning-up and any other necessary operation of maintenance. Landscape areas shall be kept free of weeds, noxious grass, and all other undesired vegetative growth and debris. All plants found to be dead or in an impaired condition shall be replaced immediately. No pruning of tree limbs shall be permitted without the consent of the Owner. The Contract completion date of the Contract Maintenance Period will be extended, when in the opinion of the Owner, improper maintenance and/or possible poor or unhealthy condition of planted material or unestablished nonavering lawns are evident at the termination of the scheduled Maintenance Period. The Contractor shall be responsible for additional maintenance of the work at no change in Contract price until all of the work is completed and acceptable. The Contractor shall be responsible for maintaining adequate protection of the areas. Damaged areas shall be repaired immediately at the Contractor's expense. 1.0.5. 1.8.6. 1.0.7. 1.9. GENERAL REQUIREMENTS 1.9.1. The term "Planting Area" shall mean all areas to be planted with shrubs, groundcovers, and vines. Actual planting shall be performed during those periods when weather and soil conditions are suitable in accordance with locally accepted horticultural practice. All rock and other growth or debris accumulated within the duration of the project shall be removed from the site. Upon completion of all soil preparation operations, two (2) soil samples shall be taken by the Contractor and analyzed as to their respective agronomic suitabilities by a soil laboratory approved by the Owner. The results of these tests are to be reviewed by the Owner for any required modifications to specified soil preparation. Prior to excavation for planting or placing of plant materials, locate all underground utility lines still in use and take proper precautions to avoid damage to such improvements. In the event of a conflict between such lines and plant locations, immediately notii the Owner. The Contractor assumes all responsibility for making any and all repairs for damages resulting from work as herein specified. Grading and soil preparation work shall be performed only during the period when beneficial and optimum results may be obtained. If the moisture content of the soil should reach such a level that working it would destroy soil structure, spreading and grading operations shall be suspended until the moisture content is increased or reduced to acceptable levels and the desired results are likely to be obtained. All scaled dimensions are approximate. Before proceeding with any work, carefully check and veritj all dimensions and immediately inform the Owner of any discrepancy between the drawings and/or specifications and actual conditions. I .9.2. 1.9.3. I .9.4. 1.9.5. 1.9.6. 1.9.7. Children's Garden 106 02900 City of Carlsbad Contract 425-4 1.9.8. Quantities for plant materials are shown for convenience only, and not guaranteed. Check and verity count and supply sufficient number to fulfill intent of drawings. Verify any clarifications with the Owner. 1.9.9. Adequately stake, barricade, and protect all irrigation equipment, existing trees, manholes, utility lines, and other existing property during all phases of the soil amending planting and grading operations. 1.10. PLANT SELECTION 1.10.1. Upon award of the project the Contractor shall inform the Owner of the nursery source of all plants. The Owner will check the plants at the nursery source for approval. If the plants are rejected, the Contractor shall be responsible for locating other sources of plants. The contract price for the project shall not change due to rejected plants. The Contractor shall make all necessary financial arrangements or purchase orders to reserve the plants specifically for this project. Shrub Samples: Typical samples, one (1) each of all varieties and sizes (15 gallon and under) shrubs of all plant materials shall be submitted for approval at the site after grading and prior to planting operations. Approved samples shall remain on the site and shall be maintained by the Contractor as standards of comparison for plant materials to be furnished. Samples may be incorporated into the work. 1.10.2. 1.11. REJECTION AND SUBSTITUTION 1.11.1. All plants not conforming to the requirements herein specified and on the drawings shall be considered defective, and such plants, whether in place or not, shall be marked as rejected and be immediately removed from the site of the work and replaced with acceptable plant materials. The plant materials shall meet all applicable inspections required by law. All plants shall be of the species, variety, size, age, flower color and condition as specified herein and/or as indicated on the drawings. Under no condition will there be any substitution of plant species, variety, or reduced sizes for those listed on the accompanying drawings, except with the express written consent of the Owner. 1.12. INVOICING OF PLANT MATERIALS AND SOIL PREPARATION CONFORMANCE TEST 1.12.1. 1.12.2. 1.12.3. A sample of the soil amendments shall be delivered to the Landscape Architect within thirtyfive (35) days after submittal of soil report to the Owner for approval. Upon delivery of materials and/or completion of all soil conditioning and grading, but prior to initiating planting operations, the Landscape Architect with the heretofore specified signed copies of required certificates, trip slips, and invoices for soil preparation materials, shall compare the total quantities of each material furnished against the total area for each operation. If the minimum rates of application have not been met, the Owner will require at the Contractor's expense, the distribution of additional quantities of these materials to fulfill the minimum application requirements specified. After installation of plant materials, but prior to the premaintenance site observation visit, the Owner, with the heretofore specified signed copies of the required certifmtions. trip slips, and invoices for the plant materials and related items, shall compare the total area and/or the amounts specified. If the minimum amounts have not been furnished, the Landscape Architect will require at the contractors expense, the .installation of additional materials to fulfill the minimum requirements specified. Children's Garden 107 02900 City of Carlsbad Contract 425-4 2. PART 2 - PRODUCTS 2.1. SOIL AMENDMENT AND FERTILIZER 2.1.1. Soil conditioner shall be commercially processed bark or wood product which has been well composted, consisting of a commercial blend of organic fractions supplying gradient degrees of breakdown and conforming to the following requirements: 2.1.1.1. Derived from bark of pine, white fir or redwood, or from cedar or redwood shavings. Composted a minimum of 180 days and a maximum of 1 year. pH shall be 7.0 maximum and 5.5 minimum. Salinity maximum 3.1 mmhos per centimeter at 25 degrees C as measured by saturation extract conductivity. Impregnated with a minimum of 1% nitrogen, 0.04% phosphoric acid, 0.04% available potash, 0.02% calcium, 0.03% magnesium and 0.05% iron. Redwood particles to be 1/50" to 1/4" in size, organic matter 97%. moisture content 30%. Ash content not to exceed 10%. 2.1.1.2. 2.1.1.3. 2.1.1.4. 2.1.1.5. Soil Conditioner shall be Organo life, A.J. - Ecohumus, Loamex or approved equal by Landscape Architect. Pre-plant Commercial Fertilizer (15-1 5-15) shall be uniform in composition, free flowing, suitable for application with approved equipment and delivered to the project site in unopened original container or package, each bearing the manufacturer's statement of guaranteed analysis, and shall contain the following minimum available percentage by weight of plant nutrients: 2.1.2. 0 Nitrogen 15% minimum Phosphoric Acid 15% minimum Potash 15% minimum Wil-Gro, Bandini, Gro Power, Kellogg or approved equal. Post-Plant Fertilizer (14-7-3). Federal Specifications L-F 241, shall be a long lasting, slow release, pelleted or chip type, uniform in composition. free flowing, with less than thirty percent (30%) passing through a twenty-eight (28) mesh Tyler screen, suitable for application with approved equipment, and containing the following minimum available percentages by weight of plant nutrients: 2.1.3. Nitrogen 14.0% minimum Phosphoric Acid 7.0% minimum Potash 3.0% minimum Best, Bandini, Gro Power, Western Farm Services or approved equal. Soil Sulfur: Shall be 99% elemental sulfur, Wilgro Life, Union Chemical or approved equal. 2.1.4. Children's Garden 108 02900 City of Carlsbad Contract 425-4 2.2. 2.3. 2.4. 2.5. 2.6. 2.7. 2.8. 2.1.5. Wetting Agent: approved equal. Iron Sulfate: 20% Iron by volume. Warning: Fertilizers containing chelated iron will stain concrete surfaces. The Contractor shall take care not to stain concrete and shall be responsible for removing all iron stains from concrete at no additional cost to the Owner. Fertilizer Tablets: Shall be Agriorm (20-10-5) chip tablets, 21 gram and 5 gram size, or approved equal. Gypsum - Commercially packaged, free flowing gypsum containing not less than 95% by volume of calcium sulfate as an active ingredient. Soil Moist - An acrylic co-polymers, Terra Sorb' or approved equal by landscape architect. Mulch: Clean shredded bark mulch, not to exceed %" in its largest dimension shall be "Naiad" turf and Ornamental Plantings Soil Penetrate or 2.1.6. 2.1.1. 2.1.8. 2.1.9. 2.1.10. BACKFILL MIX 2.2.1. For trees, shrubs, and vines, thoroughly mix per cubic yard: 6 parts by volume of site topsoil, 4 parts by volume of nitrogen stabilized organic amendment and nitrolbed fir bark, 4 pounds commercial fertilizer. and plant tablets per the manufacturer's recommendations. Blend ingredients at adjacent paved work area. TREE TIES 2.3.1. VIT Cinch-Tie or equal. TREE STAKES 2.4.1. 2" square x IO' -0" or 2" diameter lodge pole pointed at one end and stained with green copper naphthenate, TT-W-572, type I, composition B. TREE TRUNK PROTECTORS 2.5.1. For Trees In Lawn Areas: 'Trim Guard," by V.I.T. Products (619) 673-1797, or "Arbor- Gard," by Deep Root Corporation, (714) 632-7083. Protectors shall be plastic and of uniform color throughout the Project site. 2.5.2. VINE TIES 2.6.1. Per detail. WEED, FUNGUS AND PEST CONTROL 2.1.1. Materials recommended by a licensed Pest Control Advisor. PLANT MATERIALS 2.8.1. Nomenclature: The scientific and common names of plants herein specified conform with the approved names given in "A Checklist of Woody Ornamental Plants of California", published by the University of California, College of Agriculture, Publication 4091 (1979). See list of plant material on drawings. Children's Garden 109 02900 City of Carlsbad Contract 425-4 2.10. 2.11. 2.12. 2.8.2. 2.8.3. 2.8.4. 2.8.5. 2.8.6. 2.8.7. 2.8.8. 2.8.9. 2.8.10. 2.8.11. 2.8.12. SOD 2.10.1. Container stock (1 gallon, 5 gallon, and 15 gallon) shall have grown in containers for at least six months, but not over lwo years. No container plants that have cracked or broken 4 balls of earth, when taken from the container, shall be planted, except upon special approval. No trees with damaged roots or broken balls shall be planted. Pruning shall not be done, prior to delivery, except by written approval by the Landscape Architect. Inspection of Plant Materials, required by City, County or Owner authorities, shall be a responsibility of the Contractor, and where necessary the Contractor shall secure permits or certifications prior to delivery of plants to site. Plants shall be subject to approval or rejection, at the project site at any time before or during progress of work, for size, variety, condition, latent defects and injuries. Rejected plants shall be removed from the project site immediately. Substitutions will not be permitted unless proof is submitted by the Contractor that any plant specified is not obtainable. A proposal for substitution will be submitted by the Contractor to the Owner for approval. Quantities shall be furnished as needed to complete work shown on drawings. The Owner reserves the right to check root condition of any species, particularly those grown from seed, and if found defective, to reject the plants represented by the defective sample. Identify plant species or varieties correctly on legible, weatherproof labels attached securely to the plant material. There shall be a minimum of one labeled plant for each 25 plants in a lot. Groundcover plants shall be healthy vigorous rooted cuttings grown in flats until transplanting. Lawn shall be as indicated on the drawings Lawn shall be as indicated on the drawings All areas around the Children's garden shall be sod. Medallian Plus by Pacific Sod. HERBICIDES 2.11.1. BARK MULCH (All areas with less than 2:l slope) 2.12.1. Pre-emergence herbicide shall be Surflan, Trefan, Dymid or approved equal. Bark mulch shall be fir or pine "walk-on" shredded bark, clean and free of debris. Submit 112 cu. fl. for review. Children's Garden 110 02900 City of Carlsbad Contract 425-4 ' 3. 3.1. 3.2. 3.3. PART 3 - EXECUTION SITE CLEARANCE 3.1.1. Clean up and completely remove weeds and grass including any roots and any accumulated debris and rubbish from the planting areas before commencing Landscape Work. TESTS 3.2.1. Composite Soil Tests: Take samples at depths of 8" to 12" and at depths of 24" to 36". Obtain one agricultural suitability and fertility test by the University of California method. Contractor shall amend soil based on soil test results and recommendations. Copies of soil test results and analyses shall be sent to the Owner's Representative. Water Percolation Tests: Carry out 3 tests with widely separated holes 2' x 2' x 2' deep. Fill holes with water and allow to drain. Retill holes and measure drop in level over a period of 4 hours or more. Report test results. Drop of less than 1" per hour will require remedial measures. 3.2.2. SOIL CONDITIONING, FERTILIZING AND ROTOTILLING 3.3.1. After the areas have been graded, the following rates of soil conditioning and amendment materials shall be evenly spread over all planting areas and shall be thoroughly scarified to an average depth of eight (8) inches by rototilling a minimum of two (2) alternating passes, followed by eight (8) inches of water leaching performed in four (4) applications of two (2) inches each. 3.3.1 .l . Soil Conditioner 5cu.yd.11,000sq.ft 3.3.1.2. Soil Sulfur 25 Ibs./l,OOO sq. ft. 3.3.1.3. Gypsum 100 Ibs./l,000 sq. ft. 3.3.1.4. Pre Plant Fertilizer 30 lbs.11.000 sq. ft 3.3.1.5. Iron Sulfate 40 lbs./1,000 sq. ft. 3.3.1.6. Naid 1 Quart per acre (prior to amending soil). 3.3.1.7. Soil Moist 1 Ib./l,000 sq. ft. Planting backfill in shrub planting areas shall be a thoroughly blended mixture of excavated soil from the planting pits and soil amendments at the following mixture: 3.3.2. 1.1 Vines/Shrubs 3.3.2.1. Soil Conditioner 40% 3.3.2.2. On Site Soil 60% 3.3.2.3. Soil Sulfur 1 Ib./cu. yd. 3.3.2.4. Preplant Fertilizer 3 Ibs./cu. yd. Children's Garden 111 02900 City of Carlsbad Contract 425-4 3.3.2.5. Iron Sulfate 3 Ibs./cu. yd. 3.3.2.6. Gypsum 12 Ibslcu. yd 3.3.2.7. Naid 1 oz.lcu. yd. 3.3.3. 3.3.4. 3.4. FINISH 3.4.1. 3.4.2. 3.4.3. 3.4.4. 3.4.5. 3.4.6. 3.4.7. 3.4.8. 3.4.9. 3.4.10. 3.3.2.8. Soil Moist 1 Ib./cu. yd. Rate of application shown is for bidding purposes only. Soil test may reduce or increase total soil amendment yardage. Adjustment (plus or minus) may be necessary. The Contractor shall obtain six (6) soil tests of final grade at site as specified herein and submit results to City representative or landscape Architect for interpretation and recommendation. Contractor shall submit unit prices on above amendments for addldeduct options based on submitted soil test reports. The thoroughness and completeness of the rototilling and incorporation of the soil conditionerslamendments shall be acceptable to the Owner prior to commencement of planting operations. GRADING Finish grades shall be as existing at the site and as indicated on the as-built Civil drawings. Finish grades shall be measured as the final water compacted and settled surface grades and shall be within plus or minus 0.1 foot of the spot elevations and grade lines indicated on the drawing. Finish grades shall be measured at the top surface of surface materials. Molding and rounding of the grades shall be provided at all changes in slope and as directed by the Owner or Landscape Architect. All undulations and irregularities in the planting surfaces resulting from tillage, rototilling and all other operations shall be leveled and floated out before planting operations are initiated. The Contractor shall take every precaution to protect and avoid damage to existing and new sprinkler heads, irrigation lines, and other underground utilities during his grading and conditioning operations. Final finish grades shall insure positive drainage of the site with all surface drainage away from buildings, walls, and toward roadways, swales, drains and catch basins. Final grades shall be acceptable to the Owner or Landscape Architect before planting operations will be allowed to begin. Planting surfaces shall be graded with no less than one (1) percent surface slope for positive drainage. Weed Control: Apply pre-emergent or contact herbicides recommended by a licensed pest control advisor. Provide notification to Owner 48 hours in advance of intent to apply spray herbicides. Avoid frequent soil cultivation which could destroy shallow roots. Make 0 0 Children’s Garden 112 02900 City of Carlsbad Contract 425-4 3.4.11. 3.4.12. 3.4.13. 3.4.14. 3.5. PLANTING 3.5.1. 3.5.2. 3.5.3. 3.5.4. 3.5.5. 3.5.6. 3.5.7. 3.5.8. final application at least 3 weeks before installation of plant materials or longer as recommended by manufacturer. Moisture Content: Do not work the soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form or clods will not break up readily. Contaminated Soil: Remove and dispose of soil which contains foreign materials or deleterious substances such as oil, plaster, concrete, gasoline, paint, solvents, etc. Replace affected soil with approved native or imported top soil. Contractor will be held responsible for damage to installed plants caused by such substances. Ripping: Loosen planting areas to a depth of 8" by ripping soil in two directions. Do not invade root zone of existing trees on site without approval. Do not rip slopes 2:l and greater. Finish Grade: Grade planting areas to a smooth and even condition, without water pockets or irregularities. Water settle backfilled areas. Remove clods over 2" and rocks over 1" in diameter within 6 of surface. Fine grade so that after conditioning and planting, finish grade is 1-1/2" (for groundcover areas) below the top of curbs and walks. Slope to drain away from building to adjacent roadways, drainage swales, or catch basins at 2%. Protection: Protect plant materials from sun, wind, and drying during transit, at the site before, during, and after planting. Water to full depth of backfill immediately after planting including groundcover areas. Do not plant until irrigation system installation is complete, and until final grades are established and approved. Plant Locations: Plant locations shown on the Drawings are diagrammatic and subject to minor modification in the field as approved by the Owner's Representative and at no additional cost to the Owner. Pits: Dig with vertical sides. Size as indicated on the Drawings. Setting: Place plants in center of pits in vertical setting. Place so that crown will be at least 2" above finish grade for trees and shrubs after watering and settling and create a temporary water basin around pits. Keep groundcover 1/4" above grade and water with a fine spray. Backfill: For trees, shrubs, and vines, backfill with thoroughly mixed specified mixture and then water. Thoroughly water settle all backfilled areas. Fertilizer Tablets: Apply per manufacturer's written instructions. Staking: Double stake as noted and detailed on planting Drawings. Remove nursery stakes as soon as planting detail stakes and guys are installed. Children's Garden 113 02900 City of Carlsbad Contract 425-4 3.5.9. Mulching: For tree, shrub, and groundcover areas. Apply 3" settled thickness of mulch over planting beds within 4 days after planting. Rake to an even surface and water to full depth of mulch. Tree Trunk Protectors: For trees in lawn areas. Install per manufacturer's instructions. 3.5.10. 3.6. PLANTING SHRUBS AND VINES 3.6.1. In general, planting holes shall be two times the size of the rootball, but in no case too small to accommodate plants. Excavation shall include the stripping and stacking of all acceptable soil encountered within the areas to be excavated for plant pits and planting beds. Protect all areas that are to be trucked over and upon which soil is to be temporarily stacked pending its re-use for the fillings of holes, pits and beds. Excess soil, generated from the planting holes shall be spread evenly over the site by the Contractor. All used containers shall be removed to the storage area or from the site by the Contractor. The plants shall be planted at approved locations with the heretofore specified conditioner and soil planting backfill. The plants shall be placed in the planting pits on the soil which has been hand tamped and water settled to the root ball base levels prior to the placement of the plants. After setting the plants, the remaining backfill material shall be carefully tamped and settled around each root ball to fill all voids. Each shrub shall be placed in the center of the hole and shall be set plumb and held rigidly in position until the planting backfill has been tamped from around each root ball. All plants shall be set at such a level that after settling they bear the same relationship to the surrounding finish grade as they bore to the soil in the container. Planting tablets shall be placed in each shrub planting hole at the following rates. 3.6.9.1. 3.6.9.2. 3.6.9.3. No plant will be accepted if the root ball is broken or cracked, either before, during or after the process of installation. All plants shall be thoroughly watered into the full depth of each plant hole immediately afler planting. The Contractor shall be responsible for all surface and subsurface drainage required which may affect his guarantee of the shrubs, and vines. 3.6.2. 3.6.3. 3.6.4. 3.6.5. a 3.6.6. 3.6.7. 3.6.8. 3.6.9. 2-21 gram tablets per 15 gallon container. 2-21 gram tablets per 5 gallon container. 1-21 gram tablet per each 1 gallon container. 3.6.10. 3.6.11. 3.6.12. Children's Garden 114 02900 City of Carlsbad Contract 425-4 ,. .. . " 3.7. 3.0. 3.9. 3.10. 3.14. 3.15. 3.6.13. Pruning after planting shall be required on all shrubs and vines when necessary to provide the specified or approved standard shapes, form and/or sizes characteristic to each plant. Pruning may include thinning, topping, and/or cutting and shall be under the direction of the Owner. Cuts over 314 inch in diameter shall be painted with an approved sealant. PLANTING GROUNDCOVERS 3.7.1. Groundcovers shall be planted in the areas indicated on the drawings. The groundcover plants shall be rooted cuttings grown in flats, and shall remain in those flats until transplanting. All groundcover plants shall be planted with soil around roots in staggered rows, evenly spaced at the intervals called out on the drawings. The groundcover plants shall be planted sufficiently deep to cover all roots and shall be fertilized with a 5 gram plant tablet and immediately sprinkled after planting until the entire area is soaked to the full depth of all holes. 3.7.2. 3.7.3. BARK MULCH APPLICATION 3.0.1. Apply 2" minimum depth of bark mulch to all shrub and groundcover areas less than 2:l slope. HERBICIDE APPLICATION 3.9.1. Apply approved herbicide to subgrade in all planting areas and decomposed granite are&- as required by owner. Apply herbicides according to manufacturer's directions only, using all proper safety precautions. Do not apply herbicides during high winds or rainy weather. 3.9.2. GUYING MATERIALS 3.10.1. 3.10.2. Guy wires shall be of pliable, zinc-coated steel of No. 12 gauge Anchors (deadman) for holding guy wires shall be 8" x 8 x 16" concrete blocks. Set 18" below finish grade. Pipe for covering wire, shall be 112" dia. by 5' long white PVC plastic pipes 3.10.3. EROSION CONTROL BLANKET 3.14.1. Install per manufacturer's specifications. 3.14.2. POST FERTILIZATION 3.15.1. Optional 'Green Dot System' may be used if deemed necessary by city engineer Post Fertilization for all planting areas (14-7-3) shall occur 45 days after planting at a rate of 15 Ibs. per 1,000 sq. ft. and again at the end of the maintenance period. Children's Garden 115 02900 City of Carlsbad Contract 425-4 3.16. CLEANUP 3.16.1. Refer to Section 01770. 3.16.2. Site: During the course of the Work, remove surplus materials from the site and leave premises in a neat and clean condition. Sweep walks and paving. Plants: After pre-maintenance observation remove nursery tags and labels from plant materials. 3.16.3. 3.17. MAINTENANCE 3.17.1. Maintenance period shall begin when all Work indicated on Drawings and specified has been completed, inspected and approved by Owner's Representative. Maintenance work shall be performed as specified herein after, and shall be continued for a minimum period of 90 calendar days. Contractor shall not be released from the maintenance period obligation until all items found during inspections have been resolved to the Owner's Representative's satisfaction in conformance with the Drawings and Specifications, and a written statement so stating has been issued. 3.17.2. Tree Pruning: 3.17.2.1. Prune trees selectively to provide the following characteristics: 3.17.2.1.1. To allow development of permanent scaffold branches that are smaller in diameter than the trunk or branch to which they are attached, and which have a vertical spacing of 18 to 24", with radial orientation and do not overlap one another. 3.17.2.1.2. Eliminate narrow V-shaped branch forks which lack strength. 3.17.2.1.3. Thin out crowns to reduce toppling and wind damage. 3.17.2.1.4. As necessary to maintain growth within space limitations. 3.17.2.1.5. As necessary to maintain a natural appearance, and to balance the crown with roots. 3.17.2.2. Stripping of lower branches (raising up) of young trees will not be permitted. Retain lower branches in a "tipped back" or pinched condition, with as much foliage as possible to promote trunk growth (tapered trunk). Lower branches may be cut flush with the trunk only after the tree is able to stand erect without staking or other support. Thin out and shape evergreen trees when necessary to prevent wind and storm damage, preferably in early spring. Perform primary pruning of deciduous trees during the dormant season. Prune damaged trees or those that constitute health or safety hazards promptly, without regard to season. Make all pruning cuts of lateral branches or buds flush with trunk. "Stubbing" is not permitted. 3.17.2.3. 3.17.2.4. 3.17.2.5. Children's Garden 116 02900 City of Carlsbad Contract 425-4 3.17.3. 3.17.4. 3.17.5. 3.17.6. 3.17.7. 3.17.8. 3.17.9. 3.17.10. 3.17.2.6. Prune lower branches interfering with mowing operations, but only with the approval of the Owner's Representative. Shrub Pruning: Objectives of shrub pruning are as specified for trees. Do not clip shrubs into balled or boxed form except where required by the design and so identified on the Plant Material Legend. Plant Supports: Inspect stakes and guys to prevent girdling of trunks or branches. Make adjustments as necessary to prevent rubbing or injury to bark. Remove stakes and guys as soon as plants no longer require their support (approximately 2 growing seasons or one year). Weed Control: Maintain basins and areas behveen plants free of weed growth. Applypre- emergent herbicides as recommended by a licensed pest control advisor. Avoid frequent soil cultivation that may damage shallow roots. Insect and Disease Control: Maintain effective controls using approved materials and application techniques in accordance with the manufacturer's recommendations. Pest Control: Provide all measures necessary to exterminate gophers and moles immediately when their presence is discovered. Repair and restore all surfaces to their original conditions. Fertilization: Provide application of 15-15-15 commercial fertilizer; apply at the rate of 10 Ibs. per 1,000 square feet at the following periods: 3.17.8.1. Plant Replacement: Remove dead and dying plants and replace with healthy plants of equal size, condition, and variety indicated on the Contract Drawings. Prepare soils and plant in accordance with Contract Specifications. Miscellaneous: 3.17.10.1. All paved areas shall be kept continuously clear of mud, debris and puddles. 3.17.10.2. Hoses, maintenance equipment, and materials shall be neatly stored when not in use in an area authorized by the Owner's Representative. 3.17.10.3. Maintain a water basin around plants sized so that enough water can be applied to establish moisture through major root zone. When hand watering, use a water wand to break force of water. 3.17.10.4. Maintenance foreman on the job shall be a competent English speaking supervisor, experienced in landscape maintenance, and capable of discussing matters with the City Representative on the site. Sixty (60) calendar days following beginning date of maintenance period. Children's Garden 117 02900 City of Carlsbad Contract 425-4 ~~ - 3.18. FINAL ACCEPTANCE 3.18.1. After final inspection and acceptance of completed Work, Owner will assume maintenance of accepted Work. END OF SECTION Children's Garden 118 02900 City of Carlsbad Contract 4254 SECTION 02951 LANDSCAPE MAINTENANCE I. PART 1 - GENERAL 1.1. SUMMARY 1.1.1. Provide all labor, materials, equipment, tools, services and miscellaneous and incidental work to complete all landscape maintenance as indicated on the Drawings and as specified. 1.1.2. Related Work Specified Elsewhere: 1.1.2.1. Irrigation -Section 02810. 1.1.2.2. Planting - Section 02900. 1.2. DESCRIPTION OF WORK 1.2.1. Maintenance period shall be 90 calendar days beginning with acceptance of pre- maintenance review and upon approval by the Owner’s representative. 1.3. QUALITY ASSURANCE 1.3.1. 1.3.2. 1.3.3. 1.4. GUARANTEE 1.4.1. Prior to start of maintenance period provide as-built record drawings of irrigation system. Make final review at completion of maintenance period to determine acceptability of work. Verify all turn-over items noted in other specification sections prior to a final review. Guarantee all plant material installed under contract against any and all poor, inadequate or inferior materials andlor workmanship, per Sections 02810 8 02900, and in accordance with Section 01770. Replace any plant found to be dead, missing, or in poor condition due to faulty materials or workmanship, at no cost to the owner. Replace all material found to be dead, missing, or in poor condition during maintenance period immediately. The owner’s representative shall be sole judge as to condition of material. Replace material within 15 days of written notification by owner’s representative. 1.4.2. 2. PART 2 - PRODUCTS 2.1. MATERIALS 2.1.1. All materials to conform to planting specifications in other sections or othewise be acceptable to the Owner’s representative. Provide monthly record of all herbicides, fertilizers, insecticides and disease control chemicals used to the owner’s representative. Children’s Garden 119 02951 City of Carlsbad Contract No. 425-4 3. 3.1. 3.2. 3.3. 3.4. PART 3 - EXECUTION GENERAL 3.1.1. Continuously maintain all areas involved in this contract during progress of work and during maintenance period until final acceptance of work by the Owner’s representative, Unacceptable condition of any planting at termination of schedule maintenance period may cause postponement of final completion date of contract. Maintenance to be continued by Contractor until all work is acceptable. In order to carry out maintenance work, furnish sufficient labor and adequate equipment to perform work in timelyfashion during plant maintenance period. Start of Maintenance Criteria: Maintenance period shall not start until all elements of construction, planting and irrigation for entire project are complete. Project will not be segmented into maintenance phases, unless specifically authorized in writing by the owner’s representative. 3.1.2. 3.1.3. 3.1.4. MAINTENANCE 3.2.1. Keep all areas free of debris and weeds. Keep planted areas weed-free. Pick up all litter in planted areas. Clean up run-off onto paved areas caused by erosion of soil in planted areas. All pick-up and cleaning operations shall be done weekly. Provide adequate protection of all areas. Repair damaged areas at Contractor‘s expense. All hazardous conditions shall be remedied immediately. Between 30th and 40th day of maintenance period, re-seed all spots or areas within lawn where normal turf growth is not evident as determined by Owner’s representative. Re- seed as often as necessary to provide assured complete coverage of turf. 3.2.2. -= 3.2.3. FERTILIZING 3.3.1. Fertilize all planting areas with following: 3.3.1.1. At end of first 30 days and at 30 day intervals, apply 7 Ibs per 1,000 square feet of 16-7-12 (+ iron) fertilizer. At end of maintenance period and at 30-day intervals should maintenance period be extended, apply 10 Ibs per 1,000 square feet of 16-7-12 (+ iron) fertilizer. 3.3.1.2. IRRIGATION SYSTEM 3.4.1. Checking System: Check entire system weekly for proper operation. Flush out lateral lines after removing last two heads at each end of lateral. All heads are to be adjusted as necessary for unimpeded coverage. Programming: Set and prepare automatic controllers for seasonal water requirements. Give owner’s representative two (2) keys to controllers and written instructions on how to operate and maintain the equipment. 3.4.2. Children’s Garden 120 ’ 02951 City of Carlsbad Contract No. 425-4 3.4.3. Repairs: Repair all damages to irrigation system at contractor’s expense. Repairs to be made within one watering period. 3.5. FINAL ACCEPTANCE 3.5.1. Upon completion of the maintenance period, a final inspection for acceptance will be performed by the owner’s representative. If the maintenance period is satisfactorily completed ahead of other work included in the contract, the maintenance of planted areas shall be the responsibility of the contractor until all other work has been completed and accepted by the owner’s representative. 3.5.2. END OF SECTION Children’s Garden 121 02951 City of Carlsbad Contract No. 425-4 03100 - CONCRETE FORMWORK 1 GENERAL The requirements of the General Conditions, Supplementary General Conditions, and Division 1 apply to the work of this section. 1.1 SCOPE A. The work includes, but is not necessarily limited to, the furnishing, installing, and removing of forms for all cast-in-place concrete work as shown and noted on the drawings and specified herein. When authorized in writing by the City of Carlsbad, where sides of excavations have been cut neat and accurate to size for placing of concrete directly against the excavation, and where sides of excavations are firm, forms for footings will not be required as hereinafter specified. B. Refer to Appendix 'A" for standard details and additional information. American Concrete Institute's "Recommended Practice for Concrete Formwork," ACI 347-71, and the "Uniform Building Code," 1993 Edition, Section 2606, are hereby made a direct part of this specification, and all concrete formwork included in this contract shall conform with the applicable requirements therein except as specifkd otherwise herein. 1.2 REQUIREMENTS OF REGULATORY AGENCIES Codes and Standards: The 2 PRODUCTS 2.1 MATERIALS A. Earth Forms: Allowed only when authorized by the City of Carlsbad, earth forms may be used for footings only where the soil is firm and stable and the concrete will not be exposed. Where earth forms are to be used, excavations shall be cut neat and accurate to size for placing of concrete directly against the excavation. Boards for Unexposed Concrete not otherwise scheduled or specified, shall be 6 inches or 8 inches shiplapped or T. B G. "Standard" grade Douglas Fir, conforming to the "Standard Grading and Dressing Rules No. 16,". Boards shall be S4S. Contractor, at his option, may use plywood for forms in lieu of boards. Plywood, if used, shall be "8-B Plyform Class I Exterior" grade, conforming to U.S. Product Standard PS 1. 5/8 inch Plywood for Exposed Concrete, not otherwise scheduled or specifed, shall conform to the following: 1. 0 B. minimum thickness. C. Exterior Surfaces: "6-5 Plywood Class I Exterior" grade plywood. conforming to U.S. Product Standard PS 1, 5/8 inch minimum thickness. Each panel shall carry the grade trademark of the American Plywood Association along with the DFPA Quality stamp. Framing, Studding and Bracing: "Standard or Construction" grade Douglas Fir, rough or S4S, conforming to the herein before specified Grading and Dressing Rules No. 16. Cold Joints: Standard metal keyed dividers for cold joints, subject to approval of the City of Carlsbad representative. Premolded joint filler: non-extruding and resilient filler (non-bituminous type) ASTM D1752 provided in sheet form. Products to be used are Neoprene Sponge Expansion Joint Filler, Code #3097 as manufactured by EDOCO. 22039 South Westward Avenue, Long Beach, California 90810, or approved equal. Sealant and primer: Polysulfide sealer suitable for vertical joints, and for the use with above premolded joint filler. Provide primer as required by D. E. F. G. Children's Garden 122 03100 City of Carlsbad Contract No. 425-4 manufacturer. Product shall be Sikaflex-2C-SL as supplied by Concrete Tie, 130 Oris Street, Compton. California 90222, or approved equal. Form Coating: Non-grain raising and non-straining type that will not leave residual matter on surface of concrete or adversely affect proper bonding of subsequent application of other material applied to concrete surface. Apply coating in conformity with manufacturer's specifications before reinforcing steel is placed. 1. H. I. Cylindrical Columns and Supports: Form round-section members with paper or fiber tubes, constructed of laminated plys using water-resistant type adhesive with wax- impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete, without deformation. Provide manufacturer's seamless units to minimize spiral gaps or seams. 2. 3 EXECUTION 3.1 CONSTRUCTION A. Earth Forms: Trench earth forms at least 2 inches wider than footing widths shown on drawings. Construct wood edge strips at each side of trench at top to secure reinforcing and prevent trench from sloughing. Form sides of footings where earth sloughs. Earth forms shall be tamped firm and cleaned of all debris and loose material before depositing concrete. Formwork - General: Wood forms shall be constructed of sound material, shall be of the correct shape and dimensions, mortar tight, and of sufficient strength, and so braced and tied together that the movement of men, equipment, materials, or placing and vibrating the concrete will not throw them out of line or position. Forms shall be strong enough to maintain their shape under all imposed loads. They shall be so constructed that they may be easily removed without damage to the concrete. Before concrete is placed in any form, the horizontal and vertical position of the form shall be carefully verified by City of Carlsbad Representative and all inaccuracies corrected. City of Carlsbad Representative must receive 48 hours noti before inspection. All wedging and bracing shall be completed in advance of placing of concrete. Framing and Bracing: Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. Framing, bracing. supporting members, and centering shall be of ample size and strength to safely carry, without deflection, all dead and live loads to which forms may be subjected, and shall be spaced suffiiently close to prevent any bulging or sagging of forms. Soffits of all beam forms shall be constructed of two inches minimum thick material. Concrete out of line, level or plumb will be cause for rejection of the whole work affected. Distribute bracing loads over base area on which bracing is erected. When placed on ground, protect against undermining or settlement. D. Tolerances: 1. B. C. Variation from plumb in lines and surfaces of walls and risers shall not exceed 1/8 inch in 10 feet with maximum "in" and "out" variation occurring in not less than 20 feet. Variation in cross sectional dimension of thickness of slabs and walls shall not exceed minus 114 inch or plus 1/2 inch. 2. Form Ties: Form ties shall be of sufficient strength and used in sufficient quantities to prevent spreading of the forms. Ties shall be placed at least 1 inch away from the finished surface of the concrete. The use of ties E. Children's Garden 123 03100 City of Carlsbad Contract No. 4254 consisting of twisted wire loops will not be permitted. Inner rods shall be left in concrete when forms are stripped. All form ties shall be spaced equidistant and symmetrical and shall line up both vertically and horizontally. Clean out of Forms: All forms and surfaces to receive concrete shall be cleaned of all chips, sawdust and other debris and shall be thoroughly blown out with compressed air just before concrete is placed. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. Construction Joints: Construction joints shall be formed as specified in Cast- In- Place Concrete Section. Provide a surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. Just prior to subsequent pour, remove strip and tighten forms to conceal shrinkage. Construction joints shall show no "overlapping" of concrete and shall, as closely as possible, present the same appearance as butted plywood joints. Joints in a continuous line shall be straight, true, and sharp. Imbedded Items: Provisions shall be made for pipes, sleeves, anchors, inserts, reglets, anchor slots, nailers, waterstops. and other features. No wood other than necessary nailing blocks shall be imbedded in concrete. Complete cooperation shall be extended suppliers of imbedded items in their installation. Secure information for imbedded items from other trades as required. All imbedded items shall be securely anchored in correct location and alignment prior to placing concrete. Electrical and telephone conduits shall be run in concrete only on the written approval of the Architect. Under no circumstances will aluminum conduit be permitted in concrete. No electrical or telephone conduit larger than 314" in diameter and no plumbing pipes of any size will be permitted in concrete walls or slabs, except through sleeves. Openings for Items Passing through Concrete: Frame openings in concrete where indicated on the drawings. Contractor shall establish exact location, sizes and other conditions required for openings and attachment of work specified under other sections. Contractor shall be held responsible for proper coordination of all work of this nature in order that there will be no .. unnecessary cutting and patching or concrete. Any cutting and repairing to concrete required as result of failure to provide for such openings shall be paid for by the Contractor at no additional expense to the City of Carlsbad. Screeds: Contractor shall set screeds and establish levels for tops of concrete slabs and leveling for finish on slabs. Shape slabs to drain where required or as indicated on drawings. Before depositing concrete, all forms shall be thoroughly wetted. Reinforcement and inserts shall be secured in position and approved by the City of Carlsbad. Free-standing water shall be removed. Screed Supports: Screed supports for concrete over waterproof membrane andlor vapor-barrier membranes shall be of a cradle, pad, or base type which will not puncture the membrane. Staking through the membrane will not be permitted. Reuse and Coating of Forms: Thoroughly clean forms and re-coat with specified form coating before each reuse. Do not reuse any form for exposed work which cannot be reconditioned to "like new" condition. Discard forms considered unsatisfactory by the City of Carlsbad. Apply form coating to all forms in accordance with the manufacturer's specifications. Apply form coatings before placing reinforcing steel. Inspection: Prior to placing of any concrete, and after placement of reinforcing steel in the forms, Contractor shall notify the City of Carlsbad so that proper inspection may be made. Such notification shall be made at least F. G. H. I. J. K. L. M. N. Children's Garden 124 03100 City of Carlsbad Contract No. 4254 72 hours in advance of placing concrete to permit proper arrangements to be made for inspection. Rejection of Defective Work Due to Improper Forms: Any movement or bellying of forms during construction or variations in excess of the tolerances specified will be considered just cause for the removal of such forms and, in addition, the concrete work so affected. Reconstruction of forms and new concrete shall be furnished at no additional cost to the City of Carlsbad. The supporting forms and shoring shall not be removed until the members have acquired sufficient strength to support their weight and the loads superimposed thereon safely. In no case may any forms or shoring be removed until the time and sequence has been approved by the City of Carlsbad. Earlier removal than specified below may be approved by the City of Carlsbad, based on the weather and tests of job-cured cylinders. All formwork shall be removed without damage to the concrete. During the period that forms are in place on the concrete work, said forms shall be kept wet at all times. In removing plywood forms, no metal pinch bars shall be used and special care shall be taken in stripping. Start at top edge of vertical corner where it is possible to insert wooden wedges. Wedging shall be done gradually and shall be accompanied by light tapping on the plywood panels to crack them loose. Do not remove form with a single jerk after it has been started at one end. Forms shall be left in place as long as possible to permit shrinkage away from concrete, and plywood forms shall be left in place until all other forms around are stripped and until there is no danger of damaging the concrete due to other work in the vicioity. After stripping, Contractor shall properly protect all concrete to be exposed in the finish work from damage, with boards and non-staining building paper to prevent staining, spalled edges, chips, etc. 0. 3.2 REMOVAL OF FORMS AND SHORES A. B. C. D. E. .- END OF SECTION Children’s Garden 125 031 00 City of Carlsbad Contract No. 425-4 03200 - CONCRETElCONCRETE REINFORCEMENT The requirements of the General Conditions, Supplementary General Conditions, and Division 1 apply to the work of this section. 1 CONCRETE 1 .I 1.2 1.3 1.4 1.5 Tests and inspections to conform to local Building Code or Uniform Building Code as amended by the local authority. Portland Cement shall conform to current ASTM C150 and C595 standards, Type II. Aggregate shall conform to current ASTM C33 standard. Water shall be potable and from a domestic supply. All new concrete shall have a minimum compressive strength of 3000 psi. The maximum slump shall be 3” plus or minus 1”. The maximum aggregate size shall be one inch. No special inspection required unless noted otherwise on the drawings. 2 GROUT 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 2.1 2.2 2.3 2.4 Tests and inspections to conform to local Building Code or Uniform Building Code as amended by the local authority. Portland Cement shall conform to current ASTM C150 and C595 standards, Type II. Water shall be potable and from a domestic supply. All new grout shall have a minimum compressive strength of 3250 psi. The maximum slump shall be 4” plus or minus 1”. The aggregate shall be clean, well graded sand. No special inspection required unless noted otherwise on the drawings. Reinforcing steel to be Grade 40 or better. Reinforcing steel to comply with current ASTM standards A615, A616, A617 and A706. 3 REINFORCING STEEL Welded wire fabric shall conform to current ASTM standard A-185. Tie wire shall conform to current ASTM standard A-82. All reinforcing steel shall have the following minimum concrete coverage, unless noted otherwise: A. 8. C. D. E. Continuous reinforcing steel must be spliced with a minimum lap of 30 bar diameters in concrete and 40 bar diameters in masonry, but not less than 24 inches, unless noted otherwise. All horizontal reinforcing steel in concrete or masonry walls shall be continuous around corners in each direction for 30 bar diameters or 1’ - 6” minimum in concrete and 40 bar diameters or 2’ - 0” minimum in masonty. Stagger splices a minimum of twice the lap length for horizontal reinforcing. Dowels shall be provided at all pour joints and shall be the same size and spacing as reinforcing directly beyond pour joints. Concrete placed against earth: 3 inches. Concrete with formed surfaces in contact with earth: 2 inches. Concrete exposed to weather: 2 inches. Slabs, wall and joists not exposed to weather or in contact with earth (#I 1 bars and smaller): 3/4 inches. Beams, girders, and columns not exposed to weather or in contact with earth: 1-1/2 inches. Children’s Garden 126 03200 City of Carlsbad Contract No. 4254 4 CONCRETE MASONRY 4.1 4.2 All concrete masonry, concrete block, to be Grade N as per UBC Standard No. 24-5, current edition. All reinforced masonry cells to be filled with 3000 psi grout, aggregates to comply with ASTM standard C404-61, tests to comply with UBC Standard No. 24-22, current edition. 5 6 PRODUCTS PRECAST CONCRETE: Section not used. 6.1 Basic Materials: Forms Form coating Reinforcing bars Reinforcing mesh Reinforcina wire Tie wire ~~ Welding electrodes Portland cement: Stone aggregate Lightweight aggregates Air-entraining admixture Water Anchors Bolts ~ Galvanizing Galvanizing repair material Non-shrink grout (Off white) Riaid metal. olastic. or overlaid Dlwood. smooth. free of defects. ._ oriducina s'iecified finish. Resin type coating material free of oil, silicone, wax, and other non- drvina material. not-arain-raisina. .- I - ASTM A615. Grades 40 and 60. ASTM A185, mesh size and gage shown, with 60k psi minimum tensile strength. ASTM A82, cold drawn. Annealed steel, 16 gage minimum. AWS D5.1 Series 80 or 90 low hydrogen electrodes per AWS D1.4 for reinforcing, Series specified for anchors. ASTM C150, Type II, low alkali. Do not change the brand without prior approval. Provide white Portland cement as required for match with the approved file Sample. ASTM C33, from approved pits, free of vegetable matter, opaline, feldspar, or siliceous magnesium substances; clean, hard, fine- grained washed sound crushed rock or gravel; not over 5% by weight of flat, thin, elongated, friable or laminated pieces (pieces having the major dimensions over 5 times average dimension) or over 2% by weight of shale or cherty material. ASTM C330. Ridgelite, Rocklite, or other approved coated expanded coarse aggregate, dry loose weight maximum 38 pounds per cubic foot, maximum 9/16" size; all aggregate vacuum or thermally fully saturated for pumped concrete. ASTM C260. Calcium chloride is not allowed. From potable domestic source. ASTM A36 steel. Stainless steel. ASTM A307 unless otherwise shown. ASTM A123 or A153, as applicable. All States "Galvanizing Powder", "Drygalv" by American Solder and Flux, or equal hot applied repair material, or anodic zinc-rich galvanizing repair paint conforming to DOD-P-21035. Master Builders "Embeco" or equal non-gas-forming type, free of oxidizing catalysts and inorganic accelerators, having performance characteristics when mixed to fluid consistency meeting CRD-C-79 and CRD-C-58B, non-staining non-rusting type in exposed areas. Sample to be approved by Architect. Children's Garden 127 03200 City of Carlsbad Contract No. 425-4 6.2 Related Materials: A. Joint Sealing Materials: Off-white sample to be approved by Architect, non- sagging silicone or urethane polymer type for 50% joint movement, 20 year warrantee. Form Liner: Rigid or resilient polymer type by L. M. Scofield Co., Labrado Forms, Inc., Symons Corporation, Greenstreak Plastic Products, or equal, types as shown or directed and matching the approved Sample. B. END OF SECTION Children's Garden 128 03200 City of Carlsbad Contract No. 425-4 03300 CAST-IN-PLACE CONCRETE The requirements of the General Conditions, Supplementary General Conditions, and Division 1 apply to this section. 1 PART 1 GENERAL 1.1 1.2 1.3 1.4 SCOPE A. Furnish and install all concrete work as shown on the drawings and as specified in this section, including but not necessarily limited to the following: 1. All plain and reinforced concrete paving and headers. 2. Concrete footings and foundations for structures. 3. Placement and coordination of anchor bolts, nailing strips, conduit, and inserts with other trades. Preparation and grading of earth sub grade tinder concrete. B. Related work specified elsewhere: 1. 2. Concrete Formwork 3. Concrete Reinforcement 4. Site Concrete Work REQUIREMENTS OF REGULATORY AGENCIES A. Except as modified by the requirements specified herein, andlor the details on the drawings, all work included in this section shall conform to the applicable provisions of the following codes and standards: 1. International Conference of Building Officials (ICBO): Uniform Building Code, 1988 edition, Chapter 26, Concrete’. 2. American Concrete Institute (ACT): Building Code Requirements for Reinforced Concrete, ACT 3 18-77. 3. American Society for Testing and Materials (ASTM): The specifications and standards hereinafter referred to, latest edition. A testing laboratory approved by the City shall design mixes for each type and class of concrete if deemed necessary. Design mixes shall be submitted to City for approval. Contractor shall pay testing laboratory. Contractor shall pay for Batch Plant inspection for mix design only. Where required by City, Contractor shall submit samples of color admixture concrete (2 samples each of all colors shown on plans) to the City for approval a minimum of 3 working days prior to concrete placement. Manufacturer’s paper color chips will not be accepted as samples. Furnish documentation that all final floor finishes meet the minimum static coefficient of friction of 0.6 - ASTM C1028. TESTS AND INSPECTIONS A. B. C. D. E. SUBMITTALS A. 2 PART 2 PRODUCTS 2.1 MATERIALS A. Portland Cement: ASTM Standard Specifications for Portland cement C-150, Type I or Type II. Use only one brand of cement on the project. Temperature of cement shall not be over 140°F when delivered to the batching plant. Children‘s Garden 129 Division 3 - 03300 City of Carlsbad Contract No. 425-4 Mm. 28 Day Aggregate size Strength 4,000 Ibs. 1-112” Max. Water- Cement Min Sacks Cement per Yd. Maximum Ratio Slump 7.5 gallsack 5.3 4“ 3.3 3.4 3.5 3.6 C. D. Colored Concrete: Where required, incorporate color admixture in strict accordance with manufacturer's specifications. Finishing (unless otherwise noted) shall be as follows: 1. Flat work, exterior: as shown on the drawings. 2. Wall faces, exterior: as shown on the drawings. Variance in concrete slab surface shall be M more than 1/16 in IO'. Curing shall be done in such a manner as to produce a complete hydration of the concrete. The responsibility of proper curing will lie with the Contractor. Improperly cured concrete shall be removed and replaced at the expense of the Contractor. Curing may be accomplished by keeping concrete continuously wet by flooding, by covering the concrete with 'Visqueen" for 10 days, or by use of curing compound. Exterior walks, curbs, gutters, and other exterior concrete work may be cured by the use of an approved curing compound applied in strict compliance with manufacturer's specifications. Removal of forms: Do not remove forms until the concrete has attained adequate strength to prevent damage. Take extreme care in stripping to avoid breaking off corners, marking concrete, or defacing the finish surface in any way. After stripping forms, clean all exposed concrete surfaces and all adjoining work stained by leakage of concrete. Remove all fins, burrs, and projections by grinding. Patch all voids, rock pockets, holes, cracks, etc., by chipping loose concrete and exposing clean sound aggregate. City will inspect all patching preparation prior to dry packing for approval. C. After inspection, dampen prepared recesses for 2 hours minimum and fill with drypack to within 1/4" of surface. Keep drypack damp for 2 days minimum. DEFECTIVE CONCRETE Should concrete tests indicate that the strengths do not meet those specified, or if concrete has excessive pockets, or if reinforcing steel is exposed, or if concrete does not in any way comply with the drawings and specifications, the defective concrete shall be removed and replaced as directed at the Contractors expense. CONCRETE WALKS AND PAVING A. Concrete Sidewalks and Walks: E. CURING COMPOUND AND REMOVAL OF FORMS A. E. C. D. CLEANING AND PATCHING A. B. 1. 2. Form work shall be approved by a representative of the City a minimum of 24 hours prior to scheduled pouring. Concrete paving shall conform to the general provisions of this section and to the appropriate standard drawings. Unless otherwise specified, all sidewalks shall be 4" thick. In the construction of sidewalks, the concrete shall be tamped sufficiently to bring the fines to the surface after which it shall be finished to the required grade with wooden floats, and finished as detailed on the drawings. When a straight edge IO' long is laid on the surface of the sidewalk, the surface shall not vary more than 1/16" from the edge of the straightedge, except at grade changes or curves. 3. 4. Children's Garden 131 Division 3 - 03300 City of Carlsbad Contract No. 4254 5. Unless otherwise provided, the transverse slope of the surface of sidewalks shall be 114" per foot, calculated from the top of the curb to the back of the sidewalk. The Contractor shall repair and clean, at his own expense, all concrete damaged or discolored during construction. Where any walk required repair before acceptance, repair shall be made by removing and replacing the entire walk between joints and not by refinishing the damaged portions. Any concrete paving that is not formed as indicated, or has been damaged or discolored, or has voids or rock pockets, or does not fully conform to these specifications will be deemed defective. Such work shall be removed as directed by the City from the job site and replaced with concrete complying with the drawings and specifications. Any concrete paving that shows evidence of cracking prior to completion of the project or during the 60-day maintenance period shall be replaced by the contractor at no cost to the City. Such replacement shall include the entire panel of concrete in which the cracking occurs, up to the nearest expansion or control joints. 6. B. Defective Concrete Paving: 1. 2. 3.7 CLEANUP During construction, keep the area as clean and clear as possible. Do not dispose of waste materials on the site, in pits, or otherwise. Upon completion of this work, remove all debris and excess materials, tools, etc., resulting from this work from the job site, leaving location of this work rakeclean. Prior to the completion of the construction, wash down all concrete paving and acid wash all paving showing stains or discoloration. 0 END OF SECTION .. Children's Garden 132 Division 3 - 03300 City of Carlsbad Contract No. 425-4 Appendix A Excerpt of Irrigation Plan for the initial construction of the Dove Library r 2. e