HomeMy WebLinkAboutJaynes Corporation of California; 2005-10-18; 39271-3 Part 1 of 32008-0208326
Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
APR 18, 2008 3:40 PM
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
GREG 0 RY J. S MIT H.CO U N TY R E CO R D E R
FEES: 0.00
PAGES:
Space above this line for Recorder's Use
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 Carlsbad Public Financing Authority (CFPA), a joint
powers authority.
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 of improvement on the property hereinafter described was completed on
March 31, 2008.
6. The name of the contractor for such work of improvement is Jaynes Corporation of
California.
7. The property on which the work of improvement was completed is in the City of
Carlsbad, County of San Diego, State of California, and is described as the Carlsbad
Municipal Golf Course (Buildings), Project No. 39721-3.
CARLSBAD PUBUe-FINANeiNG) AUTHORITY
GLENN PRUIM
Public Works Director
VERIFICATION OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Carlsbad Public Financing Authority, 1200 Carlsbad Village
Drive, Carlsbad, California, 92008. The Board of Directors of said Authority on
. 2008, 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 /#/lAJ_l l(* , 2008, at Carlsbad, California.I
CARLSBAD I C FINANCING AUTHORITY
AB 36
RESO 45 6
r CARLSBAD PUBLIC
FINANCING AUTHORITY
City of Carlsbad, California
1635 Faraday Avenue
Carlsbad, California 92008
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
CONTRACT 3:
GOLF COURSE BUILDINGS
CARLSBAD MUNICIPAL GOLF COURSE
PROJECT
CONTRACT NO. 39721 - 3
clr tp Revised 10/08/03 Contract No. 39271-3 Page 1 of 72 Pages
GOLF COURSE BUILDINGS FOR THE
CARLSBAD MUNICIPAL GOLF COURSE PROJECT
PROJECT OVERVIEW
The Carlsbad Public Financing Authority (“CPFA) is a joint powers authority of the City
of Carlsbad, California. CPFA is developing an 18-hole, championship length public
golf course project in the City of Carlsbad. The property upon which the golf course
and related improvements will be developed is owned entirely by the CPFA. It is a
“stand alone” golf course project, i.e., no other commercial or residential construction
will be associated with its development. The project is fully permitted and entitled.
The overall project development will be constructed using three (3) prime contracts:
I.
2.
3.
Mass grading and partial site utilities, Contract 39721-1;
Golf Course construction, Contract 39721 -2;
Golf Course buildings, Contract 39721-3.
Contract 39721-3 for the Golf Course Buildings involves the construction of the following
improvements:
1. Clubhouse building;
2. Maintenance Facility including building;
3. “Half-Way House” building;
4. On-course Restroom building “A;
5.
6.
On-course Restroom building “B”; and
Limited associated site work supporting and surrounding these
buildings as described in the project plans, specifications, and
accompanying documents and materials.
Coordination with the other two (2) prime contractors, including comprehensive
scheduling and sequencing of work activities, is critically important to the organizational
efficiency and ultimate success of this project.
The Carlsbad Public Financing Authority requests your interest, participation, and
partnership in this important public project.
Page I-A
h GOLF COURSE BUILDINGS FOR THE
CARLSBAD MUNICIPAL GOLF COURSE PROJECT
PRE-BID INFORMATION REQUESTS
AND QUESTIONS FROM BIDDERS .
Prospective bidders are directed NOT to contact listed architects, engineers, designers, or
other consultants involved with the design plans, specifications, or other documents for this
project. Telephone inquiries, email messages, other inquiries, etc., will not be received or
responded to by the design team or CPFA staff.
All requests for information, clarifications, questions, inquiries of any kind during the bid
period for this project are to be made IN WRITING and forwarded via FAX TRANSMITTAL to
the following:
Carlsbad Public Financing Authority
City of Carlsbad, California
Attention: Carlsbad City Golf Course Project
FAX: 760-720-69 1 7
Upon receipt of a written FAX inquiry, CPFA will review and evaluate the request for
information. If the answer or response requires input from the design team of architects and
engineers, CPFA will secure the information and answers from the design team and return
same via FAX. Please do not send multiple individual questions or clarification requests;
rather, please try and group your questions into one or two larger sets of inquiries.
Prospective bidders are strongly encouraged to completely review the plans. specifications,
supplemental provisions, and related contract documents and appendices before sendinq
questions to CPFA in which the information and/or answers are clearly available within the
proiect documents provided.
CPFA will discontinue to receive and shall not respond to any further questions and inquiries
received via FAX after 12:OO pm, Friday, June 10,2005.
Please note CPFA will not consider or approve during the bid period any requests for
substitution of specified equipment, systems, hardware, finishes, furnishings, building
materials, landscape materials, utility systems or equipment, or other identified items or
materials contained within the project documents.
As indicated on Page I2 of the “Notice Inviting Bids,” please include and acknowledge any
and all published Addendum(a) by CPFA during the bid period.
Page 1-6
GOLF COURSE BUILDINGS FOR THE
CARLSBAD MUNICIPAL GOLF COURSE PROJECT
EXISTING CONDITIONS
Under a previous contract, hereafter referred to as “Phase I ,” CPFA completed in April, 2005
a partial site environmental survey and fencing, site clearing, and site perimeter fencing
operation.
Environmental Survev: The site contains orange “environmental” fencing materials across
much of the site. The location of this orange “environmental” fencing generally follows the
“limits of grading” for both Contract No. 39721-1 and Contract No. 39721-2 and was surveyed
in advance of the orange “environmental” fencing installation in Phase 1 by following the
approved layout of the golf course and its facilities. Some sections of the orange
“environmental” fencing also contain installed erosion control silt fabric. Contract No.
39721-1 includes an additional pre-grading survey to confirm the precise location of the
golf course layout. Minor adjustments to the orange “environmental” fencing may be
necessary. These activities shall be completed well in advance of the initiation of work under
Contract No. 39721 -3. Site access will be available to the Contractor for Contract No.
39721-3 during all phases of construction.
Site Clearing: Under the Phase I contract, CPFA completed a partial site clearing of existing
vegetation on only a portion of the site. This work has no effect, nor does it modify or limit in
any way, the requirements under this Contract No. 39721-3 as described in the plans and
specifications herein.
-
Existinq Site Perimeter Fencinq: Under the Phase 1 contract, CPFA installed partial site
perimeter fencing generally fronting the site along Palomar Airport Road, College Boulevard,
and Hidden Valley Road. This fencing is to remain in place during the time necessary to
complete the work under Contract No. 39721-2. The site perimeter fencing has no effect
upon the work associated with Contract No. 39721-3 (Buildings).
Page 1 - C
. Item . TABLE OF CONTENTS
Page
Project Overview ...................................................................................................... l-A
Pre-Bid Questions and Requests for Information ............................................................ l-B
.. Pre-Bid Existing Conditions ........................................................................................ l-C
Notice Inviting Bids ..................................................................................................................... 7
Contractor's Proposal .................................................................................................................
16
18
20
21
Guide For Completing The "Designation Of Subcontractors" Form ............................................
Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ................................
Bidder's Statement Of Financial Responsibility ......... .. ................................................................
Bidder's Statement Of Technical Ability And Experience ............................................................ 22
Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive
_.- Liability And Workers' Compensation ......................................................................................... 23
Bidder's Statement Of Re Debarment ........................................................................................ 24
25
Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 27
Bidder's Disclosure Of Discipline Record .........................................................................
Contract Public Works ............................................................................................................... 28
Labor And Materials Bond ......................................................................................................... 34
Faithful PerformancelWarranty Bond ......................................................................................... 36
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ..................................... 38
a Revised 10/08/03 Contract No . 39271-3 Page 2 of 72 Pages
SUPPLEMENTAL PROVISIONS
PART 1 : GENERAL PROVISIONS
Part I
Section 1
1-1
1-2
1-3
Section 2
2-3
2-4
2-5 2-9
2-1 0
Section 3
3-2 3-3
3-4
3-5
Section 4
4- 1
4-2 -
Section 5
5- I
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
7-7
7-8
7-1 0
7-1 3
Section 8 8-2
8-6 /c
General Provisions
Terms, Definitions Abbreviations And Symbols
Terms .................................................................................................................
Definitions ..........................................................................................................
Abbreviations .....................................................................................................
Scope And Control Of The Work Subcontracts ......................................................................................................
Contract Bonds ............................................ _.. ...................................................
Plans And Specifications ....................................................................................
Authoiity Of Board And Engineer ....................................................................... Surveying ...........................................................................................................
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 .........................................................................
Completion And Acceptance ..............................................................................
Liquidated Damages ...........................................................................................
Time of Completion.. ...........................................................................................
Responsibilities Of The Contractor
Liability Insurance ............................................................................................... Workers' Compensation Insurance .. ............_. ....................................................
Permits ...............................................................................................................
Cooperation and Collateral Work ....................................................................... Project Site Maintenance ... ; ................................................................................
Public Convenience And Safety .........................................................................
Laws To Be Observed ........................................................................................
Facilities For Agency Personnel
Field Office Facilities ...........................................................................................
Basis Of Payment ...............................................................................................
41
43
50
54
55
56
63
69
@ Revised 10/08/03 Contract No, 39271-3 Page 3 of 72 Pages
Section 9 Measurement and Payment
9-1 Measurement Of Quantities For Unit Price Work ................................... 69
9-3 _- - Pay men t .............................................................................................................
END OF SUPPLEMENTAL PROVISIONS, PART 1
SUPPLEMENTAL PROVISIONS, PART 2: CONSTRUCTION MATERIALS
Section 200 Rock Materials 200-2 Untreated Base Materials ................................................................................... 1
Section 201
201-1 Portland Cement Concrete ................................................................................ 4
Concrete, Mortar And Related Materials
Section 203 Bituminous Materials
203-6 Asphalt Concrete ................................................................................................ 5
203-1 1 Asphalt Pavement Crack Sealants .....................................................................
Section 204 Lumber And Treatment With Preservatives 204- 1 Lumber And Plywood .......................................................................................... 6
Section 206 Miscellaneous Metal Items
206-7 Traffic Signs ....................................................................................................... NA
206-8
206-9
Section 207 Pipe
207-2 Reinforced Concrete Pipe ................................................................................... 7
207-25
Light Gage Steel Tubing And Connectors ...........................................................
Portable Changeable Message Sign .................................................................. -
Underground Utility Marking Tape ......................................................................
Section 209
208-1
208-2
208-3
208-5
208-6
208-7
, 209-8
208-4
Signals, Lighting And Electrical Systems
General ............................................................................................................... NA
Materials And Installation ....................................................................................
Controller Assemblies .........................................................................................
Traffic Signal Faces And Fittings ........................................................................ Detectors ............................................................................................................
Removing, Reinstalling Or Salvaging Electrical Equipment ................................ ,Lighting ...............................................................................................................
Payment .............................................................................................................
Section 210
21 0-1
Paint And Protective Coatings
Paint ................................................................................................................... NA .. 210-3 Galvanizing.. .......................................................................................................
Section 21 2 Landscape And Irrigation Materials 212-1 Landscape Materials ........................................................................................... 10
21 2-2 Irrigation System Materials .................................................................................. 10
21 2-3 Electrical Materials .............................................................................................. 10
Section 21 3 Engineering Fabrics
21 3-3 Geotextiles ......................................................................................................... NA
Erosion Control Specialties ................................................................................. .. 21 3-2 .- -
a Revised 10/08/03 Contract No. 39271 -3 Page 4 of 72 Pages
..- Section 214 Pavement Markers 2 14-5 Reflective Pavement Markers ............................................................................. NA
SUPPLEMENTAL PROVISIONS, PART 3: CONSTRUCTION METHODS
Section 300 300-1
300-2
300-3
300-5 300-9
300-1 1
300-4
Section 301
301 -1
Section 302
302-1
302-2
302-3
302-5 302-9
302-4
rc
Section 303
303-1 303-2
303-5
303-6
Section 304
304-3
Section 306
306-1
306-5
Section 307
307-4 307-3
Section 308 308-2
308-4 308-5
308-7 308-8
308-9
308-6 -
Earthwork
Unclassified Excavation. .....................................................................................
Structure Excavation And Backfill .......................................................................
Unclassified Fill ..................................................................................................
Borrow Excavation ............................................................. ._.. ............................. Geotextiles For Erosion Control And Water Pollution Control. ............................
Stonework For Erosion Control ...........................................................................
Clearing And Grubbing ...................................................................................... NA
Treated Soil, Subgrade Preparation And Placement Of Base Materials
Subgrade Preparation ......................................................................................... 22
Roadway Surfacing
Chip Seal ............................................................................................................
Emulsion-Aggregate Sluny .................................................................................
Asphalt Concrete Pavement ...............................................................................
Asphalt Pavement Repairs And Remediation ..................................... : ...............
Oiled Roadways And Shoulders .........................................................................
Asphalt-Rubber Chip Seal Or Interlayer .............................................................
22
Concrete And Masonry Construction. Concrete Structures ............................................................................................ 23
Air-Placed Concrete ............................................................................................
Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections,
Access Ramps, And Driveways .......................................................................... Stamped Concrete ..............................................................................................
Metal Fabrication And Construction
Chain Link Fence ............................................................................................... NA
Underground Conduit Construction
Abandonment Of Conduits And Structures ......................................................... Open Trench Operations .................................................................................... 28
Street Lighting And Traffic Signals Street Lighting Construction ............................................................................... NA
Traffic Signal Construction ..................................................................................
Landscape And Irrigation Installation
Earthwork And Topsoil Placement ..................................................................... Planting .............................................................................................................. 34
Irrigation System Installation ...............................................................................
Maintenance And Plant Establishment ............................................................... Guarantee ..........................................................................................................
Measurement And Payment. .............................................................................. Wetland Mitigation ..............................................................................................
a Revised 10/08/03 Contract No. 39271-3 Page 5 of 72 Pages
Section 31 0 Painting
310-5 Painting Various Surfaces .............................................................. i .................. 63
31 0-7
-
Permanent Signing ..... . . . . . . . .. . .. .. . .. . . . .. . . . ._. . .. . . . .. . .. . .. . . . . . . . .. . ... .... . .. . . . . .. . .. . . . . ..:. .. . . .. ...
Section 31 2
31 2-1 Placement ........................................................................................................... NA Pavement Marker Placement And Removal
Section 31 3 , Temporary Traffic Control Devices
313-1 ' Temporary Traffic Pavement Markers ................................................................ ' NA 31 3-2
31 3-3
31 3-4
Temporary Traffic Signing ...... ...... ........ ... .. ... .......... ... ............. ... ............ ....... . ... .
Temporary Railing (Type K) And Crash Cushions .............................................
Measurement And Payment ...............................................................................
SUPPLEMENTAL LANDSCAPE AND IRRIGATION PROVISIONS, BEGINNING WITH SECTION
02721 et seq.
02721 -1 0281 0-1
02870-1
02900-1
031 00
03200
03300
03350
LANDSCAPE DRAINAGE SYSTEM
IRRIGATION SYSTEM
SITE FURNISHINGS
LANDSCAPING
SPECIAL CONCRETE FORMWORK
CONCRETE REINFORCEMENT
SPECIAL CONCRETE FINISHES
CAST-I N-PLAC E
- ARCHITECTURAL SPECIFICATIONS, DIVISIONS 1 - 16 INCLUSIVE
BEGINNING WITH TABLE OF CONTENTS 00010-1
FOOD SERVICE EQUIPMENT SPECIFICATION CUT SHEETS
Dated April 18, 2005
1-3
1-25
1-3
1-14
1-3
1-5
1-5
1-6
included
included
SUPPLEMENTAL REPORTS
{l) GEOTECHNICAL REPORT: INCORPORATED BY REFERENCE AND MADE A PART OF
THIS PROJECT AND CONTRACT; REPORT ON FILE FOR REVIEW DURING REGULAR
WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635 FARADAY AVENUE,
CARLSBAD, CALIFORNIA 92008.
(2) STORM WATER POLLUTION PREVENTION PLAN: INCORPORATED BY REFERENCE
AND MADE A PART OF THIS PROJECT AND CONTRACT; REPORT ON FILE FOR REVIEW
DURING REGULAR WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635
FARADAY AVENUE, CARLSBAD, CALIFORNIA 92008.
(3 RESOURCE AGENCY PERMITS: INCORPORATED BY REFERENCE AND MADE A PART OF THIS PROJECT AND CONTRACT; PERMITS ON FILE FOR REVIEW DURING REGULAR
WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635 FARADAY AVENUE,
CARLSBAD, CALIFORNIA 92008.
a Revised 10/08/03 Contract No. 39271-3 Page 6 of 72 Pages
CARLS BAD P U B LIC FINANCING AUTH ORlTY (“C PFA”)
NOTICE INVITING BIDS
Until 4:OO PM on. WEDNESDAY, JUNE 22,2005, the CPFA 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:
CONTRACT NO. 39721-3
CONTRACT 3: GOLF COURSE BUILDINGS
FOR THE CARLSBAD MUNICIPAL GOLF COURSE PROJECT
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 one hundred eighty (180) days
and such additional time as may be mutually agreed upon by the CPFA and the Bidder.
The work shall be performed in strict conformity with the plans and specifications as approved by the
CPFA on file with the Recreation Department. The specifications for the work include the Standard
Specifications for Public Works Construction, latest edition, with all adopted supplements and
provisions, 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 CPFA encourages the participation of minority and women-owned businesses. r
The CPFA encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize
recycled and recyclable materials when available, appropriate and approved by the Engineer.
The CPFA may disqualify a contractor or subcontractor from participating in bidding when a
contractor or subcontractor has been debarred by the CPFA, CPFA of Carlsbad, or another
jurisdiction in the State of California as an irresponsible 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 CPFA to ensure performance
under this Contract. section 10263 of the Public Contract Code requires monies or securities to be
deposited with the CPFA 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.
The documents which comprise the Bidder’s proposal and that must be completed and properly
executed including notarization where indicated are:
F
43 Revised 10/08/03 Contract No. 39271-3 Paae 7 of 72 Paaes
1. Contractor's Proposal
2. Bidder's Bond 3. Non-Collusion Affidavit
4. Designation of Subcontractors
5. Designation of Owner Operator/Lessors &
6. Bidder's Statement of Financial Responsibility
7. Bidder's Statement of Technical Ability and
/--
and Amount of Subcontractor Bid
Amount of Owner Operator/Lessor Work
Experience
8. Acknowledgement of Addendum(a)
9. Certificate of Insurance. The riders covering the
CPFA, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of
this contract. 10.Bidder' s Statement Re Debarment
11 .Bidder's Disclosure Of Discipline Record
12.Escrow Agreement for Security Deposits - (optional, must be completed if the . Bidder
wishes to use the Escrow Agreement for Security)
All bids will be compared on the basis of the Engineer's Estimate. The Engineer's Estimate is:
$1 1,372,691.
Except as provided herein a bid submitted to the CPFA by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered non-responsive and
shall be rejected by the CPFA. 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: Class B: General Building.
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 laterdate.
I-
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 $75 per set. If plans and specifications are to be mailed, the cost for -
postage should be added.
A copy of the geotechnical / soils and SWPPP reports are available for review by all interested
parties at the Engineering Front Counter of the Faraday Center located at 1635 Faraday Avenue,
Carlsbad, California 92008-7314. CPFA will not make or otherwise provide duplicate or Xerox copies of this report at this time. Copies may be obtained for cost by contacting the geotechnical / soils and
SW PPP report authors directly.
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 CPFA except as hereinbefore specified. No bidder may rely on
directions given by any agent, employee or contractor of the CPFA except as hereiribefore
specified.
The CPFA reserves the right to reject any or all bids and to waive any minor irregularity or informality
in such bids.
'
r i
Revised 10108103 Contract No. 39271 -3 Page 8 of 72 Pages
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 CPFA 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 CPFA Engineer is the CPFA's "duly authorized officer" for
the purposes of section 41 07 and 41 07.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
There will be no pm-bid tour of the project site.
A pre-bid meeting will be held at 2:OO pm, Tuesday, June 7,2005, at Conference Room 173 -6,
City of Carlsbad's Faraday Center, 1635 Faraday Avenue, Carlsbad, California 92008.
Attendance at this pre-bid meeting is not mandatory, however, is strongly encouraged.
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 aboe and compared on the basis of the corrected totals. rc-
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 bya 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:
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).
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 ($1 0,000,000).
Twentyfive percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($1 0,000,000).
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 CPFA 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.
-
a Revised 10/08/03 Contract No. 3927 1-3 Page 9 of 72 Pages
I I_ If the bid is accepted, CPFA 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 I of the Insurance Code, within IO 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 abow for all insurance companies.
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 cowage 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 CPFA
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 CPFA is contingent upon the Contractor submitting the required
bonds and insurance, as described in the contract, within fifteen (15) days of bid opening. If the
Contractor fails to comply with these requirements, the CPFA 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 CPFA of
Carlsbad Business License for the duration of the contract.
/p
Ap roved by the CP A, Carlsbad, California, by Resolution No. x , adopted on the
-!&Adayof h , 2005.
@ Revised 10/08/03 Contract No. 39271 -3 Page 10 of 72 Pages
CARLSBAD PUBLIC FINANCING AUTHORITY
CONTRACT NO. 39721-3
GOLF COURSE BUILDINGS
FOR THE CARLSBAD MUNICIPAL GOLF COURSE PROJECT
CARLSBAD PUBLIC FINANCING AUTHORITY
1200 Carlsbad Village Drive
Carlsbad, California 92008
c
DATE
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. 39721-3 in accordance with the Plans, Specifications,
Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the
following prices for each item complete, to fit:
SCHEDULE A: CLUBHOUSE BUILDING
Total amount of bid in numbers for Schedule A: $
Total amount of bid in words for Schedule A:
<, "Pm Dl6
c
SCHEDULE B: MAINTENANCE FACILITY COMPLETE INCLUDING BUILDING
Total amount of bid in numbers for Schedule B: $
Total amount of bid in words for Schedule B:
1 ,-=tOZ,?Yk&
t?&u IMI I\,\ or2 5qJ&LLdreJ c-.--lL 0
1%- 6 *~W%uVyl71A 44 5,J,+7 -51 .>! u
SCHEDULE C: HALF-WAY HOUSE BUILDING
Total amount of bid in numbers for Schedule C: $
Total amount of bid in words for Schedule C
SCHEDULE D: ON-~OURSE RESTROOM "A" BUILDING
Total amount of bid in numbers for Schedule D: $
Total amount of bid in words for Schedule D:
\W,L0?
7 -A pw-4LI -5LJ2-9
f' *c\ 5 IX hdd -,k GAL fl-f-!\~fl
Revised 10/08/03 Contract No. 39271-3 Page 11 of 72 Pages
- SCHEDULE E: ON-COURSE RESTROOM “B” BUILDING
Total amount of bid in numbers for Schedule E: $ \6?, 234’2
Total amount of bid in words for Schedule E:
SCHEDULE F: ALL SITE WORK, PARKING LOTS, UTILITIES, AND ASSOCIATED
IMPROVEMENTS SUPPORTING AND SURROUNDING ALL BUILDINGS (SCHEDULES A
THROUGH E INCLUSIVE)
Total amount of bid in numbers for Schedule F: $
Total amount of bid in words for Schedule F:
I 3 7 9 1 656
TL 1 <L+& *-\\ 10- Lt---$fl %C -* ’
at +- h,.2-)% LF56.A 4IXL-J gce J *M/J c,c4-t 5 \yr u -- u
Total amount of bid in numbers including Schedules A, B, C, D, E & F: $ 1
-5,XhlMLI 2 */l Lj?W?V14 Ld 4 \ ThJ- L ,&!,/ AP, J
, &fa, j3 LY
s7wJ4 L7.r
Total amount of bid in words including Schedules A, B, C, D, E & F: $ &Ib Vrr,l.\\h-
The basis of award will be the sum of Schedules A. 6, C. D. E & F. CPFA herebv desinnates
Schedule A (Clubhouse) as a “deductive alternate” which may, at the sole election of CPFA, not be
awarded. Even if deducted from the scope of work, Schedule A (Clubhouse) will be included for
purposes of determininn the lowest bid price in accordance with California Public Contract Code,
Section 20103.8 (b).
-
Price@) given above are firm for 180 days after date of bid opening.
Addendum(a) No@). 1
proposal.
hadhave been received and is/are included in this
The Undersigned has carefully checked all of the above figures and understands that the CPFA 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 fifteen (15) days from the date of award of Contract by the
CPFA, the CPFA 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.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capaCPFA of a contractor within the State of California, validly licensed under
license number 787005 I classification A & B which expires on , and that this statement is true and correct and has the legal effect of
an affidavit.
11/30/2006
c A bid submitted to the CPFA by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered non-responsive and shall be rejected by the
CPFA Q 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 Q
201 04. @ Revised 10/08/03 Contract No. 39271-3 Page 12 of 72 Pages
License Detail Page 1 of2
License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD
Contractor License # 787005
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 and/or legal action information.
Per B&P 7071.17, only construction related civil judgments reported 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.
. Extract Date: 06/24/2005
* * * Business Information * * *
JAYNES CORPORATION OF CALIFORNIA
I11 ELM ST4TH FLR
Business Phone Number: (619) 223-4080
SAN DIEGO, CA 92101-2646
Entity: Corporation
Issue Date: 11/06/2000 Expire Date: 11/30/2006
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Additional Status Information * * *
The license may be suspended on 07/06/2005 if the workers' compensation insurance policy is not
filed with the CSLB.
* * * Classifications * * *
i.c I , . . . , . . .. .. . ,, " " . . . .. " .. . ., ., ,,., . ., ., , , , , ,, , ,, . , ,,, ___", .", . ... "" . ", . . . . . , .. , . .. .. . . , . . . . . . . ., . .. ,, 2 Description
http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 06/24/2005
License Detail Page 2 of 2
License Number Request Contractor Name Request
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 9033007 in the amount of
$10,000 with the bonding company
AMERICAN CONTRACTORS INDEMNITY COMPANY.
Effective Date: 01/01/2004
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) DONALD
ANTHONY MAUR POWER certified that he/she owns IO percent or more of the voting stock/equity
of the corporation. A bond of qualifying individual is not required.
Effective Date: 05/26/2005
-
Personnel Name Request
BQl's Bondina History
Salesperson Request
* * * Workers Compensation Information * * *
Salesperson Name Request
This license has workers compensation insurance with the
AClG INSURANCE COMPANY
Policy Number: WD4083034 Effective Date: 0610112004 Expire Date: 06/01/2005
Workers Compensation History
Personnet listed on this license (current or disassociated) are listed on other licenses.
Personnel List Other Licenses
06/24/2005
NOT TRANSFERABLE
BUS. NUMBER
1220285
. DATE ISSUED 0512312005
SIC CODE 15
OWNER FIRM OR
CORPORATION NAME
BUSINESS NAME
MAILING ADDRESS
CITY AND STATE
POST IN CONSPICUOUS PLACE CITY OF CARLSBAD
BUSINESS REGISTRATION CERTIFICATE
KEEP FOR YOUR RECORDS
BUSINESS TAX RECEIPT
BUS. NO. 1220285
DATE ISSUED
0512312005
08.070G $80.00
Th prm. firm OT rnpotalmn nrd Wow IS gmnled 1111s tusi- wldrale VIuaIII lo lh -worn d Iha Clly Burinns Lmwe adlnwma 10 ewxp m cmy on M rnW Ih busm-s lrxk cdling. pofarrmn exhibition (r omrpallon d-hi bslw lzularre of lh cerllhale IO m4 an endarsmnl M(
Stae of WifMnJa
catilkalan of mrnplianca wblh Olb wdlr*maa or laws Thlr Imse 1s braad Wlhl mfulon (ha1 Ihe I-- 19 rUbjecl Io (r sxsrnpl horn Ilcenrlng by Ih
BUSINESS LOCATION
111 ELMSTFL4
SIC DESCRIPTION Building Construction-General Building Contrac EXPIRATION DATE
JAYNES CORPORATION OF CALIFORNIA
JAYNES CORPORATION OF CALIFORNIA BALANCE $0.00
TAXES PAID IN ACCORDANCE WITH UTY 111 ELMSTFL4 BUSINESS TAX ORDINANCE
SAN DIEGO, CA 92101-2692
CITY OF CARLSBAD
."
.- The Undersigned bidder hereby represents as follows:
1. That no CPFA Board member, officer, agent, or employee of the CPFA 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 CPFA, its officers, agents, or employees has inducted hidher
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 Bond (Cash, Certified Check, Bond or
Cashier's Check) for ten percent (10%) of the amount bid.
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 I , 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.
+ IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
(5) 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 partner)
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
a Revised 10/08/03 Contract No. 39271 -3 Page 13 of 72 Pages
(5) E-Mail
IF A CORPORATION, SIGN HERE
(I) Name under which business is conducted Jaynes Corporation Of California
Senior Vice President
(Title)
Impress Corporate Seal here
Incorporated under the laws of the State of
Place of Business 111 Elm Street, Fourth Floor
(Street and Number) City and State Sari Diego, C*
Zip Code 92101 Telephone No. (619) 233-4080
E-Mail rickc@jaynescorp.com
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED
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:
Rick Marquardt President
Richard Cohen Senior Vice President
D. Wayne Davenport Secretary
e Revised 10/08/03 Contract No. 39271-3 Page 14 of 72 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I
State of California } SS.
Countyof ,hm 3-1 O&
@ personally known to me
0 proved to me on the basis of satisfactory
evidence
Place Notary Seal Above
OP TI0 NA L
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: fm!m,Q-J .
Document Date: /&!? Number of Pages:
Signer(s) Other Than Named Above: ma
Irnl
0 Individual
17 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
Guardian or Conservator
0 Other:
Signer Is Representing:
4 Corporate Officer - Title(s): u$H) q)!fd&??~
0 1997 National Notary Association 9350 De Soto Ave , PO Box 2402 - Chatsworth, CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1-800-876-6827
BID SECURITY FORM
(Check to Accompany Bid)
CONTRACT NO. 39271-3
GOLF COURSE BUILDINGS
FOR THE CARLSBAD MUNICIPAL GOLF COURSE PROJECT
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CARLSBAD
PUBLIC FINANCING AUTHORITY in the sum of
dollars ($ ),
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the CPFA provided this proposal shall be accepted by the CPFA through
action of its legally constituted contracting authorities and the undersigned shall fail to execute a
contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance
coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The
proceeds of this check shall also become the property of the CPFA if the undersigned shall withdraw
his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless
otherwise required by law, and notwithstanding the award of the contract to another bidder.
ic-
BIDDER
*Delete the inapplicable word.
(NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be
executed-the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.)
Revised 10/08/03 Contract No. 39271-3 Page 15 of 72 Pages
BIDDER'S BONID TO ACCOMPANY PROPOSAL
CONTRACT NO. 39271-3
GOUF COURSE 6UlLDlNGS
FOR THE CARLSBAO MUNICIPAL GOLF COURSE PROJECT
KNOW ALL PERSONS BY THESE PbESENTS:
That we, JAYNES CORPORATION OF CALIFORNIA as Principal, and CONTINENTAL CASUALTY COMPAVY
as Surety are held and firmly bound bnto the CbFA in an amount as follows: (must be at least ten percent (10%) of the bid amount)TEN tERCENT (low OF THE AMOUNT BID for which payment, well and truly
made, we bind ourselves, our heirs, eDcecutors and administrators, successors or assigns, jointly and severally, firmly by these pmsents.
THE CONDlTlON OF THE FOREGQING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for.
CONTRACT NO. 39721-3, GOLF CqURSE BUILDINGS FOR THE CARLSBAD MUNICIPAL GOLF COURSE PROJECT;
in the CPFA of Carlsbad, is accepts by the CPFA, and if the Prindpal shall duly enter into and
execute a Contract including require bonds and insurance policies within fifteen (15) days from the
become null and void; otherwlse, it bhall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said CPFA.
date of award of Contract by the CP 4 A, being duly notified of said award, then this obligation shall
Revlsed 10/08/0f Contract No. 39271-3 Page 16 of 72 Pages
In the event Principal executed this bQnd as an indivldual, it is agreed that the death of Principal shall
not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this Z%JD , day of JUNE ,2005.
Richard Cohen
(print name here)
Senior Vice President
(Title and Organization of Slgnatory)
By:
(sign here)
(print name here)
(title and organization of signatory)
Executed by SURETY this 22ND day of JUNE ,2005.
SURETY:
CONTINENTAL CASUALTY COMPANY
20 Osuna NE, 9 uite G-I name of Sure !i
Albuquerque, New Mexico 87107
(address of Surety)
505-262-2621
(telephone number of Surety)
[signature of Attomey-in-Fact)
Carl S. Conlee. Ill
(prfnted name of Attomey-in-Fact)
{Attach corporate resolution showing current power of attorney.)
(Proper notarial acknowledgment of elcecuffon by PRINCIPAL and SURETY must be attached.)
(President or vice-president and seclferary 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 empovkring that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL Counsei
BY Deputy Counsel
@ Revised lOiOSlO$ Contract No. 39271-3 Page 17 of 72 Pages
JAYNES CORPORATION OF CALIFORNIA
SECRETARY’S CERTIFICATE
I, Wayne Davenport, Secretary of Jaynes Corporation of California (formerly known as Kvaas
Constructors, Inc.), a California corporation (the “Corporation”), hereby certify as follows:
1. I am the duly elected, qualified and acting Secretary of the Corporation.
2. The following resolution was duly adopted by the Board of Directors of the Corporation at a meeting
held on July 16,2004. Such resolution has not been amended, modified or rescinded, and remains in full
force and effect as of the date hereof:
WHEREAS: The Corporation is currently conducting and is expected to regularly conduct
business with various agencies and owners (collectively “Owners”) within the state of California, which
business entails executing and delivering various documents and agreements with Owners, consistent
with the Corporations objectives, and
WHEREAS: It is deemed to be in the best interests of the Corporation to authorize Rick
Marquardt, the President of the Corporation, and Richard Cohen, the Senior vice President of the
Corporation, either one, to execute and deliver any and all documents and agreements with Owners that
he deems necessary or advisable,
r.-
IT IS HEREBY RESOLVED: That Rick Marquardt, the President of the Corporation, or Richard
Cohen, the Senior Vice President, either one, are authorized and directed to execute and deiiver any and
all documents and agreements with Owners on behalf of the Corporation that either of them deems
necessary or advisable, and to take such Mer action as is necessary to carry out the purpose and intent
of this resolution as either one, in his discretion, deems advisable.
A IN WITNESS WHEREOF, I have executed this Certificate as of Julyb, 2004.
tr,*-3
Wa&e Davenport, Sdretary
CALIPORNIA ALL-PURPOSE ACKNOWLEDGMENT
hate of NEW MEXICO
LINDA D. DOOLEY
NAME, TITLE OF orricm. =g, "JANE WE. NOTARY PUBLIC
jersonally appeared CARL S. CONLEE Ill
mersonally known to me - OR -
NAME(S) OF SIGNER(S)
- proved to me on the basis of
satisfactory evidence to be the
person(s) whose name(s) ishe
subscribed to the within instrument
and acknowledged to me that helshd
they executed the same in his/her/
their authorized capacity(ies), and
that by hidhedtheir signature(s) on
the instrument the person(s), or the
entity upon behalf of which thc
person(s) acted, executed the
instniment.
WITNESS my hand and official seal.
---OPTIONAL SECTION-
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary ta fill in the data below, doing so may prove invaluablc to persons relying on the documcnt. - INDIVIDUAL
- CORPORATE OFFICER(S)
TITLE(S)
PARTNER@) LIMITED
-0ENERAL
XX ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
VI HkK
SIGNER IS REPRESENTING:
CONTINENTAL CASUALTY
COMPANY
NAME OF PERSON(S) OR ENTITY(IES)
MY COMMISSION EXPIRES: 07/22/08
THIS CERTIFICATE MUST BE AITACHED TO TITLE OR TYPE OF DOCUMENT I NT 1 THE DOCUMENTDESCRIBED AT RIGHT
Tbounh the data reauerted here is not rmuircil bv law.
NUMBER OF PAGES'
SICNER(S) OTHER THAN NAMED ABOVE
DATE OF DOCUME
,
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
1 State of California
personally appeared
-&:%- I KATHRYN A. PFAFF
Commlssion # 1376596
Notary Public - California - San Diego County Mv Cornrn. Expires %p 24,2006 I
c
Place Notary Seal Above
$personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the persod whose name$dj&e
subscribed to the wit
acknowledged to
the same in
capacity@), and that by
signaturew on the instrument th
the entity upon behalf of which
acted, executed the instrument.
WltNESS my hand and official seal.
0 PTIO NA L
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attache
Title or Type of Document:
Document Date: b /A2 /as Number of Pages:
Signer(s) Other Than Named Above: &a.Jfd/J // 1
Capacity(ies) CI
Signer’s Name:
0 Individual
@-.Corporate Offic
0 Partner - 0 Limited 0 General
Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: I
0 1997 National Notary Association 9350 De Soto Ave , PO Box 2402 . Chatsworth, CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1-800-876-6827
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable sure t yhsurer deductible,
Form F7310 e
POWER OF ATTORNEY APPOINTING INDIVIDUAL AT”ORNEY-IN-FACT *. -
mow All Men By These Prerentr, That continerdal Catmalty Company, an Illinoh Corporation, National Fire Insurance Company of Hartford, a
Connecticut Corporation, and American casualty Company of Readin& Pennsylvania, a Pennsylvania Corporation fierein called ‘Yhe CNA Companies”), rn duly organized and existing mporations ha@ their principal offices in the City of Chicago, and Slate of Illinois, and ulat they do by vimic of the
signatures and seals herein aflixed hereby make, constitute and appoint
Robert L Brooks, Bart H Kinneg m, Michael L Chrestman, Carl S Coulee III, Dean E Vigil, Sarah J Hamilton, David D Gebhardt, Individually
-
ofAlbuquerque, NM, uleir true ad lawful Attoniey(s)-in-Fad With full power and authority hereby conferred to sign, sal and execute for and on their behalf bonds, undertakings und other obligato? instrumcnls of similar nttture
- In Unlimited Amounts -
and lo bind them thereby as fuUy and to the me extent 8s if such instnunen@ were signed by tl duly authorized oficer of their corporations and all the
acta of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed
This Power of Attorncy is made and executed pursuairt to and by authority ofthe By-Law and ResoIutions, printed on thc reverse hemf, duly
adopted, as indicated, by the Board.. of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused hex presents lo be signed by (heir Senior Vice kcsidcnt md iheir corpwate seals to be hereto diixed on this 14th day of Janutu): 2004
Continental Casualty Company National Fire Insurance Company of haford
American Casualty Company of Reading, Pennsylvania
Mfchael Gcngler -
State of Illinois, County or Cook, ss: On this 14th clay of January, 2004, before rnc personally came Michael GengIer lo me known, ~ho, being by mc duly sworn, did depose and say:
that he resides in the City of Chicago, Statc of Illinois; that he is I( Senior Vice Presidcnt of Gmtincncal Casualty Company, an Illinois c~ration, Na(i0nal Fire Insurance Company of Hartford. a Connecticut corporation, and American Casualty Cmpmy ofltcading, Pennsytvlcnia, a Parnsylvania Omporation described in and which executcd the above htnunent; that he knows the seals of said corporations; that the seals affixed to the said instrUment are such corporate seals; that they were so Nixed pursuant to authority givcn by the lhards of Directors of said corporations and that hc
signed his name themto pursuant IO like authority, and acknodcdgcs same to be the act and deed of said corporations. Q& OFFICIAL SEAL CLlU PRICE WAnV rwo. WATC of LLHOII W OMIWEOW~: wI*.
My Commission D Expires September 17,2006 Eli= Price Notary Public
CERTIFICATE
I, Mary A. Kibikawskis, Assistant Secretary of Contirienlal Casualty Company, an Illinois corporalion, National Fire insurance Company of Haltford, tl Connecticut curporalion, and American Casualty Company of Reading, Pennsflvania, u Pennsylvania corpration do hereby certify ht the
Power of Attorney huein above set forth is still in force, and further certify that the By-Law and Resolution of the Bourd of Directors of the corpomtiom printed on the revme hckeof is still in force. In testimony whereof I have hereunto subscribed iny nmc and allixed the seal ofthe said corporations this 22nd dayor June , 2005 ,
Continental Casualty Comp‘my National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania
.I
Assistant secretarv
b?2&QU
Mary A. R&ika\Cgkis LV Form F6855-I 1/2001
e I . ..
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINESTAL CASIJALTY COMPANY:
This l’owcr of Attorney is made md csccutod pursuant to and by suthority of the following By-Law duly adopted by the Board oCDirectors of the
Company
“Article IX-Execution of Documents
Section 3. Appointmcnt of Altorncy-in-fact. l’he Chairmon of the Board of Directors, the President or any Executive, Senior or Group Vicc
President may, froin time to time, appoint by written certilicates attorneys-in-lact lo act in behalf of the Company in the oxacution of policies of
insurance. bonds, undemkings and other obligatory instruments 01 like nature. Such attorneys-in-l‘act, subject to the limitntions set forth in their
respective certilicatcs ol‘authority, shall have full power to bind thc Company by their signature and execution olclny such instruments and to sttach the rod ofthe Company thcrcrta. Tho Chairman of the I3owd of Directors, tho Prcsidcnt or any Extxutivc, Senior or Gmup Vicc Prcsidcnt or the Hoard of
Directars, may, at any time. revoke all power and authorily previously given to my attorney-in-fact.”
This Power of Attorney is signed and scaled by lacsimile undcr and by the uuthority of the following Kcsolution adopted by the Hoard olDircctors ofthe Company at a meeting duly called and held on thc 17” day of Fcbruat)., 1993.
“Resolved, that the sipnture of the Yrcsident or any Executive, Senior 01 Group Vicc President and the seal oi’ the Company may be dlixod by
facsimile (M any power of attarncy grantid pursuant to Saction 3 of Article Lx of the By,-Inws, and the signature of the Secrm or an Assistant
Secretary and the seal air the Company may he aflirred by fucsimile to any ccrtificak of my such powcr and any power or certilicate bcaring such
l‘acsimile signature and seal shall be valid and binding on the Compuny. Any such power so cxecuted and scalcd and cenified by certificate so executed
nnd sealed shall. with rcspcct to any bond or undcrtaking to which it is attached, continue to be valid and binding on tho Companv.”
ADOPTED BY T1iE I3O,\RD OF DIRECTORS OF AMERICAN CASUALTI’ COMPANY OF READING, PENNSYLVANIA:
This Power or Attomcs is tnttdc and cxccuted pursuant to and by authority of the following By-Law duly adopted hy thc Hoard of Dirccrors ot‘the
Company.
“Article VCExccution of Ohligations and Appointment of Attornei-In-Fact
Section 2. Appointment of Attorncy-in-fact. Thc Chairman ol’ the Uoard of Directors, the I’rosident or any Executive. Senior or Ckoup Vicc
I Previdcnt may, froin time to time. appoint hy wntwn certificstcs attorneys-in-hot to act in behalf of the Company in the execution of policies of
insurance, bonds. undcrtakings and othw obligatory instruments of like nature. Such atlorncys-in-fact, subject to the limitations set forth in their
respective ccrflicatcs ol’authority, shall haw full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Campnny thereto. l‘he Prcsidcnt or any Executive, Senior or Group Vice Prcsidcnt may at any time rcvoko all powcr and authority previously
given to any attorney-in-fact.”
,
This Ibwcr of Attorney is signed and seakd by fscsimile under and by thc authority of the tollowing Resolution adopted hy the Board of Directors of (he Company 01 (I mecling duly called and held on the I? day of I’chruary. lW3.
“Ktwlved, tbt Ihc signaturc of the I’resident or any Executive, Senior or Group Vicc President and the scal of the Cwnpwy my hc aftid by
facsimile on any power of attorney granted pursuanl to Section 2 of Article VI of‘ ~c By-law, and fie signature of the Secrultlry or an Awistant Secretary and thc sml ofthe Company may he aflixcd by facsimilc to any ccrlificatc of any such powcr and any power or ccrtificatc bearing such
facsimile signaturc .and seal shall be valid and binding on the Company. Any such power so executed and scaled and certified by certificate so executd and scald shall, with respect to any hond or undcrbking to which it is attached: dohtinue to he valid and binding on the Company.”
AJXWIXI) IW ’ITIF. BOARD OF DIRECTORS OF NATlONAL RRI:. IKSUR.UCE COMPANY OF HAKTVORD:
This Pewex of Attorncy is made and cxccutcd punusnt tu and by authurity ofthe lollowing Resoldon duly adopted on Fcbruq 17. I W3 by the tkittrd
of Directors of the Company.
“HESOLVED: That the President an Exccidivc Vice I’residenf or any Senior or Group Vice Prcsidd ofthe Corporation may, Lium lime lo time. appoint by wittcn certilicutes. Attorney-in-Fact to act in hchall‘ of the Corporation in chc cxecution of policics of insurance, bonds, undertakings and other oblisatory insuumcnts of likc nature. Such Attorney-in-Fack subjcct to the limitations set forth in their respective certificates or authority, shall
have full powcr to hind thc Corporation by their signaturc und cxecution of my such instrument and to attach thc seal of the Corporation therao. The Presidcnl, an Executive Vice President. ony Scniur or Group Vicc President or the ljoard of Directors may at any time revoke ell p~~m und authority
proviourly givcn to any Attorney-in-Fact.”
This I’wm of Attorney is signed and seuld by facsimile undcr and by thc authority oithe following Resolution adoptcd hy the riward of Directors dthc
Company ut a meeting duly cullcd and held on the 17’ day 01’I:chruay. lY93.
“KESOLVEII: That the signature ul‘ the Presideni, an Ilsecutive Vice President or any Senior or Gmup Vice Prc.qidcnt and thc seal of the
Corporation may be afixcd by facsimilc on any power ofattomcy granted pursunnt to the Resolution adopkd by this Uoard of Directors on Fehruap 17.
1993 and the signature oca Secretary or un Assistant Sccrctary und thc seal of the Corporation may he alfixed by racsimilc to any certificate of any such
power, and any power or certificate bearing such facsimilc signature and scal shall be valid and binding an the Corporution. Any such power w
exccuted and scalcd and certitid by certificate so executed and scaled, shall with respect to 3ny bond or undcrtaking to which it is attochecl, continue 10
bo valid and binding on the Corporation.”
-.
Company Profile Page 1 of2
-7 ompany Profile
CONTINENTAL CASUALTY COMPANY
CNA PLAZA 333 S WABASH
CHICAGO, IL 60685
800-345-7542
Agent for Service of Process
JERE KEPRIOS, C/O CT CORPORATION SYSTEM 81 8 WEST SEVENTH STREET, 2ND FLOOR LOS
ANGELES, CA 900 17
Unable to Locatethe Agent for Service of Process?
Reference Information
NAIC #: 20443
NAIC Group #: 0218
Date authorized in California:
License Status: UNLIMITED-NORMAL
Company Type: Property & Casualty
State of Domicile: ILLINOIS
California Company ID #: 0048-9
May 14, 1902
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 glos,a-y.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
DISABILITY
FIRE
LIABILITY
MARINE
http ://cdinswww . insurance .ca. gov/pls/wu~coqrof/idb_coqrof~utl .get-cogrof?p-EID=2647 0 6/24/200 5
Company Profile
e-
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 1 1 : 18 AM
Copyright 0 California Department of Insurance
Disclaimer
http://cdinswww.insuance.ca.gov/pls/wu-cojrof/idb - cogrof~utl.get~cojro~p~EID=2647
Page 2 of 2
06/24/2005
-- 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 are not included in computing the percentage of work
proposed to be performed by the Bidder.
SPECIALTY ITEMS For the purposes of this contract, CPFA designates the following items as
“specialty” items: grading, drainage, erosion control, utilities, landscaping, irrigation, concrete work of
any kind, foundations, waterproofing, structural steel or wood manufacture and erection, masonry,
roofing, mechanical/electricaI/plumbing, signage, interior and exterior rough-in and finishes, windows,
skylights, lighting, kitchen systems and food service equipment, appliance manufacturer and
installation, rough and finish carpentry, installation of carpet and wall treatments. t
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
($1 0,000) whichever is greater. Said name@) 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 complete 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 CPFA of the specific facts that show the Bidder proposes
?@ Revised 10/08/03 Contract No. 39271-3 Page 18 of 72 Pages
- 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 CPFA in conformance with the provisions of the contract documents and the Supplemental
Provisions. The decision of the CPFA 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 1771.1 or
1777.7.
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.
I-
@ Revised 10/08/03 Contract No. 39271-3 Page 19 of 72 Pages
JUN 23 2005 3:OlPM JRYNES CORPORRTION OF CAL (613)234-4090
I SUBCONTRACTOR LISTING 1
I
Corlsbad Golf Caursi Buildings - Contract No. 392713
c-
SUBCONTRACTOR WE, LOCATION OF
BUSINESS AND LICENSE NO.
JAYNES CORPURATTON OF CAUF. I June 23,200s I
AMOUNT OF WORK BY
SUBCONTRACTOR
DOLLARS
Earthwork Miller Engineering 8, Construction Co.
License No. 632786
Escondido, CA 71,000
I
PORTION Of WORK I
J License No. 652554
Landscapingllrrigation Manna Landscape, Inc.
Anaheim, CA
License No. 492862
587,000
~ ~~~
Site Concrete
Building Concrete
I I Asphalt Paving J D Paving, Inc.
San Marcos. CA
Team C Construction, Inc.
License No. 668564
El Cajon, CA 909.000
266.500
Unit Pavers
i
Legacy Paving
License No. 848096
Escondido, CA 71,600
I Reinforcing Steel
Masonry
Simulated Stone
Quality Reinforcing
Poway, CA
License No. 683317
P.K. Neil1 Masonry Corp.
License No. 654622
El Cajon. CA 1.575.000
94,600
J ~
License No. 823172
Finish Carpenby SMI Architectural Millwork
Architectural Woodwark Brea. CA 360,000 i License No. 749965 I Waterproofing
c-
Magnesite Specialties, Inc.
Sari Dieao. CA I 59.400 c License N; 39773~
Standard Drywall
License No. 444326
Exterior Insulation Finish Systems (EIFS)
Lakeside, CA 311,000
_-
Metal Roof
Sheet Metal
Buxcon Sheet Metal Santee, CA
License No. 831448
t I Structural Steel SoCal Ironworks. inc.
Chula Vista. CA
Glass & Glazing
Metal StudlDrywall
1 485.000
Tri-City Glass Company
Lemon Grove, CA 268,500
License No. 252033
Lawtie S Company
License No. 341392
San Diego. CA 350,700
385.000
P.2
1
JUN 23 2005 3:OlPM JRYNES CORPORRTION OF CRL 16191234-4090
- SUBCONTRACTOR LISTING
Carlsbad Golf Courst Buildings - Contracl
_.-
SUBCONTRACTOR NAME, LOCATION OF
BUSINESS AND LICENSE NO.
YNES CORPORATION OF CALh
AMOUNT OF WORK BY
SUBCONTRACTOR
DOLLARS
East County Tle & Marble
Santee, CA
License No. 731 142
Howards Rug Co.
San Dego, CA
License No. 592207
PORTION OF WORK
Ceramic Tile
Stone Tile
Resilient Flooring B Carpet
204,900
56,900
I Food Service Equipment
Scott Michael, Inc.
San Marcos, CA
License No. 668809
G.K. Mechanical
Santee, CA
License No. 761949
JMJ Electric Consultant, Inc.
License.No. 454430
San Diego, CA
I Elevators
303,000
241,000
502,900
Site Utilities
I Plumbing
I WAC
t Electric
I June 23,2005
I IO. 39271-3 I
Brandt Commercial Signs
Newporl Beach, CA 70,700
Kitcur Corporation
License No. 244236
Sun Valley. CA 245,500
I ThyssenKrupp Elevator Cop. El Capn, CA
License No. 651371
100.700
Underground Utilities
License No. 580460
J.G. Tate Fire Protection Systems, Inc. -+-- License No. 800609
Spring Valley, CA 294.1 89
Poway, CA 137,300
P-3
/-
2
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR’S BID ITEMS
11 Reinforcing Steel 1 J UJO 1’1
Subcontractor‘s License No.*
Page 1 of 8 pages of this Subcontractor Designation form
* Pursuant to section 41 04 (a)(2)(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 contained in the “Notice Inviting Bids.”
<$ Revised 10/08/03 Contract No. 39271 -3 Page 20 of 72 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid of the following listed subcont~ctors 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 ($'lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID fTEMS
Subcontractor's License No."
Page 2 of 8 pages of this Subcontractor Designation form
* Pursuant to section 41 04 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted
by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids."
<3 Rcwicd qninwn3 Contract No. 39271-3 Page 20 of 72 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid of the following listed subcontractors in preparing this
bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID ITEMS
Subcontractor's License No."
Page 3 of 8 pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(Z)(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 contained in the "Notice Inviting Bids."
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid 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 ($lO,OOO), whichever is greater, and that no changes in the
subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR’S BID ITEMS
Subcontractor‘s License No.*
Page 4 of 8 pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.”
*% tk Revised 1 OlO8103 Contract No. 39271 -3 Page 20 of 72 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid of the following listed subcontractors in preparing this
bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section
4100 et seq. of the Public Contract Code, “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder’s total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR’S BID ITEMS
Subcontractor‘s License No.*
Page 5 of 8 pages of this Subcontractor Designation form
’ Pursuant to sectjon 41 04 (a)(2)(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 contained in the “Notice Inviting Bids.”
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 39271 -3
GOLF COURSE BUILDINGS
The Bidder certifies that it has used the subbid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to petform 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 ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID ITEMS
Subcontractor's License No.*
Page 6 of 8 pages of this Subcontractor Designation form
Pursuant to section 41 04 (a)(2)(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 contained in the "Notice inviting Blds."
t3 Pntricari i ninsin? cnntrnct No. 39271 -3 page 20 of 72 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
GOLF COURSE BUlLDlNGS
CONTRACT NO. 39271 -3
The Bidder certifies that it has used the subbid 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 ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR’S BID ITEMS
Subcontractor‘s License No.*
Page 7 of 8 pages of this Subcontractor Designation form
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the “Notice Inviting Bids.”
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID ITEMS
GOLF COURSE BUILDINGS
CONTRACT NO. 39271-3
The Bidder certifies that it has used the subbid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section
4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($'lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID ITEMS
Subcontractor's License No.*
Page 8 of 8 pages of this Subcontractor Designation form
' Pursuant to section 41 04 (a)(Z)(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 contained in the "Notice Inviting Bids."
/-
BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
CONTRACT NO. 39271-3
GOLF COURSE BUILDINGS
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
@ Revised 10/08/03 Contract No. 39271-3 Page 21 of 72 Pages
Audited Financial Statements
CONFIDENTIAL
,-
CONS0LIDAT.ED FINANCIAL STATEMENTS AND REPORT OF INDEPENDENT
CERTIFIED PUBLIC ACCOZiNTAlrTS
THE JAYNES COMPANIES AND SUBSIDLQRlES
October 31,2004 and 2003
CONTENTS
Page
REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS .............. I
CONSOLIDATED FbJANCIAL STATEMENTS
BALANCE SHEETS ............................................................................................... 2
STATEMENTS OF E"GS ............................................................................ 3
STATEMEM: OF STOCKHOLDERS' EQUITY .................................................. 4
STATEMENTS OF CASHFLOWS .................................................................... 5-6
NOTES TO FINANCIAL STATEMENTS ....................................................... 7-23
c 'W ATKINSON & Co. LTD. 61 I Certified Public Accountants R Consultants
REPORT OF INDEPENDENT CERTIFIED PUBLIC ACCOUNTANTS
I Board of Directors
The Jaynes Companies and Subsidiaries
We have audited the accompanying consolidated balance sheets of The Japes Companies md
Subsidiaries as of October 31,2004 and 2003, and the related consolidated statements of earnings,
stockholders' equity, and cash flows far the years then ended. These conzsolidated financial
statements are the. responsibility of the Campany's management. Our responsibility is to express an
opinion on these consolidated financial statements based an our audits.
We conducted our audits in accardance with auditing standards generally accepted in the United
States of America. Those standards require that we plan and perform tile audit to obtain reasonable
assurance about whether the financial statements are he. of material misstatement. An audit inclu&s
examining, on a test basis, evidence supporting the amounts and disclosures in the fimcial
statements. An audit also includes assessing the accounting principles used and significant estimates
made by management, as well as evaluating the overall financial statement presentation. We believe
our audits provide a reasonable basis for our opinion,
In our opinion, the consolidated financial statements referred to above present fairly, in all material
respects, the financial position of The Japes Companies and Subsidiaries as of October 31,2004 and
2003, and the results of their operations and their cash flows for the years then ended in conformity
with accounting principles generally accepted in the United States of America.
-#h*/ UC?'
Atlcinson & Co., Ltd.
Albuquerque, New Mexico
December 30,2004
i
- 1-
The Japes Companies and Subsidiaries
CONSOLIDATED BALANCE SHEETS
October 3 1,
ASSETS
2004
CURRENT ASSETS
Cash
Accounts receivable
Contracts - current
Contracts - retained
billings an contracts in progress
Costs and estimated earnings in excess of
Inventories
Prepaid expenses
Investments in construction joint ventures
$ 5,280,772
28,853,653
8,071,671
1,884,853
59,398
71,609
430.682
44,652,638
i
PROPERTY AND EQUIPMENT
Buildings and improvements
Construction equipment
Furniture and office equipment
Transportation equipment
Less accumulated depreciation
Land
3,664,276
1,836,876
612,857
503.459
6,617,468
(3.689.64 1)
2,927,827
1.672.177
OTHER ASSETS
hid held for sale
Cash mender value of life insurance
Investments in affiliates
No& receivable from af€iliate
Goodwill
Deposits
4,600,004
2,838,916
743,982
71 3,150
139,700
98,224
20,209
4,554.1 8 1
2003
$ 6,964,391
3 0,702,874
6,135,476
1,490,9 1 0
59,347
6 1,608
163.359
45,577,965
3,505,412
1,570,069
567,170
489.957
6,132,608
(3.389.960)
2,742,648
1.476.862
4,2 19,s 10
2,838,916
694,141
323,182
139,700
98,224
19.937
4,114,100
LIABILITIES AND STOCKHOLDERS' EQUITY
CURRENT LL4EHLITIES
Current maturities of long-term debt
Cwnt maturities of ESOT loan guarantees
Accounts payable - current
ACGOuntS payable - retained
Accrued and withheld liabilities
Income taxes
Billings in excess of costs and estimated
earnings on contracts in progress
2004
$ 277,274
184,76 1
15,622,590
7,870,419
2,418,871
424,948
9.544.070
36,342,933
LONG-TERM DEBT, less current maturities 5,909,554
ESOT LOAN GUAFUWTEES 17,339
i
i
OTHERUQBEITIES
Deferred income taxes
Minority interest
139,807
1 10,894
42,320,527
COMMITMENTS
STOCKHOLDERS EQUITY
Common stock - $. 10 par value, authorized 2,500,000
shares; issued 434,458 shares in 2004 and 424,587
shares in 2003; outstanding 414,293 shares in 2004
and 421,137 shares in 2003 43,446
Additional paid-in capital 2.26 1 S46
2,304,992
Retained earnings 9.680.496
11,985,488
Less common stock in treasury at cost, 20,165 and
(497.092) 3,450 shares in 2004 and 2003, respectively
Less ESOT loan guarantees
11,488,396
(202.100)
11286,296
2003
$ 567,625
300,145
16,800,418
7,734,261
2,269,449
203,262
10,306,746
38,18 1,906
5,727,777
202, too
101,322
104,356
44,3 17,461
-
42,459
1.753.005
1,795,464
8.375.933
10,171,397
(75.03 8)
10,096,359
(502.245)
9.594.1 14
The accompanying notes are an integral part of these consolidated financial statements. -2-
!
Earned revenues
Cost of earned revenues
GTOSS profit
The Japes Companies and Subsidiaries
CONSOLIDATED STATEMENTS OF EARNINGS
Operating expenscs
Eamings from operations
Other income (deductions)
Miscellaneous income
Interest income
Equity in net earnings of investments
Rental income
Interest expense
ESOT loan guarantee interest expense
Loss on sale of property and equipment
Years ended October 3 1,
Eamings before other cornpensation
contribution to Employee Stock
Ownership Trust, income taxes and
minority interest
Incentive (profit-sharing) and other compensation
Contribution to Employee Stock Ownership Trust
Emhgs before income tams and minority interest
Income taxes
Currently payable
De€erred expense
Earnings before minority interest
iMinority interest
NET EARNINGS
2004
$ 205,459,301
194.952.379
10,506,922
8.408.052
2,098,870
245,716
309,318
247,6 5 0
3,557
(68,469)
(1 9,039)
(2.833)
7 15,900
2,8 14,770
(306,186)
(323.4 16)
2,185,168
835,582
3 8.485
1,311,101
(6.538)
2003
$ 204,248,394
194.422.453
9,825,941
8,7 19.9 18
1,106,023
121,295
224,769
165,579
9,637
(1 07,808)
(37,306)
1 3 220)
362.946
1,468,969
(25 1,3 18)
(323,764)
893,887
389,201
33.504
47 1,182
(1,713)
$-.-4M-
“lie accompanying notes are an integral part of these consolidated financial statements. -3-
The Jaynes Companies and Subsidiaries
CONSOLIDATED STATEMENT OF STOOLDERS' EQUITY
Years ended October 3 1,2004 and 2003
Balance at October 3 1,2002
Net earnings for the year
Purchase of I, 150 shares of
treasury stock
Issuance of 2,024 shares
Unearned ESOT compensation
Balance at October 3 1,2003
Net earnings for the year
Purcliase of 16,713 shares of
,-
treaswy stock
Issuance of 9,871 shares
Unearned ESOT compensation
Balance at October 3 1,2004
Additional ESOT
Common Paid-in Retained Treasury Loan
Stock Capital Earnings Stock Guarantees Total
$ 42,256 $ 1,466,074 $ 7,906,464 $ (46,000) $ (802,390) $ 8,566,404
- 469,469 - 469,469
- - (29,038) - (29,038)
203 47,s 84 - 47,787
239.347 - 300.145 539.492
42,459 1,753,005 8,375,933 (75,038) (502,245) 9,594,113
- - 1,304,563 1,304,563
- - (422,054) - (422,054)
987 248,256 - 249,243
260,285 - 300,145 560.430
$2Lu@ $..2%25.m w- $ (2 aUQ42) W6 225
The accompanying notes are an integral part of these consolidated financial statements.
-4-
The Japes Companies and Subsidiaries
CONSOLIDATED STATEMENTS OF CASH FLOWS
Years ended October 3 1,
Increase (Decrease) in Cash
2004 2003
Cash flaws from operating activities
Cash received from customers
Cash paid to suppliers and employees
Interest paid in cash
Income taxes paid in cash
Other cash receipts
Interest received in cash
$ 203,871,841 $ 210,464,408
(204,420,508) (207,096,019)
(87,508) (115,114)
(613,896) (462,299)
490,385 43,927
309.3 18 224.769
Net cash (used in) provided by operating activities (450,368) 3,029,672
Cash flows from investing activities
Capital expenditures paid in cash
Capital contributed to investments
Increase in cash sunender value of insurance policies
Employee repayments
Proceeds fkorn sale of land
Repayments fiom stockholders
Proceeds from sale of assets
Procceds from the sale of marketable securities
Advances to related subsidiaries and affiliates
(923,561) (1 35,52 1)
(I 44,627) -
(49,841) (43,200)
12,495 2,770
233,450 135,747
3,463 33,810
500 9,707
1,227,942 -
(1,549.532) (4.1 17.191)
,-
Net cash used in investing activities (1,189,711) (4,113,878)
Cash flows from financing activities
Issuance of common stock
Net borrowings under revolving line-of-credit
Purchase of treasury stock
Repayment of borrowings
129,832 47,787
(84,411) (29,038)
(88.961) (416.326)
- -
Net cash used in financing activities (43.540) (3 97.577)
NET DECREASE IN CASH (1,683,619) (l,48 1,783)
Cash, beg&mg of year 6.964.39 1 8.446.1 74
Cash, end of year
The accompanying notes are an integral part of these consolidated financial statements. - j-
i
The Japes Companies and Subsidiaries
CONSOLIDATED STATEMENTS OF CASH FLOWS - CONTINUED
Years ended October 3 1 ,
Increase (Decrease) in Cash
Reconciliation of net earnings to net cash (used in)
provided by 0,perating activities
Net earnings
Adjustments to reconcile net earnings to net
cash (used in) provided by operating activities
Depreciation and amortization
Loss on sale of assets
Earnings applicable to minority interest
Equity in net earnings of investments
(Increase) decrease in accounts receivable
(Increase) decrease in underbillings
Increase in inventories
Increase in prepaid expenses
Increase in deposits
Decrease in accounts payable Incrwse (decrease) in accrued and withheld liabilities
Increase (decrease) in income taxes payable and
(Decrease) increase in overbillings
Increasc in additional paid-in capital
deferred taxes
Net cash (uscd in) provided by operating activities
2004
$ 1,304,563
306,284
2,833
6,538
(535,432)
(1 15,83 1)
(393,943)
(51) (1 0,001)
(272)
(1,041,670)
149,422
260,171
(762,676)
379,697
$ J450.368)
2003
$ 469,469
319,412
13,220
1,713
(250,871)
3,261,267
600,144
(36,163)
(3,480,303)
(406,9 74)
(7205)
(8,393)
(39,594)
2,354,603
239.347
The accompanying notes arc an integral part of these consolidated financial statements.
-6-
e-
.*-
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDAmD FINANCIAL STATEMENTS
October 3 1,2003. and 2003
NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
A summw of the Company's significant accounting policies consistently applied in the
preparation of the accompanying consolidated financial statements follows.
1. Basis of Presentation
During 2002, The Jaynes Companies, an entity undcr common controI with Japes Corporation,
was formed. On October 2: 2002, The Japes Companies common stock was exchanged for
Jaynes Corporation common stock on a one-for-one basis. The exchange was accounted for
under the pooling method, as allowed by Statement of Financial Accounting Standards (SFAS)
No, 141, Business Combinations for entities under common control. The assets and operations of
The Jaynes Companies consist almost entirefy of the consolidated assets and operations of Jaynes
Corporation prior to the exchange.
2. Ooerations and Concentrations of Credit Risk
The Jaynes Companies and Subsidiaries provide general construction services for owners located
primarily in New Mexico, Nevada, and California. Credit losses relating to customers in the
construction industry have been within management's expectations. Generally, collateral is not
required on receivables, however, sources of project financing are confirmed with each owner
prior to commencement of the project. The majority of the Company's fieldworkers are covered
by collective bwgaining agreements, none of which expire in the near future.
The Company maintains the majority of its cash balances in one financial institution located in
Albuquerque, New Mexico. Thcse balances are insured by the Federal Deposit Insurance
Corporation up to $100,000. The remaining balance is held in an overnight investment account.
3. Pn'ncides of Consolidation
The consolidated financial statements include the accounts of the parent company, The Japes
Companies, its wholly owned subsidiaries, Japes Corporation and Japes Corporation of
California, and its majority owned subsidiary, Japes Structures, Inc. All significant inter-
company balances and transactions have been eliminated in consolidation. Assets and liabilities
of construction joint ventures are accounted for by the equity method in the accompsmying
consolidated balance sheers, and the Company's related proportionate share of revenues and
costs is included in the accompanying consolidated statements of earnings.
-7-
.-.-
,
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED
October 3 1,2004 and 2003
NOTE A - SUIKMARY OF SIGNIFICANT ACCOUNTI" POLICIES - CONTINUED
3. Goodwill
Goodwill represents the excess of purchase price over fair value of net assets acquired. Goodwill
was recorded in connection with the acquisition of the assets of Kvaas Construction Company,
Inc.
In June 2001, the Financial Accounting Standards Board issued Statement of Fhlcial
Accounting Standards (SFAS) No. 142, Goodwill and Other Intangible Assefs, SFAS No. 142
requires that goodwill no longer be amortized. but evaluated annually for impaiment.
5. Recognition of Income and Long-Term Construction Contracts
The accompanying fmancial statements are prepared according to the "percentage of completion"
method and, therefore, take into account the profit eamed to date on contnicts not yet completed.
The amount considered as eamed under this method is that portion of the total contract price the
contractor has a right to bill, based on that portion of the contract work actually completed. It is
not related to the progress billings to customers.
The amount eamed on a project is that percentage of the contract that a measurement of the work
put in place bears to the total work required. The amount of earnings recognized at the statement
date is that portion of the total contract price that the cost expended bears to the anticipated final
total cost, based on current estimates of cost to complete the project. At the time a loss on a
contract becomes known, the entire amount of the estimated ultimate loss on both short and
long-term contracts is accrued.
Amounts earned on specific jobs in excess of billings (under-billings) are treated as a current
asset; billings in excess of earnings (over-billings) are treated as a current liability.
The length of the Company's contracts varies, but is typically about one year. Therefore, assets
and liabilities are classSd as current because the contract-related items on the balance sheet
have realization and liquidation periods due within one year. Balance sheet itam related to those
contracts that extend beyond one year we classified as non-current whcre applicable.
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTTNUED
October 3 1 2004 and 2003
NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - CONTINUED
6. Accounts Receivable
1
The Company considers accounts receivable to be fully collectible; accordingly, no allowance for
doubtll accounts is required. If amounts become uncollectible, they will be charged to
operations when that determination is made. Past due status of accounts receivable is based on
contractual terms.
7. Inventories
Inventories are stated at the lower of cost or market; cost is determined using the first-in, first-out
method.
8. Investments in Construction Joint Ventures and mliated Companies
Investments, which include ChusWJaynes and RezcodJaynes, are joint ventures engaged in
buildmg construction and are stated at cost plus equity in undistributed nei earnings (losses) since
date of acquisitian (see Note €3).
Investments in the common stock of two affiliated companies are accounted for under the equity
method (see Note C).
9. ProDertv. Ectubment. and Deureciation
Property and equipment are cafiied at cost. Depreciation has been provided by the Company on
both the straight-line and accelerated methods at rates adequate to amortize the cost of property
and equipment over their estimated usell lives.
Maintenance and repairs, including the replacement of minor items, are expensed as incurred,
and major additions to property and equipment are capitalized.
10. Use of Estimates in Preparation of Financial Statements
The preparauon of financial statcments in conformirj with accounting principles generally
accepted in the United States of America requires management to make estimates and
assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent
assets and liabilities at the date of the financial statements and the reported amounts of revenues
and expenses during the reporting period.
Significant estimates in the financial statements include the costs and estimated earnings in
excess of billings on contracts in progress arid the billings in excess of costs and estimated
earnings on conmcts in progress, which are inherent in the estimation process.
-9-
The Jaynes Companies and Subsidiaries
N0TE.S TO CONSOLIDATED FLWANCIAL STATEMENTS - CONTINUED
October 3 1,2004 and 2003
NOTE A - SUMMARY OF SIGNUFICANT ACCOUNTING POLICIES - CONTINUED
11. Stock ODtian Plan
The Company applies the intrinsic due-based method of accounting prescribed by Accounting
Principles Board (APB) Opinion No. 25, Accountingfor Sruck Issued to Employees, and related
interpretations, in accounting far its fixed plan stock options. As such, cornpensation expense
would be recorded on the date of grant only if the current market price of the underlying stock
exceeded the exercise price. SFAS No. 123, Accounting for Stock-Based Compensation,
established accounting and disclosure requirements using a fair value-based method of
accounting for stock-based employee compensation plans. As dlowed by SFAS No. 123, the
Company has elected to apply the intrinsic value-based method of accounting described above,
and has adopted the disclosure requirements of SFAS No. 123.
12, Minority Interest
->
The minority holders' inmest in net earnings is based upon their percentage of ownership. The
accumulated minority interest of $110,894 and $104,356 for 2004 and 2003, respectively.
reflected in the accompanying balance sheets, represent the fidl minority equiv interest of 29.4%
iu Jaynes Structures, hc.
1 3. Advertising
Advertising costs have been expensed as incurred.
14. Commehensive,tncome
In the years ending October 3 1, 2004 and 2003, the Company had no changes in equity which
constituted components of other comprehensive income.
t 5. Reclassifications
Certain reclassifications have been made to the 2003 data to conform to the 2004 presentation
(see Note H).
-10-
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED mTANCIAL STATEMENTS - CONTINUED
October 3 1,2004 and 2003
NOTE B - ADVANCES TO AND EQUITY IN CONSTRUCTION JOINT VENTURES
The Company has a minority interest (49%) in Rezcon/Jaynes Joint Venture, a general
partnership. All of the partners participate in consimction, which is under the general
management of the Company. The investment is accounted for under the equity method.
Summary information on the joint venture follows for the years ended October 3 1:
2004 2003
Cash and cash equivalents
Accounts receivable - trade
Other current assets
Less liabilities
Net assets
Revenue
Net income
$ - $ 63,710
968, I57 5 10,790
228,085 310.182
1,196,242 884,682
(844,607) (742.385)
$ 85 72
Com~anv’s interest
Equity in net assets at beginning
of year $ 132,297 $ 57,005 Share of joint venture net income,
reported in gross pmfit 209.338 85.292
Due to Partner 35 1,635 142,297
57.985 -
Equity in net assets at end of year $--. 4-0m
Advances to and investments in other consmction joint venture partnerships a-e summarized as
follows:
Name - % Capital Ownershiu 2004 2003
RezcodJaynes Joint Venture - 49% $ 409,620 .% 142,297 Chusb’Jaynes Joint Venture - 49% 2 1,062 2 1.062
-1 1-
The Japes Companies and Subsidides
NOTES TO CONSOLKOATED FINANCIAL STATEMENTS - CONTINUED
October 3 1,2004 and 2003
NOTE C - INVESTMENTS TN AFFILIATES
During 2002, the Company purchased a minority interest (30%) in Global Structures, Inc., a
general contractor. The Company is reimbursed by Global Structures, Inc. for certain overhead
expenses. The investment is accounted for under the equity method. Summary information for
the investee for the year ended October 3 1,2004 and the seven monh ended October 3 1,2003
is as follows:
2004 2003
Accounts receivable - trade $ 2,471,263 $ 2,979,938
Other current assets 413,828 497,145
Net property, plant and equipment 2.392 5.370
Less liabilities
2,887,483 3,482,453
(3203 227) (3.876.649)
Stockholders’ deficit $-m .44 0
Revenue
Net earnings
Commmv’s interest
Equity in net assets at beginning of year $ 90,816 $ 82,603
Equity in current year earnings 6.567 8.2 13
Equity in net assets at end of year
During 2002, the Company also purchased a minority interest (. 14%) in American Contractors
Tnsuranm Group, Ltd. Beginning September 2002, the investee company began providing
certain insurance coverages for the Company and its subsidiaries. The Company accounts for
this investment under the equity method.
i
-1 2-
The Jaynes Companies and Subsidiaries
NOTES TO CONSOLIDATED ‘EWANCIAL STATEMENTS - CONTIMED
October 3 I, 2004 and 2003
NOTE C - INWSTMENTS IN AFFLLIATES - C0IV”i~D
Investments in dEliates are summarized as follows:
Name - % Canital Ownership
Global S~TUC~UXS, IJIC. - 30% $ 97,383 $ 90,816
232.366 American Contractors Insurance Group, Ltd. - .14% 615.767
NOTE D - LONG-TERM DEBT
2004 2003
A summary of long-term debt follows:
Wall Street Journal prime note payable, interest
2004 2003
only, due monthly, through March 2006, when the
entire balance is due. Accounts receivable, contract
rights, and general intangibles are pledged as
collateral. The note is personally guaranteed by
certain stockholders and an officer. Certain related
entities are also borrowers under this note payable. $ 5,000,000 $ 5,000,000
Wells Fargo Bank prime note payable due in monthly
installments through February 20 1 3. Certain real
property is pledged as collateral. The note is
personally guaranteed by certain stockholders
and an officer.
-
7% note payable to prior stockholder for the purchase
of 16,7 15 shares of Company stock. Due in annual
payments including interest; matures May 2008.
Unsecured.
Chase Manhattm prime mortgage payable, due in
monthly &stallments through December 2008.
Certain red property is pledged as collateral. The
note is personally gumteed by certain stockholders
and ai officer.
420,4 10
337,643
216,107
45 6,65 2
260,962
-13-
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCLQL STATEMENTS - CONTINUED
October 31,2004 and 2003
NOTE D - LONG-TERM DEBT - CONTINUED
200.1 2003
95,291 95,29 1
7.4% note payable, interest only due annually. A
life insurance policy is pledged as collateral,
Treasury Index plus 3.25% note payable, due in
monthly installments until December 2005,
when the entire balance is due. Certain red
property is pledged as collateral. The note is
personally guaranteed by an officer. 32,869 35,066
Treasury Index plus 3.25% note payable, due in
monthly installments until December 2005,
when the entire balance is due. Certain real
property is pledged as collateral. The note is
pcrsondly guaranteed by an officer. 32,869 35,066
i
Treasury Index plus 325% note payable, due in
monthly installments ktil .December 2005,
when the entire balance is due. Certain real
property is pledged as collateral. The note is
personally guaranteed by an officer. 29,888 31,905
Treasury hdex plus 3.25% note payablc, due in
montldy installments until December 2005,
when the entire bdance is due. Certain real
property is pledged as collated, The note is
personally guaranteed by an officer.
-
21,751 23,204
Subcontractor non-interest bearing note payable
due in December 2003. Unsecured. - 357,256
6,186,828 6,295,402
(277.274) (567.625) Less current maturities of long-term debt
-14-
The Jaynes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINAWCLAL STATEMENTS - CONTINUED
October 3 ‘1,2004 and 2003
NOTE .D - LONG-TERM DEBT - CONTINUED
Aggregate maturities of long-temi debt for each of the five years succeeding October 3 1,2004
are as follows:
2005
2006
2007
2008
2009
Thereafter
NOTE E -INCOME TAXES
$ 277,274
5,172,049
181,392
193,756
67,425
294.932
The components of income tax expense are as follows:
2004 2003
Current
Federal income axes $ 683,112 $ 347,394
State income taxes 152,470 41.807
Deferred expense -_
835,582 389,201
38.485 33.504
Deferred income taxes reflect the net, tax effects of temporary differences between the carrying
lunounts of assets and liabilities for financial reporting purposes and the amounts used for
income tax purposes.
The Company’s defcrred liability is due to thing differences attributable to depreciation for
tax purposes exceeding depreciation for book purposes and to joint venture income for book
purposes exceeding joint venture income for tau purposes.
The effective rates of 40% in 2004 and 47% in 2003 differ hm the fcderal statutory rate of 39%
primarily due to the effect of state income taxes, graduated tax rates, non-deductible meals,
penalties, ofticer’s life insurance, depreciation and non-deductible ESOT compensation.
-1 5-
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED
October 31,2004 and 2003
NOTE F - COMMITMENTS
The Company leases certain ofice equipment, construction equipment, and certain office space
under operating leases expiring at various dates through 2007. These leases are transacted With
related partnerships and do not contain renewal options. The minimum rental commitments
under operating leases are as follows for the yeas ended October 3 1 :
2005
2006
2007
2008
A-
$ 986,866
727,715
206,277
7,385
For October 31,2004 and 2003, the Company has issued guarantees aggregating $1,436,693 and
$1,807,334, respectively on borrowings by a related partnership. Certain equipment of the
partnership secures the guarantees. The Company monitors the financial performance of the partllershhip on a month& basis. No amount has been accrued
under its guarantee arrangements.
NOTE G - EMPLOYEE BENEFIT PLkVS
The Company has a non-contributory employee stock ownership
eligible non-union employees (see Note N).
The Company has a 401K profit-sharing plan which covers all
The plan allows for discretionary matching contributions by
contributions were made as of October 3 1,2004 or 2003.
for the Company’s obligation
plan and trust which covers dl
eligible non-union employees.
the Company. No matching
Union employees are covered by industry pension pIam under which the Company contributes
monthly to the unions based upon hours worked by each employee.
NOTE H - RELATED PARTY TRANSACTIONS
To improve cash management, the Company restructured its cash accounts to combine its cash
activity with a group of related parties and its subsidiaries. Under this restructuring, all Company
receipts are swept daily, with all other group member receipt activity, into an account under the
Company’s control.
-16-
- The Japes Compslnies and Subsidiaries
NOTES TO CONSOLIDATED FI'N-UVCIAL STATEMENTS - CONTINUED
October 3 1 , 2004 and 2003
NOTE H - RELATED PARTY TRANSACTiONS - CONTINUED
All Company expenses are covered by the Company's disbursement account. When a related
party disbursenients eclipse their receipts, an asset is created to track amounts due fiom the
related party. The excess disbursement obligation is linked to a line-of-credit held by the
Company, expiring in March 2006 with interest accruing at the bank rate, 4.75% and 4.00% at
October 31, 2004 and 2003, respectively. A reclassification decreasing cash and increasing
accounts receivable by $2,250,889 was made to the October 31, 2003 balances for consistent
presentation.
'
Contract accounts receivable COR~~~II $6,020,830 and $6,038,807 fiom related subsidiaries and
affiliates at October 3 1, 2004 and 2003, respectively. Gross profit (loss) earned on projects
contracted with related parties for the years ended October 3 1,2004 and 2003 was $(27,015) and
$(4,63 9), respectively.
NOTE I - CONTRACTS IN PROGRESS
2004 2003
Expenditures on uncompleted contracts $ 286,940s 19 $ 259,562,696
Estimated earnings on uncompleted contracts 1 1.8 10.349 10,793,465
Total costs and estimated earnings 298,750,468 270,356,161
Less billings to date (306,409,685) (279.1 7 1.997)
hcluded under the following captions:
Costs and estimated earnings in excess of
billings on uncompleted contracts
Billings in excess of costs and estimated
earnings on uncompleted contracts
$ 1,884,853 $ 1,490,910
(9,544.070) (10.306.746) -
-1 7-
r-- f
!
?
c
The Paynes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED
October 3 1 , 2004 and 2003
NOTE J - COST OF EARIWD REVENUES
Cost of earned revenues are comprised ofthe following:
2004
Subcontracts
Material
Direct labor
Sales tax
Services and fees
Equipment rental
Insurance
Payroll taxes and fringe benefits
Subsistence and travel
Pennits
Utilities
Testing
NOTE K - NOTE RECEIVABLE
$ 143,179,665
16,207,548
15,143,317
7,122,057
4,3 14,845
3,506,484
2,325,007
1,472,591
519,309
494,521
43 1,130
23 5.905
2003
$ 148,266,512
17,707,877
13,064,690
4,939,97 1
3,065,202
3,044,993
1,920,622
1,405,345
430,506
161,780
278,83 1
136.124
In September 2002, the Company purchased a debenture from American Contractors Insurance
Group, an affiliated company, in the amount of $139,700. The Company will receive quarterly
interest only payments at the prime rate published by the Wall Street Journal. The debenture
matures July 23,2012.
-18-
rc "lie Jaynes Companies and Subsidiaries
NOTES TO CONSOLIDATED FL"CI.4L STATEMENTS - CONTINUED
October 3 1,2004 and 2003
#-
NOTE L - OPERATING EXPENSES
Operating expenses are comprised of the following:
2004
Salaries
Rental
Payroll taxes and fiinge benefits
Repairs and maintenance
Professional fees
Office and data processing
Gas and oil
Insurance
Depreciation and amortization
Telephone and utilities
Travel Business promotion
Safety equipment
Dues and subscriptions
Donations
Licenses and other taxes
Advertising
Small tools
Field supplies and dump fees
Less: Operating expenses allocated to jobs
Less: Overhead expense reimbursed by
affiliated companies
-19-
$ 4,240,437
1,647,870
904,444
579,005
486,360
468,96 1
433,825
334,804
306,284
299,509
257,230
238,183
173,908
139,169
1 16,956
109,898
8 1,239
36,787
6.792
10,861,661
(2,147,395)
(306.2 14)
2003
$ 4,494244
1,626,393
949,217
625,568
344,83 1
5 17,929
3 63,025
342,297
319,412
344,176
269,6 12
283,535
176,43 8
129,402
127,603
139,709
85,809
37,575
7,580
11,086,355
(2,05 1 ,SO 1)
(3 14.636) -
i
c
_-
The Jaynes Companies and Subsidiaries
NOTES TO CONSOLIDATED FMANCTAL STATEMENTS - CONTINUED
October 31,2004 and 2003
NOTE M - SUPPLE,ME"AL SCHEDULE OF NON-CASH AC"'IVITIE3
1.
2.
3.
4.
5.
The Company records an ESOT loan yarantee liability and a contra-equity ESOT loan
guarantee to account for ESOT common stock purchases (see Note N). During 2004 and
2003, payments were made to the lender on behalf of the ESOT for amounts due on the note.
For 2004 and 2003 financial reporting purposes, compensation expense of $560,430 and
$539,492 has been recorded based on the fair value of the committed shares released which
includes a non-cash adjustment of $260,285 and $239,347, respectively. The non-cash
adjustment relates to the difhence between historical cost and fXr value of the shares
release in accordance with SOP 93-6, Employer's Accozcnting for EmpIoyee Stock Ownership
Pians.
For 2004, the Company recorded $1 19,411 in compensation expense for the diffwence in the
strike price and €air value of exercised options.
During 2004, Jaynes Corporation received 14,480 shares of hart stock in partial settlement
of accounts receivable with a project owner. The 14,480 represents 80% of the total
estimated shares to be distributed to the Jaynes Corporation. The total value of the shares at
distribution was $1,227,942. The related receivable had previously been written down to
$1,205,174. The difference was recorded as a reduction in costs of des for the related job.
During 2004, The Jaynes Companies financed a $337,643 note payable with a €ormer
stockholder for the repurchase of 16,7 1 5 shares of common stock.
During 2004, Jaynes Corporation pedormed certain construction services in settlement of a
note payable in the amount of $357,256 as settlement of an account payable with a
subcontractor.
NOTE N - LEVERAGED ESOT
The Company has an Employee Stock Ownership Plan and Trust (the "ESOT") for the benefit of
non-collectively bargained employees af the Company who have completed one year of service.
Compensation is defined as the total amount of compensation of an employee received from or
accrued by the employer, including bonuses, commissions, and overtime pay. On October 31 ,
1996, the ESOT borrowed $1,700,000 at the bank's prime rate plus %% in an 8 %-year loan.
which is guaranteed by the Company. The ESOT used the proceeds of the loan to purchase
160,000 shares ofthe Company's common stock.
On December 28,2000, the ESOT borrowed $346,875 at the bank's prime rate plus 34% in a 5-
year loan guaranteed by the Company. The ESOT used the proceeds of the loan to purchase
25,000 shares of the Company's common stock.
-20-
The Jaynes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTnWED
October 3 1 , 2004 and 2003
NOTE N - LIEVEFMGED ESOT - CONTIhTJED
The Company has reflected the guaranteed ESOT borrowings as both current and long-term debt
on its balance sheets. The ESOT borrowings are collateralized by the unallocated shares of
common stock. A corresponding amount of “Guaranteed ESOT Obligations” is recorded as a
reduction of shareholders’ equity. As the Company makes tax deductible contributions to the
ESOT to &e the principal and interest payments on the loan, shares acquired with the loan
proceeds are allocated to ESOT participants and both the liability and the amount in
shareholders’ equity are reduced. The Company’s payments to the ESOT were $852,740 in
2004 and $1,000,411 in 2003, and include compensation expense, principal, interest, and
additional deductible amounts to be used for ongoing expenses of the plan. Amounts due the
ESOT of $0 and $54,570 for 2004 and 2003, respectively, were recorded by the Company.
The ESOT shares as of October 3 1, were as follows:
2004 2003
Allocated shares
Shares released for allocation
Unreleased shares
Total ESOT shares
Fair value of unreleased shares
$ 270,130 $ 248,760
2 1,370 21,370
13.500 33.870
Maturities of long-term ESOT debt for each of the yem succeeding October 31, 2304 are as
follows:
2005
2006
$ 184,761
17.339
-31-
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED
October 3 1: 2004 and 2003
NOTE 0 - SIGNED CONTRACTS
Through December 50, 2004, the Company had attained additional contracrs with estimated
revenues of $88,965,674. Management estimates gross profit of $4,210,393 on these contracts,
NOTE P - STOCK OPTION PLAN
In 2000, the Company adopted a stock option plan (the Plan) pursuant to which the Company’s
Board of Directors may grant options to key employees and executives. The Plan authorized
grants of options of the Company’s common stock. The Board of Directors shall determine the
total number of shares to be issued pursuant to the Plan. Stock options are pted with an
exercise price equal to the stock’s fair market value at the date of the grant. Grant dates shall be
in December of each year. The exercise date shall be four years after the date of the grant. For
options granted, the exercise period shall be Dccemba, January and February, %ur years after
the initial grant.
The Company applies APB Opinion No. 25 in accounting for its Plan, and, accordingly, no
compensation cost has been recognized for its stock options in the financial statements. Had the
Company determined compensation cost based on the fair value at the grant date for its stock
options under SFAS No. 123, the Company’s net earnings would have ken reduced to the
proforma amounts indicated below:
2004 2003
Net earnings: As reported $1,304,563 $ 469,469
Proforma 1,292,3 1 5 452,401
The fair value of each option is estimated on the date of pant using the minimum value method.
The following assumptions were used for grants in 2004 and 2003, respectively: risk-fkee interest
rate of 2.85% and 2.5 1%, expected life of 4 and 3 years, and no expected dividends for either
Yam
The Japes Companies and Subsidiaries
NOTES TO CONSOLIDATED FINANCIAL STATEMENTS - CONTINUED
October 3 1,2004 and 2003
NOTE P - STOCK OPTTON PLAN - CONTINUED
A summary of the status of the Company’s fixed stock option plan as of October 3 1,2004 and
2003 and changes during the years ending on those dates follows:
Weigllted
Average
Exercise
Shares Price
Balance as of October 3 1,2002 60,530 $ 18.32
Granted 22,494 23.61
Exercised (2,024) 16.18
Forfeited (7.731) 22.35
Balance as of October 31,2003 73,269 $ 19.61
Granted *
Exercised (9,871) 16.70
Forfeited (14.636) 20.14
Balance as of October 3 1,2004 $ 21.72
As of October 31,2004, none of the options were exercisable. The mge of exercise prices for
outstanding options is from $18.50 to $23.61 and the weighted average remaining contractual
life is 16.6 months.
NOTE Q - ANALYSIS OF PENDING ACCOUNTING STANDARDS
In December 2003, the Financial Accounting Standards Board issued Interpretation No. 46(R)
(FIN 46R), Consolidation of Variable Interest Entities. FIN 46R established standards for
identifying a variable interest entity and for determining the circumstances requiring
consolidating a variable interest entity with its primary beneficiary.
Management has not yet completed its evaluation of the applicability of the requirements of FIN
46R as it relates to its relatiomhip with the related party parmmhip holding its equipment leases
described in Note F. Management anticipates concluding its assessment of potential effects
before the issuance ofthe October 3 1.2005 financial statements.
,-
-23-
BIDDERS STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(lo Accompany Proposal)
CONTRACT NO. 39271-3
GOLF COURSE BUILDINGS
The Sidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, which will
enable the CPFA to judge hidher responsibility, experience and skill. An attachment can be used.
I I
JAYNES CORPORATION
111 Elm Street, Fourth Floor San Diego, CA92101-2649
e Revised 10/08/03 Contract No. 39271-3 Page 22 of 72 Pages
Major Projects Currently Under Construction
Encina Water Pollution Control Facility
Location: 6200 Avenida Encinas
Owner: Encina Wastewater Authority
Description:
Carlsbad, California
43,600 SF Facility consisting of two new buildings. The buildings
consist of a 2-Story, 31,000 SF operations building comprising
off iceladministration, laboratory, board conference room and employee
showerhcker room function and a 1-Story, 12,600 SF maintenance
building comprising shop, off iceladministration and computer server
functions. These buildings will replace existing buildings which are to
be demolished in addition to complete new site development to the
entire 3-acre parcel.
Architect: Platt Whitelaw
Percent Complete: 0%
Contract Value: $14,600,000
Completion Date: December 2006
Reference: Tish Berg, Encina Wastewater Authority, Project Manager
(760) 438-3941
Serra MesdKearny Mesa Public Library
Location: 9005 Aero Drive
San Diego, California
Owner: City of San Diego
Description: 15,250 SF Single-Story wood-framed Library Facility providing patrons
with a computer lab, community and seminar rooms, three large
courtyards offering plenty of seating areas. Design elements include
and exterior with a textured plaster finish painted with subtle colors and
detailed with multi-colored ceramic tile, rooflines of various heights
using old world clay barrel tile with a multi-colored custom blend. The
building uses Green Building Technology and recyclable materials.
Architect: Coombs Architects & Planning
Percent Complete: 22%
Contract Value: $6,400,000
Completion Date: January 2006
Reference: Sepi Amirazizi, City of San Diego, Project Manager
(61 9) 533-31 42
Page 1 of 4 Updated 5/25/05
Major Projects Currently Under Construction
Padre Dam Municipal Water District Customer Service Center
Location: 9300 Fanita Parkway
Owner:
Description:
Santee, California
Padre Dam Municipal Water District
30,000 SF Customer Service Center. This new facility, located at the
south end of Santee Lakes Regional Park, will allow the District to
consdidate its staff at one location. The building will house Padre
Dam’s customer service center along with its engineering and
administrative offices, next to the existing operations facilities. The 2-
Story steel-framed building includes an exterior skin of stone, glass,
and stucco. The design emphasizes the District’s continuing
commitment to resource conservation through the use of solar shading
devices for the windows, energy-saving mechanical and electrical
systems, construction materials with a high recycled content, and
drought tolerant planting.
Architect: Robbins Jorgensen Christopher Architects
Percent Complete: 28%
Contract Value:
Completion Date:
Reference:
lglesia Ni Cristo
Location:
Owner:
Description:
Architect:
$7,675,000
November 2005
Neal Brown, Director of Engineering
(61 9) 258-4645
1795 Rim Avenue
San Diego, California
lglesia Ni Cristo
This 2-Story, 14,000 SF church building is a concrete and steel framed
structure designed with a standing seam roof and 30 foot high steeples.
The exterior has an elaborate plaster finish that incorporates decorative
foam shapes that creates an intricate design. The interior is comprised
of a ceramic tile baptistery pool, marble flooring, and crown molding on
interior ceilings.
EML Architecture
Percent Complete: 88%
Contract Value: $6,700,000
Completion Date: June 2005
Reference: Zaldy Charifa, Construction Manager
(213) 621-2634
Page 2 of 4 Updated 5/25/05
Major Projects Currently Under Construction
San Diego City College Indoor PE Facility
Location: 131 3 Twelfth Avenue
San Diego, California
Owner: San Diego Community College District
Description: 48,000 SF split-level gymnasium located on a sloped and constricted
site. The structure consists of a caissodpile cap foundation, 3-Story
structural steel frame with cast-in-place block and metal stud exterior
and interior walls. The scope of work also included extensive site work.
This Physical Education Facility houses regulation NCAA basketball
courts with wood flooring, telescoping bleachers, a fitness and exercise
center, team locker rooms, official’s offices and a concession stand.
Architect: TBP Architecture
Percent Complete: 92%
Contract Value: $9,400,000
Completion Date: June 2005
Reference: Bryan Adams, District Architect
(619) 388-6545
National City Public Library
Location: 1401 National City Boulevard
Owner: City of National City
Description:
National City, California
49,291 SF 2-Story Steel Framed library. Architectural features include
an elliptical-shaped 2-Story reading room, grand interior circular
staircase, separate adult & children collection areas, three computer
labs, local history room & a large public meeting room. The 85,300 SF
site will also feature 95 parking spaces.
Architect: Carrier Johnson
Percent Complete: 82%
Contract Value: $1 2,000,000
Completion Date: June 2005
Reference: Stephen Kirkpatrick, Director of Public Works
(61 9) 336-4580
Page 3 of 4 Updated 5/25/05
Major Projects Currently Under Construction
Windansea Beach Homes
Location:
Owner: Windansea Beach Homes, LLC
Description:
Architect: Dominy & Associates
Percent Complete: 90%
Contract Value: $12,000,000
Completion Date: June 2005
Reference: Rod McPherson, Owner
31 0 - 340 Playa del Sur
La Jolla, California
New construction of eight 4,000 SF, 4-StOry, custom residential homes.
Each home has a unique steel-frame design, including burnished block
construction, natural cedar trim, and curving zinc roofs.
(61 9) 21 8-5288
UCSD Campus Emergency Services Facility, Const. of Police Facilities
Location: 9500 Gilman Drive
La Jolla, California
Owner: University of California, San Diego
Description: The project entails the renovation of 8,798 SF of the Campus Services
Building B and construction of an addition to the building of 5,995 SF.
The new construction consists of load bearing masonry units with roof
of metal deck supported by steel beams.
Anshen t Allen, Los Angeles Architect:
Percent Complete: 98%
Contract Value: $3,815,000
Completion Date: June 2005
Reference: J.R. Dial, Manager
(858) 534-1981
Page 4 of 4 Updated 5/25/05
Completed Shell Projects
Seismic Retrofit of Building 136
Location: 1400 Park Boulevard
San Diego, California
Owner: San Diego Community College District
Description: The scope of work for this 19,000 SF facility consisted of selective
demolition of the existing 2-Story 1929 historic structure, including
removal of all the exterior footings and walls, roof, shoring of floor joists
and flooring, and cast-in-place stair wells. The reconstruction of a 2-
story building included a caissodgrade beam foundation, timber
framing, clay tile roof, carbon fiber wrapping of interior concrete walls
and substructure excavation. Interface I integration of structural,
electrical, and mechanical with the adjacent building was also part of
the scope of work. The building was designed for usage as a
computer-training center.
Structural Design Construction and Associates .Architect:
Jaynes % of Cost: %
Contract Value: $3,650,000
Completion Date: May 2005
Reference: Errol Mendaros, Architect
(619) 460-1250
Miramar College Science & Technology Building
Location: 10440 Black Mountain Road
Owner:
Description:
San Diego, California
San Diego Community College District 42,000 SF 2-story Science & Technology Building consisting of clean
rooms, labs, cadaver rooms, classrooms, office and chemical storage
areas.
Tucker Sadler Nobel Castro Architects Architect:
Jaynes % of Cost: 15%
Contract Amount: $9,500,000
Completion Date: September 2004
Reference: Bryan Adams, District Architect
(61 9) 388-6546
Page 1 of 5 Updated 5/25/05
Completed Shell Projects
Miramar Technology & Distribution Center
Location: San Diego, California
Owner:
Description: San Diego Community College District
59, 556 SF 2-story Concrete Tilt-up Building on a 2.27 acre site. The
building was designed for warehouse usage including offices on the 2d
floor.
Architect: Mansour Architectural
Jaynes % of Cost: 15%
Contract Amount: $5,200,000
Completion Date: September 2004
Reference: Bryan Adams, District Architect
(61 9) 388-6546
Miramar College Advanced Transportation Building
Location: San Diego, California
Owner:
Description:
Architect: San Diego Community College
Jaynes % of Cost: 15%
Contract Amount: $1,200,000
Completion Date: January 2004
Reference: Bryan Adams, District Architect
San Diego Community College District
12,000 SF Wood-framed transportation building, which includes auto
shop, classrooms and off ices.
(61 9) 388-6546
Mesa College Humanities, Languages & Multicultural Studies Building
Location: Mesa College Drive
Owner:
Description:
San Diego, California
San Diego Community College District
44,000 SF Building Complex. This project consisted of a 3-Story multifunctional building designed to house classrooms and offices
including two large auditorium classrooms with amphitheater seating.
The building complex is actually three seismically separate structures,
designed with a brace-frame steel structure with conventional spread
footing. The exterior skin is acrylic finish over cement plaster and glass
curtain wall. The lecture rooms and classrooms contain state-of-the-art
digital projection, video, audio, and lighting controls. All campus
buildings have “stand-alone” mechanical systems. The budget dictated
a roof-mounted, air-cooled chiller.
Architects Delawie Wilkes Rodrigues Barker Architect:
Jaynes % of Cost: 15%
Contract Amount: $7,400,000
Completion Date: January 2003
Reference: Bryan Adams, District Architect
(61 9) 388-6546
Page 2 of 5 Updated 5/25/05
I I
Completed Shell Projects
Mission Valley Branch Library
Location: 2123 Fenton Parkway
San Diego, California
Owner: City of San Diego
Description: 20,000 SF Steel-Framed Branch Library with mezzanine. The building
encompasses a large community room, two seminar rooms, computer
lab, and a children’s library. Architectural features include a Clock
Tower with a glass top that glows with various colors, a vaulted metal
roof with glass, and stainless steel wall at the entry.
Wheeler, Wimer, Blackman & Associates Architect:
Jaynes % of Cost: 10%
Contract Amount: $5,375,000
Completion Date: May 2002
Reference: Nader Abuljebain, Associate Civil Engineer/ Project Manager
(61 9) 533-31 46
Child Development Center & Learning Resource Center Remodel
Location:
Owner:
Description:
Architect:
Jaynes % of Cost:
Contract Amount:
Completion Date:
Reference:
8800 Grossmont College Drive
El Cajon, California
Grossmont - Cuyamaca Community College District
16,308 SF wood framed building designed to house administrative
off ices, classrooms, indoor and outdoor children’s play areas. The main
structure is broken down into smaller house-like structures, to give
children a sense of “home”. Each ”house” has unique coloring and
design, inside and out.
NTD Architects
10%
$2,880,454
October 2001
Dale Switzer, Director, Facilities Planning & Development
(61 9) 644-7807
Page 3 of 5 Updated 5/25/05
i
XIS
\
Completed Shell Projects
Adat Yeshurun Congregation Synagogue Complex
Location:
Owner: Adat Yeshurun Congregation
Description:
8625 La Jolla Scenic Drive North
La Jolla, California
12,769 SF Synagogue Complex. The complex encompasses a wood
framed, single-story classroom and off ice building with a trellis area.
Design features include a standing seam roof and natural finished wood
framed windows. The synagogue is adjacent to this building and was
designed with a 34-foot high vaulted ceiling that incorporates naturally
finished glu-lam beams, timbers and tongue and groove decking. The
synagogue also contains kosher kitchen and a mezzanine that is
naturally illuminated from fixed windows and full-light panel doors.
Architect: M.W. Steele Group, Inc.
Jaynes % of Cost: 15Y0
Contract Amount: $2,842,560
Completion Date: January 2001
Reference: Brian Marcus, Chairman, Building Committee
(858) 535-1 196
Indian Health Center
Location: Pauma Valley, California
Owner: Indian Health Council
Description:
Architect: Duane Lillian
Jaynes YO of Cost: 15%
Contract Amount: $5,303,376
Completion Date: April 2000
Reference:
50,073 SF Medical and Dental Facility for Nine Local Indian Tribes
Dennis McGee, Executive Administrator (Emeritus)
(760) 742-3026
Page 4 of 5 Updated 5/25/05
U I
Completed Shell Projects
Congregation Beth Am Sanctuary & Social Hall
Location:
Owner:
Description:
5050 Del Mar Heights Road
San Diego, California
Congregation Beth Am of North County
36,730 SF Religious Facility. This project is a single story structural
steel frame building constructed with a metal stud and exterior
insulation finish system. Architectural elements include a copper dome
and slate tiled roof; a Remembrance Wall at the entry; and an
expansive courtyard featuring decorative concrete and tile paving and
two fountains.
The interior layout includes a sanctuary with fixed seating, large social
hall, vestibule, restroom facilities and a kitchen designed for Kosher
food preparation.
Architect: Witkin Design, Inc.
Jaynes Yo of Cost: 10%
Contract Amount: $4,391,633
Completion Date: June 1999
Reference: Evan Mead Stone, Chairman, Building Committee
(858) 350-1 950
Shoal Creek Elementary School
Location: 11775 Shoal Creek Drive
Owner: Poway Unified School District
Description:
Architect: The Bluerock Partnership
Jaynes % of Cost: 10%
Contract Amount: $7,132,848
Completion Date: January 1999
Reference:
Poway, California
New 45,700 SF, Elementary School Complex with Gymnasium, Hard
Court Play Areas and Ball fields
Doug Mann, Director of Maintenance & Operation
(858) 679-2522
Page 5 of 5 Updated 5/25/05
c. BIDDERS CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS, LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
CONTRACT NO. 39271 -3
GOLF COURSE BUILDINGS
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.
a Revised 10/08/03 Contract No. 3927 1-3 Page 23 of 72 Pages
I ACORD,
INSURED
Jaynes Corporation of California;
Contractor's Leasing, Ltd
11 1 Elm Street, Fourth Floor
San Diego, CA 92101 RECEIVED
AUG 1 2 Zoo5
ISSUE DATE I CERTIFICATE OF INSURANCE I 08~09~2005
Company
Company C
Company
D
Company
AClG Insurance Company
r
co LT
A
A
Birmingham, AL 35202
205-252-9871
TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY GD05083014
Commercial General Liability 0 Claims Made Occurrence 0 Owners' and Contractors' Protection
General Aggregate Limit applies per: 0 Policy Project OLocation
AUTOMOBILE LIABILITY AR05083011
0 All Owned Automobiles
Any Automobile
COMPANIES AFFORDING COVERAGE
Company
A American Contractors Ins Co RRG
EFFECTIVE EXPIRATION
06/01/2005
06/01/2006
LIMITS OF LIABILITY
I$ 2,000,000
FIRE DAMAGE I$ 100,000
EACH OCCURRENCE
JAYNES CORPORATION I E-
This is to certify that the policies of insur&%eS&hk&%%ln have been issued to the Insured named herein for the policy Deriod indicated. Notwithstanding
MEDICAL EXPENSE
PERS. AND ADVERTISING INJURY
GENERAL AGGREGATE
PRODUCTS AND COMP. OPER. AGG.
any requirement, term oicondition of contract or other document with respect to which this certificate may be issued or maybertain, the insurance afforded by the policies described herein is subject to all the terms, conditions and exclusions of such policies. Limits shown may have been reduced by paid claims.
$ 5,000
2,000,000 $
$ 4,000,000
S 4.000.000
06/01/2005
06/01/2006
0 Scheduled Automobiles 0 Hired Automobiles c] Non-owned Automobiles
I$ 2,000,000 COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE (Per accident)
COMPREHENSIVE
COLLISION
WC Statutory Limit I x I Other 1 I
EL EACH ACCIDENT
EL DISEASE (Policy Limit)
EACH OCCURRENCE
EL DISEASE (Each employee )$
AGGRFGATF
$ 1,000,000
1,000,000
$ 1,000,000
B
U
WORKERS COMPENSATION W DO5083032 AND EMPLOYERS LIABILITY
EXCESS LIABILITY 0 Occurrence 0 Claims Made
06/0 112005
06/01/2006
J"' t City of Carlsbad
Public Works Purchasing Department
Attn: Kevin Davis
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Project Name: Carlsbad Municipal Golf course Project-Buildings, Projec Location: Carlsbad, CA 92008-7314 The City of Carlsbad, its officials. employees and volunteers are named as Additional Insureds with respect to General Liability and Automobile hereunder as respects liability arising out of activities performed by or on behalf of the Named Insured as required by written contract subject to policy terms, conditions and exclusions. General Liability and Automobile Coverage are primary insurance as respects the City, its officials, employees and volunteers.
CERTIFICATE HOLDER
IO. 39721-3
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
Authorized Representative -.
$i..Ld3
Certificate ID. VBZ6N6R6
ENDORSEMENT
AlTACHED TO AND FORMING PART OF POLICY NO.
GD05083014
'EFFECTIVE DATE 'ISSUED TO OF ENDORSEMENT
08/08/05 Jaynes Corporation of California
ADDITIONAL INSURED - OWNERS. LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Carlsbad, its officials, employees and volunteers, Public Works Purchasing
Department, 1635 Faraday Avenue, Carlsbad, CA 92008-7314
WHO IS AN INSURED (Section u> is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by
or for you.
IT IS FURTHER AGREED THAT THE INSURANCE PROVIDED BY THIS ENDORSEMENT IS
PRIMARY. OTHER INSURANCE AFFORDED TO THE ADDITIONAL INSURED SHALL
APPLY AS EXCESS OF, AND DOES NOT CONTRIBUTE, WITH THE INSURANCE
PROVIDED BY THIS ENDORSEMENT.
-
All other terms and conditions remain unchanged.
Endorsement No. 3 1
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions,
provisions, agreements or limitations of the above mentioned Policy, other than as above stated.
Agency Name and Address Carrier Name and Address
0 ACIG Insurance Agency, Inc. 0 0 American Contractors Insurance
12222 Merit Drive, Suite 1660
Dallas, TX 75251
(972) 702-9004 Dallas, TX 75251
Company Risk Retention Group
12222 Merit Drive, Suite 1660 - 0 0 0 (972) 702-9004
CG 20 10 11 85 CH:kh:9 1403UN.~pd\08/16/05
ENDORSEMENT
ATTACHED TO AND FORMING PART OF POLICY NO.
GDOS 083 0 1 4
'EFFECTNE DATE 'ISSUED TO OF ENDORSEMENT
08/08/05 James Coruoration of California
CITY OF CARLSBAD CANCELLATION CLAUSE
It is hereby understood and agreed that this policy may not be canceled, materially changed, nor the
amount of coverage thereof reduced until thirty (30) days after written notice of cancellation or
reduction in coverage is provided to City of Carlsbad, its officials, employees and volunteers, Public
Works Purchasing Department, 1635 Faraday Avenue, Carlsbad, CA 92008-73 14. Coverage under
this policy shall be primary and noncontributing with any other insurance available to City of Carlsbad.
Endorsement No. 32
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions,
provisions, agreements or limitations of the above mentioned Policy, other than as above stated.
Agency Name and Address Carrier Name and Address
e ACIG Insurance Agency, Inc. e American Contractors Insurance Company
12222 Merit Drive, Suite 1660
Dallas, TX 75251
Risk Retention Group
12222 Merit Drive, Suite 1660
c (972) 702-9004 Dallas, TX 75251
e e (972) 702-9004 rn
CH:kh : 9 I 402LTM08/I 6/05
ENDORSEMENT
The following spaces preceded by an asterisk r) need not be completed if this endorsement and the policy have the same inception date.
AlTACHEO TO AND FORMING 'EFFECTIVE DATE 'ISSUED TO OF ENOORSEMENT I 08/08/05 I James Corporation of California
PART OF POLICY NO.
AR05083011
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
BUSINESS AUTO LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Carlsbad, its officials, employees and volunteers, Public Works Purchasing
Department, 1635 Faraday Avenue, Carlsbad, CA 92008-7314
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by
or for you.
All other terms and conditions remain unchanged. (L-
Endorsement No. 20
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions,
provisions, agreements or limitations of the above mentioned Policy, other than as above stated.
Agency Name and Address
0 ACIG Insurance Agency, Inc. 0 0 American Contractors Insurance
12222 Merit Drive, Suite 1660
Dallas, TX 75251
(972) 702-9004 Dallas, TX 75251
Company Risk Retention Group
12222 Merit Drive, Suite 1660
0 0 0 (972) 702-9004 r' 0
BA 20 10 11 85 CH:kh:91401uM08/16/05
r
ATTACHED TO AND FORMING PART OF POLICY NO.
AR05083011
ENDORSEMENT
'EFFECTIVE DATE 'ISSUED TO OF ENDORSEMENT
08/08/05 Japes Corporation of California
CITY OF CARLSBAD CANCELLATION CLAUSE
It is hereby understood and agreed that this policy may not be canceled, materially changed, nor the
amount of coverage thereof reduced until thirty (30) days after written notice of cancellation or
reduction in coverage is provided to City of Carlsbad, its officials, employees and volunteers, Public
Works Purchasing Department, 1635 Faraday Avenue, Carlsbad, CA 92008-73 14. Coverage under
this policy shall be primary and noncontributing with any other insurance available to City of Carlsbad.
Endorsement No. 21
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions,
provisions, agreements or limitations of the above mentioned Policy, other than as above stated.
Agency Name and Address Carrier Name and Address
e ACIG Insurance Agency, Inc. e American Contractors Insurance Company
12222 Merit Drive, Suite 1660
Dallas, TX 75251
(972) 702-9004 Dallas, TX 75251
Risk Retention Group
12222 Merit Drive, Suite 1660
e 0 (972) 702-9004 0
, -.. BIDDERS STATEMENT RE: DEBARMENT
(To Accompany Proposal)
CONTRACT NO. 39721-3
GOLF COURSE BUILDINGS
Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another
jurisdiction in the State of California?
If yes, what waslwere the name(s) of the agency(ies) and what waslwere the period(s) of
debarment@)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred
agency agency
4--
period of debarment period of debarment
BY CONTRACTOR:
Jaynes CorAoration/l ofcalif ornia
By: I/ (sign here)
(print nameltitle)
Richard Cohen, Senior Vice President
Page 1 of 1 pages of this Re Debarment form
Revised 10/08/03 Contract No. 39271 -3 Page 24 of 72 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
GOLF COURSE BUILDINGS
CONTRACT NO. 39721-3
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 filed 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.
1) 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?
X
no
2) Has the suspension or revocation of your contractors license ever been stayed?
3) 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? F
4) 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? X
Yes no
5) 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 adion pertain to, describe the nature of the violation and the disciplinary action taken therefor.
P (If needed attach additional sheets to pmvide full disclosure.)
Page 1 of 2 pages of this Disclosure of Discipline form
Revised 10/08/03 Contract No. 39271 -3 Page 25 of 72 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
CONTRACT NO. 39721-3
GOLF COURSE BUILDINGS
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 pnvide full disclosure.)
BY CONTRACTOR:
Jaynes CorppS3tion of California
Richard Cohen, Senior Vice President
(print namehitle)
Page - 2 of 2 pages of this Disclosure of Discipline form
e Revised 10/08/03 Contract No. 39271-3 Page 26 of 72 Pages
-4 I
rc-
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
PUBLIC CONTRACT CODE SECTION 7106
CONTRACT NO. 39721-3
GOLF COURSE BUILDINGS
BY BIDDER AND SUBMITTED WITH BID
State of California 1
Countyof San Diego 1 ) ss.
Richard Cohen , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is
of Jaynes Corporation of California
Senior Vice President
(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
1 declare under penalty of perjury that the foregoing is true and correct and that this affidavit was
executed on the 22nd dayof June ,2005.
Signature $Bidder
Subscribed and sworn to before me on the ,2005.
(NOTARY SEAL)
ary Public - Califomla
a Revised 10/08/03 Contract No. 39271-3 Page 27 of 72 Pages
,-
CONTRACT
PUBLIC WORKS
This agreement is made this /P day of b&&lP{ , 2005,
bv and between the CPFA. a municiDal corDoration. (hereinafter called 'CPFA"), and
* JAYNES CORPORATION OF CALIFORNIA ' whose principal place of business is
111 ELM STREET 4TH FLOOR SAN DIEGO CA 92101-2646
(hereinafter called "Contractot").
CPFA and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for Project No. 39721-3, Golf Course Buildings for the Carlsbad Municipal Golf Course, (hereinafter
called "project")
2.
equipment, and personnel to perform the work specified by the Contract Documents.
Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
3. Contract Documents. The Contract Documents 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, Technical Ability and Experience,
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and
Specifications, the Supplemental Provisions, addendum@) 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.
c_
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
CPFA will be the interpreter of the intent of the Contract Documents, and the CPFA'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,
CPFA shall make payment to the Contractor per section 9-3 PAYMENT of the Standard
Specifications for Public Works Construction (SSPWC), latest edition, 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 wrking 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 furnished to Contractor by CPFA about underground conditions or
other job conditions is for Contractor's convenience only, and CPFA 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 CPFA.
-
Revised 10/08/03 Contract No. 39271 -3 Page 28 of 72 Pages
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 CPFA, in writing, of any: c
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 Ill 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.
CPFA 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 CPFA and Contractor 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.
rc
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 CPFA 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 CPFA, 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 CPFA. The
expenses of defense include all costs and expenses including attorneys' fees for litigation,
arbitration, or other dispute resolution method.
/--- Contractor shall also defend and indemnify the CPFA against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the CPFA.
Defense costs include the cost of separate counsel for CPFA, if CPFA requests separate counsel.
Revised 10/08/03 Contract No. 39271-3 . Page 29 of 72 Pages
Contractor shall also defend and indemnify the CPFA 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 CPFA. Defense costs include the cost of separate counsel for CPFA, if CPFA requests
separate counsel.
-
IO. Insurance. 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 CPFA'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 CPFA 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 'khether
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 CPFA.
(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 CPFA, 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 CPFA, 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 CPFA, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the CPFA, its
officials, employees or volunteers shall be in excess of the contractor's insurance and shall not
contribute with it.
c.
to the CPFA, its officials, employees or volunteers.
Any failure to comply with reporting provisions of the policies shall not affect coverage provided
rc- d. Coverage shall state that the contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.
Revised 10/08/03 Contract No. 39271-3 Page 30 of 72 Pages
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be non-renewed, suspended, voided, canceled, or reduced in coverage
or limits except after thirty (30) days' prior written notice has been given to the CPFA 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 CPFA. At the option of the CPFA, either:
the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
CPFA, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
losses and related investigation, claim administration and defense expenses.
(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 CPFA 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/or under
the standards specified by the CPFA under Carlsbad CPFA Council Resolution No. 91403.
(H) Verification Of Coverage. Contractor shall furnish the CPFA 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 CPFA and are to be
received and approved by the CPFA before the Contract is executed by the CPFA.
c
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid.
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 CPFA using the informal dispute resolution process described in Public Contract
Code subsections 201 04.2(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 CPFA 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 CPFA, 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
_c-
a Revised 10/08/03 Contract No. 39271-3 Page 31 of 72 Pages
claim to a public entity. These provisions include false claims made with deliberate ignorance of the
(D) Penalty Recovery. If the CPFA seeks to recover penalties pursuant to the False Claims Act, it
is entitled to recover its litigation costs, including attorney's fees.
. false information or in reckless disregard of the truth or falsity of the information.
P
(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 Carlsbad 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 CPFA 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.
A
I have read and understand all provisions of Section I1 above. init init
12. Maintenance of Records. Contractor shall maintain and make available at no cost to the
CPFA, 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 CPFA by certified
letter accompanying the return of this Contract. Contractor shall notify the CPFA 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 CPFA to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and
the CPFA 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.
a Revised 10/08/03 Contract No. 3927 1-3 Page 32 of 72 Pages
r
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
ATACHED
(CORPORATE SEAL)
CONTRACTOR:
Jaynes Corporation of California
By:
Richard Cohen, Senior Vice President
(print name and title)
By:
(sign here)
(print name and title)
ClNG AUTHORITY,
State of California
ATTEST:
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 officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
Counsel
A
/-
@ Revised 10/08/03 Contract No. 39271-3 Page 33 of 72 Pages
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
I-
I State of California
County of San Diego
On mbefore me, Kathryn A Pfaff, Notary Public t Name and Title of Officer (e.9.. “Jane Doe. Notary Public”)
personally appeared Richard Cohen ,
Name(s) of Signer@)
ff personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(%) whose name($ is/XlH
subscribed to the within instrument and
acknowledged to me that helE€EXOSg executed
the same in wK”K&g
capacity(&), and that by hi
signature@) on the instrument the person
the entity upon behalf of which the person*)
acted, executed the instrument.
WUNESS my hand and official seal.
Notary Public - California
Place Notary Seal Above
OP TI0 NA L
Though the information below is not required by law, it may prove valuable to persons reiying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
d
Description of Attached Document
Title or Type of Document: !m@hfy~
Document Date: I & Number of Pages: &
Signer(s) Other Than Named Above: t n?B3/7_p
0 Individual
0 Corporate Officer - Title(s):
0 Partner - Limited General
0 Attorney in Fact
C Trustee
0 Guardian or Conservator
0 Other: I I
Signer Is Representing:
0 1997 National Notary Association - 9350 De Solo Ave.. PO. Box 2402 Chatsworth. CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
.c
JAYNES CORPORATION OF CALIFORNIA
(Formerly known as Kvaas Constructors, Inc.)
S EC R ETARY 'S CERTl FI CATE
I, Wayne Davenport, Secretary of Jaynes Corporation of California (formerly known
As Kvaas Constructors, Inc.), a California corporation (the "Corporation"), hereby
certify as follows:
1. I am the duly elected, qualified and acting Secretary of the Corporation.
2. The following resolution was duly adopted by the Board of Directors of the
Corporation at a meeting held on September 24, 2003. Such resolution has not been
amended, modified or rescinded, and remains in full force and effect as of the date
he reof:
WHEREAS: The Corporation is currently conducting and is expected to regularly
conduct business with various agencies and owners (collectively "Owners") within the
state of California, which business entails executing and delivering various documents
and agreements with Owners, consistent with the Corporations objectives, and
WHEREAS: It is deemed to be in the best interests of the Corporation to authorize
Rick Cohen, the Senior Vice President of the Corporation, to execute and deliver any
and all documents and agreements with Owners that he deems necessary or advisable,
IT IS HEREBY RESOLVED: That Rick Cohen, the Senior Vice President of the
Corporation, is authorized and directed to execute and deliver any and all documents
and agreements with Owners on behalf of the Corporation that he deems necessary or
advisable, and to take such further action as is necessary to carry out the purpose and
intent of this resolution as he, in his discretion, deems advisable.
IN WITNESS WHEREOF, I have executed this Certificate as of September 24, 2003
Gr.MvM
Wayne D&enport, Secreta&
Bond NO. 929373429
.- LABOR AND MATERIALS BOND
WHEREAS, the Board of Directors of the Carlsbad Public Financing Authority, State of California, by Resolution No. 10 , adopted JULY 26, 2005 , has awarded to
(hereinafter designated as the "Principal"), a Contract for: Golf Course Buildings, Contract No. 39721-3 in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the CPFA Clerk / Secretary of the CPFA and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
JAYNES CORPORATION OF CALIFORNI A
NOW, THEREFORE, WE, JAYNES CORPORATION OF CALIFORNIA 1 as Principal, (hereinafter designated as the "Contractor"), and -TAT, C~TY COMPANY as Surety, are held firmly bound unto the CPFA in the sum of TEN MILLION SIX HUNDRED SIXTY-ONE THOUSAND FIFTY-TWO AND N0/100--- Dollars ($10,661.052.00 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under
the terms of the contract by the CPFA, and for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. IC
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248.
This bond shall inure to the benefit of any of the persons named in California Civil Code section 31 81, so as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time. alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
43 Revised 10/08/03 Contract No. 39271-3 Page 34 of 72 Pages
'-
c In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 10th Executed by SURETY this ~QTH day
day of October ,2005. of AUGUST ,2005.
CONTRACTOR: SURETY:
CON- CAS- (name of Surety)
(address of Surety)
(telephone number of Surety)
320 Osuna NE, Suite G-1, Albuquerque, NM 87107
(505) 262-2621
(print name here)
Sr. Vice-president
(title and organization of signatory) By:
-*
By: CARL S. CONLEE. 111
(sign here) (printed name of Attorney-in-Fact)-
(attach corporate resolution showing current power (print name here) of attorney)
,- (title and organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY 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 Counsel
By:
Deputyeounsel '
@ Revised 10/08/03 Contract No. 39271-3 Page 35 of 72 Pages
UCI 13 dUU3 ll:3ZHll JHYl’lt3 CUKYUKHllUN Ut- LHL IblYJd~4-4UYU
JAYNES CORPORATION OF CALIFORNIA
(Formerly known a6 Kvaas Constructors, Inc.)
SECRETARY’S CERTIF CAT€
I, \??'sync Esvsnpor!, Secretary r,f Jaynes Corporation of California (formerly known
As Kvaas Constructors, Inc.), a California corporation (the “Corporation”), hereby
certify as follows:
1, I am the duly elected, qualified and acting Secretary of the Corporation.
2. The following resolution was duly adopted by the Board of Directors of the
Corporation at a meeting held on September 24, 2003. Such resolution has not been
amended, modified or rescinded, and remains in full force and effect as of the date
hereof:
WHEREAS: The Corporation is currently conducting and is expected to regularly conduct business with various agencies and Owners (collectively “Owners”) within the
state of California, which business entails executing and deliverhg various documents and agreements with Owners, consistent with the Corporations objectives, and
rc
WHEREAS: It is deemed to be in the best interests of the Corporalion to authorize
Rick Cohen, the Senior Vice President of the Corporation, to execute and deliver any
and all documents and agreements with Owners that he deems necessary or advisable,
IT IS HEREBY RESOLVED: That Rick Cohen, the Senior Vice President of the
Corporation, is authorized and directed to execute and deliver any and all documents
and agreements with Owners on behalf of the Corporation that he deems necessary or
advisable, and to take such further adion as is necessary to carry out the purpose and
intent of this resolution as he, in his discretion, deems advisable.
IN WITNESS WHEREOF, I have executed this Certificate as of September 24,2003
Wayne Wen PO rt ,-Secreta&
'..
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of NEW MEXICO
county of BERNALILLO
3n 8/10/05 before me, MURIEL BRAY DATE NAMC, TITLE or orricm . Lg, "JANE WE, NOTARY rumc
sersonally appeared CARL CONLEE, II'
NAME(S) OF SlWR(S)
hersonally known to me - OR - - proved to me on the basis of
satisfactory evidence to be the
person(s) whose name(s) idare
subscnbed to the within instrument
and acknowledged to me that he/she/
they executed the same m his/her/
their authorized capacity(ies), and
that by his/her/thelr signature(s) on
the insbmment the person(s), or the
entity upon behalf of which thc
person(s) acted, executed the
instrument.
---OPTIONAL SECTION--
CAPACITY CLAIMED BY SIGNER
Thoueh stattite doer not require the Notary to fill in the data below, doing so may prove
invaluable to persons relying on the docurncnt. - x INDIVIDUAL
- CORPORATE OFFICER@)
TiTLE(S)
LIMITED
-GENERAL
PARTN ER(S)
x ATTORNEY-M-FACT
TRUSTEE(S)
GUARDIANICONSERVATOR
0-1 HEK
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(lES) CONTINENTAL CASUALTY
COMPANY
rHE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES' C. TE OF DOCUMENT
3oiyh the data requested here IS not quid by law. auld prevent rnuduknt IfactaEbment of this form.
'L
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES F
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable suretyhsurer deductible.
,- Form F7310
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By There Presents, That Continental Casualty Company, an IUinoiS corporation, National Fire Insurance Company of Hadford, a
.- are duly organized and existing Corporations having their principal ofices in the City of Chicago, and State of Jllinois, and that they do by virtue of the
Conndcut corporaOlos and American casualty Company of Reading, Pesosylvania, a Pennsylvania COIporation (herein called “the CNA Gees'?,
signatures and seals her& affixed hereby make, constitute and appoint
Robert L Brooks, Bart H Kinney III, Michael L Chrestman, Car1 S Conlee HI, Dean E Vigil, Sarah J Hamilton, David D Gebhardt, Individually
of Albuquerque, NXf, their (rue md lawibl Attorney(s>in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their
behalf bonds, undertakings and other obligato? inmcnts of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized oficer of their corporations and all the
acta of said Attorney, pursuant to the authority hereby given is hereby ratified and confiied
This Power of Attorney is made and executed pursuatrt to and hy authority ofthe By-Law and Resolutions, printed on thc reverse hereof, duly
adopted, as indicated, by the Board.. of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these. presents to be signed by their Senior Vice Prcsidcnt and their corporate seals to be
hereto affixed on this 14th day of Jan-, 2004.
Continental Casualty Company
National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania
Mi’chael Gcngler
State of Illinois, County of Cook, ss:
On this 14th day of January, 200.1, before me personally came Michael Gengler to me known, who, being by mc duly sworn, did depose and say:
that he resides in the City of Chicago, State of Illinois; that he is H Senior Vice President of Contincntal Casualty Company, an Illinois corporation,
National Fire Insurance Company of Hartford, a Connectkut corpomtion, and American Casvalty Company of Reading, Pennsylvania, a Pennsylvania corporation described m and which executcdthe above instmnmt; lhat he knows thc seals of said corporations; that the seals amxed to the said instrument are such corporate seals, that thq were so aixed pursuant to authority given by the Boards of Directors of said corporations and that hc
signed his name thereto pursuant to like authority, and acknowledges me to be lhe act and docd of said corporations. @& OFFICIAL SEAL
ELlZA PRICE mTMVrWUC, WAlZ Of UNW
YVOMIY--.:LYllRl
My Commission D Expires September 17, 2006 Eliza Xce Notary Public
CERTIFICATE
I, Mary A. Kibikawskis, Assistant Secretary of Contiiienlal Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, n Connecticut corporation, and American Casualty Company of Reading, Pemyhnia, tl Pennsylvania corporalbn do hereby Certify that the
Power of Attorney herein above set forth is dll in force, and furtha certify that the By-Law and Resolution of the Board of Directors of the corporations prinkd on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my n.me and ailixcd the seal of the said corporations this 1 OTH day of AUGUST , 2005 .
Continental Casualty Comp,my
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Authorizing By-Laws and Resolutions
ADOPTED UY THE BOARD OF DIRECTORS OF CONTINEYTAL CASIJXTY COMPANY:
This I’owcr of Attorney is made und executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
“Article IX-Execution of Documents
Section 3. Appointmcnt of Attorncy-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vise
President may, from time to time. appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
insurancc. bonds, undertakings and other obiigatoF instruments of’ like nature. Such attorneys-in-fact, subject to the limitntions set forth in their
respective certificatcs of authority, shall hare full power to bind thc Company by their signature and execution ofany such instruments and to attach the
seal ofthe Company thcrerro. The Chairman of the Hoard of Directors, the Presidcnt or any Executive, Senior or Group Vice President or the Hoard of
Diredors. may. at any rime, revoke all power and authority previously given to any attorney-in-fact.”
This Power ofhnorney is signed and sealed by facsimilc under and by the authority ofthe Mowing Kesolution adopted by the Hoard of Dircctors ofthe
Company at B meeting duly culled and held on the 17& day of February, 1993.
“Resolved, that the signature of the Prctsident or any Executive, Senior or Group Vice President and the seal of the Company may be aflixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article UI of the Ry-laws, md thc signature of the Secretsry or an Assistant
Sccretav and the seal of the Company may be afiixed by facsimile to any certificate of any such power and any power or certilicate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed und scaled and cenified bv certificate so executed
md sealed shall. with respec1 to any bond or undertaking to which it is attached, continue io be valid and binding on the Companv.”
ADUPTEl) BY ‘THE I3O,ZRD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OT: RENIING, PENNSYLVANIA:
This Power of Attorncs is made and executed pursuant to and by authority of the following By-Law duly adopted by the Hoard or Directors of the
Company.
“Artirlc VI-Ewccution of Ohligations and Appointment of Attorney-In-Fact
Section 2. Appointment 01‘ Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from lime to time. appnint by wriiten certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
insurance, bonds. undertakings and other nbligatory instruments ol‘ like nature. Such attorneys-in-fact subject to the limitations set forth in their
respective certificates ofauthority, shall have full power to bind the Company by their signature and execution of any such instruments ad to attach the
seal of the Company thcreto. The President or any Executive. Senior or Group Vice President may at any time revoke nll power and authority previousl?.
given to any attorney-in-fact.”
-
This l’owcr oCAttorncy is signed and sealed hy facsimile under and by thc authority ofthe t’oHowinp Kesolution adopted by the Roard of Directors ofthc
Company ut a mccting duly called and held on the I7* day of February. 1993.
“Resolved, that thc signature ofthe President or any Executive, Senior or Group Vice President and the scul of the Company may be al’lixed by facsimile on any power of’ attornev granted pursuant to Section 2 or Article VI of the By-laws. and the sipnaturc ofthe Secretary or an hwistant
Secretary and thc seal ofthe Company may he sfiixcd by facsimile lo any ccrlificatc of any such powcr and any power or ccrtificatc bearing such
fhcsimile signature and seal shall he valid and binding on thc Company. Any such power so executed and scald and certified by certificate so executcd
irnd scaled shall, with respect to anv bond or undcrtakhg to which it is attachcd. continue to he valid and binding on the Cumpan??.”
NX)PTEI) 1371 ’THE BOARD OF DIRECTORS OF NATIONAL FIRE WSLR.4SSCE COMPANY OF HAIUIORD:
This Power ol’Attorney is made and executed pursuant to and by authority ol‘the lollowing Resolution duly adopted on Rbruq 17, l‘N3 by the Board
of Directors of the Company.
“KtSOLVED: That the President, an l:.xccutive Vice Presidcnt, or any Senior nr Group Vice President ofthe Corporation may, tiom time to time.
appoinC hy written certificates, Attorne?;s-in-Facr to act in behalf ol’the Corporation in the execution of policies of insurance, bonds, undertakings and
other obligatory instruments of‘ like nature. Such Attorney-in-Fnct. subject to the limitations set forth in their respective certificates of authority, shall
have full power to hind the Corporation by their signature and execution of any such instrument and to attach the real ofthe Corporation therelo. Thz
President, an Executive Vice Presidenf any Senior or Ciroup Vice President or the Hoard or Directors may at any time revoke all power and authority
previously givcn to any Attorney-bract.”
This Power of Anarney is signed and sealed by facsimile under and by the authority ofthe followinp Resolution dopted by the Board of Directors nfthc Company ut a meeting duly cullcd and held on the I 7* day of.I:cbrua~.. 1993.
‘XESOLVED: That the signature 01’ the President, an 1Ssecutive Vice President or any Senior or Grnup Vice Prcsidcnt and the seal of‘ the
Corporation may be affixed by facsimilc on any power of attorney granted pursuant to the Resolution adopted by this hard of Directors on Februan. 17.
1993 and the signature of a Secretary or an Assistant Secretary and thc seal ofthe Corporation may be affixed by facsimilc to any certificate of any such power, and any power or certificate bearing such facsimilc signature and seal shall be valid and binding on the Copration. Any such power so executed and sealed and ccrtiticd by certilicate so executed and sealed, shall with respect to any bond or undertaking to which it is athchd, eontinuc to be valid and bindins on the Curporttion.” -
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego } SS.
On 1 j0.m , before me, Kathryn A Pfaff, Notary Public ,
Date Name and Title of Officer (e.9.. “Jane Doe, Notary Public”)
personally appeared Richard Cohen ,
Name@) of Signer(s)
Gpersonally known to me 0 proved to me on the basis of satisfactory
evidence
Place Notary Seal Above
to be the person@) whose name(4 isfiH
subscribed to the within instrument and
acknowledged to me that bel"@ executed
the same in his4E-K authorized
capacity(@), and that by hi*
signatureb) on the instrument the person&%
the entity upon behalf of which the person&)
acted, executed the instrument.
WITNESS mv hand and official seal.
0 P TI0 NA L
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signerfs) Other Than Named Above:
Capacity( ies) Claimed by Signer
Signer’s Name:
0 individual
0 Corporate Officer - Title(s):
Partner - Limited 0 General
0 Attorney in Fact
Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: I
0 1997 National Notary Association * 9350 De Soto Ave , PO Box 2402 - Chatsworth. CA 91313-2402 Prod. No 5907 Reorder Call Toll-Free 1-800-876-6827
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond. rc-
Executed by CONTRACTOR this 17th
day of August ,2005.
CONTRACTOR:
JAYNES CORPORATION OF CALIFORNIA
(name osonppwr)
(sign here)
Richard Cohen
(print name here)
(title and organization of signatory)
Senior Vice President
By:
(sign here)
(print name here)
Executed by SURETY this ~OTK__ day
of AUGUST ,2005.
SURETY:
CONTINENTAT, CASIJATLCY COMpANy (name of Surety)
(address of Surety)
320 Osuna NE, Suite G-1, Albuquerque, NM 87107
- (505) 262-2621
(telephone number of Surety)
By:
(signature of Attorney-in-Fact)
CARL S. CONLEE, I11 (printed name of Attorney-in-Fact)
(attach corporate resolution showing current power
of attorney)
(title and organization of signatory) c
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY 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
Counsel
By:
@ Revised 10/08/03 Contract No. 39271-3 Page 35 of 72 Pages
Bond No. 929373429
FAITHFUL PERFORMANCENVARRANTY BOND
WHEREAS, the Board of Directors of the CPFA, State of California, by Resolution
No. 10 , adopted JULY 26, 2005 , has awarded to
, (hereinafter
designated as the "Principal"), a Contract for: Golf Course Buildings, Contract No. 30721-3 in strict
conformity with the contract, the drawings and specifications, and other Contract Documents now on
file in the Office of the CPFA Clerk / Secretary of the CPFA, all of which are incorporated herein by
this reference.
JAYNES CORPORATION OF CALIFORNIA
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, JAYNES CORPORATION OF CALIFORNIA , as Principal,
(hereinafter designated as the "Contractor"), and
in the sum of TEN MILLION SIX HUNDRED SIXTY ONE FIFTY TWO
Dollars ($10,661,052.00 ),
said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be
paid to CPFA or its certain attorney, its successors and assigns; for which payment, well and truly to
be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly
and severally, firmly by these presents.
CONTINENTAL CASUALTY COMPANY
, as Surety, are held and firmly bound unto the CPFA,
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well
and truly keep and perform the covenants, conditions, and agreements in the 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 according to their true intent and meaning, and shall
indemnify and save harmless the CPFA, its officers, employees and agents, as therein stipulated,
then this obligation shall become null and mid; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor, there
shall be included costs and reasonable expenses and fees, including reasonable attorney's fees,
incurred by the CPFA in successfully enforcing such obligation, all to be taxed as costs and included
in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the
specifications.
/-
e Revised 10/08/03 Contract No. 39271-3 Page 36 of 72 Pages
rc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of NEW MEXICO
county of BERNALILLO
3n 811 0105 before me, MURIEL BRAY
DAT6 NAMC. TITLE OF WI'ICER. cg., "JANE DOE. NOTARY MJLlLIC
r e-OR-
m 1%. 7m
- proved to me on the basis of
satisfactory evidence to be the
person(s) whose name(.$ idare
subscribed to the within instrument
and acknowledged to me that helshd they executed the same in hidher/
their authorized capacity(ies), and
that by his/her/their sianature(s) on I .. the in&urnent the person(s), or the
entity upon behdf of which thc
person(s) acted, executed the instrument.
---OPTIONAL SECTION-
CAPACITY CLAIMED BY SIGNER
thoiigh statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on thc document. - x lNDlVIDUAL
CORPORATE OFFICER(S) -
TITLE(S)
PARTNER@)
x ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
LIMITED
GENERAL
01 HEK
SIGNER IS REPRESENTING:
NAME OF PERSON(S)OR ENTITY(IES) CONTl N ENTAL CASUALTY
COMPANY
bough the data requested here IS not reqmred by law. auld prevent riauddcnt rcattsctnnent of this fom
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I
I State of California
County of San Diego
On /y&efore me, Kathryn A Pfaff, Notary Public , Name and Title of Officer (e.9.. '"Jane Doe, Notary Public") Date
personally appeared Richard Cohen
Name(s) of Signer(s)
Bpersonally known to me 0 proved to me on the basis of satisfactory
evidence
to be the person@) whose name(* is/.Xl(tx
subscribed to the within instrument and
acknowledged to me that helQ€W#3E$f executed
the same in hisllfiIWBJkliK authorized
capacity(N), and that by hi%
signature@) on the instrument the person Rr the entity upon behalf of which the person&)
acted, executed the instrument.
WlT$lESS my hand and official seal.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent 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
Signer's Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - Limited 0 General
0 Attorney in Fact
Trustee
0 Guardian or Conservator
0 Other:
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ -, -I -
0 1997 National Notary Association - 9350 De Solo Ave PO Box 2402 Chatsworth. CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1-800-876-6827
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by any one or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00). - DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable suretylinsurer deductible.
7
Form F7310
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Cmthental Casualty Company, an Illinois corprat~on, Natioaal Fire Insurance Company of Hartford, a
corpOratons having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the
rc Connecticut corporation, and -can Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called “the CNA Compaaies”),
are duly organized and signatures and seals herein aflixed hereby make, constitute and appoint
Robert L Brooks, Bart H Kinney III, Michael L Chrestman, Carl S Conlee HI, Dean E Vi& Sarah J Hamilton, David
D Gebhardt, Individually
of Albuquerque, Nh4, their true wd lawful Attorney(s)-in-Pact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings und other obligatory instmments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized oficer of their corporations and all the
acts of said Attorney, pursuant io the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority ofthe By-Law and Resolutions, printed on thc reverse hereof, duly
adopted, as indicated, by the Boar& of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice Preidcnt and their corporate 4s to be hereto tlffi~d on this 14th day of January, 2004.
Continental Casualty Company
National Fire Insurancc Company of Hartford
American Casualty Company of Reading, Pennsylvania
Mi’chael Gcngler
State of Illinois, County of Cook, ss: On this 14th day of January, 200.1, before me personally came Michael Grngler to me known, who, being bv me duly sworn, did depose and say:
that he resides in the City of Chicago, Slatc of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation,
National Fire Insurance Company of Hartford, a Connecticut corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania
corporation described in and which executed the above instmnent; that he knows the seals of said corporations; that the seals afixed to the said insbument are such corporate seals, that they were so affixed pursuant to authority givcn by the Boards of Directors of said corporations and that he
signed his name thereto pursuant to like authority, wd acknowledges me to be the acl and deed of said corporations. n
ELlZA PRICE NOTAW ?WUC, 8TAllE Of UNOM
My Commission Expires September 17,2006 Eliza Price Notary Public
CERTIFICATE
I, Mary A. Kibikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of
Hartford, ti Connecticut corporation, and American Casualty Company of Kea@, Pennsylvania, a Pennsylv~a corpration do hereby certify that the
Power of Attorney herein above set farth is still in force, and further certify that the By-Law and Resolution of the Bwd of Directors of the corporations
prinkd on the reverse hereof is still in force. In testimony whereof I have hereunto suhscnbed my n.me and allixcd the seal ofthe said corporations this 10TH dayof AUGUST , 2005 .
FOMI F6853-11/2001
Continental Casualty Comp.my National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania -
Assistant Secretary
kQU
Mary A. R@kaf$kis
I.
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD O€ DlRECTORS OF CONTINEXTAL CASUALTY COMPRNY:
This I'ower of Attorney is made and executed pursuant to and by authority of the following Eiy-Law duly adopted by the Board of Dircctors ofthe
Company.
"Article K-Execution of Documents
Section 3. Appointment of Attorney-in-fact. l'he Chairman of the Board of Directors, the l'resident or any Executive, Senior or Group Vicc
President may, froin time to time. appoint by written certificates atmrneys-in-lact to act in behalf of the Company in the execution of policies 01
insurance. bonds. undertakings and other obligatory instruments of' like nature. Such attorneys-in-lact, subject to the limitations set forth in lheir
respective certificatcs of authority, shall have full power to bind thc Company by their signature and execution of any such instruments and to attach the
seal ofthe Company therertn. The Chairman of the hard of Directors, the President or any Executive, Senior or Cjroup Vice President or the Hoard of
Directors. may, at any time, revoke all power and authority previously given to any attorney-in-fact."
This Power ofhnorney is signed and sealed by facsimile under and by the authority ofthe following Resolution adopted by the Hoard of Directors of the
Company at a meeting duly called and held on the 1 7L" day of February, 1993.
"Resolved, that the signature of the Prcsident or any Executive, Senior or Group Vice President and the seal 01' the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 oi' Article o[ of the By-laws, and the signature oithe Secretary or an Assistant
Secretar)' and the seal of the Company may he affixed by facsimile lo any certificate of any such power and any power or certilkak bearing such
ticsimile signature md seal shall be valid and binding on the Company. Any such power so executed and scaled and cenified by certificate so executed
rind sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Companv."
ADOPI'ED BY 'THE 130,2RD 01: TIIRECTORS OF AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA:
This Power of Attomcy is made and executed pursuant to and by authority of the following By-Law duly adopted hy the Board of Directors uf'the
Company.
"Article VI-Execution of Ohligations and Appointment of Attorney-In-Fact Section 2. Appointment of Attorncy-in-fact. The Chairman of the Board of Directors: the I'resident or any Executive, Senior or Group Vice
President may, from time to time. appoint by written certiticatcs attorneys-in-lkct to act in behalf of the Company in the execution nF policies of
insurancc, bonds. undertakings and othcr obligatory instruments of Iike nature. Such attorneys-in-fact, subject to the limitations set forth in their
respective certificates ot'authurity, shall have full power to bind the Company by their signature and execution of any such instrumenls and to attach the
seal of the Company thcreto. The I'restdcnt or any Executive. Senior or Group Vice President may at any time revoko all power and authority previously
given to any attorney-in-fact."
This I'ower of Attorney is signed and sealed by facsimile under and by the authority ofthe t'ollowing Resolution adopted by the bard of Directors of thc
Company at a meeting duly called and held on the 17* day of February. 199.3.
"Resolved. that the signature 01 the I'rwident or any Executive, Senior (w Group Vice President and the scal of the Cuinpany may be aflixed by
facsimile 011 any power of' attorney granted pursuant to Section 2 of Article VI of the By-laws, and the signature of the Secretary or an Assisant
Secretary and the seal of the Company may he aflixcd by facsimile to any certificate of any such power and any power or certificaw bearing such
facsimile signature and seal shall he valid and binding un the Company. Any such power SO executed and sealed and certiiied by certificate so executed iind scalcci shall, with respect to any bond or undertaking to which it is attached. continue to be valid and binding on the Company."
Nmrrim BY nw. RO,\RD OF DIRECTORS OF NATIONAL FIRE iwii;R.mcE coxir.wy OF HAKI'IORD:
This Power of Attcmey is made and cxecuied pursuant tu and by authority ofthe lollowing Resolution duls adopted on Februan 17, l'N3 by the thrard
of Directors of the Company.
"KESOLVEI): That the President, an Isecutivc Vice President, or any Senior or Group Vice President ofthe Corporation may, tiom time to time.
appoint. hy written certilicales. Attorneys-in-Fact to act in behall' of the Corporation in thc execution of policies uf insurance, bonds. undertakings and
other obligatory instruments of' like nature. Such Attorney-in-l'act. subject to the limitations set forth in their respective certificates of authority. shall have fill power io hind thc Corporation by their signature and execution of wY such instrument and to attach the seal oi'the Corporation thercto. 'l'he
President, an fxecutivc Vice President. any Senior or Group Vicc President or the Hoard of Directors may at any time revoke all pciwer and authority
previously givcn IO any Attorney-in-Fact."
This I'owcr oiAttorney is signed and scald by Facsimile under and by the authority ofthe following Resolution adopfed by the Noard of Directors (?fthc
Company at a meeting duly called and held on the 1 7Lh day of Fchruan.. 1993.
"IIESOI,VEl>: That the signature of the I'resident, an Executive Vice President or any Senior or Group Vice President and thc seal of the
Corporation may be affixed by facsiniile on any power ofattorney prnied pursuant to the Resolution adopted by this hard oi'Directors on February 17.
1993 and the signature of a Secretar?, or an Assistant Secretary and thc seal ofthe Corporation may he alliixed by ticsimile to any certificate of any such
power, and any power or certificate bearing such Cacsimilc signature and scal shall be valid and binding on the Corporation. Any such power so
executcd and scaled and ccniticd by certificate so executed and sealed, bhall with respect to any bond or undertaking to which it is attached. continue IO
bc valid and bindin!: on the Corporation." 4
c
JAYNES CORPORATION OF CALIFORNIA
(Formerly known as Kvaas Constructors, Inc.)
SECRETARY'S CERTl FI CATE
I, I w-trna UVUJIlU n*tr-nnnt+ uur".y"l., Cmretinr ..--.-.-.., of Jaynea Cflrpnratian of California (formerly known
As Kvaas Constructors, Inc.), a California corporation (the "Corporation"), hereby
certify as follows:
1. I am the duly elected, qualified and acting Secretary of the Corporation.
2. The following resolution was duly adopted by the Board of Directors of the
Corporation at a meeting held on September 24, 2003. Such resolution has not been
amended, modified or rescinded, and remains in full force and effect as of the date
hereof:
WHEREAS: The Corporation is currently conducting and is expected to regularly
conduct business with various agencies and owners (collectively "Owners") within the
state of California, which business entails executing and delivering various documents
and agreements with Owners, consistent with the Corporations objectives, and
WHEREAS: It is deemed to be in the best interests of the Corporation to authorize
Rick Cohen, the Senior Vice President of the Corporation, to execute and deliver any
and all documents and agreements with Owners that he deems necessary or advisable,
IT IS HEREBY RESOLVED: That Rick Cohen, the Senior Vice President of the
Corporation, is authorized and directed to execute and deliver any and all documents
and agreements with Owners on behalf of the Corporation that he deems necessary or
advisable, and to take such further action as is necessary to carry out the purpose and
intent of this resolution as he, in his discretion, deems advisable.
IN WITNESS WHEREOF, I have executed this Certificate as of September 24,2003
ff 1 w-m
Wayne Ddenport, Secreta&
,--
.--- City of Carlsbad
June 15,2005
ADDENDUM NO. 1
REcmvED
JUN ‘I 6 2005
JAYNES CORPORATION
OF CALIFORNIA
RE: CARLSBAD MUNICIPAL GOLF COURSE PROJECT - BUILDINGS,
CONTRACT NO. 39721-3
Please include the attached addendum in the Notice to BidderlRequest for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
,-
Buyer
KD:rh
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
---
Bid&!& Signature Richard Cohen
1635 Faraday Avenue - Carlsbad. CA 92008-7314 - (760) 602-2730 - FAX (760) 602-8562 @
r-- June 13,2005
CARLSBAD PUBLIC FINANCING AUTHORITY
CITY OF CARLSBAD, CALIFORNIA
CARLSBAD CITY GOLF COURSE PROJECT
CONTRACT NO. 39721-3
please note the enclosed modifications, clarifications, and supplemental
jllrorma~~~ard~~~~~em_en~€o~the-ab-ove referenced project.
-~~-of-U-rjs-Addendum-blo.-l-arx?-incorporated-b~~reference and
made a part of this project and contract.
-
,"-
A reminder to prospective bidders: Please acknowledge receipt and
inclusion of this Addendum No. 1 on Page 12 of 72 as required in the
specifications and contract documents when submitting your bid proposal.
Bid date for this project is unchanged and remains: 4:OO D.rn.&
Wednesdav, June 22,2005 as noted on Page 6 of 122 in the specifications
and contract documents.
CARLSBAD PUBLIC FINANCING AUTHORITY
CITY OF CARLSBAD, CALIFORNIA
CARLSBAD CITY GOLF COURSE PROJEm,
CONTRACT NO. 39721-3
GOLF COURSE BUILDINGS
PROJECT 39721-3
GOLF COURSE BUILDINGS
rz-
CARLSBAD CITY GOLF COURSE PROJECT
ADDENDUM NO, 1
SUPPLEMENTAL BID INFORMATION:
1.
2.
3.
4.
- 5.
6.
7.
8.
Specifications and Contract Documents, Paae 12: Substitute and submit enclosed Page
12 of 72, or copy thereof, with bid proposal. Modification to Page 12 includes definition of the "basis of award" in accordance with applicable requirements of the California
Public Contracts Code.
Clarification: The private utilities, sewer/water, etc., serving the buildings displayed
within the limits of the work on the drawings, including the civil drawings, are intended
to be installed by the 39721-3 contractor as described therein.
"Builders Risk Insurance" is not a requirement of this contract. Please refer to the
Specifications, Page 30 of 72, Section 10,' Insurance, for contract requirements.
Owner provided fixtures, furnishings, and equipment rFF&E") shall be provided and
installed by Owner.
Certified building pads for clubhouse and maintenance facility shall be available for
Contractor on or about November 1, 2005 subject to issuance of a "Notice to
Proceed" by the Engineer. Transition of this work from the 39721-1 Contractor
(Mass Grading) to the 39721-3 Contractor (Golf Course Buildings) is intended for this
time period.
Clarification: Regarding the requirement for the prime contractor to self-perForm 50%
of the work under this contract, please refer to Specifications, Page 18, Paragraph 3,
entitled SPECIALTY ITEMS. These work items have been declared by CPFA as exemDt
from the 50% self-performing calculation. Your further attention is directed to 39721-
3, Section 1-2, Page 42, defining OWN ORGANIZATION and 39721-3, Section 2-3.1,
Page 43, regarding SUBCONTRACTORS, GENERAL.
Clarification: The "Learning Center" has been removed from the plan and specification
package and is NOT a part of this project or contract. Please disregard any reference to
this facility.
Clarification: The "Clubhouse" building, referred to as "Schedule A" in the bid forms
(Page ll), has been identified as a "deductive alternative" by CPFA for bid purposes.
Reference Note 1 above and revised Specification Page 12 enclosed herein. It is the
goal of CPFA to award the entire Golf Course Building package as defined in the 39721-3
documents, however, CPFA reserves its right to deduct the Clubhouse bids at the sole
election of CPFA. The "basis of bid" is defined on Page 12, as revised and included
herein, as the sum of all Schedules submitted.
I
9. All kitchen equipment for the Clubhouse and Half-Way House is to be provided and
installed by the Contractor.
10. The limits of work for the Maintenance Facility include the area defined by and including
the screen wall surrounding the facility along with all improvements and facilities therein
including any and all utility connections and public street access transitions and
connections as described in plans and specifications.
11. Drawing Sheet S-602 was only partially printed in the original plan set. Included in this
Addendum No.3 TsTiie c~~~e~~~6~plT”iSlan~h~wit~~ll -details-therein.
11. Attached is AS1 No. 3 issued by CPFA’s building architect with additional information, Also
attached are responses to 3 RFI inquiries received before the RFI deadline.
12. Not all bid questions-have been addressed by CPFA since several were received after the
stated deadline on Page 1-B of the 39721-3 Specifications. All bidders are instructed to
bid the project as described by the plans, specifications, and as may be modified by this
Addendum No. 1-
..... .......... ......... .... .. ___. . .-, .... ... ...... ......... ....................... .....
I .-~-- -- - . ---.----- -_- ... ,.- ,. -. . -
I
SCHEDULE E: ON-COURSE RESTROOM “B” BUILDING - r
Total amount of bid in numbers for Schedule E: $
Total amount of bid in words for Schedule E:
SCHEDULE F: ALL SITE WORK, PARKING LOTS, UTILITIES, AND ASSOCIATED
IMPROVEMENTS SUPPORTING AND SURROUNDING ALL BUILDINGS (SCHEDULES A
THROUGH E INCLUSIVE) -__ __ __
Total amount of bid in numbers for Schedule F: $
Total amount of bid in words for Schedule F:
Total amount of bid in numbers including SchedulesA, B, C, D, E & F: $ -
Total amount of bid in words including Schedules A, B, C, D, E & F: $
_-
The basis of award will be the sum of Schedules A, 6, C. D, E & F. CPFA herebv desinnates Schedule A (Clubhouse) as a “deductive alternate” which may. at the sole election of CPFA. not be
awarded. Even if deducted from the scope of work, Schedule A (Clubhouse) will be included for purposes of determining the lowest bid price in accordance with California Public Contract Code,
Section 20103.8 (b).
Price(s) given above are firm for 180 days after date of bid opening.
-
Addendum(a) No(s).
proposal.
haslhave been received and islare included in this
The Undersigned has carefully checked all of the above figures and understands that the CPFA 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 fifteen (15) days from the date of award of Contract by the
CPFA, the CPFA 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.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capaCPFA of a contractor within the State of California, validly licensed under
license number , classification which expires on , and that this statement is true and correct and has the legal effect of
an affidavit.
- A bid submitted to the CPFA by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered non-responsive and shall be rejected by the
CPFA Q 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 Q
201 04. @ Revised 10/08/03 Contract No. 39271-3 Page 12 of 72 Paoes
- ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS - AS1 # 3
Project: Golf Course Buildings Carlsbad Contract No: 39721-3
Carlsbad Municipal
Golf Course Project
Owner: City of Carlsbad Architect: Douglas Fredrikson Architects
1635 Faraday Avenue
Carlsbad, California 92008 Suite D-123
727 E. Bethany Home Road
PEii5GiixJArizona 85014 - _- ---.---- -- -- - -- - * _- - -z--_ -*__I - - ..-
To: Bid Contractors Issuance: June 13,2005
Contract For: Golf Course Buildings
-.--__I ____ __ - -- The Work shall be carried out in accordance with the following supplemental &tructions
issued in accordance with the Contract Documents. Prior to proceeding in accordance
with these instructions, indicate your acceptance and return a copy to the Architect.
These instructions take precedence over previously issued contract documents or ASI's.
L - --
- DESCRIPTION : ,
1.) The Clubhouse and the ancillary structures referred to in contract 39721-3 are to be
sprinklered per Note No.13 on Sheet TOOL
2.) A specification for ceiling fans in the Clubhouse will be issued after bid award.
Contractors are to include an allowance for these fixtures in the amount of $250
each.
3.) Contractors are to include the required costs to circuit the Maintenance Building
rolling gate motor and the trash compactor back to the electrical panels. The
required engineering to circuit these fixtures will be provided at a future date.
4.) The rolling gate off Palomar Oaks Way is to have a concrete footing that is 12"
wide x 18" deep with 2 #5 bars continuous horizontal with a rolling track per
detail 14/A105.
5.) The Motorized Rolling Gate operator is to be Model No. 540 as manufactured by
Stanley.
6.) Tables, chairs and furniture are owner provided and owner installed.
Page 1 of 2
Kitchen equipment is Contractor furnished and Contractor installed per the
specifications.
The Maintenance Building Trash Compactor will be Owner provided and Owner
installed .
Concrete slabs for the Fuel Tank, Chemical Storage, Trash Compactor and
Materials Storage Area will be installed at a later date and may be done under
change order to the contractor. Do not include the cost of these pads in the base
bid for Contract 39721-3.
Contractors are instructed to bid a Green Patina finish for the Copper Roof. The
finish will be selected from contractor provided control samples.
Ib)-dJ- -prolvid-e-d=Mdew4-g aquipment is to be installed by the
contractor. Contractors are to provide an allowance for this installation work.
12.) The Specification Sections prior to the Table of Contents are applicable and are to
be included in Contract No. 39721-3. These sections are related to landscape work
and do not supercede duplicate specification sections which may relate to the
buildings. _-v- -- -? --*-. . - ----,. - _r --
ATTACHMENTS: None
ISSUED: June 13,2005
By:
Architect
ACKNOWLEDGED:
~~
Contractor /Date
Page 2 of 2
2
c- CARLSBAD PUBLIC FINANCING AUTHORITY
Date:
Bid Reference No.:
From:
- 1.
2.
3.
Response:
CITY OF CARLSBAD, CALIFORNIA
PRE-BID REQUEST FOR INFORMATION
June 9,2005
39721-3: RR 1
PRO-WEST CONSTRUCTORS
22710 Palomar Street
Windomar, California 92595
951-678-1038 phone
951-678-1034 FAX
___ . . .-
4 .C@i€raCtors are to bid the individual components of 39721-3 as bescribed in the plans and
specifications and as may be modified by addendum to be issued by CPFA. Risk is entirely
borne by the bidder regarding the bid numbers submitted. CPFA does not agree that the
"bids received will in all likelihood be over budget." Bidder has duty to comply with
applicable sections of the California Public Contracts Code regarding public bids submitted
that are both "responsive" and "responsible" as defined therein.
Your concern for holding bid prices for 180 days is noted. However, it is the intent of
CPFA to evaluate and take action on all 3 contracts for this project within 30 days of the
bid opening date due to schedule requirements outlined in the Resource Agency
entitlements and permits.
Regarding your concerns for meeting the requirement of 50% self-performed work by the
prime contractor, please refer to 39721-3, Page 18, Paragraph 3, entitled SPECIALTY
ITEMS which defines the items of work declared by CPFA for this project which are
exernot from the 50% self-performing calculation. Your further attention is directed to
39721-3, Section 1-2, Page 42 defining OWN ORGANIZATION along with 39721-3,
Section 2-3.1, Page 43 regarding SUBCONTRACTORS, GENERAL.
END OF RESPONSE TO 39721-3: RFI 1
CONSTRUCTORS
SENT VIA FAX TO - 760-720891 7
June 8,2005
__ - _. .. __ -. _. . -
To: Carlsbad Public Financing Authority.
SUM: Carlsbad City Golf Course Project Pre-Bid Information Request PW1.
My name is Mike Quinn and I am thebireiwof Pr&nstnrction for ProWest a Constnrctbn Management
and General Contracting company. We are very interested in bidding the Carlsbad City Golf Course Project but have some concerns in regards to 3 of the bid requirements.
1, Contractor's Proposal Form requires break out pricing for A-F. As you know some of the best bids come in minutes before the bid time and most wlll not have break out pricing. Therefore pricing shown for schedules 6 through E will-be inflated in order to prdect againsunderstatiM-the costs for B through E if the clubhouse does not go forward. This will severely limit bidders who are really not interested in 2-3 million worth of work and bids received will in all likelihood be over budget. -
2. Currently, the bid environment is not owner friendly in that contractors are bidding projects with higher profit margins due to the amount of projects bidding and backlog due to the weather. The materials
availability and pricing has some what leveled out but the lack of faith in It remaining level will not allow subcontractors to hold pricing for 180 days. To hedge against unforeseen rising costs, subcontractors will submit inflated proposals or most likely will not know of the 180day requirement, which realistilly will not be enforceable for more than 60 days. In short these factors will also limit general contractor bids and bids received wnl include escalation costs to protect against losing subcontractors when trying to enforce
3. Our company as well as 98% of general contracting firms able to bond a project of this size cannot
fulfill the requirement to perform 50% of the work, again limiting the amount of bids yw will receive.
In summary, ProWest is very interested in bidding this project and has performed over $500 million in pu~j works construction as either a General Contractor or Construction Manager representing large entities. I'm sure some serious thought was put into these requirements, but I am asking if the requirement for the schedule pricing can be changed to bid the Clubhouse building as a Deductive Alternate, reduce the requirement to hold pricing from 180 days to 60 days and lastly waive the requirement for self performing 50% of the work.
the 180 days.
Respecffully,
Mike Quinn Dlrector of Preconstruction
prowest PCM Inc. 22710 Palomar Street, Wildomar, CA, 92595 Telephone: 951-6781038 Facsimile: 951-678-1034
CARLSBAD PUBLIC FINANCING AUTHORITY
CITY OF CARLSBAD, CALIFORNIA
PRE-BID REQUEST FOR INFORMATION
-=Bate:
Bid Reference No.:
From:
39721-3: RFI 2
I. E. Pacific, Inc.
Attention: Matt Lockwood
-2663 Pacific Rim Court
San Diego, CA 92154
Response:
1. Reference building hardscape concrete work and building concrete slab, please reference
Reference underground utility work, the following clarification is provided: The private
utilities, sewer/water, etc., serving the buildings displayed within the limits of the work on
the drawings, including the civil drawings, are intended to be installed by the 39721-3
contractor as described therein.
c attached AS1 #l from building architect. -
2.
END OF RESPONSE TO 39721-3: RFI 2
ARCHITECT’S SUPPLJ34ENTA.L INSTRUCTIONS - AS1 # 1 - project: Golf Course Buildings Carlsbd Gmtract No: 397213
CarIsbad MuniapaI
GolfcourseProject
Owner. CityofCarlsbad Architect: DouglasFredriksonArchitects
1635 Faraday Avenue 727 E. Bethany Home Road
Phoenix,At-izona 85014
Carlsbad,California 92008 suite D-123
To: Bid Contractors Issuance: June 10,2005
Contract For: Golf Course Buildings
The Work shall be carried out in accordance with the following supplemental instructions
issued in accordance with the Contract Documents. Prior to proceeding in accordance
with these instructions, indicate your acceptance and return a copy to the Architect.
instructions take precedence over previously issued contract documents or ASI’s. -
---_ __ --- - - - - __ - __ - __ - - - -- -_
D&ON :
Limits of Work
All of the building hardscape concrete work and building concrete slab work illustrated
within the ‘‘Limits of Constructjon” he delineated on Sheet AlOl is to be provided and
installed under Contract No. 397213.
ATTA-. None
ISSUED: June 10,2005 ACKN0WL;EDGED:
Architect Contractor/Date
rc-
Aten: Carlsbad City Golf Course Project
Re: RFT
Please provide a detailed breakdown of the scope of work for each
contract. After the pre-bid meeting yesterday, I am under the impression that
all of the slab work for the buildings will be provided under contract 2. However, I have-ken unKble to find any reference of this in the
specifications orat-dwings. 1 am greatly concerned with the possibility for
overlap, which might cause our bid to be higher than what it is needed to be,
or vise versa. I must have a breakdown of the responsibilities of each
contract to emure that my company has all of the necessary costs covered in
OUT bid.
- -
_.
1 am also concemed with the underground utility work. If1 am not
mistaken, and the slab work is to be done by the contractor who is awarded
contract 2, who is responsible for the underground plumbing and electrical?
These items must be roughed-in before the slab is poured, Please advise. _- _--_ --u- A=- - -- - A_
,- - 2- -_ - 41 -.
MattLochd
Project Estimator
1.E.-Pacific, Inc.
Ph (619) 671-5870 Fa: (619) 671-5877
Date:
CARLSBAD PUBLIC FINANCING AUTHORITY
CITY OF CARLSBAD, CALIFORNIA
PRE-BID REQUEST FOR INFORMATION
June 9,2005
Bid Reference No.: 39721-3: RFI 3
From: The Whiting - Turner Contracting Company
Attention: Adam Eshelbrenner
- ,1,1455 El Cam~-eal,Suite145,1,___,__,___,__ __ .- . __ -
San Diego, California 92130
Response:
1.
2.
see attached As1 # 2 from building architect.
see attached AS1 # 2 from building architect.
F
3.
4.
see attached AS1 ## 2 from building architect.
see attached AS1 # 2 from building architect.
5. Regarding your concerns for meeting the requirement of 50% self-performed work by the
prime contractor, please refer to 39721-3, Page 18, Paragraph 3, entitled SPECIALTY ITEMS
which defines the items of work declared by CPFA for this project which are exempt from the
50% self-performing calculation. Your further attention is directed to 39721-3, Section 1-2, Page
42 defining OWN ORGANIZATION along with 39721-3, Section 2-3.1, Page 43 regarding
SUBCONTRACTORS, GENERAL.
END OF RESPONSE TO 39721-3: RFI 3
.- ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS - MI # 2 9 Carlsbad Contract No: 39721-3
owner: CityofCadsbad Architect Douglas Freddwn Architects
1635 Faraday Avenue 727 E. Bethany Home Road Carlsbad,california 92008 suite D-123 - _- - -__ -
_I -* - --. moeslix, Arjz_qina 85014
To: Bid Contractors Issuance: June10,2005
Contract For: Golf Course Buildings
The Work shalI be carried out in accordance with the following supplemental instrucijms
issued in accordance with the Contract Documents. Prior to proceeding in accordance
with these instructions, indicate your acceptance and return a copy to the Architect.
These instructions take precedence over previously issued contract documents or MI'S.
- - .__.- -- . -_ ___ D-ON :
1.)
2)
"hyssen Krupp is an acceptable manufacturer for the Elevator on this praject..
The Learning Center is not part of this contract.
3.) Contractors are to bid light fixtures keyed as 15 dr 16 on sheet AlOl as fine voltage
fixtures. Include the required costs to circuit these fixtures back to the electrical
panes in the basement electrical room A016. The required engineering to circuit
these fixtures will be provided at a future date.
4.) - Delete reference to Landscape Sheet ID-2 in the drawing Index and
toLandscapesheetTS-I.
reference
AlTACHIvEm None
ISSUED: June lo, 2005 ACKNOW.
Architect Contractor/Date
DATE: June 9,2005
TO: Carlsbad Public Financing Authority City of Carlsbad, CA,
- - Attn: Ca&badC&-Golf Course Project Contract # 39721-3
I%: 766720-691 7
FROM: Adam Eshelbrenner
RE: Bid Questions
_. - -_ -
Please provide clarification andor instruction on the following items regarding the above-
mentioned bid.
I. Specification section 14240 calls for Dover Elevator as an acceptable manufacturer.
-Qower-Elevator Corpotation-has-sold all its elevator subsidiarles to Thyssen Knrpp.
2. Several drawings reference a Learning Center approximately 1,200 ft to the south of
Please confirm Thyssen Knrpp Is an acceptable manufacturer to use for bid,
the main clubhouse. Please confirm this building is not part of the bid.
3, Notes 15 and 16 on sheet AI 01 call for decorative bollard mounted light fixtures. Site
electrical drawings do not show associated circuitry and power requirements. Please
advise.
‘ 4. The drawing index on sheet TOO1 calls for sheet ID2 under the landscape 1 irrigation
pacbge. This sheet is not included in the bid package received; please advise.
5. Section 2-3.1 of the supplemental provisions state the Agency‘s expectations with
regards to ’self performed” work. Is this provision mandatory by all General Contractors submitting a bid for the work (class B contractors)? By breakdown, the engineer‘s
estimate is approximately $1 1 million, requiring each bidder to self perform
approximately $5.6 million of the work with their own forces, It is our assumption that
the majority of the General Contractor‘s bidding the job will subcontract approximately
80% - 90% of the work. Please advise if this interpretation is incorrect or the
requirement will be waived.
WT Memo-doc PHONE (838) 7924600 FAX (858) 792-9600
Douglas e. Barnhart, Inc.
4 0760 Thornmint Road
$an Diego, CA 92127
PHONE (858) 3854200
FA% TRANSMITTAL
FAX (858) 38518201
.,
To: 'Carbbsd City Golf Course Project
Company: Carlsbad Pubb Financing Authority
From: BuIche~
Phone: .. , ' FSX:' 760-720-6917
. .. .. .. -- ...
-. .___-_____E_i--____ . .. . .I --- - . . . . . . . . . - . .
-*--.--.-- - ____,__S___
. Re: Qolf Course BulldinQs (Contract # 39721-3) Totail paow, including cover: 4'
CarbW,.CA'
. Bid dat+8/22/OS, 4:OO Ptfl
.-
.I c .. '2.. :-'.&-Request For Information No. 0011:
..
2
Please clarify the breakd&n per each building on the Proposal Form is for accounting
purpose only or tf they Will be used IS a Deductive Alternates.
Please clarify if the Builder% Risk insuranoe is needed. .
If It is needed, ie it to be included in the bid by Contractor? Or would the City provide It7
.. ,.
3 Please chrify that the Learning Center is NOT part ot ihig bid.
The plan'sheets A701 and EA00 refer to $om9 work related to the Learning Center.
. ..
4 Please clarify if the certified bu\lding pads will be provides by Contract 39721-1 (ham grading).
..
5 Regarding the civil drawings, please, provide contour ((nee that will be given40
.us when the Contra& 39721-1 is done.
.. ..
. 6 Refer to plan sheet CP-2, the spot lights for sculptures are not Shown on electrical dram..
a. .
7 Refer to plan sheet CF-1, the lighting for monument sign is not shown on electrical drawings.
Also, the tree uplights are not shown on electrical drawings,
+? --- -I___ ---I I _= - .- -
8 Refer to plan sheet CD-3, detail 3, are there concrete slabs requlred to' set the roulpturw?
If SO, need detailed concrete slab thickness, dimenslons end rebsrr requiremenbs.
.. .I ..
. .. 11 ..
.. .There'is no fke sprinkters system. spec.
Please issue spec.
12 There is no spec for chain link fences and gates.
. . Please Issue spec. . ,
Regarding Clubhouse Building:
13 There is no spec for ceiling fans. Made issue spec.
14 Please clarify if the tables and chairs and furniture are Owner Furnished and chfner
imtiled.
IS Is there spec / manufacturer's name for the precast chimney cap. . ..
I.
.,
..
,. c
Regarding Halfway BuiMlng: .
Please clarifyd the kitchen 'equipment is Contractor Furnished, Contractor Installsd,
16 Plan rheet AH201 , detail 4 state8 the kitchen equipmetit,byothers.
Regoiding. Mglntenance building:
'I? Electrlcpl drawings do not show power to the rolling'gate motor. (see drawing EM100)
.. . ' ' 18 Ele&ioal drmkings do not show power to the trash Compactor (Refuse).(see EM100)
.. .. -.. .. .. ,.. . (Also, not on EM4f?O,'panel 8chedUle) Please clerlfy. ' ..
.. . .. .
'(Also. not on EM400, panel sctredule) Please clarify.
..
.. .. ..
. I Q Refer to plan sheet EMI00, Keyed Note # 6, and clarify if the trash compactor
is Owner Furnished, Owner Installed.
H nut, please issue sw fbr the tresh compactor.
' .. 20 la concrete slab requfred st the fuel tank area?
If yes, please clsrQ wnorete dtrnensions,'thiine, rebar requirements.
c
e slab required at the ohsm. skage area? . ' ..
mify concreta&nensions, thicknesa, kbar requirements. ..
I.
22 Is concrete slab required at the Refuse {trash compactor?) area?
If .yeel please clarify concrete dlrnensions, thickness; rebar requirements. '
23 If yes, please clarify concrete dlrf~18lons, thickness, pbar requlrements at the.
. meteriais stbrage area. K~Y ~ote I,UAMIOI)
,
' ' 24 Should there be a concrete track for the rolling gate (&Palom& Oak8 Way)?
If yes, pleise pravlde details of concrete dim$nslons; thickness, &bar requirements, ..
, . . ., ,25 ~j&e issuespec for the motorized rolling gate operator. .. .. .- .. .. .. .
..
' ' Quertions migarding doors, frames and finish hardware:
' ' .. HW Gioup IS. HW Group 18 i8 for pairs of doore. Please clarify.
... . .. ,.' 26 'Doors'M102, M106A, Mi07 and h4q 12 are all 30 x flo doors assigned to
27 HW Group 18 ~alls for Cane Bolts and continuous hinges. No spectficetian exists
as .to man,ufacturer, model number, or finish.' ~Ieaee clarify.
28'Hw Group 28 calls for pulsmd Heavy duty Bi-fold track and hardware.
No specification exists 8s to manufacturer, model number, or finish. Please clarify.
I
I
..
".'( .. ,. .. .. ,-
uvuuLn+ L. unniiiinni I lac, I an. I UJUUUJULU I YUll IW LWVI) I".LY
..
.. '
..
.. .. 29 General Note 3 on A701 (Door Schedule) states all wood doors are to be . ': . .
stainedlsealed to match wood trlm samples. There
to be paint finished (Daon LIM, W 08, L107 as ,exampi@). Please clarify.
(A~O 8ee questitlon t~ 3 if the Learning Center .is part ,d him bid),
wood,dm that am spechd
.. '
30 Spec section 08215, para. 2.02 states that the wood veneer Is'to be selected by
archited, Veneer prices vary greatly. &'can. the veneer be sp&M prior to bid.
.Ple@se .call If you hbve any questions., Thank you.
..
,-
VUUUL~~ c. onniiiinn I iiuc, I an. I U~)U.IUJULU I
Douglas e. Barnhart, Inc.
40760 Thornmint Road
8an Diego, CA 82127
PHONE (858) 385-8200 FAX (858) 385.8201
CAXtRANSMlTfAL . - . -5%. . - --- .. To: '. . . Carlsbad City W Cour6e' Project Date: 6/10/2005
'&pan$ Carlibad PuMk Flnencing Authority
. ..
*&ne:
' . Fax: 760-720-6917 .. .-
C.
. Re: .' . ,Golf Course Buildinge (Conbad # 307219) . Total pagee, including covm 4 . . . Carbbad,CA ..
.. 8M dste: 8/22/05,4:00 pm
I__. - ~RCq~m-lnfomatIon No. 002
I Regarding the (capper) metal roofing, the phone number and contact listed in the spec
section 07615, pm. 2.01 seems to be In ermr. Please verify and provlde correct phone number and contad'person,
Please call H pu have my questlonb. Thank yw,
..
I' JAYNESCORP.
Cralg Noel, Estimator
IF*: 619-2344090
' Dh: 619-2S34080
I
1
- To: CPFA
Attn: John Cahlll
Dote: June 10,2006
FPX: 760-7206917
I I I' !! ! 1
PROJECT:
BID DATE:
I1 Carlsbad Golf Course Bldgs
0612212006 Q 4:OO pm I1 II II I1 II I I1
2
leA at +i- 1/10 3
I I
BACKFILL Will Contract 1 or 2 provide cut-becks and stockpile
site soil within Contrad 3 llmits of work for wall
bacMill by Contract 33
3 GAS SERVICE TO METER P202 Plan note indicates plumber to indude cost for gas service to meter, coordinate with gas co,
Please provide quantifiable gas senrice lenQth to
the Clubhouse meter.
I I II II II I
6
II II II I
LANDSCAPE LIGHTING CP-2 El00 "Sculpture Spotlbht in Oak Tree": There is no
indication of this Ilghtinh) on the Electrical plans.
I I II Please clarify fixture, mounting, circuit, etc.
t 1 I, II II I II II II
7
*-
5 LIGHTING AT CART STAGING A103 El00 Lighting shown at Key Notes 4 and 51A103 are not shown on ElOO. Please clarify if they are in I Contract3smrm.
I
LEARNING CENTER E100
ELECTRICAL SERVICE
IThere is electrical shown b a Learninp Center
building. There is no Learning Center building
indicated in other plans. Please clarify.
8
I I II I1 I1 II I
PRIMARY ELECTRICAL Contract 3 is to indude secondary from transformer, and installation of primary to transfomr is by
others In Contract 23
t I II II I1 II II 11 I
1 I I1 II II I
rc
JAYNES CORP. To:
Cnlg Noel, Entlrnator Aitn: - Ph: 619-2934080 Fax:
,ix: 619-2944090 Date:
c
CPFA
John Cahlll
700-720-6917
June 10, ZOOS a
PROJECT:
BID DATE
I I II II II I II Carl8bad Golf Course Bldgr
0612212005 UD 4:OO rn
8
9
I f, I, IC
REQUEST FOR INFORMATION - PLAN EL SPEC CLARlFlCATlONS ( #W I I1 II II 1
I
COPPER ROOF FINISH 07815-2 DKS Copper Patina System: contact phone
information is incorrect, Industry feedback is
that suppliers are having difficulty understanding
this finish spec. Please clarify.
2.01 .B.
ROOF €AM: BIA401 11 lABo2 Detail 15 is inconsistent with Detal1 11 and BIA401.
151ABO2 Does no1 show rigid insulation. I
I I I, I, I II II II I
I1 I I
10 OFCl EQUIPMENT AM201 Key Notes Please provide specs for Owner provided
17,lQ Contractor installed equipment. J
I I I1 II II I I II II II ITEM OF WORK I I Reference 1 I I Reference2 1 1 DESCRPlWN
11 BREAK ROOM-ELNATION AM201 Room Incorrect elevation reference 311 04, should be
MI06 3/AM204? -. . c,,e&.z~~ipz--r~rrt v -T--
I
12 VAPOR BARRIER 520 1 Spec 03300-4 Plan shows 10 mil vapor barrier, specs call for
2.02.H. 15 mil. Please clarify. I
I I It II i
*
PROJECT:
BID DATE:
ph: 61S23S4060 Fax: 760-72b I r
Date: June 13,2006 IF" 6192344080 I
I1 Carlsbad Golf Course Bldg8
06/22/2006 @ 4:OO pm
I1
17
I I II I1 II ITEM OF WORK I I Reference1 I 1 Reference2 I I DESCRIPTION
I1
SUECONTRACTOR Specifications Dollar Can subcontractor dollar amount information be DESIGNATION Page Amounts provided within 24 hours after the bM to streamline
20 of 72 the bid process rather than at bid time?
I . -.=- I a of72 I
J . 18 BUILDER'S RISK Specifications Insurance We can find no reference to Builder's Risk I All
Page Requirements Risk insurance. Please veri there is no -
30 of 72 requirement for Coniractor to provide.
.
L
I . PmjwtName: Cii of Carlsbad Municipal GMC-
I REQUEST FOR INFORMATION: #I
-0.C. PROJECT No.
NIA MA LCI PROJECT NO.
DATE: June 10,2006
submittid To: hym8 Corporation
Cmig Na~l619-23-m
1
8ubmlW By: Lmwk C Comwny, Inc.
Bob Ordwpy 8ci8678-7930
1 Sublect Preubid cbhficstlons of plana and I DrawindSmc Reference: NIA 1
I
..- . I Information RS~UOSM: 1
1. Detail mfemhcea 333 and 334 on $802 (sbsel8htd wall bracing) do not appear tn match the
Referenww on the Floor Framlng Plan Wl. Example: Cdurm Uno 3 between B & C, notes
Abwe and bdcrw the exterior wall am unckar and not consistent on the rest of the sheet
Please clarify the notm nigarding the flat strap bracing and the dze and quantity of studs
7
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION #
This Escrow Agreement is made and entered into by and between the CPFA whose address is 1200
Carlsbad Village Drive, Carisbad, California, 92008, hereinafter called "CPFA" and
Jaynes Corporation of California whose address is
111 Elm Street, Fourth Floor, San Diego, CA 92101 hereinafter called
"Contractor" and California Bank & Trust whose address is
5500 Grossmont,Center Dr., Ste 408, La Mesa, CA 91942 heminafter
called "Escrow Agent."
For the consideration hereinafter set forth, the CPFA, 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 CPFA pursuant to the Construction Contract entered into between the CPFA and Contractor for Contract No. 39721 -3, Golf Course Buildings in the amount of
$10.661.052.00 dated (hereinafter referred to as the "Contract").
Alternatively, on written request of the Contractor, the CPFA 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 CPFA 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 CPFA and Contractor. Securities shall be held in the name of the CPFA and shall designate the
Contractor as the beneficial owner.
-
2. The CPFA 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 CPFA 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 CPFA 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 CPFA. These expenses and
payment terms shall be determined by the CPFA, 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 CPFA. - 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 CPFA to the Escrow Agent that CPFA consents to the withdrawal of the amount sought to be withdrawn by Contractor.
?@ Revised 10/08/03 Contract No. 39271-3 Page 38 of 72 Pages
7. The CPFA 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 CPFA of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the CPFA.
8. Upon receipt of written notification from the CPFA 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 CPFA and the Contractor pursuant to sections (S j io (61, inclusive, of this agresmefii arid the ZPFA and Conh=toi shaff held Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above.
IO. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the CPFA and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows:
For CPFA: Title FINANCE DIRECTOR
For Contractor:
For Escrow Agent:
Name
Signature
Address
Title Senior Vice President
Name $+c&r&Cohen
Signature I/ Address 111 Elm 'st., 4th Floor, San Diego, CA 92101
Name
Signature
Calfornia Bank & Trukt -- . #408 Address I;C;c-to,- n,-iye stp
La Mesa, CA 91942 At the time the Escrow Account is opened, the CPFA and Contractor shall deliver to the Escrow
Agent a fully executed counterpart of this Agreement.
@ Revised 10/08/03 Contract No. 39271-3 Page 39 of 72 Pages
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
-c
For CPFA:
For Contractor:
For Escrow Agent:
Title PRESIDENT. Board of Directors r
L/ Address 1
Senior Vice President Title
Name RichapjdJohen -.
Signature
Address 111 dn’Sr., 4th Floor, San Diego, CA 92101
Title Vice President
Name Cwa Laplanee
Signature
California Bank & Trust
La Mesa, CA 91942 #408 Address :&-
4m %@ Revised 10/08/03 Contract No. 39271-3 Page 40 of 72 Pages
September 13,2005
CPFA
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, Ca 92008
RECEIVED
SEP 1 5 2005
JAYNES CORPORATION
OF CALIFORNIA
To Whom It May Concern:
Re: Escrow retention -Contract No. 39721-3, Golf Course Buildings
Enclosed are three copies of the escrow retention contract for the Carlsbad Municipal
Golf Course Project. I have signed as the escrow agent.
When the contract has been signed by the CPFA, please return two copies to me and I
will forward one to the contractor.
Please send escrow payments to the escrow retention account number 2010160969 to:
California Bank & Trust
5500 Grossmont Center Drive
Suite 408
La Mesa, CA 9 194 1
ATTN: Clara LaPlante
r
Thank you for your assistance with this and if you have any questions please call me at
619-667-2825 or email me at cladante@,calbt.com . I look forward to doing business
with you.
Sincerely,
Clara LaPlante
Vice President
Enel.
LOAN DEPARTMENT
P.O. Box 2848 - La Mesa * California 91944-2848
(619) 462 2800 * Fax (619) 644 5487
SUPPLEMENTAL PROVISIONS FOR
GOLF COURSE BUILDINGS
CONTRACT NO. 39721-3
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS
Add the following section:
1-1 .I 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. The 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 Conttactor, 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 heEin.
Agency - The Carlsbad Public Financing Authority, or, "CPFA"
City, City of Carlsbad, City Council, GPFA, and Board of Directors - shall be the same as the
CPFA and its Board of Directors of the CPFA.
City Manager or CPFA Manager- the City Manager of the CPFA or his/her approved representative. rn
Revised 10/08/03 Contract No. 39271 -3 Page 41 of 72 Pages
Dispute Board - persons designated by the CPFA Manager to hear and advise the CPFA Manager
on claims submitted by the Contractor. The CPFA Manager is the last appeal level for informal
dispute resolution.
Engineer - the Public Works Director of the CPFA or hidher 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. I 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
Principal Inspector - The Senior Inspector’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 - On-site designated representative of the CPFA for contract administration.
Senior Inspector - 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
E ........................................... Electric G .............................. ..............G as
gal .......................................... Gallon and Gallons
Gar ........................................ Garage and Garages
GNV ....................................... Ground Not Visible
gpm ........................................ allons per minute
IE .......................................... .Invert Elevation
LCWD .................................... Leucadia County Water District
-0 Revised 10/08/03 Contract No. 3927 1-3 Page 42 of 72 Pages
MSL .... i .................................. Mean Sea Level (see Regional Standard Drawing M-12)
MTBM .................................... Microtunneling Boring Machine
NCTD .................................... North County Transit Distrct OHE ....................................... Overhead Electric
OMWD Olivenhain Municipal Water District
ROW ................................... ..Rig h t-of-Way
S ........................................... Sewer or Slope, as applicable
SDNR .................................... San Diego Northem Railway
SDRSD .................................. San Diego Regional Standard Drawing
SFM ....................................... Sewer Force Main
T .......................................... ..Telephone
UE ......................................... Underground Electric
W ........................................... Water, Wider or Width, as applicable
WD ..................................... .Vallecitos Water District
0 ..................................
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 CPFA 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 CPFA and shall be notified ten (IO) days in advance of the time and location of
said hearing. The determination of the CPFA 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 perform-
ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful
performanceharranty bond shall be in the amount of 100 percent of the contract price. 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 ($1 0,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000).
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 performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after 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. I)
@ Revised 10/08/03 Contract No. 39271-3 Page 43 of 72 Pages
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 unrevoked 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.
26.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), latest edition, hereinafter designated
"SSPWC", as written and promulgated by Joint Cooperative Committee of the Southem California
Chapter American Public Works Association and Southem California Districts Associated General
Contractors of California, and as amended by the Supplemental Provisions section of this contract.
The construction plans and specifications consist of those designated by CPFA as 309721-3. 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 CPFA Supplemental Standard
Drawings, hereinafter designated as CSSD, as issued by the CPFA 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:
I) Permits from other agencies as may be required by law. 2) Supplemental Provisions.
3) Plans.
4) Standard Plans.
a) City of Carlsbad Supplemental Standard Drawings.
b) Carlsbad Municipal Water District Standard Drawings.
c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings.
d) San Diego Area Regional Standard Drawings.
e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications.
7) Manufacturer's Installation Recommendations.
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 7) above. Detailed plans and plan views shall have
precedence over general plans.
2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Re-
submittals shall be labeled with the number of the original submittal followed by an ascending
Revised 10108/03 Contract No. 39271 -3 Page 44 of 72 Pages
alphabetical designation (e.g. 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:
1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement.
4) Specification section number@) 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.
0
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."
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date 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 specifications 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 therefor.
2-9 SURVEYING
2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: 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@) as required by 3s
8772 and 8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a
permanent survey monument is located, the Contractor shall adjust the monument frame and cover
to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument I)
Revised 10/08/03 Contract No. 3927 1-3 Page 45 of 72 Pages
frames and covers shall be protected during street sealing or painting projects or be cleaned to the
satisfaction of the Engineer.
2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall
hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for
establishing control, construction staking, records research and all other surveying work necessary to
construct the work, provide surveying services as required herein and provide surveying, drafting and
other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor
shall be resident on the site during ail surveying operations and shall personally supervise and certify
the surveying work.
Add the following section:
2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the
requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the
Engineer before commencing work in the area affected by the grade sheets. The Contractor shall
submit field notes for all surveying required herein to the Engineer within ten days of performing the
survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound
form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data
shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from
earlier surveys and all other evidence used by the Surveyor to determine the location of the
monuments set. The field notes and calculations will be labled with name of the Surveyor, the party
chief, field crew members and preparer of the field notes or calculations. They shall be annotated
with the date of observation or calculation, be numbered with consecutive page numbers and shall
be readable without resort to any electronic aid, computer program or documentation for any
computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys
Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in
conformance with 53 8700 - 8805 of the State of California Business and Professions Code when the
Surveyor performs any surveying that such map is required under 53 8762 of the State of California
Business and Professions Code and whenever the Surveyor shall establish, set or construct any
permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or
accessory to, property corners and street centerlines are permanent survey monuments. The Record
of Survey shall show all monuments set, control monuments used, the basis of bearings and all other
data needed to determine the procedure of survey and the degree of accuracy attained by the field
surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed
1 part in 40,000. The record of survey shall show the location and justification of location of all
permanent monuments set and their relation to the street right-of-way. Record@) of Survey(s) shall
be submitted for the Engineer's review and approval before submittal to the County Surveyor and
before submittal to the County Recorder.
Add the following section:
2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no
greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes
shall be set to show the location and grade of future curbs adjacent to traffic signal locations where
the curb is not being built as a part of this contract. Staking and marking shall be completed by the
Surveyor and inspected and approved by the Engineer before the start of construction in the area
marked. Centerline monument shall have the disk stamped with the date the monument was set and
the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that
are shown on the plans shall be staked and flagged prior to the start of any other activities within the
limits of the work. When curb and gutter does not exist and is not being installed as a part of the
project the location of adjacent facilities being constructed as a part of the contract the Contractor
shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or
other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor
Revised 10/08/03 Contract No. 39271 -3 Page 46 of 72 Pages
and/or those noted on the plans as to be installed by others.
TABLE 2-9.2.2(A)
Survey Requirements for Construction Staking
~ Stake
Descriptior
@
SDRS M-IO Monument
Lath in soil,
painted line
on PCC & A( surfaces
RP + Marke
Stake
RP + Marke
Stake
RP + Marker
Stake
RP + Markei
Stake, Blue-
top in gradin! area
RP, paint on
previous
course
RP + Markei
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker Stake
RP + Marker
Stake + Line
Stake
RP + Marker Stake + Line
Stake
RP + Marker
Lateral
Spacing (0, (13
Feature Staked Centerline or Parallel to Centerline
Spacing@, 0
Setting Tolerance
(Within)
Street Centerline 7 mm (0.02')
Horizontal, also see
section 2-9.2.1 herein
on street
centerline
at clearing line
Grade Breaks
& ~7.6 m (25')
N/A
( constant
offset)
N/A
s300m (1 0003, Street Intersections, Begin
and end of curves, only when shown on the
plans
lath - Intervisible, I 15m (50') on tangents
& s 7.5m (25') on curves, Painted line -
continuous
Clearing 0.3 m (1') Horizontal
Slope Intervisible and I 15m (50') 30 mm (0.1') Vertical 8 Hbrizbntal
Fence 30 mm (0.1')
Horizontal I 60 m (200') on tangents, I 15m (50') on
:urves when Rr 300m (1000) & 7.5m (25) or
curves when R< 300m (1000')
I 15m (50') Rough Grade Cut
or Fills 2 10 m
Final Grade
(includes top of: Basement soil,
subbaseand
base)
Asphalt Pavemen
Finish Course
(33')
30 mm (0.1') Vertical &
Horizontal
IO mm (?f) Horizontal
& 7 mm ( /47 Vertical
I 15 m (50') on tangents 8 curves when R2
300m (1 000') & I 7.5m (25') on curves when
R s 300m (1000') I
16.7 m (22')
IO mm ("I?") Horizontal
& 7 mm ( I4")Vertical
edge of
pavement,
paving pass
width, crown
line & grade
breaks
as appropriate
I 7311 (25') or as per the intersection grid points shown on the plan whichever provides
the denser information
Drainage
Structures, Pipes
8 similar
FacilitiesO. 0
IO mm ("/e") Horizontal & 7 mm (l/4") Vertical ntervisible & I 7.5m (25'), beginning and end,
BC & EC of facilities, Grade breaks,
Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines
I7.5m (25'). BC & EC. at %A, %A & %A on Curb (constant offset)
as appropriate
as appropriate
as appropriate
curb riurns & at beginning & end
Vertical locations shall be based on the Traffic Signal O
Signal Poles &
ultimate elevation of curb and sidewalk
at each pole 8 controller location IO mm ("/s") Horizontal
8 7 mm ('14~)vertical
IO mm (%") Horizontal & 7 mm (l/4") Vertical
IO mm ("/a") Horizontal
&when depth cannot
be measured from existing tavement 7 mm ( /4 ) Vertical
IO mm ("/e") Horizontal
& 7 mm ('/4") Vertical
(when vertical data
needed)
10 mm (0.1') Vertical &
Horizontal
7 mm ('/4'') Horizontal
Controller o
Junction Box 0 at each junction box location
Conduit 0 S 15 m (50') on tangents & curves when R2
300m (1000') & I 7.5m (25') on curves when
R I 300m (1 000') or where grade I 0.30%
as appropriate Minor Structure 0 or catch basins: at centerline of box, ends of box & wings & at each end of the local
depression 0
I 15 m (50') & along end slopes & conic
transitions
Abutment Fill as appropriate
I) Wall O 2 15 m (50') and at beginning & end of: each as appropriate
<? Revised 10/08/03 Contract No. 3927 1-3 Page 47 of 72 Pages
Stake + Line
Point +Guard Stake
RP + Marker
Stake + Line
Point +Guard
Stake
RP
wall, BC & EC, layout line angle points,
changes in footing dimensions &for elevation &wall height
3 m to 10 m (IO' to 33') as required by the
Engineer, BC & EC, transition points & at
beginning & end. Elevation points on footings
at bottom of columns
3 m to 10 m (10' to 33') sufficient to use strins lines, BC & EC, transition points & at
beginning & end. Elevation points on footings
at bottom of columns
I 15 m (50')
I 15 m (50') on tangents & curves when Fir
300m (1 000') & I 7.5m (25') on curves when
R I 300m (1 000') or where grade I 0.30%
intervisible & I 30 m (100'). BC & EC of facilities, Grade breaks, Alignment breaks,
Junctions, Inlets & similar facilities
At sign location
& 7 mm ('/4.) Vertical
Major Structure (3
Footinas. Bents
Atxii-tints
Wingwalls
Superstructure:
Miscellaneous (3
Contour Grading a
Utilities 0, 0
Channels, Dikes 81 Ditches 0
Signs 0
Subsurface
Drains 0
Overside Drains
O
Markers 0
Railings &
Barriers 0
AC Dikes 0
Box Culverts
Pavement
MarkersO
RP + Marker
Stake
RP + Marker
Stake
RP + Marker Stake
RP + Marker
Stake + Line Point +Guard Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker
Stake
RP + Marker Stake
RP
CD Staking for feature may be om1
intervisible & I 15m (507, BC 8I EC of
facilities, Grade breaks, Alignment breaks,
Junctions, Inlets & similar facilities, Risers &
similar facilities
longitudinal location
for asphalt street surfacing 5 15 m (50') on
tangents & curves when R2 300m (1000') & 5
7.5m (25') on curves when R 5 300m (1 000').
At beginning & end and I 15 m (50') on
angents & curves when R 2 300m (1000') & :
7.5m (25') on curves when R s 300m (1000)
At beginning & end
3 m to 10 m (IO' to 33') as required by the
Engineer, BC & EC, transition points & at
beginning & end. Elevation points on footings - & at invert'
60 m (200') on tangents, 15m (50') on curves
-
when R 2 300m-(I 000') & 7:5m7 (25') on
curves when R 5 300m (I 000') For PCC surfaced streets lane cold join& will suffice
ed when adiacent marker stakes reference t
as appropriate
as appropriate
~ along contour line
as appropriate
as appropriate
Line point
as appropriate
4t beginning &
end
At marker
location(s)
at railing &
barrier location(s)
as appropriate
as appropriate
at pavement marker location (s)
e 10 mm ("/a") Horizontal
10 mm ("/e") Horizontal
& 7 mm (1/4n) Vertical
30 mrn (0.1') Vertical &
Horizontal
10 mm ("/e") Horizontal
& 7 mm ('14~) Vertid
30 mm (0.1')
Horizontal & 7 mm
('/4") Vertical
30 mm (0.1') Vertical 8
Horizontal
30 mm (0.1')
Horizontal & 7 mm
('/4") Vertical
30 mm (0.17
0 Horizontal & 7 mm
('/4.) Vertical
7 mm ('/4") Horizontal
10 mm ("/e") Horizontal
& Vertical
30 mm (0.1')
Horizontal & Vertical
10 mm ("la") Horizontal
& 7 mm (l14") Vertical
7 mm ('/4.) Horizontal
offset and elevation of those features
installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table
(3 Perpendicular to centerline.
0 Some features are not necessarily parallel to centerline but are referenced thereto
@ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature
@ 2 means greater than, or equal to, the number following the symbol. I means less than, or equal to, the number fol-
lowing the symbol. 0 The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit.
?@ Revised 10/08/03 Contract No. 39271-3 Page 48 of 72 Pages
All guard stakes, line stakes and lath shall be lagged. Unless otherwise approved by the Engineer
flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B)
Type of Stake
Horizontal Control
Vertical Control
Description Colorc
Coordinated control points, control lines, control reference points, centerline, alignments, etc.
Bench marks
White/Red
Clearing
Grading
Structure
Drainage, Sewer, Curb
Rig ht-of-Way
Miscellaneous
Add the following section:
2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-
9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no
additional payment will be made. Extension of unit prices for extra work shall include full
compensation for attendant survey work and no additional payment will be made therefor. Payment
for the replacement of disturbed monuments and the filing of records of survey and/or comer
records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of
said monuments and no additional payment will be made therefor. I)
W hitdorange
Limits of clearing Yellow/Black
Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow
grade, etc.
Bridges, sound and retaining walls, box culverts, etc. White
Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue drains, slope protection, curbs, gutters, etc.
Fences, R1 W lines, easements, property monuments, etc. W hiteNellow
Orange Signs, railings, barriers, lighting, etc.
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 and/or 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. I)
@ Revised 10/08/03 Contract No. 39271-3 Page 49 of 72 Pages
SECTION 3 -- CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2.1 Contract Unit prices, if applicable, 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.
3-2.2.1.1 Lump Sum Contract, if applicable: Contractor shall utilize the latest edition of the RS
Means catalog, San Diego area, for pricing.
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) shall constitute the markup for all overhead and profits:
1) Labor ................................... 15
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
Work by Contractor. The following percentages shall be added to the Contractor‘s costs and
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding. No other markup shall be requested by Contractor nor approved by
CPFA.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the 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.
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
Revised 10/08/03 Contract No. 39271-3 Page 50 of 72 Pages
any event, thing, occurrence, or other cause, unless the Contractor shalt 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 lime
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.
0
The Contractor shall provide the CPFA 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 12650-1 2655.
“The undersigned certifies that the above statements are made in full cognizance of the California
False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands
and agrees that this potential claim, unless resolved, must be restated as a claim in response to the
CPFA’s proposed final estimate in otder 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 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.
Revised 10/08/03 Contract No. 39271 -3 Page 51 of 72 Pages
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. Construction Manager
2. Project Inspector
3. Senior Inspector
4. Principal Inspector
5. Public Works Director
6. 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 CPFA 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 CPFA will provide its position within 10 working days of receipt of said additional
information or Contractor's presentation 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
201 04) 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 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.
201 04.2. For any claim subject to this article, the following requirements apply:
Revised 10/08/03 Contract No. 39271-3 Page 52 of 72 Pages
(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 requiremenk otherwise provided by contract for the filing of 0 claims.
(b)(l) For claims of less than fifty 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 agencymay 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 after 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 after 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 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. (9 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,
I)
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, I)
’3 Revised 10/08/03 Contract No. 39271-3 Page 53 of 72 Pages
notwithstanding Section 1141 .ll 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 .IO) 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 othewise 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 MATERIALS 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 bome 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.
@ Revised 10/08/03 Contract No. 39271-3 Page 54 of 72 Pages
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 unsatiskctory 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 theAgency.
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@), 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.
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. I)
@ Revised 10/08/03 Contract No. 39271-3 Page 55 of 72 Pages
Such temporary omission shall be for the Contractor’s convenience and no additional compensation
will be allowed therefor 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 othemise directed by the Engineer.
5-6 COOPERATION.
Add the following: Contractor shall cooperate at all times with utility companies, personnel,
designated agents and authorities, including revisions to Contractor’s own schedule and work
sequencing if required. Contractor shall not request, nor shall CPFA approve, additional
compensation for Contractor’s coordination responsibilities with utilities.
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 seven (7) calendar days after receipt of the ”Notice to Proceed”.
Add the following section:
6-1 .I 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 conwned. 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 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 61.3.3 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-on-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.
Revised 10/08/03 Contract No. 39271-3 Page 56 of 72 Pages
Add the following section:
6-1.2.1 TimeScaled Network Diagram. As a part of the Baseline Construction Schedule the
Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram
showing all of the activities, logic relationships, and milestones comprising the schedule. 0
Add the following section:
6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall
prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity
the identification number, the description, the duration, the early start, the early finish, the late start,
the late finish, the total float, and all predecessor and successor activities for the activity described.
Add the following section:
6-1 2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and
submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks
on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture
patterns or distinctive line types to show the critical path.
Add the following section:
6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the
Windows 95 compatible “Suretrak” program by Primavera or “Project” program by Microsoft
Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor
shall submit to the Agency a 89 mm (3.5”) data disk with all network information contained thereon, in
a format readable by a Microsoft Windows 95 system. The Agency will use a “Suretrak“, ”Project” or
equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a
scheduling program other than the “Suretrak” program by Primavera or “Project” program by
Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted
program that are fully licensed to the Agency and 32 class hours of on-site training by the program
publisher for up to eight Agency staff members if requested by CPFA. The classes shall be presented
on Mondays through Thursdays, inclusive, between the hours of 8:OO a.m. and 300 p.m. The on-site
training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-
site training shall be submitted to the Engineer for approval five working days before the start of the
on-site training. The on-site training shall be completed prior to the submittal of the first Baseline
Construction Schedule.
Add the following section:
6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter
than 1 working day nor longer than 15 working days, unless specifically and individually allowed by
the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities,
including submittals, interfaces between utility companies and other agencies, project milestones and
equipment and material deliveries. The number of activities will be sufficient, in the judgment of the
Engineer, to communicate the Contractor’s plan for project execution, to accurately describe the
project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity‘s
description shall accurately define the work planned for the activity and each activity shall have
recognizable beginning and end points.
Add the following section:
6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to
whatever party or contingency first exhausts it.
@ Revised 10/08/03 Contract No. 39271-3 Page 57 of 72 Pages
Add the following section:
6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity‘s construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction of
submittals shall be included in the schedule.
Add the following section:
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than
the specified contract duration will not be acceptable and will be grounds for determination of default
by Contractor, per section 6-4.
Add the following section:
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to
support and maintain the project for the entire contractual time span of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance
with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s
proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the
shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public
and private, which interface with the project are able to support the provisions of the shortened
Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be
confirmed through the execution of a contract change order revising the project duration and
implementing all contractual requirements including liquidated damages in accordance with the
revised duration.
Add the following section:
6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer.
The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor
complies with the requirements of these supplemental provisions shall be a condition precedent to
issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction
Schedule does not meet the requirements of these specifications the Contractor shall correct the
Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the
Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by
the Contractor complies with the requirements of these supplemental provisions within thirty (30)
working days after the date of the preconstruction meeting shall be grounds for termination of the
contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will
not be included in the 30 working days.
The Engineer will review and retum to the Contractor, with any comments, the Baseline Construction
Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned
marked as per sections 6-1.2.10.1 through 6-1.2.10.3.
Add the following section:
6-1.2.10.1 “Accepted.” The Contractor may proceed with the project work upon issuance of the
Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1.
Add the following section:
6-1.2.1 0.2 “Accepted with Comments.” The Contractor may proceed with the project work upon
issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the
comments prior to receipt of payment per section 6-1.8.1.
Add the following section:
@ Revised 10/08/03 Contract No. 39271-3 Page 58 of 72 Pages
6-1.2.1 0.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as
required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The
Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract
under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments
are not submitted as required hereinbefore and marked “Accepted” by the Engineer.
0
Add the following section:
6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity‘s schedule status and shall
submit monthly updates of the Baseline Construction Schedule confirming the agreements no later
than the fifth working day of the following month. The monthly update will be submitted on hard
(paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal
requirements of section 2-5.3 and will include each item and element of sections 6-1.2 through 6-
1.2.9 and 6-1.3.1 through 6-1.3.7.
Add the following section:
6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during
the month. After first reporting an actual date, the Contractor shall not change that actual date in later
updates without specific notification to the Engineer with the update.
Add the following section:
6-1.3.2 Activity Percent Complete.
Contractor shall report the percentage determined by the Engineer as complete for the activity.
For each activity underway at the end of the month, the
Add the following section:
6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3‘12”) high density diskette,
labelled with the project name and number, the Contractor’s name and the date of preparation of the
schedule data disk. The schedule data disk shall be readable by the software specified in section 6-
1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that would
impede full access of all data stored on it.
Add the following section:
6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change.
Add the following section:
6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions
reflecting the change orders approved in the previous month. The network revisions will be as
agreed upon during the review and acceptance of the Contractor’s change orders.
Add the following section:
6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their
durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar
chart shall use differing texture patterns or distinctive line types to show the critical path.
Add the following section:
6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and
return the Updated Construction Schedule to the Contractor, with any comments, within 5 working
days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-
1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the
Revised 10/08/03 Contract No. 39271-3 Page 59 of 72 Pages
Engineer will review and retum the resubmitted Updated Construction Schedule to the Contractor,
with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated
construction schedule will invoke the same consequences as the Engineer returning a monthly
updated construction schedule marked “Not Accepted”.
Add the following section:
6-1 -4.1 “Accepted.” The Contractor may proceed with the project work, and will receive payment for
the schedule in accordance with section 6-1.8.2.
Add the following section:
6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The
Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the
corrections and changes noted in the Engineer’s comments prior to receipt of payment per section
6-1.8.2.
Add the following section:
6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the
Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to
receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be
considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY
CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the
Engineer before the last day of the month in which the Updated Construction Schedule is due. If the
Contractor fails to submit the corrected Updated Construction Schedule as required herein the
Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to
proceed with the project, any resulting delay, impact, or disruption to the project will be the
Contractor’s responsibility.
Add the following section:
6-1.5 Late Completion or Milestone Dates. Should the Schedule.Update indicate a completion or
contractually required milestone date later than the properly adjusted contract or milestone duration,
the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent
“Accepted” Schedule Update remove all or a portion of the delay, all or the allocated portion of the
previously held Liquidated Damages shall be released in the monthly payment to the Contractor
immediately following the “Accepted” schedule.
Add the following section:
6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially
different from that depicted in the Project Schedule, independently of and prior to the next monthly
update, the Contractor will submit a revised Baseline Construction Schedule, with a list and
explanation of each change made to the schedule. The Revised Construction Schedule will be
submitted per the submittal requirements of section 2-5.3 and per the schedule review and
acceptance requirements of section 6-1, including but not limited to the acceptance and payment
provisions. As used in this subsection “substantially different” means a time variance greater than 5
percent of the number of days of duration for the project.
Add the following section:
6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update
when one hundred percent of the construction work is completed. The Contractor’s Final Schedule
Update must accurately represent the actual dates for all activities. The final schedule update shall
be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-
1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule update
is required for completion of the project and release of any and all funds retained per section 9-3.2.
Revised 10/08/03 Contract No. 39271-3 Page 60 of 72 Pages
Add the following section:
6-1.8 Measurement and Payment. The Contractor's price for all construction schedule
requirements will be paid by CPFA as a component within the Contractor's lump sum bid included in the Bid Proposal. Contractor shall not request, and CPFA shall not approve, additional
compensation for any or all construction scheduling requirements, including revisions, under this
contract. The aforementioned lump sum price paid for Construction Schedule shall include full
compensation for furnishing all labor, materials including, but not limited to, the computer hardware
and software, tools, equipment, and incidentals; and for doing all the work involved in attending
meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction
Schedules and narrative reports required by these supplemental provisions and as directed by the
Engineer. The Engineer's determination that each and any construction schedule proposed by the
Contractor complies with the requirements of these supplemental provisions shall be precedent to
each and any payment for the Construction Schedule. Payments for Construction Schedule, if any,
will be made as per sections 6-1.8.1 through 6-1.8.3.
0
Add the following section:
6-1.8.1 Initial Payment. This section is deleted.
Add the following section:
6-1.8.2 Monthly Updated Construction Schedule Payments. This section is deleted.
Add the following section:
6-1.8.3 Concluding Payment. This section is deleted.
6-2 PROSECUTION OF WORK.
Add the following sections:
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.
6-2.1 .I Phasing of Work: Maintenance Facility. Contractor shall complete all associated site
work, utilities, meters, site walls, gates, and fencing, building erection and interior construction,
interior finishes, associated equipment and systems installation, adjacent street improvements, and
all other requirements and items of work as displayed on the project drawings and specifications
associated with the Maintenance Facility within two hundred and forty (240) calendar days of the start
date specified in the Notice to Proceed from the CPFA. Failure by Contractor to complete the
Maintenance Facility shall subject Contractor to liquidated damages imposed by CPFA in the amount
of $2500 per calendar day until such date as the Maintenance Facility is completed by Contractor.
For the purposes of this contract, the words "complete, "completed," or "completion" of the
Maintenance Facility as herein defined shall be understood and agreed to by both Contractor and
CPFA as the date when the local agency's Building Official issues a "certificate of occupancy" for the
Maintenance Facility.
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", SSPWC. 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.
e
Revised 10/08/03 Contract No. 39271 -3 Page 61 of 72 Pages
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@) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
6-7 TIME OF COMPLETION.
Add the following to 6-7: The Contractor shall diligently prosecute the work to completion within
three hundred sixty-five (365) calendar days after the starting date specified in the Notice to
Proceed.
Contractor is directed to above section 6-2.1 .I Phasing of Work: Maintenance Facility regarding
separate phasing and completion requirements and dates for the Maintenance Facility.
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the
hours of work shall be between the hours of 7:OO a.m. and 4:OO 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 hidher sole opinion, such work conducted
by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay CPFA the
inspection costs of such work which shall be $200 per hour with a 4 hour minimum.
No work shall be undertaken by Contractor outside the limits of the working site as designated in the
plans and specifications. 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 the completed Work. Upon the
Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the
ofice 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
@ Revised 10/08/03 Contract No. 39271-3 Page 62 of 72 Pages
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. 0
6-9 LIQUIDATED DAMAGES.
Modify the last sentence of the first paragraph and the first sentence of the second paragraph*and
add the following: 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 two thousand five hundred dollars ($2500).
Execution of the Contract shall constitute agreement by the Agency and Contractor that $2500 per
calendar 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 Maiver of this paragraph or of any damages.
J
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. rn - 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, highways (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@) shall be included in the price bid for the appropriate bid item and no additional
compensation will be allowed therefor. Contractor shall secure the building permit@) from the local
agency prior to beginning work.
Add the following section:
7-5.1 Resource Agency Permits. Resource agency permits for the Work are on file in the office of
CPFA, Recreation Administration, and available for review if needed. Resource agency permits
pertaining to this project include:
I) California Coastal Commission permit;
2) California Department of Fish and Game permit;
3) California Water Quality Control Board permit;
4) United States Army Corps of Engineers permit; D
Revised 10/08/03 Contract No. 39271 -3 Page 63 of 72 Pages
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 Contfactor for any such delay.
Contractor shall coordinate his work with all other CPFA designated contractors on the job site.
These shall include the “site grading” contractor for Contract Number 39721-1 and the “golf course”
contractor for Contract Number 39721-2 along with any and all authorized, designated
subcontractors of each of the aforementioned contractors. No additional compensation will be made
to the Contractor for coordination with these other on-site contractors.
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 therefor.
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 therefor. Said costs shall be considered incidental to the items of work that they are associated
with and no additional payment will be made therefor.
7-8.6 Water Pollution Control. .Add the following The Contractor shall comply with all
requirements of the storm water pollution and monitoring plan prepared for this project including the
“Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction
Activity.”
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 of Carlsbad
Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to
prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not
schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by
calling the CPFA’s contracted waste disposal company, Coast Waste Management at 9299417.
Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular
traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the
impending disruption. For a full street closure, all residences and/or businesses on the affected street
Revised 10/08/03 Contract No. 39271 -3 Page 64 of 72 Pages
or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the
residences and/or businesses directly affected by the work shall be notified.
The notification shall be hand delivered and shall state the date and time the work will begin and its
anticipated duration. The notification shall list two telephone numbers that may be called to obtain
additional information. One number shall be the Contractor's permanent office or field office and the
other number shall be a 24 hour number answered by someone who is knowledgeable about the
project. At least one of the phone numbers shall be in the (760) area code. An answering machine
shall not be connected to either number. The notification shall also give a brief description of the
work and simple instructions to the home or business owner on what they need to do to facilitate the
construction. The Contractor shall submit the contents of the notification to the Engineer for approval.
Notices shall not be distributed until approved by the Engineer.
For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a
doorknob without adhesives. It shall be a minimum size of 3-112 inches by 8-1/2 inches and shall be
brightly colored with contrasting printing. The material shall be equivalent in strength and durability to
65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such
notice is provided in Appendix "A".
In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the
work being performed. The no parking signs shall state the date and time of parking restriction for a
duration not to exceed the time necessary to complete the work at that location. Failure of the
contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of
the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed
and re-posted 48 hours in advance of the rescheduled work.
The preparation, materials, printing and distribution of the notifications shall be included in the
contract price bid for traffic control and the Contractor will not be entitled to any additional
compensation for printing and distributing these notices.
7-1 0.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After
obtaining the Engineers approval and at least 5 working days before closing, detouring, partially
closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the
following :
1) The Engineer .................................................................................... (760) 602-2780
2) Carlsbad Fire Department Dispatch ................................................. (760) 931-2197
3) Carlsbad Police Department Dispatch .............................................. (760) 931 -21 97
4) Carlsbad Traffic Signals Maintenance .............................................. (760) 438-2722
5) Carlsbad Traffic Signals Operations ................................................. (760) 438-2722
6) North County Transit District ............................................................. (760) 743-9346
7) Coast Waste Management ............................................................... (760) 929-9400
The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's
written approval prior to deviating from the requirements of 2) through, and including, 7) above. The
Contractor shall obtain the written approval no less than five working days prior to placing any traffic
control that affects bus stops.
7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of
Traffic Controls," latest edition and these Supplemental Provisions. If any component in the traffic
control system is damaged, displaced, or ceases to operate or function as specified, from any cause,
during the progress of the work, the Contractor shall immediately repair said component to its original
Revised 10/08/03 Contract No. 39271-3 Page 65 of 72 Pages
condition or replace said component and shall restore the component to its original location. In the
event that the Contractor fails to install and/or maintain barricades or such other traffic signs,
markings, delineation or devices as may be required herein, the Engineer may, at hidher sole option,
install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars
($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility,
whichever is the greater.
Add the following section:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
214-5.l.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform
to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water
borne conforming to section 210-1.6for materials and section 310-5 et seq. For workmanship.
Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction
and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory
signs, lights and devices shall be promptly removed by the Contractor when no longer required.
Warning and advisory signs that remain in place overnight shall be stationary mounted signs.
Stationary signs that warn of non-existent conditions shall be removed from the traveled way and
from the view of motorists in the traveled way or shielded from the view of the travelling public during
such periods that their message does not pertain to existing conditions. Care shall be used in
performing excavation for signs in order to protect underground facilities. All excavation required to
install stationary construction area signs shall be performed by hand methods without the use of
power equipment. Warning and advisory signs that are used only during working hours may be
portable signs. Portable signs shall be removed from the traveled way and shielded from the view of
the travelling public during non-working hours. During the hours of darkness, as defined in Division 1,
Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the
Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic
cones rather than post-type delineators are used during the hours of darkness, they shall be affixed
or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except
the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be
parked within the traveled way, including any section closed to public traffic. Whenever the
Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the
shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper
in advance of the parked vehicles or equipment and along the edge of the pavement at not less than
7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A
minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work
Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or
telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer.
Add the following section:
7-1 0.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than (insert minimum
acceptable lateral safety buffer distance, eg. 1.8 m (6’)), nor operate equipment within 0.6 m (2’) from
any traffic lane occupied by traffic. For equipment the than (insert minimum acceptable shy distance,
eg. 0.6 m (2’)) shall be measured from the closest approach of any part of the equipment as it is
operated and/or maneuvered in performing the work. This requirement may be waived when the
Engineer has given written authorization to the reduction in clearance that is specific to the time,
duration and location of such waiver, when such reduction is shown on the traffic control plans
included in these contract documents, when such reduction is shown on the traffic control plans
@ Revised 10/08/03 Contract No. 39271-3 Page 66 of 72 Pages
prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining
and removing traffic control devices. As a condition of such waiver the Engineer may require the
Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent
traffic lane or provide barriers. I)
During the entire construction, a minimum of (insert appropriate number of lanes) paved traffic lanes,
not less than (insert appropriate minimum lane widths, eg.3.6m (12')) wide, shall be open for use by
public traffic in each direction of travel.
Add the following section:
7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic
lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS
"Manual of Traffic Control", latest edition and provisions under "Maintaining Traffic" elsewhere in
these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic control
system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by the
Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System
for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan
proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic
striping operations using an alternative plan until the Contractor has submitted its plan to the
Engineer and has received the Engineer's written approval of said plan.
I)
Add the following section:
7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual", latest edition published by CALTRANS. Whenever the work causes
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place
prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall
be provided at all times for traveled ways open to public traffic. All work necessary, including any
required lines or marks, to establish the alignment of temporary pavement delineation shall be
performed by the Contractor. When temporary pavement delineation is removed, all lines and marks
used to establish the alignment of the temporary pavement delineation shall be removed by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material.
Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the
temporary pavement delineation conflicts with the permanent pavement delineation or with a new
traftic pattern for the area and is no longer required for the direction of public traffic. When temporary
pavement delineation is required to be removed, all lines and marks used to establish the alignment
of the temporary pavement delineation shall be removed. 0
Revised 10/08/03 Contract No. 39271 -3 Page 67 of 72 Pages
Add the following section:
7-1 0.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan
Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the
project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor
shall have such new or modified TCP prepared and submitted as a part of the Work for any and all
construction activities that are located within the travelled way. The Contractor shall have TCP
prepared and submitted as a part of the Work for any construction activities that are a part of this
project that are not included in the project plans. The Contractor must submit the TCP for the
Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the
Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period
specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP,
new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all
TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient
scale and detail to show the lane widths, transition lengths, curve radii, stationing of features
affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP
phase. When the vertical alignment of the travelled surface differs from the finished pavement
elevation vertical curves must also be shown. The Contractor may choose to modify, add to or
supplement the TCP or may substitute TCP to further its own interests. Such substitution shall be
prepared in type and kind. The level of detail, format, and graphics shall be of quality and size no
less than those on "Standard Specifications Reference Traffic Control Plan" Drawing number 368-5.
Such modifications, supplements and/or new design of TCP shall meet the requirements of the
Engineer and of the "MANUAL OF TRAFFIC CONTROLS", latest Edition as published by the State of
California Department of Transportation. Such modification, addition, supplement, and/or new design
of TCP shall be prepared by a registered professional engineer appropriately registered in the State
of California. The Engineer shall be the sole judge of the suitability and quality of any such
modifications, supplements, and/or new designs to TCP. The Engineer may approve any such
modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion,
such modifications, supplements, and/or new designs to the TCP prepared by the registered
professional engineer retained by the Contractor will be beneficial to the best interests of the Agency.
Such modification, addition, supplement, and/or new design shall not be implemented and no work
shall be commenced that is contingent on such approval until the changed TCP are approved by the
Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP
shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review
requirements for such modifications, supplements, and/or new designs to TCP shall conform to the
requirements of section 2-5.3 Shop Drawings and Submittals.
Add the following section:
7-10.3.7 Payment The Contractor shall provide traffic control within the contract lump sum price
bid. The contract lump sum price paid for "traffic control" shall include full compensation for
furnishing all labor (including flagging costs), materials (including signs), tools, equipment and
incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic
control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive,
removing, storing, maintaining, moving to new locations, replacing, and disposing of the components
of the traffic control system as shown on the plans and approved additions and modifications, as
specified in these supplemental provisions, and as directed by the Engineer. All expenses and time
to prepare and review modifications, additions, supplements and/or new TCP designs shall be
included in the lump sum bid for traffic control and no additional payment will be made therefor.
Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of
labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no
bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental
to the work being performed and no additional payment will be made therefor. Progress payments, if any, for "Traffic Control" will be based on the percentage of the improvement work completed.
@ Revised 10/08/03 Contract No. 39271-3 Page 68 of 72 Pages
The Contractor shall prepare and implement traffic control plans and shall furnish all labor and
materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work with which they are associated and no other compensation will be allowed therefor.
Add the following section:
7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect
and properly maintain at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public, and shall use danger signs warning
against hazards created by such features of construction as protruding nails, hoists, well holes, and
falling materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of
the contract.
SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL
8-2 FIELD OFFICE FACILITIES
8-2.1 Class “A” Field Office. Not required under this contract.
8-6 BASIS OF PAYMENT. Not applicable.
SECTION 9 -- MEASUREMENT and PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK, if applicable
9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be
the U.S. 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
after the closure date. Five (5) working days following the closure date, the Engineer shall complete I)
w tp Revised 10/08/03 Contract No. 39271 -3 Page 69 of 72 Pages
the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information.
Should the Contractor assert that additional payment is due, the Contractor shall within ten (10)
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 after 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 CPFA 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 CPFA shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a)
of Section 685.01 0 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.
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.
Revised 10/08/03 Contract No. 39271 -3 Page 70 of 72 Pages
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.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
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.
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be
included in the various items of work and no other payment will be made.
a Revised 10/08/03 Contract No. 39271-3 Page 71 of 72 Pages
APPENDIX “AyY
RESIDENT NOTIFICATION EXAMPLE I
I Dear resident:
As a part of the CPFA of Carlsbad’s ongoing program to maintain its
streets, your street will be resurfaced with a layer of asphalt concrete
over the existing roadway surface. This construction will require the clos-
ing of your street to through traffic for one day. Your street, from XYZ St.
to XYZ Ave. will be closed to through traffic and resurfaced on:
from 7:OOA.M. to 5:OO P.M.
If you don’t plan to leave your home by 7:OO A.M. on the above date
please park your car on an adjacent street in your neighborhood that wil:
not be resurfaced. Streets scheduled for resurfacing can be determined
by calling either the Contractor or the CPFA of Carlsbad Engineering In-
spection Department. When walking to and from your car, remember noi
to walk on the newly overlaid street or you will have black residue on the
bottom of your shoes. Please do not drive, walk on, walk pets, play, 01
skate on the newly overlaid asphalt. Also, please refrain from watering
your lawns, washing cars, etc., approximately 6-8 hours after the asphall
is laid as running water will cause damage to the new surface.
ABC is the Contractor that will be performing the resurfacing work foi
the CPFA and you may call them at (760)XXX--xxxX if you have an)
questions regarding the project. Resurfacing of your street will not occui
on the day your trash is collected. Mail delivery may be delayed if tk
postman cannot reach the mailbox that day. If you have a moving com-
pany scheduled for that day please call and inform the Contractor of the
date. If you have any concerns which cannot be addressed by the Con-
tractor, you may call the City’s Engineering Inspection Department ai
Thank you for your cooperation as we work to make a better City 01
MON. TUE. WED. THU. FRI.
DATE:
438-1 161x4323.
Carlsbad.
CPFA OF CARLSBAD
ROAD WORK
ABC CONTRACTORS
OFFICE # (760) TO BE PROVIDED
FIELD # (760) TO BE PROVIDED
’3 Revised 10/08/03 Contract No. 3927 1-3 Page 72 of 72 Pages
SUPPLEMENTAL PROVISIONS
TO
“GREEN BOOK”
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
Sieve Sizes
50-mm (2”)
12.5-mm (’/;)
9.5-mm (3/8n)
37.5-mm (I~/~”)
19-mm (3/4n)
4.75-mm (No. 4)
2.36-mm (No. 8)
75-pm (no. 200)
SECTION 200 - ROCK MATERIALS
Percentage Passing
Type A Type B --- I00 --- 95-1 00
100 50-1 00
95- 1 00 ---
70-1 00 15-55
0-55 0-25
0-1 0 0-5
0-3 0-3
200-1 ROCK PRODUCTS
Sieve Sizes
25-mm (I ”)
19-mm (3/4n)
9.5-mm (3/8”)
2.36-mm (No. 8)
600-pm (No. 30)
300-pm (No. 50)
75-pm (no. 200)
4.75-mm (No. 4)
Add the following section:
200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand,
gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious
substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than
40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1
permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2
permeable material shall conform to the requirements in this section and Table 200-1.2.2(B).
When permeable material is required and the class or kind is not specified, Class 1 permeable
material shall be used. The alternative gradings within Class 1 permeable material are identified by
types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place
any one of the types provided for this class. The percentage composition by mass of permeable
material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(8).
Percentage Passing
100
90-1 00
40-1 00
25-40
18-33
5-15
0-7
0-3
@ Revised 021 7f2OO5 Contract No. 39721-3 Page 1 of 65 Pages
200-1.3.2 Gravel for Biofilters. Biofilter shall have % inch gravel for a minimum depth of 3 feet
200-1.7 Decorative Rock. Aquatic and decorative rocks shall be placed in and around the
waterscape as indicated on the plans. Rock shall, insofar as practical, be that which is indigenous to
the area. Samples of rock and cobbles shall be presented to the Owner’s representative for his approval prior to installation
200-1.7.1 Delivery. Handling of rocks with loaders and dumping is permitted, but care shall be
taken that rock is not damaged or scarred excessively as it is handled on the job site.
200-1.7.2 Quantity. The Contractor shall furnish the boulders to the job site, including rock used
for the stream drops and cascades. Most rocks that are two feet in diameter and larger, are shown on the drawings, but, in addition, there will be large rocks required in waterfall and stream locations
that cannot be shown in a practical way on the drawings.
200-1.7.3 Placement. Aquatic and decorative rock shall be placed in and around the waterscape
and sized as indicated on the drawings. No rock shall be placed in direct contact with the liner. Rock shall not be dumped or dozed into place but set by the use of a crane or cherry picker, utilizing slings or tongs. Rock with scars, chips, or other blemishes shall be placed in such a manner as to
minimize the exposure of the defect after the rock is in place. Rock being set within the waterscape
and sized four (4) feet nominal and larger shall rest on a three (3) inch thick concrete pad, additional
concrete shall be placed around the rock to fill the voids and bring the area to adjacent finish
elevation. Decorative rock shall be placed in excavated depressions, in general to give the appearance that the rock is native to the location. Must rock shall be 50% buried. Cobble rock placement may be made with front loading type of equipment and adjusted by hand. Care shall be
taken that the cobble is not dropped on the concrete veneer in such a manner as may crack or split
the membrane liner below. Cobble rock shall be locked in place with concrete grout to minimize
loose cobble. Any splattered or spilled grout on the exposed surface of the cobble should be removed immediately.
200-1.7.4 Acceptance. Final artistic result of the rock placement shall be the responsibility of the Contractor. Contractor shall perform this work to the satisfaction of the Owner’s representative.
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per
Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A
Class 2 Aggregate Base and as specified herein.
Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials.
Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 1 112-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer‘s written approval.
Revised 02/17/2005 Contract No. 39721-3 Page 2 of 65 Pages
AGGREGATE GRADING REQUIREMENTS
Percentage Passing
sjeve Sizes 2" ................................ 1112" ............................ 1" ................................
314' .............................. No. 4 ........................... No. 30 .......................... No. 200 .......................
f 1/2" Maximum
Operating Range 100 90-100
50-85 25-45
-
10-25 2-9
3/4n Maximum
Operating Range
-
100 90- 1 00
3560 10-30 2-9
QUALITY REQUIREMENTS
Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min.
The aggregate shall not be treated with lime, cement or other chemical material before the
Durability Index test is performed.
If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the
requirements specified for "Operating Range" but meet the "Contract Compliance" requirements,
placement of the aggregate base may be continued for the remainder of that day. However,
another day's work may not be started until tests, or other information, indicate to the satisfaction
of the Engineer that the next material to be used in the work will comply with the requirements
specified for "Operating Range."
If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the
requirements specified for "Contract Compliance," the aggregate base which is represented by
these tests shall be removed. However, if requested by the Contractor and approved by the
Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply.
No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller.
200-2.8 Recycled Class II Base. Recycled Class II Base shall consist of broken and crushed
asphalt concrete or Portland cement concrete and may contain crushed aggregate base or other
rock. The material shall be free of any detrimental quantity of deleterious material as defined in subsection 200-1.1 of the SSPWC. Gradation and Quality requirements shall be as set forth in
subsection 200-2.7 herein except that the Sand Equivalent shall be 35 minimum.
200-2.9 Slag Aggregate. Aggregate produced from slag resulting from any steel-making process of from air-cooled iron blast furnace slag shall not be used on this project.
Revised 02/17/2005 Contract No. 39721-3 Page 3 of 65 Pages
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
Type of Construction
All Concrete Used Within the Right-of-way
Trench Backfill Slurry
Street Light Foundations and Survey Monuments
Traffic Signal Foundations
Concreted-Rock Erosion Protection
201-1 PORTLAND CEMENT CONCRETE
TABLE 201-1 .I .2(A) Modify as follows:
Concrete Maximum
Class Slump mm (Inches)
330-C-23 (2)
(560-C-3250) ('I
(1 90-E-400)
(560-C-3250)
(590-C-3750)
(520-C-25OOP)
I 15-E-3 200 (8")
330-C-23 100 (4")
350-C-27 100 (4")
31 0-C-I 7 per Table 300-1 1.3.1
202-2.1 Masonry Units
Block type shall be per plan and conforming to UBC Standard 24-4 and ASTM C90. Grade N hollow
load bearing block units as manufactured by a certified concrete block manufacturer. Provide units
with minimum ultimate strength of 1,500 psi.
202-2.2.2 (c) Ready Mix Grout. ASTM C150, Type I or II, Low Alkali
(d) Hydrated Lime. ASTM C207, Type S and containing 85% of weight of calcium oxide.
(e) Aggregates: Per ASTM Cl44
Sand. Fine granular material, composed of strong, durable mineral particles, free from injurious
amounts of saline, alkaline, organic or other deleterious substances.
Pea Gravel. Graded with no more than five percent (5) passing the No. 8 sieve and with one
hundred (100) passing the 318" sieve.
@ Revised 02/17/2005 Contract No. 39721-3 Page 4 of 65 Pages
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE.
DELETE sections 203-6.2 and 203-6.3.2 and ADD the following:
203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification
data for review by the Engineer for each source of supply and type of mixture specified. The design
mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-
6.3 of the standard specifications for public works construction and these special provisions.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface
course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and
class E-AR-8000 ditches.
203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be
determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or
by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that
confirms the production of a particular mix design and verifies using samples of aggregate taken
before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with
Calif. Test 125.
When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size
samples shall be taken to ensure representative and adequate quantity of material for:
I) 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif.
Test 202.
2. Stability' using:
a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual
Stabilometer Values
And/or
Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and
tested for traffic volume and shall be the average of three specimens. b.
Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted
gradation complies with Table 203-6.3.2 (A).
1
Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/4. 2
When using core sample analysis, the samples must be properly prepared to safeguard against
influx of outside contaminates and so that the cut surfaces do not influence the test results.
The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares,
overside drains and aprons at the ends of drainage structures shall be increased one percent by
mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete
placed on the traveled way.
203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in
conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the
gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be B
Revised 02/17/2005 Contract No. 39721-3 Page 5 of 65 Pages
considered in conformance with the mix design provided the stability of the completed mix complies
with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt
Institute MS-2.
-
-.
-.
-.
-.
25°C @ 50% relative
humidity
pulled at 508 mm (20") per
minute
pulled at 508 mm (20") per
Plant inspected asphalt concrete will be considered in conformance with the mix design when
visually inspected and the combined gradation of the Bin samples show conformance to the grading
as shown in Table 203-6.3.2 (A).
203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from
the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or 6."
203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in
excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in
the work.
203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS
203-11.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be class
ARHM-GG-C.
Add the following section:
203-13 ASPHALT PAVEMENT CRACK SEALANTS
203-1 3.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a
composition that will, within its stated shelf life, cure only in the presence of moisture.
No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life
recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of
the work that has been stored under conditions not recommended by its manufacturer. Sealant shall
be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall
have the performance characteristics in Table 203-1 3(A).
P
4 ',
LBLE 203-13.1(A)
SEALANT CHARACTERIS
Results
1 65 - 85
3.45 MPa, minimum
T
ELASTOM ERIC
Measuring Standard
ICs T
Property Conditions
(ASTM Designation)
ASTM D 2240 Rex. Hardness
(indentation)
Tensile
S t rena th
Type A, Model 1700
ASTM D 412 Die C,
400%, minimum ASTM D 412 Die Cy Elongation
Flex at -40°C
minute
over 13 mm (1/2n) Mandrel 0.6 mm (25 mil) Free
Film Bend (180°\
No cracks
Weathering ASTM D 822 Cured 7 days at 25°C @ Slight chalking
3.45 MPa, minimum
tensile; 400% minimum
Elongation
Less than 25% change
Resistance
Salt-Spray
- 50% relative humidity
5% NaCI. Die C. Dulled at
Weatherometer 350 h
ASTM B 117 28 daw
at 38°C 508 mm (20") pe; minute Resistance
over a temperature range of Dielectric
Constant
ASTM D 150
Revised 02/17/2005 Contract No. 39721-3 Page 6 of 65 Pages
203-13.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of
California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete
pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the
slope causes the material to run from the slot. The material shall not be thinned in excess of the
manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C
(45°F).
Cone Penetration
Flow, 60°C
Resilience
Softening Point,
Ductility,
Flash Point, COC, "C
Viscosity, Brookfield B Thermosel,
203-13.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid
form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C
(400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both
asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt
rubberized asphalt shall be as per Table 203-1 3.3(A).
Designation)
ASTM D 3407, Sec. 5
ASTM D 3407, Sec. 6
,ASTM D 3407, Sec. 8 25%, min. 25°C
ASTM D 36
ASTM D 113 300 mm, min. 25"C, 50 mrdmin
ASTM D 92
ASTM D 4402 2.5-3.5 Pass No. 27 Spindle, 20
3.5 mm, max.
5 mm, max.
82 "C, min.
288 "C, min.
25"C, 150 g, 5 s
rpm, 19O"C,
TABLE 203-13.3(A)
CURED HOT-MELT RUBBERIZED ASPHALT
Property I Measuring Standard (ASTM I Results I Conditions
SECTION 207 - PIPE
207-2 REINFORCED CONCRETE PIPE.
207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be
of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations
C 361-95 and C 443-94.
Pipe designated in the plans as "pressure pipe" or with a 100-year hydraulic grade line at or above
the soffit shall be bell and groove spigot joint with "0" rings conforming to ASTM C-443 and C-361
for the limits shown on the plans.
207-2.5.1 Pipe Class
If the pipe class is not specified in the plans, Contractor shall provide minimum class 150.
Add the following section:
207-25 UNDERGROUND UTILITY MARKING TAPE.
Add the following section:
207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking
Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge
(AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be
Revised 02/17/2005 Contract No. 39721-3 Page 7 of 65 Pages
laminated together with the extrusion lamination process, not adhesives. No inks or printing shall
extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable
Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 0 207-25 (B).
Property
Thickness
Tensile strength
Elongation
Printability
Flexibility
Inks
Message repeat
Foil
Top layer
Bottom layer
Adhesives
Bond strength
Colors
Method Value
ASTM D2103
ASTM D882
ASTM D882-88
ASTM D2578 >50 dynedsquare centimeter
ASTM D671-81 Pliable hand
Manufacturing specifications Heat-set Mylex
Manufacturing specifications Every 500 mm(20")
Manufacturing specifications Dead sowannealed
Manufacturing specifications Virgin PET
Manufacturing specifications Virgin LDPE
Manufacturing specifications
Boiling H20 at 100 degrees Celsius
APWA Code
01 14 mm (0.0056")
4500g/cm (25 Ibs/inch) (5,500 PSI)
450 percent at break
>30 percent, solid 1.5#/R
Five hours without peel
See Table 207-25.1 IBI
Color
Red
Yellow
Orange
Blue ~ __
Green
Brown
Purple
0 TABLE 207-25.1 (B)
DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS
Electric power, distribution, transmission, and municipal electric systems.
Gas and oil distribution and transmission, dangerous materials, product and steam.
Telephone and telegraph systems, police and fire communications, and cable television.
Water systems.
Sanitary and storm sewer systems, nonpotable.
Force mains.
Reclaimed water lines.
Utility Marked
Add the following section:
207-25.2 Materials Approvals.
requirements of each of the following agency/association publications.
Detectable Underground Utility Marking Tape shall meet the
A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety.
USAS code for pressure piping B31.8, paragraph 192.321(e).
B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage
to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1.
C. American Petroleum Institute (API). Recommended practice for marking buried liquid
petroleum pipelines - APR RP 1109.
D. General Services Administration, Washington, DC, Public Buildings Service Guide
Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page
501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1.
'3 Revised 0211 712005 Contract No. 39721-3 Page 8 of 65 Pages
E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC,
National Electrical Safety Code for Underground Construction for remote and immediate hazards.
207-26 Polyvinyl Chloride (PVC) Pressure Pipe. Water and reclaimed water pipe and
appurtenances shall conform to the requirements of the Carlsbad Municipal Water District's Rules
and Regulations for Construction of Reclaimed Water Mains, and Rules and Regulations for
Construction of Public Potable Water Mains. PVC pipe shall be DR21 Class 200 plain end and meet
the requirements of AWWA C900 and C905. Reclaimed water pipe shall be integral purple color
material, Pantone #522. Pipe outer diameters shall be capable of being connected directly into PVC
joint adapters without complicated procedures. Fittings shall be ductile iron. No PVC fittings shall
be allowed. For buried piping, trenching configuration pipe zone material, backfill, and compaction
shall be performed in accordance with the manufacturer's instructions, and in compliance with the
Contract Documents. Piping identification shall be in compliance with the Contract Documents.
Field testing of piping system for leakage shall be in compliance with Special Provisions Section
306-1.4.5. Calculations and data from the pipe
manufacturer showing the pipe conforms to the design requirements of AWWA C905 shall be
submitted to the Engineer for approval prior to ordering pipe. Thrust blocks and end caps shall
comply with CMWD standard drawings W15 and W19.
0
All pipe shall carry a safety factor of 2.5.
207-26.1 All recycled water lines, services, risers and
appurtenances located in vaults below grade shall be identified by adhesive vinyl tape. Tape width
shall be 3 inches. The tape shall be resistant to alkalis, acids, sunlight and moisture.
Recycled Water Piping in Vaults.
207-26.2 Exposed Potable and Recycled Water Piping. All potable and recycled water lines,
services, risers and appurtenances located above grade shall be identified by either a paint band
system or adhesive vinyl tape. Paint bands shall be I-inch wide fusion bonded epoxy coating. Paint
bands for the recycled water piping shall be purple in color. Paint bands for the potable water piping
shall be blue in color. The paint bands shall be located a minimum of 10 feet apart. The paint shall
be resistant to alkalis, acids, chipping, fading and moisture. The coating thickness shall be as
recommended by coating manufacturer.
Adhesive vinyl tape shall be as specified for tape in vaults.
I)
207-26.3 Reclaimed Water Valve Box Covers. Reclaimed water valve box covers shall be cast
with the wording "RECYCLED WATER centered on the top. The covers shall be integral purple
color material, Pantone #522. The coating thickness shall be as recommended by coating
manufacturer.
207-26.4 Reclaimed Water Appurtenances. All blowoffs, air release valves, manhole covers,
vault covers and meter box covers shall be painted purple. Manhole covers, vault covers and meter
box covers shall be cast with the words "RECYCLED WATER centered on them.
207-26.5 Warning Sign and Labels. Where recycled water is used or conveyed, each entrance to
any area, building, or facility shall have a sign posted. The exact locations of all signs shall be
determined by the on-site inspector. Additional signs identifying the color scheme for the recycled,
potable, and industrial water shall be located at each entrance that the water is located. The signs
will be provided by the City of Carlsbad and shall be installed by the Contractor. Mounting posts,
where required, shall be furnished and installed by the Contractor. The mounting posts shall be
U-channel steel posts with baked green enamel finish, Brady USA, Inc., or equal.
All recycled water valves shall be tagged with identification tags. Tags shall be weatherproof plastic,
3-inch by 4-inch, purple in color, with the words 'WARNING RECLAIMED WATER - DO NOT
DRINK imprinted on one side and "AVISCO - AGUA IMPURA - NO TOMAR on the other side.
Revised 0211 712005 Contract No. 39721-3 Page 9 of 65 Pages
Imprinting shall be permanent and black in color. Tags shall be as manufactured by T. Christy, or
equal. One tag shall be attached to each valve by one of the following methods:
1. Attachment to the valve stem directly or with plastic tie wrap.
2. Attach to the solenoid wire directly or with plastic tie wrap.
3. Attachment to the valve cover with existing valve cover bolt.
207-27Gate Valves. Replace with the following: All gate valves 3 inches and larger shall be
resilient-seated gate valves conforming to ANSVAWA C509. Resilient-seated gate valves shall
have cast iron bodies with flanged ends, rubber-coated cast iron disc, flanged bonnet, bronze stem,
O-ring stems, and operators with handwheel or hexagonal nut on reclaimed water systems and
square nut on potable water systems, except as otherwise indicated. Resilient-seated gate valves
shall be A-C Valves, Inc., Clow Corporation, Kennedy Valve Mfg. Co., Muller Company, or equal.
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS.
21 2-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be granular commercial
fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe,
Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil.
Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis.
Add the following subsection: 212-1.2.3.1 Plant Tablets Planting Tablets shall be tightly compressed commercial grade fertilizer tablets that consist of the following percents by weight: 12% nitrogen, 8% Phosphoric acid, 8% potash, 20% humus, 4% humic
acids.
0
The Planting Tablets shall be delivered to the site in the original unopened containers, bearing the
manufacturer’s guaranteed analysis. Any damaged tablets will not be acceptable.
212-1.2.3.2 Fertilizer for Hydroseeded areas.
Fertilizer shall be a fast-release, 16-20-20 commercial, dust-free, homogeneous pellet fertilizer having the following guaranteed analysis:
Nitrogen 16%
Phosphorus 20% Potassium 20% ‘Best’ or approved equal
212-1.2.3.3 Pre-Plant Fertilizer. Pre-Plant Fertilizer shall be a fast-release 1-1 0-1 0 commercial, dust-free, homogeneous pellet fertilizer having the following guaranteed analysis: Nitrogen 1% Phosphorus 10% Potassium 10% ‘Best‘ or approved equal
212-1.2.3.3 Post-Plant Fertilizer for Planted Areas. Post-Plant Fertilizer shall have 14-7-3 NPK analysis, granular and applied to water feature, slopes and park areas. ‘Best‘ or approved equal.
@ Revised 0211 712005 Contract No. 39721-3 Page 10 of 65 Pages
212-1.2.3.3 Plant Tablets Planting Tablets shall be tightly compressed commercial grade fertilizer tablets that consist of the following percents by weight: 12% nitrogen, 8% Phosphoric acid, 8% potash, 20% humus, 4% humic acids.
Property
Dry Weight Nitrogen
Dry Weight Passing 25 mm (1") Sieve
Dry Weight Passing #4 Sieve
Dry Weight Passing #50 Sieve
Dry Weight Passing #lo0 Sieve
Salinity ~
Iron ( Dilute acid soluble on dry weight basis)
Wettability
Dry Weight Passing #16 Sieve
Dry Weight Passing #30 Sieve
~~~
Ash (dry weight basis)
pH
The Planting Tablets shall be delivered to the site in the original unopened containers, bearing the manufacturer's guaranteed analysis. Any damaged tablets will not be acceptable.
Minimum Maximum
(1) (1) 100% 100%
95% 100%
45% 65%
30% 40%
0% 10%
0% 2%
(1) (1) 0.08% --
0% 6.0%
6.0 7.0
(1) (1 )
21 2-1.2.3.4 Fertilizer for Hydroseeded areas.
Fertilizer shall be a fast-release, 16-20-20 commercial, dust-free, homogeneous pellet fertilizer having the following guaranteed analysis:
Nitrogen 16%
Phosphorus 20% Potassium 20% 'Best' or approved equal
212-1.2.3.3 Pre-Plant Fertilizer. Pre-Plant Fertilizer shall be a fast-release 1-1 0-1 0 commercial, dust-free, homogeneous pellet fertilizer having the following guaranteed analysis: Nitrogen 1% Phosphorus 10% Potassium 10% 'Best' or approved equal
212-1.2.3.3 Post-Plant Fertilizer for Planted Areas. Post-Plant Fertilizer shall have 14-7-3 NPK
analysis, granular and applied to water feature, slopes and park areas. 'Best' or approved equal.
212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment
mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A
Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine,
white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(8):
Table 21 2-1.2.4(8)
For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the
proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory 0
@ Revised 0211 712005 Contract No. 39721-3 Page 11 of 65 Pages
certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an
ongoing quality assurance program that fulfills the requirements of the most recent version of the
"Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods".
Certificates of compliance shall contain a statement attesting that the organic soil amendment meets
the requirements of these specifications and that the testing agricultural laboratory does fulfill the
requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical
Methods". Said submittal shall be in accordance with Section 2-5.3.3.
Component
Virgin Wood Cellulose Fiber Mulch
Fertilizer (16-20-0) Ammonium
Binder (1 )
Phosphate Sulfate, Plus 15% Soil Sulfur
Wetting Agent
Green Colorant
212-1.2.5 Mulch for Hydraulic Method Seed Lawn Planting. Add the following: The terms
Hydroseeding and Hydroseed shall be synonymous with Hydraulic for the purposes of Section 212.
Disturbed Areas, Southern Willow Scrub and Riparian Scrub and Upland Transition Zone planting
areas shall be mulched, fertilized and seeded using method B. Mulch shall be manufactured from
virgin wood cellulose fiber mulch and shall not contain growth or germination inhibitors. When mixed
with water, the mulch shall remain in uniform suspension and when blended with the seed, fertilizer,
and other approved additives, shall form a homogeneous slurry. When applied, the fibers shall form
a moisture absorbing membrane with adequate percolation properties sufficient to allow one
hundred percent of water applied at the rate of 3.1 liters per minute per square meter (0.075 gallons
per minute per square foot) onto a surface inclined at a 21 (horizontal: vertical) slope to pass
through the membrane. A non-phyto-toxic wetting agent shall be added to the slurry mixture. A
water soluble, non-toxic green dye shall be added in sufficient quantity to clearly delineate the
planted areas. When required, binder shall be added to the slurry mixture and shall be "CPA 40W,
"AZTAC", "Ecology Control", "M-Binder", or approved equal.
Application Rate
grams per sq. meter (pounds per acre)
225 (2000)
35 (300) 7 (60)
Per Mfg. Recommendation
Per Mfg. Recommendation
Add the following section:
212-1.2.5.1 Disturbed Area Mulch Fertilizer and Additives. In addition to the seed mix shown
in the table for Disturbed Areas the slurry mixture shall be applied at the rates shown in Table 212-
1.2.5.1 (A)
Add the following section:
212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict
adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas
shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as
Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and
groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal.
Add the following section:
212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate
(CaS04 H20) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during
application is mandatory.
Revised 0211 712005 Contract No. 39721-3 Page 12 of 65 Pages
Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that
98 percent is retained on a 10-mesh screen. 0
Seed Variety
Ambrosia Psilostachya @ Artemesia Douglasiana
Add the following section:
212-1.2.8 Stabilizing Emulsion. Stabilizing emulsion shall be a concentrated liquid chemical that
forms a plastic film upon drying and allows water and air to penetrate. The film shall be
nonflammable and shall have an effective life of at least one year. Stabilizing emulsion shall be
nontoxic to plant and animal life and nonthinking to concrete or painted surfaces. In the cured state
the stabilizing emulsion shall not be re-emulsifiable. The material shall be registered with, and
licensed by the California, Department of Food and Agriculture, as an “auxiliary soil chemical”.
Stabilizing emulsion shall be miscible with water at time of mixing and application.
Application Rate
grams per sq. meter (pounds per acre)
0.35 3
0.35 3
212-1.3 Seed. Add following: The quantity of pure live seed supplied shall meet or exceed the
quantity shown in the specified mixes. Seed shall not contain more than 0.5 percent weed seed by
volume Seed types shall be as specified on the plans and planting legends, and shall be applied at
the rates indicated.
All brand-name, patented seed must be received by Contractor in original manufacturer’s bag. Seed
shall be received by Contractor in separate containers specifying kind, quantity, purity, and
germination. Contractor shall provide the Engineer with each seed bag label used in the Work.
Add the following section: 212-1.3.1 Seed for Disturbed Areas.
less than the seed varieties shown in Table 212-1.3.1 (A).
Hydroseeding mix for Disturbed Areas shall consist of no
Table 21 2-1.3.1 (A)
SEED FOR DISTURBED.AREAS
Seed Variety I Application Rate
Rose Clover shall be inoculated with a nitrogen fixing bacteria and be applied dry either by drilling or broadcasting immediately before hydraulic application of the remaining seed mix and mulch.
@ Revised 02/17/2005 Contract No. 39721-3 Page 13 of 65 Pages
Artemesia Dracunculus
Atriplex Patula SSP, Hastata Halberd Leaf Saltbrush
Encelia Californica, California Sunflower
Festuca Meaalura. Zorro Fescue
0.25 2
0.25 2
0.25 2
0.25 2
Add the following section:
212-1.3.3 Seed for Riparian Scrub and Upland Transition Zone Areas. Hydroseeding mix for
the Riparian Scrub and Upland Transition Zone area shall consist of not less than the seed varieties
shown in Table 212-1.3.2(A).
Table 212-1.3.3(A)
lsocoma Venetus, Coastal Goldenbrush
Leymus Condensatus, Giant Wild Rye
Oenothera Hookerii. Hooker's Primrose
0.45 4
0.45 4
0.10 1
212-1.3.4 Seed for Riparian Woodland Areas
Seed Variety
Encelia Californica
Eschscholzia Californica, California Poppy
Festuca Megalura, Zorro Fescue
lsocoma Venetus, Coastal Goldenbrush
Leymus Condensatus, Giant Wild Rye
Lotus Scoparius, Deerweed
Lupinus Succulentus, Arroyo Lupine
Phacelia Tanacetifolia
Add the following section: Hydroseeding Mix for this area shall consist of not less than the seed variet.ies shown in Table 21 2-1.3.4
Application Rate
grams per sq. meter (pounds per acre)
0.45 4
0.25 2
0.25 2
0.45 4
0.45 4
0.45 4
0.35 3
0.25 2
Application
Grams per sq.
Seed Variety meter
Ambrosia psilostachys Western Ragweed 0.35
Anemopsis Californica Yerba mansa 0.55
Baccharis glutinosa Mule-fat 0.35
Lupinus succulentus Arroyo Lupine 0.55
Oenothera hookeri Hooker's Primrose 0.45
Total
Festuca melgalura Zorro Fescue 1.35
Vitis girdiana Valley Grape 0.25
Add the following section:
212-1.3.5 Seed for Non-Playable Rough Areas
Hydroseeding Mix for this area shall consist of no less than the seed varieties shown in Table 212-
1.3.5(A).
Rate
(pounds per acre)
3.0
5.0
3.0
12.0
5.0
4.0
2.0
34 Lbs/Acre
Revised 02/17/2005 Contract No. 39721-3 Page 14 of 65 Pages
TABLE 212-1.34A)
SEED FOR NON-PLAYABLE ROUGH AREAS
Application
Grams Der sa. Rate
Seed Variety
Anemopsis californica Yerba mansa
Iva haycsiana
Rhamnus crocea Tree Coreopsis
San Diego Marsh Elder
meter - (pounds per’acre)
0.70 6.0
0.70 6.0
1.7 15.0
Total 27 Lbs/Acre
Seed Variety
Anemopsis californica Yerba mansa
Elymus glaucus California Sagebush
Hordeum brechyantherum Brittlebush
Melica imperfecta Small-Flowered Melic Grass
Stipa cernua Nodding Needlegrass
Stipa lepida Foothill Needlegrass
Sisyrinchium bellum Blue-eyed Grass
212-1.4 Plants.
Application
Grams per sq. Rate
.35 3.0
1.25 10.0
1.25 10.0
.45 4.0
.45 4.0
.70 6.0
.45 4.0
meter (pounds per acre)
Total 41 Lbs/Acre
212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in
the special provisions and shall conform to the requirements of these specifications. Contractor
shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the
plants. The scientific and common names of plants herein specified shall conform to the approved
names given in “A Checklist of Woody Ornamental Plants in California, Oregon and Washington”
published by the University of California, Division of Agriculture Sciences, Publication 4091 (1 979).
Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All
patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent
attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as
required by law, before planting plants delivered from outside the County in which they are to be
planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants
furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged
identifying the plants by species or variety; however, determination of plant species or variety will be
made by the Engineer and the Engineer’s decision shall be final. Plants shall be individually tagged
or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall
comply with Federal and State laws requiring inspection for plant diseases and infestations.
Inspection certificates required by law shall accompany each shipment of plants, and certificates
shall be delivered to the Engineer. I)
Revised 02/17/2005 Contract No. 39721-3 Page 15 of 65 Pages
Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show
no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from
insect pests and disease, and shall be grown in nurseries which have been inspected by the State
Department of Food and Agriculture and have complied with the regulations thereof.
The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned
plants are the intent of this specification. Plants which are even moderately "overgrown", or are
showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as
shown on the plans. Plants larger in size than specified may be used with the approval of the
Engineer, but the use of larger plants will make no change in contract price. If the use of larger
plants is approved, soil amendments shall be increased proportionately. All plants not conforming to
the requirements herein specified shall be considered defective and such plants, whether in place or
not, shall be marked as rejected, and immediately removed from the site and replaced with new
plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the
species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant
changes do not exceed the cost of plants in the original bid, and with the provision that the
Contractor shall be notified in writing, at least 60 days before the planting operation has
commenced.
No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of
earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball
or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall
be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed
in the approved manner for that species or variety, and all necessary precautions shall be taken to
ensure that the plants will arrive at the site of the work in proper condition for successful growth.
Trucks used for transporting plants shall be equipped with covers to protect plants from windburn.
Root condition of plants furnished by the Contractor in containers will be determined by removal of
earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of
each species or variety, except when container-grown plants are from several sources, the roots of
not less than 2 plants of each species or variety from each source will be inspected by the Engineer.
In case the sample plants inspected are found to be defective, the Agency reserves the right to
reject the entire lot or lots of plants represented by the defective samples. Any plants rendered
unsuitable for planting because of this inspection will be considered as samples and will not be paid
for.
The Contractor shall notify the Engineer when plants are to be shipped to the project site. The
notification shall be given not less than IO days prior to the actual shipment date.
Carpobrotus cuttings shall be 250 mm (IO") or more in length and shall not be rooted. Delosperma
cuttings shall be 150 mm (6") or more in length and shall not be rooted. Cuttings shall be tip cuttings
from healthy, vigorous and strong-growing plants and shall be insect and disease free. Mature or
brown-colored stem growths or cuttings which have been trimmed will not be accepted. Cuttings
shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither.
Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice plant scale
(Pulvinaria species).
The Contractor shall notify the Engineer of the location where cuttings are to be taken at least 10
days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved
in obtaining cuttings.
@ Revised 0211 712005 Contract No. 39721-3 Page 16 of 65 Pages
Rejection or Substitution. All plants not conforming to the requirements herein specified, shall be
considered defective, and such plants, whether in place or not, shall be marked as rejected and
immediately removed from the site of the work and replaced with new plants by the Contractor, at his expense. I)
Right to Changes. The City reserves the right to change the species, variety, and/or sizes of plant
material to be furnished, provided that the cost of such plant changes does not exceed the cost of
plants in the original bid, and with the provision that the contractor shall be notified, in writing, at
least thirty (30) days before commencement, of planting operations.
Pruning. At no time shall the trees or plant materials be pruned, trimmed or topped prior to delivery,
and any alteration of their shape shall be conducted only with the approval and in the presence of
the resident engineer.
Handling and Protection. All plants at all times shall be handled and stored so that they are
adequately protected from drying out, from wind burn, or from any other injury. Any plant
determined by the resident engineer to be wilted shall be rejected at any time during this project,
whether in the ground or not. All plants shall be handled solely by their containers. Any plant that
has been handled by its stem or trunk shall be rejected. The Contractor's on-site plant storage area
shall be approved by the resident Engineer prior to the delivery of any plant material.
Guarantees. All trees shall be guaranteed for one (1) year from final acceptance of project (at the
completion of the plant establishment and maintenance period). All other shrub plant material shall
be guaranteed for six (6) months from final acceptance. All hydroseeded areas shall be monitored
as dictated by the state agencies for mitigation areas.
212-1.4.5 Sod and Stolons (Turf Grass)
Lawn shall be 419 Hybrid Bermuda Sod. The location and areas of sod shall be as shown on the
plans.
I)
212-1.5.3 Tree Stakes.
lodgepole pine, pointed on their driven end.
Modify as follows: Tree stakes shall be 50mm (2") diameter turned
Add the following section:
212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent-
biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter
(0.50 Ib./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square
meter (1.64 lb/lOOO sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each
face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or
polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be
"North American Green, DSl50, "BonTerra S2", or approved equal.
Add the following section:
212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x
6"), U-shaped 1 1-gauge mild steel staples.
Add the following section:
212-1.8 Root Barriers. Root barriers shall be no less than lm (39) in width. Root barriers shall be
"Biobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138,
Phone 615-847-7000, no substitutes will be accepted.
Revised 02/17/2005 Contract No. 39721-3 Page 17 of 65 Pages
21 0-2 IRRIGATION SYSTEM MATERIALS.
210-2.1 Pipe and Fittings
212-2.1.1
installation of the irrigation system are based on United States of America sourced materials.
General Add the Following: Specifications for materials to be used in the
All references to testing and approval agencies are as follows:
All dim
(1) ANSI:
(2) ASAE:
(3) ASME:
(4) ASTM:
(5) AWWA:
(6) MSS:
(7) NEMA:
(8) NSF:
(9) UL:
nsional sizes included in th
American National Standards Institute
American Society of Agricultural Engineers
American Society of Mechanical Engineers
American Society for Testing and Materials
American Water Works Association
Manufacturers Standardization Society
National Electrical Manufacturers Association
National Sanitation Foundation
Underwriters Laboratories, Inc.
se specifications and the accompanying plans and drawings are
based on the English System of measurement. Metric equivalents of nominal sizes are provided for
reference.
Material Approval: Bids are to based upon the materials as specified. If the Contractor wishes to
submit the alternative to a listed item, the Contractor shall include descriptive literature for the
alternative item and a cover letter indicating the cost difference to be applied to the bid price. The
decision to accept or reject any alternative items submitted will be made by the Designer and Owner
during consideration of the bids.
The successful bidder will be required to furnish three (3) copies of a list of the materials, complete
with manufacturer's name and model numbers, which are not named by brand or model number in
the Plans and Specifications and upon which the Contractor's bid is based. Award of the Contract
will not be made until such list is received and approved by the Owner.
212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the following: Except as provided in this section, all buried piping in the irrigation system'shall be installed with
underground utility marking tape conforming to the requirements of section 207-21 and identifying it as
reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that will
not be subject to constant pressure) will not require underground utility marking tape. All PVC pipe used
for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Painted pipe
will not be accepted. Pressure mainline piping for sizes 50 mm (2") and larger shall be PVC having a
pressure rating of 2170 kPa (315 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigation system
piping including portions not required to be marked with underground utility marking tape. All pipe shall
ie"s Revised 02/17/2OO5 Contract No. 39721-3 Page 18 of 65 Pages
have stenciling appearing on both sides of the pipe with the marking ”Reclaimed Water“ in 16 mm (5/8”)
high letters repeated every 300 mm (12”). PVC non-pressure buried lateral line piping shall be PVC
Schedule 40.
Add the following section:
212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 percent
copper and 15 percent zinc, trade designation seamless red brass pipe conforming to the
requirements of ASTM B43-91. Brass pipe fittings and connections shall be Standard 125 LB class
85 percent red brass fittings and connections.
212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked “RCV”, “BV” or “QC”,
”PB” respectively. Remote control valves shall be marked with station numbers embossed on the
valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as pull
boxes, etc., shall be marked with appropriate identification.
Add the following section:
212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass-
reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (%“) to 50 mm (2”)
shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each
valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball
valve must conform to Federal Specification WW-V-35B, Type II, Class A, Style 3, End
Connection A or C.
Add the following section:
212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with screw
fitting. - I) Add the following section:
212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a removable
stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cold water
working pressure of 1034 kPa (150 psi). Wye strainers at backflow preventer assemblies shall be
equipped with a gate valve at the outlet. All other wye strainers shall be equipped with a garden
valve at the outlet.
The strainer screen for the wye strainer in a backflow preventer assembly shall have an open area
equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and shall be
woven wire fabric with 850-pm mesh or perforated sheet with 1.14 mm (0.045”) diameter holes.
All other wye strainers shall be equipped with 425-pm strainer screens.
212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factory built-in
check valves or a check valve under each head. Drip assemblies shall meet the following
requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved equal
as called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RBT-16OV),
Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approved equal.
Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. The drip
pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter shall be
Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-GX, Salco
Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty virgin PVC
construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and neoprene.
Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5’ to 40’) of head. All
sprinkler heads that are without valves in the heads are to have an antidrain valve feature and shall
have an excess flow feature, which will automatically stop the flow of water when it exceeds the
’3 Revised 0211 712005 Contract No. 39721-3 Page 19 of 65 Pages
GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal.
212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be one of the
approved reduced pressure principle devices listed by the California Department of Health Services,
Division of Drinking Water and Environmental Management, 601 North 7th Street, Mailing Station
(MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320.
Hose Size-Nominal
(Millimeters) (Inches)
5/s
14
15
20
25 1
3
Backflow preventers shall be factory assembled and shall include 2 check valves, one pressure
differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shall be
the same size as the pipeline in which they are installed, unless otherwise shown on the plans.
Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be either
resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated butterfly
valves. Threaded type shut-off valves shall be provided with a union on one side of each valve.
Unions shall be brass or malleable iron.
Add the following section:
212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer:
1. Two control valve keys.
2. Two wrenches for removing each different type of sprinkler head.
3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as
4. the coupling valve.
5. Five keys for opening and locking each automatic controller and enclosure.
Minimum Wall Thickness* Range
(Millimeters) (Inches) (Percent)
3.73 0.147 12
3.91 0.154 12
4.55 0.179 12
Add the following section:
212-2.5 Flexible Hose.- Flexible hose shall be nonrigid polyvinyl chloride (nonrigid PVC) hose
conforming to the specifications of ASTM Designation: D 2287, Cell-type 6464500.
Wall thicknesses of nonrigid PVC hose shall conform to Table 212-2.5(A) when determined in
accordance with ASTM Designation: D 21 22.
21 2-3 ELECTRICAL MATERIALS.
212-3.1 General. Add the following:
the 1996 National Electrical Code.
All electrical materials shall conform to the requirements of
212-3.2.2 Conductors. Add the following: Low voltage electric wiring running from controller to
the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wire,
0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equal,
e Revised 0211 712005 Contract No. 39721-3 Page 20 of 65 Pages
color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid single
conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct
Burial). 0
212-3.3 Controller Unit. All controllers shall be grounded by one 19 mm
(5/8") diameter by 3 m (IO') long stainless steel grounding rod and a 50-ohm resistance lightning
arrestor.
Add the following:
Add the following section.
212-3.4 Irrigation Electrical Service Equipment and Enclosures.
shall incorporate the following elements:
1.
2.
3.
4.
5.
Electrical service equipment
One 100-amp, 120/240-volt, single-phase load center, as approved by the Engineer;
One 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric
Company meter, with provision for test block bypass having a UL listing and EUSERC approval;
One 15-amp circuit breaker for each irrigation controller energized by the service;
One 20-amp circuit breaker for the duplex receptacle.
The design, assembly, grounding, wiring, and components of the irrigation electrical service
equipment and enclosure shall meet the requirements of the 1996 edition of the National
Electrical Code.
Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or
heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed finish;
anchoring points shall be inside the enclosure.
7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal.
8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-volt
electrical service section from the irrigation controller section.
9. No wood components shall be used in the enclosure.
10. Each section of the cabinet shall have full front opening doors with piano hinges, integral
keylock and hasp and staple, or other provision, for padlock.
11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be located
and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet.
12. The controller side door shall have provision for mounting control schematics without the use of
adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allow
the electrical meter to be read.
13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrupter
protection mounted on the interior service side.
14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-3250
and shall be no less than 150 mm (6") thick.
15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (38")
diameter by 150 mm (6") long hot dip galvanized or stainless steel headed bolts with washers,
without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipment
to the concrete pad shall be embedded in the concrete slab between 65 mm and 100 mm (2%"
and 4").
6.
0
0
Revised 0211 712005 Contract No. 39721-3 Paae 21 of 65 Pacies
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND.
PLACEMENT OF BASE MATERIALS
301 -1 SUBGRADE PREPARATION.
301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change
each instance reading “150mm (6 inches)” to “300 mm (12”)”.
301 -1.3 Relative Compaction. Delete the first paragraph and substitute the following: The
Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have
base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway
or sidewalk constructed over them to no less than 95 percent maximum dry density as determined
by ASTM test D-I 557-91. In areas of general golf course fill areas, where no structures will be
constructed, the Contractor shall compact to a minimum relative compaction of 85 percent as
determined by ASTM Test D-I 557-91. These structural improvements include the commercial area,
the clubhouse, bridges, slopes steeper than 3 to 1 (horizontal to vertical) and other areas of
sensitive improvements, such as storm drains, are proposed.
301 -1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be
included in the contract bid price for which the subgrade is prepared and shall include all labor,
materials; including water, operations and equipment to scarify, adjust moisture, compact or
recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be
allowed.
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT.
302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the
paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be
applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall
be shown in the schedule required per section 6-1.
302-5.2.5 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and
termini to all structures and vertical joints in the cold-milled area which are transverse to through
traffic with temporary asphalt concrete pavement as specified in section 306-1 5.1. Ramps shall be
constructed the same day as cold milling and removed the same day as permanent paving. Ramp
dimensions and compaction shall be as approved by the Engineer.
302-5.4 .Tack Coat. Add the following: The Contractor shall place a tack coat between the
successive interfaces of existing pavement and new pavement when, in the opinion of the engineer,
’9 Revised 02/17/2005 Contract No. 39721 -3 Pane 22 of 65 Pages
the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt
receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the
new pavement course is dirty enough to impair bonding between the next lift of asphalt.
302-5.5 Distribution and Spreading. Modify as follows: After second sentence of sixth paragraph,
add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt
concrete surface course with an automatic screed control for surface course paving. The automatic
screed control shall be 9 m (30’) minimum length. The paving machine shall be operated by an
operator and two full-time screed men during all paving. The Contractor shall provide an on-site
backup paving during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will
be required at all times when a ASPWP is used. Additionally, a front end loader will be required during
all ASPWP paving. The surface course shall be 50 mm (2”) thick. Leveling courses will be required
in a variable thickness pavement section.
302-5.6.1 General. Modify as follows: Second paragraph, Part (Z), add: Pinched joint rolling
procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise
directed by the Engineer.
Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial
breakdown rolling shall be followed by a pneumatic-tired roller as described in this section.
302-5.9 Measurement and Payment. Add the following: Payment for asphalt concrete shall be at
the unit price bid per ton. No additional payment shall be made for any tack coat.
SECTION 303 CONCRETE AND MASONRY CONSTRUCTION.
303-1 CONCRETE STRUCTURES
303-1.6.2 Falsework Design. add the following: The Contractor shall provide all temporary bracing
necessary to withstand all imposed loads during erection, construction, and removal of any
falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads
that may be imposed upon the falsework. Such plans and calculations shall include:
1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the
2. Temporary bracing or methods to be used during each phase of erection and removal of the
3. Concrete placement sequence.
4. Erection and removal sequence.
5. Deflection values for the falsework that include recommended methods to compensate for
falsework.
falsework.
falsework deflections, vertical alignment, and anticipated falsework deflection.
Add the following section:
303-1.9.5 Surface Finish for Concrete Spillway. The Contractor shall provide a surface finish for
concrete spillway to prevent the use of rollerblades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer.
Add the following section:
303-1.9.6 Architectural Treatment on Tunnel Manufactured Stone Veneer shall be applied to Tunnel with a mortar bond coat as shown on the plans and in accordance with the provisions in these special provisions.
Manufactured stone veneer shall be “Cultured Stone”, produced by Stone Products Corporation. @
Revised 0211 712005 Contract No. 39721-3 Page 23 of 65 Pages
The stone type, color and layout shall be as shown on the plans. Cultured Stone, Type: Blend 80%
Chardonnay Southern Ledgestone and 20% Dressed Fieldstone.
Trim Products: Cultured Stone, Type: Trim Stones 6" x 8" Taupe
Mortar: In accordance with manufacture's recommendations; color shall be selected by Engineer.
Surfaces of concrete against which manufactured stone veneer is to be placed shall be abrasive blasted to remove foreign substances, such as paint, tar, oil and curing compounds and to partially
expose air bubbles and provide a roughened sandy texture.
Manufactured Stone veneer shall be applied in accordance with the manufacturer's installation
instructions.
Measurement and Payment. Manufactured Stone veneer architectural finish will be measured and paid for by the square foot and included in the lump sum bid.
The contract price paid per square foot for architectural treatment (manufactured stone veneer) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for
doing all the work involved in architectural treatment, complete in place, as shown on the plans, as
specified in the Standard Specifications and these special provisions, and as directed by the
Engineer.
303-2 AI R-PLAC E D CONCRETE.
303-2.1 .l General. add the following: Modify Regional Standard Drawing D-75 as follows: replace
stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh.
Add the following section:
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS,
ACCESS RAMPS, AND DRIVEWAYS.
303-5.1 Requirements.
Add the following section:
303-5.1.4 Cart Path Construction. The work covered in this section includes furnishing all
material, labor, and equipment to install a subgrade, concrete path surface, and cleaning and tie-in after installation is completed.
Cart path alignment shall generally follow the course as shown on the "Grading Plans." Final
alignment shall be approved and will be subject to minor changes prior to pouring if deemed
necessary by the Owner and Engineer.
A. Excavation
Excavation shall extend to a depth necessary to produce a finish grade that is one inch (1") above
finish outside grade.
B. Subgrade
Subgrade shall be finished to a smooth even surface. Any fills shall be compacted in six inch (6")
lifts to 95% density. All other subgrade shall also be compacted to 95% density using a steel
wheeled roller weighing not less than five (5) tons.
C. Concrete
All concrete shall be 3,000 PSI strength at 28 days curing time on 2 inch thick compacted type II or
ABC.
Reinforcement shall be fiber-mesh product in the concrete mix.
Pigment samples for colored concrete shall be submitted to the OWNER and Engineer for approval.
Pigment shall be added to the concrete before pouring.
Placing and working of concrete shall be done according to industry standards.
Cart path shall have perpendicular expansion joints at a maximum of every 80'.
Cart path typical width is 8' wide from inside curb or curbs.
Turnouts for greens, tees, etc. shall be 12' wide and maintain this width for a minimum of 20' then
tapers back on both sides.
Two-way traffic shall be a minimum of 12' wide.
Heavy broom finish shall be perpendicular to the path length after the diagonal control joints have
been struck.
Paths shall have a heavy broom finish at right angles to the path edge.
Any part of the work not consistent with industry standards for construction and finishing will be
rejected by the OWNER AND Engineer and must be promptly replaced. Any part of the path
damaged after pouring must be repaired or replaced as approved by the OWNER and Engineer.
D. Curbing
All curbing, as indicated on the "Grading" Plans shall be a hand formed 4" X 4" concrete curb.
E. Path pull-outs
All cart path pull-outs shall be located on the "Grading" Plans and field approved by the OWNER
and Engineer prior to pouring.
F. Clean-up
Contractor shall be responsible for any clean-up, including hauling from the site, debris and any
excess materials, Le., forms, stakes, concrete, rock, etc. Contractor shall regard both sides of
poured cart path to blend with the adjacent areas after forms have been removed and clean-up
completed.
G. Precautions
Any crossings of the cart path after installation by equipment shall be ramped with earth to prevent
any cracking or chipping.
303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3") high
block letters directly above the point that it is crossed by underground facilities with the marking
specified in Table 303-5.5.2(A)
@ Revised 02/17/2005 Contract No. 39721-3 Page 25 of 65 Pages
Type of underground facilities
Water Service Lateral
Sewer Service Lateral
Sewer Service Lateral
Irrigation Water Lateral or Sleeve
303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be
considered as continuing across driveways and access ramps when constructed adjacent thereto.
Neither curb and gutter nor curb will be paid for across the length of local depressions, except that
which occurs in gutter transitions at each side of an inlet.
Marking
W
S
S
RW
303-6 STAMPED CONCRETE.
303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6”x6” - 10 guage wire
mesh throughout.
303-6.3.1 Method A (Dry Shake). add the following: Color shall be selected by Engineer. Color
shall match existing color in medians as approved by the Engineer.
303-6.4 Pattern. add the following: Pattern shall be selected by Engineer.
Add the following:
303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be
paid under the contract unit price bid per square foot for median concrete paving. Said payment
shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh,
reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct
the specific paving.
303-3.1 1 Precast Wet Well and Vault Structures
303-3.1 1 .I General
Precast wet well and vault structures [and all precast units] shall be per Quickset Concrete
.Products, or approved equal and to size shown on the plans. All precast manhole sections shall be
manufactured in a plant specifically designed for this purpose.
303-3.1 1.2 Design Loads
Design Loads shall consist of dead load, live load, impact, and in addition, loads due to water table,
hydraulic operations, equipment operations, and any other loads which may be imposed upon the
structure. Live loads when applicable shall be H-20 and/or H-20 S-16 per AASHTO standard
specifications for highway bridges with revisions. Design wheel load shall be 16 Kips. The live load
shall be that loading which produces the maximum stresses and bending moments in the structure.
303-3.1 1.3 Joint Sealant
The joint sealant shall be as provided by the vault manufacturer and shall be installed in quantities
recommended by the vault manufacturer.
303-3.1 1.4 Pipe Penetrations
Pipe penetrations shall be located and sized as shown on the plans, and shall be a minimum of 6”
larger than the pipe diameter. All penetrations shall be sealed with non-shrink grout and shall be
watertight.
Revised 02/17/2005 Contract No. 39721-3 Page 26 of 65 Pages
303-3.1 1.5 Structure Backfill
The Contractor shall backfill around the wet well or vault structure where shown on the plans. The
fill material shall be free of foreign matter, debris and large rocks or clods and placed around the
vault in 6 inch lifts and compacted to 90% relative density. The Piping Contractor shall take special
precautions to insure uniform compaction around the pipes where they enter and exit the structure
and to insure that the pipes are not damaged during backfill operation. Contractor shall comply with
the Los Angeles County Public Works Engineering Design Guidelines in conjunction with above
requirements as applicable.
303-3.12 Concrete Veneer Installation
303-3.12.1 General
A wire reinforced concrete veneer cover shall be installed over the membrane liner by the Lake
Contractor where shown on the plans.
303-3.12.2 Wire Mesh
1.2 inch by 1.2 inch by 20 gauge octagonal wire mesh shall be placed over the membrane liner in
all areas to receive a concrete veneer. The wire shall be laid in a continuous layer, with adjacent
edges over-lapping 8.0 inches (minimum) and secured to another by the use of hog rings or other
appropriate clips which cannot puncture the liner.
303-3.12.3 Concrete
The concrete shall be placed over the wire. All wire shall be covered with concrete such that no
wire is visible on the surface or edge of the concrete except where indicated on the plans. The
concrete shall be rough, broom finished, and water sprayed, chemical or membrane cured to
prevent excessive cracking during or after curing. All cracks %" and wider shall be caulked with an
approved sealant. Curing operations shall be one or both of the following methods: (1) application
of a light spray of water, three times a day for three consecutive days beginning the following A.M.;
or (2) spray application of an approved exterior curing compound. No concrete admixtures for
curing will be allowed.
I)
303-3.12.4 Concrete Placement Methods
Placement of the concrete for the veneer shoreline may be done by conventional form work, Slip
Form or Shotcrete application methods, all in accordance with the plans and specifications. Any method which is chosen by the contractor shall require an "Application Method Plan" submittal to be
submitted to the construction Manager for review and approval prior to construction of the
shoreline. For any method chosen, the Contractor must meet the accepted industry standards for
that type of concrete placement method (Le. AST)
303-3.13 Sculptured Shoreline Construction
General
An artificial shoreline shall be constructed that has the appearance of a natural eroded soil around the lake perimeter as indicated on the plans.
Concrete Color
All Concrete shoreline shall be color stained. Concrete color shall be Desert Varnish by Eonite
Technologies (Santa Ana), Calif. (714) 731-0906) or an approved equal. Varnish shall be applied
to the concrete after the concrete has cured for 7 days and is completely dry. The concrete shall be
stained to blend as closely as possible with the color of the native soils, or to the color selected by
Owner. Submit color sample on 12 inch concrete sample to Engineer for approval. The Concrete 0
Revised 02/17/2005 Contract No. 39721-3 Page 27 of 65 Pages
Color shall be applied after any patching of concrete if finished.
303-3.1 3.5 Leakage Test
Contractor is responsible for filling the Lake System with water provided by the owner to the static
water surface elevations indicated on the plans. Once the Lake system is filled, Contractor shall
immediately notify the Construction manager to conduct a leakage test.
0
Passing the leak test is one of the requirements needed to be met in order for the Contractor to
obtain substantial completion of the Lake system. Leakage tests will be performed by the
Construction Manager for a period of one (I) week, measured twice daily. Water losses will be
measured to the nearest .001 inch using a stationary staff gauge. An evaporation adjustment will be
performed by the Construction Manager using a certified U.S. Weather Service Class A Evaporative
Pan (4’ ft. dia. X 10: H). Evaporation shall hook gauge to the nearest 0.001 in., and corrected for
heat losses through the walls of the pan and for differences in advected energy between the pan
and feature, so that a reliable estimate of evaporation can be made. The ratio of the water losses to
the corrected pan evaporation shall be less than or equal to (I) 0.7 average. Any rainfall during the
leakage test period will invalidate the test and will require a retest.
The Contractor will be responsible to set-up and install the Owner provided evaporation pan in the
filled lake being tested in attempts to closely duplicate the actual condition.
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
306-1 OPEN TRENCH OPERATIONS
Add the following section:
306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel
plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate
that does not meet the requirements of this section both in application and circumstance of use.
Add the following section:
306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate
bridging shall be used by the Contractor unless otherwise approved by the Engineer.
It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All
conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as
conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the
review process will take into account the following factors:
.
1. Traffic volume and composition.
2. Duration of use of the steel plate bridging.
3. Size of the proposed excavation.
4. Weather conditions.
The following formula shall be used to score the permitted use of steel plate bridging:
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 1001 X LANES
1000 8
PS = [ ADT + RNL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mDh) + SLOE X 1001 X LANES
1000 5
where: PS = plate score.
Revised 02/17/2OO5 Contract No. 39721 -3 Page 28 of 65 Pages
- ADT -
WEEKEND =
NIGHTS =
WEATHER =
- SPEED -
- SLOPE -
- LANES -
average daily traffic as defined in the CALTRANS Traffic Manual.
equivalent wheel loads as defined in the CALTRANS Traffic Manual.
total number of 24 hour periods during which the plates will be utilized at the site
being considered.
total number of Saturdays, Sundays and holidays that the plates will be utilized
at the site being considered.
total number of overnight periods that the plates will be in place, exclusive of
Saturday, Sunday and holiday nights.
total number of 24-hour periods that the plates will be utilized at the site being
considered when the possibility of rain exceeds 40 percent.
the design speed in kilometers per hour or miles per hour, as applicable in the
formulae above, of the street where the plates are to be installed. This number
the quotient of the vertical differential divided by the horizontal distance. The
vertical and horizontal dimensions shall be measured at the locations spanning a
distance of 15 m (50’) up and downstream of the position of the proposed steel
plate bridging.
the number of lanes where plates will be used.
shall not be reduced for construction zone speed reductions.
When the computed value of the plate score exceeds 50, steel plate bridging shall not be used
unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative
method of construction is possible in lieu of using steel plate bridging or that other overriding
considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging
shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and
other methods of trenchless construction. Unless specifically noted in the provisions of the
Engineer‘s approval, the use of steel plate bridging at each location so approved shall not exceed
four (4) consecutive working days in any given week.
Add the following section:
306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the
width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety
regulations require or the Engineer determines that shoring is necessary to protect the health or
safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of
the Standard Specifications. The trench shoring shall be designed and installed to support the steel
plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be
submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and
Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-
I .5.
8
Add the following section:
306-1 .I .7.3 Installation. When backfilling operations of an excavation in the traveled way,
whether transverse or longitudinal cannot be properly completed within a work day, steel plate
bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow.
In such cases, the following conditions shall apply:
a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the
b) Steel plates used for bridging must extend a minimum of 610 mm (2’) beyond the edges of
c) Steel plate bridging shall be installed to operate with minimum noise.
sole discretion of the Engineer, it is approved as specified hereinbefore.
the trench.
When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall
install using either Method (1) or (2) depending on the design speed of the portion of street where B
-r\fs Revised 02/17/2OO5 Contract No. 39721-3 Page 29 of 65 Pages
the steel plate bridging is proposed for use.
Method 1 [For speeds more than 71) Km/hr (45 MPH)]: The pavement shall be cold planed to a
depth equal to the thickness of the plate and to a width and length equal to the dimensions of the
plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or
vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed
25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option,
be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of
tables 203-5.2(B) and 203-5.3(A) .
0
Maximum Trench Width (I)
0.3 m (10")
0.6 m (23")
0.8 m (31")
1.0 m (41")
Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if
longitudinal placement) shall be attached to the roadway and shall be secured against displacement
by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench
bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the
trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm
diameter (12" x %") steel bolts placed through the plate and driven into holes drilled 300 mm (12")
into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be
butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum
slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel
plates are removed, the dowel holes in the pavement section shall be completely filled with
elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be
used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall
maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street
surface during and after their use.
Minimum Plate Thickness
13 mm
19 mm (3/4")
22 mm (7/8n)
25 mm (1")
1.6 m (63") I 32mm (1 %")
(1) For spans greater than 1.6 rn (57, a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3.
Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per
CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface
on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test
Method 342. If a different test method is used, the Contractor may utilize standard test plates with
known coefficients of friction available from the CALTRANS District 11 Materials Engineer to
correlate skid resistance results to California Test Method 342. In addition to all other required
construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an
orange background in advance of steel plate bridging.
0 Add the following section:
306-1 .I .7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to:
steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and
@ Revised 02/17/2005 Contract No. 39721-3 Page 30 of 65 Pages
padding, signage, placing, installation, removal, relocation, preparation and processing of shop
drawings and submittals to support the use of steel plate bridging and all other materials, labor,
supervision, overhead of any type or description will be paid for as an incidental to the work that the
bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No
extension to contract time will be allowed for, or because of, the use of steel plate bridging.
306-1.2.1 Bedding. All installation of, and bedding for recycled water, or potable water mains shall
conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of (Potable
or Reclaimed) Water Mains, latest edition.
306.1.2.2 Pipe Laying. Add the following: The Contractor shall place electrical conduit per
SDG&E plans or as designated by the Engineer. San Diego Gas and Electric shall perform
undergrounding work on Palomar Airport Road.
306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: The Contractor shall
provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans.
Add the following section:
306-1.2.14 Golf Course Drainage Pipe
A. Drainage of greens shall be accomplished where necessary as shown on typical plans and
details and as determined in the field. Four inch (4") perforated plastic ADS pipe or approved equal,
shall be used to provide necessary drainage within the green area, and 4" solid plastic pipe shall be
used anywhere outside the area.
All drain trenches will be checked by the Engineer before the Contractor is authorized to place any
drain rock or pipe in the trenches, and Contractor will be required to rework the trench invert until
water freely flows through the trench without pocketing. I)
Outlet main drains into natural channels, ponds, lakes, sales, or sumps away from the critical playing
and walking areas. The top of drain pipe shall be a minimum of four inches (4") below the green
sub-base. A minimum slope of one percent (1%) shall be provided in all lines. All pipe shall be
placed on a minimum two inches (2") of bedding of dirt-free three quarter inch (3/4") rock. Rock with
dirt mixed shall be rejected and must be replaced.
Block off upper end of drain pipe with end caps. Immediately upon laying of pipe, provide outlet with
a minimum one-fourth (1/4") galvanized wire mesh securely fastened with wire wherever a drain pipe
daylights. Backfill tile lines with typical drain rock.
Provide additional peripheral French drains as shown on details or if determined necessary in field
by Engineer.
Fill peripheral French drains to the top with typical dirt-free drain rock. Each green shall then be
covered with a four inch (4") blanket of washed pea gravel. Drain rock with dirt mixed in shall be
rejected. Fill remainder of green with seedbed mixture until green is at final putting surface grade as
indicated on "Green Details."
B. Drainage of Sand Traps
The subsurface or sand traps will be provided with drainage similar to the subsurface of the greens.
The same materials and procedures are to be used. The drains for traps may exit into the network
of drains used in the greens. If it is not possible to tie into the green's drain lines, the Contractor
@ Revised 02/17/2005 Contract No. 39721-3 Page 31 of 65 Pages
shall exit trap drains into suitable lakes, constructed swales or sumps. All decisions are subject to
approval by the Engineer. Note: Refer to Grading Plan Dwg. No. 318-4A (Sheet No. 34).
Sand for traps shall be placed in bunkers by the Contractor. The final cleaning of traps and
spreading of sand shall be performed by Contractor (under the supervision of the Engineer) as a
maintenance item when the course is being groomed for play.
0
C. Drainage of Grass Traps
The bottoms of all grass traps shall be graded so they will drain to one or more low points. A sump
with an NDS Grated Drain Box placed in the middle and approximately two inches (2") above shall
be installed to exit surface water. (Refer to Grading Plan Dwg. No. 381-4A [Sheet No. 341) Where
possible, grass traps may be tied into the green drainage network. An NDS Grated Drain Box shall
still be required to exit surface water.
D. As-Built Drainage Drawings
For all greens with pipe drainage, the Contractor shall carefully sketch the basic shapes of the
green, putting surface, mounds and traps, illustrating the approximate locations of all drain lines and
their termination points.
Illustrations in a form acceptable to Engineer shall be forwarded to the Engineer for approval and
presentation for the OWNER'S records.
306-1.3.1 General. add the following: The Contractor shall install detectable underground utility
marking tape 230 mm x 75 mm (9" x 3") above each or, in the case of bundled underground conduit
of the same type, the upper underground conduit being installed by the open trench method. The
type and color of detectable underground utility marking tape shall conform to the requirements of
section 207-25 et seq.
306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: The
Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in
the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent.
306-1.4.1 Testing Pipelines
All gravity and recirculation pipelines shall be subjected to a field hydrostatic pressure of 50 PSI for a
period of two hours per standard public works engineering design guidelines. One hundred percent
of the pipeline lengths shall be tested. All concrete anchor blocks shall be per Los Angeles County
Public Works Engineering Design Guidelines and shall be allowed to cure a sufficient time to
develop adequate thrust resistance. The pipeline shall not be tested until it has been filled with
water for a minimum or 24 hours. Before testing, the pipe shall be backfilled with 2 W feet of
material or center loaded to hold the pipe in place while testing. The water necessary to maintain
this pressure shall be measured through a meter. Any noticeable leaks shall be repaired and any
defective pipe shall be replaced with new sections prior to commencing a retest. Test sections shall
be physically isolated from previously tested pipelines, existing pipelines or main lines prior to
connecting the new line. Tests shall be conducted with the open ends of pipe, valves and fittings
suitably closed with plugs or caps as necessary. Valves shall not be operated during the testing
procedures. All testing shall be inspected by the Construction Manager.
306-1.5 Trench Resurfacing.
306-1 S.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the
following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its
@ Revised 02/17/2005 Contract No. 39721-3 Page 32 of 65 Pages
convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials
shall be used in lieu of permanent resurfacing only when approved by the Engineer. When
temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be
removed and replaced with permanent resurfacing within 7 days of placement. No additional
payment will be made for temporary bituminous resurfacing materials. The price bid for the
associated conduit or structure shall include full compensation for furnishing, placing, maintaining,
removing, and disposing of such temporary resurfacing materials.
306-1 3.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1 5.1,
"Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24
hours after the completion of backfill and densification of backfill and aggregate base materials.
306-1.6 Basis of Payment for Open Trench Installation. add the following: Payment for utilities
undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's
electric conversion shall be made on the basis of contract lump sum price for utilities underground-
ing and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to
be installed by the Contractor. Cox Cable will install enclosures. The Contractor will furnish and
install 6.4 mm (Z) nylon pull ropes in all conduit.
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise
noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any
type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of
the work and shall replace said pipelines and conduits with properly compacted soils. Payment for
removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and
Grubbing, and no additional payment will be made.
0 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION
Add the following section:
CONSTRUCTION
308-1.1 TEES, GREENS, SAND TRAPS, GRASS BUNKERS AND LANDSCAPING
308-1.1.1 Scope. Work covered in this Section consists of the construction of tees, greens, sand
traps and grass bunkers as indicated on the drawings, as specified herein, and as directed by the
Engineer. The Contractor shall furnish all services, labor, transportation, materials and equipment
necessary for the performance of these operations.
308-1.1.2 Intent. It is the intent to construct and develop the above features, as directed by
Engineer, taking into account the importance of golf playing values and fine aesthetic appearance.
The Engineer reserves the right to alter the design or shape of any green, tee, trap, sand bunker, or
grass bunker where in the opinion of the Engineer such alteration is in the best interest of the total
golf course design. Such alterations shall be done by the Contractor at the direction and at the
Contractor's expense.
308-1.1.3 Basic Earthwork. The basic earthwork will be performed under Section 300. Basic
earthwork includes the placement of stockpiles according to plans and specifications and as
directed in the field by the Engineer.
Areas where features are to cut or shaped from site shall be preworked by heavy equipment under
Section 300 to facilitate subsequent shaping operations. Topsoil shall be furnished as necessary
under Section 300 and as directed by Engineer for use on tees, green and bunkers.
'3 Revised 0211 712005 Contract No. 39721-3 Page 33 of 65 Pages
308-1.1.4 Tee Construction
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
Base Construction. The shape, size and exact location of all tees shall be hydrosprigged in
accordance with the "Grading Plan" and approved in the field by the Engineer to facilitate
existing topography and/or vegetation.
Fine Grading of the Surface. Tees shall be so shaped that the teeing surface shall be smooth
and straight, with no water-holding pockets, slightly pitched (approximately 1 %) from front to
rear to provide surface drainage.
Size. Construct the tees and tee groups to the dimensions described for tee surfaces as
indicated on plans or as directed by the Engineer.
Except for irregular shaped tees, the front (ladies') and rear (championship) tees of a tee group
shall be a minimum thirty feet (30') in width of teeing surface, the middle tees (mens') be a
minimum thirty feet (30') in width. Singular long tees shall be a minimum thirty feet (30') in width
unless otherwise directed.
Side Slopes. Maintain a constant and uniform slope gradient (maximum 3:l) on tee sides for
the entire tee length regardless of elevation differential between natural grade and tee surface.
Shoulders. Around the shoulders (area between tee surface and side slopes) of the tee to be
able to completely mow without scalping by mowers and formed to be of pleasing aesthetic
appearance.
Perimeter Area. Blend side slopes into natural grade of surrounding areas in a uniform manner
of pleasing aesthetic appearance and to permit complete mowing of the toe of tee slopes and
adjoining areas.
Topsoil. After completion of the subgrade, and provided that the Engineer deems the operation
necessary, the tees shall have, or be covered with a minimum of six inches (6") of on-site
topsoil.
Two inches (2") of construction grade sand will be spread on tee tops and disced into teeing
surfaces uniformly prior to final seedbed preparation.
Preparation for Planting. All tee surfaces will be finish graded and hand raked from the top
down to the toe of all slopes to provide a smooth, fluffy seedbed or sod base prior to planting.
To insure drainage and uniformity, all tee tops are to be lazer graded prior to turfing.
Prior to planting, the Contractor under this Section shall communicate with the City and
Engineer for purposes of coordination and verification that all areas affected by the decision to
proceed with planting are ready for same and that adequate preparations for germination
watering have been made.
Grassing of Tees. Upon final approval by the OWNER and GOLF COURSE ARCHITECTl all
tees shall be sodded in accordance with the turfing plans.
Damage and Repairs: In the event of damage by weather or other Acts of God involving soil
erosion, by wind or water, wash-outs and/or damage to work in progress, the repairs shall be
performed by the Contractor under each affected section. The method and amount of
compensation shall be agreed upon by section. The method and amount of compensation shall
'3 Revised 0211 712005 Contract No. 39721-3 Page 34 of 65 Pages
be agreed upon by the City and Contractor prior to the commencement of work to be done.
308-1 .IS Green Construction
A. Base Shaping. Shaping shall be accomplished according to sketches, plans and typical details
which illustrate the size, shape, height and general character of the desired features, and as
field-directed by the Engineer.
All putting surfaces of greens will be graded to a subgrade elevation (16 inches below finish
grade) with a four (4) foot collar around perimeter of green to provide a dish to contain the
prepared greens mix. Note: Refer to Sheet No. 1 ("Construction Details").
Greens shall be so shaped from fill stockpiles or from site that their lines and slopes will blend
harmoniously with the natural surrounding contours. The mounds and valleys of the greens
shall be shaped into smooth, curving lines as indicated on the plans or sketches to the
satisfaction of the Engineer. The greens will be so constructed that the contours of the putting
surface will result in a slight pitch, with no pockets, providing the surface drainage. The roll and
slopes of the surrounding mounds shall have a soft, pleasing appearance and shall blend
smoothly into the putting surface of the green.
B. Equipment. Since this work is especially critical and must be carefully done, it is not the type of
operation where a full blade can be utilized effectively. The operator will not be able to bulk
form the molding of the green, but will be required to push and backblade small amounts of
materials in a repetitive operation to create a form of curved lines tying smoothly together and
into natural grade.
B C. Final Sculpturing. To create the desired aesthetic effect and playing value for the green, final
shaping shall be done by rubber-tired tractors, or approved equal.
D. Green Traps. The traps that form part of the molded green are to be shaped as an integral part
thereof. They shall conform to the sizes and shapes as indicated on the plans or sketches or to
such sizes and shapes as otherwise designated by the Engineer in the field. The mounding,
noses and outlines of traps shall be shaped to natural broken lines to create a dunes effect
similar to dunes found near the sea.
Grade the slopes and bottoms of the sand areas of the traps and bunkers carefully to a clean,
smooth, and uniform surface. Shape slopes gently, concave in nature, to permit placing of sand
thereon.
Shape and edge sand areas of traps to allow a uniform placement of sand at a depth of six
inches (6") and a grass-sand edge or lip of two inches (2") above sand.
Prior to sodding, the Contractor is to place sufficient quantities of sand in traps. Sand is to be
retained in one or more stockpiles to be spread after grass is established.
E. Green's Mixture. The green's mixture shalt be 90% sand and 10% peat moss. The sand and
peat moss must be tested by a qualified USGA Testing Laboratory and shall be mixed off-site.
The resulting mix must conform to USGA specifications and may be randomly sampled and tested at the Contractor's expense for consistency throughout the construction process.
The sand shall be clean, double-wash mortar sand approved by the OWNER and Engineer
before purchase and installation. Green's mixture sand shall contain no more than 5% silt or I) clay.
Revised 02/17/2005 Contract No. 39721-3 Page 35 of 65 Pages
Size of Mesh % Passing by Weicrht
No. 8 96 - 100
No. 16 80 - 90
No. 60 10 - 20
No. 100 9- 10
F.
G.
The peat moss shall be Reed-sedge Peat.
Prior to installing seedbed mixture, Contractor shall drive stakes into the subgrade at sufficient
spacings that base contours can be retained. Stakes shall bear elevation marks to indicate
depth for placement of seedbed mixture. Contractor shall obtain approval of staking from
Engineer before placing seedbed mixture on green. Engineer may accept deviations from this
staking procedure, provided that comparable results can be achieved.
The seedbed mixture shall be approved by the Engineer prior to installation which shall be to a
minimum of one (1) compacted foot. This seedbed mix will taper into the subsurface slopes of
the green. Full depth of at least one (I) compacted foot must be maintained over all areas of green subgrade and up to six (6) feet in from edge of putting surface. Spread mix carefully to retain original shape and contour of green.
Contractor will exercise care in the placement of the pea gravel blanket over the subgrade to
prevent wheel damage by trucks off-loading sand. Trucks will drop loads working from
periphery inward and will not be permitted to run over bare rock surfaces. Any damaged
materials occurring as a result of wheel churning or mixing must be replaced and all damage
repaired. A small rubber-tired tractor or other approved equipment shall then be used to push
the sand onto the putting surface.
Bunker Sand. The Contractor shall submit to the OWNER and Engineer samples of the
proposed bunker sand for their review and approval.
Sand for bunkers shall be of a color and consistency approved by the OWNER and Engineer. Such sand conform to the following sieve analysis:
Sieve Analysis - Sand
16 mesh 3.91% Retain 20 mesh 5.22% Retain
30 mesh 14.59% Retain
40 mesh 26.45% Retain
50 mesh 32.50% Retain
70 mesh 14.12% Retain 100 mesh 2.86% Retain
140 mesh .36% Retain Fine Finish Grade. Compacted by wheel-rolling or other suitable contours that, in the opinion of
the Engineer, enhance playing values and improve aesthetic appearance. Putting areas, or
different pin positions, are most desirable. These distinctive areas should be relatively flat and
tied into the remainder of the green to form identifiable patterns. There shall be no water- holding pockets on any putting surface. Contractor may be called upon to rework and/or add sufficient sand to finished surface as often as necessary in order to obtain a finished effect
satisfactory to Engineer.
All final putting surface shaping shall be completed by a qualified operator and approved by the
?@ Revised 02/17/2005 Contract No. 39721-3 Page 36 of 65 Pages
Engineer prior to any grassing.
H. Engineer's Inspection and Approval. Prior to completion, Contractor will request formal
inspection and approval from Engineer, which shall be considered essential step in the
construction of all features.
I)
After completion of and approval by the OWNER and GOLF COURSE ARCHITECT green
areas, the putting surfaces shall be sandproed with a carpet drag and the outsides of greens
shall be hand raked prior to planting.
1. Preparing for Planting. Prior to planting, the Contractor under this Section shall communicate
with the OWNER and Engineer for purpose of coordination and verification that all areas
affected by the decision to proceed with planting are ready for same and that adequate
preparations for watering have been made.
J. Planting of Green's Putting Surfaces. After final shaping of putting surfaces has been
completed and approved by the Engineer, the Contractor shall place an approved commercial
fertilizer as approved by the OWNER'S Golf Course Superintendent, on the putting surface and
green apron at the rate applicable for the particular fertilizer.
Using a cyclone spreader, the Contractor shall apply half the amount of seed in one direction
with the other half at right angles to the first. The Dominant Plus Bentgrass seed shall be
thoroughly mixed into the seedbed to a maximum depth of one inch (I") and at a rate of 2 Ibs.
per 1000 square feet.
K. Germination Watering. Notify OWNER immediately upon completion of a seeding of an area to
assume the responsibility of germination watering, as watering and/or maintenance is not part of
this work. Likewise, notify Engineer upon completion of seeding of any area.
The Contractor, without incurring further responsibility, shall notify, advise, and/or recommend
to the Engineer as to the OWNERS efforts to be found in error or generally unacceptable to proper and accepted germination procedures.
0
L. Preparation of Green Slopes. The green slopes extend from the putting surface to the point
where the feature blends and meets with surrounding terrain.
All stones, weeds and debris which would impair with the formation of a proper seedbed should be windrowed to the edge of slopes where they will be removed under Section 308-1.2, + "Fairway Development."
Fine Grade slopes and mounds in continuing curing lines, blending smoothly with surrounding
contours. Apply fertilizer at the same rate as specified for tee slopes. Rake fertilizer lightly into
soil.
M. Rework of Green Slopes. When the Contractor, who installs the irrigation, is finished with his
pre-irrigation shaping operations for any work area, he will seek approval and acceptance of the
work from the OWNER and Engineer. Upon such acceptance, Contractor shall deliver the area
to the Irrigation contractor for installation of the irrigation system.
After the Irrigation Contractor has completed his work and the work has been duly approved
and accepted by the OWNER and Engineer, the Contractor under this Division will be given the
work area for final shaping.
When the area is completed, the Contractor, will check all shaping and perform any touching up
Revised 021 712005 Contract No. 39721-3 Page 37 of 65 Pages
of contours, and after final approval of Engineer, turn the area over to the Contractor under
"Fainrvay Development" for final seedbed preparation and grassing.
N. Grassing of Green Surrounds. Upon final seedbed preparation and approval by the OWNER
and Engineer, all green surrounds shall be seeded with Tifway 419 sod as shown on the
"Turfing Plans".
0. Grassing of Sand Trap. Prior to any sodding, the Contractor shall paint the turf edge around
each sand trap for final review and approval by the OWNER and Engineer. Any final
adjustments in turf lines shall be made in the field by the Engineer.
P. Upon final approval by the OWNER and Engineer of the final shaping and seedbed
preparations, all grass traps shall be sodded with 419 hybrid Bermuda as indicated on the
"Turfing Plans."
308-1.1.6 Fairway Trap Construction
A.
B.
C.
D.
Shaping. Shape fairway traps in the same manner and method as described for construction of
greens and traps surrounding greens. Shape fairway bunkers from existing natural slopes or
stockpiles which have been provided by others.
Grade the slopes and bottoms of the sand areas of the traps and bunkers carefully to a clean,
smooth and uniform surface. Shape slopes gently, concave in nature, to permit placing of sand
thereon.
Shape mounds and slopes to bland harmoniously with smooth-flowing lines and pleasing
appearance, drawing out and blending all slopes meeting natural grade in a manner to appear
integral and of natural placement, as approved by GOLF COURSE ARCHITECT.
Prior to any edging or placement of sand within sand trap cavities, the Contractor shall paint all
sand lines for OWNER and Engineer's approval.
Slope and edge sand areas of traps to allow a uniform placement of sand at a depth of six
inches (6") and a grass-sand edge or lip of two inches (2") above sand.
Drainage. As deemed necessary by Engineer, drainage shall be provided for bunkers in a
manner typical for sand traps surrounding greens. Refer to Construction Detail # (TBD) .
Seedbed Preparation. All seedbed preparation and planting of fairway bunkers shall be typical
of that for fairways, and shall be performed under Section 308-1.2, "Fairway Development."
Sand. Sand for traps shall be placed in bunkers after each bunker cavity has been edged and
hand-raked by the Contractor. The spreading of sand shall be performed by OWNER under the
supervision of the Engineer and Golf Course Superintendent as a maintenance item when the
course is being groomed for play.
308-1.1.7 Responsibilities
After the seedbed preparation has been accepted by the OWNER and Engineer and the planting of
any areas has taken place, the maintenance of such area, including watering and fertilizing,
becomes the responsibility of the OWNER.
Revised 02/17/2005 Contract No. 39721-3 Page 38 of 65 Pages
Immediately after completion of planting of any specific area, the Contractor shall notify the
OWNER to commence a regular watering program. After initial watering, the planted surface shall
be watered as frequently as necessary to keep soil surface sufficiently moist to ensure maximum
growth. The Contractor shall coordinate and assist in establishing proper watering procedures and
quantities, time periods of watering, and any other pertinent factors to provide the finest possible
growth of grass, without assuming maintenance responsibilities.
#
308-1.2 FAIRWAY, ROUGH AND FESCUE DEVELOPMENT
308-1.2.1 Scope. Work covered in this Section consists of furnishing all labor, materials,
transportation and services to perform fairway and rough development, which includes removal of
rock in excess of one-half inch (112”) diameter, tie-in operations, seedbed preparation and planting,
and any other operations incidental to development of fairways as described herein. All areas not
planted under Section 308-1 .I will be planted under this Section.
308-1.2.2 Intent. It is the intent under this Section for the Contractor to assume the responsibility
for the development of all items indicated in the above scope and to complete the golf course
satisfactorily to the OWNER and Engineer up to and including final grassing and delivery to the
OWNER. The Contractor is charged with the responsibility of preserving all previous work as
regards quality and aesthetic character.
308-1.2.3 Construction
A. Rock Removal. Remove all rock and debris which would interfere with the formation of a finely
pulverized seedbed. Rock of one-half inch (1/2”) diameter or greater shall be disposed of prior
to grassing.
All rocks collected under this section may be disposed of by removal from site under Engineevs
direction.
D
Scattered rock or stones under one-half inch (1/2”) in size do not impede the formation of a
satisfactory seedbed, provided they are not concentrated in any one area. Concentration in
excess of twenty percent (20%) by volume of any random sample is not acceptable. Such
areas must either be re-worked or covered with suitable topsoil.
The windrows of rock and/or other debris left at tie-in points of features will be removed by the
Contractor under this Section.
B. Lake Development. The Contractor is to perform all aspects and operations of fine finish,
seedbed preparation, fertilizing and sodding in full conformance with this Section, herein
described for fairway development. Contractor shall begin sodding at the edge of lake called
out as Top of Bank (T.B.).
C. Tie-in-Operations. It shall be the responsibility of the Contractor under this Section to bring together the work under all other Sections, performing the necessary tie-ins and leaving all
areas completed after planting.
The bottoms of slopes from all features where they meet the fairways must be blended; the
boundaries of the playing areas must blend into the surrounding terrain; the top of the root ball
of trees musts be graded smoothly into the surrounding terrain; the spoils from irrigation
installation operations and depressions from the settling of trenches must all be eliminated; the
edges of lakes and constructed artifact, these must all be blended into the surrounding terrain; 0
Revised 02/17/2005 Contract No. 39721-3 Page 39 of 65 Pages
and until such work has been approved by the OWNER and Engineer, the Contractor‘s work will
not be accepted.
D.
F.
Preparation of Seedbed. Scarify all areas to be planted to a depth of two inches (2”) prior to
planting or the Engineer shall reject the work if, in his opinion, the fairways do not meet the
standards and requirements of this Section, or in his opinion, if there are any obstructions that
will interfere with the formation of a satisfactory seedbed.
When the fairways have been worked to a point where they are ready for grassing, Contractor,
using approved and suitable equipment, will float all areas prior to performing the grassing
operation. Care shall be taken to protect all established contours, but at the same time, remove
all water-holding pockets, ridges and sharp contours which may interfere with the operation of
mowing and maintenance equipment. This operation is to be performed under supervision from
the Engineer and using equipment approved by him.
Apply a 16-20-0 commercial fertilizer at a rate of 600 pounds per acre and a pellet type sulfur at
a rate of 400 pounds per acre to all areas to be planted under this Section. Should, in the
opinion of the OWNERs Golf Course Superintendent, request a differing starter fertilizer, the
amount of compensation shall be agreed upon by the OWNER and Contractor prior to the
commencement of work to be done.
E. Planting of Fairways, Roughs and Fescue Areas.
I. All Fairways and roughs shall be hydrosprigged with Tifway 419 hybrid Bermuda stolons at
an application rate listed in Section 308.1.2.9. The location and areas of grass shall be
noted on the “Turfing Plans”.
2. All fescue areas shall be hydroseed at a rate of 75 Ibs. per acre. The location and areas of
grass shall be noted on the “Turfing Plans”. The seed blend shall be the following:
Old Links Native Mix
20% Aurora Gold Hard Fescue
20% Discovery Hard Fescue
20% Little Big Horn Blue Fescue
20% Blaze Little Bluestem
10% Tiffany Chewings Fescue
10% Blue Grama
Notify OWNER immediately upon completion of any grassing of any area to assume the
responsibility of germination watering, as watering and and/or maintenance is not part of this
work.
The Contractor, without incurring further responsibility, shall notify, advise, and/or recommend
to the OWNER alternative watering procedures should the OWNERs efforts be found in error or
generally not favorable to proper and accepted germination procedures.
Planting of Fescue Blend Seed Areas. Prior to planting any of the fescue blend seed area (refer
to ‘Turfing Plans”) the Contractor shall paint all fescue areas for approval by the OWNER and
Engineer. The Contractor shall coordinate the seeding of the fescue areas with adjacent sod
hvbrid Bermuda areas.
The Fescue Blend Seed mix shall be as follows:
e Revised 0211 712005 Contract No. 39721-3 Page 40 of 65 Pages
1. Banner Ill Chewing Fescue 25%
2. Badger Creeping Red Fescue 25%
3. Brigade Hard Fescue 25%
4. Warwick Hard Fescue 25%
Any alternates to the above seed mix shall be submitted to the OWNER and Engineer for
approval prior to any seeding.
Preplant fertilizer should include a balance between Nitrogen and Phosphorus and much lower
levels of Potassium (Le. 16-25-12. High levels of Potassium are not needed during preplant,
since it is not immediately available to the seed. Controlled release Nitrogen should be used in
combination with a more readily available source, like urea.. The percentage of controlled
release nitrogen required are determined by how short the intervals are between the initial
application, and the repeated applications. MAP is the recommended Phosphorus source do to
its quick availability to the seedlings.
Seed shall be planted by a drop seeder at a rate of 4 Lbs per 1,000 square feet. The seed
shall be uniformly distributed over the designated areas (refer to "Turfing Plans"). Half of the
seed shall be sown moving in one direction, and the remainder of the seed in the opposite
direction. Seed shall be pressed into the soil to a depth 1/2 inch by means of a cultipacker or
other approved device. Drop seeding shall not be done during windy weather.
Notify OWNER immediately upon completion of any seeding of any fescue area to assume
responsibility of germination watering, as watering and/or maintenance is not part of this work.
Likewise, notify the Engineer upon completion of seeding these fescue areas.
The Contractor, without incurring further responsibility, shall notify, advise, and/or recommend
to the OWNER alternative watering procedures should the OWNERS efforts be found in error or
generally not favorable to proper and accepted germination procedures.
0
308-1.2.4 Soil Amendments and Fertilizer.
Soil ammendments and pre-plant fertilizer will be determined after on site soils and water testing.
308-1.2.5 Sod
A. The sod shall consist of live, growing, mature Tifway 419. The sod shall be cut from the field
with a minimum of one-half inch of soil that completely covers the roots of the sod. The sod
shall have a healthy, virile root system of dense, thickly matted roots throughout.
B. The sod shall arrive vigorous and have a lush appearance, uniform texture and dark-green
color throughout with no dead or dry edges. The sod shall be sufficiently dense to bear
handling and placement without tearing.
C. The sod shall be free of disease and harmful insects, obnoxious weeds or other grasses and
shall not contain any other matter deleterious to its growth or which might affect its subsis-
tence or hardiness when transplanted.
308.1.2.6 STOLONS
Stolons shall be Tifway 419. The Stolons shall be completely healthy and free of weeds, disease
and insect infestations. 0
@ Revised 02/17/2OO5 Contract No. 39721-3 Page 41 of 65 Pages
308.1.2.7 SOIL PREPARATION
A.
B.
C.
D.
E.
Prior to planting sod, remove all rocks and debris, eradicate and physically remove all
vegetation and weeds, dead or alive, from the site.
Rototill or spade the area to a depth of 4 to 6 inches. Eliminate drainage problems by having
soil slope away from foundations, etc.
Incorporate organic matter (humus, redwood, sand, etc.), gypsum, lime and fertilizer as
recommended by an approved soils report to a depth of 3 to 4 inches of the soil profile.
Rake and smooth the soil, removing rocks, roots, and large clods. Roll the area lightly with a
lawn roller 1/3 full of water, leaving the grade 1 inch below finish grade.
Water the prepared area to a depth of 6 inches to settle soil and provide a moist base for turf.
308.1.2.8 SODDING
A.
B.
C.
D.
Prior to planting, the irrigation system shall be tested and fully functional.
Sod shall be harvested within 24 hours prior to delivery and planted within three days after
harvest.
Install sod immediately upon delivery. In hot weather, protect unlaid sod by placing stacks in
shade, covering with moist burlap sacking and sprinkling.
Begin installing sod along the longest straight line, such as a driveway or sidewalk. Butt and
push edges and ends against each other tightly, without stretching. Avoid gaps or overlaps.
Stagger the joints in each row in a brick-like fashion, using a large sharp knife to trim comers,
etc. Avoid leaving small strips at outer edges as they will not retain moisture. On slopes, lay
the turf pieces horizontally across the slope. On 2:l slopes or greater, stake sod to hold in
place with %" x I" x 12" pegs at two-foot spacings. To avoid causing indentations or air
pockets, avoid walking or kneeling on the turf while it is being installed or just after watering.
Do not lay whole lawn before watering. When conveniently large area has been sodded,
water lightly to prevent drying.
After installing the turf, roll the entire area to improve turf-to-soil contact and remove air
pockets.
Begin watering within 30 minutes of installation.
E.
F.
308.1.2.9 STOLONIZING
A.
B.
C.
D.
E.
F.
G.
Stolons shall be harvested within 24 hours prior to delivery and planted within three days
after harvest.
Hydrosprig stolons immediately upon delivery. In hot weather, protect unplanted stolons by
placing them in shade, covering with moist burlap sacking and sprinkling.
The rate of application of stolons shall be: 225 US Standard Bushel per acre between June
Is' and July 300 US Standard Bushel per acre between July 16'h and August 15*;
hydrosprigging stolons after August 15" is not recommended.
include 60 Ibs. tacifier and 1800-2000 Ibs. wood fiber per acre during hydrosprigging
operation. Thoroughly water the completed installation immediately after stolon application.
Maintain water saturation of the soil for the duration of the germination period to ensure
proper establishment.
Reapply stolon application to all areas where the turf is thin or bare after the germination
period.
@ Revised 02/17/2005 Contract No. 39721-3 Page 42 of 65 Pages
308.1.2.10 HYDROSEEDING
A. All areas to be hydoseeded shall have been prepared as though fairway areas on the golf e
dourse. Fertilizers , as prescribed by the consulting agronomist, shall be incorporated hto
the slurry prescribed rate. Dolomite lime shall be spread as determined by soil tests upon all
areas to be hydroseeded. Hydroseeding shall be conducted under favorable weather
conditions during the season normal for such work to be performed.
B. Hydraulic mulch shall be Flexterra, a Flexible Growth Medium (FGM), as manufactured by
PROFILE Products. The FGM shall require no cure time and be comprised of wood fiber,
cross linking hydrocolloid tackifier, co-polymer gel and crimped interlocking fibers. The FGM
shall be manufactured using thermal-maechanical defibration to create wood fibers that,
when combined with tackifier and synthetic fbers, shall have a minimum water holding
capacity of 1500%. The FGM shall be combined with water, seed and fertilizer, and mixed
using jet agitated or mechanically agitated equipment at a rate of 50 Ibs. of fiber per 125
gallons of water. Apply FGM at the appropriate rate based upon slope and soil conditions at
a minimum of 3000 Ibs. per acre. Spray FGM using a fan-type nozzle (when possible, use a
50-degree tip), applying from two opposing directions to ensure proper soil surface coverage.
FGM shall be used wherever quick, dense vegetation is required and on slopes where the
threat of soil loss or water contamination or excessive runoff dictates an effective treatment.
FGM shall be non-toxic, bio and photo degradable and completely safe for the environment.
C. The wood fibers of mulch must maintain uniform suspension in water under agitation and
shall blend with grass seed, fertilizer and other additives to form a homogenous slurry. Upon
application, the mulch material shall form a blotter like mat covering the ground. This mat
shall have the characteristics of water absorption and percolation and shall cover and bond
grass seed in contact with the soil.
D. The FGM shall be green in color to aid in visual metering during application. The dye shall
be biodegradable and not inhibit plant growth.
E. The FGM shall conform to the following application rates and specifications:
Nozzle: Use a fan type nozzle (50 degree tip)whenever possible for better soil surface
coverage.
Typical application rate:
Flat Areas--20001bs /acre
3:l Slopes or less--3000 Ibs/acre
2:l Slopes or less--3500 Ibs/acre
1:l Slopes or less--4000 Ibs/acre
Physical Properties:
Moisture Content-12% 5 3
Wood Fiber--85% MAX
Locking Fibers-5% 5 1
q Crosslinked Tackifier--10% 5 1
Water Holding Capacity--1 500% MIN
Organic Material--95% MIN
pH-4.8% 2 2
Color--Green
Revised 02/17/2005 Contract No. 39721-3 Page 43 of 65 Pages
F.
G.
H.
1.
J.
K.
The FGM shall be packaged in units not exceeding 100 Ibs. and be suitable for outdoor
storage for up to six months. The package shall contain current labels, the manufacturer's
name and address, net weight, and customer service number.
Hydraulic equipment used for the slurry application of prepared fiber mulch shall be of the
"super Hydroseeder" type, or other approved types. Using this equipment, pure FGM, seed
and fertilizer slurry shall be applied evenly over the soil surface in a one step operation.
Operations may proceed only after free surface water resulting from recent rains or
mechanical watering has drained away. Other moisture and weather considerations should
be used as guides as if normal grassing practices were to be conducted.
The mulch and water shall be combined into the slurry tank for distribution of all ingredients
in one operation by hydraulic method. The slurry mixture shall be so regulated that the
amounts and rates of application shall result in a uniform application of all materials.
After hydromulch has been applied and allowed to dry, the seeded area shall be sprinkled
with a fine spray of water to prevent run-off and shall continue to be watered often enough to
keep the surfaces constantly moist. Hydroseeded areas shall be adequately protected from
foot or vehicular traffic during the period that grass is being established.
Additional hydromulching of bare or eroded areas may be required prior to final approval to
obtain an erosion-free stand of grass. After three to four weeks of favorable growing weather, bare
spots shall be cultivated, reseeded, raked and rolled as in the original work.
308-2 EARTHWORK AND TOPSOIL PLACEMENT
308-2.3.1 General. Add the following:
Prior to planting, the Contractor shall apply pre-emergent, translocative, systemic herbicide ("Round-
Up", or equal) to kill all broadleaf weeds and grasses present in planting areas, as requested by
Resident Engineer, according to manufacturer's directions. Contractor shall wait 10-14 days after
application of herbicide, before commencing with landscape installation.
308-2.3.2 Fertilization and Conditioning Procedures. add the following: The Contractor shall
cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying the
finish grade. After cultivation the Contractor shall clear the planting areas of stones to the depth of
cultivation and shall be rake the planting areas to a smooth friable and plantable surface. The
Contractor shall cultivate all planting areas, except slopes steeper than 3-1/2:1 (horizontal to
vertical), to a depth of 300 mm (12"). The planting areas that are slopes steeper than 3-1/2:1, shall
be cultivated to a depth of 150 mm (6"). After cultivation, the soil amendments shown in table 308-
2.3.2(A) shall be thoroughly blended 150 mm (67 deep in all planting areas. Except for planting pits
the cultivation depths are designated as the root area. Backfill for planting pits shall conform to the
requirements of section 308-4.5. After surface preparation and application of the soil amendments
shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one test for each soil property
listed in Tables 308-2.3.2(B) and 308-2.3.2(C) from each median planter, at least one test per 150
m (500') from each parkway and for each hectare (2.5 acres) of hydroseeded area and shall submit
the results of said tests to the Engineer. The Contractor shall then adjust the soil properties to the
acceptable ranges of soil properties shown in Tables 308-2.3.2(B) and 308-2.3.2(C) using such
materials and methods as may be necessary. Organic soil amendment materials shall not be
included in the samples used to determine compliance to the soil particle gradation requirements of
Table 308-2.3.2(C). If adjustments are necessary the soil shall be tested by the Contractor after
@ Revised 0211 712005 Contract No. 39721-3 Page 44 of 65 Pages
such adjustments for each soil property listed in Table 308-2.3.2(8) and 308-2.3.2(C) to determine
that the adjustments to the soil made by the Contractor result in soil properties within the acceptable
range. The Contractor shall adjust the soil properties and show acceptable ranges prior to any
planting or application of hydroseed slurry. Prior to the start of any planting or application of
hydroseed slurry the surface and root area shall be evenly and thoroughly moistened to no less than
75 percent of field capacity. The Contractor shall certify, in writing, that the ground surface has been
prepared in accordance with this section and shall request inspection by the Engineer prior to any
planting or seeding. The Contractor shall obtain the Engineer's approval before any planting or
hydroseeding.
Soil Amendment
Ag ricu I t ura I Gypsum
Iron Sulfate
Calcium Carbonate Lime
Organic Soil Amendment
Metric Application Rate Approx. U.S. Application Rate
500 g per square meter
50 g per square meter
500 g per square meter
0.041 15 cubic meters per square 5 cubic yards per 1,000 square
meter (average depth 41 mm)
100 Ibs. per 1,000 square feet
10 Ibs. per 1,000 square feet
I00 Ibs. per 1,000 square feet
feet (average depth 1 5/8n)
Soil Property
PH
(ECe) Liquid Limit
Plasticitv Index
0 Dissolved Salts
Acceptable Range Test Method Repeatability Range of Test
6.5 to 7.3 Saturation Paste pH kO.1 pH
< 4.0 dS m-' Saturation Paste * 7%
N/A to 30 ASTM D 423 +2
NP to 10 ASTM D424 +2
Soluble Salts
9.5 mm (3/8n) I95 - 100
Sieve Size
19 mm (3/dn\
4.75 mm (No. 4) 160-85
Percent Passing
100
1.89 mm (No. IO) 140-75
475 pm (No. 40)
75 um (No. 200)
35 - 70
30 - 70
For areas to receive planting of all types, excluding only hydroseeding, the Contractor shall amend
the prepared soil by blending 200 g of 7-7-7 fertilizer per square meter (40 Ibs. per 1,000 square
feet) into the top 150 mm (6") of soil after the completion of adjustment of soil properties and
acceptance of the planting area by the Engineer. The Contractor shall apply post-plant 12-4-6
fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 30 days
through the end of the maintenance period.
@ Revised 0211 712005 Contract No. 39721-3 Page 45 of 65 Pages
308-2.4 Finish Grading. Add the following: The finish grade shall be defined as the surface of soil
following all grading, soil preparation, water settlement and repair and shall be smooth, uniform, and
free of abrupt grade changes and depressions to ensure surface drainage.
The Contractor shall take every precaution to protect and avoid damage to sprinkler heads, irrigation
lines, and other underground utilities during Contractor’s grading and conditioning operations.
All depressions where water will stand, all voids, erosion, settled trenches and excavations, and all
ridges and rises which affect the maintenance and mowing of the lawns with a gang-mower or which
visually are evident shall be filled with conditioned topsoil and/or removed by Contractor, leaving a
smooth, even finish grade.
The Contractor shall prepare the finish grade in hydroseed slope areas with a moderately rough
texture to provide a suitable surface for adherence of the hydroseed mix.
Finish grades shall be as indicated on the civil engineer’s drawings and landscape 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.
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 sprinkler heads, irrigation lines, and other underground utilities during his grading and conditioning operations.
Final finish grades shall insure positive drainage of the site.
Final grades shall be acceptable to the Golf Course Architect before planting operations will be
allowed to begin.
Planting surfaces shall be graded with no less than 1 percent surface slope for positive drainage.
308-4 PLANTING.
308-4.1 General. add the following: The Contractor shall perform actual planting during those
periods when weather and soil conditions are suitable and in accordance with locally accepted
horticultural practice and as approved by the Engineer.
All rock and other growth or debris accumulated during the duration of the project shall be removed
from the site.
Upon completion of all grading operations, soil samples (3 locations minimum) shall be taken by the
Contractor and analyzed by a soil laboratory. The result of these tests are to be reviewed by the
Golf Course Architect 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, notify the Golf Course Architect who shall arrange for the re-
location of one or the other. The Contractor assumes all responsibility for making any and all repairs
Revised 0211 712005 Contract No. 39721-3 Page 46 of 65 Pages
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.
No planting shall be done in any area until it has been satisfactorily prepared in accordance with
these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field
capacity. The Contractor shall obtain the Engineer‘s approval of planting pits before planting
operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient
for planting, the Contractor shall fill the planting pits with water and allow them to drain before
starting planting operations. Care shall be taken that the rate of application of water does not cause
erosion or sloughing of soils. No more plants shall be distributed in the planting area on any day
than can be planted and watered on that day. The Contractor shall plant and water all plants as
herein specified immediately after removal from their containers. Containers shall not be cut prior to
placing the plants in the planting area. It shall be the responsibility of the Contractor to provide
continuous horticultural services and temporary and/or permanent irrigation to all planted and
hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and
thriving prior to, and throughout the, landscape maintenance period.
All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify
all dimensions and immediately inform the Golf Course Architect of any discrepancy between the
drawings and/or specifications and actual conditions.
Quantities for plant materials are shown for convenience only, and not guaranteed. Check and
verify count and supply sufficient number to fulfill intent of drawings. Certify and clarifications with
the Gold Course Architect.
Adequately stake, barricade, and protect all irrigation equipment, manholes, utility lines, and other
existing property during all phases of the soil amending planting and grading operations.
Shrub Samples
Typical samples, three each of all varieties and sized (5 gallon and under) shrubs of all plant
materials shall be submitted for approval at the site a minimum of three days 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 will be incorporated into the work.
3084.2 Protection and Storage. add the following: The Contractor shall submit a sheltered and
secure location for on-site plant storage area for the Engineer’s approval prior to the delivery of any
plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged
shall be rejected at any time during the project, whether in the ground or not. All plants shall be
handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected.
All rejected plants shall be removed from the site immediately.
308-4.3 Layout and Plant Location. modify as follows: Planting areas shall be staked by the
Contractor and the Contractor shall obtain the Engineer’s approval of the planting layout before
planting operations begin.
3084.5 Tree and Shrub Planting. add the following: The Contractor shall amend the backfill for
planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of
Tables 308-2.3.2(B) and 308-2.3.2(C) and then blend the amendments listed in Table 308-4.5(A)
@ Revised 0211 712005 Contract No. 39721-3 Page 47 of 65 Pages
into the backfill for planting holes.
TABLE 308-4.5(A)
BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING
I size container I size container ’ Planting tablet requirements are not cumulative and apply to the size container indicated
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to
compensate for loss of roots during transplanting, but never to exceed one-tenth the branching
structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts
over 19 mm (W) shall be painted with an approved tree wound paint.
Planting backfill shall be a thoroughly blended mixture of excavated soil from the planting pits and
soil amendments with the following amounts per cubic yard of backfill:
Soil amendment
On-site soil
Gypsum
Soil conditioner (gro-power plus)
50%
50%
4 Ibs.
15 Ibs.
Add the following section:
308-4.5.1 Root Barriers. Root barriers shall conform to section 212-1.8, Root Barriers. The
Contractor shall install root barriers continuously for any tree trunk located within 8’ or less from the edges of all cart paths, walks, walls, or water feature areas. The top of the root barrier shall be 25 mm (1”) below the finish grade of the planted area. The bottom of the root barrier shall be installed 20 1/2” below the finish grade of the planted area. Install as indicated on the plans, eliminating any breaks in the barrier by providing at least 150 mm (6”) of overlap at splices or damaged areas.
Splices and repair patches shall be stitched to the root barrier material by a running stitch of no less
than 6 2 1 stitches per 25 mm (I”).
308-4.6 Plant Staking and Guying. add the following: The Contractor shall install all boxed trees
per drawings L-1 and L-2 of the San Diego Regional Standard Drawings unless details shown on the
project plans differ therefrom.
308-4.7 GROUND COVER. Add the following: A fertilizer planting tablet (5 gram size) shall be
placed with each plant at the rate of one (1) tablet per flat plant.
308-4.8.2(b) Method B. add the following:
The Contractor shall prepare hydroseeding slurry on the job site. Slurry additives shall arrive at the
site in bags sealed and properly identified by the manufacturer. All specified additives and water
shall be added on the job site at the rates specified and shall be thoroughly mixed at the job site.
The Contractor shall add seed to the slurry after the fiber mulch has been thoroughly incorporated.
The Contractor shall spray all areas with a uniform, visible coat using the green color of the mulch as 0
Revised 0211 712005 Contract No. 39721-3 Page 48 of 65 Pages
a guide. The Contractor shall apply the slurry in a sweeping motion, in an arched stream so as to fall
like rain allowing the mulch fibers to built on each other until a good coat is achieved and the
material is spread, evenly, at the required rate per area. The Contractor shall use care not to drag
spray hoses over container planted material and shall attempt to spray from the edges of the
planting areas wherever possible. Any slurry mixture which has not been applied to the planting
areas within four (4) hours after mixing is be rejected and removed from the project at the
Contractor's expense. Any slurry spilled into areas outside the limits of work shall be cleaned up at
the Contractor's expense to the satisfaction of the Engineer. The Contractor shall assure that the
site is properly prepared. The Contractor shall repair all tire ruts created by the equipment. Areas
needing grading repair prior to hydroseeding shall be blended and floated to match surrounding
grades. Areas having less than 80% plant coverage within thirty (30) days after the initial application
shall be reseeded every twenty (20) days until 80% of the ground surface is evenly covered by
hydroseeded or subsequently reseeded growth.
0
Add the following section:
308-4.8.3.1 Weed Eradication. The Contractor shall water all irrigated areas to be hydroseeded for
three (3) weeks prior to hydroseeding to allow for germination of the weed seeds. The Contractor
shall spray all weeds with a post emergent herbicide immediately after the completion of the three
week irrigation period. After two (2) weeks, the Contractor shall again eradicate the weeds and
complete the preparation of the soil prior to the application of the hydroseed mixes.
Add the following section,
308-4.1 0 Erosion Control Matting Installation
Add the following section,
308-4.1 0.1 General. Before installation of erosion control matting the Contractor shall complete all
soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting.
Add the following section:
308-4.1 0.2 Coordination with Hydroseeding. Erosion control matting shall be installed by the
Contractor immediately after the first application of hydroseed materials. In all cases the Contractor
shall place the erosion control matting within three days after the first hydroseed material
application. Should any seed in the hydroseed materials begin to germinate within the threeday
period after application or before the installation of the erosion control matting, the installation of the
erosion control matting shall be considered as late and the Contractor shall disc the hydroseed
materials into the top lOOm (4") of the underlying soil, condition the soil for hydroseeding, apply
hydroseeding materials at the rates and of the type specified and then install the erosion control
matting. No additional payment will be made for second or subsequent hydroseed applications
resulting from late installation of erosion control matting.
Add the following section:
308-4.10.3 Installation. The Contractor shall install erosion control matting using the following
techniques:
1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6") wide by
150 mm (6") deep trench with the end of the matting laid flat in the bottom of the trench
2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more
than 300 mm (12") on centers placed at the intersection of the bottom and the downhill vertical
face of the trench.
*
3. Roll the erosion control matting down the slope.
4. Staple the erosion control matting on an alternating grid consisting of three across and two across
5. Erosion control mat so stapled shall be spaced such that no less than 1 % staples per square
lines of staples in horizontal lines spaced 900mm (3') on centers. I)
@ Revised 0211 712005 Contract No. 39721-3 Page 49 of 65 Pages
meter (1% staples per square yard) are provided to anchor the erosion control matting.
placed mat by no less than 50 mm (2”).
both mats along their edges.
6. Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously
7. Staple placement may be such as to use the staples used to secure the adjacent mat to secure
308-4.1 2 Tree Drainage. Drainage for trees shall be accomplished via a sub-surface filter-wrapped
perforated PVC pipe system where required. See civil and landscape drawings and details.
Add new subsection: 308-4.13 Pruning. Pruning shall be limited to the minimum necessary to remove injured twigs and
branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth
the branching structure. Pruning after planting shall be required on all trees, 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 Golf
Course Architect and/or Landscape Architect. cuts over threequarters of an inch (3/4“) shall be
painted with an approved tree wound paint.
Add new subsection:
308-4.14 Bark Mulching. (Water Feature, Slopes And Park Areas). All areas to receive shrubs
and ground covers shall be mulched by covering the entire surface of the planting area with a two
and one half inch (2-112”) deep minimum layer of type 1 bark mulch.
Areas to receive hydroseed and greater than or equal to 2:l slope shall not receive a layer of bark
mulch.
308-5 IRRIGATION SYSTEM INSTALLATION.
308-5.1 General. Add the following: The Contractor shall apply irrigation water as often and in
sufficient amounts, as conditions may require, to germinate and establish the seed, and keep the
container plants healthy and growing. The Contractor shall lay out lines, valves, and other
underground utilities and receive the approval of the Engineer before digging trenches. The
Contractor shall be responsible for damages caused by its operations. Connections shall be made
at approximately the locations shown on the drawings. The Contractor shall be responsible for
unapproved changes. Permission to shut off any existing in-use water lines must be obtained
48 hours in advance, as to the date, time and exact length of time of each shut-off. The Contractor
shall demonstrate that the entire irrigation system is under full automatic operation for a period of
seven days prior to any planting.
308-5.2 Irrigation Pipeline Installation
308-5.2.3 Plastic Pipeline. Add the following:
Plastic pipe and fittings 3” (75 mm) and smaller shall be assembled as follows:
(1) Use care in handling, loading and storing to avoid damage. Store pipe and fittings under
cover and protect from sunlight prior to use. Transport pipe in a vehicle with a bed long
enough to allow the length of pipe to lay flat, so as not to be subject to undue bending or
concentrated external loading at any point. Any pipe that has been dented or damaged will
not be accepted.
a Revised 021 712005 Contract No. 39721-3 Page 50 of 65 Pages
D.
Pipe shall be cut square and connecting surfaces shall be clean and dry. Burrs shall be
removed inside and outside of pipe end. Pipe ends shall be chamfered on outside before
assembly.
For assembly of solvent weld pipe, use primer/cleaner and solvent cement as supplied by
IPS Weld-On or Christy's.
(a) Use primerkleaner to clean the outside end of pipe and the inside of the fitting
socket. Use a non-synthetic bristle brush to spread solvent on the inside diameter of
the socket and the outside end of pipe as recommended by the solvent manufacturer.
Avoid excess solvent, making sure that coated area on the pipe is equal to the depth
of the fitting socket. Apply solvent from no larger than pint size containers with air
tight covers. Clean and refill the containers each day.
'
(b) Make joint immediately after applying the solvent. Give a half-turn to dispel air and
spread the solvent. Check all tees and ells for correct position. Hold joint in place for
sufficient time to ensure that pipe does not push out from fittings. Use clean rag to
wipe off excess solvent.
For assembly of gasket joint pipe, use a gasket lubricant as supplied by or recommended by
the pipe manufacturer.
(a) Use lubricant for assembling pipe and fittings. Lubricant shall be water soluble, non-
toxic, non-objectionable in taste and odor imparted to the fluid, non-supporting of bac-
teria growth, and shall have no deteriorating effect on the PVC or rubber gasket.
(b) Pipe, couplings, rubber rings, and lubricant shall be furnished by the same pipe
manufacturer or as expressly recommended by them for use with their product.
On PVC to metallic connections, work the metallic connections first. Use a non-hardening
Teflon pipe dope or Teflon tape on all threaded PVC to metallic joints. Use only light wrench
pressure to avoid damage to PVC fittings.
Solvent weld pipe up to and including 2-1/2" (65 mm) in size shall be installed by a suitable
trenchless technique (pulled in) where soil and project conditions permit. Open trench installation
shall be used where soil conditions are unsuitable for pulling or where terrain dictates. Installation
and backfill requirements listed in paragraph E shall be followed for open trench installation. No loss
of warrantee due to installation technique will be allowed. Provide minimum depth of cover as
indicated on the Plan. Locate existing utilities and pot-hole ahead of trenching or pulling operation.
The general procedure for trenchless installation shall be as follows:
(1) Assemble lines to be "pulled in" no less than sixteen (16) hours before "pull-
ing". Assemble lines by solvent welding with couplings (solvent weld bell end
pipe is acceptable). Fittings for sprinkler and valve connections, etc. are to be
installed after pipe is in the ground.
(2) Pull pipe into ground approximately 6" (I 5 cm) off-set from actual staked
sprinkler locations. Dig potholes for sprinkler heads and tees in line and install
fittings by cutting into installed pipe. Sections of installed pipe are to be
moved through the ground to allow for proper solvent welding of fittings. Pot-
holes for sprinklers shall be only deep enough under the riser fitting so that it
will be resting on undisturbed earth once the sprinkler is set to grade.
@ Revised 02/17/2005 Contract No. 39721-3 Page 51 of 65 Pages
(3) Flush lines thoroughly. Cap and test at a minimum 125 PSI (8,6 bars), not to
exceed 150 PSI (10,3 bars) at any point, for one (1) hour prior to installation of
sprinkler heads and backfill of holes. Testing shall be done with swing joints
in place.
(4) Holes shall be backfilled and all loose dirt and debris cleaned up immediately
following completion of pressure tests. Raised slits from pipe installation shall
be compacted to original grade with vibrating roller or other suitable compact-
ing machine.
F. Gasket joint pipe indicated on the Plan as 3" (75 mm) and smaller and 3" (75 mm) solvent
weld pipe shall be installed by trenching, laying pipe, back-filling and compacting. Locate
existing utilities and pot-hole ahead of trenching operation. Pipe installed by trenching
shall be installed as follows:
(1) Trench depth shall provide a minimum depth of cover as indicated on the Plan. The
bottom of the trench shall be free of rocks, clods and other sharp edged objects.
(2) Lower pipe into open trench after being assembled on the surface. Provide a firm,
uniform bearing for the entire length of each pipe line to prevent uneven settlement.
(3) Snake solvent weld pipe from side to side of trench bottom to allow for expansion and
contraction. One (1) additional foot of pipe is the minimum allowance for snaking.
Never lay PVC pipe when there is water in trench or when the temperature is 32' F
(Oo C) or below.
(4) Concrete thrust blocking or joint restraints shall be installed at all tees, elbows, gate
valves and reducers for gasket joint pipe. Size, location and installation of thrust
blocks or joint restraints shall be in accordance with the manufacturer's installation
manual and the Construction Details. The Contractor shall be responsible for ensur-
ing the stabilization of all fittings and valves in the piping system.
(5) Backfill trench with material free of rocks, clods and other sharp edged objects.
Embedment material around the pipe and 4" to 6" over the pipe shall be 1/2" (13 mm)
or less in size. Provide 90% compaction on all backfilled material.
(6) Use the same pipe pressure test procedure as described above under general
procedure for trenchless installation.
Pipe 4" (100 mm) and larger shall be installed by trenching, laying pipe, back-filling and compacting.
Locate existing utilities and pot-hole ahead of trenching operation. Pipe shall be installed as follows
according to the pipe manufacturer's installation guidelines.
(1) Mark main line route with gypsum or white marking paint. Use templates or models
made from 2" (50 mm) pipe and fittings (minimum 6' (1,8 m) long legs) to layout
changes in direction of main line for tees, 45 and 90 degree bends.
(2) Excavation and backfill of all trenches, including the material, equipment and.labor
necessary for the completion of work, shall be considered as included in the Contract
price for installation of the irrigation system. No additional payment beyond the Con-
tract will be due from the Owner.
Revised 0211 712005 Contract No. 39721-3 Page 52 of 65 Pages
(3) Trench width shall allow for 4” (IO cm) of clearance on each side of pipe. Main line
trench depth shall provide a minimum depth of cover as indicated on the Plan. The
trench bottom shall be free of rocks, clods and other sharp objects.
(4) Concrete thrust blocking or joint restraints shall be installed at all tees, elbows, gate
valves and reducers. Size, location and installation of thrust blocks or joint restraints
shall be in accordance with the manufacturer’s installation manual and the Construc-
tion Details. The Contractor shall be responsible for ensuring the stabilization of all
fittings and valves in the piping system.
(5) Backfill of trenches shall be accomplished in no less than three (3) layers of material
and shall provide a minimum of 90% compaction. Each layer shall be compacted
prior to the next layer of backfill. Backfill material shall be free of rocks, large clumps
of dirt, and abrasive materials. The initial embedment layer particle size shall not ex-
ceed 1/2” (13 mm) diameter.
A. Plastic pipe care:
Use care in handling, loading, and storing to avoid damage. Store the pipe and fitting under
cover and protect from sunlight before using. Transport 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 concen-
trated external load at any point. Any pipe that has been dented or damaged will not be
accepted.
B. Solvent weld joining:
1. Prior to installation of any solvent weld of lateral piping, the contractor will engage the
services of factory representatives of the manufacturer of plastic pipe, plastic fittings, and
solvent, to conduct a seminar in which all employees involved in the installation of these
items, will be fully informed of the proper method of installation.
2. Verification of this seminar and its participants shall be forwarded to the Owner’s Repre-
sentative prior to installation of any of the above mentioned material.
C.
D.
Lateral pipe installation - trench
1. PVC pipe shall be installed by trenching, laying pipe, backfilling and compacting.
2. Pipe installed by trenching shall be installed as follows:
a. Trench depth to be a minimum of 12 from the final finish surface to the top of the pipe
for permanent installations, and 6” for temporary installations. Type of installation
shall be as defined on plans and with final decision made by owner. The bottom of
the trench shall be free of rocks, clods, and other sharp edged objects.
b. Lower in open trench, after being assembled on the surface. Provide a firm uniform bearing for the entire length of each pipe line to prevent uneven settlement.
c. Installation of pipe shall be installed in accordance with ASAE standard: ASAE 376.
d. 90% compaction will be required on all backfill material. e. Lines shall be flushed thoroughly prior to installation of sprinkler heads.
Mainline piping installation:
1. Installation of pipe shall be in accordance with ASAE standard: ASAE S376.
2. Concrete thrust blocking shall be installed at all tees, elbows, gate valves, and reducers. Size, location and installation of thrust blocks shall be in accordance with ASAE standard:
ASAE S376.
3. Connection of lateral lines to mainlines shall be through use of tapped coupling with same size tap as lateral isolation valve. Tapped couplings shall be cast iron, ductile iron,
or AC heavy duty.
a Revised 02/17/2005 Contract No. 39721-3 Page 53 of 65 Pages
E.
4. Mainlines shall be installed by trenching.
5. Mainline trench depth shall provide a minimum of 18” final cover over the pipe. The trench bottom shall be free of rocks, clods and other sharp objects.
6. Backfill material shall be placed in no less than three (3) layers compacted to 85%.
7. After each section of mainline has been installed and backfilled, it shall be pressure
tested. Before testing, all air shall be expelled from the line. Next, all gate valves shall
be tightly closed and the line shall be pumped up to 125 psi at its lowest point. The test
pressure shall be maintained for a period satisfactory to owner’s representative, two (2)
hours minimum.
Special conditions for installation of all pipes
1. No substitutions of pipe materials will be allowed without prior approved of the City of
Carlsbad municipal water district. 2. All on site pipes shall have warning tape per Carlsbad Municipal Water District rules and
regulations.
3. All reclaimed water irrigation pipes shall be stenciled with the warning, “non - potable or
recycled water”, color-coded (purple), and laid with warning tape and stenciling oriented
toward the top of the trench. All potable water (greens water) pipes shall be installed with stenciling and blue warning tape orient towards the top of the trench. All installations
shall be per the Carlsbad Municipal Water District rules and regulations.
4. When potable water lines and recycled water lines cross, the recycled line shall be
installed within a protective sleeve. The sleeve shall extend IO’ from each side, from the
center line of potable line for a total of 20’.
5. A IO’ horizontal separation between potable water and recycled water mains must be maintained at all times. The potable lines must be installed above the recycled line.
6. A minimum of 12 of vertical separation between utilities must be maintained at all times.
F. Testing of piping.
I. After the installation of each PVC sprinkler line, and installation of swing joints, the entire
system shall be tested and checked for leaks. Owner’s representative and contractor shall accomplish this for each area.
G. Sleeves.
1. All pipe@) and wire@) below paved surfaces or footings shall be sleeved in separate PVC Sch 40 sleeves. Sleeves below paved surfaces or footings shall be installed with a mini-
mum 24” clearance below underside of pavement.
a. Before paving begins, provide sleeves under sidewalks, driveways, curbs and else-
b. Immediately following installation, cap both ends of sleeve with dry fitted pipe cap, or
c. Replace and re-compact fill around sleeves.
d. Provide visible and identifiable markers where sleeve ends are concealed.
where as specified on drawings and as required to install irrigation system.
several layers of duct tape.
Generally, sleeving required under paving shall be installed prior to pavement installa-
tion. Sleeves required below existing paving shall be installed by jacking, boring or
hydraulic driving. Where any cutting or breaking of sidewalks, concrete work and/or
asphalt is necessary, it shall be removed and replaced by the contractor in kind to a
condition equal to or greater than that existing before removal. Permission to cut or
break sidewalks, concrete and/ or asphalt shall be obtained from the owner’s repre-
sentative prior to start of construction. Where piping is shown under paved areas but
running parallel and adjacent to planted areas the intent of the drawings is to install the
piping in the planted areas.
H. Trench settlement
@ Revised 0211 712005 Contract No. 39721-3 Page 54 of 65 Pages
1. If trenches settle due to incomplete compaction during the construction period, it is the
contractor’s responsibility to refill all settlement with approved material.
2. If major settlement due to improper compaction has occurred within one year from
completion date, it is the contractor’s responsibility to make all adjustments in pipe, sprin-
kler heads, topsoil plantings, and seed, or paving, to return all areas to finish grade. This
work will be completed under the original contract with no extra cost to the owner.
Pipe installed under public or private roads shall be Ductile Iron unless otherwise noted on the Plan
or approved by Designer. Pipe shall be installed in accordance with local codes and regulations
governing road crossings.
Pipe installed at bridge or stream crossings shall be Schedule 40 steel or Ductile Iron with joint
restraints unless otherwise noted on the Plan or approved by Designer. Pipe on bridge crossings
shall be installed with pipe supports at 5’ (I ,5 m) intervals along the bridge crossing. Pipe shall be
installed underneath the bridge wherever possible.
Pipe and fittings installed above ground shall be Schedule 40 galvanized steel unless otherwise
noted on the Plan or approved by Designer. Piping shall be painted with rust resistant paint; light
gray in color, or as otherwise required by local code or the Owner.
Add the following section:
308-5.2.6 Installation of Brass Pipe. The Contractor shall 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. The Contractor shall ream and remove rough edges or burrs
on all pipe so that smooth and unobstructed flow is obtained, place Teflon tape, Teflon dope, or
approved equal on male threads only, and tighten to prevent any leakage. The Contractor shall
tighten screwed joints with tongs or wrenches. Caulking is not permitted.
Add the following section:
308-5.3. Installation of Valves, Valve Boxes, and Special Equipment. Add the following: The
Contractor shall install each control valve in a separate valve box with a minimum of 300 mm (12”)
separation between valves and 150 mm (6”) from any fixed object or structure.
I)
308-5.3.1 REMOTE CONTROL VALVES. All recycled water sprinkler control valves shall be tagged
with identification tags. Tags shall be weatherproof plastic 3x4” purple in color with the words:
“Warning, Recycled Water, Do Not Drink” imprinted on one side and “Aviso-Agua Impura-No
Beber” on the other side. Imprinting shall be permanent and black in color. Use tag as
manufactured by T. Christy Enterprises or approved equal.
One tag shall be attached to each valve as follows:
A. Attach to valve stem directly or with plastic tie wrap or
B. Attach to solenoid wire directly or with plastic tie wrap or
C. Attach to valve cover with existing valve cover bolt.
Where noted on plans, install pressure regulator with gauge in separate valve box upstream of and
adjacent to remote control valvehalves.
308-5.3.2 Quick Coupling Valve. Quick Coupling Valve (recycled water). Recycled water quick
coupling valves shall be of a type designed for the use on recycled water distribution systems
(spikes not interchangeable with potable water quick coupling spikes) per Carlsbad Municipal Water
District rules and regulations. Quick coupling valves used in recycled water systems shall conform
to the following:
’3 Revised 0211 712005 Contract No. 39721-3 Page 55 of 65 Pages
a. Recycled water quick coupling valves used in recycled water systems shall have ACME-type
threads (spikes not interchangeable with potable water quick coupling spikes) and purple colored
locking covers permanently attached to the valve.
b. Quick coupling valves shall be Nelson No. 7645, Hunter No. HV-IOOA-RL-NP or approved equal.
Installation location for each quick coupler shall be determined by the owner or owner's
representative prior to beginning installation.
a. Quick coupling valve (green water)
The quick coupling valves, where shown shall be standardized at all picnic areas and any other area
as determined by owner. The decision of this standard shall be determined by the owner or the
owner's representative before beginning installation.
308-5.3.3 Gate Valves. Install per detail. Gate valve shall be equipped with brass handwheel and stainless steel nut.
308-5.3.4 Pressure Regulator. Install in box separate from remote control valve or any other
valve, and so that there is adequate room for adjustment and for viewing gauge. Set regulator
pressure at pressure optimum for equipment downstream. Ensure regulator is factory set at
pressure safe for equipment operation prior to loading entire system.
Add the following section
308-5.3.6 Valve Boxes. The Contractor shall install no more than one valve per box. All boxes are
to be marked as to the type of valve. Remote control valve boxes shall also indicate control station number.
riser assemblies of sprinkler heads as detailed, where required.
Add the following section: 308-5.3.8 Backflow Preventer. The Contractor shall install backflow preventer
accordance with manufacturer's specifications and as directed on drawings. Exact positioning shall be verified on the site by the Engineer.
Add the followina section:
0 Add the following section:
308-5.3.7 Excess-Flow Anti-Drain Valves. Excess-flow anti-drain valves shall be installed in the
assembly in location and
308-5.3.9 Swhg Check Valve. Swing check valve shall be installed in the lateral line
approximately where shown, as required, to prevent low-head drainage.
308-5.4.4 Sprinkler Head Adjustment. Add the following: The Contractor shall flush and adjust all
irrigation heads and valves for optimum performance and to prevent overspray onto walks, roadways buildings, walls, and other structures. Install reclaimed water identification as required to
all heads.
308-5.5 Automatic Control System Installation. Delete and replace with the following subsections:
308-5.5.1 Controller Power Wire.
A. All controller power wire shall be of the type and size as indicated on the Plan, or as otherwise
required by local code.
B. All controller power wire shall be installed as indicated on the Plan, or as otherwise required by
local code.
' @ Revised 02/17/2005 Contract No. 39721-3 Page 56 of 65 Pages
308-5.5.2 24- Volt Wiring.
A. 24 volt control wires from controllers to VIH sprinklers or remote control valves shall be #14
UF (1,6 mm, 41 10 circular mils) copper wire for direct burial.
B. 24 volt common wires from controllers to VIH sprinklers or remote control valves shall be #I2
UF (2,l mm, 6530 circular mils) copper wire for direct burial.
C. Provide one low voltage control wire for each valve-in-head sprinkler or remote control valve.
Low voltage sprinkler and valve control wires shall be run from each sprinkler or remote
control valve location to the satellite controller location. Connections of common stations
shall be made in electrical junction boxes adjacent to the satellite controller location or in the
satellite controller cabinet.
D. Provide one low voltage common wire connecting each sprinkler and remote control valve to
the satellite controller. No common wire shall be connected to more than one satellite
controller. Common wire shall be white or light gray in color.
E. Splices shall be made moisture proof with 3M-DBY or approved equal sealing material.
F. All 24 volt wire shall be installed from 2,500' (760 m) reels and shall be spliced only as
follows:
(1) Where connected to valves or sprinklers.
(2) Where lateral line trench joins main line in lateral isolation valve boxes.
(3) At junction box locations adjacent to satellite controllers.
(4) All splices other than those at valve-in-head sprinklers shall be accessible in a
junction box.
G. Minimum depth of cover for all 24-volt wire shall be as indicated on the Plan. Wiring may be
installed by a suitable trenchless installation, but wire must not be pulled through the ground.
A machine with a rack for wire reels and a blade with a wire chute should be used to lay wire
into ground. This method should be used only where soil conditions permit installation
without damaging, wire. This method may not be used if trenching is specifically called for on
the Plan.
H. 24-volt wire shall be run with or be in a common trench with pipe (lateral or main). The only
exception is to get from the controller to the pipe line location.
I. A 2 foot (60 cm) expansion loop shall be provided at each sprinkler. Expansion loop and
splice shall be buried immediately below the pilotkolenoid side of the sprinkler.
308-5.5.3 Communications Wire
A. Communications wire between the central controller and the satellite controllers shall be of
size and type indicated on the Plan, and shall conform to the controller manufacturer's
specifications and installation guidelines.
B. Communications wire from the weather station to the central computer location shall be of
size and type indicated on the plans, and shall conform to the controller manufacturer's
specifications and installation guidelines.
a Revised 02/17/2005 Contract No. 39721-3 Page 57 of 65 Pages
C. All splices in communications wire shall conform to the irrigation controller manufacturer‘s
specifications and installation guidelines.
308-5.5.4 Trench Markers. (Constant Pressure Recycled Water Pipelines). Add the following
subsection: Warning tapes shall be installed directly on top of the pipe longitudinally and shall be
centered. The warning tape shall be installed continuously for the entire length of the pipe and shall
be fastened to each pipe length by plastic tape banded around the pipe with fasteners no more than
5 feet apart. Taping attached to the sections of pipe before laying in the trench shall have flaps
sufficient for continuous coverage. All risers between the mainline and control valves shall be
installed with warning tape. A second warning tape running continuously above piping to be
installed 12 inches above reclaimed water line.
308-5.5.5 Controller Charts. Add the following section: The Contractor shall prepare record
drawings which shall be submitted to the owner’s representative for approval by the owner‘s
representative before charts are prepared. The contractor shall provide one controller chart of the
maximum size the controller door will allow, for each controller supplied, showing the area covered
by that automatic controller. The chart shall be a reduction of the actual record system drawing with
a legend to explain all symbols. If the controller sequence is not legible when the drawing is
reduced, the contractor shall enlarge it to a size that will be readable when reduced. The contractor
shall photocopy the chart, then with a pastel transparent color, show area of coverage for each
station. When completed and approved, the contractor shall hermetically seal the chart between two
pieces of plastic, each piece being a minimum 20 mils thick. The Contractor shall complete the
charts and obtain the owner’s representative’s approval prior to final inspection of the irrigation
system.
308-5.6.2 Pipeline Pressure Test. Delete and Replace with the Following: Leakage tests on
main line pipe shall be conducted in accordance with the following parameters. Tests shall be
performed on each section of main line between gate valves as soon as the section is completed.
The purpose of a leakage test is to establish that the section of line to be tested, including all joints,
fittings and other appurtenances, will not leak or that leakage is within the limits of the applicable
leakage allowance.
Normal operating pressure is usually applied for tests. This should be maintained as constant as
possible throughout the period of test. Measurement of the amount of additional water pumped in
during test provides a measurement of the amount of leakage, if any. In setting up a section of line
for test, an air relief valve should be provided. Air trapped in the line during test will affect test
results.
A two hour test is recommended and the leakage allowable shall be determined by the
formula:
NDJP L=
where;
7400
L is the allowable leakage, in gallons per hour
N is the number of joints in the length of pipeline tested
D is the nominal diameter of the pipe in inches
P is the average test pressure during the test in pounds per square inch gauge.
Leakage values determined by the above formula are shown in the table below.
@ Revised OZl7/2005 Contract No. 39721-3 Page 58 of 65 Pages
16 I .76 (2.88) I 1.08 (4.09) I 1.32 (5.00) I 1.53 (5.79) I 1.71 (6.47) I
20
24
18 I .86 (3.26) I 1.22(4.62) I 1.49(5.64) 1 1.72 (6.51) I 1.92 (7.27)
.96 (3.63) 1.35 (5.11) 1.66 (6.28) 1.91 (7.23) 2.14 (8.10)
1 .I 5 (4.35) 1.62 (6.13) 1.99 (7.53) 2.29 (8.67) 2.56 (9.69)
If leakage exceeds the value listed in the table, the leak must be found and repaired and
a new test performed. Consideration should be given to any valves isolating the test
section. Many water works, valves are not designed for leakproof operation. Leakage
through these valves can distort actual leakage figures.
308-5.6.3 Sprinkler Coverage Test. Add the following: This test shall be accomplished before any
ground cover is planted.
308-5.6.5 Inspections Of The Irrigation System. Add the following:
A. The owner’s representative will make the following inspections during construction:
1. Leakage test for piping system.
2. Inspection for trench settlement or raising and for proper grade of sprinkler heads and
valve boxes upon completion of installation. 3. Inspection for proper repair of installation damage to blacktop, concrete, grades, land-
scaping, etc., Upon completion of installation. 4. Test of automatic operation of all equipment. All equipment must operate satisfactorily
for fifteen (1 5) days after completion of installation before final acceptance.
Contractor shall conduct a cross connection test and coverage test as directed by the
Carlsbad Municipal Water District Engineer or the San Diego County Department of Envi-
ronmental Health Services prior to any use of recycled water.
City of Carlsbad inspection procedures
0
B.
C. 1.
2.
City construction inspection shall include:
a. Location of pipe lines
b. Trench depths
c. Required separation (horizontally and vertically). d. Pipe identification e. Points of connection (POCs) f. Location and identification of sprinkler heads g. Warning signs at the site and on the trucks hauling recycled water (if recycled used for construction) An approval letter regarding the inspection of the project shall be obtained from
water is
the City and the District, andbe foharded to the county health department prior to final inspec- tion approval.
District final inspection shall include:
a. Coverage test, after completion of the sprinkler system, to determine the adequacy
of coverage on the approved use area and protection of areas not approved for receiv- ing recycled water. b. Warning signs and labels.
@ Revised 02/17/2005 Contract No. 39721-3 Page 59 of 65 Pages
c. Quick coupling valves.
d. All aspects of the irrigation conditions, including wind blown spray, runoff and ponding. e. Required protection of all residential areas. f. Required protection of well, streams, reservoirs, etc.
g. Cross-connection.
a. A complete inspection which should cover parts "A", "B", and "G" of the District final
inspection.
3. Annual inspection shall include:
Add new subsection:
308-5.6.6 Wire 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 fw (50) megaohms. Any wiring not meeting this requirement shall be replaced, at the contractor's
expense.
308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Add the following: 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 Golf Course Architect is given to begin the
Maintenance Period, and shall continue thereafter for no less than sixty (60) continuous calendar
days.
The Contractor or his authorized representative shall be on the site at the time of each site observation
visit by the Golf Course Architect.
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.
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 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.
The Contract completion date of the Contract Maintenance Period will be extended, when in the opinion
of the Golf Course Architect, improper maintenance and/or possible poor or unhealthy condition of
planted material 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.
For hydroseeded areas, median planting and mitigation area, The Contractor shall maintain said
areas for period of no less than 120 days or until final acceptance of the project, whichever is the
greater. Mowing is not required for hydroseeded areas. The Contractor shall provide complete landscape maintenance of all planted areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, supplementary fertilization, repair of irrigation
systems, and control of diseases and pests. The Contractor shall submit a written plan to control
weeds, disease, and pest infestations in the planting areas. The submittal shall conform to the
requirements for shop drawings as specified in section 2-5.3 et seq. of the specifications. The Engineer
shall approve all methods and materials for such control. Upon approval, the Contractor shall
implement the control measures, exercising extreme caution in using pesticides and taking all steps to
ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying
'3 Revised 02/17/2005 Contract No. 39721-3 Page 60 of 65 Pages
work. During the plant establishment period, the Contractor shall furnish sufficient workers and
equipment on a daily basis to perform the work required by this section. Any day when the Contractor
fails to adequately cany out specified maintenance work, as determined necessary by the Engineer, will
not be credited as one of the plant establishment days. All planting areas which are damaged by
construction shall be repaired by the Contractor within twenty (20) days following completion of
construction of such. The Contractor shall repair such damaged areas. The repair shall consist of
bringing the damaged area back to final grade, preparing the soil, replanting the area with the same
vegetation as originally specified, and maintaining the area to achieve acceptable plant establishment.
0
The Contractor shall provide temporary irrigation for hydroseeded areas for a minimum of 120 days to
ensure adequate plant establishment. Towards the end of the maintenance period, the Contractor
shall gradually reduce the amount of irrigation to allow plant adaptation to non-irrigated conditions.
Upon the approval of the engineer, the temporary irrigation system shall be shut off at the end of the
maintenance period. The hydroseeded areas must have their growth of 80% established and the
coverage must be evenly successful over the entire hydroseeded area and adequate to prevent
erosion no less than 30 days before the end of the maintenance period. Should the coverage not be
achieved the maintenance period shall be extended until the required coverage is achieved plus an
additional 30 day period. The Contractor shall call for a final inspection 30 days before the end of the
maintenance period and at the end of the maintenance period. Failure to pass inspection will result in
an extension of the maintenance period. The Contractor shall continue to provide maintenance for such time necessary to obtain conformance to the specifications.
308-7 GUARANTEE. Add following: The Contractor shall guarantee all 600 mm (24") box trees
installed under the contract to live and grow for one year from the day of final acceptance of the
contract work. The Contractor shall guarantee all other plant material, including ground covers to live
and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the
contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material
found to be dead, missing, or in poor condition during the maintenance period within 5 days of
discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be
replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall
be made to the same specifications required for the original plantings.
The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form
that all work showing defects in materials or workmanship will be repaired or replaced at no cost to
the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee
form shall be retyped on the Contractor's letterhead and contain the following verbiage:
"Guarantee For Vegetation, Planting and Irrigation System
For Carlsbad Municipal Golf Course"
We hereby guarantee that the vegetation, planting and irrigation system we have furnished and
installed for (project name) is free from defects in materials and workmanship, and the work has
been completed in accordance with the drawings and specifications. We agree to repair or replace
any defect in vegetation, material or workmanship, including that due to ordinary wear and tear,
which may develop during the periods specified in section 308-7 of the Standard Specifications and
the Special Provisions of said project from date of completion of the Work or termination of any
maintenance period, whichever is the later, and also to repair or replace any damage resulting from
the repairing or replacing of such defects at no additional cost to the Agency.
This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall
make such repairs or replacements within a reasonable time, as determined by the Engineer, after
receipt of written notice. In the event of failure to make such repairs or replacements within a I)
@ Revised 02/17/2OO5 Contract No. 39721-3 Page 61 of 65 Pages
reasonable time affer receipt of written notice from the Engineer, we authorize the Engineer to
proceed to have said repairs or replacements made at our expense, and we will pay the costs and
charges therefore upon demand.
Project: (Project Name)
Location: (Legal Description of Project Property)
Name of Contractor:
Address: (Of Contractor)
Telephone: (Of Contractor) By: (Typed or printed names of signing Officer@) of the Contractor authorized to bind the Contractor
in legal matters) Title: (Of said oficer(s))
Signature(s)
Date of Execution:"
Add the following section:
308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor
shall prepare record drawings that show all changes in the work constituting departures from the
original contract drawings, including those involving both constant-pressure and intermittent-pressure
lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one set of blue
line prints of the irrigation drawings, all changes in work constituting departures from the original
contract drawings, including changes in both pressure and nonpressure line. The Contractor shall post information on record drawings no later than the next working day after the work is installed. The
Contractor shall record changes and dimensions in a legible and professional manner. When the
drawings are approved by the Engineer the Contractor shall transfer all information to a set of
reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor
from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The
accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical
and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm ('Is") in size.
Facilities and items to be located in their horizontal and vertical positions and shown on the record
drawings include all:
a)
b) c) Backflow preventors
d) e) Irrigation control valves. 9 Quick coupler valves
g) Routing of service wires
h) Routing of control wires
i) Electrical service equipment
j) Electrical junction boxes
k) Irrigation controllers
I) Sleeves for future connections
m) Other equipment of a similar nature (as directed by the Engineer).
Point(s) of connection, for water and electrical services
Routing of irrigation pressure mainlines
Ball, gate and check valves
The Contractor shall keep the blue print drawings available for the Engineer's inspection at any time.
The Contractor shall make all changes to reproducible drawings in waterproof black ink (no ball point
pen). Changes in dimensions shall be recorded in a legible and professional manner. Record
construction drawings shall be maintained at the job site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blue-line prints of the
proposed "record" drawings for, and obtaining their approval by, the Engineer.
Add the following section:
308-7.2 Operation and Maintenance Manuals. The Contractor shall prepare and deliver to the
e Revised 0211 712005 Contract No. 39721-3 Page 62 of 65 Pages
Engineer, within 10 calendar days prior to completion of construction, all required and necessary
descriptive material in complete detail and sufficient quantity, properly prepared in four individual
bound copies. The descriptive material shall describe the material installed in sufficient detail to
permit qualified operating personnel to understand, operate, and maintain all equipment. The
Contractor shall include spare parts list and related manufacturer information for each equipment
item installed. Each manual shall include the following:
a) Index sheet stating Contractor's address and telephone number. b) Duration of Guarantee period.
c) List of equipment, with names and addresses of manufacturer's local representative.
d) Complete operating and maintenance instructions on all major equipment.
e) In addition to the maintenance manuals, the Contractor shall provide the agency maintenance personnel with instructions for major equipment, and show written evidence to the Engineer at
the conclusion of the work that this service has been rendered.
0
Add the following section:
308-7.3 Check List. The Contractor shall complete and forward signed and dated checklist to the
Engineer before final acceptance of project.
the following checklist at the end of the project, using the format shown:
a) Plumbing permits (if none required, so note)
b) Materials approval
c) Pressure mainline test (by whom, and date)
d) Record drawings completed (received by, and date)
e) Controller chart completed (received by, and date) 9 Materials furnished (received by, and date)
g) Operation and maintenance manuals furnished (received by, and date)
h) System and equipment operation instructions (received by, and date)
i) Manufacturer warranties (received by, and date)
j) Written guarantee by Contractor (received by, and date)
308-8 MEASUREMENT AND PAYMENT. Add the following: The lump-sum or unit prices set
forth in the contract documents shall include, but not be limited to, full compensation for furnishing
all labor, materials, tools, and equipment and performing all work necessary to complete, maintain,
and guarantee the planting and irrigation work described or specified in the contract documents,
including soils testing and recommended soil amendments, seed and hydroseed slurry, tree stakes,
bark mulch, erosion control matting, plant materials, temporary irrigation and permanent irrigation,
including reduced-pressure back-flow preventer, ball valves, drip valve assembly, electric control
valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical
conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connection from
electrical service to irrigation electrical meter, connection from meter to irrigation controller(s),
installation of controller enclosure, concrete pads, preparation, correction, reproduction and
lamination of "as-built" drawings, controller charts, assembly and submittal of the check list and
operation and maintenance manuals and all appurtenances to the aforementioned items, as well as
120 days' maintenance and project guarantees. After completion of the project, the Engineer will
retain up to 10% of the total contract amount and will subsequently disburse the retained amount to
the Contractor upon completion of the punch-list work. The Engineer reserves the right to withhold
payment until all punch list submitted to the Contractor are completed.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES.
310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth
paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision
'3 Revised 02/17/2005 Contract No. 39721-3 Page 63 of 65 Pages
necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks,
and other designated markings in accordance with the Plans, or for approved temporary detours
essential for safe control of traffic through and around the construction site. The Contractor shall
remove by wet grinding all existing or temporary traffic markings and lines that may confuse the
public. When temporary detour striping or markings are no longer required, they shall be removed
prior to painting the new traffic stripes or markings.
31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall
provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic
Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane
more than 3 mm (I/*”) in 3 m (IO’) when measured parallel to the centerline of the street or more
than 6 mm (‘/qn) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of
any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall
be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having
jurisdiction.
31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor
shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street
into any storm drain or water course and when approved by the Engineer. The Contractor shall
vacuum all water and detritus resulting from high velocity water jet striping removal from the
pavement immediately after the water jetting and shall not allow such materials to flow in the gutter,
enter the storm drain system or to leave the pavement surface. Surface variation limitations for high
velocity waterjet striping removal shall be the same as for grinding. The Contractor shall not use dry
or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted.
310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor
shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight
stripes deviating more than 80mm per 1OOmm (1/ 2 inch in 50 feet) by wet grinding, and then
correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of
surface course asphalt and as the work progresses.
310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply
the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one
coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly
visible both day and night.
310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary
traffic striping, curb markings and pavement markings as shown on the plans and required by the
specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and
no additional compensation will be allowed therefore. Reapplication of temporary stripes and
markings shall be repainted at the Contractor’s expense, and no additional compensation will be
e Revised 02/17/2005 Contract No. 39721-3 Page 64 of 65 Pages
allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment. materials.
and incidentals for doing all'work in installing the final and temporary traffic striping.'
Add the following Section: 310-7 PERMANENT SIGNING
Add the following Section:
31 0-7.1 General. Add the following section: The Contractor shall provide and install all permanent
traffic control signs at locations shown on plans and as specified herein.
Add the following section:
31 0-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the
plans or required in the specifications are a part of the lump-sum item for permanent signing and
payment therefore shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all the work involved in supplying and installing permanent
signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard
Specification and these special provisions, and as directed by the Engineer.
e Revised 02/17/2005 Contract No. 39721-3 Page 65 of 65 Pages
SECTION 02721 - LANDSCAPE DRAINAGE SYSTEM
PART1 - GENERAL
1.01
A.
B.
1.02
A.
1.03
A.
PART 2 -
2.01
A.
B.
C.
D.
GENERAL CONDITIONS:
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 The State of California.
SUMMARY:
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 :
Contractor shall submit a complete list of all drainage materials to be used
a minimum of six (6) weeks prior to delivery.
PRODUCTS
MATERIALS:
Solid Drain Pipe - Smoothwall: Pipe shall be manufactured from high
density polyethylene resin conforming to ASTM D-3350.
Drain Pipe Fittings: Fittings shall be styrene conforming to ASTM D-
2852, 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,
unplasticized 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” - 1/27.
CARLSBAD GOLF COURSE CLUBHOUSE LANDSCAPE DRAINAGE SYSTEM
02721- 1
E.
F.
G.
PART 3 -
3.01
A.
B.
C.
D.
E.
F.
G.
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 (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 (800)
23 3 -2509.
Drainage Mat (Over Waterproofing): MiraDRI by “MiraDRArN”. A self-
adhering prefabricated drainage core/fabric abutting concrete masonry
walls.
EXECUTION
INS TALL ATION:
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:
accordance with manufacturer’s published directions.
Install pipe to line and grade indicated on the drawings, in
Trenching: Comply with Section 028 10, 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 028 10, 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.
Install Drainage Mat as per manufacturer’s detail and specifications.
3.02 TESTING:
A. Test all lines to insure positive drainage flow and to determine any leakage
in lines.
CARLSBAD GOLF COURSE CLUBHOUSE LANDSCAPE DRAINAGE SYSTEM
‘ 02721- 2
B. Clean out and re-test all lines which have restricted flow of any kind.
C. Repair all damaged, restricted flow, and leaking lines and connections.
3.03 RECORD DRAWINGS
A. Record all work on Record Drawings prior to backfilling lines and
improvements, showing piping locations and invert elevations.
3.04 PROTECTION
A. Protect all inlets from entrance of foreign material and debris.
, B. Protect all inlets and grates from traffic and damage.
* * * END OF SECTION* * *
CARLSBAD GOLF COURSE CLUBHOUSE LANDSCAPE DRAINAGE SYSTEM
0272 1 - 3
SECTION 02810 - IRRIGATION SYSTEM
PART 1 - GENERAL 0
1.01 GENERAL CONDITIONS:
A. 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.
1.02 SCOPE:
A. The work includes all services, labor, materials, transportation and
equipment necessary to perform the work as shown and/or noted
on the drawings and/or as specified.
'1.03 SUBMITTALS:
A. Submit a list (5 copies) of all irrigation equipment to be used,
manufacturer's brochures, maintenance manuals, warrantees and
operating instructions, within 30 days of notice to proceed.
1. The Contractor shall furnish the articles, equipment,
materials or processes specified by name in the drawings
and specifications. No substitutions will be allowed
without prior written approval by the Architect.
2. Complete material list shall be submitted prior to
performing any work. Material list shall include the
manufacturer, model number and description of all
materials and equipment to be used.
3. Equipment or materials installed or furnished without
prior approval of the Architect may be rejected and the
Contractor required to remove such materials fiom the
site at Contractor's own expense.
4. Approval of any item, alternate or substitute indicates
only that the project or products apparently meet the
requirements of the drawings and specifications on the
basis of the information or samples submitted.
CARLSBAD GOLF COURSE CLUBHOUSE IRRIGATION
0281 0-1
5. Manufacturer’s warranties shall not relieve the
Contractor of Contractor’s liability under the guarantee.
Such warranties shall only supplement the guarantee.
1.04 GUARANTEE:
A. The Contractor shall submit written irrigation guarantee in
approved form that all work showing defects in materials or
workmanship will be repaired or replaced at no cost to the engineer
for a period of one year fiom the date of acceptance by the
engineer. The guarantee form shall be retyped on the contractor’s
letterhead and contain the following verbiage:
Guarantee for irrigation system for (Project Name)
We hereby guarantee that the irrigation system we have furnished
and installed for (Project Name) is free fiom defects in materials
and workmanship. The work has been completed in accordance
with the drawings and specifications. We agree to repair or replace
any defect in material or workmanship, including that due to
ordinary wear and tear, which may develop during the periods
specified in Section 308-7 of the standard specifications and the
termination of any maintenance period, whichever is the later, and
also to repair or replace any damage resulting Gom the repairing or
replacing of such defects at no additional cost to the agency.
This guarantee does not extend to unusual abuse or neglect that
may occur subsequent to the date of completion of the work or
termination of any maintenance period, whichever is the later. We
shall make such repairs or replacements within a reasonable time,
as determined by the engineer, after receipt of written notice. In
the event of failure to make such repairs or replacements within a
reasonable time after receipt of written notice from the engineer,
we authorize the engineer to proceed to have said repairs or
replacements made at our expense, and we will pay the costs and
charges therefore upon demand.
Project: project Name)
Location: (Zegal Description of Project Property)
Name of Contractor:
Address: (Of Contractor)
Telephone: (Of Contractor)
By: (Typed or printed names of signing Offer(s) of the
Contractor authorized to bind the Contractor in legai matters)
Title: (Of said ofjcer(s))
Signature(s) :
.
CARLSBAD GOLF COURSE CLUBHOUSE I RR IG AT10 N
028 1 0-2
Date of Execution:
1.05 SITE OBSERVATION VISITS:
A. In all cases where site observation visits of the irrigation system
work are required and/or where portions of the work are specified
to be performed under the direction and/or site observation of the
Owner’s representative, the Contractor shall notify the Owner’s
representative at least 2 working days in advance of the time such
site observations and/or directions are required.
B. Site observation will be required for the following parts of the
work:
1. Leakage test for piping system.
2. Inspection for trench settlement or raising and for proper
grade of sprinkler heads and valve boxes upon completion
of installation.
3. Inspection for proper repair of installation damage to
blacktop, concrete, grades, landscaping, etc., upon
completion of installation.
4. Test of automatic operation of all equipment. All
equipment must operate satisfactorily for fifteen (1 5) days
after completion of installation before final acceptance.
C.
D.
Contractor shall conduct a cross connection test and coverage test
as directed by the Carlsbad Municipal Water District Engineer or
the San Diego County Department of Environmental Health
Services prior to any use of recycled water. Coverage test shall
take place prior to planting.
City of Carlsbad inspection procedures
1. City construction inspection shall include:
a. Location of pipe lines
b. Trench Depths
c.
d. Pipe identification
e. Points of connection (P.O.C.’S)
f.
Required separation (Horizontally and Vertically)
Location and identification of sprinkler heads
CARLSBAD GOLF COURSE CLUBHOUSE
I
IRRIGATION
028 1 0-3
g. Warning signs at the site and on the trucks hauling
recycled water (If recycled water is used for
construction).
An approval letter regarding the inspection of the project shall be obtained
fiom the City and the Water District, and be forwarded to the County Health
Department prior to final inspection approval.
2. Water District inspection shall include:
a. Coverage test, after completion of the sprinkler
system, to determine the adequacy of coverage on
the approved use area and protection of areas not
approved for receiving recycled water.
b. Warning signs and labels.
C. Quick coupling valves.
d.
e.
f.
g. Cross-connection.
All aspects of the irrigation conditions, including
wind blown spray, runoff and ponding.
Required protection of all residential areas.
Required protection of well, streams, reservoirs, etc.
3. Annual inspection shall include a complete inspection
which should cover parts “a”, “b” and “g” of the Water
District final inspection.
1.06 TESTING:
A. All PVC mains shall be subjected to a pressure test of 125 PSI for a
time period of no less than 2 hours (duration to be approved by
Owner’s representative) and shall be watertight. All remote control
valves, quick coupling valves and shut-off valves shall be installed
prior to testing. All testing shall be in the presence of the Owner’s
representative unless otherwise authorized. If leaks develop,
replace joints and/or pipe and repeat test until entire system is
proven watertight.
B. All installed irrigation control wiring shall be visually observed
exposed in open trenches by the Owner’s representative.
C. Approval shall be received before backfilling any trench. Do not
cover any lines and wires until they have been checked and
approved.
CARLSBAD GOLF COURSE CLUBHOUSE IRRIGATION
028 1 0-4
1.07 RECORD DRAWINGS:
A. Before final acceptance of work and prior to preparing Controller
Charts, the Contractor shall provide a record set of drawings
showing the irrigation system work. Information shall be on sepia
mylar transparencies for reproduction purposes. Lettering shall be
1 /4" height, minimum. All items changedrelocated from original
drawings shall be so indicated with the same symbol in the new
location, the original symbol erased. All noteskallouts pertaining
to the item shall be directed to new location. All work shall be
neat, in black ink and subject to the satisfaction of the Owner's
representative.
B. All valves shall be numbered by station and corresponding
numbers shall be shown on the record drawings.
C. All remote control valves, shut-off valves, irrigation sleeves, spare
wire stub-out locations, pull boxes, mainline, (potable greens water
and recycled water), piping in or on structure, and quick coupling
valves shall be located by two measured dimensions, to the nearest
one-half foot, Dimensions shall be given from permanent objects
such as buildings, sidewalks, curbs, walls, structures and
driveways.
D. The Contractor shall provide one controller chart of the maximum
size the controller door will allow, for each controller supplied,
showing the area covered by that automatic controller. The chart
shall be a reduction of the actual record system drawing with a
legend to explain all symbols. If the controller sequence is not
legible when the drawing is reduced, the Contractor shall enlarge it
to a size that will be readable when reduced. The Contractor shall
photocopy the chart, with a pastel transparent color used to show
area of coverage for each station. When completed and approved,
the Contractor shall hermetically seal the chart between two pieces
of plastic, each piece being a minimum 20 mils thick. The
Contractor shall complete the charts and obtain the Owner's
representative's approval prior to final inspection of the irrigation
system.
CARLSBAD GOLF COURSE CLUBHOUSE I RRlG ATION
028 1 0-5
1 .OS OPERATION AND MAINTENANCE MANUALS:
A. The Contractor shall prepare and deliver to the Owner’s
representative within 10 calendar days prior to completion of
construction, all required and necessary descriptive material in
complete detail and sufficient quantity, properly prepared in four
individual bound copies. The descriptive material shall describe the
material installed in sufficient detail to permit qualified operating
personnel to understand, operate, and maintain all equipment. The
Contractor shall include spare parts list and related manufacturer
information for each equipment item installed. Each manual shall
include the following:
1. Index sheet stating Contractor’s address and telephone
number.
2. Duration of guarantee period.
3. List of equipment, with names and addresses of
manufacturer’s local representatives.
4. Complete operation and maintenance instructions on all
. major equipment.
5. In addition to the maintenance manuals, the Contractor
shall provide the Agency maintenance personnel with
instructions for major equipment, and show written
evidence to the Owner at the conclusion of the work that
this service has been rendered. Project record drawings
shall be reviewed by the Owner before controller charts are
prepared.
1.09 GENERAL REQUIREMENTS:
A. Code requirements shall be those of State and Municipal Codes
and Regulations locally governing this work, providing that any
requirements of the Drawings and Specifications, not conflicting
therewith, but exceeding the Code Requirements, shall govern
unless written permission to the contrary is granted by the Owner’s
representative.
CARLSBAD GOLF COURSE CLUBHOUSE I R R I G AT I ON
028 10-6
B. The reclaimed water irrigation system shall be installed and
maintained per the Carlsbad Municipal Water District “Carlsbad
Recycled “Rules and Regulations for Construction of Recycled
Water Mains”, dated October 1993. Provide installing and
maintenance personnel with instruction of these Rules and
Regulations prior to starting any work. Provide written verification
to the Owner’s representative that this has been done, prior to start
of work.
C. Extreme care shall be exercised at all times by the Contractor in
excavating and working in the project area due to existing utilities.
Contractor shall be fully responsible for expenses incurred in the
repair of damages caused by Contractor’s operation.
D. Plan locations of heads, valves, controller(s) and pipe lines are
diagrammatic and indicate the spacing and relative locations of all
installations. Final locations shall be determined by final site
conditions and plantings.
E. 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
Owner’s authorized representative. In the event this notification is
not performed, the Contractor shall assume full responsibility for
any revision necessary.
F. Work of this Section which is allied with work of other trades shall
be coordinated as necessary.
G. Trenches for irrigation pressure lines shall be excavated wide
enough to allow a minimum of four inches between parallel pipe
lines and eight (8) inches from lines of other trades (other than
potable water). 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
forty-five (45) degrees.
H. Point of connection shall be approximately as shown on drawings.
Connect new underground piping and valves and provide all
flanges, adapters and other necessary fittings for connection.
CARLSBAD GOLF COURSE CLUBHOUSE I R RI GAT1 ON
028 1 0-7
I. Permission to shut off any existing in-use water line must be
obtained 48 hours in advance, in writing from the Owner. The
Contractor shall receive instructions from the Owner as to the
exact length of time of each shut-off.
J. Contractor shall acquaint himselfherself with all site conditions
and proposed site conditions as indicated on the plans and
specifications.
PART 2 - PRODUCTS
2.01 STANDARD PRODUCTS:
A. Materials hished under this specification shall be standard
products of manufacturers regularly engaged in the production of
such materials, and shall be the manufacturers’ latest standard
design that complies with the specification requirements.
2.02 POLYVINYL CHLORIDE PIPE AND FITTINGS:
A. All buried piping in the reclaimed water system shall be installed
with warning tape identifying it as reclaimed water with the
exception of intermittent pressure lines. Intermittent pressure lines
(lines on the downstream side of a controller valve that will not be
subject to constant pressure) may be excepted as long as it is
apparent, due to line size and location as determined solely by the
Water District Engineer or Inspector, that the lines are part of a
reclaimed water sprinkler irrigation system.
Stenciled pipe, as specified below, will be accepted in conjunction
with warning tape.
1. Pressure mainline piping for sizes 3” and smaller shall be
PVC SCH 40, and shall be purple.
2. Pipe shall be made from an NSF approved Type 1, Grade 1,
PVC compound conforming to ASTM Resin Specifications
“D1784”. All pipe must meet requirements as set forth in
Federal Specifications PS-22-70, with an Appropriate
Standard Dimension (S.D.R) - (Solvent Weld Pipe).
3. Pipe shall be made from NSF approved Type 1, Grade 1,
PVC compound conforming to the ASTM Resin
Specifications “D 1785”. All pipe must meet requirements
CARLSBAD GOLF COURSE CLUBHOUSE I R R I GAT1 0 N
028 1 0-8
as set forth in Federal Specifications PS-2 1-70.
4. PVC solvent-weld and threaded fittings shall be of the
following of type schedules: 1-2, 1 1 - 1 NSF approved
conforming to ASTM Test Procedure D2466. SCH 80
straight socket type for upstream all valves, SCH 40
downstream remote control valves.
5. Solvent cement and primer for PVC solvent weld pipe and
fittings shall be of type and installation methods prescribed
by the manufacturer.
6. All PVC pipe must bear the following markings:
a. Manufacturer’s Name
b. Nominal Pipe Size
C. Schedule or Class
d. Pressure Rating in P.S.I.
e.
f. Date of Extrusion
NSF (National Sanitation Foundation) Approval
7. All fittings shall bear the manufacturer’s name of
trademai-k, material designation, size, applicable I.P.S.
Schedule and NSF Seal of Approval.
8. All pipe shall have stenciling appearing on both sides of the
pipe with the marking “RECLAIMED WATER’ in 578’’
letters repeated every 12 inches.
B. PVC non-pressure lateral line piping:
1. Non-pressure buried lateral piping shall be PVC SCH 40
with solvent-weld joints, and shall be purple.
2. Pipe shall be made from NSF approved, Type 1, Grade 2
PVC compound conforming to ASTM Specifications
“D 1 784”. All pipe must meet requirements set forth in
Federal Specification PS-22-70 with an appropriate
Standard Dimension Ratio.
3. Except as noted in Paragraphs 1 and 2 of Section A, all
requirements for non-pressure lateral line pipe and fittings
shall be the same as for solvent-weld pressure mainline
pipe and fittings as set forth in Section A of these
CARLSBAD GOLF COURSE CLUBHOUSE I R R I GAT10 N
0281 0-9
specifications, (Primer not required).
C. Potable Water Piping (Greens Water):
All PVC potable water piping installed within the same project
limits as the reclaimed water piping shall be installed in accordance
with the Uniform Plumbing Code and all other local governing
codes, rules and regulations. The pipe shall be continuously and
permanently marked with the manufacturer’s name or trademark,
nominal size, and schedule or class indicating the pressure rating.
In addition, all PVC potable water piping shall be blue or shall be
white with blue stenciling appearing on both sides of the pipe with
the marking “POTABLE WATER’ in 5/8” inch letters repeated
every 12 inches, and blue tape identifymg it as a potable water line
and stating “CAUTION: WATER LPJE BURIED BELOW”.
D. All Plastic pipe shall conform to Commercial Standards CS256-63.
2.03 BRASS PIPE:
A. Brass pipe shall be IPS Standard weight 125 pounds, 85% red brass.
2.04 COPPER PIPE:
A. Copper pipe shall be Type K hard copper.
2.05 FITTINGS AND CONNECTIONS:
A. Copper Pipe Fittings and Connections: Type K hard copper.
B. Brass Pipe Fittings and Connections: Standard 125 pound class 85%
red brass fittings and connections, IPS threaded.
C. Flexible risers shall be of line size IPS, PVC plastic threaded
adapters securely held to approximately 4.6” long synthetic rubber
or flex-vinyl hose shanks, 85 pound minimum. King Bros.,
Excalibre or equal.
D. Polyvinyl Chloride Schedule 80 Risers and Nipples: Type 1, Grade
1 , Schedule 80, high impact molded, manufactured from virgin
compounds as specified for piping and conforming to ASTM D-
2464. Threaded ends shall be molded threads only. Machined
threads are not acceptable. Minimum length shall be 3”.
CARLSBAD GOLF COURSE CLUBHOUSE I R R I GAT I ON
028 1 0-1 0
E. Polyvinyl Chloride swing joints assemblies: All swing joints shall
be as specified in the irrigation details.
2.06.1 WARNING TAPE FOR RECLAIMED WATER:
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.
Warning (caution) tape shall be as manufactured by Thor Enterprises, Inc.,
P.O. Box 450 Sun Prairie, Wisconsin, 53590, (Phone: (608) 837-7197).
2.07 SOLVENT CEMENTS AND THREAD LUBFUCANT:
A. Solvent cements 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 in the Appendix of ASTM
D2564.
B. Thread lubricant shall be 100% virgin liquid teflon, or approved ‘
equal, suitable for threaded installations as per manufacturer’s
recommendations. 0 2.08 AUTOMATIC CONTROL WIRE AND WIRE SPLICE CONNECTOR:
A. The Contractor shall refer to golf course irrigation specification
below, except as modified by golf course irrigation consultant.
Wire colors shall match colors expressly used for each controller
tied into.
1. All electrical control common wire shall be irrigation control
cable of Type “UF” 600 volt, solid copper, single conductor
wire with PVC insulation, and bear UL approval for direct
underground burial feeder cable.
2. Insulation shall be a minimum 4/64” thick covering of ICC-100
compound for positive waterproofing protection. Each satellite
controller shall have an individual control wire to respective
valves. Control and common wires for each satellite controller
shall be colored as follows:
CARLSBAD GOLF COURSE CLUBHOUSE I R R I GAT1 0 N
028 1 0-1 1
Alternate color groupings with controllers throughout
course.
Grows A & C:
#12 Common - Green
#14 Control - Red
Groups B & D:
# 12 Common - Blue
## 14 Control - Orange
3. Connections to be 3M DBY Direct Bury splice kit.
2.09 CONTROL VALVE:
A. Remote control valves shall be as specified in the irrigation legend.
2.10 VALVE BOX:
A. All reclaimed water system valve boxes shall be commercial grade,
lavender colored valve boxes. All potable water (Greens Water)
system valve boxes shall be the same in all regards except green in
color.
B. 10” x 10 ?4” round box for all gate valves, Carson Industries #910-
12B with purple bolt down cover or approved equal. Extension
sleeve shall be PVC-6” minimum size.
C. 9 ?4” x 16” x 1 1” rectangular box for all air and pressure release
valves, pressure regulators, pull boxes and control valves, Carson
Industries 14129-12B with purple bolt down cover or approved
equal.
2.1 1 SPRINKLER HEAD:
A. All sprinkler heads shall be of the same size, type and deliver the
same rate of precipitation with diameter (or radius) of throw
pressure, and discharge as shown on the plans andor specified in
these special provisions.
.
B. A fine granular material backfill will be initially placed on all
lines. No foreign matter larger than one-half (1/2) inch size will
be permitted in the initial backfill.
C. If settlement occurs and subsequent adjustments in pipe, valves,
sprinkler heads, lawn, planting, or other construction is
necessary, the Contractor shall make all required adjustments
without cost to the Owner.
CARLSBAD GOLF COURSE CLUBHOUSE IRRIGATION
0281 0-12