Loading...
HomeMy WebLinkAboutJaypro Sports Inc; 2005-12-19; FAC 05-08tf. ^ RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DGC# 2006-0118581 FEB17, 2006 422PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE G R E G 0 FlY J. S MIT H CO U N TY R E Cfl R D E R FEES 000 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: 2230606100 NOTICE OF COMPLETION Notice is hereby given that: 1 . The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on January 31 , 2006. 6. The name of the contractor for such work or improvement is Unified Sports Inc. dba Jaypro. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Stagecoach Gym Basketball Equipment Replacement, Contract Number PWS 06-09 FAC. 8. The street address of said property is 3420 Camino de los Coches. CITY OF CARLSBAD Greg Clavier Public Works Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on F^ofv^aj^v \H 20e<o . 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 ^^i^^f-. 20^ , at Carlsbad, California. CITY OF G CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The contractor has constructed the improvements required for Stagecoach Gym Basketball Equipment Replacement, Contract No. PWS 06-09 FAC, and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Installation new motorized basketball backstops (4). $27,592.00 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS 3. 2 o*t Glenn Pruim, Public Works Director Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above-described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above-described improvements. , . , \r RAYMOND R. PATCHETT, City Manager Date APPROVED AS TO FORM: Ronald R. BalL City/ktromey CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR r STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CONTRACT NO. FAC 05-08 BID NO. PWSO6-09FAC ... - I tern TABLE OF CONTENTS SUPPLEMENTAL PROVISIONS Part 1 General Provisions Pane Notice Inviting Bids ..................................................................................................................... Contractor's Proposal ................................................................................................................. Bid Security Form ....................................................................................................................... Bidder's Bond To Accompany Proposal ..................................................................................... 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 Techhical Ability And Experience.. .......................................................... Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive Liability And Workers' Compensation ......................................................................................... - Bidder's Statement Of Re Debarment ........................................................................................ Bidder's Disclosure Of Discipline Record ......................................................................... Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. Contract Public Works ............................................................................................................... Labor And Materials Bond ......................................................................................................... Faithful PerformanceNVarranty Bond ......................................................................................... Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ..................................... 5 9 13 14 16 18 19 20 21 22 23 25 26 32 34 36 . SUPPLEMENTAL PROVISIONS Part 1 Section I 1-1 1 -2 1-3 Section 2 2-3 2-4 2-5 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 ,- Section 5 5- 1 5-4 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 Section 8 8-2 Section 9 9-1 9-3 cc General Provisions Terms. Definitions Abbreviations And Symbols Terms ................................................................................................................. Definitions .......................................................................................................... Abbreviations ..................................................................................................... Scope And Control Of The Work Subcontracts ....................................................................................................... Contract Bonds .............. ..................................................................................... Authority Of Board And Engineer ....................................................................... Plans And Specifications .................................................................................... 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 .......................................................................................................... Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ....................................... Prosecution Of Work ........................................................................................... Delays And Extensions Of Time ......................................................................... Time of Completion ............................................................................................. Completion And Acceptance .............................................................................. Liquidated Damages ........................................................................................... Responsibilities Of The Contractor Liability Insurance ............................................................................................... Workers’ Compensation Insurance .............. - ..................................................... Permits ............................................................................................................... Cooperation and Collateral Work ....................................................................... Project Site Maintenance .................................................................................... Public Convenience And Safety ......................................................................... Facilities For Agency Personnel Field Office Facilities ........................................................................................... Measurement and Payment Measurement Of Quantities For Unit Price Work ............................................... Payment ............................................................................................................. 39 39 40 41 41 42 43 44 44 45 45 48 49 49 49 49 50 50 51 51 51 52 52 52 52 52 53 53 53 53 Part 2 Special Construction Provisions and Technical Specifications ........................... 56 Revised 10/08/0R Contract Nn FAC 05-08 Pane A nf 68 Pnnpc CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO D.m. on October 4, 2005, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Remove and replace four (4) basketball goals and associated hardware with adjustable height goals as detailed in this Contract. CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT BID NO. PWSOG-OSFAC This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the General Services Department. The specifications for the work include the Standard SDecifications for Public Works Construction, 2003 Edition, and the 2005 cumulative supDlements thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. ic The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an 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 City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: ew ts Revised 10/08/03 Contract No. FACO5-08 Page 5 of 68 Pages /- 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Bidder's Statement of Financial Responsibility 6. Bidder's Statement of Technical Ability and Experience 7. Acknowledgement of Addendum(a) 8. Certificate of Insurance. The riders covering the City, 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. 9. Bidder's Statement Re Debarment 10. Bidder's Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security ) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $40,000.00. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATIONS FOR CONTRACTORS ARE: D-34 Prefabricated Equipment. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of 5 20.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. /-- Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. - p,s Revised 10/08/03 Contract No. FACO5-08 Page 6 of 68 Pages The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 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. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (1 00%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (1 00%) 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 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). IC ($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 City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must:l) Meet the conditions stated above 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 coverage is for "any auto" and cannot be limited in any manner. ,,,- e* %# Revised 10/08/03 Contract No. FAC05-08 Page 7 of 68 Pages Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. F- The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. ISABELLE PAULSEN, CMC Deputy Clerk DATED: August IO, 2005 '3 Revised 10/08/03 Contract No. FAC05-08 Page 8 of 68 Pages E I I I E ! F I CITY OF CARLSBAD CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CONTRACTOR’S PROPOSAL OPENED, WITNESSED AND REC RDE : 9P City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: SCHEDULE “A” REMOVE AND REPLACE GYMNASIUM EQUIPMENT Item - No. DescriDtion Approximate Quantity Unit and Unit Price Total A-I Remove and Replace LS Gymnasium Equipment s+& I, Sq.&oo Dollars (Lump Sum) Total amount of bid in numbers for Schedule “A: $ $?- 7,5qa.00 The basis of award will be the sum of Schedule “A’. In the event of a discrepancy in bid items or totals, the correctly extended unit price shall garern. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). /do- proposal. hadhave been received and islare included in this The Undersigned has carefully checked all of the above figures and understands that the City will not Revised 10/08/03 Contract No. FAC 05!B Page 9 of 68 Pacles be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in th, ca acit f a contractor within the State of C lifornia, validly licensed under license mber 43Pbd6 , classification cbljD3Y which expires on , and that this statement is true and correct and has the legal effect of an affidavit. '% t 13 13Uol. I I E' A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 201 04. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her 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 respeds fair and without collusion or fraud. Accompanying this proposal is Bi A B cd (Cash, Certified Check,- Cashier's Check) for ten percent (10%) of tks 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 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. E I em %# Revised 10/08/03 Contract No. FAC 05-08 Page 10 of 68 Pages IF A SOLE OWNER OR SOLE CONTRAC (1) Name under which business is conducted (2) Signature (given and sur (3) Place of Business (Street and Number) / IF A PARTNERSHIP, SIGN HERE Name under which business is conducted / Signature (given and surname and c rtner) (Note: Signature must be made by a general partner) (Street and Number) Zip Telephone No. 4% %# Revised 10/08/03 Contract No. FAC 05-08 Page 11 of 68 Pages IF A CORPORATION, SIGN HERE (1) Name under which business is conducted 1 - )!-) L 1 L523f% 0rtA-h-W-Q ' (Title) Impress Corporate Seal here Incorporated under the laws of the State of c L?!me C%C I & Place of Business Qxo +rr* & \,,tnAh - e (Street and Number) I- City and State h9 wer%\ Ctl- , C h NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: I tp Revised 10/08/03 Contract No. FAC 05-08 Page 12 of 68 Pages Robert Ferrara , President Michael Ferrara, VP of Finance Cindy H%ll, 'Secretary c Jaypro Sports, LLC 976 Hartford Turnpike Waterford, CT 06385 Phone: 860-447-3001 w.jaypro.com Fa: 860-444- 1779 License Detail Page 1 of2 CALIFORNIA C-ONTRACTORS. STATE LICEN License Detail Contractor License ## 831 688 DISC LA1 M E R A license status check provides information taken from the CSLB license data base. Before 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 tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin 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 ont Board's license data base. Extract Date: 10/04/2005 * * * Business Information * * * UNIFIED SPORTS INCORPORATED dba JAYPRO SPORTS 976 HARTFORD TURNPIKE WATERFORD, CT 06385 Business Phone Number: (800) 243-0533 Entity: Corporation Issue Date: 01/30/2004 Expire Date: 01/31/2006 * * * License Status * * * rhis license is current and active. All information below should be reviewed. * * * Classifications * * * Class I Description D34 PREFABRICATED EQUIPMENT * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 493940 in the ami http ://www2. cslb. ca. gov/C SLB-LIBRARY/License+Detail. asp 10/04/2005 License Detail Page 2 of 2 ~~ License !umber Request $10,000 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 01/14/2004 Contractor _Name Request Personnel Name - - Request BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) MI( JOSEPH FERRARA certified that he/she owns 10 percent or more of the voting stocklequi corporation. A bond of qualifying individual is not required. Effective Date: 01/30/2004 Salesperson Reguse * * * Workers Compensation Information * * * Salesperso-n Name Request This license has no California employees. Any employees they have are covered by out c ins u ran ce . Effective Date: 01/14/2004 Expire Date: None Personnel Lial Q 2005 State of California. Conditions of Use Privacy Policy 10/04/2005 NOT TRANSFERABLE BUS. NUMBER 1 221 31 3 '- 3ATE ISSUED 11/15/2005 SIC CODE 17 OWNER FIRM OR CORPORATION NAME BUSINESS NAME MAILING ADDRESS CITY AND STATE CITY OF CARLSBAD BUSINESS REGISTRATION CERTIFICATE POST IN CONSPICUOUS PLACE KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT DATE ISSUED 1 1 /I 512005 08.070SUB $60.00 The pason Irm o. c~pw1011 Mmsd wow IS ganled ihi busms sarfifrda pu~wn lo the pmwm d lhe Uly Bymess L- OId~namr lo engags on carry on o. WMWI the busilm lrads calliw pofewn exhlbllwn or ocarprlon dspsrlbsd Mow IIIU~~CS of lhe &d-Ie &I mi an andonsma* rru cMifrlYwn of mmpriancs Wilh ollm adinam 01 I- Th11 P~M I id Wr(h0ul mlmlan lhal Ihe briar Is rutqscl lo u examp fmm I-mg by Ihe Sale d CBlifuma BUSINESS LOCATION 976 HANFORD TPKE SIC DESCRIPTION Construction-Special Trade Contractors EXPIRATION DATE UNIFIED SPORTS JAYPRO BALANCE TAXES PAID IN ACCORDANCE WITH CrrY BUSINESS TAX ORDINANCE PO BOX 400 WATERFORD. CT 06385-0400 CITY OF CARLSBAD BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. FAC 05-08 a STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT (NOTE: The following form shall be used if check accompanies bid.) - p3-t osb Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City 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 poceeds of this check shall also become the property of the City 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. 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 (10%) of the total amount of the bid.) 43 Revised 10/08/03 Contract No. FAC 05-08 Page 13 of 68 Pages .. . - ,' BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT KNOW ALL PERSONS BY THESE PRESENTS: Thatwe, Jaypro Sports, LLC 7 as Surety are held and firmly bound unt6 the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) five thousand dollars 10% for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. Travelers Casualty and Surety , as Principal, and Company of America THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ... ... ... ... ... ... ... ... i . . ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this ab day of 5 toh-k ,200ST PRINCIPAL: (sign here) (print name here) (Title an?fOrganizatjon of Signatory) vU<LLcA~ FsCrnr \ u Pc.M) F!-JW4-t TNs-~ LAV By: (sign here) Executed by SURETY this 27 day of September ,2005 . SURETY: Travelers Casualty and Surety Cornpan y of America (name of Surety) 300 Windsor St Hartford, CT 06120 (address of Surety) 860-277-4003 (telephone number of Surety) By: LflCLICJ H. I V7r1 czv (printed fiame of Attorneyin-Fhct) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL 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 bird the corporation.) ~lty/COUntyOf weLC, Lonc\in State of Connecticut Subscrlbed and sworn to befm me APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Depdty City Attornby 1 43 Revised 10/08/03 Contract No. FAC 05-08 Page 15 of 68 Pages TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 - POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Carlos B. Cook, 111, Robert Guenther, Justin Cook, Georgia Tracey, of Uncasville, Connecticut, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by hisher sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto not exceeding the sum of FIVE HUNDRFD THOUSAND ($500,000.00) DOLLARSper bond and to bind the Companies, thereby as filly and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in fill force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. OTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary, or @) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: c- VOTED That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. c (1 1-00 S limits) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 21st day of January, 2004. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY BY George W. Thompson Senior Vice President On this 21st day of January, 2004 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affaed to the said instrument are such corporate seals; and that helshe executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. -.4 My commission expires June 30,2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in 111 force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this ,977 7H day of S€IgtW - ? 2005. Kori M. Johanson Assistant Secretary, Bond .. .. rc IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAG E On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $1 00,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook“) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder“, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal’’ are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information mav 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 I I I I - a 1 I I space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. I I I/“- % Revised 10/08/03 Contract No. FAC 05-08 Page 16 of 68 Pages 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 fcrm so duplicated. I (3 Revised 10/08/03 Contract No. FAC 05-08 Page 17 of 68 Pages k- DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT The Bidder certifies that it has used the subbid of the following listed subcontractors in pleparing 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 uponthe prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Location of Business Subcontractor Subcontractor's License No.* xL3\ b%% - 3~y pm Page / of / 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." . 43 Revised 10/08/03 Contract No. FAC 05-08 Page 18 of 68 Pages k I I 1 I I I 1 B II I I I I 1 c I I c_ BIDDERS STATEMENT OF FINANCIAL (To Accompany Proposal) CONTRACT NO. FAC 05-08 RESPONSIBILITY STAGECOACH GYM BASKETBALL EQUIPMENT REPLKEMENT .qh p~\ Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. {g Revised 10/08/03 Contract No. FAC 05-08 Page 19 of 68 Pages UNIFIED SPORTS, INCORPORATED, JAYPRO SPORTS, LLC, MYSTIC LEASING, LLC AND JAYFRO CORPORATION FINANCIAL STATEMENTS March 31, 2005 and 2004 R. J. CARABETTA & COMPANY, P.C. CCRllrlCD PUBLIC ACCOUNTANTS 35PLCASANTSTRECT MERIDCN. CONNCCTICUT 06450 To the Partners and Stockholders of Unified Sports, Incorporated, Jaypro Sports, W, Mystic Leasing, LK and JayFro Corporation Waterford, CT 06385 We have carpiled the ac- mined balance sheets of Unified Sprts, Incorporated, JayPro Sports, LLC, Mystic Leasing, IJ;c and JayE'ro Corporation as of March 31, 2005 and 2004 and the related ccmbined statemnts of hccm and partners' capital and retained e-s for the twelve mnths then ended, in accordance with Staterents on Standards for Accounting and Review Services issued by the mican Institute of Certified Public Accountants. A ccpnpilation is limited to present- h the form of financial statenrtnts informtion that is the representation of the owners. We have not audited or reviewed the acccmpnyhg cathined financial statenrtnts and, accordingly, do not qress an opinion or any other form of assurance on them. The owners have elected to omit substantially all of the disclosures and the staterrent of cash flows required by generally accepted accountbg principles. If the anitted disclosures and staterrent of cash flows were included in the financial statenrtnts, they miat influence the user's conclusions atout the Ccqanies' financl'al position and reats of operations. Accordingly, these financial staterents are not designed for those who are not info& about such matters. July 29, 2005 ,- CURRENT Assm: Cash Accounts receivable Prepaid apnses Inventories Total current assets FIXEDASSEZ3, at cost IRSS, acdated depreciation Net fixed assets OTHER AssErs: Due fmn related parties Security deposits Total other assets Total assets ASSETS LIABILITIES AND EQUITY <-- CURRENT LrnILlITIEs: Current maturities of long-term debt Accounts payable, trade Accrued taxes and Ves Total current liabilities LmlG-m LIABILITIES: --term debt, less current portion Total liabilities EQUITY: Partners' capital Stockholder's equity: Cmmn stock, no par value, 5,000 shares authorized, 100 shares outstanding Retained earnings Total stcx&holder's equity Total equity Total liabilities and stockholder's equity 2005 2004 $ 294,451 $ 120,551 2,735,309 2,261,919 106,374 45,569 1,962,507 1,422,043 5,098,641 3,850,082 1,031,397 984,046 756,639 659,226 274,758 324, a20 596,350 579,500 25,237 20,237 621,587 599,737 $5,994,986 $4,774,639 $ 440,895 $ 262,900 1,607,522 811,483 476,718 427,768 2 , 525 , 135 1,502 , 151 411,636 680,003 2,936,771 2,182,154 483,619 ( 1,022,822 ) 136 , 500 136 , 500 2,574,596 3,615,307 2,438,096 3,478,807 3,058,215 2,592,485 See selected information and accountants' report. -2- R. J. CARABETTA & COMPANY, P.C. NETSALES COST OF SALES Gross profit mcme fm contjnujng operations CYrHER- (-1: Interest expense Miscellaneous and service charye incom Total other incm (apeme) Incare before pravision for taxes Net incane partners' capital and retained earnings - April 1, Partners distribution partners' capital and retained earnings - March 31, 2005 2004 $ 14,948 $ 12,722 11,164 9,462 3 , 784 3,260 3,370 3,020 4 14 240 ( 39) ( 40) 360 381 321 341 735 581 24 27 711 554 2,238 2 , 456 $ 2,456 2,922 $ see selected infomtion and accountants' report. -3- R. J. CARABETTA & COMPANY. P.C. ..- UNIFIED SPORTS, w, JAYPRO SPORTS, LIIX], MYSTIC LlEnsm, m AND JPLYFRO aRFomoN SELEIEO mI?MATIm - Substantially all Disclosures Required by Generally Accepted Accounting Principles are not included March 31, 2005 and 2004 NOTE A - SUMMAFtY OF SIGAIFICANT AOXXWTING POLICIES: orqanization: Unified sports, Incorporated is engaged in the business of manufacturing and installing institutional sprtitq goods and equiprat, wfiich are sold exclusively through JayPro Sports, UC. JayFro Corporation is an inactive wholly~owned subsidiq of Unified sports, Incorporated which was dissolved as of March 31, 2005. JayPro Sports, IU is ergaged h the business of sell- and rrrarketing institutional sporting goods and equiprent. Mystic I~asirag, Lzlc owns various nmufacturing and off ice equipent , which is leased exclusively to Unified Sports, Incorporated and Jaypro sports, LLC. The principal market for the Campanies is throughout the United States. Principles of Canbination: The combined financial statemts include the accounts of unified sports, Incorporated, Jaypro Sports, LLC, Mystic Leasing, LLC and Jay- Corporation. The cmpanies are relatedby Virtue of ccprm~n ownership. All intercompany balances and transactions have been eliminated in the cmibined financial statmts. ~ach cmpny1s transactions have been presented for the twelve mnths ended March 31, 2005 and 2004. -4 - R. J. CARAEETTA & COMPANY, P.C. BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CONTRACT NO. FAC 05-08 The Bidder 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 City to judge hidher responsibility, experience and skill. An attachment can be used. , Date Name and Address Name and Phone No. Contract of the Employer of Person to Contract Completed Type of Work e- %# Revised 10/08/03 Contract No. FAC 05-08 Page 20 of 68 Paaes Contract 1 Ir 1 1 1 1 I 1: I I I I I I I I I *- I f r BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CONTRACT NO. FAC 05-08 As a required part of the Bidder's proposal the Bidder must attach either of thefollowing to this page. I) Certificates of insurance showing conformance with the requirements herein for each of: I. 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 my manner. ts Revised 10/08/03 Contract No. FAC 05-08 Page 21 of 68 Pages ,--- .I- rc ACORQ! CERTIFICATE OF LlABlL p-- cmp4a 2201 FMI (86O)aM 2207 Curtin Insurance Agcn~y, Inc. 620 Route B32, Box 387 Uro~lllc. (IT 06382 0387 I#PURCD bified Sports Inc Jemm SPOFtS LLC P om tOO Watsrtord r;t 06-5 1 I 1 CW382191 N INSURANCE I 04/1O.f2006 04/10/2(3(26 t AMXWC! CERTIFICATE OF LIABILITY INSURANCE MEpnruuoM*m) 10/03/2005 I p0ucYNI)IIBw CCI0382145 ,- CLAMSMADE OCCUR (860)848-2201 FAX (860)848-2207 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW. Curtin Insurance Agency, 1%. 620 Route f32, Box 387 Uncasville, CT 06382-0387 LOC AoToBILELlABluTy CCI0382145 I twwm Unified Sports Inc Jaypro Sports LLC Waterford Ct 06385 P OBOX 400 ANY AUTO ALL OWND AUTOS SCHEWLED AUTOS WRED AUTOS NQKOWNED AUTOS INSURERS AFFORDlNG COVERAGE NAK # General Casualty NSURERB NSURERC IrlSURERV NmmE OARACEuABlLrlY ANY AUTO EXCE-LA LlABlllTy CCUO382145 fl OCCUR CLAWMADE CERTIFICATE HOLDER CANCELLATION SHOULOAmOFNABDMDESCRIBBlPWC~ NIBEQLEDBEFORETHE EXPaUTWNDAE?HEREW,T"OH%URWmLL ENEAVORTOMAlL _~~DAYS~NOT~CETOTHECERT~F~CATEHO~~TO~LEFT, cc 04/10/2005 Mike Kurnick 1940 Rosewood St LaVerna, CA W/10/2005 WFMURETO MAlL SUCH NOTICE SHKL OFANYKIM)WONTHE~ITSAOENTSORREPREBEMArmE8. NO OBLIGATION ORLW"Y &s& AUTWWEDREPRESENTATWE Carlos Cook/GT W/10/2006 I GMRAL AGGREGATE BOClLYWY (Per accident) PROERTY DAMAGE (Per accident) AUTO ONLY - EA ACCDENT OnERMAN EAACC AGG AUTOONLY I AGGREGATE b WC STAN OM TORY LlMTS I E.L. EACH ACCIDENT E.L. DISEASE - EA EWLOYEE E l,OOo,ooc E 100,00( s 10, ooc $ 1,o0o,ooc $ 2,000,002 E EXCLu)EE s 1,OOO,ooO E I s S 5,000,000 t t E F F 10-03-2005 12:46 MIKE KURNIK 909 869 1955 PFIGE2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD W (2001108) 18-03-2005 12:47 MIKE KURNIK 909 869 1955 PQGF3 .- 10/04/2005 16:Ol FAX 860 444 1779 JAYPRO SPORTS LLC ~001/004 ALLEFFECTlM OATISARE AT 1201 AM PACIFIC STNARD TWE OR THE TIME INDICATED AT PACIFIC STANDARD TIME TERRORISM RISK INS- ACT ENDORSEMW" WC 00 04 20 JAYPRO SPORTS, LLC PO BOX 400 WATERFORD CT 06385 1735884-05 REblEtlAtr sc PAGE 1- 4 DEFINITIONS TEE IEFINITIONS PROVIDED IN THIS E"R-1 ARE BASm ON THB DWINITIONS IN TRE ACT AND ARE INTENDED TO RAVE TRE ENDORSE" ARE DEFINED IN THE ACT, TIIE D8FINITIONs TIfE ACT WILL APPLY. "ACT" "TS THE TERRORIS¶ RISK INSURANCE ACT OF 2002, WHICH TOOK EFFECT ON NOVmER 26, 2002, A#D ANY MEND"T9- sm IIEANING. IF WORDS OR PHRASES NOT DEFINED IN mrs "ACT OF TERRORISX" HUNS ANY ACT THAT IS CERTIFIED BY THl? SECRETARY OF THE TREASURY, IN CONCURRENCE WITH THE SECRETARY OF STATE, AND THE ATTORNEY GENERAL OF THE UNITED STATES AS XEETING ALL OF TEE FOLLOWXNG REQUIRElIENTS: A. TEE ACT IS AN ACT OF lguonIsw. B, TE ACT IS VIOLENT OR MGEROUS TO HUMAN LIFE, PROPERTY OR INFRASTRUCTURE. c. THE ACT RESULTED IN WGE WITHIN THE UNITED STATES, OR OUTSIDE OF TEE UNITED STATES IN CASE OF UNITED STATES HISSIONS OR CERTAIN AIR CARRIERS OR VESSELS. CONTINUED /-- -3l-D ISSUED AT SAN FRANCISCO: MAR- 15, 2005 10/04/2005 16:02 FAX 960 444 1779 JAYPRO SPORTS LLC 002/004 TERRORISM RISK I#SW CE ACT EHDORSESLg#T wc 00 04 a 0 STATE FUND COUPRNSATION IN8URANCW ME ORlCE AURF€CTlVE DAlElA# AT 1201 AM PIClFlC STAND- TIME OR THE PACIFIC STANDARD WME EWOWHWW AGRW SANFAINolBco EFBBCTWZ APRIL 1, 2005 AT 12.01 A.M. nw INDICATED AT 1735884-05 RENEWAL sc JAYPRO SWRTS, btC PO BOX 400 WATERFORD CT 06385 D. THE ACT BAS BEEN COIWITTD BY AN INDIVIDUAL OR PERSON OR FOREIGN INTEREST, AS PART OF AN EFFORT TO COERCE THl3 CIVILIAN POPULATION OF THE UNITED STATES OR TO INFLUENCE THE POLICY OR AFFECT THE CONDUCT OF THE UNITED STAmS GQVER"T BY COERCION. I~IIIDUALS ACTING ON BEHALF OF MY FORE~GN "1NSURED.TERRORISN OR WAR LOSS" HEANS ANY LOSS RESULTING FROH AN ACT OF TERRORISM (INCLUDING AN ACT OF Urn, IN TEE CASE OF WORKERS' COMBNSATION) "HAT IS COVERED BY PRIMARY OR EXCESS PROPERTY AND CASUALTY INSURANCE ISSUED By AN UNITED STATES HISSIONS OR TO CERTAIN AIR CARRIERS OR INSURER IF THE LOSS ocms IN THE UNITK~ STAZES OR AT VESSELS. "INSURER A. B. DEDUCTIBLE" HEANSr FOR TEE PERIOD BEGINNING ON XVOVmER 26, 2002 AND EWDING ON D6C$HBER 31, 2002, AN AXOlMT EQUAL TO OP OUR DIRECT EARNED PRENIW, AS PROVXbEb IN ACT, OVER THE CALENDAR YEAR IMIEDIAT'ELY PRECEDING NOVmBII 26, 2002, FOR THE PERIOD BEGINNKNG ON JANUARY 1, 2003 AND EWITNG ON DECEMBER 31, 2003, AN MOUNT EQUAL TO 7% OF OUR DIRECT EARNED PREHIUHS, AS PROVIDED IN THE CONTINUED i A.c.~ PRESIDENT 2555 ou, 6, 217 10/04/2005 16:02 FAX 860 444 1779 JAYPRO SPORTS LLC a 003/004 JAYPRO SPORTS, LLC WATLRFORP Po BOX roo CT 06385 CONTINUED ACT, OVER THE CALENDAR YEAR IMEDIATELY PRECEpnoC JANUARY 1, 2003. C. FOR "5 PERIOD BEGINNING ON JlwrrARY 1, 2004 ENDING ON DECEHBER 31, 2004, AN MOUNT EQUAL TO 10% OF OUR DIRECT EAXNEP PRBnIW, AS PROVIAED IN THE ACT, OVER THE CALENPAA YEAR IZQIEPIATELY PRECEDING JANUARY 1, 2004. D. FOR THE PERIOD BEGINNING ON JANUARY 1, 2005 AND ENDING ON DECEMBER 31, 2005, AN AMOUNT EQUAL TO 15% OF OUR DIRECT EARNED PRNIMS, As PROVXDEb IN THE ACT, OVER THE CALENDAR YEAR IMEDIATELY PRECEDING JANUARY 1, ZOOS. LIMITATION OF LIABILITY TBE ACT HAY LIMIT OUR LIABILITY TO YOU UNDER THIS POLICY. IF AlRJuAt AGGREGATE INSURED TERRORISH OR WAR LOSSES OP ALL INSURERS EXCEED $1OO,OW,OOO.~O DURING THE APPICABLE PERIOD PROVIDED IN TEE ACT, AND IF WE HAVE MET OUR INS- DEDUCTIBLE, THE MOUNT UE WILL PAY FOR INSURED TERRORISW OR WAR LOSSES UNDEIt THIS POLICY WILL BE LIHITED BY THE MI, AS DETmINED BY THE SECRETARY OF TIE TREASURY. POL3CYBOLDER DISCLOSURE NOTICE CONTINUED COUNVERSIGNID AND ISSUeR AT $AN FMNCISCCk MARCH 15, 2005 2555 OLD 217 i0/04/2005 i~i:o3 FAX 1x0 444 1779 JAVPRO SPORTS LLC a 004/004 JAYPRO SPORTS, LLC PO BOX 400 WATERFORD CT 06385 CONTINUED. 1. INSURED TEBRORISX OR WAR LOSSES WOULD BE PARTIALLY REImmSEb BY THE UNITED STATES e0V-M A FORHULA ESIABLISHEb BY TEE ACT. THE UNITED STATES GOVERNWENT WOULD PAY 90% OF OUR INSURED TERRORISH OR WAR 1OSSES EXcEeDXlQc OUR INSURER DEDUCTIBLE. UNDER THIS FORMILA, 2. TEE ADDITIONAL. PREnIUH CRARGED FOR THE COVZMGE THIS POLICY PROVIDES FOR INSURED TERRORISM OR WAR LOSSES IS SHOW IN ITEM 4 OF TBE INP’OWTION PAGE OR THE SCHEDULE BELOW. SCFIEDULE STATE RATE PER $100 OF REMUNERATION - CA $ 0.00 - COUNTERSICNBD AND U5UWD AT SAfU CrUNcWCO: LURCH IS, 2005 2555 nin tw -17 JAYPRO SPORTS LLC lJJ001/001 10/04/2005 16:04 FAX 860 444 1779 rc- HEW ARE yowl NMI RATES Fori THE PEFMOO INDICATED. F YOUR NAME on ADDRESS SHOULD BI CORRECTED Orr lF INSURANCE IS NOT N&DED FOR NEXT WAR, PLUS€ TUL Us. CONTINUOUS POLICY 1735864-05 I IMPORTANT THIS IS NOT A OlLL RAPING PERIOD 4-01-05 TO 4-01-06 * XNTERIM BILLING RATES WILL BE USED ON PAYROLL REPORTS, THEY TAKE INTO ACCOUNT RATING PLAN CREDITS (OR DEBITS) WIIICIi WILL APPLY AT FINAL BILLING AND AN ESTIMATE OF YOUR PRBHIUH DISCOUNT AS DETAILED BELOW. RATING PLAN CREDITS (DEBITS) EFFECTIVE PROX 04-01-05 TO 04-01-06 RATING PLAN WDIPIER ESTIXATED PRMIUX DISCOUNT MODIFIER COMPOSITE FACTOR APPLIED TO BASE RATES TO DERIVE INTERIM BlLLING RATES 1.00000 1.00000 1.00000 .- *****************X*****************~******~****************~*******~*~*~******** * * x PRMIUH DISCOUNT SCHEWLE EFFECTIVE FROH 04-01-05 TO 04-01-06 * ABOVE * * $5,000 S5,OOO * * 0.0% 15.0% * * ESTIMATED IIODIPIED PREnIUX IS DISCOUNTED ACCORDING TO THE FOLLOWING SCHEDULE: * FIRST * * * ********************~***********~*~***~***********~********~****~*************** THE ESTIMATED PREnIUn DISCOUNT IS BASED ON AN ESTIHATE OF YOUR PAYROLL. ACTUAL PREXIUM DISCOUNT APPLIED AT FINAL BILLING WILL BE BASED ON THE ACTUAL PAYROLL REPORTED ON YOUR POLICY 4ND SUBJECT TO AUDIT. Company Profile Page 1 of 2 Company Profile GENERAL CASUALTY COMPANY OF WISCONSIN ONE GENERAL DRIVE SUN PRAIRIE, WI 53596 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 8 18 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 1Jnable to Locate the Agent for Service of Process? Reference Information NAIC #: 244 14 NAIC Group #: 0400 Date authorized in California: September 30, 1998 Company Type: Property & Casualty State of Domicile: WISCONSIN California Company ID #: 4556-7 License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS http://cdinswww.insurance.ca.gov/pls/wu - cogrof/idb-coqrof - utl.getcogrof?p - EID=. . . 1 0/04/2005 ,(-- Company Profile SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Page 2 of 2 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 Oraanization_s Last Revised - October 04,2005 11:40 AM Copyright 0 California Department of Insurance Disclaimer c- http://cdinswww.insurance.ca.gov/pls/wu-coqrof/idb - coqrof-utl.get-coqroflp-EID= ... 10/04/2005 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debaments. party debarred party debarred I agency It agency period of debarment period of debarment rc R I U I I I I I- I BY CONTRACTOR: --cL 3 Qyow By: (sign here) 'yM,&od fisrwe U.? '$.hn"4c.l (print nameitale) Page / of pages of this Re Debarment form %# Revised 10/08/03 Contract No. FAC 05-08 Page 22 of 68 Pages BIDDERS DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT Contractors are required by law to be licensed and regllated 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. 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? Has the suspension or revocation of your contracbrs license ever been stayed? no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of ever been stayed? Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page \ of * pages of this Disclosure of Discipline form em rr# Revised 10/08/03 Contract No FAC 05-08 Paae 23 of 68 Panes BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT RERACEMENT 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. I I I I (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: / By: PAL^^ I Gtsr- GI&. F,bI(Lq(d I I 1 ,.- (print name/title) Page- a of - a pages of this Disclosure of Discipline form 43 Revised 10/08/03 Contract No. FAC 05-08 Paae 24 of 68 Paaes Ir E NON-COLLUSION AFFIDAVIT TO BE EXECUTED PUBLIC CONTRACT CODE SECTION 71 06 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT BY BIDDER AND SUBMITTED WITH BID CONTRACT NO. FAC 05-08 State of California 1 County of ) ) ss. - ~;cLc..U1 GEmLw 3 .cAypc) , being first duly sworn, deposes (Name of Bidder) and says that he or she is \ 9 c\*wca (Title) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the xi? day of Sc&p&b- ,20 013 . M<CLL4\ F QCCLrtl Signature of kidder I Subscribed and sworn to before me o ,20(95 (NOTARY SEAL) Signafure of Notary 1 43 Revised 10/08/03 Contract No. FAC 05-08 Paae 25 of 68 Paaes CONTRACT PUBLIC WORKS This agreement is made this ) qsh day of 20L9 by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and UNIFIED SPORTS INC. dba JAYPRO SPORTS whose principal place of business is 976 HARTFORD TURNPIKE, WAItRtORD, CI 06385 .- (hereinafter called Tontractor'). City and Contractor agree as fdlows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. c 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(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) Standard Seecifications for Public Works Construction, 2003 Edition, and the 2005 cumulative sueelements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any rc- Revised 10/08/03 Contract No. FAC 05-08 Page 26 of 68 Pages r^- information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 111 disposal site in accordance with provisions of existing law. B. indicated. Differing Conditions. Subsurface or latent physical conditions at the site differing from those C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. rc In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the antractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, ,- 4s Rn\iiend InlnRln? Pnntrw-t Nn FLIP n5AR Dgnn 37 nf RR Dzmnc P arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, ifCity requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 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 City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. r c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the followng provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. - b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided 7 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. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense 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 City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in &solution No. 91403. (I (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) 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 City 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 City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. r- NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED - L (CORPORATE SEAL) CONTRACTOR: -I -- By: \ - (sign here) By: MN&l 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 City Attorney By: City/County of LY a W State of Connecticut Subscribed and sworn to before me I ./- LABOR AND Bond Number 104352655 MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. N/A , adopted NIA -_ , has awarded to - Jaypro Sports LLC on October 5, 2005 (hereinafter designated as the "Principal"), a Contract for: CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad 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. NOW, THEREFORE, WE, Jaypro Sports LJX 9 as Principal, (hereinafter designated as the "Contractor"), and Travelers casus ltv and Suretv comr>anv 0 f America as Surety, are held firmly bound unto the City of Carlsbad in the sum of )t said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, 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. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher 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 sedion 3248. TWENTY SEVEN THOUSAND FIVE HUNDRED NINETY TWO Dollars ($27 , 592 00 - L This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, 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 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. r specifications. L em. %# Revised 10/08/03 Contract No. FAC 05-08 Page 32 of 68 Pages Executed by CONTRACTOR this 27 Executed by SURETY this 27 day day of October ,20E. of October ,20%. CONTRACTOR: SURETY: Jaypro Sports LLC Travelers Casualty and Surety Company of America (name of Contractor (name of Surety) (address of Surety) (telephone number of Surety) 300 Windsor St Hartford, CT 06120 By: @’* - ( -- (sign here) (print name here) Michael Ferrara Jaypro Sports LLC 860-277-4003 VP Finance By: (title and organization of signatory) Georgia Tracey (printed name of Attorney-in-Fact) By: W?* (sign here) bidy +JJ Liec ““‘I) f FC~Z~J h &m% Ck (attach corporate resolution showing current power (print name here) of attorney) k,,q L. Hall - p<&,&7*+ ’ (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 City Attorney By: city/county of ~3em L~nm State of Connecticut Subscribed and swom to before me this 27 dayof-!is@ ~y emmission expires \G* ?,i *= t# Revised 10/08/03 Cnntract Nn FAC 05-08 Pane 33 nf 68 Paniac Bond Hunker 104352655' FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. N/A -1 adopted N/A has awarded to Jaypro Sports LLC on u c o b er- 9 ; . '5 , (hereinafter designated as the "Principal"), a Contract for:CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, 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 for the faithful performance and warranty of said Contract; ,, as Principal, Jaypro Sports LLC NOW, THEREFORE, WE, (hereinafter designated as the "Contractor"), and Travelers Casualty and Surety Company of America as Suret , are held and firm1 bound unto the City of Carlsbad, in the sum of )I said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden 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 City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. TWtNTY StVtN TR6USAND FrVE HUNDRED NINEfY TWO Dollars ($ 27,592.00 L 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 City 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. \# Revised 10/08/03 Contract No. FAC 05-08 Page 34 of 68 Pages 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 27 Executed by SURETY this 27 day of 05 day of October ,20 . ,20 05 . October CONTRACTOR: SURETY: Jaypro Sports LLC (name of Contractor) Travel-ety C~m~any of Ame rica (name of Surety) 300 Windsor qt Hartford, CT 06120 By: &X- (sign here) (address of Surety) Michael Ferrara (print name here) 860-277-4003 (telephone number of Surety) VP FiMnCe (Title and Organization of Signatory) By: 4 &/&--cL( /$t&,l,,,i j!!&' Georgia Tracey (sign here) (printed name of Attorney-in-Fact) !-PxYL I - I -f- - i,L kJ L, kh (print name here) (Attach corporate resolution showing current power of attorney.) if7!&JM-- (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 mpowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney this Q 7 day of CCXR: ,I w=, By: CitylCOUnty of wec LQ%.r-\Lbq by 1. . M c-1 ' -. , a;rY commission expires 1 I) s~,fi tT State of Connethut Subscribed and sworn to betom me 4 l3eput.y City Attorney 1 em Revised 10/08/03 Contract No. FAC 05-08 Page 35 of 68 Pages TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 rc- POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal ofices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the “Companies”) hath made, constituted and appointed, and do by these presents make, constitute and appoint Carlos B. Cook, 111, Robert Guenther, Justin Cook, Georgia Tracey, of Uncasville, Connecticut, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by hisher sole signature and act, any and all bonds, recognizanca, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto not exceeding the sum of FIVE hWNDRED THOUSAND ($500,000.00) DOLLARSper bond and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney@)-in-Fact, pursuant to the authority herein given, are hereby ratified and confiied. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company’s name and seal with the Company’s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in /OTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company’s seal by a Secretary or Assistant Secretary, or @) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: ,writing and a copy thereof is filed in the office of the Secretary. VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the hture with respect to any bond or undertaking to which it is attached. A- (1 1-00 S limits) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 21st day of January, 2004. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 21st day of January, 2004 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affied to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of hisiher office under the Standing Resolutions thereof. My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this L?- 'P day of gc r 0Bt-K ,20 0.5 Kori M. Johanson Assistant Secretary, Bond IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $1 00,000,000,000.00, provided that the insurer has met its deductible. - Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called 'lCityl' and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor forCONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENTin the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. _c- 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. - 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow e Revised 10/08/03 Contract No. FAC 05-08 Page 36 of 68 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contradr. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cashand shall distribute the cash as instructed by the City. /c 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and paymentsof fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. IO. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. <$ Revised 10/08/03 Contract No. FAC 05-08 Paae 37 of 68 Pawn rc IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: *- Title Name Signature Address @ Revised 10/08/03 Contract No. FAC 05-08 Page 38 of 68 Pages SUPPLEMENTAL PROVISIONS FOR CONTRACT NO. FAC 05-08 STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CITY OF CARLSBAD SUPPLEMENTAL PROVISIONS To "GREEN BOOK" STANDARD SPECIFICATIONS for PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFlNlTlONSABBREVlATlONS 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 sbted 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: 14.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transporbtion. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, Calfornia. City Council - the City Council of the City of Carlsbad. City Manager- the City Manager of the City of Carlsbad or hislher approved represenhtive. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or hidher approved representative. The Engineer is the third level of appeal for nformal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner OperatorlLessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility Public Works Manager, General Services - The Public Works Supervisor’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. Public Works Supervisor- the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 13 ABBREVIATIONS 13.2 Common Usage, add the following: Abbreviation Word or Words Apts ...................................... Apartment and Apartments Bldg ....................................... Building and Buildings CMWD ......... : ....................... ..Carlsbad Municipal Water District CSSD ................................... .Carlsbad Supplemental Standard Drawings cfs .......................................... Cubic Feet per Second Comm.. ................................. .Commercial DR ......................................... Dimension Ratio E ........................................... Electric EWA ...................................... Encina Wastewater Authority G.. ...................................... ....G as gal. ......................................... Gallon and Gallons Gar ........................................ Garage and Garages GNV.. ..................................... Ground Not Visible gpm ................... ..................... allons per minute IE .......................................... .Invert Elevation LWD ..................................... .Leucadia Wastewater District MSL ....................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM .................................... Microtunneling Boring Machine NCTD .................................... North County Transit District OHE ....................................... Overhead Electric OMW ................................. .Olivenhain Municipal Water District ROW .................................... .Rig h t-of-Wa y S ............................................ Sewer or Slope, as applicable SDNR ................................... .San Diego Northern Railway SDRSD.. ................................ San Diego Regional Standard Drawings SFM ........................................ Sewer Force Main T ........................................... .Telephone UE ......................................... Underground Electric W ........................................... Water, Wider or Width, as applicable VWD ..................................... .Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, theAgency may at its sole discretion elect to cancel the contact or deduct an amount equal to 10 percent of4he value of the work performed in excess of 50 percent of the contract price by other than the Contractor‘s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (IO) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Deprtment of Treasury Circular 570,”. Modify paragraphs three and four to read: The Contractor shall provide a faithful perform- anceharranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performanceharranty bond will be reduced to 25 percent of the original amount 30 days afier 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 pid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner instrument entitling or authorizing the person who executed the bond to do so. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principl officer or manager residing within the United Sates. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), Standard SDecifications for Public Works Construction, 2003 Edition, and the 2005 cumulative supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemenbl Provisions section of this contract. 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 documenb listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law 2) City of Carlsbad Supplemental Provisions. 3) Technical Specifications 4) Plans. 5) City of Carlsbad Engineering Standards, 2004 Edition. 6) San Diego Regional Standard Drawings 7) State of California Department of Transportation Standard Plans 8) Standard Specifications for Public Works Construction 9) Reference Specifications 10) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through IO) 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. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.9. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmithi shall contain the following: - Project title and Agency contract number: Number of complete sets. Contractor's certification statement. Specification section number@) periaining to material submitted for review 4- Reviced InInAMR Cnntract Nn FAC nLn8 Pane A7 nf 68 Pannn 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 documen$. 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 submitbls: "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-todate a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and 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 (1 0) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-10 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. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineet; be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) and shall constitute the markup for all overhead and profik: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. Work by Contractor. The following percentages shall be added to the Contractor‘s costs (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 any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, .Government Code Sections 1265G12655. "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 City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly Lken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain d command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer; Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor'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 PublicContract Code. . The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE I .5 RESOLUTION OF CONSTRUCTIONCLAIMS 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 pyment 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 I , 1991. 20104.2. For any claim subject to this article, the following requiremenk apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than 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 qency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days 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 geater. (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 I of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both prties 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 prties. If the parties fail to select a mediator within the 15day period, any party may petition the court to appoint the mediator (b)( 1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141 .I1 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 perhining 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 prty 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 otherwise 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 WORKMANSHIR I 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 elemenk pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor At the option of the Engineer, the source of supply of each. of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractol's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor 4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the4gency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Ldss, 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 limik of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer SECTION 6 -- PROSECUTION, PROGRESSAND 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 10 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 convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be 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 .I .I Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3 shall be on hard (paper) copy and electronic media conforming to section 61.3.3 Electronic Media. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a CD-ROM, labeled 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 .I Measurement And Payment Of Construction Schedule. The Contractor's revision and maintenance of the Construction Schedule are incidental to the work and payment will be made therefore. preparation, no separate 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes removing four folding basketball backboards and associated hardware and replacing them with four ceiling girder .mounted folding basketball backboards that can have the height automatically adjust from 81 0 feet. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. 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. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 25 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless othetwise 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 andlor 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 the inspection costs of such work. 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 office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Wrk. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 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 Five Hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that Five Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this pragraph or of any damages. 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 74 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, 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 therefore. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional pyment will be made therefore. 78.5 Temporary Light, Power and Water. Add the following: 11OV outlet power is available at the site and may be used by the contractor to perform this work. Wer is available if needed. 78.6 Water Pollution Control. Add the following: Contractor shall comply with the California Sate Water Resources Control Board (SWRCB) Order Number 9908-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CASOOOOO2, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY 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. SECTION 8 -- FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: No field office for Agency personnel is required. SECTION 9 -- MEASUREMENT and PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the 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 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 City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. 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 35, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to.enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. 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: 4s Retiiced IIIMAIIIR Cnntract Nn FAC fl5-nR Paae 54 of 68 Paaes 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other pyment will be made. Payment for mobilization and preparatory Work will SPECIAL CONSTRUCTION PROVISIONS AND TECHNICAL SPECIFICATIONS FOR STAGECOACH GYM BASKETBALL EQUIPMENT REPLACEMENT CONTRACT NO. FAC 05-08 SPECIAL CONSTRUCTION PROVISIONS 1. 2. 3. 4. 5. The Work The Contract work to be performed hereunder includes the furnishing of all labor and equipment and furnishing and installing all materials, unless herein specifically excepted, necessary for the complete and satisfactory removal and replacement of four adjustable basketball backboards as specified in this contract or on the drawings. The work shall consist of complete removal, legal disposal of, patching of mounting points and of replacing adjustable basketball backboards as detailed in these specifications. Contractor is advised to read these requirements carefully and bid the job according. The specialty equipment contractor shall demonstrate at least four (4) installations of similar equipment systems within the last three (3) years. The specialty equipment contractor shall coordinate the installation with the City of Carlsbad's electrician. The City's electrician will perform the electrical modifications and installations required to provide a fully operational system. The work includes providing a properly operating and fully tested system. Work Sites The Contract work site is located in the gymnasium of the Stagecoach Park Community Center located at 3420 Camino de 10s Coches, Carlsbad, CA 92009. Special Construction requirements are detailed below. Quantities listed are for informational puposes only. Actual quantities shall be verified in the field. Notice of Award and Notice to Proceed Upon Notice of Award, 'Contractor is hereby authorized to execute Contract and secure Performance and Payment Bonds and Certificates of Insurance. Upon execution of Contract by Owner, Contractor is authorized to begin document submission, material ordering, and construction scheduling. Data to be Submitted by Contractor Contractor shall furnish Owner submittals for all materials to be furnished for review and acceptance by Owner prior to Contractor performing work to which data pertains. Submittals shall be provided in accordance with the Special Provisions. Prior to beginning construction, Contractor shall submit emergency phone numbers for the construction superintendent, construction foreman, and all company principals. Contractor Cooperation and Coordination Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdictional agencies. Owner will have representatives on site to observe and verify compliance with Contract Documents. Contractor shall perform work in a manner not to interfere with operation of said facilities except as detailed in the scheduled gymnasium closure as detailed in this section. Contractor shall perform his work in accordance with the sequence of work as specified herein. Contractor shall coordinate all work with the Owner. A detailed weekly schedule of proposed work shall be provided to the Owner the Thursday preceding each week. 6. Permits, Licenses, Certificates, Laws and Ordinances A. Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad Business License for the duration of the Contract. B. California Reaional Water Quality Control Board, San Dieno Region Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. C. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. D. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work. 7. Storage of Materials and Equipment Contractor shall not store materials or equipment on private or public property without written permission from the affected property owners approving such use. Said written permission shall be submitted to Owner prior to Contractor moving materials or equipment onto site. Contractor's equipment shall be removed from public or private right-of-way and placed in the Contractor's designated storage areas at the end of each workday. Contractor may utilize outdoor storage adjacent to the community center. The contractor shall provide temporary chain link fencing for any and all storage areas located at the site at his expense. 8. Preservation of Existing Improvements, Restoration d Work Site and Disposal of Spoil and Waste Materials A. Contractor shall perform his operations so that existing improvements including hardwood flooring, building improvements, landscaping, roads and other paved surfaces adjacent to or in the vicinity of the work site are not damaged. Contractor shall repair and restore any disturbed or damaged private or public improvements, which result from his operations to the satisfaction of the Owner, or the agency having jurisdiction over said improvements, all at his expense. I 9. IO. 11. 12. 13. B. All work sites shall be restored to pre-job conditions and shall meet the requirements of Owner. Owner is obligated to keep visual impact of the work sites to a minimum; therefore, Contractor is required to restore all areas altered by construction to pre-existing conditions. Such areas shall include, but shall not be limited to, areas used for travel, parking, and storage of vehicles, equipment and materials. C. Contractor shall be responsible for the proper disposal of all waste materials resulting from his operations, including rubbish, packaging materials, discarded equipment parts, and damaged construction materials, in a manner and at locations suitable to the Owner and all health and other regulatory agencies. Construction Water and Electrical Power 11 OV outlets and water are available at the site. The Contractor may utilize these services for the performance of his work. Progress Schedule Contractor shall submit a schedule per the requirements of SSPWC and shall update this schedule on a weekly basis. The Contractor shall provide this updated schedule to the Project Inspector on Thursday. Equipment Layout and Location Contractor shall be responsible for layout and locating all equipment. All equipment shall be installed in locations that are compatible with the existing court markings. All equipment shall be installed and heights of the adjustable equipment shall be verified with the City Inspector. If the Contractor improperly locates any equipment, the Contractor shall relocate this equip- ment to locations satisfactory to the Owner at the Contractor’s expense. Salvage Contractor shall meet with the Owner prior to removal of any material or equipment from the gymnasium, and the Owner shall designate which equipment, (if any) are to be salvaged by the Contractor. Salvage shall. be delivered, unloaded, and stored by the Contractor as directed by Owner at the Owner‘s Operations Yard at 1166 Carlsbad Village Dr. All other equipment and materials removed shall be considered waste and shall be legally disposed of by the Contractor. Sequence of Work A. Introduction Project Work includes the following major components: Contract Execution and Equipment Submittal, closure of the gymnasium, demolition and removal of equipment to be replaced, repair of facility to include removal of all mounting assemblies and bolts, patching of walls with appropriate materials leaving a surface that is ready for painting, installation of new equipment, coordination of electrical connection to new equipment with the City’s electrician, testing and acceptance of the new system. Some of these project components may be constructed simultaneously; however, construction of certain project components may not commence until other components are complete and operational. In addition, due to City's need to minimize the gymnasium closure, disruptive work activities must be completed during a two-week "low-use" period for the gymnasium. The "low-use" period is between October 17, 2005 and November 14, 2005. The following work activities shall be completed during the "lowuse" period. I. Removal of Existing Equipment. 2. Restoration of the walls. 3. Installation of new equipment. 4. Coordination of electrical installation. 5. Testing and Acceptance. A detailed sequence of work for major project components is provided hereinafter. B. General 1. Prior to scheduling the gymnasium closure, the Contractor shall comply with the fol- lowing conditions set forth in this specification. The Contractor shall provide written notice to the Project Inspector of his intent to begin this phase a minimum of 14 Calendar days prior to commencing with this work. 0 All items to be incorporated into the work shall have an approved submittal and shall be scheduled for delivery to the site within two weeks of this notifi- cation. 2. 14 Calendar days prior to closing the gymnasium and prior to beginning any work that impacts community center operations, the Contractor shall submit in writing his pro- posed schedule, method and work locations, including equipment, to the Owner. Said schedule, method, and locations shall be approved by Owner prior to begnning work. Contractor shall coordinate his work with the Owner and provide the Owner with a detailed updated schedule of activities each week. Unless otherwise specified, Contractor shall schedule his work so that new equipment installations are fully functional prior to re-opening the gymnasium. Prior to comment- ing any demolition work, Contractor shall have all required material and equipment onsite. 3. Sequence of work herein shall be followed by Contractor to limit the impact to Com- munity Center services. Sequence of work is not intended to cover every specific item of work necessary, and shall not relieve the Contractor from responsibility to coordi- nate and perform ail work in accordance with the plans and specifications. 4. Contractor shall be responsible for repairing any Owner facilities or equipment dam- aged as a result of his work performance. Cost incurred by the Owner due to Con- tractor's failure to maintain said facilities shall be deducted from the Contract. 5. Any proposed modifications to the Sequence of Work provided herein shall be submit- ted in writing to the Owner for approval. If approved, said modified Sequence of Work shall be implemented by the Contractor at no additional cost to the Owner. Any pro- posed modifications to the specified Sequence of Work shall reflect the necessary changes in all other project Components. 43 Revised 10/08/03 Contract No. FAC 05-08 Paae 60 of 68 Paaes 14. Location of Equipment and Ambient Ewironmental Conditions All mechanical and electrical equipment shall be designed to operate at the project site, which is located in a temperature and weather controlled environment. Derating and necessary oversizing to achieve performance shall be incorporated in equipment design. The project site is at an elevation approximately 250' above mean sea level. Maximum design ambient temperature shall be 100°F and minimum design ambient temperature shall be 40°F. Rela- tive humidity may range from 10% to 95%. Cooling of equipment will be by circulation of air. Equipment shall be designed to prevent damage that could be caused by high or low ambient temperature within the specified range. Equipment shall be specifically designed to function satisfactorily under said conditions. All electrical and mechanical equipment shall be suitably sealed. 15. Operation and Maintenance Manuals and Training The Contractor shall provide eight (8) approved copies of detailed operations and mainte- nance (O&M) manuals at least 14 days prior to startup and testing for all mechanical and electrical equipment he furnishes. O&M manuals shall be provided for all equipment and shall be in accordance with requirements of "Contractors Submittals Technical Specifications." O&M manuals shall be submitted as shop drawings and shall be subject to approval by the Owner. The Contractor shall cause the equipment manufacturers to provide experienced and when applicable, factory-trained personnel, to train the Owner's Operation and Maintenance personnel. Training shall include review of the O&M manuals as well as a hands on training period with each piece of equipment listed. No training shall be provided on Mondays or Fridays. The Contractor shall provide a minimum of 14 days advance notice of training sessions. Required training and minimum training time shall be as follows: EauiDment Motors Minimum Hours 1 Remote Control Unit 1 Mechanical 1 The training shall be performed a minimum of 1 day after the completion of start-up. The training shall provide the Owner's Operation and Maintenance personnel with sufficient information on the theory, design, operation and maintenance practices (routine monitoring, eyeing abnormal and normal operation, troubleshooting techniques, and preventative and corrective maintenance) to ensure that equipment and systems can be efficiently and effec- tively operated and maintained upon training completion. A minimum of 8 training manuals shall be provided. A training manual on each piece of equipment listed shall be submitted to the Engineer for approval a minimum of two weeks prior to training. Training manuals shall include the experience and qualifications of each instructor. The Engineer or his designee will be attending and monitoring training sessions. If any session is deemed unacceptable by the Engineer, the contents or instructor shall be changed and the session repeated at no cost to the Owner. 16. Lubrication Contractor shall lubricate the bearing surfaces of all moving parts. Contractor shall be responsible to furnish lubricants and lubricate all equipment. Prior to start-up, Contractor shall lubricate all equipment and arrange for the respective manufacturer's service engineer to inspect all lubrication. 17. Specified Model Numbers All model numbers used herein are provided for information only, to assist Contractor in selecting equipment that conforms to specifications. In case of any conflict between model numbers given herein and the descriptive specifications or performance specified, the de- scriptive specifications and performance specified shall govern. 18. Inspection & Fees Contractor shall bear all costs and fees incurred as a result of inspection services furnished by utilities or others. In the event the Contractor requests to work outside the stated working hours, or on holidays, and the Owner agrees to same, the Contractor shall pay for the Inspector's time at the rate of $100.00 per hour. 19. Compliance With Contract Documents Contractor shall comply with all instructions of Owner to insure compliance with the Contract Documents, including timely completion of work each day, work site clean-up, control of traffic, and placement of signs. If Contractor does not comply with the Contract Documents, then Owner shall provide the required labor, materials, and equipment to perform same and shall deduct the cost from monies otherwise due under the Contract. 20. Conditions at Work Site Personal investigation by Contractor is mandatory. Contact the Owner to arrange for access to site. Neither the information contained in the drawings, or from Owner, his agents or employees shall act to relieve Contractor from any responsibility in fulfilling any and all of the terms and requirements specified herein. Contractors may contact the Recreation Area Manager for access to the site, Gian Lauro, (760) 602-4691. Questions regarding Specifica- tions shall be addressed to the Public Works Supervisor, Dale A. Schuck, (760) 4342949. 21. Safety Requirement of Equipment Furnished by Contractor The equipment furnished by Contractor shall comply with the applicable requirements of the Safety Orders of the Division of Industrial Safety of the State of California. Copies of the Safety Orders as available at the Printing Division, Documents Section, State of California, Sacramento, California 95814, and any other applicable safety requirements of Federal, State and Local government. Revised 1 O/OR/n3 Cnntrmt Nn FAT: n5-M Pane 67 nf 6R Pnnnn TECHNICAL SPECIFICATIONS 1. Basic Equipment Requirements All equipment must be from single manufacturer, Porter Athletic Company (or approved equal). It is the responsibility of the Contractor to demonstrate that equal equipment is equal or superior in every way to the equipment specified. All equipment must be newly manufactured and freefrom defects. Backboard heights must be fully adjustable from 8'-0 to 10'-0" Assembly must be mounted to the ceiling I-beam steel. acceptable. Wall mounted units are not Height adjustment and folding mechanisms must be independently and individually remote controlled by means of a single hand held wireless transmitter. Keypad or other adjusting mechanisms are not acceptable. 2. Backboards and Backboard Pads (Provide Four (4) Assemblies) Backboard shall be 3'4" x 6'-0 to meet all NCAA, NFHS and Rofessional requirements. Backboard frame shall be of a welded, unitized construction fabricated from heavy wall rectangular steel tubing, aluminum-faced for professional appearance. Unitized frame shall be deigned for use only on direct goal mourting type support structures. Unitized frame shall be designed to allow the bottom two goal mount holes to pass beneath the glass section to further alleviate stress on the glass. Backside of goal mount structure is provided with two mounting holes and hardware to independently secure backboard to a direct mount goal feature which relieves all stress and shock on the backboard frame con- forming to the latest NCAA rules. Backboard frame shall be furnished with heavy steel gusset plates in the top two corners incorporating keyhole slots for mounting the backboard to direct-mount type support structures. Rear Backboard frame shall be finished in a durable neutral gray powder coat finish. Glass shall be provided in %" thick, fully tempered (heat-resistant) glass section with uniform load and impact strength. Official white border and target area is "fired in" permanently on front side of glass section so that it cannot wear away. Glass section shall be secured to unitized rear frame by means of an L-shaped brushed aluminum extrusion for optimum durability. Front perimeter frame shall be secured to unitized rear frame with structural truss head rivets. Glass section shall be fitted with shock absorbing neoprene material to cushion and protect the glass section. Backboard shall be protected by a limited lifetime warranty. Porter No. 00208-000 Center-Strut Mount Rectangular Glass Backboard With Unitized Steel Frame. (Or approved equal) Pads shall fit any official size (72" wide) glass backboard. Pad shall cosist of two pieces with molded type square corners for maximum safety, appearance and durability. Pads shall be molded from Polyurethane foam (9 Ib. Density) with integral skin (self-skinning). Extruded type pads are not acceptable. A positive, bolt-on type attachment system shall be provided to eliminate glue or peel and stick tape type attachment methods. Pad sections are provided with internal, mokded in steel attachment cannel sections, which are secuied to the backboard with special self-drilling, self-tapping attachment hardware provided in a kit. Pad sections shall include molded-in clearance for gaol mounting plates and center-strut mounting feature. Cutting in field is not permitted. Porter No. 00326-000 Pro-Pad Backboard Padding Kit for Official Rectangular Backboards. Color Gray. (Or approved equal) 3. Goals (Provide Four (4) Assemblies) Goals shall be designed to absorb shock loads due to slam dunking or hanging on the rim. Goals shall incorporate a positive lock, pressure release mechanism which is preset to provide rebound characteristics identical to those of a non-movable ring. Statioload pressure release mechanism shall be field-adjustable without removing the cover plate. After release and with the load no longer applied, the ring shall return automatically and instantaneously to the original playing position. Rim shall be fabricated from 5/8" diameter cold drawn alloy steel, round formed to an 18" inner diameter ring. Inside diameter of ring shall be positioned 6" from face of backboard by a heavy, formed steel, hinged type housing with a formed steel cover. Rim shall be rigidly braced by means of a 3/16" thick steel formed and die cut steel brace welded in position on the underside of the rim for maximum support. Rim shall be provided with a "tube-tie" type net attachment system to eliminate the conventional wire-formed type net locks for additional player safety. Goal shall be finished in a durable official orange powder-coat finish. Durable anti-whip net and attachment hardware included. Goal may be easily mounted to a backboard/direct mount system with a special slotted mounting system without removing the housing cover. Goal to be provided with standard mounting centers for attachment to any 3'-6 x 6' rectangu- lar backboard. Goal is to be furnished with a limited %year warranty. Porter No. 00245-500 Ultra-Flex Goal with positive lock and movable rim. (Or approved equal) 4. Backstop Safety Lock Systems (Provide Four (4) Assemblies) Lock shall be inertia-sensitive to automatically lock a basketball backstop in position at any time in storage or during the raising or lowering cycle due to a sudden surge of speed created by a possible malfunction of the hoisting apparatus, such as the winch, cable, pulleys, sup- port fittings, etc. Strap lock shall incorporate a 2” wide nylon belt rated at a 6,000 pond breaking strength and entire unit to be tested to withstand a 1,000 pound free fall load. Strap shall extend a maxi- mum of 35’-0 and shall be automatically retracted and stored on a reel equipped with a special negating-type constant force spring. Operation and locking action of strap shall be by means of integral cast components, which are activated by centrifugal force to lock a basket- ball backstop before the unit travels 12 of free fall. Unit shall incorporate a fully automatic reset requiring no poles, ropes, levers or buttons. Unit shall be furnished with a universal mounting bracket to fit on any size pipe mounted either parallel or at right angles to unit. Belt shall be supplied with a special belt connection bracket for ease of securing directly to the basketball backstop. Porter No. 10797-1 00 “Saf-Strap” Basketball Backstop Safety Lock. (Or approved equal). 5. Electric Winch Equipment (Provide Four (4) Assenblies) Winch shall be worm gear type, designed to hold backstop at any position when raising or lowering. Winch housing and cable drum are machined from high strength ductile iron castings. The cable drum shall be grooved to provide neat and consistent cable tracking. The worm shall be machined from high strain tempered steel bar. All surfaces of the worm shaft are ground and the worm teeth and seal surfaces are polished after grinding for the utmost in efficiency and sealing capabilities. Worm shaft shall turn in sealed, precision thrust bearings. The shaft shall also be sealed by and additional seal on the outside of the sealed bearings. Worm gear shall be machined from high strength forged bronze alloy for exceptional wearability and long life characteristics. The worm and gear set to run in an oil bath within main shaft housing which is completely sealed by the worm shaft seal, and by a double lip seal around the polished cable drum shaft where it enterers the housing. This unit is filled with oil at the factory and sealed for maintenance free service. Winch to be operated mechanically by means of a W H.P. (9 Amp) capacitor type 60 cycle, 1 15 volt, single phase electric motor with automatic thermal overload protection manufactured to NEMA specifications. The motor shall drive the winch by means of a connecting V-belt and sprockets. Drum shall be mechanically interconnected to a special rotary counting Up-Down limit assembly, which shall be mounted and pre-wired to motor as an integral part of the winch. Limit switch shall be furnished in a special, extruded aluminum housing. Adjustment of said limit switches designed to be easily made without the use of tools. Winch shall be pre-wired with a 6’-0 long neoprene covered cable with NEMA 1-14-20 twist-lock grounded type plug attached. Control for winch shall be Sportsonic II Radio Controlled System. Keypad, key switch or other non-wireless control systems are not acceptable. Under no-load conditions, RPM of drum is 11 5, RPM of motor is 1725 Hoisting capacity of winch shall be 1200 pounds or suitable for equipment installed without overloading winch motor or mechanism. Wiring of all electrical components shall be in accordance with local codes and in accordance with manufactures instructions. All conduit, wiring, junction boxes and components not specified herein shall be furnished and installed by the City's electrical contractor. Porter No. 00708000 % H.P. Electric Winch. (Or approved equal) 6. Remote Control Units (Provide two (2) Transmitters and Eight (8) Receiver Assemblies) Winch shall be controlled by a radio control system (Sportsonic II) to eliminate control wiring, wall boxes and individual key switches as on conventional key switch systems. Sprortsonic It portable hand-held transmitter is specified. Transmitter shall operate up to ninety-nine individual winches. Numeric LED shall clearly display the selected channel. Power supply for transmitter shall be a standard 9-volt battery. Transmitter shall operate on a digitally encoded carrier frequency of 31 5 MHz. Each electric winch shall be equipped with a commercial type 11 5 VAC receiver with a coding switch for individual operation by the portable transmitter. Receiver shall be factory wired and installed in a standard non-metallic enclosure (6 x 4" x2-3/8") with a 6'4" long SJT cord with a NEMA L5-15 molded twist-lock grounded plug attached. Matching flange type receptacle shall be mounted in a standard 4" square cover plate (box by others) for power supply. Enclosure shall be furnished with a 4-pole twist-lock grounded type NEMA L14-20 receptacle to accept the power/control cable from the electric winch. All units to be factory tested for a 100' (nominal) operating range. Coding switch shall be configured in the field for independent operation. Wiring of all electrical components shall be in accordance with local codes, an in conformance with manufacturer's instructions. All conduit, wiring, junction boxes and components not specified herein shall be furnished and installed by the City's electrician. Porter No. 2002 Sportsonic II Sports Complex Control System. (Or approved equal) 7. Height Adjustment System (Provide Four (4) Assemblies) Height adjustment unit shall be designed for use with No. 900 Center-Strut0 series ceiling suspended basketball backstop support systems to provide an adjustable, direct-mount (Center-Strut@) goal attachment system to eliminate any strain on the backboard should a player hang on the front mounted goal (conforms to the latest NCAA recommendation). Height adiustment units without the prescribed direct-mount qoal feature will not be approved as equal. Height adjustment feature will allow any goal height settings from 8'-0 to the official 10'-0" for use by all age groups. Unit shall be designed for use with any official size (4' x 6' or 3'-6" x 6') Porter rectangular backboard and companion front mount type goal. Center unitized support frame shall be fabricated by dual, 2-311 6" square heavy-wall zinc plated guide tubes located on 11-3/16" centers. Ends of guide tubes shall be welded to heavy, formed mounting brackets. Heavy formed, die cut steel clamp assemblies (2) shall be provided for securing height adjustment assembly directly to a 6-5/8 O.D. center support structure (No. 900 Center-Strum series basketball backstops). Outer dual slide tubes shall support heavy structural steel angle sections which extend downward to accept a direct- ' mount (Center-Strut@) goal mounting system. Slide tube assembly shall be provided with a heavy, formed steel section to attach a special upper backboard support assembly to secure the unit to the upper two corners of the rectangular backboard on standard (5’-6) mounting centers. Height adjustment unit shall incorporate a compact I1 5-volt, gear motor type linear actuator with 600 pound thrust capacity to raise and lower the goal height electrically. Motor shall draw 1.4 amps under full load. Integral limit switches shall provide automatic shut off at 8’ and 10’ goal heights. The motor shall be controlled by Sportsonic II radio control system. Sportsonic II portable hand held transmitter No. 12002-100 will operate up to 99 individual units. One transmitter can be made to operate height adjustment units, in addition to backstops and divider curtain winches. Power supply for transmitter shall be a standard 9- volt battery. Transmitter shall operate on a carrier frequency of 315 MHz. Each electric height adjuster shall be equipped with a commercial type 1 15 VAC receiver with a coding switch for individual operation by the portable transmitter. Receiver shall be factory wired and installed in a standard non-metallic enclosure (6” x 4” x2-318”) with a 6’-0 long SJT cord with a NEMA L5-15 molded twist-lock grounded plug attached. Matching flange type receptacle shall be mounted in a standard 4 square cover plate (box by others) for power supply. Wiring from junction box on height adjuster frame to receiver shall be provided by the electrical contractor to meet all local code requirements. Enclosure shall be furnished with a 4-pole twist-lock grounded type NEMA L14-20 receptacle to accept the powerkontrol cable from the linear actuator. All units to be factory tested for a 100’ (nominal) operating range. Coding switch shall be configured in the field for independent operation. Wiring of all electrical components shall be in accordance with local area codes, and in accordance with manufacturer’s instructions. All conduit, wiring, junction boxes and components not specified herein shall be furnished and installed by the electrical contractor. A height setting scale shall be located on the side of the unit to visually determine height settings from 8’4” to 10’-0 in 3” increments. Height adjustment frame shall be finished with one coat of flat black enamel. Hardware shall be furnished for mounting unit to 6-518” O.D. vertical support tube. A limited lifetime warranty on all rectangular backboards when used in conjunction with the height adjustment system shall be provided. Porter No. 00903-506 Center Strut Height adjustment System with Electric Sportsonic II Operation. (Or approved equal) 8. Ceiling Mounted Forward Fold Backstop (Provide Four (4) Assemblies) Center-Strut@ vertical front drop frame assembly shall consist of a main, certer mast of 8518” O.D. heavy-wall structural steel tube with diagonal side sway braces of 2-112” x 1-112” rectangular steel tubing. Ends of diagonal brace tubes shall be precision machine cut to provide maximum weld surface contact to form a unitized, back-to-back triangular type structural design to provide superior lateral stability. (Formed, curved, pinch-cut or flattened type brace connections will not be approved as equal). Top horizontal mast hinge spreader to be of a heavy 4” structural channel b support adjustable suspension hangers. Goal shall mount directly through backboard and into a heavy structural steel weldment Center-Strut@ which shall be clamped to the vertical 6-518'' O.D. center support to eliminate any strain on backboard should a player hang on the front mounted goal (conforms to the NCAA latest rules). All fittings shall be attached to the 6-5/8" O.D. vertical drop tube by heavy X" thick precision saddle die-cut formed steel fittings secured in place by 5/8" diameter 'U'- Bolt type hardware. The upper backboard extension assembly shall provide the official NCAA and NFHS regulation of 6" (1 5.24 cm) from the front of the Center-Strut@ to the face of the backboard. Center-Strut0 drop frame shall be suspended by special adjustable hangers (2) to provide for precise plumbing of frame during installation. Support hangers shall be offset 1-112" behind centerline of Center-Strum drop frame to properly weight lock unit in playing position without the use of ropes, latches or springs. Backstop to operate with a 1-7/8" O.D. front brace assembly with a folding knee joint. Knee joint to incorporate precision investment castings with a special internal torsion spring design to lock brace assembly firmly in playing position. Knee joint assembly shall be designed with an in-line pivot design to maximize backstop stability during aggressive play. Hoist cable shall automatically disengage brace knee joint during the hoist cycle. Backstop shall be supported from 3-112'' O.D. pipe anchored to roof framing members by means of heavy formed, die-cut steel support fittings. Each support fitting (supplied by the backstop manufacturer) to the roof framing, must be capable of supporting a load exceeding 10,000 pounds, with sufficient attachment points to acquire a 60: 1 safety factor for support of the entire backstop superstructure system. Certified test results shall be furnished upon request. All cap screws shall be rated a minimum SAE Grade 5. Grade 2 cap screws will not be approved as equal. Superstructure pipes to be reinforced with special truss-type bridging or bracing when truss centers exceed spans of 14'0. Backstop shall be provided as standard with heavy duty, fully enclosed worm gear type manual wall-mounted winch, designed to hold units at any position when raising or lowering backstop. (Electrically operated units optional - see page No. 8-706-2). Hoist cable shall be 1/41) diameter galvanized aircraft cable with 7,000 Ib. ultimate breaking strength. Swivel pulleys shall be furnished with 4" diameter cast (ductile iron) pulley sheave with maintenance free, oil impregnated bearing for proper hoist cable routing to winch. Pulley assembly and attachment to 3-112'' O.D. support structure shall be rated at a minimum 9,000 pound load rating. Certified test results shall be furnished upon request. All metal parts shall be painted one (1) coat of flat black enamel. A limited lifetime warranty shall be provided on all backboards when used with the provided backstop assembly. Backstoo structure without said warranty will not be aDproved as equal. Porter No. 949 Center Strut Ceiling-Suspended Forward-Fold Backstop (18' to 28') (Or approved equal)