HomeMy WebLinkAboutPorter Athletic Equipment Company; 2003-11-17; FAC02-15DOC # 2004-0434776
RECORDED REQUESTED BY / @ CITY OF CARLSBAD
'I&@ AND WHEN RECORDED PLEASE llp]r MAILTO:
City Clerk
Clty of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
MQY 135 2004 8~32 OM
OFFICIk EcORIfs W DIEGO CWNTY KIBWR'S OFFICE GREGORY J. S)IIITH, "TY RECORDER FEES: 0.00
Space above this line for Recorder's use.
PARCEL NO: 1671 01 36
NOTICE OF COMPLETION
Notice is hereby given that:
1.
2.
3.
4.
5.
6. 7.
8.
The undersigned is owner of the interest or estate stated below in the property hereinafter described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
The nature of the tie of the undersigned is: In fee.
A work or improvement on the property hereinafter described was completed on May 5,2004.
The name of the contractor for such work or improvement is Porter Athletic Equipment Co. Inc. 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: New Gymnasium Equipment at Calavera
Community Center, Agreement Number FAC 02-1 5.
The street address of said property is 2997 Glasgow Drive.
Depc&hblic Works Director
VERIFICATION OF ClTy 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 IO* ,20&, accepted the above
described work as completed and ordered that a atice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ha-, \2* ,20*, at Carlsbad, California.
CITY OF CARLSBAD
CITY OF CARLSBAD
ACCEPTANCE OF PUBLIC IMPROVEMENTS
COMPLETION OF PUBLIC IMPROVEMENTS
The contractor has constructed the improvements required for the New Gymnasium Equipment at Calavera Community Center, FAC 02-15 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
New Gymnasium Equipment at Calavera
Community Center
$36,738.30
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
RAYMOD R. PATCHETT, City Manager
MROVED AS TO FORM:
MAY 1 0 2004
Date
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
NEW GYMNASIUM EQUIPMENT
AT
CAEAVERA COMMUNITY CENTER
CONTRACT NO. FAC02-15
September 11,2000
*xf
Revised 911 l/N Contract No. FAC02-15 Page 1 of 58Pages
TO: 176072I39562 P: 2'2 -- _-.
I--- E ____I t
rojcct Name: Cdaberap Gvm refurblsb
xarion: rchitect:
j portn Athletic Eqwplnem Carlos D. Herrera
I P.O. Box 1 If5
Wtt ier. CA CA !XJfA15 1175 Phone: 626.J69 TT7?
Fax: 626-369- IO I 5
Email: cherrem@poxter-ath.com Roo: 818-717-9267
May 14,2002
ADDENDUM NO. 1
RE: NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER,
Contract No. FACOZ-15
Please include the attached addendum in the Notice to BiddedRequest for Bids you
have for the above project.
This addendum--receipt acknowledged--must be attached to your Request for Bid when
your bid is submitted.
.-
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2460 FAX (760) 602-8556 @
I City of Carlsbad
May 13,2002
ADDENDUM NO. 1
NEW GYMNASIUM EQUIPME',NT
AT
CALAVERA COMMUNITY CENTER
CONTRACT NO. FACO2-15
The following additions and clarifications have been made to Contract No. FAC02-15.
Notice Inviting Bids: On page 5, omit "The following classifications are
acceptable for this contract: B" and add the following:
The following classifications are acceptable for this
contract: A, C-10 or D-28
/- SCOTT CARROLL
Management Analyst
_-
405 Oak Avenue - Carlsbad, CA 92008-3009 (760) 434-2980 - FAX (760) 720-9562 @
.
- City of Carlsbad
May 23,2002
ADDENDUM NO. 2
RE: NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER,
Contract No. FAC02-I5
Piease include the attached addendum in the Notice to BiddedRequest for Bids
have for the above project.
This addendum-receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
1635 Faraday Avenue Carlsbad, CA 92008-7314 (760) 602-2460 FAX (760) 602-8556 @
ii
.-
City of Carlsbad
May 22,2002
ADDENDUM NO. 2
NEW GYMNASIUM EQUIPMENT
AT
CALAVERA COMMUNITY CENTER
CONTRACT NO. FACO2-15
The following additions and clarifications have been made to Contract No. FACO2-15.
Notice Inviting Bids:
Drawing:
On page 5, omit “The following classifications are
acceptable for this contract: By’ and add the following:
The following classifications are acceptable for this
contract: C-61-D34, C61-D48
Omit the “219 Up-Fold” backstop drawing created on
08/13/2001 and add following drawing that is attached
here to.
949 Series Front Braced-Forward Fold Backstop,
Created on 03/29/2002
/- SCOTT CARROLL
Management Analyst
405 Oak Avenue Carlsbad, CA 92008-3000 * (760) 434 2980 - FAX 1760) 720-9562 @
STATE OF ILLINOIS
COUNTY OF DU PAGE
On this 5th day of June, 2002, before me came Joanne costa who executed the
preceding instrument, to me personally known, and being by me duly sworn, said that
he is the therein described and authorized ATTORNEY-IN-FACT of Washington
International Insurance co. that the seal affixed to said instrument is the
Corporate Seal of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal
this day and year first written above.
Notary Public
. (Seal)
C . - . Item
TABLE OF CONTENTS
Paae
Notice Inviting Bids ........................................................................................................................ 4
Contractor’s Proposal .................................................................................................................... 8
Bid Security Form .......................................................................................................................... 12
Bidder’s Bond To Accompany Proposal ....................................................................................... 13
Guide For Completing the “Designation Of Subcontractor and Amount Of Subcontractor’s
Bid Items” and “Designation of Owner OperatodLessor and Amount Of Owner Operator/Lessor
Work” Forms .......................................................................................................................... 15
Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items ................................. 17
Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work ............ 18
Bidder’s Statement Of Financial Responsibility ............................................................................ 19
Bidder‘s Statement Of Technical Ability And Experience ............................................................. 20
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 PerformanceMlarranty Bond ...........................................................................................
Optional Escrow Agreement For Surety Deposits In Lieu Of Retention .......................................
SUPPLEMENTAL PROVISIONS
Part 1 General Provisions
Section 1
1-1 Terms ...................................................................................................................
1-2 Definitions .............................................................................................................
1-3 Abbreviations ........................................................................................................
Terms. Definitions Abbreviations And Symbols
Section 2 . Scope And Control Of The Work
2-3 Subcontracts ........................................................................................................
2-4 Contract Bonds .....................................................................................................
rx
21
22
23
25
26
32
34
36
39
39
40
41
41
@ Revised 9/11/00 Contract No . FAC02-15 Page 2 of 58 Pages
.,- 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
5-6
Section 6
6-1
6-2
6-6
6-7
6-8
6-9 _-
Section 7
7-3
7-4
7-5
7-7
7-8
7-1 0
7-1 3
Section 9
9-1
9-3
Plans And Specifications ......................................................................................
Authority Of Board And Engineer .........................................................................
Changes In Work Changes Initiated by the Agency .........................................................................
Extra Work ............................................................................................................
Disputed Work ...................................................................................................... Changed Conditions .............................................................................................
Control Of Materials
Materials And Workmanship ................................................................................ Materials Transportation. Handling and Storage ..................................................
Utilities
Location ................................................................................................................
Relocation .............................................................................................................
Cooperation ..........................................................................................................
Prosecution. Progress And Acceptance Of The Work
Construction Schedule And Commencement Of Work ........................................
Prosecution Of Work ............................................................................................
Delays And Extensions Of Time ..........................................................................
Time of 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 ...........................................................................
Laws To Be Observed ..........................................................................................
Measurement and Payment Measurement Of Quantities For Unit Price Work .................................................
Payment ................................................................................................................
42
43
44
44
44
45
48
49
49
49
50
50
53
54
54
54
54
55
55
55
55
55
56
56
56
56
Revised 9/11/00 Contract No . FAC02-15 Page 3 of 58 Pages
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Until 4:OO p.m. on June 5,2002, the City shall accept sealed bids, clearly marked as such, at the
Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-731 4, 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: Provide the furnishing of all equipment and
labor necessary to remove existing basketball backstops and installing new basketball backstops
that conform to the specifications below.
CONTRACT NO. FACOP-15
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
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, 1997 Edition, and the
1998 and 1999 sutmlements thereto, all hereinafter designated “SSPWC” as issued by the Southern
California Chapter of the American Public Works Association and as amended by the supplemental
provisions sections of this contract. Reference is hereby made to the plans and specifications for full
particulars and description of the work. -
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad 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:
.-
e Revised 911 1/00 Contract No. FAC02-15 Page 4 of 58 Pages
1.
x 2. 3.
4.
5.
6.
7.
Contractor's Proposal Bidder's Bond Non-Collusion Affidavit Designation of Subcontractors and Amount of Subcontractor Bid
Designation of Owner Operator/Lessors & Amount of Owner OperatorlLessor Work Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience
8. Acknowledgement of Addendum(a)
9. 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. 10.Bidder' s Statement Re Debarment
11 .Bidder's Disclosure Of Discipline Record
12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security)
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
$32,000.
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: B
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 $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
4- %# Revised 911 1/00 Contract No. FAC02-15 Page 5 of 58Pages
employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and
Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the
purposes of section 41 07 and 41 07.5.
-
The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
A mandatory pre-bid meeting and tour of the project site will be held at Calavera Community
Center, 2997 Glasgow Drive, Carlsbad, California on Wednesday, May 22,2002 at 9:00 a.m.
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this
proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words
and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected
extension shall be calculated and the bids will be computed as indicated above and compared on the
basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
- The Contractor shall provide bonds to secure faithful performance and warranty of the work in an
amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor
shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($1 0,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000).
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:
I) 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.
@ Revised 911 1/00 Contract No. FACO2-15 Page 6 of 58 Pages
Auto policies offered to meet the specification of this contract must:
1 ) 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.
I
Workers' compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best's rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers'
compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submitting the
required bonds and insurance, as described in the contract, within twenty days of bid opening. If the
Contractor fails to comply with these requirements, the City may award the contract to the second or
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2002-1 17 adopted
on the 1 6th day of April, 2002
z-
Date 1
Revised 911 1/00 Contract No. FAC02-15 Page 7 of 58 Pages
.- CITY OF CARLSBAD
CONTRACT NO. FAC02-15
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
CONTRACTOR’S PROPOSAL
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto,
and hereby proposes to furnish all labor, materials, equipment, transportation, and services required
to do all the work to complete Contract No. FAC02-15 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” NEW GYMNASIUM EQUIPMENT
Item - No. DescriDtion
Approximate
Quantity Unit
and Unit - Price - Total
A-1 Volleyball Sleeves Chrome 6 $ 399.42 $ 2,396.48
Covers I- replace sleeve
covers and adjust bottom of
all sleeves to correct height
A-2 Basketball Backstop -
furnish and install ceiling
mounted backstops
4 $ 7,142.65 $ 28,570.58
A-3 Wall mounted key pad 1 $ 1,535.42 $ 1,535.42
control system - Furnish
and install
A-4 Remove and dispose of LS $ 1,838.43 $ 1,838.43
existing basketball
backstops $2,397.38
A-5 Bond & Insurance Costs LS A1 -1 9’rL &s+i-- Total amount of bid in words for Schedule “A”: Thirty-six thousand seven hundred thirtv-eiqht and 30/100 dollars
- Total amount of bid in numbers for Schedule “A”: $ 368738.30
The basis of award will be the sum of Schedule “A“.
fs Revised 9/11/00 Contract No. FAC02-15 Page 8 of 58 Pages
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No@). 1 z hadhave been received and idare included in this
proposal.
The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under license number bls2oL 1 , classification 1b34 which expires on
, and that this statement is true and correct and has the legal effect of 3131 12003
(2&6- an affiddvit.
A bid submitted to the City bq 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
$j 7028.1 5(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 § 20104.
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
himiher to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making a bid for
the same work, and is in all respects fair and without collusion or fraud. - Accompanying this proposal is
or Cashier's Check) for ten percent (1 0%) of the amount bid.
(Cash, Certified Checw
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter I, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to comply with its provisions.
em tS Revised 9/11/00 Contract No. FAC02-I 5 Page 9 of 58Pages
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(I) Name under which business is conducted
(2) Signature (given and surname) of proprietor
mmf4 @ 1- [/J - ,
(3) Place of Business &) I.? O-Em z* 0 J .I (Street and Number)
(4) Zip Code b$ Telephone No. 7;s *%Go
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a
general partner)
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
Porter Athletic Equipment Company
Impress Corporate Seal here
Chief Financial Officer
(3) Incorporated under the laws of the State of %Wb= r
(4) Place of Business 8 - AE.3.d 3b% zx 00
City and State nmmvl , [I
(Street andhumber) J
(5) Zip Code /Lo5 Telephone No. 7@ 1% 8 ‘7m
e= E# Revised 9/17/00 Contract No. FAC02-15 Page 10 of 58 Pages
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:
Revised 911 1/00 Contract No. FAC02-15 Page 11 of 58 Pages
License Detail
California Home
piGI
Page 1 of 2
Fridav. November 07.2003
Description
PREFABRICATED EQUIPMENT
Contractor License # 61 5296
DISCLAIMER
A license status check provides information taken from the CSLB license data base.
Before relying on this information, you should be aware of the following limitations:
CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is
subject to public complaint disclosure, a link for complaint disclosure will appear
below. Click on the link or button to obtain complaint and/or legal action
information.
are disclosed.
the arbitration.
onto the Board's license data base.
Per B&P 7071.1 7, only construction related civil judgments known to the CSLB
Arbitrations are not listed unless the contractor fails to comply with the terms of
Due to workload, there may be relevant information that has not yet been entered
Extract Date: 11/07/2003
* * * Business Information * * *
PORTER ATHLETIC EQUIPMENT COMPANY
2500 SOUTH 25TH AVENUE
BROADVIEW, IL 601 55
Business Phone Number: (708) 338-2000
Entity: Corporation
Issue Date: 03/16/1991 Expire Date: 03/31/2005
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number S4003108 in the
amount of $7,500 with the bonding company
WASHINGTON INTERNATIONAL INSURANCE COMPANY.
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 11/7/2003
License Detail Page 2 of 2
Effective Date: 02/22/1995
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying
Individual number S7004696 for GREGORY LEE HEGE in the amount of $7,500 with
the bonding company
WASHINGTON INTERNATIONAL INSURANCE COMPANY. Effective Date: 05/01/1999
* * * Workers Compensation Information * * *
This license has workers compensation insurance with the
HARBOR SPECIALTY INSURANCE COMPANY
Policy Number: WN057800-02 Effective Date: 04/01/2003 Expire Date: 04/01/2004
Workers Compensation History
Personnel List
.-.
License Number Request Contractor Name Request Personnel Name Request
Salesperson Request Salesperson Name Request
Q 2003 State of California. Conditions of Use Privacy Policy
http://www2.cslb.ca. gov/CSLB-LIBRARY/License+Detail. asp 11/7/2003
BID SECURITY FORM
(Check to Accompany Bid)
CONTRACT NO. FAC02-15
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ 11 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
proceeds 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 (1 0%) of the total amount of the bid.)
e- p,s Revised 9/11/00 Contract No. FAC02-15 Page 12 of 58 Pages
BIDDER'S BOND TO ACCOMPANY PROPOSAL
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
/.--- CONTRACT NO. FACO2-15
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, and I as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows:
(must be at least ten percent (10%) of the bid amount) 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.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for:
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER, CONTRACT NO.
FAC02-15
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.
. .- ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...
rt
4w rrs Revised 9/11/00 Contract No. FAC02-15 Page 13 of 58 Pages
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 day of ,20 .
PRINCIPAL:
Executed by SURETY this day (name of Principal) of ,20 * By:
(sign here) SURETY:
(print name here)
(Title and Organization of Signatory)
By:
(name of Surety)
(address of Surety)
(telephone number of Surety)
(sign here)
(print name here) By:
(title and organization of signatory)
(signature of Attorney-in-Fact)
(printed name of Attorney-in-Fact)
(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 bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
Deputy City Attorney
Revised 9/11/00 Contract No. FAC02-15 Page 14 of 58 Pages
THE AMERICAN INSTITUTE OF ARCHITECTS
COPY
AIA Document A310
Bid Bond
KNOWALL MEN BYTHESE PRESENTS, that we
2500 S. 25th Avenue, Broadview, IL 60155
As Principal, hereinafter call the Principal, and
1200 Arlington Heights Road, Itasca, IL 60143
A corporation duly organized under the laws of the State of
As Surety, hereinafter called the Surety, are held and firmly bound unto
1635 Faraday Avenue, Carlsbad CA 92008
As Obligee, hereinafter called the Obligee, in the sum of
Porter Athletic Equipment Company
Washington International Insurance Co .
ARIZONA
City of Carlsbad
Two Percent of the Attached Bid
I*
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
2% Dollars ($
F or the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
presents
WHEREAS, the Principal has submitted a bid for
-
Take down 4 existing wall mounted backstops and replace with ceiling mounted backstops;repair volleyball sleeves @
Calaveras Community Center
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the f’rincipal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect
Signed and sealed this 5th day of June 2002
(Sear)
ional Insurance
See Attached Jurat (Seal)
Joanne Costa (Tide) Attorney-In-Fact
(witness)
co .
AIA DOCUMENT A3 10 BID BOND AN@ ’ FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON D.C. 20006
NAS SURETY GROUP
I NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHTNGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
the laws ofthe State ofNew Hampshire, and having its principal ofice in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
John E. Adams, Joanne Costa, Robert D. Jacobson, Mary Ann Powell, Gerald C. Olson,
Karen A. Ryan, R.O. Drost, Judith A. McGoogan, Lora A. Pepel, James M. Drost
and Robert W. Mielke iointlv or severally
its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the
amount oE TEN MILLION ~10,000.000.00~ DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24'h of March, 2000:
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney, and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached.
BY Paul D. Amslutq Praldmt & Chief Executive Omcer of Washington International Insurance Compamy &
Vice Raiden1 of North Ammcam Specialty Insurance Compmy
BY Slevm P. Anderson. Sr. Vice Pruldwl or Washineta Inlenaliand Insurance Comanv & .. Vice President of North American S&hlty lnrunnce Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
,20-. 02 official seals to be hereunto affixed, and these presents to be signed by their authorized officers this day of February
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of DuPage
day of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Sr. Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company, personally known
to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of, and acknowledged said instrument to be
ss:
,2002, before me, a Notary Public, personally appeared Paul D. Amstutz , President and CEO of
,
the voluntary act and deed of, their respective companies.
YASMIN A PAm
Yasmin A. Patel, Notary Public
I, James A. Carpenter
North American Speciality Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given
by the companies, which is still in full force and effect.
, Vice President & Assistant Secretary of Washington International Insurance Company and the Assistant Secretary of
2002 . IN WITNESS WHEREOF, I have set my hand and affixed the seals ofthe Companies this =day of June I-
Jamea A. Carpenter, Vice President & Awlstant Secretary eTWasbimgln Inlmalional Insurance Cornpiny & Assistad %retary of North Amerlcan Speciality Insurance Company
GUIDE FOR COMPLETING
c 1- THE "DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID ITEMS"
AND
"DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS
REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of 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" and "Owner
Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the
SSPWC and section 2-3.1 of these Supplemental Provisions.
CAUTIONS These forms 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 owner operator/lessors or otherwise to be
performed 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 or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render
service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor
licensed as a contractor by the State of California who 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 ten
thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of
subcontractor(s) shall be set forth and included as an integral part of the bid offer.
-
Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of
manpower and equipment that it proposes to use to complete the Work. Additional copies of the
forms must be attached if required to accommodate the Contractor's decision to use more than one
Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out.
These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and
correct information may result in rejection of the bid as non-responsive.
Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the
Bidder's overhead and profit for subcontracted items of the work is included to compute the
percentage of the work performed by Subcontractors or Owner Operators/Lessors.
When the Bidder proposes that any bid item will installed by a Subcontractor or Owner
Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner
Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including
Subcontractor's Overhead & Profit" or I' Amount of Owner Operator/Lessor Bid Item Including Owner
Operator/Lessor's Overhead & Profit 'I unless the dollar amount of all work performed by any
Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's
total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner
Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit
Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that
the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed.
&
e= t# Revised 9/11/00 Contract No. FAC02-15 Page 15 of 58 Pages
I
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, the Subcontractor, or the Owner Operator/Lessor, as the case
may be, that the Bidder proposes as installer of said materials. The value of material incorporated in
any Subcontractor or Owner OperatorlLessor 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 or
Owner Operator/Lessor installing said item.
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid
Item No." column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must
be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in
the appropriate space.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in
the location provided on each type of form so duplicated.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install
less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet
shall be provided by the Contractor to clearly apprise the Agency 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 and Owner Operator/Lessor amounts for purposes of award of the
contract shall 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.
/--
e= Qs Revised 9/11/00 Contract No. FAC02-15 Page 16 of 58 Pages
_-
$ $ $
$ $ $
$ $ $
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
CONTRACT NO. FACOZ-I 5
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts 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 than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Subcontractor's Location of Business
Street Address
City State Zip
"Subcontractor's Telephone Number including Area Code: ( -
*Subcontractor's California State Contractors License No. and Classification:
*Subcontractor's Carlsbad Business License No.:
Page of pages of this Subcontractor Designation form
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk
required on this dowment may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." *w rrs Revised 9/11/00 Contract No. FACOZ-15 Page 17 of 58 Pages
DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
.I. .
CONTRACT NO. FACO2-I 5
$
$
The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency.
$ $
$ $
Full Owner Operator/Lessor Name:
Owner Operator/Lessor Location of Business
Street Address
City State Zip
*Owner Operator/Lessor Telephone Number including Area Code: [ 1 -
*Owner Operator/Lessor City of Carlsbad Business License No.:
OWNER OPERATOWLESSOR WORK ITEMS
Page of pages of this Owner Operator/Lessor form
* Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk
required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids."
e- rr# Revised 9/11/00 Contract No. FAC02-15 Page 18 of 58 Pages
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
CONTRACT NO. FACO2-15
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
Revised 9/11/00 Contract No. FACO2-15 Page 19 of 58 Pages
I-
D-
I
I
1
I
I
D
I
r-
1
I
I
I
I
I
I
I
I
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
CONTRACT NO. FAC02-15
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.
c
4-
Revised 9/11/00 Contract No. FAC02-15 Page 20 of 58 Pages
Phone List Carlos D. Herrera, Porter Athletic Equipment
P.O. Box 11 175
Whittier, CA90603-1175
~_.ker of contacts: 22
Company
Academy of Our Lady of Peace
Arrowhead Christian Academy
Brea Community Center
Camp Pendleton MCCS
Chula Vista Elementary USD
Church of St Thomas More
City of Encinitas
City of La Mirada Community Gymnasium
City of Laguna Hills
City of Vista
Copley YMCA
Ecke Family YMCA
Grossmont U.H S.D.
Lemon Grove Church
Los Angeles Lakers Training Facility
Rancho Santa Fe Community Center
St Margaret Episcopal School
St. Joseph High School
St. Mary & All Angels School
I urning Point School
University of California - San Diego
I -a Santa Recreation Center
contact
Trent Smail
David Han
Wendy Bowman
Lisa Vice
Rudy Valdez Romero
Fr. Peter McGuire
Pam Alexander
Richard A. Welch
Kimberly Monarch
Chesca Pietila
Leticia Leos
Scott Glissrneyer
Jim Langford
Ernest Gephart
Gary Vdti
Ron Merino
Alvaro Baniga
Dennis Blass
Nello DiCorpo
Susan Mendoza
Danny Porter
Joshua Loren
Car Phone Phone - Ext.
619-297-2266
909-793-0601
71 4-71 03
760 725 3757.
619-425-9600
7W599-1980
760-633-2754
562-902-2938
949-707-2683
760-7261340
619-283-2251
760-942-9622
61 9-64481 67
61 9-465-1 888
31 0-426-6080
8587592638
949-661 -01 08
562-866-1 21 4
949 448-9027
858573-1 394
31 0-841 -2505
858-534-8496
1425
1572
1402
254
61 9548-1 060
31 0 949-291 -9229
858-967-9431
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
CONTRACT NO. FAC02-15
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
Employer's Liability
2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency
showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must:
I) 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 anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance
certificate must state the coverage is for "any auto" and cannot be limited in any manner.
e-
Revised 9/11/00 Contract No. FAC02-15 Page 21 of 58Pages
I ACORDu CERTIFICATE OF LIABILITY INSURANCE
-INSURED Porter Athletic Equipment Co.
2500 S 25th Avenue
Po Box 2500
Broadview, IL 60155
DATE (MMIDDNYYY) 1 10/13/2003
JOLICY EXPIRATION
04/01/2004
LIMITS I$ 1,000,000 EACH OCCURRENCE
$ DAMAGE TO RENTED rPI 100,000
PROPERTY DAMAGE (Per accident)
AUTO ONLY - EAACCIDENT
$
$
t --
EACHOCCURRENCE
AGGREGATE
-
$ 5,000,000
$ 5,000,000
s
04/01/2004 $
X I $gyS:?J:i I IoJg ~
E.L. EACH ACCIDENT $ 1,000,000
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 POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAlC #
INSURERA: Travelers Indemnity of IL +%/ 25674 c L/< c INSURERB: Travelers Indemnity of CNAHYJ
I INSURERC: Harbor Soecialtv Ins. I /-e/:
INSURERD Great America
INSURERE. Ct. Paul
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDIN
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
- lNSf LIE
~~
TYPE OF INSURANCE
GENERAL LIABILITY
POLICY EFFECTIVE - 04/01/2003 P630843K4788TIL03 x COMMERCIAL GENERAL LIABILITY
X Per Project Agg f X Broad Form Vendors
GEN'L AGGREGATE LIMIT APPLIES PER:
MED EXP (Any one person) I $ 10,000
PERSONAL & ADV INJURY I $ ~.~~~.~~~ A
GENERAL AGGREGATE
i ~ nnn - no0 (Ea accidenl)
h pq J'E"~"; rl LOC
AUTOMOBILE LIABILITY
ANY AUTO
04/01/2003 P810843K479ATCT03
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY (Per person) €3
BODILY INJURY (Per accident)
GARAGE LIABILITY
ANY AUTO OTHER THAN I $
AGG I D AUTO ONLY:
04/01/2004
04/01/2004
04/01/2004
EXCESSIUMBRELLA LIABILITY
OCCUR CLAIMS MADE
04/01/2003
04/01/2003
04/01/2003
CUP308DO 5 78TI LO3
TUE 3579986 $:
QIOl200283 $:$: A
RETENTION $
NORKERS COMPENSATION AND
iMPLOYERS' LIABILITY
4NY PROPRIETOWPARTNEWEXECUTIVE IFFICEWMEMBER EXCLUDED?
f yes, describe under ;PEClAL PROVISIONS below
04/01/2003 WN057800-02
ITHER ": GREAT AMERICAN
:':$: ST . PAUL
ES I EXCLUSIONS ADDED BY ENDORS
I
ISIONS hrough 2005
- DE5 lrc
The City of Carlsbad, its officials, employees and volunteers are named as add'l insureds hereunder as
"espects liability arising out of activities performed by or on behalf of the Named Insured. Coverage
inder this policy shall be primary insurance as respects the City, its officials, employees and volun-
IENT I SPECIAL PRI Val id [IPTION OF OPERATIONS I LOCATIONS I VEHl r# C35880 Project: Cal avera Comnuni ty Center
teers. A Waiver of Subrogation in favor of the add'l insureds applies to the Workers Comp.
~~~
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, -
I BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY I City of Carl sbad
ACORD 25 (2001/08) OACORD CORPORATION 1988
11/06/2003 16:55 FAX 630 324 2501
TJ ADAMS
COMMERCIAL GENERAL LIABILI~
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULI-Y-
.-
BLANKET ADDITIONAL INSURED-OWNERS, LESSEES
OR CONTRACTORS
This eridorsemanr rno jifies insurance provided under tho fdo(lowing;
C.OMMERCIAI. GENERAL LIABILITY COVERAGE PART
PROVISlONS:
1. WHO 15 AN INSU9ED [SECTION 11) is amended
to indude as an insured any person or arganiza-
tion (caHed hereafrer 'additional insured") whom
you have agreed in a written contract. executed
prior to loss. to name as additional insured, .but ,
only with respect to liability arising out of "your
worK' or your ongoing oprat?ons for that addi-
tional insured perfcamred by yau or lor you,
2. With respect fo thi? insurance afforded to Addi-
tional Insureds the following condirions apply;
a. Limits of 1nsur;mce - The following limits of
liability apply:
1. The limits which you agreed to provide:
or
z- The limits sliown on the dedarations,
whichever is lesz.
b. This insurance is excess over any valid and
collectible insurmce unless you have agreed
in a written contract for this insurance to
apply on a primary or contributory basis.
a. on any basis to any person or organizat?on
for whom you have purchased' an Owners
and Contractors Protective policy.
b. to 'bodily injury," "property damage." "per-
sonal injury," or "advertising injury" arising
out of the rendering of or the lailure to render
any professional services by or for you, in.
eluding:
1. The pmparing, approving or failing to
prepare or approve maps,~ drawings,
opinions, reports, surveys, change or-
ders, designs or specification:;; and
2- Supervisory, inspection or cngineering
services.
3. This insurance does not apply; l
.-
BIDDER'S STATEMENT RE DEBARMENT
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
(To Accompany Proposal)
CONTRACT NO. FAC02-I5
I) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
%
no
I
L
1
1
1
I
n
E party debarred party debarred
I agency agency
p period of debarment period of debarment
I
1
8
1
I
I
I,
I
I
2) If yes, what wadwere the name@) of the agency(ies) and what wadwere the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two debar-
ments.
Page I of ( pages of this Re Debarment form
em kg Revised 9/11/00 Contract No. FAC02-15 Page 22 of 58Pages
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
CONTRACT NO. FACO2-15
NEW GYMNASIUM EQUIPMENT AT CALAVEFW COMMUNITY CENTER
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a
patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the
date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826.
I) Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? x no
2) Has the suspension or revocation of your contractors license ever been stayed?
3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period?
yes A no
4) Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed?
no + Yes
5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor.
I
I - (If needed attach additional sheets to provide full disclosure.)
Page ___ ( of Lpages of this Disclosure of Discipline form I
I e= t;s Revised 9/11/00 Contract No. FAC02-15 Page 23 of 58Pages
E
I
I
I
I
I
I
I
I
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
CONTRACT NO. FACOZ-I 5
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action
was stayed.
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
Artq Athletic Equipment Company
Page + of k pages of this Disclosure of Discipline form
e* %# Revised 911 1/00 Contract No. FAC02-15 Page 24 of 58Pages
I
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 71 06
CONTRACT NO. FAC02-I5
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER
State of )
County of 1
) ss.
bbkL&1*1?ki
and says that he or she is
, being first duly sworn, deposes
(Name of Bidder)
(Title) & 6fb?&bL
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 penal
executed on the day of
f&rjury that the fo true and correct and that this affidavit was
Subsc wnd w#re
(NOTA- . LINDEMANN
Notary Public, State of Illinois
meon the 27 day of BAY ,2002 .
4%. %@ Revised 9/11/00 Contract No. FAC02-15 Page 25 of 58 Pages
CONTRACT
PUBLIC WORKS
This agreement is made this I7 & day of ?b'LW&
the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"),
,2003, by and between
and Porter Athletic Equipment Company whose principal place of business is 2500 South 25'h
Avenue, Broadview IL 601 55 (hereinafter called "Contractor").
City and Contractor agree as follows:
1.
for:
Description of Work. Contractor shall perform all work specified in the Contract documents
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER, CONTRACT NUMBER
FAC02-15.
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract 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) 1997 Edition, and the 1998 and 1999 supplements thereto,
hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American
Public Works Association, and as amended by the Supplemental Provisions section of this contract.
The Engineer will close the estimate of work completed for progress payments on the last working
dayofeachmonth. The City will pay retention amounts within 90 days after acceptance
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
- of the Contractor's work.
e ' Revised 07/29/02 Contract No. FACO2-15 Page 26 of 58 Pages
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 Ill disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally recognized as inherent in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
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,
Revised 07/29/02 Contract No. FACO2-15 Page 27 of 58 Pages
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, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
10. 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
occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate
aggregate in the amounts specified shall be established for the risks for which the City or its agents,
officers or employees are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any
auto" and cannot be limited in any manner.
c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits
as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000
per incident. Workers' compensation offered by the State Compensation Insurance Fund is
acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers' Compensation and Business Automobile Liability
Insurance contain, or are endorsed to contain, the following provisions.
a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers' liability coverage.
b. The Contractor's insurance coverage shall be primary insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor's insurance and shall not
contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided e Revised 07/29/02 Contract No. FAC02-15 Page 28 of 58 Pages
to the City, its officials, employees or volunteers.
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 Resolution No. 91 -403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that insurer to
bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the
City and are to be received and approved by the City before the Contract is executed by the City.
(I) 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 iry
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 201 04) 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.
e Revised 07/29/02 Contract No. FAC02-15 Page 29 of 58 Pages
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution. -
(C) Government Code. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate ignorance of
the false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim
may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac-
tor from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agrehent is San Diego County,
init init
California. - I have read and understand all provisions of Section 11 above.
12. Maintenance of Records. Contractor shall maintain and makeuilable at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1,
Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so inform the City by certified
letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of
any change of address of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720
of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and
the City may be substituted for monies withheld to ensure performance under this Contract.
15. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
a Revised 07/29/02 Contract No. FACO2-15 Page 30 of 58 Pages
16. Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. .-
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
ATTEST: *
By:
(sign here)
(print name and title)
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: 3 ty City Attorney
Revised 07/29/02 Contract No. FACO2-15 Page 31 of 58 Pages
CERTIFICATE
I, Diane D. Robinson, duly qualified and acting Secretary of Porter Athletic
Equipment Company, a Delaware corporation, do hereby certify that the following
is a true and exact copy of an excerpt from the minutes of a meeting of the Board of
Directors of the corporation held April 2 1, 1982, at which a quorum was present at
all times authorized to transact business on behalf of the corporation pursuant to the
Article of Incorporation and the by-laws of the corporation; and that said resolution
in full force and effect:
RESOLVED, that the Secretary be and is hereby directed to
certify from time to time the designation by the Chairman of the
Board or President of the Company various company officers whose
signature upon bids, contracts, bonds, affidavits and related
documents requiring the signature of the corporation with respect to
the ordinary course of the business, shall duly bind the corporation;
and any of such representatives shall have authority to certify or attest
the document and affix the corporate seal, but no one of them may
both sign and certify or attest the document.
In accordance with foregoing resolution, I do hereby certify that the following
persons have been designated as specified below:
Linda M. Janczkowski
Edward A. Schroeder
Chief Financial Officer
Vice President Product Research,
Development & Integrity
IN WITNESS WHEREOF, I have set my hand and seal of the corporation on the
dayof 0CfikL.V ,m&.
Corporate
Seal
FAITHFUL PERFORMANCWARRANTY BOND
Bond /IS-902 0416
WHEREAS, the City of Carisbad, State of California, has awarded to'
Porter Athletic Equipment Company, 2500 South 25m Avenue, Bmadview IL 80155 (hereinafter designated as the 'Principal'), a Contract for:
NEW GYMNAWM EQUIPMENT AT CALAVERA COMMUNITY CENTER, CONTRACT NUMBER
FACOa-15.
in the City of hrlsbad, in 6trict conformity with the contract, the drawlngs and speclflcations, 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;
NOW , THEREFORE, WE, Porter Athletic Equipment Company, as Principal, (hereinafter designated
as Surety, are held firmly bound unto the City of Carlsbad in the sum of Thirty-five Thousand Five
the "Contractor'), and Washington International Insurance ComDanv
Hundred Twenty-Eight Dollam ($35,528.00), said sum being an amount equal to:
I
One hundred percent (100%) of the estimated amaunt of the Contract, to be paid to City er its certain attorney, its succesgbrs and assigns; for which payment, well and truly to be made, we bind
Otlr6elves, our heirs, executors and administrators, Buccessors or assigns, jointly and severally, firmly
by these presents.
THE CONDITION OF THIS OBLIGATION I$ SUCH that if the above bounden Contractor, their heirs, executore, administrators, successors or assigns, shall in all things stand to and abide byy 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 stlpulated,.then this obligation shall become null and void; otherwise it shall remain in full force and
effect.
'8
As a part of the obllgation 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 fee$,
incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in
any judgment nendered.
rc
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 thB work or to the
specifications.
a Revised 07/29/02 Cantract NO. FACO2-15 Page 34 of 58 Pages
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety fmm its obligations under thls bond.
Executed by CONTRACTOR this Executed by SURElY this 1 ?th day of
.\
day Qf JsL&JEC7 20-03 October s 20113,l
SURm
Washington Internat- PanY (name of Surety) 1350 Boyson Road, Bldg. D - Suite 2
Hiawatha, IA 52233
I (address of Surety)
(telephone number of Surety)
866/627-6006
(Title and Organizatiqn of Signatory) ature of Attorney-in-fact)
By: ,Joanne Costa
(printed name of Atterney-in-Fact)
(sign here)
(print name here)
(Attach corporate resolution showing current
power of attorney.)
(Title and O~y~anizaUon of signatory)
(Proper notarial acknowledgment of executlon by CONTRACTOR and SURETY must be attached.)
(Presidentor vice-president and secretary or assistant secretaty must sign for corporations. If onb
one officer signs, the corporation must attach a resolution certified by the secretary or ml8Wt secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL City Attorney
rc
LABOR AND MATERIALS BOND Bond 11s-902 0416
WHEREAS, the City of Carlsbad, State of California, has awarded to
Porter Athletic Equipment Company, 2500 South 25m Avenue, Eraadview IL 601 55 (hereinafter designated as the "Principal"), a Contract for:
NEW GYMNASIUM EQUIPMENT AT CALAVERA COMMUNITY CENTER, CONTRACT NUMBER
FACO2=16.
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 thls reference.
WHEREAS, Principal ha3 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, prwisions, 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 thls hpnd will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, Porter Athletic Equipment Company, a8 Prfnclpal, (hereinafter designated
as Surety, are held firmly bound unto the City of Carlsbad in the sum of Thlrty-five ThouBand Five
Hundred menty-Eight Dollar6 ($35,528.00), said sum being an amount equal to:
as the 'Contractof), and Washington International Insurance Company
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 wtth Callfornia 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 td'be deducted, withheld, and paid over to the Employment Devdopment Department from
the wages of employees of the contractor and subcontractors pursuant to section 13020 et the
Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit Is brought upon the bond, reasonable attorney's fees, to be fixed by the
court consistent with California Civil Code section 3248.
This bond shall inure to the benefit of any of the pereons named in California Civil Code section
31 81 , so as to give a right of action to those persons or their assigns in any suit brought upon the bond,
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terns of the contract or to the work or to the
specifications.
Revised 0?/2W02 Contract No, FACOP-15 Page 32 of 58 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
Executed by CONTRACTOR this EXGCUted by SURFW this 1 3 th day
under this bond.
of October ,20-. 03
SURETY:
Washington International Insurance Company
1350 Boyson $03, Bf&. .b - Suite 2
Hiawatha, IA 52233 -
n e of rely
(address of Surety)
By: (title and organization of signatory)
(sign here)
Joanne Costa .., ,
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power
sy: -
(print name here) of attorney)
(title and organization of signatory)
a.
(Proper notarial acknowledgment of executlon by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations, If only one Officer signa, the corporation must attach a resolution certified by the secretary or assi6tant secretary under corporate seal empowering that off lcer to bind the corporation.)
APPROVED AS TO FORM:
City Attorney
I.
RONALD R. BALL
,-
-&. Revised 07/2!#O2 Contract No, FACO245 Page 33 of 58 Pages
,-
STATE OF ILLINOIS
COUNTY OF DUPAGE
On this 13th day of October, 2003 before me came Joanne Costa who executed the
preceding instrument, to me personally known, and being by me duly sworn, said that he
is the therein described and authorized ATTORNEY-IN-FACT of Washinqton
International Insurance Company that the seal affixed to said instrument is the
Corporate Seal of said Company.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal
this day and year first written above.
($/"I 7-
Notary Public
(Seal)
-- 1_1 I "OFFICIAL SEAL' i 1
Kathleen OToole, Notary Public I DuPage County, Sate of Illinois
1 My Commission Expires
NAS SURETY GROUP __ NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca,
Illinois, each does hereby make, constitute and appoint:
John E. Adams. Joanne Costa. Robert D. Jacobson. Maw Ann Powell. Gerald C. Olson.
~~
R.O. Drost, James M. Drost, Robert W. Mielke, Gregory A. Field, Kathy B. Subak,
Charles V. O'Leary, Sven E. Cederwall and John R. Farrell, jointly or severally
Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ___ TEN MILLION (lO,OOO,OOO.OO) DOLLARS __
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 241h of March, 2000:
"RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any
Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power
of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond. undertaking or contract of surety to which it is attached."
Steven P. Anderson, Execmtive Vice President of Washington Inlernationnl Insurance Company & Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this Lday of September ,20E.
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of DU Page ":
On this 3 day of
Washington International Insurance Company and Vice President of North American Specialty Insurance Company and
Executive Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
September , 20E, before me, a Notary Public personally appeared Paul D. Amstutz , President and CEO of
Steven P. Anderson ,
5Lpe-2 67-HM
Yasmin A. Patel, Notary Public
I, James A. Camenter , the duly elected Assistant Secretarv
International Insurance Company, do hereby certify that the above and foregoing IS a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this UMay of October ,2041.
of North American Specialty Insurance Company and Washington
-
James i\ Carpenter, Vice President &Assistant Secretary of Washington international insurance Company &
Assistant Secretary ofNorlh American Specially Insursnce Company
F
POLICYHOLDER DISCLOSURE
NOTICE OF TERRORISM INSURANCE COVERAGE
ENDORSEMENT
.’_
Coverage for acts of terrorism as defined in § 102(1) of the Terrorism Risk Insurance
Act of 2002 (“the Act”) is already included in this surety bond. You should know that,
effective November 26, 2002, under your existing coverage, any losses caused by
certified acts of terrorism would be partially reimbursed by the United States under a
formula established by federal law. Under this formula, the United States pays 90%
of covered terrorism losses exceeding the statutorily established deductible paid by
the insurance company providing the coverage. The portion of your annual premium
that is attributable to coverage for acts of terrorism is=
As your insurancelsurety company we are sending you this notice to comply with the Terrorism Risk Insurance Act of 2002.
For questions regarding this notice please visit our website www.nassurety.com or you may call our office at 630- 227- 4825. <-
REV: 2/03 agent notice
Company Profile Page 1 of 2
Company Profile In
WASHINGTON INTERNATIONAL
INSURANCE COMPANY
1200 ARLINGTON HEIGHTS ROAD, STE.400
ITASCA, IL 60143
’
800-3 3 8-075 3
Agent for Service of Process
JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR
LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process?
Reference Information
NAIC #: 32778
NAIC Group #: 0181
Date authorized in California:
Company Type: Property & Casualty
State of Domicile: ARIZONA
California Company ID #: 2401-8
December 02, 1980
License Status: UNLIMI~-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.
MARINE
SURETY
Company Complaint Information
http://cdinswww .insurance.ca.gov/pls/wu_co_prof/idb~co_prof_utl.get_co_prof?p_EID=6 1.. . 1 1/7/2003
Company Profile
-
Page 2 of 2
Company Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Ormnizations
Last Revised - October 16,2003 01:24 PM
Copyright Q California Department of Insurance
Disclaimer
http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~EID=61 ... 11/7/2003
.- OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called 'City" and
whose address is
hereinafter called
"Contractor" and whose address is
hereinafter
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for NEW GYMNASIUM EQUIPMENT AT CALAVERA
COMMUNITY CENTER, CONTRACT NUMBER FACO2-15 in the amount of
dated (hereinafter referred to as the
"Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the
retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a
substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit.
The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than
$100,000 per contract. The market value of the securities at the time of the substitution shall be a
least equal to the cash amount then required to be withheld as retention under the terms of the
contract between the City and Contractor. Securities shall be held in the name of the City and shall
designate the Contractor as the beneficial owner.
-
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow
Agent shall hold them for the benefit of the Contractor until such time as the escrow created under
this contract is terminated. The Contractor may direct the investment of the payments into securities.
All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the Escrow Agent directly.
4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City.
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account
Revised 07/29/02 Contract No. FAC02-15 Page 36 of 58 Pages
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a Upon seven days' written shall immediately convert
right to draw upon the securities in the event of default by the Contractor. notice to the Escrow Agent from the City of the default, the Escrow Agent the securities to cash and shall distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less
escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon
disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant
to sections (1) to (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.
10. The names of the persons who are authorized to give written notices or to receive written notice
on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows:
For City:
For Contractor:
For Escrow Agent:
Title FINANCE DIRECTOR
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signatu re
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 07/29/02 Contract No. FACOP-15 Page 37 of 58 Pages
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
For City:
For Contractor:
For Escrow Agent:
Revised 07/29/02
Title MAYOR
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signature
Address
Contract No. FAC02-15 Page 38 of 58 Pages
SUPPLEMENTAL PROVISIONS
FOR
NEW GYMNASIUM *EQUIPMENT AT CALAVER
COMMUNITY CENTER
CONTRACT NO. FAC02-I 5
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS
Add the following section:
1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled",
or words of similar import are used, it shall be understood that reference is made to the plans
accompanying these provisions, unless stated otherwise.
Add the following section:
I -I .2 Directions. Where words "directed", "designated", "selected", or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended,
unless stated otherwise. The word "required" and words of similar import shall be understood to
mean "as required to properly complete the work as required and as approved by the Engineer,"
unless stated otherwise.
.-
Add the following section:
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such
words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
Add the following section:
1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively
defined by the definitions assigned to them herein.
w' _c Agency -the City of Carlsbad, California.
City Council -the City Council of the City of Carlsbad.
em %# Revised 9/11/00 Contract No. FAC02-15 Page 39 of 58Pages
e--- City Manager - the City Manager of the City of Carlsbad or hislher approved representative.
Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute
resolution.
Engineer - the Public Works Director of the City of Carlsbad or hidher approved representative.
The Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further,
such employees have their employments 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 OperatodLessor - Any person who provides equipment or tools with an operator provided
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee
of the Agency or a public utility.
Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal for
informal dispute resolution.
Project Inspector - the Engineer’s designated representative for inspection, contract administration
and first level for informal dispute resolution.
Project Manager - the Public Works ManagedGeneral Services of the City of Carlsbad or
hidher approved representative.
Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal
dispute resolution.
1-3 ABBREVIATIONS
1-3.2 Common Usage, add the following:
Abbreviation Word or Words
Apts ........................................ Apartment and Apartments Bldg ........................................ Building band Buildings
CMWD .................................... Carlsbad Municipal Water District
CSSD ..................................... Carlsbad Supplemental Standard Drawings
cfs ........................................... Cubic Feet per Second
Comm. .................................... Commercial
DR .......................................... Dimension Ratio
E ............................................. Electric
gal ........................................... Gallon and Gallons
Gar ......................................... Garage and Garages
- G ............................................. Gas
4- tp Revised 9/11/00 Contract No. FAC02-15 Page 40 of 58Pages
GNV ........................................ Ground Not Visible
gpm ........................................g allons per minute
IE ............................................ Invert Elevation
LCWD ..................................... Leucadia County Water District
MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12)
MTBM ................................... ..Microtunneling Boring Machine
NCTD ..................................... North County Transit Distrct
OHE ........................................ Overhead Electric
OMWD .................................... Olivenhain Municipal Water District
ROW ....................................... Right-of-way
S ............................................. Sewer or Slope, as applicable
SDNR ..................................... San Diego Northern Railway
SDRSD ................................... San Diego Regional Standard Drawing
SFM ........................................ Sewer Force Main
T ............................................. Telephone UE .......................................... Underground Electric
W ............................................ Water, Wider or Width, as applicable
WD ...................................... .Vallecitos Water District
v
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring
the Contractor to complete 50 percent of the contract price with its own organization, the Agency
may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of
the value of the work performed in excess of 50 percent of the contract price by other than the
Contractor’s own organization. The City Council shall be the sole body for determination of a
violation of these provisions. In any proceedings under this section, the prime contractor shall be
entitled to a public hearing before the City Council and shall be notified ten (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:
is listed in the latest version of U.S. Department of Treasury Circular 570,”. Delete, “who
Modify paragraphs three and four to read: The Contractor shall provide a faithful perform-
ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful
performance/warranty bond shall be in the amount of 100 percent of the contract price. The
Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount
equal to:
1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000).
2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million
dollars ($1 0,000,000).
3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($1 0,000,000).
Both bonds shall extend in full force and effect and be retained by the Agency during this project until
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after recordation of the Notice of Completion and will remain in full force and effect for the one year
8-
e= p,s Revised 9/11/00 Contract No. FAC02-15 Page 41 of 58Pages
I
after recordation of the Notice of Completion and will remain in full force and effect for the one year
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The
bonds to secure payment of laborers and materials suppliers shall be released six months plus 30
days after recordation of the Notice of Completion if all claims have been paid.
Add the following: All bonds are to be placed with a surety insurance carrier admitted and
authorized to transact the business of insurance in California and whose assets exceed their
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the
following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
instrument entitling or authorizing the person who executed the bond to do so.
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the
insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer's certificate as defined in
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may
be verified by the oath of the principal officer or manager residing within the United States.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 AND 1999
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
Supplemental 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 documents listed in order of highest to lowest precedence:
1) 2) Supplemental Provisions.
3) Plans.
4) Standard Plans.
a) City of Carlsbad Supplemental Standard Drawings.
b) Carlsbad Municipal Water District Standard Drawings.
c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings.
d) San Diego Area Regional Standard Drawings.
e) State of California Department of Transportation Standard Plans.
5) Standard Specifications for Public Works Construction. 6) Reference Specifications.
7) Manufacturer's Installation Recommendations.
Permits from other agencies as may be required by law.
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will
take precedence over items 2) through 7) above. Detailed plans and plan views shall have
precedence over general plans.
2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered.
Resubmittals shall be labeled with the number of the original submittal followed by an ascending
alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth
submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively
numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal
on the Contractor's letterhead. The Letter of transmittal shall contain the following:
Revised 911 1/00 Contract No. FAC02-15 Page 42 of 58 Pages
Project title and Agency contract number.
Number of complete sets.
Contractor's certification statement.
Specification section number(s) pertaining to material submitted for review.
Submittal number (Submittal numbers shall be consecutive including subsequent submittals for
the same materials.)
Description of the contents of the submjttal.
Identification of deviations from the contract documents. i
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
Linda Ja ncz kows ki
Title: Cbf Fi-
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built"
record set of blue-line prints, which shall be corrected in red daily and show every change from the
' original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface grade. Prints for this purpose
may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be
used only as a record set and shall be delivered to the Engineer within ten (IO) days of completion
of the work. Payment for performing the work required by section 2-5.4 shall be included in the
various bid items and no additional payment will be made therefor.
-
2-10 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
-
e
Revised 9/11/00 Contract No. FAC02-15 Page 43 of 58Pages
records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data
relating to all matters covered by this Contract. However, any such activities shall be carried out in a
manner so as to not unreasonably interfere with Contractor’s ongoing business operations.
Contractor and all subcontractors to this contract shall maintain such data and records for as long as
may be required by applicable laws and regulations.
-
SECTION 3 -- CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in
quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of
contract unit price for such items will be limited to that portion of the change in excess of 25 percent
of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess
of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work.
3-3 EXTRA WORK.
3-3.2.2 ( c ) Tool and Equipment Rental; 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 profits:
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.
second paragraph, modify as follows:
_-
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, 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.
add the following after the second sentence:
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
-
em %# Revised 9/11/00 Contract No. FAC02-15 Page 44 of 58 Pages
.-
I
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 ctaim for changed conditions to the agency upon their discovery and before
they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within 20
working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-1 2655.
certifies that the above statements are made in full cognizance of the California
Government Code sections 12650-1 2655. The undersigned further understands
is potential claim, unless resolved, must be restated as a claim in response to the a1 dstimate in order for it to be further considered.”
Linda Janczkowski Title: C-
Company Name! \I J
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK.
Add the following: The Contractor shall give the agency written notice of potential claim prior to
commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in
connection therewith.
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command:
. .-
e- t# Revised 911 1/00 Contract No. FAC02-15 Page 45 of 58 Pages
1. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. Public Works Director
5. City Manager
r
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 Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
201 04) which is set forth below:
/
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except
that "public work" does not include any work or improvement contracted for by the state or the
Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local
agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
(b)(l) For claims of less than 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
_-
em %# Revised 9/11/00 Contract No. FAC02-15 Page 46 of 58Pages
defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to
the claimant within 15 days after receipt of the further documentation or within a period of time no
greater than that taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of
the claim, any additional documentation supporting the claim or relating to defenses to the claim the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15
days of receipt of the local agency's response or within 15 days of the local agency's failure to
respond within the time prescribed, respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period of
time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
-
-
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties.
The mediation process shall provide for the selection within 15 days by both parties of a
disinterested third person as mediator, shall be commenced within 30 days of the submittal, and
shall be concluded within 15 days from the commencement of the mediation unless a time
requirement is extended upon a good cause showing to the court or by stipulation of both parties. If
the parties fail to select a mediator within the 15-day period, any party may petition the court to
appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall
apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial
arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
.-
4% a@ Revised 9/11/00 Contract No. FAC02-15 Page 47 of 58Pages
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid equally by the parties,
except in the case of arbitration where the arbitrator, for good cause, determines a different division.
In no event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter,
pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 201 04.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court
of law.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe
access to any and all parts of work at any time. Such free and safe access shall include means of
safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the
safety of persons as contained in the State of California, California Code of Regulations, Title 8,
Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety
Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with
such information as may be necessary to keep the Engineer fully informed regarding progress and
manner of work and character of materials. Inspection or testing of the whole or any portion of the
work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill
this Contract.
4-1.4 Test of Materials,
sentence of the first paragraph.
delete the phrase, “and a reasonable amount of retesting”, from the third
add the following: Except as specified in these Supplemental Provisions, the Agency will bear the
cost of testing of locally produced materials and/or on-site workmanship where the results of such
tests meet or exceed the requirements indicated in the Standard Specifications and the
Supplemental Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by the
Engineer before the delivery is started. All materials proposed for use may be inspected or tested at
any time during their preparation and use.. If, after incorporating such materials into the Work, it is
found that sources of supply that have been approved do not furnish a uniform product, or if the
product from any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after improper storage,
handling or for any other reason it shall be rejected, not incorporated into the work and shall be
removed from the project site all at the Contractor’s expense.
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- p,s Revised 911 1/00 Contract No. FAC02-15 Page 48 of 58Pages
4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the
satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution
is determined to be unsatisfactory in performance, appearance, durability, compatibility with
associated items, availability of repair parts and suitability of application the Contractor shall remove
the substituted item and replace it with the originally specified item at no cost to the Agency.
Add the following section:
4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE.
The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the
quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate,
remove and dispose excess of all materials used to accomplish the Work. Materials shall be
delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be
accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor
as consignee, the project name and number, address of delivery and name of consignor and a
description of the material(s) shipped. Prior to storage of any materials which have been shipped to
or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the
Engineer a copy of lease agreements for each property where such materials are stored. The lease
agreement shall clearly state the term of the lease, the description of materials allowed to be stored
and shall provide for the removal of the materials and restoration of the storage site within the time
allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to
the materials stored and to preparation of the storage site and the location of the site on which the
materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s
responsibility. Conformance to the requirements of this section, both within and outside the limits of
work are a part of the Work. The Engineer shall have the right to verify the suitability of materials
and their proper storage at any time during the Work.
-
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 andlor completeness of the nature,
size and/or location of utilities indicated on the Plans is not guaranteed.
5-4 RELOCATION.
Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with
utility agencies and companies. Prior to the installation of any and all utility structures within the
limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or
curb and gutter that is a part of the work and adjacent to the location where such utility structures are
shown on the plans and are noted as being located, relocated or are otherwise shown as installed by
others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be
permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is
approved by the Engineer the Contractor shall place survey or other physical control markers
sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company.
Such temporary omission shall be for the Contractor’s convenience and no additional compensation
x
43 %$ Revised 9/11/00 Contract No. FAC02-15 Page 49 of 58Pages
will be allowed therefor or for additional work, materials or delay associated with the temporary
omission. The portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the Engineer.
-
5-6 COOPERATION.
Add the following: The Agency will provide wiring from junction box located on height adjuster
frame to a I1 5 Volt, 60 Hz power source and to the wall keyswitch in conformance with all local code
requirements.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK.
Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless
otherwise prohibited by permits from other agencies as may be required by law the Contractor shall
begin work within 30 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.
x
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. The submittal of the
Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-
1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3
Electronic Media.
Add the following section:
6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity’s construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction of
submittals shall be included in the schedule.
Add the following section:
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer
than the specified contract duration will not be acceptable and will be grounds for determination of
default by Contractor, per section 6-4.
Add the following section:
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor’s plan to
support and maintain the project for the entire contractual time span of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted; reflecting the shorter duration, in complete accordance
I
ern r,s Revised 9/11/00 Contract No. FAC02-15 Page 50 of 58Pages
with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor’s
proposal of a project duration shorter than the duration specified; provided the Agency is satisfied
the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities,
public and private, which interface with the project are able to support the provisions of the shortened
Baseline Construction Schedule. The Agency’s acceptance of a shortened duration project will be
confirmed through the execution of a contract change order revising the project duration and
implementing all contractual requirements including liquidated damages in accordance with the
revised duration.
-
Add the following section:
6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer.
The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor
complies with the requirements of these supplemental provisions shall be a condition precedent to
issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction
Schedule does not meet the requirements of these specifications the Contractor shall correct the
Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the
Contractor to obtain the Engineer’s determination that the initial Construction Schedule proposed by
the Contractor complies with the requirements of these supplemental provisions within thirty (30)
working days after the date of the preconstruction meeting shall be grounds for termination of the
contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will
not be included in the 30 working days.
The Engineer will review and return to the Contractor, with any comments, the Baseline Construction
Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned
marked as per sections 6-1.2.10.1 through 6-1.2.10.3.
Add the following section:
6-1.2.10.1 “Accepted.”
Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1.8.1.
-
The Contractor may proceed with the project work upon issuance of the
Add the following section:
6-1.2.10.2 “Accepted with Comments.” The Contractor may proceed with the project work upon
issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the
comments prior to receipt of payment per section 6-1.8.1.
Add the following section:
6-1.2.1 0.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per section 6-1 -8.1. The Notice
to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as
required hereinbefore and marked “Accepted” or “Accepted with Comments” by the Engineer. The
Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract
under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments
are not submitted as required hereinbefore.and marked “Accepted” by the Engineer.
Add the following section:
6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity’s schedule status and shall
submit monthly updates of the Baseline Construction Schedule confirming the agreements no later
than the fifth working day of the following month. The monthly update will be submitted on hard
(paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the submittal - requirements of section 2-5.3 and will
1.2.9 and 6-1.3.1 through 6-1.3.7.
ts Revised 9/11/00
include each item and element of sections ‘6-1.2 through 6-
Contract No. FAC02-15 Page 51 of 58Pages
Add the following section:
6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during
the month. After first reporting an actual date, the Contractor shall not change that actual date in
later updates without specific notification to the Engineer with the update.
-
Add the following section:
6-1.3.2 Activity Percent Complete.
Contractor shall report the percentage determined by the Engineer as complete for the activity.
For each activity underway at the end of the month, the
Add the following section:
6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3’/,”) high density diskette,
labelled with the project name and number; the Contractor’s name and the date of preparation of the
schedule data disk. The schedule data disk shall be readable by the software specified in section 6-
1.2.4 “Schedule Software” and shall be free of file locking, encryption or any other protocol that
would impede full access of all data stored on it.
Add the following section:
6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic,
with an explanation for each change.
Add the following section:
6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions
reflecting the change orders approved in the previous month. The network revisions will be as
agreed upon during the review and acceptance of the Contractor’s change orders.
c Add the following section:
6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer will review and
return the Updated Construction Schedule to the Contractor, with any comments, within 5 working
days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-
1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or
“Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the
Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor,
with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated
construction schedule will invoke the same consequences as the Engineer returning a monthly
updated construction schedule marked “Not Accepted”.
Add the following section:
6-1.4.1 “Accepted.”
for the schedule in accordance with section 6-1.8.2.
The Contractor may proceed with the project work, and will receive payment
Add the following section:
6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The
Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the
corrections and changes noted in the Engineer’s comments prior to receipt of payment per section
6-1.8.2.
Add the following section:
6-1.4.3 “Not Accepted.” The Contractor must resubmit the Updated Construction Schedule to the
Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to
receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be
considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY
CONTRACTOR if the changes of the comments are not submitted and marked “Accepted” by the
Engineer before the last day of the month in which the Updated Construction Schedule is due. If the
-
4- Fis Revised 9/11/00 Contract No. FAC02-15 Page 52 of 58 Pages
Contractor fails to submit the corrected Updated Construction Schedule as required herein the
Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to
proceed with the project, any resulting delay, impact, or disruption to the project will be the
Contractor’s responsibility.
__-
Add the following section:
6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion
or contractually required milestone date later than the properly adjusted contract or milestone
duration, the Agency may withhold Liquidated Damages for the number of days late. Should a
subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allocated
portion of the previously held Liquidated Damages shall be released in the monthly payment to the
Contractor immediately following the “Accepted” schedule.
Add the following section:
6-1.6 Interim Revisions. Should the actual or projected progress of the work become
substantially different from that depicted in the Project Schedule, independently of and prior to the
next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list
and explanation of each change made to the schedule. The Revised Construction Schedule will be
submitted per the submittal requirements of section 2-5.3 and per the schedule review and
acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection “substantially different” means a time variance greater than 5
percent of the number of days of duration for the project.
Add the following section:
6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update
when one hundred percent of the construction work is completed. The Contractor’s Final Schedule
Update must accurately represent the actual dates for all activities. The final schedule update shall
be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and
6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance of the final schedule
update is required for completion of the project and release of any and all funds retained per section
_-
9-3.2.
Add the following section:
6-1 .I Measurement And Payment Of Construction Schedule. The Contractor’s preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no separate
payment will be made therefor.
6-2 PROSECUTION OF WORK.
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. )
6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project
Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project
Representative shall be the individual determined under section 7-6, “The Contractor’s
Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor’s
Representative or any other employee or subcontractor or subcontractor’s employee at these
meetings will be made.
e= tS Revised 9/11/00 Contract No. FAC02-15 Page 53 of 58 Pages
6-6 DELAYS AND EXTENSIONS OF TIME.
c
6-6.4 Written Notice and Report. The Contractor shall provide written notice
to the Engineer within two hours of the beginning of any period that the Contractor has placed any
workers or equipment on standby for any reason that the Contractor has determined to be caused by
the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor
shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of equipment
placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of
the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable
means. Should the Contractor fail to provide the notice@) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
Modify as follows:
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the
work to completion within 30 working days after the starting date specified in the Notice to
Proceed.
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer,
the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through
Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer
if the Contractor desires to work outside said hours or at any time during weekends and/or holidays.
This written permission must be obtained at least 48 hours prior to such work The Engineer may
approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall
pay 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 cehification 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 Work.
-
Delete the first sentence of the third paragraph and substitute the following two sentences: All
work shall be warranted for one (I) 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 Two Hundred Fifty Dollars ($250.00). -_
em p,s Revised 9/11/00 Contract NO. FAC02-15 Page 54 of 58 Pages
Execution of the Contract shall constitute agreement by the Agency and Contractor that $250.00 day
is the minimum value of costs and actual damages caused by the Contractor to complete the Work
within the allotted time. Any progress payments made after the specified completion date shall not
constitute a waiver of this paragraph or of any damages.
-
SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR
7-3 LIABILITY INSURANCE.
Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating
Guide of at least A-:V and are admitted and authorized to conduct business in the state of California
and are listed in the official publication of the Department of Insurance of the State of California.
7-4 WORKERS' COMPENSATION INSURANCE.
Add the following: All insurance is to be placed with insurers that are admitted and authorized to
conduct business in the state of California and are listed in the official publication of the Department
of Insurance of the State of California. Policies issued by the State Compensation Fund meet the
requirement for workers' compensation insurance.
7-5 PERMITS.
Delete the first sentence and add the following four sentences: Except as specified herein the
agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource
agency and building permits necessary to perform work for this contract on Agency property, in
streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor
shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain
and pay for all permits for the disposal of all materials removed from the project. The cost of said
permit@) shall be included in the price bid for the appropriate bid item and no additional
compensation will be allowed therefor.
-
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time extension
if, in the opinion of the Engineer, a delay is caused by the utility company. No additional
compensation will be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein
shall also be executed on weekends and other non-working days when needed to preserve the
health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust
control throughout the duration of the Contract. The Engineer may require increased levels of
cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety
and welfare of the public. Cleanup and dust control shall be considered incidental to the items of
work that they are associated with and no additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a
construction meter for water used for the construction, plant establishment, maintenance, cleanup,
testing and all other work requiring water related to this contract. The Contractor shall contact the
1
em p,s Revised 9/11/00 Contract No. FAC02-15 Page 55 of 58 Pages
appropriate water agency for requirements. The Contractor shall pay all costs of temporary light,
power and water including hookup, service, meter and any, and all, other charges, deposits and/or
fees therefor. Said costs shall be considered incidental to the items of work that they are associated
with and no additional payment will be made therefor.
7-8.6 Water Pollution Control. The Contractor shall comply with all
requirements of the storm water pollution and monitoring plan prepared for this project in accordance
with the California State Water Resources Control Board order number 92-08-DWQ NPDES
General Permit number CAS000002 and the “Water Discharge Requirement for Discharges of Storm
Water Runoff Associated with Construction Activity”
..Add the following
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.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of
the contract.
SECTION 9 -- MEASUREMENT and PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9-1.4 Units of Measurement, modify as follows:
the U.S. Standard Measures.
The system of measure for this contract shall be
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
e= p,s Revised 9/11/00 Contract No. FAC02-15 Page 56 of 58 Pages
shall complete the detailed progress pay estimate and submit it to the Contractor for 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 685.01 0 of the Code of Civil Procedure.
- Contractor’s information. Should the Contractor assert that additional payment is due, the
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the
total amount owed the Contractor as determined by the Engineer and shall be itemized by the
contract bid item and change order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under provisions of
the contract. All prior estimates and progress payments shall be subject to correction in the Final
Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The
Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the
time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
__
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the
Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time
such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient
cause for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in
the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted
in a written statement by the Contractor no later than the date of receipt of the final payment ’
estimate. Those final payment items disputed in the written statement required in subsection 9-3.2
shall be submitted no later than 30 days afier 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.
Contract No. FAC02-15 Page 57 of 58Pages *3 % Revised 9/11/00
- The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
information and details as may be required by the Engineer to determine the facts or contentions
involved in its claims. Failure to submit such information and details will be sufficient cause for
denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials.
into the 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 payment will be made.
Payment for mobilization and preparatory Work will
,-
em rrs Revised 9/11/00 Contract No. FAC02-15 Page 58 of 58Pages
GYMNASIUM EQUIPMENT _-
PART I - GENERAL
This section shall include the furnishing of all equipment and labor necessary to complete the refurbish of basketball backstops and volleyball equipment shown on the drawing(s) and/or herein specified. All equipment specified shall be supplied by one manufacturer.
1.02 REFERENCES (Agency rule books are updated each year around Sept. 1st.)
Equipment specified shall conform to the latest rules and regulations of the National Collegiate Athletic Association (NCAA) (6201 College Blvd., Overland Park, KS 6621 1. Telephone: (913) 339-1906).
Equipment specified shall conform to the latest rules and regulations of the National Federation of State High School Association (NFSHSA) (P.O. Box 20626 - Kansas City, MO 641 95. Telephone: (81 6) 464-
5400).
1.03 SUBMITTALS
Submit shop drawing to City of Carlsbad for approval. Indicate each item being furnished including materials, quantities, locations, connections and fasteners. Include dimensioned layout of equipment locations. Submit static loads and point reactions complete with calculations for each backstop in compliance with paragraph 1.05 Engineering Data. Submit copy of additional guarantee/warranty information for indicated items with shop drawing submittals.
1.04 ENGINEERING DATA
c
The overhead attachments of the basketball backstops have been located in keeping with static equivalent loading and point reactions furnished by the prime specified manufacture. Should a manufacture, other than the prime specified be selected, that manufacture must submit static loads and point reactions for each basketball backstop. All calculations must be submitted complete for each backstop showing hanger and hoist pulley points. General load charts or generic product laboratory test data will not be considered sufficient data for approval.
1.05 WARRANTY
Provide a one-year warranty against defects in materials and workmanship. Provide additional guarantees as noted in the specifications.
1.06 QUALITY ASSURANCE
While it is not the intent to limit competitive bidding, the manufacturer equipment specified is listed as a standard of quality, durability and performance. Items furnished shall be of the same manufacturer to assure similar operation, safety, routine maintenance and service.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
The gymnasium equipment specified, in order to establish a basis of design, performance and quality, is based on products manufactured by Porter Athletic Equipment Co., 2500 South 25th Ave., Broadview, Illinois 601 53 (708-338-2000). All provisions of the specifications must be complied with before fabrication
Other manufacturers desiring consideration are invited to bid provided they submit to the City of Carlsbad a complete specifications, cuts, descriptions, detailed list of similar installations of the proposed materials for proper evaluation prior to ten (1 0) days before Bid Date. The City will grant approval, if acceptable, by addendum to all contractorshidders.
_- and/or delivery.
The approval of other manufacturers names and product numbers do not relieve the contractor from furnishing products, which comply with all of the detailed requirements of these specifications.
Manufacturers products shall be standard cataloged items and shall be a consistently offered line of
equipment. Manufacturers published literature must clearly show that the products being furnished are in compliance with these specifications, Otherwise, a detail listing of differences is required prior to bid.
Manufacturers with at least 5 years of experience producing equipment of the type and design specified. Manufacturer must be able to furnish a reference list of recent projects with products in compliance with these specifications.
NOTE:
form.
2.01 ACCEPTABLE MANUFACTURERS
***********
If Porter is used as the base bid, use the following. Must be coordinated with alternates on the bid
***********
The base bid for gymnasium equipment shall reflect the cost of providing materials manufactured by Porter Athletic Equipment Company, 2500 South 25th Ave., Broadview, Illinois 601 53 (708-338-2000 - Southern
California - Carlos Herrera Ph: 626-369-7777 Fx: 626-369-1 01 5). Refer to manufacturer's latest printed specification for details not covered herein.
Equipment/Materials by other approved manufacturers may be bid as alternates as provided for on the Bid Form.
2.02 MATERIALS
Side Baskets Refurbish
i-
Provide on the Side Baskets: a #949 Series Front Braced-Forward Fold overhead supported backstop with a fully welded vertical front frame assembly which shall consist of a main center mast of 6-5/8" O.D. heavy
wall structural steel tube with diagonal side sway braces of 2-1/2"x1-1/2" structural tube. Top horizontal mast hinge spreader shall be made of a heavy 4" structural channel to form a rigid back to back triangle design. Backstop shall be supported from 3-1/2" O.D. pipe anchored to overhead framing members by means of heavy formed steel support fittings. Superstructure pipes shall be reinforced with bridging or bracing when truss centers exceed spans of 14-0". All pipe ends when exposed shall be capped. Goal shall mount directly through backboard and into a heavy structural steel weldment ("Center-Strut"). The Center-Strut shall be clamped to the vertical 6-5/8" O.D. center support to eliminate any strain on backboard.
This direct mount feature shall conform to the N.C.A.A. unit design recommendation minimizing stress on the backboard. Backstop manufacturer to provide all steel support to building structure.
The main frame assembly shall be suspended by adjustable hangers (with 2" of vertical adjustment) to provide for precise plumbing of frame during installation. Support hangers shall be offset 2" from center line of main center mast to properly weight lock unit in playing position.
Backstop to operate with 1-7/8" O.D. front brace assembly with folding knee joint. Knee joint shall lock backboard into playing position, by means of a torsion spring within the hinge assembly. Moist cable shall disengage knee joint allowing front brace to fold easily.
Provide each Side Baskets: backboard with #208 rectangular backboard 1/2" thick 72" x 42") tempered plate glass cushioned in unitized steel tubing frame with glare free aluminum perimeter. Standard white borders and target area shall be fired permanently into the glass. Provide Limited Lifetime Warranty against
breakage.
Backboard must have 326 Bolt-on Safety Padding installed according to manufacturers specifications, color to be selected by owner.
Backstop shall be provided with heavy duty electric winch, designed to hold units at any position when
single phase electric motor with automatic thermal overload protection manufactured to NEMA specifications. Winch shall include a fully enclosed gear set. Gear set shall be set in an oil bath and sealed at factory to eliminate the need for lubrication. The gear shaft shall connect directly to the drum hoist without the use of a chain. . Provide hoist cable of sufficient length and 1/4" diameter, galvanized aircraft type
(minimum of 7,000 pounds, ultimate).
- raising or lowering. Units shall be individually operated by 1/2 H.P. (9 AMP) capacitor type, 60 Hz, 115 VAC
Provide for each #208-000 Rectangular-Glass w/Steel Frame a Torq-Flex Goal by Porter Athletic Equipment No.252-500. Goal shall incorporate a precision, case- hardened, high- tensile steel alloy torsion rod pivot rod design to allow tip of rim to flex approximately 2-1/2" (6.4cm) with a 230 pound (104kg) static
load. Tamper-proof torsion rod/pivot mechanism shall be pre-loaded during manufacturing process to meet proper (NCAA, NFHS & FIBA) ball rebound/elasticity standards. Goal shall instantaneously return to the playing position when load is released. Torsion rod/pivot shall be designed to decelerate downward motion of goal on impact, to provide maximum player safety and minimize undue stresses on the backboard and support system. Goals incorporating compression springs or shock absorber type mechanisms shall not be considered as equal.
Rim shall be fabricated from 5/8" (1.6cm) diameter cold drawn alloy steel, round formed to an 18" (45.7cm) inside diameter ring. Inside diameter of ring shall be positioned 6" (15cm) from face of backboard by a heavy, 1/4" (6.4mm) thick, formed steel hinged type housing. Heavy, 1/4" (6.4mm) thick formed steel goal mounting housing shall be fabricated with a keyhole type slot arrangement to facilitate mounting to backboard or direct-mount type support systems. Removable cover is provided to conceal mounting bolt hardware.
Rim shall be rigidly braced by means of a 3/16" (4.7mm) thick formed and die cut steel brace welded in position on the underside of the rim for maximum support. Rim shall be provided with a unique "tube-tie" 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 type net and attachment hardware included.
L.
Goal to be provided with standard mounting centers for attachment to any 3'-6" x 6'-0" (1.07m x 1.83m) rectangular backboard. Goal is furnished with a limited 5-year warranty
This rim shall attach directly to "Center-Strut" of backstop. Any goal relying on the backboard alone for support will not be considered equal.
Provide for each Side Baskets: backstop a #10797-100 "Saf-Strap" lock. 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. Unit shall incorporate a fully automatic reset requiring no poles, ropes, levers or buttons.
Provide at each Side Baskets: backstop a height adjustment unit for adjusting goal height to any position between 8 and 10 above the floor. Height adjustment unit must include Center-Strut direct goal attachment to eliminate strain on the backboard. All backboards mounted on this height adjustment unit must be provided with limited lifetime warranty against breakage. Height adjustment shall be provided with a height scale located on the side of the unit to visually determine height settings. Unit shall be fabricated with dual
2-3/16" square heavy wall, zinc plated heavy duty slide tubes. Tubes shall be to be welded to upper and lower clamps that attach securely to the 6-5/8" diameter backstop mast. Tubes shall support heavy formed
steel center channel which shall support the backboard and be drilled for direct goal attachment.
Provide height adjustment with a compact 1 15 volt, 60 Hz, electric gear motor type linear actuator providing a 600 pound thrust capacity to raise and lower the unit. Provide integral limit switches to automatically shut off when goal height reaches 8'-0" and 1 0'-0".
-
The City of Carlsbad will provide wiring from junction box located on height adjuster frame to a 11 5 Volt, 60
Hz power source and to the Powr-Touch43 control box in conformance with all local code requirements.
Provide Wall-mounted keypad control system (Porter Powr-touch@ ) shall be designed as an alternate to
conventional keyswitch type controls to operate basketball backstops, divider curtains, electric height
adjusters, overhead volleyball systems batting cages, mat movers, and power control for auxiliary
equipment such as lighting, scoreboards, etc. (Standard keyswitch-type operation will not be considered as
an equal). Keypad control shall be capable of operating a maximum of 128 basketball backstops or other
gymnasium apparatus and 32 units of auxiliary equipment. The Powr-Touch keypad is designed to require
constant pressure on the pad button to control the gymnasium apparatus. Control of the auxiliary equipment
is accomplished by a single touch of the appropriate button.
e--
Keypad shall incorporate a four-digit programmable security code to prevent usage by unauthorized
personnel. The keypad security code may be easily reprogrammed at any time as desired to prevent
unauthorized usage Keypad will automatically revert back to the secure mode if any button is not used
within a ten-second period. Multiple keypads may ho utilized when operation from various locations is
desirable. Specify. Keypad assembly shall be flush mounted in a standard two-gang electrical box with a 12-
volt control circuit to relay panels strategically located on walls or roof framing structure to minimize power
conduit runs and provide substantial savings on electrical wiring requirements.
m The Powr-Touch control system shall include relay panels (16 maximum), each of which is capable of
operating eight momentary controlled-type (up and down) equipment and two maintained relays for
operation of lighting, etc. Size of each relay panel enclosure is 4" x 12" x 15".
- 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.
Volleyball sleeves
Provide Porter #00872-200 floor sleeve covers. Sleeve shall be cast in concrete footing. Sleeve shall be 3-
3/4" O.D. heavy-wall steel tubing extending 9" into the footing. Top of sleeve to be installed 1/2" below finished floor elevation. Cover plate shall consist of an 8" O.D. recessed collar, cork gasket and chrome-
plated cover. A swivel retainer pin in the collar shall permit cover to swivel and prevent theft. Special cover removal key to be included. Existing sleeves/covers shall be removed and replaced correcting existing
sleeves to the correct depth.
PART 3 - EXECUTION
3.01 INSPECTION
A. Examine work in place on which specified work is in any way dependent to ensure that conditions are satisfactory for installation of specified work. Report in writing to the City of Carlsbad any defects, which may influence competition of specified work. Absence of such notification will be construed as acceptance of work in place. Do not attempt installation until correct conditions are present or you have a written order
to do so.
3.02 IN STALLATION
A. Equipment herein before specified shall be installed by factory trained craftsmen skilled in their trade. Be
responsible for accurate fit of specified work.
F
B. Install in accordance with manufacturer's instructions and approved shop drawings.
Demonstrate operation of all units to the owner or his authorized agent.
I - 1219 Up-Folding
$Required
Created on: 08/13/2001
Extension tubes with formed ends provide for max. fold. Backboard has steel support frame and lifetime warranty.
Molded backboard padding attached with bolts.
Spring operated key switch with dual keys for hoist.
Flexible goal with concealed moving parts.
Hoisting system protected by Saf-Strap lock.
Goal must accommodate height adjustment from 8'- 10'.
Height adjuster controlled with wall mounted key switch.
Height adjuster must extend the lifetime warranty
of the backboard
IProject Name: Calaberas Location: Carlsbad
Architect:
ILIt%FPhst&PmPSltyaR!* I
I-800-94-Porter 0 1998 Porta Athletic Equipment Company
PRODUCTS:
219 Up-Folding
208-000 Rectangular-Glass wlSteel Frame
223-000 Power Flex@ Goal
SELECTED OPTIONS:
326 Bolt-on Safety Padding 00706-000 112 H.P. Electric Hoist
791 Keyswitch for Elec. Hoist
10797-1 11 Saf-Strap 901-506 Height Adjuster
791 Key Switch Height Control
DIMENSIONS:
A: 11'-10'' Extension from Wall
B: 7'-6'' c: 9'-10"
D: 3' 8-114"
E: 8' 1-314"
F: NIA
3: NIA
Chain Spacing at Wall
Center of Anchor to Floor Bracket Center to Center
CL Top Bracket to Pulley
Porter Athletic Equipment
Carlos Herrera P.O. Box 1 1 175
Whittier, CA USA 90603-1 175
Phone: 562 946-0656
Email: cherrera6Jporter-ath.com
Fax: 562 946-9558
Wall-mounted keypad control system shall be designed as an alternate to conventional
key~wrtch-t~po cotltrols to operate basketball baclcstops, divider curtains, electnc height
adjusters, overhead volleyball systems batting cages, mat movers, and power control for
auxiliary equipment such as lighting, scoreboards, etc. (Standard keyswitch-type operation
will not be constdered as an equal.) Keypad control shall be capable of operating a
maximum of 128 basketball backstops or other gymnasium apparatus and 32 units of
auxiliary equprnent. The Powr-Touchm keypad ts designed to require constant pressure
on the pad button to Control the gymnasium apparatus. Control of the auxiliary equipment
is accomplished by a single touch of the aporopriate button.
c
Keypad shall incorporate a fourdigit programmable security code to prevent usage by
unauthorized personnel. The keypad security code may be easily reprogrammed at any
time as desired to prevent unauthorized usage Keypad will automatically revert back to
the secure mode if any button is not used within a ten-second period. Multiple keypads
may bo utilized when operation from various lacations is desirable. Specify. Keypad
assembly shall be flush mounted in a standard two-gang electrical box with a 12-volt
control circuit to relay panels strategically located on walls or roof framing structure to
minimize power conduit runs and Dmvide substantial savings on electrical wiring requirements.
The Powr-Touchm control system shati include relay panels (16 maximum), each of which
is capable of operatrng eight momentary controlled-type (up and down) equipment and two
maintained relays for operation of lighting, etc. Size of each relay panel enclosure is 4" x
12" x 15".
Winng of all electrical components shalt 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.
IwD SFPTFMBER 1.200 1. SUBJE CT TO CURR~NTMANclFACT~Rl~G- AND PROCEDURG
COPYWGY: 22n9 - FORTtR ATHL ETlC IiQUIPMENT COMPANY - AU RIGHTS RESERVED
8-2500
GYMNASIUM CONTROL CENTER
POWR=TOUCHTM SYSTEM
f GYMNASIUM CONTROL CENTER
- I I POWR-TOU
FIELD WIRING DIAGRAM
KFYFUD