HomeMy WebLinkAboutTarzian Landscape Contruction; 1994-08-18; 3401,
-
CITY OF CARLSBAD
san Diego county
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS ry
%b FOR "' REPAJRS TO NILTIGATION LANDSCAPING AND SCOPE PROFILE RESTORATION
FOR THE PALOMAR AIRPORT ROAD WEST ASSESSMENT DISl'TUCT
CONTRACT NO. 3401
02/16,
TABLE OF CONTENTS
Itern 4 Pa4
NOTICE INVITING BIDS . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
CONTRACTOR'SPROPOSAL ........................................
BIDDER'S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 1
DESIGNATION OF SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . 1
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
CONTRACT-PUBLlCWO RKS...................................... 1
LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21
PERFORMANCEBOND ........................................... 2;
*
. . . . . . . . . .
REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3'
RELEASEFORM ............................................... 3!
SPECIAL PROVISIONS
e
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36
11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WON
CONSTRUCTION FOR CONSTRUCTION MATERlALS . . . . . . . . . . . . . . . . . . . 4€
111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK!
CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . 5'
0
02/16P @ 1
???
C2TY OF CARLSBAD, CALIFORNIA
NOTICE I"G BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12
Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on tl
9th day of June, 1994, at which time they will be opened and read, for performing tl
work as follows:
0
REP- TO MITIGATION LANDSCAPING AND SCOPE PROW RESTORATION
FOR THE PALOMAR AIRPORT ROAD = ASSESSMENT DIma
CONTRACT NO. 3401
The work shall be performed in strict conformity with the specifications as approved by tt
City Council of the City of Carlsbad on file with the Engineering Department. TI
specifications for the work include the Standard Specifications of Public Worl
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designatt
"SSPWC", as issued by the Southern California Chapter of the American Public Worl
Association and as amended by the special provisions sections of this contract. Referenc
is hereby made to the specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owne
businesses.
@ The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators an
contractors to utilize recycled and recyclable materials when available and wher
appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purchasin
Department. Each bid must be accompanied by security in a form and amount require
by law. The biddeis security of the second and third next lowest responsive bidders ma
be withheld until the Contract has been filly executed. The security submitted by all othe
unsuccessful bidders shall be returned to them, or deemed void, within ten (lo} days afte
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectioi
22300), appropriate securities may be substituted for any obligation required by this noticl
or for any monies withheld by the City to ensure performance under this Contract. Sectioi
22300 of the Public Contract Code requires monies or securities to be deposited with th
City or a state or federally chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
1. Contractois Proposal
2. Biddefs Bond
3. Non-Collusion Affidavit
e
U16/9~
69
All bids will be compared on the basis of the Engineer's Estimate. The estimated quanritj
are approximate and serve solely as a basis for the comparison of bids. The Enginee 0 Estimate is $91,250.
No bid shall be accepted from a contractor who is not licensed in accordance with t
provisions of California state law. The contractor shall state their license numb1
expiration date and classification in the proposal, under penalty of perjury. The followi
classifications are acceptable for this contract: C-27 in accordance with the provisions
state law.
If the Contractor intends to utilize the escrow agreement included in the contra
documents in lieu of the usual 10% retention from each payment, these documents mc
be completed and submitted with the signed contract. The escrow agreement may not '
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at tl
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenuf
Carlsbad, California, for a non-refundable fee of $10.00 per set. If plans and specifkatio
are to be mailed, the cost for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minc
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute 13
Contract shall be those as determined by the Director of Industrial Relations pursuant 1
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 I
the Labor Code, a current copy of applicable wage rates is on file in the Office of tl
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay le
than the said specified prevailing rates of wages to all workers employed by him or her
the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions (
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Codr
"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172
shall apply to the Contract for work.
A pre-bid meeting and tour of the project site will not be held.
All bids are to be computed on the basis of the given estimated quantities of work, i
indicated in this proposal, times the unit price as submitted by the bidder. In case of
discrepancy between words and figures, the words shall prevail. In case of an error in th
extension of a unit price, the corrected extension shall be calculated and the bids will b
computed as indicated above and compared on the basis of the corrected totals.
7
0
0
2/16/9
69
All prices must be in ink or typewritten. Changes or corrections may be crossed out a
typed or written in with ink and must be initialed in ink by a person authorized to sign fi
the Contractor.
Bidders are advised to vedy the issuance of all addenda and receipt thereof one day prii
to bidding. Submission of bids without acknowledgment of addenda may be cause
rejection of bid.
Bonds to secure faithful performance and warranty of the work and payment of labore
and materials suppliers, in an amount equal to one hundred percent (100%) and fif
percent (SO%), respectively, of the Contract price will be required for work on this projec
These bonds shall be kept in full force and effect during the course of this project, and sb
extend in fill force and effect and be retained by the City until they are released as statc
in the Special Provisions section of this contract. All bonds are to be placed with a sure1
insurance carrier admitted and authorized to transact the business of insurance 1
California and whose assets exceed their liabilities in an mount equal to or in excess 4
the amount of the bond. The bonds are to contain the following documents:
1)
e
An original, or a certified copy, of the unrevoked appointment, power of attorne
by laws, or other instrument entitling or authorizing the person who executed ti
bond to do so.
A certified copy of the certificate of authority of the insurer issued by the insuranc
commissioner.
2)
@ If the bid is accepted, the City may require a financial statement of the assets and liabilitic
of the insurer at the end of the quarter calendar year prior to 30 days next preceding th
date of the execution of the bond. The financial statement shall be made by an officer
certificate as defined in Section 173 of the Corporations Code. In the case of a foreig
insurer, the financial statement may be verified by the oath of the principal officer c
manager residing within the United States.
Insurance is to be placed with insurers that have (1) a rating in the most recent Besr's Ke:
Rating Guide of at least A-:V, and (2) are authorized to transact the business of insuranc
in the State of California by the Insurance Commissioner. Auto policies offered to meet th
specification of this contract must: (1) meet the conditions stated above for all insuranc
companies and (2) cover any vehicle used in the performance of the contract, used onsit1
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 b
limited in any manner.
Workers' compensation insurance required under this contract must be offered by
company meeting the above standards with the exception that the Best's rating conditio1
is waived. The City does accept policies issued by the State Compensation Fund meetin1
the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. An! 1) additional cost of said insurance shall be included in the bid price.
2l16D
69
The prime contractor and all subcontractors are required to have and maintain a valid Cit
of Carlsbad Business License for the duration of the contract.
@ Approved by the City Council of the City of Carlsbad, California, by Resolution
No. 94-120, adopted on the 3rd day of May, 1994.
&%a
54kdha L.dLl&& ify Clerk 7224
Date
e
0
21 16/91
@
Q[TYOFCARLS&AD
REPAW3 TO MITIGATION LANDSCAPING AND SCOPE PRO= RESK)RATON
FOR THE PAulMAR AIRPORT ROAD WESlr ASSESSMENT DISTRICT CONTRACT NO. 3401
CONTRACXOR'S PROPOW
I
city council
City of Carlsbad
1200 Carlsbad Village Drive 1 Carlsbad, California 92008
I
1
1
I
1 m
I
The undersigned declares he/she has carefully examined the location of the work, read
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fun
aIl labr, materials, equipment, transportation, and services required to do all the worl
complete Contract No. 3401 in accordance with the Plans and Specifications of the Cit
Carlsbad, and the Special Provisions and that he/she will take in full payment therefor
following unit prices for each item complete, to wit:
Item Quantity unit Approximate
- No. Descrbtion and Unit Price Total
1 Clear & Grub at 72,700SF $0- I> 4 817.
Dollars per Square Foot I 2 15 Gallon Trees at 83 EA $ s;3r.fJo $64
I Dollars Each
3 Plant Bands at 3,039 EA 4.[-4< +44
4 5 Gallon Shrubs at 82 FA $14.m - Q H45
5 1 Gallon Shrubs at 2,093 FA $4*b $44E
1
1
I
I
I
1
Dollars Each
Dollars Each
Dollars Each
2416
@
I.
Approximate
item Quantity unit
I
- No. Description and Unit Price - Total
6 South Side of Palomar Airport Road 72,700 SF $0.4-7 + <DE3
Hydroseed at
Dollars per Square Foot
t
1
I
1
1
I
I
7 Soil Preparation at 72,700 SF * * ;-I 42%
8 higation System at 1LS 4 w3-4Jo + iq,:
Dollars per Square Foot
Dollars per Lump Sum
9 North Side of Palomar Airport Road 135,000 SF $Q si 4 4 a&, \
Hydroseed & Erosion Control
Dollars per Square Foot m 10 Slope Profile Restoration at 1LS $ Id,Cmd &[b,<
1 Dollars per Lump Sum
11 Establishment for Planting & 6MONTHS $bww $121T
Hydroseeded Areas for 120 Working
Days Following Installation
Completion at
1
I
I
1
I
I
I
Dollars per Month
Total amount ofbid in worh: One hundred,
thirty-eisht dollars and no cents
Total amount of bid in numbers: $ ***? 1 4 I 7 38 - 0 O***
Pr;ce(s) given above are firm for 90 days after date of bid opening.
fourteen thousand, Seven hul
I Addendum(a) No(s). has/have been received and is/are included in t %mfld
&/&5fl/
0 proposal.
&..../ Z/lt 613
*;*7 i"" bwv 7Qp', &I- FL
The Undersigned has checked carefully all of the above figures and understands &ate City will not be responsible for any mor or omission on the part of the Undersigned
preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract M
necessary bonds and insurance policies within twenty (20) days from the date of awarc
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bc
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licen
to do business or act in the capacity of a contractor within the State of California, vali
license under license number 40b'~b \ , classification -7 which expi
and that this statement is true and correct and has the legal effeci
A bid submitted to the City by a Contractor who is not licensed as a contractor pursu
to the Business and Professions Code shall be considered nonresponsive and shall
rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved,
bid submitted shall be invalidated by the failure of the bidder to be licensed in accordill
with California law. However, at the time the contract is awarded, the contractor s€
be properly licensed. Public Coneact Code 5 20104.
The Undersigned bidder hereby represents as follows:
I t
I
I
I
I
D
I
I
I
I
I
I
I @
3.t S I anaffi On + avit.
I
1. That no Council member, officer agent, or employee of the City of Carlsbad
personally interested, directly or indirectly, in this Contract, or the compensation
be paid hereunder; that no representation, oral or in writing, of the City Coun
its officers, agents, or employees has inducted Wer to enter into this Contr;
excepting only those contained in this form of Contract and the papers made a p
hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporati
making a bid for the same work, and is in all respects fair and without collusion
fraud.
Accompanying this proposal is a BQ~D
(Cash, Certified Check, Bond or Cashier's Check)
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code wh
requires every employer to be insured against liability for workers' compensation or
undertake self-insurance in accordance with the provisions of that code, and agrees
comply with such provisions before commencing the performance of the work of t
Contract and continue to comply until the contract is complete.
I
....
2m
t
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Articl~
rela~ve to the general prevailing rate of wages for each craft or type of worker needed
execute the Contract and agrees to comply with its provisions.
11
il
1
1
I City and State mIm ; a q&Qol,
I
1
I
b
I
I
1
8
1
I
I
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1)
(2)
(3) Place of Business
Name under which business is conducted TM2i
Signature (given and surname) of proprieto
?
(Street and Number)
(4) Zip Code q%QQs Telephone No. (_b29\ 4 34- I4CI
(1) Name under which business is conducted A-
IF A PARTNERSHIP, SIGN HERE:
(2) Signature (given and surname and character of partner) (Note: Signan
must be made by a general partner)
I (3) Place of Business
UlC @
t
IF A CORPORATION, SIGN HERE:
(1)
I
I
1
I
I
I
1
b
I
I
1
i
1
!
I 613
Name under which business is conducted
(2)
t
Signature
Title I Impress Corporate Seal hc
(3)
(43 Race of Business
incorporated under the laws of the State of
(Street and N
City and State c ephone No. (5) Zip Code
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST I ATTACHED
List below names of president, vice president, secretary and assistant secretary, if
corporation; ifa partnership, list names o , and managing partner
2/16
I.
- 4
AWANYPqQpostve
KNOW ALL PERSONS BY THESE PRESENTS: 0
WASHINGTON INTERNAT mat we, TARZIAN LBNDSCAPE CONSTRUCTION 8s prin~ipd, & 1NSIJ"CE COWANY
as Surety are held and finnly bound unto the City of Carlsbad, California, in an 8moux
follows: (must be at feast ten percent (10%) of the bid amount)
for which payment, well and rruly made, we bind ourselves, OUT heirs, executors
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal ol
REPAIRS TO MITIGATION LANDSCAPING AND scop~ PRO= RESfORATtOn
TlEN PERCJZW OF THE AMOUNT OF THE ACCOMPANYING BID ($lo% OF BID)-------
above-bounden Principal for: *s
F0RTHEPAtOMARAlRPORTROADWESI'ASSESSMENTDISIX.I~
CONTRACT NO. 3401 -
(BID DATE: 6-9-94)
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly e
into and execute a Contract including required bonds and insurance policies within twc
(20) days from the date of award of Contract by the City Council of the City of Carlsl being duly notified of said award, then &is obligation shafl become null and v
otherwise, it shall be and remain in hil force and effect, and the amount spead he SM be forfeited to the said City.
....
..I.
.-..
....
....
..*.
....
....
....
e ---- ....
2/16! dib I r
1,
. b the event Principal executed rhis bond as an individual, ir is agreed that the death o
Principal shall not exonerate the Surety from its obligations under this bond.
aecured by PRiNCIPAt this ~TH day of
PRINCIPAL: sum
mted by SUREn this 8TE day of 0 JUNE ,1994. JUNE ,1994.
TARZIAN LANDSCAPE CONSTRUCTION WASHINGTON INTERNATIONAL INSURANCE Cl
(Name of Surety)
1930 TEOREAU DRIVE, SUITE 101
SCHBUMBURG, ILLINOIS 60173
(Adh of Surery)
__c
'I 67ey be., ./fh-.(&&
(print &e here)
t,
&&A.k-.- z4Gz,/L-? //&'fi cd
(title and organization of signatory)
By:
L
. (sign here)
(print name here)
(title and organization of signatory)
(attach corporate resolution bwkq cummr power of attorney) ,.
e'
(Proper norarid acknowledge of execution by PNNCIPAL and SURETY must be arcached.)
' President or vice-president md secrcauy or assistant secretary must rign for corporadom. If only one
officer signs, the corporation must attach a resolution cdcd by the ~cratpry or autbnt 16aw.ry uadu corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R BALL
City Attorney
\tl$
e
'
1
?
1
- By: r' h2&-/ p /gzc.<&\
i KAREN J. HIRATA y
+ Deputy City Attorney
?
* ,a 6
r
F 1 a1694
.r - *_ __ r _----- ---.- --. .- _. _---- - - @
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - OPTIONAL SE
CAPACITY CLAIMED
Though statute does not req
fill in the data below, doir invaluable to persons relying
0 CORPORATE OFF1
State of
County of Sm DIEm
CALIFORNIA
before me, VALERIE Me PEARCE, NOTARY PUBLIC
NAME. TITLE OF OFFICER - E G , "JANE DOE, NOTARY PUBLIC"
qersonally appeared STEPHEN TARZIAN
B personally known to me - OR - proved to me on the basis of satisfactory evidence
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
NAME(S) OF SIGNER(S) TITLE(S) f7 PARTNER(S) I
ATToRNEY-IN-FAC
[7 TRUSTEE(S)
0 GUARD~~~/CO~SE
to be the person(s) whose name(s) idare 0'
SIGNER IS REPRES
TARZIAN LANDSCAI
NAME OF PERSON(S) OR ENT x-&&-/&%
OPTIONAL SECTION
' -THIS CERTIFICATE MUST BE AlTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DATE OF DOCUMENT
01 992 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave., P 0 Box 7184 Canoc
CAPACITY CLAIMED
~naarts~mt~ fill In the data below. doing mvakrab(etopenoosrerylnOa
CORPORATE OFRC
CALIFORNIA
Countyof Sm DIEGO
TS) personally appeared JEROLD D. HALL
NMdQS) OF SICWER(S) PARTNER(S) 0: U
00 personally known to me - OR - 0: proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) idare subscribed tc the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by hislherltheir
signature@) on the instrument the person@), or the entity upon behalf of which the
person@) acted, executed the instrument.
ATTORNEY-IN-FAC1 m
TRUSTWS) 0 GUARDIAWCONSE~
SIGNER IS REPRESI
NAME OF PERsON(S) OR Efrm
DATE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT. NUMBER Of PAGES
e1992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Avo.. p.0.- 71 84 Can00
L General
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POUER OF ATTORNEY
KNW ALL MEN BY THESE PRESENTS: That the Washington International Insurance Company,a corporation I
existing under the laus of the State of Arizona, and having its principal office in the Village of
Illinois, does hereby constitute and appoint
0
* CYNTHIA BARNETT, TERRI J. BURKE, ANDREA CALABRESE, JEROLD D. HALL, JAMES F. TEGHTMEYER AND J.T. Wi
its true and Lauful attorney(s1-in-fact to execute, seal and deliver for and on its behalf as surety, bonds and undertakings, recognizances, contracts of indemnity and other uritings obligatory in the na
uhich are or may be alloued, required, or permitted by tau, statute, rule, regulation, contract or 0'
the execution of such instrment(s) in pursuance of these presents, shall be as binding upon the sa
International Insurance Company as fully and amply, to all intents and purposes, as if the same h
executed and acknowledged by its President at its principal office.
This Power of Attorney shall be limited in amount to 82,000,000.00 for any single obligation.
This Pouer of Attorney is issued pursuant to authority granted by the resolutions of the Board of Dire
March 22, 1978, July 3, 1980 and October 21, 1986 uhich read, in part, as follows:
1. The President may designate Attorneys-in-fact, and authorize them to execute on behalf of the
attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of inderm.
uritings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, uho are hereby I
certify to copies of any pouer-of-attorney issued in pursuant to this section and/or any of the B'
Company, and to remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke
given hi m. #I 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secret:
and Secretary, and the corporate seal of the Company, may be affixed to any Pouer of Attorney, certifi
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undert
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valil
upon the company. \
( IN TESTIMONY UHEREOF, the Uashington International Insurance Company has caused this instrtnnent to be z
s authorized offic this 26th day of July, 1993.
INTERNAT FAL INSURANCE COMPANY
UAS+,&
corporate seal to be P -\h *bl ;<$ @% ***..-- ...:?d,, *15imRmRp,~~: t 4 7 e #
'a: sp:: SEAL :-,
STATE OF ILLINhtq '*. AREOJYAI*..,,Q~ $3:
: g 5 Steven ' Anderson, Vice President II
0
,J '1
F *St%..... COUNTY OF Coot@ a,<.% St. * k*+,:ao
.e On this 26th day of bR,*?, before me came the individual who executed the preceding instr
personalty known, and, being by me duly suorn, said that he is the therein described and authorized c
Uashington International Insurance Company; that the seal affixed to said instrument is the Corporate
Company;
written.
f IN TESTIMONY UHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and yea1
I CHR.JSTjNE ZAR ETSKy ky, - Notary Publr@
------IC-----
NOW publit, Stat4 of jllino;r
------C-.~&--..
"OFFiCf AL SEAL ff
pires 0 tober 7,4996 i My Comm'iii6fl EXDil48 1&f&61ChTE kw9
STATE OF ILLINOIS )
COUNTY Of COOK )
1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporati
CERTIFY that the foregoing and attached POUER OF ATTORNEY remains in full force and has not been
furthermore that Arricle 111, Section 5 of the By-Laus of the Corporation, and the Resolution of
Directors, set forth in the Pouer of Attorney, are now in force.
Signed and sealed in the County of Cook. Dated pe'8TH day-e - ".: 1994. .* . J' J,. .' , /
Yt.. ': _. . ', , I. L-.
Lewis M. Hoeller, Secretary
( 0
(
RCHRT 'F. DElilER CO, INC.
Jerrg Hall
Your represenlaliue
(6 19) 238- I828
1620 FiFTH AVE., SAN DIEGO, CA 92101
DESIGNATION OF SUBCONTRACTORS
I
The Contractor certifies he/she has used the sub-bids of the following listed Contrac
in making up hisher bid and that the sub-contractors listed will be used for the work
which they bid, subject to the approval of the City Ehgineer, and in accordance 1
applicable provisions of the specifications and Section 4100 et seq. of the Public Contr
Code - "Subletting and Subcontracting Fair Practices Act." No changes may be mad
these subcontractors except upon the prior approval of the City Engineer of the Ciq
Carlsbad. The following information is required for each sub-contractor. Additional pz can be attached if required:
I
1
1
B
I u ?cppt.&& QL4W-T- -T- IQC . i7ss LkeoGm+
b
1 epc ""Izobezj
{..a&@ STS&KLG, i-6. Q.0. *lo @(q (Lq 327 u
G* 1 *kzGM-
I
il
I
1
1
Items of Complete Address Phone No.
Work Full ComDanv Name with Zip Code with Area Cod I Qe@=% Cero-h? 3s:b S.QWfuST
Ir-4C. swwz (hf9744
0% qrobcq
I
-=Vgb &,T 4-7 1.
8w kppcos
vsTt?k - 4toS3
Ulf
@
z
I
AMOUNT OF SUBC0N"ORS BIDS
The bidder is to provide the following information on the subbids of all the lis
subcontractors as part of the sealed bid submission. Additional pages can be attached
required.
Type of State
Contracting Carlsbad Business Amount of Bid
I
Full ComDany Name License & No. License No.* f$ or %l
1
1
I
1
il
1
b
t
1
I
I
1
1
1
1
wb(20- Qw 39 7q 33 c-7 10%
Q4cctLE1, ldr, A co 4-2 I4 I ooto QLcIrr37 +% QL 30352% 3- S9.D
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license
must be obtained prior to submission of signed Contracts.
U161
@
F
BIDDER'S STATEMENT OF FINANCIAL RESPON!3BILJTY
1
Bidder submits herewith a statement of financial responsibility.
i y- c <: //
rl "i
%. <--. - d L L-c &/ -?
c,
1
I
I
1
I
I
1
b
I
1
I
B
1
1
I
I @
-
U161
f
I
0
CARLSBAO OFFICE 3150 EL CAMINO REAL 1 P.O. BOX 428 { CARLSBAD, CALIFORNIA 92008-2108 I (619) 434-
*
March 28, 1994
RE: Tarzian Landscape Cans
To whoin it nay concern:
Stephen Tarzian has banked with San Diego Trust & Savings
Bank since February 1988. His business account rdntains an average yearly balance of a medium 4 figure. also borrowed on several occasions over the past 6 years with all credits paid in a satisfactory manner. liability of Tarzian Landscape CQnStruction is a mdiun 5 figure.
Please feel free to give ~lbe a call at 434-3316 should you
any other questions or concerns.
Steve has
The current
0
<;s-”
I Sexvices Admin. N
a
r
1
Tarzian Landscape Construction
Income Statement For Period Ending 12-31-93
$ 389,829.29 100.0
48.74 0.0
0 InZY:s
Interest Income
Total Income 389,878
Cost of Sales
Materials & Supplies 140,378.78 36.0
Equipment Rental 6,222.04 1.6
Direct Labor 75,736.99 19.4
Concrete Labor 2,148.00 0.6
Landscapers 8,377.77 2.1
Workman Compensation 12,822.46 3.3
Contract Services 8,956.82 2.3
Employer Payroll Tax Expense 10,675.47 2.7 5
Total Cost of Sales 265,318
Gross Income $ 124 , 559 -
Operating Expense
Accounting Services - 1,975.00 0.5
. Bank Charges 305.15 0.1
Contributions 237.00 0.1
Clerical Labor 10,692.98 2.7
Depreci at i on 2,319.60 0.6 0 Dues & Subscriptions 621.63 0.2
Dump Fees 753.37 0.2
Employee Relations 50.00 0.0
Entertainment 96.26 0.0
Insurance 10,640.75 2.7
Insurance/ Auto 5,474.78 1.4
Interest Expense 3,268.16 0.8
License & Fees 1,796.00 0.5 I
Office Supplies 1,469.68 0.4
Legal & Professional Services 10,094.39 2.6
Payroll Accounting Services 798.70 0.2
Rent 9,346.03 2.4
Repairs & Maintenance 486.08 0.1.
Taxes/ Unsecured 245.34 0.1
Tax Penalty 175.44 0.0
Telephone 5,017.37 1.3
Truck Radio 989.75 0.3
Truck Radio Time 214.00 0.1
Vehi c 1 es Operating 7,606.09 1.8 Vehicles Repair & Maintenance 7,576.05 1.9
Total Operating Expense 81,649
Net Income $ 42 , 910
______I___-- _____-------. 0
Prepalred Without Benefit of Audit.
r 1
. 7
Tarzian Landscape Construction Balance Sheet AS of 12-31-93 0
Assets
Current Assets Cash In Bank $ ' -120.16
Cash in Bank - Savings 354.03
Accounts Receivable 127 , 152.26
Advances 4,862 -00
Petty Cash 2.45
132 , 251 Total Current Assets $
F Property and Equipment Furniture & Fixtures 3 I 500 .00
Qf f ice Equipment 25 I 397.02 Accumulated Depreciation -27,397.02
Equipment 45 , 668.84 Accumulated Depreciation -45,668.84 Vehicles 60,873.88 Vehicle-1990 Volvo 28 , 100.00
Accumulated Depreciation -43,716.02
Computer Software 9,000.00
Net Property and Equipment $ 55,7s
-~ $ 188 , 00 __----_---- ----------- eotal Assets
0
out Benefit of Audlt. * .I:
Tarzian Landscape Construction Balance Sheet
AS of 12-31-93 0
Liabilities & Equity
Liabilities
Current Liabilities Federal Withho:ding Payable $ 720.02
State Withhoiding Payable 622.37
FUTA Payable -21.56
Total Current Liabilities 1,320.8
Long-Term Liabilities T'
Note Payable - H,Broadman 3,800.00
Credit Line Payable 45,000,OO
Mote Payable - B.Bazler 2,OOQ.OO
- 50,000.0
Total Liabilitles $ 51,320. E
Equity
Total Long-Term 1,iabilities
Equi t y 77,502.80
Paid in Capital 9,405.55
Withdrawals 6,869.16
42,910. 10 0 Net Prof it
Total Equity $ 136,687. E
Total Liabilities h Equity $ 188,008. L _--___ __- -
__-----___--- - _------ _---- --
0
Prepa -ed Without Benefit of :Audit. L-
BIDDER’S STATIEMJNT OF TECHNICAL ABrzSry AND EZPERIENCE il
The Bidder is required to state what work of a similar character to that included in t
proposed Contract he/she has successfully performed and give references, with telepho
numbers, which will enable the City to judge hisher responsibility, experience and sk
An attachment can be used. /- e-
1
I
I
1
I
1
I
C
I
I
1
I
1
1
1
I
mr
@
?
I
on H MO 3 3 P. 4ft m re
+, -I
.e
,. - -
am -0
I
1
NON4DUUSiON AFFIDAW To BE EXECUTED
BY' BIDDER AND SUBIWITED WITH BID
State of California 1
county of 1
) ss.
1
i
1
1
I
1
I
I
I
1
I
I
i
1
SjmHEX TH~w%d 3 being first duly sworn, deposes
(Name of Bidder)
and says that he or she is. Omd-
(Title)
of Tik22tPrd L-hQcpcoE- -r3
(Name of Fh)
the party making the foregoing bid; that the bid is not made in the interest of, or on bel
of, any undisclosed person, lxrtnership, company, association, organization, or corporatic that the bid is genuine and not collusive or sham; that the bidder has not directly
indirectly induced or solicited any other bidder to put in a false or sham bid, and has r directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyo
s5d refrain Eom bidding that the bidder kzis not in my manner, directly or indirect
sought by agreement commiunication, or conference with anyone to fix the bid price, or
that of any other bidder, or to fix any overhead, profit, or cost element of advanta
against the public body awarding the contract of anyone interested in the propos
contract; that all statements contained in the bid are true; and further, that the bidder E
not, directly or indirectly submitted his or her bid price or any breakdown thereof, or ti
contents thereof, or divulged information or data relative thereto, or paid, and will not pa
any fee to any corporation, partnership, company association, organization, bid depositox
or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under PenaIty of perjury that the foregoing is true and correct and that tf affidavit was executed on tlhe e day of
b
1
Subscribed and sworn to before me on
(NOTARY SEAL)
bG%-Z?%?$e%- &.,A&--- Oi'iC ! L SEX
24615
@
f
CONTRACr - PUBLIC WORKS *
19 &" by and between the CI ,
whose principal place of busin(
?% This agreement is made this & day of 6s
of Carlsbad, California, a municipal corporat48n, (hereinafter called "City"), and
TARZlAN LANDSCAPE CONSTRUCTION is 2736 MADISON STREET CARLSBAD CA 92008
(hereinafter called 'Contractor".)
City and Contractor agree as follows:
1. Description of Wo& Contractor shall perform all work specified in the Contr:
documents for:
REPAIRS TO MITIGATION LANDSCAPING AND SCOPE PROFILE RESTORATION
FOR THE PALOMIR AIRPORT ROAD WEST ASSESSMENT DISTRICT
CONTRACT NO. 3401
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, materia
tools, equipment, and personnel to perform the work specified by the Contr:
Documents.
Contract Documen& The Contract Documents consist of this Contract, Notj
Inviting Bids, Contractois Proposal, Biddeis Bond, Designation
Subcontractors, Biddeis Statements of Financial Responsibility and Technic
Ability, Non-collusion Affidavit, Escrow Agreement? Release Form, the Plans a
Specifications, the Special Provisions, and all proper amendments and chane
made thereto in accordance with this Contract or the Plans and Specificatioi
and all bonds for the project; all of which are incorporated herein by tl
reference.
Contractor, herhis subcontractors, and materials suppliers shall provide a
install the work as indicated, specified, and implied by the Contract Documen
Any items of work not indicated or specified, but which are essential to t
completion of the work, shall be provided at the Contractois expense to ful
the intent of said documents. In all instances through the life of the Contra
the City will be the interpreter of the intent of the Contract Documents, and t
City's decision relative to said intent will be final and binding. Failure oft
Contractor to apprise subcontractors and materials suppliers of this condition
the Contract will not relieve responsibility of compliance.
a 2.
3.
0
2/16
69
18
Payment. For all compensation for Contractois performance of work under this
Contract, City shall make payment to the Contractor per Section 9-3 of the
Standard Specifications for Public Works Construction (SSPWC) 1991 Eation,
and the latest supplement, hereinafter designated "SSPWC", as issued by the
Southern California Chapter of the American Public Works Association, and as
amended by the Special Provisions section of this contract. The closure date for
each monthly invoice will be the 30th of each month, Invoices from the
Contractor shall be submitted according to the required City format to the City's
assigned project manager no later than the 5th day of each month. Payments
will be delayed if invoices are received after the 5th of each month. The final
retention amount shall not be released until the expiration of thirty-five (35)
days following the recording of the Notice of Completion pursuant to California
Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to be
set forth in the terrns of the contract. Below is such a :smary. However,
contractor should refer to Public Contract Code section 20104.50 for a complete
statement of the law.
The city shall make progress payments within 30 days after receipt of an
undisputed and properly submitted payment request from a contractor on a
construction contract. If payment is not made within 30 days after receipt of an.
undisputed and properly submitted payment request, then -&e city shall pay
interest to the contractor equivalent to the legal rate set forth in subdivision (a)
of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable after
receipt, determine whether the payment request is a proper payment request. If
the city determines that the 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 payment request was not proper.
If the city fails to return the denied request within the seven (7) day time limit,
then the number of days available to the city to make payment without incurring
interest shall be reduced by the number of days by which the city exceeds the
seven (7) day return requirement.
"Progress payment" includes all payments due contractors except that portion of
the final payment designated by the contract as "retention earnings".
4.
,
2/16/94
@
IndeDendent Inves tization. Contractor has made an independent investigation
the jobsite, the soil conditions at the jobsite, and all other conditions that mig
affect the progress of the work, and is aware of those conditions. The Contr;
price includes payment for all work that may be done by Contractor, whetl
anticipated or not, in order to overcome underground conditions. A
information that may have been furnished to Contractor by City abc
underground conditions or other job conditions is for Connactois convenier
only, and City does not warrant that the conditions are as thus indicatt
Contractor is satislied with all job conditions, including underground conditic
and has not relied on information furnished by City.
a 5.
6. Contractor ResDonsible for Unforeseen Conditions. Contractor shall
responsible for all loss or damage arising out of the nature of the work or frc
the action of the elements or from any unforeseen difficulties which may arise
be encountered in the prosecution of the work until its acceptance by the Ci
Contractor shall also be responsible for expenses incurred in the suspension
discontinuance of the work. However, Contractor shall not be responsible j
reasonable delays in the completion of the work caused by acts of God, ston
weather, extra work, or matters which the specifications expressly stipulate M
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves diggi
trenches or other excavations that extend deeper than four feet below the surf2
Contractor shall promptly, and before the following conditions are disturb6
notify City, in wriiting, of any:
A.
m 7.
Material that Contractor believes may be material that is hazardous was
as defined in Section 251 17 of the Health and Safety Code, that is requir
to be removed to a Class I, Class 11, or Class 111 disposal site in accordar
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from thc
indicated.
Unknown physical conditions at the site of any unusual nature, differ€
materially from those ordinarily encountered and generally recognized
inherent in vvork of the character provided for in the contract.
B.
C.
City shall promptly investigate the conditions, and if it finds that the conditic
do materially so differ, or do involve hazardous waste, and cause a decrease
increase in contractois costs of, or the time required for, performance of any p;
of the work shall issue a change order under the procedures described in tl
contract.
1)
2/16
@
20
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 contractofs 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.
ChanEe Orders. City may, without affecting the validity of the Contract, order
changes, modifications and extra work by issuance of written change orders.
Contractor shall make no change in the work without the issuance of a written
change order, and Contractor shall not be entitled to compensation for any extra
work performed unless the City has issued a written change order designating in
advance the mount of additional compensation to be paid for the work. If a
change order deletes any work, the Contract price shall be reduced by a fair and
reasonable amount. If the parties are unable to agree on the amount of
reduction, the work shall nevertheless proceed and the amount shall be
determined by litigation. The only person authorized to order changes for extra.
work is the Engineer. The written change order must be executed by ithe City
Manager or the City Council pursuant to Carlsbad Municipal Code Section
3.28.172.
Imrnination Reform and Control Act. Contractor certifies he is aware of the
requirements of the Immigration Reform and Control Act of 1986 (8 USC
Sections 11 01 -1525) and has complied and will comply with these requirements,
including, but not limited to, venfying the eligibility for employment of all
agents, employees, subcontractors, and consultants that are included in this
Contract.
Prevailinn Wane. 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 Carlsbad City Clerk, 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.
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 Contractor or work; or from any failure or alleged failure of
8.
9.
10.
11.
2/16/94
69
Contractor to comply with any applicable law, rules or regulations includi
those relating to safety and health; except for loss or damage which was caus
solely by the active negligence of the City; and from any and all claims, lo:
damages, injury and liability, howsoever the same may be caused, resulti
directly or indirectly from the nature of the work covered by the Contract, unlc
the loss or damage was caused solely by the active negligence of the City. T
expenses of defense include all costs and expenses including attorneys fees f
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the contr2
insurance against claims for injuries to persons or damage to property which m
arise from or in connection with the performance of the work hereunder by t
Contractor, his agents, representatives, employees or subcontractors. Sa
insurance shall meet the City's policy for insurance as stated in Resolution N
0
12.
91-403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types
coverages and minimum limits indicted herein:
1.
'
- Comprehensive General Liability Insurance:
$1,0~30,000 combined single limit per occurrence for bodily inju
and property damage. If the policy has an aggregate limit,
separate aggregate in the amounts specified shall be established f
the risks for which the City or its agents, officers or employees a
additional insured.
e
2. Automobile Liability Insurance:
Y $1,0~30,000 combined single limit per accident for bodily injury a
property damage. In addition, the auto policy must cover g
vehicle used in the performance of the contract, used onsite
offsite, whether owned, non-owned or hired, and wheth
scheduled or non-scheduled. The auto insurance certificate mL
state the coverage is for "any auto'' and cannot be limited in a
manner.
Workers' Compensation and Em~lovers' Liabilitv Insurance:
Workers' compensation limits as required by the Labor Code oft:
State of California and Employers' Liability limits of $1,000,000 p
incident. Workers' compensation offered by the Sta
Compensation Insurance Fund is acceptable to the City.
3.
e
2/161
@
22
ADDITIONAL, PROVISIONS - Contractor shall ensure that the policies of
insurance required under this agreement contain, or are endorsed to
contain, the following provisions. General Liability and Automobile
Liability Coverages:
1.
(B)
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; prod.ucts and
completed operations of the contractor; premises owneld, 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.
The Contractox's insurance coverage shall be primary insiurance as
respects the City, its officials, employees and volunteers. Any
insurance or seE-insurance maintained by the City, its officials,
employees or volunteers shall be in excess of the co:ntractor's
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the Ciry, its officials, employees or
volunteers.
Coverage shall state that the contractor's insurance sh,d apply
separately to each insured against whom claim is made lor suit is
brought, except with respect to the limits of the insurer's liability.
"CLAIMS MADE" POLICIES - If the insurance is providled on a "clakns made"
basis, coverage shall be maintained for a period of three years following the
date of completion of the work.
(D) 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.
2.
3.
4.
(C)
(E) 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 investigatio:n, claim
administration and defense expenses.
2/16/94
@
(F) WAIVER OF SUBROGATION - All policies of insurance required under t
agreement shall contain a waiver of all rights of subrogation the insu
may have or may acquire against the City or any of its officials
employees.
(G) SUBCONTR4CTORS - Contractor shall include all subcontractors as insu under its policies or shall fumish separate certificates and endorsements
each subcontractor. Coverages for subcontractors shall be subject to al:
the requirements stated herein.
(H) ACCEPTABIILITY OF INSURERS - Insurance is to be placed with insur
that have a rating in Best's Key Rating Guide of at least A-:V, and i
authorized to transact the business of insurance by the 1nsura.x
Commissionler under the standards specified in by the City Council
Resolution No. 91-403 .
VERIFICATION OF COVERAGE - Contractor shall fumish the City w
certificates lof insurance and original endorsements affecting cover:
required by this clause. The certificates and endorsements for e;
insurance policy are to be signed by a person authorized by that insurer
bind coverage on its behalf. The Certificates and endorsements are to be
forms approved by the City and are to be received and approved by the C
before work commences.
COST OF INSURANCE - The Cost of all insurance required under t
agreement shall be included in the Contractor's bid.
0
(I)
(J) a
13. Claims and Lawsuits. Contractor shall comply with the Government Tort Clai
Act (Section 900 et seq of the California Government Code) for any claim
cause of action for money or damages prior to filing any lawsuit for breach
this agreement.
Maintenance of Records. Contractor shall maintain and make available at no c(
to the City, upon request, records in accordance with Sections 1776 and 1812
part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does r
maintain the records at Contractor's principal place of business as specifi
above, Contractor shall so inform the City by certified letter accompanying t
return of this Contract. Contractor shall nom the City by certified mail of a
change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wi
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashier's check, or certified check m
be substituted for any monies withheid by the City to secure performance of tl
contract for any obligation established by this contract. Any other security tk
14.
15.
16.
e
2/16
@
24
is mutually agreed to by the Contractor and the City may be substituted for
moneies witheld to ensure performance under this Contract.
Provisions Required bv 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 parrty, the Contract shall forthwith be physically amended to make such
insertion or correction.
Additional Provisions. Any additional provisions of this agreement are set forth
in the "General Provisions" or "Special Provisions" attached hereto and made a
part hereof.
17.
18.
v 1
rb NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL SIGNATORIES
MUST BE ATTACHED ?&?uJ oi Contractor
(CORPORATE SEAL)
* P
a APPROVED TO AS TO FORM:
A
t Print Name of Signatory
RONALD R. BALL
City Attorney
By:
Signature of Signatory
/a/WT.P
Title
(+f/ GA/-- Q , , . f J Z~dZ
/ KAREN J. HIRATA
Deputy City Attorney
ATTEST:
/
2/16/94
@
CERTIFICATE OF ACKNO WLIE,DGMENT
personally appeared
personally known to me (or proved to me on the basis of
-. P .,
?
8
a
BOND NO. S-300-7842
2
&QORANJ3 MAW BOND
I .::
WHEREAS, the City Councd of the Ciry of Carlsbad, State of California, b Resoludon Nc 94-192 acio red JULY 12, 1994 , has awarded to TAAZIAN
'ANDStAPP CONrnICTITJN (hereinafter designated as the "Principal"), Contract for:
I
REPAIRS TO MITIGATI.ON LANDSCAPING AND SCOPE PROFILE RESTORARON
FOR THE PALOMNl AIRPORT ROAD WEST ASSESSMENT DI!3XCT
coma NO. 3401
in the Ciry of Carlsbad, in strict conformiry with ihe drawings and specifications, and othe
Contract Documenrs now on Ne in the Office of the Ciry Clerk of the City of Carisbad ant all of which are incorporated herein by this reference-
WEREAS, Principal has executed or is about to execuce said Contract and the rem hereof require the funisling of a bond, providing that if Principal or.any of thei subconuacrors shall fail to pay for any marerials, provisions, provender or other supplie
or teams used in, upon or about the performance of the work agreed to be done, or for an!
work or labor done rhereonr of any kind, the Surety on this bond will pay the same to thc
extent hereinafter set forth. I
NOW, THEREFORE, WE, -TARZIAN LANDSCAPE CONSTRUCTION , 8: Principal, (hereinafter designared as the "Conuacroi'), and WASHINGTON INT~ATION~~
INGURANCE COMPBNP as Surety, are held fhdy bound unto the City of Carisbad in the sum o
Dollars ($57,369.00 ), said sum being fifty percent (50%) of the estimarec
amount payable by the City of Carlsbad under tho terms of the Contract, for whid
payment well and truly i:o be made we bind ourselves, OUT heirs, exeaton anc
administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person ar- his/hei
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams usec
in, upon, for, or about the performance of the work contracted to be done, or for any otha
work or labor thereon of any kind, or for mounrs due under the Unemployment Insurance Code with respect to such work or Iabor, or for any amounts required to be deducted,
withheid, and paid over 10 the Employment Developrnenr Depanmenr from the wages 01 employees of the conrraci'or and SUbCOntraCKOS pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such work and labor that the Surev wil]
pay for rhe same, not to exceed the sum specified in the bond, and, also, in case suit is broughr upon the bond, costs and reasonable expenses and fees, including reasonable
attorney's fees, to be fixed by the cow, as required by the provisions of Section 3248 01 the California Civil Code.
ZIF-EN THOUSAND, THREE HUNDRED SlXTY NINE AND OO/lOO
241 6/94
@
-.
a
a
26
This bond shall inure to rhc benefit of any and all persons, companies and corporadons
enrftled to file claims under 'Title 15 of Pan 4 of Division 3 of the Civil Code (commencing with Section 3082).
Surety sriputntes and agrees thar no change, extension of time, alteration or addition to the
tezms of the Contract, or tci the work to be performed thereunder or the specifications
accompanying rhe same shall affecr its obligations on rhis bond, and it does hereby waive nodce of any change, exrension of time, alterations gr addirion to the terms of the contraa
or to the work or to the specifications.
...
...
...
.. .
\.
, r,: ...
I ...
{ ...
1 ...
8 Ll
I- ...
I;> ...
... ,
" ...
. ..
..I
...
...
...
...
aim4
@
'E ACKNOWLEDGMENT
Stare of CALIFORNIA
Sefore me, VALERIE M. PEARCE, NOTARY PUBLIC
a* iT WAU€ -OF OFWE3 ~ LG AN€ OOE .UOTARY P\IBUC
personally appeared - STEP= TARZIAN
*-€is1 of ~lsl
E personaily known to me - OR - a proved to me on the basis of satrsiacrory evi
to be the person(s) wnose narne(s)
suosmbed to the wirhin insmrnent ai
knowledged to me that he/she/they ex1
the same in nis/her/their autbc
capacityjies), and that by his/he
sqnature(s) on the instrument the per:
or the entity upon behalf of wnic
person(s) acted, executed the instn
- OP77ONAL
Thauqn tfie dara below is not mured Sy law, it may omve vatuanle to DerSans relying on tne docurnem and C=L
frauaulenr rearfacnrnenr or mrs rcrm.
CAPACITY CLAlMED 3Y SIGNER DESCRiPTlON OF AITACHEfl OOCL
1- C3RPORAE OFSCEq
TfTE OR TYPE: Of OOCJMENT msi
NUMBES OF ?AGES
OATZ OF OOCUMENT
S1GN&3 IS REPRE!5EFmNG:
u**l€oF p3wNIs)a mnEn
TARZIAN LANDSCAPE CONSTRUCTION SIGN€q(S) OTHE3 TdAN NAMW AE
State of aKmxNIA
7-20-94 - beiore me, VALERIE M. PUCE, NOTBRY PUBLIC
J*FE NAN€. - OF OF- - BG. '-E NE. .'JOTMY ?UWf
personally appeared - JEROLD D. HAU.
Nu*E1S) OF -tSl
@personally known to me - OR - a proved to me on the basts of satsfactory evi
to be the personfs) whose name(s)
subscnbed to the within instrument ai
knowledged to me that hdshefthey ex
the same in his/her/their authl
capacity(ies), and that by his/he
signaturefs) on the instrument the per
or the entity upon behalf of whic
person(s) zcted, executed the instrr
- OPTIONAL
Though &e data below 1s not mrrrect by law. it may pmve vaiuaole to persons relying on me documem and at
frauautent reanacfrrnent of mts farm.
OESCRIPIJON OF ATTACHED DOC1 CAPACITY CLAIMED BY SIGNER
TiTLE OR TYPE OF OOC'JMENT
a ATTCRNEYIN-FACT NUMBE3 OF PAGES
r? ~AROIAWONS~VATOFI
OAEOf OOCUMEM
SlGNEFl IS REPR€S€"C2
w*cE~~s)oRENmymn
SlGV€,=((S) OmE3 THAN NAME3 AI
e.
a
a
I
27
In the evenr rhar Conuacror is an individual, ir'is agreed chat the death of any such Contractor shall not exonerate the Surety from its pbligadons under this band.
Executed by CONTRAmOR, &is 20m
day of JULY , 19' 5. JULY ,1994.
CONTRACTOK: SURETY:
Exqquted by SURETY this 2Om day of
1 WASHINGTON INTERNATIONAL INSURANCE
(Nwe of Surery)
i 1930 THOREAU DRIVE, SUITE 101
SCHAUMBURG, ILLINOIS 60173
(AdprCss of Surety)
'. STEPHEN TARZIAN
(print name here)
OWNER/TARZIAN LANDSCAPE CONSTRUCTION By:
(title and organization of signatory)
By: . HAU, ATTORNEY-IN-FACT
(sign here) Priqted name of Attorney-h-Fact
(attach , corporate resolution . showkg cunm~ power of attorney) (print name here)
(title and organization of signarory)
(Proper notarial dcnowledge of exccudon by CONTRACTOR and SURE'IY rnwr be artacked.) . *r
(President or vice-president and secretary or assistant secretctry must sign for corporarioru. If ody one
oficrr signs, the corporadon must attach a nrolution certified by the secretary or asrlrtant sacretuy under corporate seal empowering that crfficet to bind the corppradon.)
APPROVED AS TO FORM: I.
RONALD R. BALL
bas
, 4.
.-
(1 / 'y 1 L, .. v &<A.
I/
Depury City Attonaey I' .
u16/94 a9
L
Genera 1 UASHINGTON INTERNATIONAL INSURANCE COMPANY
POUER OF ATTORNEY
KNOW ALL MEN BY THESE ?RESENTS: That the Uashington International Insurance Comoany,a corporation ,
existing under the laws of the :;tare of Arizona, and having its principal office in the Village oi
Illinois, does hereby constitute and appoint
a
* * CYNTHIA BARNETT, TERRI J. BlJRKE, ANOREA CALABRESE, JEROLD 0. HALL, JAMES F. TEGHTMEYER AN0 J.T. Ui
its true and lauful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety,
bonds and undertakings, recognizances, contracts of indetmity and other writings obligatory in the na
uhich are or may be allowed. rwuired, or permitted by lau, statute, rule, regulation, contract or o the execution of such instrunent(s) in pursuance of these presents, shall be as binding upon the sa
International Insurance Company as fully and amply, to all intents and purposes, as if the same h
executed and acknowledged by its President at its principal office.
This Pouer of Attorney shall be Limited in amount to $2,000,000.00 for any single obligation.
This Pouer of Attorney is issued pursuant to authority granted by the resolutions of the Board of Dire
March 22, 1978, July 3, 1980 and Cictober 21, 1986 uhich read, in part, as follows: 1. The President may designate Attorneys-in-fact, and authorize them to execute on behalf of the
attach the Seal of the Company tnereto, bands, and undertakings, recognizances, contracts of indm writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, uho are hereby
certify to copies of any power-cf-attorney issued in pursuant to this section and/or any of the B)
Company, and to rmve, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke
given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secreta
and Secretary, and the corporate seal of the Company, may be affixed to any Pouer of Attorney, certifi
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undert
such facsimile signature or facsimile seal affixed in the ordinary course of business shalt be vatic
upon the company.
IN TESTIMONY UHEREOF :he Uashingcon Internationat Insurance Cqany has caused this instrument to be s
corporate seal to be -4; author i ze 25th day of July, 1993.
I dB p@\ \ ***.--% %( #:jk fl B 0 b TNSURANCE COMPANY
** $3 14 ;* ZWRWMT& 9 4 ==/ : c) ,$ SEAL 2-d $!- ;
STATE OF ILLINO~~ t AR~ZO~ .$:,2!
s% a
Steven qi Anderson, Vice President d 'i
9:;
y5+pe.. . .... *- COUNTY OF COO b \I,*#* 4\<4 .=$ A$4,
On this 26th day of hhhxw?, before me came the individual uho executed the preceding instrl
personalty known, and, being by me duly sworn, said that he is the therein described and authorized o
Uashington Internationat Insurance! Company; that the seal affixed to said instrument is the Corporate
Company;
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year
ur i tten. u+ ------_C-C-C-C-._
''OFF/CJAL SEAL11
Notrry Public, Stjtr of j\linoir
CHRJSTINE ZARET'SKY { icy, Notary Publi/c;.
\ My Cmission Expires October 7,4996 i My Comm'Uiofi EXpirar 1(m61c,-TE ,d ----IL1L-3C;L-sL-* STATE OF ILLINOIS )
COUNTY OF COOK 1
1, the undersigned, Secretary of UASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporatic
CERTIFY that the foregoing and attached POUER OF ATTORNEY remains in full force and has not been
furthermore that Articte 111, Section 5 of the By-Laus of the Corporation, and the Resolution of
Directors, set forth in the Pouer of Attorney, are now in force.
Signed and seated in the 'County of Cook. Dated t29t?'20m day-? mII/ A ; 19%.
CY I .? / ./' ,,*.
, .. ,-. /I. , _. Lewis M. ?toe(Ler, Secrerary a
ROBERT 'E DWER CO, INC.
Jerry Hall
Your representative
(6 19) 238- I828
1620 FIFTH NE., SAN DIEGO, CA 92101
0
\
@
a
Id,.
WHEREAS, the City Council of rhe City of Carlsbad, State of California, by Resolution No 94-192, adopted JULY 12, 199Y , has awarded to T~N LAN DSCAPl
CONSTRUCTION - (hereinafter desigrtated as the "Principal"), a Contract for
FLEPAfRS TO MmGATSON LANDSCAPING AND SCOPE PROW RFSK)RATION
FOR THE PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTRICX'
CONTRACX NO. M1
in the City of Carlsbad, in smct conformity with the contract, the drawings anc
specifications, and other Contract Documents now on file in the Office of the Ciry Clerk o
rhe Ciry of Carlsbad, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the term
thereof require the furnishing of a bond for the faithful performance and warranty of saic Contract ;
NOW, THEWFORE, WE, -TARZfAN LANDSCAPE CONSTRUCTION ,. 85 Pkcipa
, as Surety, are held and firmly bound unto the City of Carlsbad, in th sumof ONE HUNDRED FOURWN Tm ~FV-F~ THIRTY FirJ
), said sum being equal to one hundred pacer
(100%) of the estimated anleunt of the Contract, to be paid to City or its certain attome] ia successo~s and assigns.; for which payment, wd and truly to be made, we bin
ourselves, OUT heirs, executors and administrators, successors or assigns, jointly an
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractoi their heirs, exccutcrs, administrators, successors or assigns, shall in all things stand to an abide by, and well and tndy keep and perform the covenants, conditions, and agreement
in the Conrract and any aI1:erauon thereof made as therein provided on their part, to b
kept and performed ar the time and in the manner therein specified, and in all respeci
according to their true interit and meaning, and shall indemnify and save harmless the Cit
of Carisbad, its officers, employees and agents, as therein stipulated, then this obligatio
shall become null and void; otherwise it shall reme in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specific therefor, there shall be Lnduded COSTS and reasonable expenses and fees, hcludk
reasonable attornefs fees, incurred by he City in successfully enforcing such obligatio]
all to be taxed as costs and included in any judgment rendered.
Surety stipulates and agregs that no change, extension of time, alteration or addition to tl
terms of the Contract, or 1-0 the work to be performed rhereunder or the specificatior
accompanying the same shall affecr its obligations on this bond, and it does hereby wail notice of any change, exrension of time, alteranom or addition to the fern of the contra(
or to rhe work or to the specifications.
(hereinafter designated as the "Contractor") , and WASHINGTON INTENWTV C
COmm
00 / 1 00 Dollars( $1 - 1 4,7 3 8.0 0
211615
@ 4
LE DGMENT
Stare of CALIFORNU
before me, VALERIE M. PEBRCE, NOTARY PUBLIC
STEPHEN TARZIAN
M% TLE OF OF- . tG #E DOE LWTAFIY PJWC
personally aopeared -
g personally known to rrie - OR - r? proved to me on tfie basis of satIsiacrory evi
to be the person(s) whose narne(s)
subscribed to rhe within insmment ar
knowledged to me that ne/she/they 2x1
the same in his/her/thetr authc
capac!ty(ies), and that by his/he
stgnaturefs) on the instrument the per1
or the entity upon behalf of wnic
person(s) acted, executed the instrr
NurE(S) OF -Is1
Thauqn tfie aafa beiaw is not feutiired by law, it may omve valuaole to persons rdying on U?e document and czt
lfrauaulenr reanacnment at mts rorrn.
CAPACIM CUIMEO BY SlGNEfl OESCRIPTQN OF ATTACHED OOCl
TfE OR ?YPE OF DOCUMENT
L ?AiTN€i(S) G I-IMI-
F ATTORNE'I-IN-f ACT
a (3ENE.AL
NUMBE3 CF ?AGE3
OAE OF 00CilMEM
SICNE4 IS R&=RESEEmFIG: ~a~pciwws)gRwm-ws
TARZIAN LANDSCAPE CONSTRUCTION SIGU&Fi(S) omE3 TdAN NAMW A
State oi CALIFORNIA
7-20-94 - before me, VALJCRIE M. PEARCE, NOTBRY PUBLIC
a* rE NAM€. ;rrtE OFOFW - LG. 'SW€ WE AUOTARY PUWC
personally appeared -- JEROLD D. BBLL
N&SS W BCSi
@personafly known to me - OR - E proved to me on Ute basis of satrsfactory evi
to be the person(s) whose name(s)
subscnbed to the within insnurnent ar
knowtedged to me tfiat he/she/they ~XE
the same in his/her/tbeir authc
capacrty(ies), and that by hidher
signature(s) on the instrument the per:
or the entity upon behalf of whic
person(s) acted, executed the instrt. -
S my hand and OR
- OPTIONAL
Thauqn the dam belaw IS nat mired by law. it may pme valuanle to persons relying on me dacumwn and C=L !frauaulenr reartachrnenr of thcs ium.
CAPACITY CLAIMED BY SIGNER OESCRIFTION OF ATTACHED om
E CORPORAE OmCEi
TITLE OR TYPE OF OOC'JMENT ml.Em
NUMBES OF PAGES
OAE OF OQCUMENT
SlGNER IS AEPFIE5E"G:
uu*Eop~sboR~~
SIGUEi(s) OTH63 THAN NAMa A
-
0
e
a
I
29
In the evenc chat Contractor is an individual, it is agreed that the death of my such Contractor shall not exonerate rhe Surety from its obligations under this bond.
Executed by CONTRACTOR. this 20TE Executed by SURETY this 20"H day of
I,
day of J[JLY ,1994. JULY # 1994.
CONTRACTOR: SUpEn:
TARZIAN LANDSCAPE CONSTR.UCT1 WASHINGTON INTERNATIONAL INSURANCE
(Name of Surety)
1930 "HOREAU DRIVE, SUITE 101
SCHAUMBURG, ILLINOIS 60173
F
W (Address of Surety)
STEPHEN TARZIAN
(print name here)
OWNER/TARZIAN LANDSCAPE CONSTRUCTION By:
(title and orgrinizarion of signatory)
By: (sign here) prbpd nape of Attomeyk-Fact
(attach corporate resolution showh
curgent .power of arrorney) (print name here)
I\
(title and organization of signatory) I.
(Proper norarid acknowledge of execution by CO"MCXOR:'&d SURETY must be arcached.)
president or vice-president and secretary or assisrant secretary must sign for corporations. If only on
officer signs, the corporation must attach a resolution cert5ed by the secretary or afsistsnt recrefary undt
corporate real empowering that officer to bind the corporadojr,)
R
APPROVED As TO FORM:
RONALD R. BALL
\! ) /L I J +---I 1 -J - P;
Deputy City Anoiney
2/16,'
6p
General UASHINGTON INTERNATIONAL INSURANCE CMPANY
POUER OF ATTORNEY
KNOU ALL MEN BY THESE PRESENTS: That the Uashingron International Insurance Comcany,a corporation existing under the laus of the Stare of Arizona, and having its principal office in the Village o
Illinois, does hereby consritute and appoint
a
* C7NTHIA BARNETT, TERRI J. EIJRKE, ANDREA CALABRESE, JEROLO D. HALL, JAMES F. TEGHTHEYER AND J.T. U
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety bonds and undertakings, recognizances, contracts of indmity and other writings obligatory in the n2
which are or may be allowed, required, or permitted by Law, statute, rule, regulation, contract or o
the execution of such instrunenr(s.1 in pursuance of these presents, shall be as binding upon the sa International Insurance Company as fully and amply, to all intents and purposes, as if the same I executed and acknowledged by its President at its principal office.
This Power of Attorney shall be 1,imited in amount to $2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Oirc
March 22, 1978, July 3, 1980 and October 21, 1986 uhich read, in part, as foltous: 1. The President may designate Attorneys-in-fact, and authorize them to execute on behalf of the
attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indm writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, uho are hereby
certify to copies of any pouer-of-attorney issued in pursuant to this section and/or any of the B Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke
given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secret: and Secretary, and the corporate seal of the Company, may be affixed to any Pouer of Attorney, certffi
undertaking relating thereto, by facsimile. Any such Pouer of Attorney, certificate bond or under?
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be vali
upon the company.
IN TESTIMONY UHEREOF the Uashingcon International Insurance Company has caused this inst~ument to be :
corporate seal to be-ts authorized offic _. this 26th day of July, 1993. &= *~I\O&?[ f,F ,%a 3 'tJAS4& ZNSLJRANCE COMPANY me 0)
I, Ae% a t .***8'088-* *-*e 5 14 ;*;mRWmTEI'7 =/ 4 .?
'0: & ; SEAL :-, : CJ 4
STATE OF ILLINa&,*'* ARfZOM .f,gi
Steyen 6\: Anderson, Vice Presiaent 'e a
,J li
F WSf6 .*..Le. eo. p,
COUNTY OF COO$@ a,,, J"* 3 VL A,&*#
On this 26th day of hb,*?, before me came the individual uho executed the preceding instr
personalty known, and, being by me duly suorn, said :hat he is :he therein described and authorized c
Washington International Insurance Company; that the seal affixed to said instrument is the Corporate
Company;
IN TESTIMONY UHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and yea
written. u+ ----.c--- --e--
I "OFFf CIAL SEA,Lrr
CHR.IStiNE ZARETSKY j ky, Notary Publi/c: Notary Public, Stjt, of l\/inair \ pires 0 tober 7,4996
My Cemm'uian ~~o, ~,w6~~h~~ ,J
-c&*."~.c.c* ---*- i
STATE OF ILLINOIS 1
COUNTY OF COOK 1
I, the undersigned, Secretary of UASHINGTOH INTERHATIONAL INSURANCE COMPANY, an ARIZONA Corporati
CERTIFY that the foregoing and attached PCUER OF ATTORNEY remains in full force and has not been furthermore that Article 111, Section 5 of the By-Laus of the Corporation, and the Resolution of
Directors, set forth in the Pouer of Attorney, are nou in force.
Signed and sealed in :he County of Cook. Dated ,ue'20m day,:+ JITldp "-7 T994.
cM , , ." / .///'- ' ,'.. __ 7 , :<.
Levis M. MoeLLer, Secretary 0
RO8ERT T. DRIVER CO, INC.
Jerry Hall
Your representative
(6 19) 238- 1828
1620 FIFTH AVE,, SAN DIEGO, CA 92101
Umbrella Liability
POLICY NUMBER
$ ,000 retained lii
$ each occur
$ aggregate
* * c
56-0514
In Texas the aggregate also applies to owners and contractors protective, contractual and/or completed operations
1-92 w/2a c/1200 PRINTED IN USA
I ET-
7rw C
ADOZ~IlONAL INSURED ENDORSEMENT
or organization to whom the aitoched Certificate is issued is on addrional insured. This applies only with rq
arising out of the acts or om-uions of the named inswed. It applies only to the coverages indicated c
n of coverage does not apply:
or employees. unless the agent or em1
unship in any equipment of which the additional insured is the owner,
have care, dy, or control of the v
in the Certificate. ff any court shall in1
hits of liability shall be the limits of
damage liobilii specified by any motor vehicle financid responsibility low of he state, prt
named insured resider. If here is no such law, our limit of liability shall be $5,000 on accc
by one pMon in any one Occutrence and subject to his provision respecting each person, $
niury sustained by two or more persons in ony one occurrence. Our total liabilify for all damac
e sustained by OW or more persons oc organizations as the res& of any one Occurrent
orsement docs not increase the coverage limits.
onytthlng in the @cy contrary bmfo krc is a
turOlrtONAL 1W8URED LWD.)
Fa iM( twim i
P.O. BOX 420807, SAN FRANCISCO, CA 941 42-0807
CERTIFICATE OF WORKERS' COMPENSATION INSURAN-CE
[-itti' 26, 2994 POLICY_NUMBER: 076@?05 - '
CERTIFICATE EXPIRES: 7-2-$5
1l-Y 1:iF CARL!3&4D
TTN : PfJACHASHfiSC? ErEPTI'RUTH FLETCHER
Ct75 LAS FALMAS DRIVE ARLSSAD $:A 9:213!:49-.iE:359 433 : 66ii4"TAi:T 3403. Ri
MET I G A T 1 ON LAN B!
t we have issued a valid Workers' Compensation insurance policy in a form approved by the Califor1
licy period indicated.
ject to cancellation by the Fund except upon ten days' advance written notice to the employer.
TEN days' advance notice should this policy be cancelled prior to its normal expiration.
not amend, extend or alter the coverage afforded by
or condition of any contract or other document H
or may pertain, the insurance afforded by the polic
ons of such policies. &LEY
--." LTABHLXTY LIMIT : $3 2 t:iQo 2 UiftJ PER rltGrl-l..!WREN(=E .
--
EMPLOY E R
NDSi:AF"E COMSTRUCTION 113 Bl:# 1:>48 ARLSBAEl CA 925Q.8
G~I- IF -OW'' ?REV. 10-86)
City of Carlsbad
Purchasing Department
Representation and Certification
re to be completed, signed and returned with propo
NTATIONS: Mark all applicable blanks.
represents as part of this offer that:
I am currently certified by:
Certification #:
CERTl Fl CAT10 N 0 F BUS IN ESS
REPRESENTATlON(S):
Mark all applicable blanks. This offeror reprc
part of this offer that:
This firm is , is not a
business.
This firm is , is not a
owned business.
WOMAN-OWNED BUSINESS: A WOI
business is a business of which at least 51
owned, controlled and operated by a woman
Controlled is defined as exercising the pow
policy decisions. Operation is defined (
invoked in the day-to-day management.
I Business Administration defines the socially
-Pacific Americans (i.e., U.S. Citizens whose
rom Japan, China, the Philippines, Vietnam,
a, Guam, the U.S. Trust Territories of the
rn Marianas, Laos, Cambodia and Taiwan).
as of the date submitted.
SIGNATURE
2/1t
OPTIONAL,
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
a
This Escrow Agreement is made and entered into by and between the City of Carlsb(
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaft
called "City" and who
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 agr
as follows:
1. Pursuant to Section 22300 of the Public Contract Code of the State of Califom
the contractor has the option to deposit securities With the Escrow Agent as
substitute for retention earnings required to be withheld by the City pursuant
the Construction Contract entered into between the City and Contractor for
dated (hereinafter referred to as the "Contract"). Alternatively, (
written request of the contractor, the owner shall make payments of the retentic
earnings directly to the escrow agent. When the Contractor deposits t:
securities as a substitute for Contract earnings, the Escrow Agent shall now t:
City within 10 days of the deposit. The market value of the securities at the tir
of the substitution shall be a least equal to the cash amount then required to
withheld as retention under the tern of the contract between the City a
Contractor. Securities shall be held in the name of the , and sh
designate the Contractor as the beneficial owner.
The City shall make progress payments to the Contractor for such funds whi
otherwise would be withheld from progress payments pursuant to the Contrz
provisions, provided that the Escrow Agent holds securities in the form a~
amount specified above.
When the City makes payment of retentions earned directly to the escrow age1
the escrow agent shall hold them for the benefit of the contractor until such tir
as the escrow created under this contract is terminated. The contractor m
direct the investment of the payments into securities. All terms and conditio
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.
in the amount of e
2.
3.
*-
2/16,
63
32
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
of the City. These expenses and payment terms shall be determined by the City,
Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held in
escrow and ail 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.
Contractor shall have the right to withdraw all or any part of the principal in the
Escrow Account only by written notice to Escrow Agent accompanied by written
authorization from City to the Escrow Agent that City consents to the withdrawal
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default by
the Contractor. Upon seven days' written notice to the Escrow Agent from the
City of the default, the Escrow Agent shall immediately convert the securities to
cash and shall distribute the cash as instructed by the City.
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.
The Escrow Agent shall rely on the written notifications from the City and the
contractor pursuant to Sections (4) to (6), 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.
4.
5.
6.
7.
8.
9.
....
....
....
....
....
....
....
211 6/94
@
10. The names of the persons who are authorized to give written notices or
receive written notice on behalf of the City and on behalf of Contractor
connection with the foregoing, and exemplars of their respective signatures i
as follows:
For City: Title
0
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
*
a
2/16
69
34
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.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers
on the date first set forth above.
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
2/16/94
@
rl)
@
*
RELEASE FORM
THIS FORM SHALL BE SUBMIITED AND APPROVED PRIOR TO APPROVAL
MONTHLY PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges upon payment in the full am01
specified all compensation of whatever nature due the Contractor for all labor a
materials furnished and for all work performed on the above-referenced project for 1
period specified above with the exception of contract retention amounts and disputed wc
or claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WOWCLAIMS
DESCRIPTION OF DISPUTED WOWCLAIM
The Contractor further expressly waives and releases any claim the Contractor may ha.
of whatever type or nature, for the period specified which is not shown as disput
work/claim on this form. This release and waiver has been made voluntarily by Contrac
without any fraud, duress or undue influence by any person or entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, a
work due Subcontractors for the specified period will be paid according to Public Contri
Code Section 20104.50 and Business and Professions Code Section 7108.5 and that i
parties signing below on behalf of Contractor have express authority to execute t
release.
DATED:
AMOUNT CLAIMED
JOR ESTIMATE1
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title:
By:
Title:
2/1c
69
3b
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSRUCTION
1-1 TERMS
To Section 1-1, add:
A. 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.
B. 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 City Engineer," unless stated otherwise.
C. 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.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expense,
shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specifled or required to mean that
the Contractor, at her/his expense, shall furnish and install the work, complete in place and
ready to use, including furnishing of necessary labor, materials, tools, equipment, and
transportation.
2/16/94
@
a
e
0
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the City Engineer for the City of Carlsbad or his approved representative
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who hire
directed, supervised and paid by the Contractor to accomplish the completion of WOK
Further, such employees have their employment taxes, State Disability insurance paymen1
State and Federal income taxes paid and administered, as applicable, by the Contractc
When used in Section 2-3.1 - Construction equipment that the Contractor owns or leas
and uses to accomplish the Work. Equipment that is owner operated is not part of tl
Contractofs Own Organization and will not be included for the purpose of compliance wi
section 2-3.1 of these contract documents.
SECTION 2 - SCOPE AND CONTROL OF THE WORK:
follows:
2-3.1 GENERAL, eighth paragraph
Except as specified in this section the Contractor shall perform, with its own organizatio
Contract work amounting to at least 50 percent of the Contract price. Within the meani
of this section Contract work shall include all of the elements used to complete tl
construction of discrete portions of the Work. A discrete portion of the work is a sing
bid item and all of the costs associated with the labor, equipment and materials used
construct or install the bid item. The individual components of labor, equipment
materials that are used to construct or install a bid item are not severable. For determini
the percentage of work performed the value of a bid item shall be the contract unit pri
extended by the quantity of units completed. The performance of the actual labor involvc
in the installation of or construction of an item is the principal indicator of what force tl
work is performed by. As an example, the individual costs of a material can not '
separated by the cost of the labor necessary to construct or install the material whc
computing the percentage of Contract work performed by the Contractor's own forces.
Add the following:
Mom Section 2 of SSPWC
2-3.3 SUBCONTRACTOR ITEMS OF WORK
Where a bid item or any portion of a bid item of the Work is subcontracted the amount
the subcontract shall include all labor, materials and equipment required to complete t:
subcontracted bid item or portion of the item designated. Where only a portion of a b
item is subcontracted the Bidder shall stipulate in the bid documents what portion oft:
work required to complete the bid item is to be performed by subcontract and what portic
the Bidder proposes to perform. The value of material incorporated in any subcontract1
bid item that is supplied by the Contractor shall not be included as any part of the pod(
of the Work that the Contractor is required to perform with its own forces.
2/l61
@
38
24 CONTRACTBONDS
Delete the third sentence of the first paragraph having to do with a surety being listed in
the latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performance/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 and the payment bond shall be in
the amount of 50 percent of the contract price. Both bonds shall extend in full force and
effect and be retained by the city during the course of this project until they are released
according to the provisions of this section.
The faithfui performance/warranty bond will be reduced to 25 percent of the original
amount 35 days after recordation of the Notice of Completion and will remain in full force
and effect for the one year warranty period and until all warranty repairs are completed
to the satisfaction of the city engineer.
The payment bond shall be released six months plus 35 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 instrument entitling or authorizing the person who
executed the bond to do so.
A certified copy of the certificate of authority of the insurer issued by the
insurance commissioner. 2)
If the bid is accepted, the City 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 officefs
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
To Section 2-5.1, General, add:
2/16/94
@
0
0
m
The specifications for the work include the Standard SDecScations for Public Wor
Construction, (SSPWC), 1991 Edition, and the 1992 supplement, hereinafter designatc
"SSPWC", as issued by the Southern California Chapter of the American Public Wor
Association, and as amended by the Special Provisions section of this contract.
The Construction Plans consist of fifteen (15) sheet(s) designated as City of Carlsbi
Drawing No. 283-7L. The standard drawings utilized for this project are the latest editic
of the San Dieno Area Regional Standard Drahns, hereinafter designated SDRS, as issuc
by the San Diego County Department of Public Works, together with the City of Cxlsbi
Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed wi
these documents.
2-5.3 Shop Drawings:
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacture
direction, the Contractor shall obtain and distribute the necessary copies of SUI
instruction, including two (2) copies to the City and, when the bid item that they perta
to are part of bid schedule 2, six (6) copies to CMWD.
The additional Drawings and instruction thus supplied will become a part of the Contra
Documents. The Contractor shall cany out the Work in accordance with the addition
detail Drawings and instructions.
Adding the following to Section 2-5.3;
When submitted for the Engineer's review, Shop Drawings shall bear the Contract0
certification that he has reviewed, checked and approved the Shop Drawings and that th
are in conformance with the requirements of the Contract Documents. The followiI
Contractois certification shall appear on all submittals:
"It is hereby certified that the (equipment, material) shown and marked
in this submittal is that proposed to be incorporated into this Project,
is in compliance with the Contract Documents, can be installed in the
allocated spaces, and is submitted for approval.
Certified by:
Date
II
The following procedures will apply to Shop Drawing submittals:
a. AU Shop Drawings or submittals shall be complete, certified by t:
Contractor, and shall contain all required information in detail. T'
Contractor shall make all necessary corrections to the submittals requirl
by the Engineer.
2/16
@
40
When approved by the Engineer, each copy of the submittals will be
stamped approved, signed, and dated by the Engineer.
b.
c. Three (3) sets of said approved Drawings will be retuned to the
Contractors.
The approval of the Drawings shall not be construed as a complete check,
but will indicate only that the general method of construction and detailing
is satisfactory.
Upon the Contractor's receipt of approved Shop Drawings, he shall fumish
to the Engineer instruction and maintenance manuals and parts lists of all
major equipment furnished. Data in these manuals shall cover completely
all items as specified and as supplied.
d.
e.
To Section 2-5, add:
2-5.4 Record DrawhRs:
The Contractor shall provide and keep up-to-date a complete "as-built" record set of
transparent sepias, which shall be corrected 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 City 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 upon
completion of the work.
2-6 Work to be Done:
2-6, Add the following paragraphs to Section 2-6:
Materials, supplies or equipment to be incorporated into the work shall not be purchased
by the Contractor or the Subcontractor subject to a chattel mortgage or under a conditional
sale contract or other agreement by which an interest is retained by the seller.
Whenever under this Agreement it is provided that the Contractor shall furnish materials
or manufactured articles, or shall do Work for which no detailed specifications are set
forth, the materials or manufactured articles shall be of the best grade in quality and
workmanship obtainable in the market from firms of established good reputation, or, if not
ordinarily carried in stock, shall conform to the usual standards for first class materials or
articles of the kind required, with due consideration of the use to which they are to be put.
In general, the work performed shall be in full conformity and harmony with the intent to
secure the best standard of construction and equipment of the Work as a whole or in part.
All equipment, materials, and supplies to be incorporated in the Work shall be new, unless
otherwise specified.
s
211 6194
@
a
a
a
L
4-1 MATERlALs AND WORKMANSrn
To Section 4-1.3.1, hpection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representativ
The Engineer shall have free access to any or all parts of work at any time. Contractc
shall furnish Engineer with such information as may be necessary to keep her/him ful
informed regarding progress and manner of work and character of materials. Inspectic
of work shall not relieve Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of tesh
materials and/or workmanship where the results of such tests meet or exceed tl
requirements indicated in the Standard Specifications and the Special Provisions. The co
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall 1
approved by him before the delivery is started. All materials proposed for use may 1
inspected or tested at any time during their preparation and use. If, after trial, it is four
that sources of supply which have been approved do not furnish a uniform product, or
the product from any source proves unacceptable at any time, the Contractor shall furni:
approved material from other approved sources. After improper storage, handling or a~
other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans ar
the SSPWC. Compaction tests may be made by the City and all costs for tests that me!
or exceed the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Enginee
The costs of any retests made necessary by noncompliance with the specifications shall t
borne by the Contractor.
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known record
endeavored to locate and indicate on the Plans, all utilities which exist within the limi
of the work. However, the accuracy of completeness of the utilities indicated on the Plar
is not guaranteed. The Contractor shall no@ the following agencies forty-eight (4E
hours period to construction:
2/16/!
@
LtL
Vallecitos Water District 744-0460 San Diego Gas & Electric 438-6200
Pacific Telephone 489-3441
Underground Service Alert 1-800-422-4133
Daniels Cable Vision 438-5241
Carlsbad Municipal Water District 438-3367 City of Carlsbad Inspection Department 438-3891
54 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including service
connection, desired by the Contractor for hisher own convenience shall be the Contractor's
own responsibility, and he/she shall make all arrangements regarding such work at no cost
to the City. If delays occu due to utilities relocations which were not shown on the Plans,
it will be solely the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to
relocate utilities which interfere with the construction, the Contractor, upon request to the
City, may be permitted to temporarily omit the portion of work affected by the utility. The
portion thus omitted shall be constructed by the Contractor immediately following the
relocation of the utility involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstmction meeting a
detailed critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of
construction activities, identifying work for the complete
project in addition to work requiring separate stages, as well
as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50%
and 90% completion, and any other major construction
milestones, materials and equipment manufacture and
delivery, logic ties, float dates, and duration.
211 6/94
@
a
II)
a
3. The prime contractor shall revise and resubmit for approval
the schedule as required by City when progress is not in
compliance with the original schedule. The prime
contractor shall submit revised project schedules with each
and every application for monthly progress payment
identifying changes since the previous version of the
schedule.
4. The schedule shall indicate estimated percentage of
completion for each item of work at each and every
submission.
The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at
its sole election, to withhold up to 10% of the monthly
progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by City as to completeness
and conformance with the aforementioned provisions.
5.
No changes shall be made to the construction schedule without the prior written appro\
of the Engineer. Any progress payments made after the scheduled completion date shi
not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflicti~
utilities shall be requirements prior to commencement of work by the Contractor.
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the City or Contract
to obtain necessary permits from other governmental agencies, or unreasonable del;
caused by enforcement of laws and regulations by other public agencies, including but n
limited to, enforcement of the Endangered Species Act and other similar laws.
6-6.3 PAYMENT FOR DELAYS TO CONTMCXOR
The City shall not be liable for delay caused by the enforcement of laws and regulatioi
by other public agencies, including but not limited to, enforcement of the Endanger(
Species Act and other similar laws.
6-7 TTME OF COMPLETION
The Contractor shall begin work within fifteen (15) calendar days after receipt of tl
"Notice to Proceed" and shall diligently prosecute the work to completion within forty-fiy
(45) work days after the date of the Notice to Proceed.
2/16/
@
44
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. and
4:OO p.m., from Mondays through Fridays. The contractor shall obtain the approval of the
Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of
the Engineer. This written permission must be obtained at least 48 hours prior to such
work, The Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion"
and any faulty work or materials discovered during the guarantee period shall be repaired
or replaced by the Contractor, at his expense. Twenty-five percent of the faithful
performance bond shall be retained as a warranty bond for the one year warranty period.
6-9 LIQUTDATED DAMAGES
Mow this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $450.00 per
day for each day beyond the completion date as liquidated damages for the delay. Any
progress payments made after the specified completion date shall not constitute a waiver
of this paragraph or of any damages.
7-3 LIABm INSURANCE
Add the following:
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 authorized to conduct business in the state of California and are listed
in the official publication of the Department of Insurance of the State of California.
74 WORKERS COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are 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.
I
2/16/94
@
e
e
a
7-5 PERMITS
Mow the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-w<
grading, and building permits necessary to perfom work for this contract on City proper
in streets, highways (except State highway right-of-way), railways or other rights-of-w,
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT AND SITE WAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed as directed by the Engineer even on weeker
and other non-working days.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with muf!fl
in good repair when in use on the project with special attention to City Noise Cont
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVEMENCE AND SAFETY
Add to the first paragraph of 7-10.3, Street Closures, Detours, Barricades.
The Contractor shall conduct a prephase site construction meeting with the Engineer. 1
prephase site construction meeting shall be set up to the satisfaction and subject to 1
approval of the Engineer and conducted by the Contractor prior to the beginning of w(
on each major work phase. These meetings are intended to help improve the quality
comtruction, personnel safety on the project site, and safety of the traveling public. Thc
meetings shall include all subcontractors connected with the particular phase.
At each meeting, the Contractor shall indicate its current schedule for the phase, disci
maintenance of traffic, traffic control, project site personnel safety, compliance with 1
plans and specifications including quality construction, and all other pertinent subjec
The number of prephase site construction meetings will be determined that preconstruch
conference. No additional payment will be made for these meetings.
7-10.3.1 Construction Area Sims
Construction area signs shall be furnished, installed, maintained, and removed when
longer required.
2/1c
@
46
All excavation required to install construction area signs shall be performed by hand
methods without the use of power equipment. Care shall be used in performing excavation
for signs in order to protect underground facilities.
7-10.3.2 Maintaininn Traffic
Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety". Nothing
in these special provisions shall be construed as relieving the Contractor from his
responsibility as provided in said Section 7-10.
If illuminated traffic cones rather than post-type delineators, are used during the hours of
darkness they shall be affixed or covered with reflective cone sleeves as specified in
Caltrans Standard Specifications, except the sleeve shall be 7 inches long.
Lane closures shall conform to the provisions in Section 7-10.3.3 entitled 'Traffic Control
System for Lane Closure." The Contractor shall keep open two lanes of traffic and limit
closure to the Number 3 lane. Lane closure hours shall be limited to 8:30 a.m. to
4:OO p.m.
In addition to the provisions set forth in "Public Safety", elsewhere in these special
provisions, whenever work to be performed (except the work of installing, maintaining,
and removing traffic control devices) requires the Contractois personnel to work within
6 feet of the adjacent traffic lane, or to operate equipment within 2 feet of the adjacent
traffic lane, the adjacent traffic lane shall be closed.
Personal vehicles of the Contractor's employee shall not be parked on the traveled way,
includihg any section closed to public traffic.
Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane,
the shoulder area shall be closed with fluorescent traffic cones or portable delineators
placed on a taper in advance of the parked vehicles or equipment and along the edge of
the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or
piece of equipment. A minimum of 9 cones or portable delineators shall be used for the
taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted
on a telescoping flag tree with flags. The flag tree shall be placed where directed by the
Engineer.
All construction traffic control devices shall be maintained in good order and according to
the plan throughout the duration of work.
Traffic control shall be considered as an incidental to the work being performed. The cost
of traffic control shall be included in the appropriate bid item(s) associated within. No
additional payment for traffic control will be made.
2/16/94
@
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safery of employees on the wc
and shall comply with all applicable provisions of Federal, State and Municipal safety la
and building codes to prevent accidents or injury to persons on, about, or adjacent to t
premises where the work is being performed. He/she shall erect and properly maintain
all time, as required by the conditions and progress of the work, all necessary safegua
for the protection of workers and public, and shall use danger signs warning agai
hazards created by such features of construction as protruding nails, hoists, well holes, a
falling materials.
e
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation a
Grading.
8 FACXITES FOR AGENCY PERSONNEL
Delete this section.
0
0
2/16
BP
48
II. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSI1IUCITON
FOR CONSIRUCTION MAll3UU.S
212-1 LANDSCAPE AND IRRIGATION MATE3UAIS
212-1.2.2 - Delete this section.
Modify sections as follows:
212.1.2.3 Commercial Fertilizer - Commercial fertilizer for erosion control work shall be
in pelleted or granular form and shall have a minimum guaranteed chemical analysis of
12% nitrogen, 12% phosphoric acid and 12% potash.
Commercial fertilizer for highway planting work shall be of pelleted, granular, or tablet
form and shall have a minimum of 12% nitrogen, 8% phosphoric acid, 8% potash with
20% humus, 4% humic acid, 3.5% sulphur and 2% iron.
212-1.2.5 - Delete this section.
Add the following sections:
212-1.2.6 Plantina Pits - Planting pits shall include 7 gram (12-8-8) planting tablets as
follows:
4" Pot/Liner - 1 Tab/Plant
1 Gallon Shrub - 3 Tabs/Plant
5 Gallon Shrub - 8 Tabs/Plant
15 Gallon Tree - 15 Tabs/Plant
212-1.2.7 Iron Sulfate - Iron sulfate shall be ferrous sulfate in pelleted or granular form
containing not less than 18.5 percent iron expressed as metallic iron. Iron sulfate shall
conform to the requirements of the California Food and Agricultural Code.
212-1.2.8 Fiber - Unless otherwise specified, fiber shall be produced from non-recycled
wood, such as wood chips or similar wood materials, and shall not be produced from
sawdust or from paper, cardboard, or other such materials. Fiber shall be of such character
that the fiber will disperse into a uniform slurry when mixed with water. Water content
of the fiber before mixing into a slunry shall not exceed 15 percent of the dry weight of the
fiber. The percentage of water in the fiber shall be detemined by California Test 226.
Commercially packaged fiber shall have the moisture content of the fiber marked on the
package Fiber shall be colored to contrast with the area on which the fiber is to be
applied, shall be non-toxic to plant or animal life and shall not stain concrete or painted
surfaces.
2/16/94
64
0
e
e
4
212-1.2.9 Herbicides and Pesticides:
Shall be used in their appropriate applications with strict adherence to manufacturer
specifications and instructions. Post emergent herbicide for all areas shall be Roundu
Diquat, Montar, or approved equal. Pre-emergent herbicide for shrubs and ground cov(
areas (planted from flats), shall be Treflan, Surflan, Eptan, or approved equal.
Modify the following section:
212-1.3 Seed
Seeds shall be fresh, clean, new crop seed mechanically pre-mixed to specified proportion
Seed shall be delivered to the site in original unopened containers bearing the dealer
guaranteed analysis and germination percentage, and a certificate or stamp or release 1
a County agriculture commissioner. Any seed tagged "warning, hold for inspection" shz
be rejected.
The percentage of seed germination shall include the germination percentage of any ha
seed.
If seed conforming to the specified purity of germination is not readily available, seed wii
less than the specified purity or germination may be used under the following condition
The application rate for such seed shall be increased to compensate for the le, 1-
than specified purity or germination.
Prior to using such seed, the Contractor shall submit to the Engineer the purii
and germination percentages and the proposed increased application rate for suc
seed.
No such seed shall be used before the Engineer has approved, in writing, the ut
of such seed and the increased application rate.
The additional seed required because of the increased application rate shall t
furnished and applied at the Contractor's expense.
2.
3.
4.
Seed specified without a purity or germination requirement shall be labeled to include tl
name, date (month and year) collected, and the name and address of the seed supplie
Said seed, at the time of sowing, shall be from the previous or current year's harvest.
All shipments of seed not accompanied by a valid California Nursery Stock Certificate shz
be reported to the County Agricultural Commissioner at the point of destination fc
inspection and shall be held until released by the Commissioner.
Seed treated with mercury compounds shall not be used.
21161
63
50
All legume seed shall be pellet-inoculated with a viable bacteria compatible for use with
that species of seed. All inoculated seed shall be labeled to show the weight of seed, the
date of inoculation, and the weight and source of inoculant materials.
Legume seed shall be pellet-inoculated as provided in Bulletin AXT-280, "Pellet Inoculation
of Legume Seed," of the University of California, Agricultural Extension Service, except the
inoculant shall be added at the rate of five times the amount recommended on the
inoculant package.
Add the following section:
212-1.3.1 Hvdroseed Mix
Each area to receive hydroseed mix shall have Type I mulch applied at the rate of no less
than 2,000 lbs. per acre.
The soil will be conditioned so that it is suitable for planting by:
1. Adjusting the surface soil moisture to provide a damp, but not saturated, seed
bed.
The addition of soil amendments, pH adjustment, leaching, or covering saline
soils to provided viable conditions for growth.
2.
Hydroseeding mix shall consist of all of the following:
SOUTH SIDE OF PALOMAR AIRPORT ROAD
Baccharis Glutinosa
The south side areas to be hydroseeded shall be prepared prior to hydroseeding by raking
the soil where sufficiently friable and ripping where necessary, removing all rocks larger
than 3/4" in diameter.
2/16/94 m
72-55
TOTAL LBS/AC >
52
All plants furnished by the Contractor shall be true to type or name as shown on the plans
and shall be tagged identifying the plants by species or variety; however, determination of
plant species or variety will be made by the Engineer, and his decision shall be final.
Plants shall be individually tagged in groups by species or variety.
All plants shall comply with Federal and State laws requiring inspection for plant diseases
and infestations. Inspection certificates required by law shall accompany each shipment
of plants and certificates shall be delivered to the Engineer.
The Contractor shall obtain clearance from the County Agricultural Commissioner, as
required by law, before planting plants delivered from outside San Diego County. Evidence
that such clearance has been obtained shall be filed with the Engineer.
The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy,
well-proportioned plants are the intent of this specification. Plants which are even
moderately "overgrown", or are showing signs of decline or lack of vigor are subject to
rejection. The size of the plants will correspond with that normally expected for species
and variety of commercially available nursery stock, or as specified in the special conditions
or drawings. Plants larger in size than specified may be used with the approval of the
Engineer, but the use of larger plants will make no change in contract price. If the use of
larger plants is approved, the ball of earth and spread of roots for each plant shall be
increased proportionately. All plants not conforming to the requirements herein specified
shall be considered defective and such plants, whether in place or not, shall be marked as
rejected and immediately removed from the site and replaced with new plants by the
Contractor at the Contractox's expense. The Engineer reserves the right to change the
species, variety, and/or sizes of plant material to be furnished, provided that the cost of
such plant changes do not exceed the cost of plants in the original bid, and with the
provision that the contractor shall be notified in writing, at least sixty (60) days before the
planting operation has commenced.
Add the following section:
212-1.4.7 Water - Water shall be potable and of such quality that it will promote
germination of seeds and growth of plants.
212-1.5.1 - Delete this section.
212-1.5.2 - Delete this section.
212-1.5.3 - Delete this section.
2/16/94
@
Add the following:
212-1.6 Erosion Control Mathnq
Erosion control matting shall be made of 100% biodegradable, weed free, wheat straw
thickness and density yielding 0.50 lb./sq. yd. with photodegradable polypropylene matt with a density of 1.64 lb./1,000 sq. ft. having an approximate mesh interval of 1/2" x 1,
on each face of the straw mat. The straw mat shall be sewn together with unidirectio
lines of cotton or polypropylene thread spaced approximately two inches apart. &os
control matting shall be "North American Green, DS1 SO", "BonTen-a S2" or approved eqi
212-1.7 Erosion Control Map Staples
Erosion control map staples shall be one inch by six inches U-shaped 11 gauge mild st
staples.
m
0
0
2llE
@
dT
111. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTTON FOR CON!?IRUCIION METHODS
3004 UNCLASSIFIED FlLL
300-4.8
Add the following:
The equipment used that will produce the results meeting all the requirements herein, shall
be approved by the Engineer prior to use.
308 LANDSCAPE AND IRRIGATION INSTAUATION
Add the following:
308-1 GENERAL
308-1.2 Herbicides - Unless prohibited by the County Agricdturd Commissioner,
herbicides may be used for removal of noxious weeds prior to installation of highway
planting work. If the Contractor elects to use herbicides, such usage shall conform to the
requirements of the California Food and Agricultural Code and these specifications.
The herbicides used to control weeds shall be limited to those specified.
Weed oil and granular or pelleted forms of herbicides shall not be used.
The Contractor shall obtain recommendations for the use of all herbicides from the licensed
Pest Control Adviser in accordance with the requirements of the California Food and
Agricultural Code. At least 15 days prior to using any herbicides, a copy of such
recommendations shall be submitted to the Engineer for approval. The recommendations
shall include, but not be limited to, the herbicides to be used, rates of application, methods
of application, and areas to which herbicides are to be applied.
Before using any herbicides, the Contractor shall obtain the Engineer's written approval of
the Pest Control Adviser's recommendations.
When used, herbicides shall be used in accordance with the approved Pest Control Adviseis
recommendations.
The Contractor shall notify the Engineer at least 24 hours prior to each application of
herbicide and shall indicate the hours of application.
2/16194 @
@
0
1)
Herbicides shall be mixed in accordance with the instructions provided on the applica
registered label. Prior to mixing any herbicide, a copy of the registered label for
herbicide to be mixed shall be given to the Engineer, or when such copy is unavailable,
Engineer shall be permitted to read the label on the container.
Herbicides for weed control shall be applied with a photo-sensitive dye which will prodi
a contrasting color when sprayed upon the ground. The color shall disappear betweei
and 3 days after being applied. The dye shall not stain any surfaces nor injure plant
animal life, when applied at the manufactureJs recommended application rate.
Herbicides shall not be applied when weather conditions, including wind conditions, I
unsuitable for such work.
Any new or existing plants and soil which, in the opinion of the Engineer, Rave bf
damaged by the application of herbicides shall be replaced by the Contractor at
expens e.
At the end of each work week, a written report of that week's applications of all herbici
shall be submitted to the Engineer.
308-2 EARTHWORK AND TOPSOIL PLACEMENT
308-2.2 TRENCH EXCAVATION AND BACKmLL
ADD: No rocks, clods, or debris over 1/2" shall be permitted in the backfill.
308-2.3 TOPSOIL, PREPARATION AND CONDITIONING
308-2.3.1 DELETE first paragraph and ADD: Topsoil shall be existing onsite topsoil.
308-2.3.2 ADD:
a. The following soil amendments shall be evenly spread on topsoil after the top5
is scarified to a depth of six inches (6").
Gypsum
Water-In
200 lbs. per 1,000 sq. ft.
1 qt. or equal per 1,000 sq. ft.
Naiad 1 oz. { either or equal
Cultivation. The entire planted areas except slopes steeper than 3-1/2:1 shall be plow
disked in two directions to a depth of 12", then dragged with a fine tooth harrow.
Chemical and physical correction. After cultivation, the following correctives shall
intimately blended 6" deep in all planted areas.
2m
@
r/v
300 lbs. agricultural gypsum per 1,000 sq. ft.
10 Ibs. iron sulfate per 1,000 sq. ft.
100 lbs. calcium carbonate lime (CAC03) per 1,000 sq. ft.
5 cu. yds. soil amendment - Type A.
Rate of application is for bidding purposes only - soil test may reduce or increase total soil
amendment yardage. Adjustments (plus or minus) may be necessary. Contractor shall
obtain at least two soil tests of final grade at site and submit results to engineer for
interpretation and recommendation.
308-2.3.3 Deep Water Leaching
a. After complete installation and testing of the irrigation system, all areas shall be
deep water leached and compacted and settled by continuous application of
irrigation water until the soil has received a minimum of six inches of water.
After leaching operation, three soil samples shall be taken by Contractor and
provided to the Engineer. Soil test shall meet the following requirements:
b.
EC - M&u~ 4.0 X 10.3
pHe - Maximum 7.5
Re-application of soil amendment and leaching operation shall be repeated by
Contractor if tests show a negative result. Expense of test, re-application of a soil
amendment and leaching operation shall be borne by Contractor.
c.
308-3 - Delete this section.
3084 PLANTING
308-4.2 Protection and StoraEe - Add following:
Where shrubs are shown on the plans to be planted in groups, the outer rows shall be
parallel to the nearest roadway or right-of-way fence. Shrubs in adjacent rows shall be
staggered. Adjustment in the number or alignment of plants shall be made between the
outer rows.
308-4.4 - Delete this section.
2/16/94
@
a
*
0
3084.5 TREE AND SHRUB PLANTING
ADD:
All planting backfill shall consist of the following:
Existing site soil 75%
Gypsum
Naiad
Water-In
PLANTING TABLETS - Planting Tablets shall be placed in each tree and sh
planting hole at the following rates:
1.
2.
3.
4.
10 lbs. per cu. yd.
1 oz. per cu. yd.
1 qt. per cu. yd. { either or equal
1-5 gram tablet per liner or rootstock
1-21 gram tablet per 1 gal. container
2-21 gram tablets per 5 gal. container
4-21 gram tablets per 15 gal. container
Delete 3084.6
3084.8.2(b), ADD:
In addition to applicable provisions contained in the Standard Specifications for Pub
Works Construction, hydroseeding shall conform to the following requirements:
Hydroseed Application:
1. Apply the hydroseed in the form of a sluny consisting of organic s
amendments, commercial fertilizer, and any other chemicals that are called o
When hydraulically sprayed onto the soil, the mulch shall form a blotter4
material. Direct the spray operation so that the slurry spray will also penetr:
the soil surface and mix the slurry components into the soil.
Do not leave the hydroseed slurry components in the hydroseeding machine 1
more than two (2) hours. If slurry components are left for more than two hoi
in the machine, add 50% more of the originally specified seed mix to any slu
mixture which has not been applied. All mixtures more than four (4) hours o
must be disposed, offsite, at the contractois expense.
Spray the area with a uniform visible coat in accordance with Section 3C
4.8.2(b). The slurry shall be applied in a downward drilling motion via a f
stream nozzle. It is important to ensure that all of the slurry components en1
and mix uniformly with the soil. .
Hydroseed will be applied to achieve 100% coverage of all areas. Additional f
or partial applications will be required as determined by the Engineer to ass1
100% coverage and 95% germination.
2.
3.
4.
2/16
@
30
Hydroseed Establishment Period
1. Upon completion of hydroseeding operations, water all hydroseeded areas for a
period of ninety (90) calendar days as follows:
a. Germination stage irrigation: Approximately 25 hours after hydroseeding
the planting areas, initiate the watering sequence. Water long enough to
moisten the soil thoroughly to the depth of the slurry mulch taking care not
to super saturate or wash away the slurry and seed. Perform fi-equent, light
irrigation until seed has germinated. Repair all seed washings and erosion.
b. Establishment stage irrigation: After germination, reduce the irrigation
frequency while increasing the duration of each watering. The specific
water program shall be approved by the Engineer, but should approximate
watering once a day for ninety (90) days.
2. keas of poor germination will be re-hydroseeded until such time as uniform
coverage has been attained.
All planting and hydroseeded areas which are damaged by construction or maintenance
shall be repaired by the Contractor within ten (10) days following completion of
construction in such areas, unless otherwise approved. Repair shall consist of bringing the
damaged area back to final grade, replanting the area with the same vegetation as
originally specified, and maintaining the area to achieve acceptable plant establishment.
308-4.8.3 - Delete this section.
308-4.8.4 - Delete this section.
3084.9 Erosion Control Pkmting
308-4.9.1 General - Add the following:
Control all weeds as follows: Prior to any seeding, irrigate all planting areas for
approximately two weeks to encourage weed seed germination. Allow weeds to grow until
they reach a maximum height of two or three inches and then thoroughly spray with either
"Round Up Weed-B-Gone", or equal, for perennial weeds or 'Weed Boomer", "Phytar" or
equal, for annual weeds. Remove all weeds prior to seeding. Do not use any pre-emergent
herbicides.
Chemical correctives as specified in addenda to Section 308-2.3.2 shall be applied to all
slope areas steeper than 3-1/21 at half the rate mentioned, and cultivated by hand rake
into the soil.
Slope areas will then be leached as mentioned in addenda to Section 308-2.3.2. Then
allow planting area soil surface to dry out slightly prior to the hydroseeding application.
Slopes to be irrigated per Section 308-4.1.
211 6/94
@
@
@
4B
Preparation, application and maintenance of hydroseeding shall meet the followi
requirements as well as those shown on the plans.
The slurry shall be prepared at the site and its components shall be mixed to supply
rates as shown on plans. Hydraulic equipment used for the application of fertilizer, set
additives and slurry shall have a minimum capacity of 1,000 gallons and shall be mount
on a traveling unit which will place the sluny tank and spray nozzles within sufficic
proximity to the areas to be sprayed so as to provide distribution without waste. 7
operator shall spray the area with a uniform visible coat using the color of the cellulc
fiber as a visual guide. The slurry shall be applied in a downward drilling motion via a i
stream nozzle. The spray operation must be so directed that the sluny spray will a
penetrate the soil surface to drill and mix the slurry components into the soil, thus ensurj
maximum impregnation and coverage. The hydroseeding will be applied in P
applications. The first application will consist of the appropriate seed mix and fertili:
and 1,000 lbs. per acre of mulch fiber. The second application will include soil stabili:
and 1,000 lbs. per acre of mulch fiber. The hydromulching slurry components shall x
be left in the hydromulch machine for more than two hours. If slurry components are 1
for more than two hours in the machine, the Contractor shall add 50% more of t
originally specified seed mix to any slurry mix which has not been applied within the tv
hours after mixing. The Contractor shall add 75% more of the original seed mix to a
slurry mixture which has not been applied eight hours after mixing. Any mixture I
applied after eight hours shall be rejected and disposed of off-site at Contractois expen
Special care is to be exercised by the Contractor to prevent the slurry from being spraj
onto any adjacent property, or onto drainage ditches and channels. Any slurry spraj
onto these areas shall be cleaned off by the Contractor. Noxious weed growth appearj
in the seed mix planting areas during the maintenance period which is detrimental to 1
hydroseed germination and growth, shall be removed manually. Weeding will not
required after 180 days unless specified by the Engineer.
308-4.9.1.2 Preparation - Preparation shall include all the work required to make re2
the areas for erosion control materials in accordance with Subsection 308.2.3.
Loose rocks larger than 2-1/2 inches in maximum dimension and debris brought to 1
surface of the ground during cultivation shall be removed and disposed of. Removing a
disposing of rocks and debris from embankments constructed as part of the work will
considered as included in the contract price. No additional compensation will be allo~
therefor.
308-4.9.2 - Delete this section.
308-4.9.3 - Delete this section.
308-4.9.4 - Delete this section.
2/1[
@
vu
308-4.9.5 Watering - Add:
All trees, shrubs, and vines shall be watered immediately after planting. Water shall be
applied until the backfill soil around and below the roots or ball of earth around the roots
of each plant is thoroughly saturated. Where watering is done with a hose, a metal or
plastic pressure reducing device approved by the Engineer shall be used. Under no
circumstances shall the full force of the water from the open end of a hose be allowed to
fall within the basin around any plant.
Hydroseed areas shall be watered several times daily to keep seed and soil adequately moist
to foster seed germination. 'Length of time of water application shall be adjusted as to
avoid excessive run-off or erosion.
After the first watering, water shall be applied to all plants as often, and in sufficient
amount as conditions may require to keep the soil and plant roots moist during the life of
the contract.
Precautions shall be taken to prevent water from wetting vehicles, pedestrians, and
pavement. Any erosion or slippage of the soil caused by watering shall be repaired by the
Contractor at his expense.
308-4.10 Erosion Control Mattinn installation
308-4.10.1 General
Before installation of erosion control matting, all soil preparation, fine grading, and
hydroseeding of the areas to receive erosion control matting shall be completed.
3084.1 0.2 Coordination With Hydroseeding
Erosion control matting shall be installed immediately after the first application of
hydroseed materials. In all cases the erosion control matting shall be placed within three
days of the first hydroseed material application. Should any seed in the hydroseed
materials begin to germinate within the three day period after application or before the
installation of the erosion control matting, the installation of the erosion control matting
shall be considered as late and the contractor shall disc the hydroseed materials into the
top four inches of the underlying soil, condition the soil for hydroseeding and apply
hydroseeding materials at the rates and of the type specified. No additional payment will
be made for second or subsequent hydroseed applications resulting from late installation
of erosion control matting.
2/16/94
@
308-4.1 0.3 Installahon
Erosion control matting shall be installed using the following techniques:
1. Begin at the top of the slope by placing the erosion control matting into a
inch wide by six inch deep trench with the end of the matting laid flat in
bottom of the trench and anchoring the end of the erosion control matting v
erosion control mat staples spaced no more than twelve inches on centers pla
at the intersection of the bottom and the downhill vertical face of the trenc
Roll the erosion control matting down the slope.
Staple the erosion control matting on an alternating grid consisting of tl
across and two across line of staples in horizontal lines spaced three feet
centers. Erosion control mat so stapled shall be spaced such that no less t
one and one-half staples per square yard are provided to anchor the ero:
control matting.
Start the adjacent erosion control mat as in item number 1 of this secti
overlapping the previously placed mat by no less than two inches. Star
placement may be such as to use the staples used to secure the adjacent ma1
secure both mats along their edges.
When erosion control matting is spliced going down slope, the ends shall
lapped no less than six inches shingle fashion. The spliced ends shall
anchored with erosion control mat staples spaced no more than twelve inches
centers.
The edges of erosion control matting consisting of the bottom ends and edge:
overall areas shall be stapled 18 inches on centers.
*
2.
3.
4.
5.
0
6.
308-5 IRRIGATION SYmM INSTALLATION
Add the following sections:
308-5.1.2 Maintain Existinn Water Supply - The Contractor shall notify the Engineel
least 4 days prior to shutting off the water supply to any portion of an existing inigat
system. The Engineer shall also be notified when the water supply is returned to s
portion of the irrigation system.
Water supply for maintaining existing plantings shall be maintained as specified her
until the permanent water supply or a temporary water supply system, approved by
Engineer, has been provided.
a
2/11
@
"Y
If the work causes a continuous intemption of water supply for more than 3 consecutive
days, the Contractor shall water at his expense all existing plantings, including those being
maintained by landscape maintenance forces, in the area irrigated from that water supply
as often as necessary to maintain healthy plant growth. At the option of the Contractor,
temporary connections to the existing irrigation system may be provided until the water
service has been restored to the irrigation system.
Where work is performed on an existing irrigation system, the system shall be checked by
the Contractor and the Engineer for proper operation after the work is completed and any
malfunctions resulting from the Contractor's operations shall be corrected at the
ContractoJs expense.
308-5.1.3 Remove Existinn Plants for Trenching - Where new irrigation pipes or control
and neutral conductors are installed by trenching methods in existing ground cover, the
ground cover shall be removed. The width of removal shall be sufficient to properly install
such facilities, but in no case shall the removal width exceed 5 feet. Removed ground
cover shall be disposed of and replaced in-kind at Contractor's expense.
Ground cover removed or rototilled within the maximum 5-foot wide removal area shall
be replaced with new plants of the same variety as the existing ground cover.
Planting of plants shall conform to the provisions in Section 308-4, "Planting".
Where trenching is performed in areas planted with existing trees or shrubs, the trenching
alignment shall be adjusted as necessary to avoid damage to the existing trees or shrubs.
308-5.2 Lrxination Pipeline Instdation
Modify Section 308-5.2.1 as follows:
308-5.2.1 General - All underground metallic pipes, valves or fittings made of dissimilar
metals shall be connected through a dielectric coupling or bushing. Pipe installed in this
manner shall be physically separated from other metal objects. Dielectric couplings shall
physically separate the pipes a minimum of 1/8 inch in all directions. Non-conducting
spaces which will insure physical separation of pipe from foreign objects may be required
as determined by rhe Engineer.
The risers for sprinklers on slopes shall be set approximately perpendicular to the plane of
the slope.
If the location of a supply line interferes with the drilling of the plant holes, the plant holes
shall be so located as to clear the supply lines. Supply lines shall not be installed through
plant holes unless otherwise shown on the plans.
Valves and sprinklers shall be installed 7 feet from curbs, dikes, sidewalks and paved
shoulders and 3 feet from fences and walls unless otherwise shown on the plans or as
directed by the Engineer.
2/16/94
@
0
0
0
All electrical equipment, wiring, and methods are to conform to the 1990 Edition of I
National Electrical Code.
Foreign material shall be prevented from entering the irrigation system during installatic
Immediately prior to assembling, all pipes, valves, and fittings shall be cleaned.
unattached ends of pipe, fittings, and valves shall be thoroughly flushed out prior
attachment of sprinklers, emitters, and other tenninal fittings.
Add the following sections:
308-5.2.1.1 Conduit for Water Line Crossovers and Sprinkler Control Crossovers - T
installation of sleeves for water line crossovers and sprinkler control crossovers sh
conform to the provisions in this Section.
Conduit shall be installed not less than 1.5 feet below the curb grade in sidewalk areas a
not less than 3.5 feet below the finished grade in all other areas. Conduits shall exte
2 feet beyond all paving unless otherwise shown on the plans.
Conduit shall be installed under existing pavement by jacking or drilling methoc
Pavement shall not be disturbed without the written approval of the Engineer, and th
only in the event obstructions are encountered. When permitted by the Engineer, sm
holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling p
shall be kept at least 2 feet from pavement edge wherever possible. Excessive use of wa
that will soften subgrade or undermine the pavement will not be permitted.
The conduit shall be laid in the trench to the lines and grades established by the Engine
The bottom of the trench shall be graded and prepared to provide a firm and Unifoi
bearing throughout the entire length of the conduit. During backfilling operations, t
conduit shall be rigidly supported so that no movement of, or damage to, the conduit
joints will result.
After installation of conduits and placing of base and surfacing is completed, the Contraci
shall demonstrate that all conduits are free of obstructions and restrictions.
Exploratory holes for locating existing conduits shall be excavated at the locations indicat
by existing markers or where directed by the Engineer and be at the Contractois expem
The Contractor shall excavate and backfill exploratory holes at any location to a maximt
size of 2-1/2 feet in width, 5 feet in depth, and 10 feet parallel to the roadway (5 feet
each side of the marker or directed location). If it is necessary or advisable, as determin
by the Engineer, to increase the size of the exploratory holes beyond the dimensi
specified above, such additional excavation and backfill will be paid for as extra work.
308-5.2.1.2 Water Line Crossovers - Water line crossovers shall be any supply line pi
that is installed in a conduit under a roadway or other facility.
The work of installing water line crossovers shall include furnishing and installi
appurtenances shown on the plans or specified in these specifications.
2/16
@
04
Water line crossovers shall be polyvinyl chloride (PVC) plastic pipe of Schedule 40 and two
times the diameter of irrigation pipe as shown on the plans.
After completing conduit backfill and prior to performing the pressure test on a water line
crossover, the Contractor shall demonstrate that the water line crossover can be moved
longitudinally within the conduit. The water line crossover shall then be positioned to
extend at least one foot beyond each end of the sleeve.
Where water line crossovers are not to be connected to other supply lines, the ends of such
crossovers shall be capped immediately after testing.
308-5.2.2 - Delete this section.
308-5.3 LnstaUaPion of Valves and Valve Boxes
Mod@ section as follows:
Spring action check valves (anti-drain valves) shall be installed at the locations shown, on
the plans. The check valve spring shall be factory set at 5 pounds per square inch.
Valve boxes with extensions, if required, shall be provided for housing control valves.
The tops of valve boxes installed in walkway and paved areas shall be flush with the
surrounding grade. The tops of valve boxes in other areas shall be installed 2 inches above
the surrounding grade.
308-5.4 Sprinkler Head Installation and Adjustment
Add:
308-5.4.5 Drip Emitters - All drip emitters shall be set perpendicular to finish grade of the
area to be irrigated.
Drip emitters shall have 12 outlet ports; operate at 5-60 psi; emit 1 (one) gallon per hour,
and be self-cleaning.
The drip irrigation system shall be installed and maintained free from particulate
contamination.
After installation of drip emitters and bubblers, a second flush is required before capping
and pressurizing PVC line.
The irrigation contractor shall check all heads. Throttle the flow control (if necessary) at
each valve to obtain the optimum operating pressure for each system.
2/16/94 @
e
0
0
308-5.5 AUTOMATIC CONTROL SYSTEM INSTALLATION
CHANGE: Third Paragraph - When the valve is to be housed in a concrete box - To: M
the valve is to be housed in a plastic box.
Add the following sections:
308-5.5.1 Wiring Plans and Diagams - Within thirty (30) working days after
Contractor has received notice of approval of the contract and prior to the installatio
any electrical materials for an irrigation system (except service), the Contractor :
submit working drawings to the City Engineer. The working drawings shall consi:
wiring plans which shall be reproducible, shall conform in scale to the contract plan
irrigation, and shall bear the written approval of the controller manufacturer or
authorized agent. Information shown on the Wiring plans shall include, but not be lim
to, wire size, conduit, and the wire routes between electrical components.
Three (3) copies of the schematic wiring diagram, including any wiring modifications,
each type of controller installed shall be submitted to the Engineer prior to completio
the contract.
For each controller, one (1) additional copy of the schematic Wiring diagram and a c
of the reduced irrigation plan showing the equipment controlled by the contro
including the installed locations and current station numbers for each electric ren
control valve shall be laminated with clear, mat-finished plastic not less than 10 mils tk
and placed in a heavy-duty plastic envelope. The envelope shall be attached secure1
the inside of the controller enclosure or cabinet door.
308-5.5.2 Sprinkler Control Crossovers - Sprinkler control crossovers shall be any electr
conduit for sprinkler controls that is installed inside a larger conduit under a roadwaj
other facility.
The work of installing sprinkler control crossovers shall include furnishing and install
pull wires or ropes, pull boxes and other appurtenances shown on the plans or spec?
in these specifications.
Electrical conduit for sprinkler control crossovers shall be rigid non-metallic conduit of
sizes shown on the plans or specified. Where no conductors are to be installed in
electrical conduit, pull wire or pull rope shall be installed in the electrical conduit.
A number 3 concrete pull box shall be installed at each end of each sprinkler coni
crossover.
308-5.5.3 Excavation and Backfill - Excavation and backfill for installing irrigat
electrical facilities shall conform to the provisions specified for installing pipe in Sect
308-2.2, 'Trench Excavation and Backfill".
308-5.5.4 Valves and Valve Boxes - The installation of electric valves and valve boxes
such valves shall conform to the provisions in Section 308-5.3, 'Valve and Valve Boxt
2/11
@
308-5.5.5 Conductors - Conductors shall be color-coded when the location of controllers
are grouped or placed within one enclosure, or conductors from the controllers are installed
in a common trench. The color of the conductors from any one controller shall be uniform
to its valves. All neutral conductors shall be white. White shall not be used for control
conductors. Conductors with green colored insulation shall not be used.
Conductors shall be of the size recommended by the manufacturer of the controllers to be
installed.
Each controller shall have a common neutral conductor of its respective valves.
Each remote control valve shall have a separate control conductor with no other valves
connected to the conductor.
At least 2 feet of slack shall be left for each conductor that is connected to other facilities
within the box or is spliced within the box.
Conductors shall be wrapped together with electrical tape at 5-foot intervals.
Except as otherwise provided in this paragraph, conductors shall be buried directly in the
ground. Where conductors are surface mounted, or where conductors pass under paved
areas, through pipe conduit, or through concrete, the conductors shall be installed in
electrical conduit. Electrical conduit shall be rigid non-metallic conduit, except
surface-mounted conduit and conduit installed through concrete or installed by jacking or
drilling shall be rigid metallic.
Where conductors are installed in the same trench or opening as the pipe, the conductors
shall be placed at the same depth as the pipe. At other locations, the conductors shall be
installed not less than 18 inches below the ground surface.
The Contractor, at his option, may install conductors for an higation system by methods
and with equipment other than by trenching, provided the conductors are installed at the
depths specified and the conductor insulation is not damaged by the methods and
equipment used.
Pull boxes shall be installed at the following locations:
1.
2.
At all conductor splices, except splices made in valve boxes.
At intervals not to exceed 500 feet along any low voltage, neutral and control
conductor rum. Valve boxes installed along a conductor nm shall not be
considered as pull boxes in determining the spacing.
Within 5 feet of a controller or within 5 feet of a cabinet housing more than one
controller for the low voltage, neutral and control conductors connecting to the
controllers.
3.
2/16/94
64
a
8
m
4.
5.
The tops of pull boxes installed in walkway and paved areas shall be flush with
surrounding grade. The tops of pull boxes in other areas shall be installed 2 inches at
the surrounding grade.
Splices shall be made only in pull boxes or valve boxes. Splices shall be made as follc
The ends of the wires shall be joined together with an insulated spring-type come
without soldering. No exposed bare wire shall extend beyond the connector.
The splice insulation material shall be a 2-component, self-curing, epoxy resin furnis
in a double compartment, transparent plastic envelope. The splice insulation shall be m
by thoroughly mixing the 2 components in the envelope and, after cutting open one e
of the envelope, inserting the wire connection into the epoxy resin and then taping s
the open end of the envelope. Other methods may be used to furnish and mix these ep
resin providing such methods are approved by the Engineer.
Regardless of the method used for mixing and applying the epoxy, sufficient epoxy rf
shall be provided to completely cover the connector.
Conductors in controller cabinets shall not be spliced.
Temporary splices used for testing valve circuits shall not be used as permanent splic
308-5.5.7 Testing - Field tests and a functional test shall be performed by the Contrac
to demonstrate that all parts of each higation system function as specified.
Field tests shall be performed on all conductors. Where the conductors are installed
trenching and backfilling, such tests shall be performed after at least 6 inches of bacE
material has been placed over the conductors and said material has been compacted
specified in Section 308-2.2, "Trenching and Backfilling".
The functional test for each electrical automatic controIler and associated autom:
irrigation system served by a single electric service point, or a group of electric autom:
controllers and associated automatic irrigation systems served by a single electric sen
point, shall consist of not less than 15 consecutive working days of operation during wh
time each controller shall complete at least 3 complete cycles automatically for each stat,
controlled by the controller. The lengths and frequencies for the cycles will be detennir
by the Engineer. If unsatisfactory performance of any system develops, the condition st!
be corrected and the test repeated until 15 working days of continuous, satisfactc
operation is obtained.
The functional test shall be satisfactorily completed prior to the start of the PI;
establishment period.
At the ends of each conduit for control conductors.
Other locations shown on the plans.
2m
@
vu
308-5.6 Flushing and Testing
308-5.6.1 General - Pressure testing for leakage shall be performed on all pipelines
installed by the Contractor, except for non-rigid pipelines and pipelines with spray nozzles
installed into the pipe. Pipelines to be tested shall be installed, and all open ends of the
pipeline and fittings shall be plugged or capped prior to testing.
Pressure tests shall be performed in one or more operations.
Pipelines installed by trenching and backfilling and pipelines which are completely visible
after installation shall be tested as specified below. Water line crossovers that are
connected to other pipelines to be tested shall be tested in the same manner as the
pipelines to which they are connected. Water line crossovers that are not connected to
other pipelines to be tested as specified below except the testing period and allowable drop
in pressure shall be modified from one hour to 1/2 hour and from 5 pounds per square
inch to no drop in pressure, respectively. All other pipelines including those installed in
the ground by methods other than trenching and backfilling, shall be tested as specified
below.
308-5.6.2 Pipeline Pressure Test - Pressure testing procedure for leakage shall conform to
the following:
The Contractor shall note the Engineer at least 24 hours prior to performing any pressure
test. Pressure tests shall be performed only between the hours of 8:OO a.m. and 5:OO p.m.
except that no pressure tests shall be made on Saturdays, Sundays, or legal holidays, unless
otherwise approved in writing by the Engineer. Each pressure test shall be observed by
the Engineer.
Pipelines to be tested shall be filled with water and a pressure gauge shall be connected
to the pipeline. The pipeline shall then be placed under a pressure of 150 pounds per
square inch, except as otherwise specified below, by air or water pressure, after which the
source of pressure shall be cut off leaving the line under the required pressure.
The pressure gauge shall be calibrated from 0 to 200 pounds per square inch in 5-pound
increments and shall be accurate within a tolerance of 2 pounds.
The pipeline shall be tested under the required pressure for a period of three hours. The
pressure gauge shall remain in place until each test period has been completed. All leaks
that develop in the portion of the system installed by the Contractor shall be located and
repaired after each test period when a drop of more than 5 pounds is indicated by the
pressure gauge. After such leaks have been repaired, the three hour pressure test shall be
repeated and any necessary additional repairs made until the drop in pressure is 5 pounds
per square inch or less.
When a system consists of new pipelines installed by the Contractor and existing pipelines,
the testing pressure shall be the pressure of the water source to which the system is to be
connected, as measured at the point of the connection, in lieu of the 150 pounds per
square inch specified above. If any such system fails the specified pressure test, the new
2/16P4
@
I)
(I)
e
pipelines shall be isolated from the existing pipelines, at the Contractois expense, and
new pipelines shall be tested separately at 150 pounds per square inch in accordance v
these specifications.
308-5.6.3 Sprinkler Coverage Test - All leaks that develop and all defective material in
portion of the irrigation system installed by the Contractor shall be repaired or repla
by him.
308-6 MAINTENANCE AND PLANT ESTABLISHMENT
Modify Section 308-6 as follows:
The plant establishment period shall be for a period of one hundred twenty (120) work
days and plus an additional day thereafter for each day that establishment and maintena
operations are not satisfactorily performed, as determined by the Engineer. Ap post-plant fertilizer, once, at a rate of 20 Ibs. per 1,000 sq. ft. 45 calendar days a~
planting. (This application rate is for bidding purposes only; final fertilizer applicat
amounts shall be approved by the Engineer.
Commercial fertilizer for planting (non-hydroseeded areas) shall be applied to trees, sh
vines, and ground cover areas, as specified, and shall be watered into the soil after e;
application. The Contractor shall notify the Engineer at least five (5) days prior
applying commercial fertilizer for both Plantings.
The Contractor will no@ the Engineer in writing when landscape and irrigation worl
complete. The Engheer will inspect the work to ensure it is complete. When the worl
accepted by the Engineer as complete, the establishment period will start. The ti
required for plant establishment work shall be considered as included in the total time li~
specified for the Contract. During the plant establishment period, damage caused
erosion shall be repaired at Contractor’s expense.
The Contractor will be required to adequately water plants; replace unsuitable plants;
weed, rodent, and other pest control; maintain the inigation system, and perform otl
work as determined necessary by the Engineer, twice weekly during the plant establishmt
period. Prior to the start of the maintenance period, a plant maintenance schedule sh
be submitted to the Engineer for approval.
Plant establishment work including, but not limited to, watering plants, replaci
unsuitable plants, repairing erosion damage, and doing weed, rodent, and other p
control work as determined by the Engineer to be necessary. Working days will not
credited as plant establishment working days when the Contractor fails to adequatt
perform said work.
Plant growth which extends onto sidewalks, curbs or dikes, or within two (2) feet
shoulders or fences, unless otherwise shown on the plans, shall be removed. Ground col
shall also be kept removed from within the tree basins, including the basin walls and fic
planting areas within header boards.
2/16
@
The Contractor shall submit a schedule for weekly hydroseed maintename to the Engineer
for approval. This schedule shall be considered a minimum level of effort. The contractor
is responsible for a constant surveillance throughout the maintenance period. Any day when the Contractor fails to adequately carry out specified maintenance work, as
determined necessary by the Engineer, will not be credited as one of the plant
establishment days.
During the plant establishment period, electric automatic irrigation systems shall be
operated in the automatic mode, unless otherwise permitted by the Engineer. When any
electric automatic irrigation component is operated manually on a working day, the day
will not be credited as a plant establishment working day unless such manual operation has
been permitted, in writing, by the Engineer.
As part of the plant establishment work, thirty (30) days prior to completion of the plant
establishment period, instructions shall be given to the Engineer by a qualified person from
the Contractor's personnel on the use and adjustment of the irrigation controllers installed.
Weeds in all planting areas shall be controlled as specified and as directed by the Engineer.
Where herbicides are used to control weeds, as provided in Section 308-1.2, "herbicides",
weeds shall be killed before they exceed two inches (2") in length.
Where weeds are to be pulled by hand as specified, they shall be pulled before they exceed
four inches (4") in length and disposed of the same day on which they are pulled.
Dead weed growth which, in the opinion of the Engineer, will interfere with subsequent
plant establishment or become unsightly shall be removed and disposed of.
Weed control, as specified in this Section, shall be performed as often as required to
maintain the project in a neat and uniform condition at all times.
Surplus earth, papers, trash, and debris which accumulate in the roadside clearing and
preparing areas shall be removed and disposed of. Such areas shall be cared for as to
present a neat and clean condition at all times.
During the plant establishment period, trees, shrubs, vines, and ground cover plants,
planted as part of the contract, shall be pruned or headed back by the Contractor at his
expense when and as directed by the Engineer.
For hydroseeded areas, the establishment period shall be one hundred twenty (120)
working days. The Contractor shall provide complete landscape maintenance of all
planting areas during the establishment period. The work shall include, but not be limited
to, watering, litter control, weed control, cultivating, and control of diseases and pests.
2/16/94
@
rl)
a
*
All developments of weed growth appearing in the seed mix planting areas during
maintenance period shall be removed at 2-week intervals. The Contractor may eleci
remove such concentrations of weeds manually or by an approved herbicide pros;
Contractor is required to take all precautionary measures to protect the native vegetat
in all areas outside the limits of grading.
Temporary irrigation shall be provided for hydroseeded areas for a minimum of 120 d
to ensure adequate plant establishment. Towards the end of the maintenance period
contractor shall gradually reduce the amount of irrigation to dow plant adaptation
non-irrigated conditions. The Engineer shall inspect all hydroseeded areas for adequ
plant establishment at the end of the maintenance period. Upon the approval of
engineer, the temporary irrigation system shall be shut off at that time. Prior to
acceptance of the hydroseeded areas by the engineer, a certification report must
submitted by a registered Landscape Architect, stating that the hydroseeding was dc
according to the project specification and that its growth is adequately established, i
80% coverage, to prevent erosion. Contractor shall call for a final inspection two we
before the end of the 120-day establishment period.
308-8.1 Pavment for Irrigation
The irrigation system work will be paid for at the contract lump sum.
When irrigation system work is to be paid for at a contract lump sum price for irrigat:
system, such price shall include full compensation for furnishing all labor, materials, to(
equipment, and incidentals, and for doing all the work involved in installing the irrigan
system, complete in place, including excavation and backfill, replacing subbase, base, s
pavement where water lines and conduits are installed through paved areas, testing e
checking the irrigation system, and maintaining existing water supply, as shown on 1
plans, as specified in these specifications and as directed by the Engineer.
Full compensation for removing and disposing of existing pavement shown on the pi:
where trenches for irrigation facilities are to be excavated shall be considered as incluc
in the contract prices paid for the items of work requiring the trenching and no separi
payment will be macle therefor.
When there are no separate contract items for material necessary to complete a unit of I
irrigation system, such materials shall be furnished and installed. Full compensation
furnishing and installing such materials shall be considered as included in the contract pr
or prices paid for the the inigation system requiring said materials and no additioi
compensation will be allowed therefor.
The above prices and payments shall include full compensation for furnishing all lab
materials, tools, equipment, incidentals, and for doing all the work involved in instal3
the irrigation systems, completed in place, as shown on the plans, as specified in tht
specifications and as directed by the Engineer, including any structure excavation, structi
backfill, and water involved.
2/16
@
m
e
I)
...
i .L
- t-PO ,.
4.
,I
.-
.>
I 6
E
<
August 18, 1995
Tarzian Landscape Construction
2736 Madison Street Carlsbad, CA 92008
RE: BOND RELEASE - CONTRACT NO. 3401 - REPAIRS TO MITIGA'I
LANDSCAPING FOR THE PALOMAR AIRPORT ROAD WEST ASSESSMENT DISTl
The Notice of Completion for the above-referenced project recorded. Therefore, we are releasing 75% of the Performance Bc Please consider this letter as your notification that $86,053.51 Washington International Insurance Co. Performance Bond No. S-:
7842 is hereby released.
A copy of the recorded Notice of Completion is enclosed for ]I records.
8*Ti Assistant Cit lerk
Enc.
c: Engineering Construction Inspection
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-:
Recording requestecl uy: 1172 - @I 1 &-
CITY OF CARLSBAD 1 1
When recorded mail to: 1 1
City Clerk 1
City of Carlsbad 1
1200 Carlsbad Village Dr. I
Carlsbad, CA 92008 I
Space above for Recorder’s Use
NOTICE OF COMPLETION
Notice is hereby given that:
?.
2.
3.
4.
5.
6.
7.
The undersigned is owner cf the it?teres? or est& statsd bellow i:: the piopertgi
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califor
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on Ma
The name of the contractor, if any, for such work of improvement is Tarzian Landsce
The property on which said work of improvement was completed is in the City of Carls
of San Diego, State of California, and is described as follows: Repairs to biologic,
along Palomar Airport Road, Project No. 3401,
The street address of said property is Palomar Airport Road. 8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbac
92008; the City Council of said Ciry on Sune 6 , 192, azc2p:ed the abo;r2 des
as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 14, , 19% at Carlsbad, California.
----
KAREN R. KUNDTZ, Assistant i
3 , ’ .py$;.”-*-f e W - <,:-
I.
e, - L I /....