Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutUSA Shade & Fabric Structures Inc; 2007-10-05; PWS07-28PKSRECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
if
DOC# 2008-0023097
JAN 17, 2008 10:33 AM
OFFICIAL RECORDS
SAN DIEGO CO UN TV RECORDER'S OFFICE
G F! E G 0 RY J. S MIT H, CO U N TY Fl E CO R D E R
FEES 0.00
PAGES:
Space above this line for Recorder's use.
PARCEL NO: 2231800800
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property hereinafter described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work or improvement on the property hereinafter described was completed on December 17, 2007.
6. The name of the contractor for such work or improvement is USA Shade & Fabric Structures, Inc.
7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San
Diego, State of California, and is described as follows: La Costa Canyon Park Shade Structure Installation,
Contract Number PKS 07-06.
8. The street address of said property is 3020 Pueblo Street.
CITY
Greg Clavier
Public Works Manager
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008;
the City Manager of said City on Oa^uujLfut, V , 20 0 fr. accepted the above described
work as completed and ordered thai/a Notice orCompletion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ^hmu.imjij 7 . 20 0 X at Carlsbad, California.
CIT/ OF CARLSB
O "
Word\Masters\Forms\Notice of Completion (City)3/9/98
CITY OF CARLSBAD
ACCEPTANCE OF PUBLIC IMPROVEMENTS
COMPLETION OF PUBLIC IMPROVEMENTS
The contractor has constructed the improvements required for La Costa Canyon Park Shade
Structure Installation, Contract No. PKS 07-06, and has requested that the City of Carlsbad
accept the public improvements. City forces have inspected the public improvements and found
them to be satisfactory. The public improvements consist of:
IMPROVEMENTS
Shade structure installation at La Costa Canyon Park
VALUE
$32,699.45
PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS
Glenn Pruim, Public Works Director Date
CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS
The construction of the above-described public improvements is deemed complete and hereby
accepted. The City Clerk is hereby authorized to record the Notice of Completion and release
the bonds in accordance with State Law and City Ordinances.
The City
improvem
ence maintaining the above-described
LISA hriLDABRANfi^feterTm City Manac
APPROVED AS TO FORM:
Date
Ronald R. Ball, City AttoVney
Word\Masters\Forms\Acceptance of Public Improvements (City)3/9/98
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS, GENERAL,
AND
TECHNICAL PROVISIONS
FOR
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
BID NO. PWS07-28PKS
A•Revised 11/01/06 Contract No. PKS 07-06 Page 1 of 114 Pages
TABLE OF CONTENTS
Item Page
Notice Inviting Bids 5
Contractor's Proposal 9
Bid Security Form 14
Bidder's Bond to Accompany Proposal 15
Guide for Completing the "Designation Of Subcontractors" Form 17
Designation of Subcontractor and Amount of Subcontractor's Bid Items 19
Bidder's Statement of Technical Ability and Experience 20
Bidder's Certificate of Insurance for General Liability, Employers' Liability,
Automotive Liability and Workers' Compensation 21
Bidder's Statement of Re Debarment 22
Bidder's Disclosure of Discipline Record 23
Non-Collusion Affidavit to Be Executed by Bidder and Submitted with Bid 25
Contract Public Works 26
Labor and Materials Bond 32
Faithful Performance/Warranty Bond 34
Optional Escrow Agreement for Surety Deposits in Lieu of Retention 36
Revised 11/01/06 Contract No. PKS 07-06 Page 2 of 114 Pages
GENERAL PROVISIONS
Section 1 Terms, Definitions Abbreviations and Symbols
1-1 Terms 39
1-2 Definitions 40
1-3 Abbreviations 44
1-4 Units of Measure 47
1-5 Symbols 48
Section 2 Scope and Control of The Work
2-1 Award and Execution of Contract 49
2-2 Assignment 49
2-3 Subcontracts 49
2-4 Contract Bonds 50
2-5 Plans and Specifications 51
2-6 Work to be Done 55
2-10 Authority of Board and Engineer 55
2-11 Inspection 55
Section 3 Changes in Work
3-1 Changes Requested by the Contractor 56
3-2 Changes Initiated by the Agency 56
3-3 Extra Work 57
3-4 Changed Conditions 60
3-5 Disputed Work 61
Section 4 Control of Materials
4-1 Materials and Workmanship 64
4-2 Materials Transportation, Handling and Storage 68
Section 5 Utilities
5-1 Location 69
5-2 Protection 69
5-3 Removal 70
5-4 Relocation 70
5-5 Delays 71
5-6 Cooperation 71
Section 6 Prosecution, Progress and Acceptance of the Work
6-1 Construction Schedule and Commencement of Work 72
6-2 Prosecution of Work 74
6-3 Suspension of Work 74
6-4 Default by Contractor 74
6-5 Termination of Contract 75
6-6 Delays and Extensions of Time 75
6-7 Time of Completion 76
6-8 Completion, Acceptance, and Warranty 77
6-9 Liquidated Damages 77
6-10 Use of Improvement During Construction 78
Revised 11/01/06 Contract No. PKS 07-06 Page 3 of 114 Pages
Section 77-1
7-2
7-3
7-4
7-5
7-6
7-7
7-8
7-9
7-10
7-11
7-12
7-13
7-14
Section 8
8-1
Section 9
9-2
9-3
Responsibilities of the Contractor
Contractor's Equipment and Facilities
Labor
Liability Insurance
Workers' Compensation Insurance
Permits
The Contractor's Representative ,
Cooperation and Collateral Work
Project Site Maintenance
Protection and Restoration of Existing Improvements
Public Convenience and Safety
Patent Fees or Royalties
Advertising
Laws to be Observed
Antitrust Claims
Facilities for Agency Personnel
General
Measurement and Payment
Lump Sum Work
Payment
78
78
79
79
79
79
80
80
81
82
83
83
83
83
84
84
84
SUPPLEMENTAL PROVISIONS TO PART 2, 3 AND 6 OF THE SSPWC
Part 2 Construction Materials
Section 201 Concrete, Mortar and Related Materials
201-1 Portland Cement Concrete
Section 207 Pipe
207-25 Underground Utility Marking Tape.
Section 213 Engineering Fabrics
213-3 Erosion Control Specialties
88
88
89
PART 3 Construction Methods
Section 300 Earthwork
300-9 Geotextiles for Erosion Control and Water Pollution Control..
APPENDIX A Supplemental Provisions
APPENDIX B Special Provisions - Submittals
APPENDIX C Fabric Shade Structure Specifications
90
91
97
108
Revised 11/01706 Contract No. PKS 07-06 Page 4 of 114 Pages
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
UNTIL 2:00 P.M. ON JULY 11, 2007, the City shall accept sealed bids, clearly marked as such, at
the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by
mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they
will be opened and read, for performing the work as follows: Installation of shade structure at La
Costa Canyon Park.
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
BID NO. PWS07-28PKS
INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS
This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable
offer that shall remain valid and in full force for a period of 90 days and such additional time as may
be mutually agreed upon by the City of Carlsbad and the Bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by security in a form and amount required by law.
The bidder's security of the second and third next lowest responsive bidders may be withheld until
the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall
be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to
the provisions of law (Public Contract Code section 10263), appropriate securities may be
substituted for any obligation required by this notice or for any monies withheld by the City to ensure
performance under this Contract. Section 10263 of the Public Contract Code requires monies or
securities to be deposited with the City or a state or federally chartered bank in California as the
escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of
the agent in connection with the handling of retentions under this section in an amount not less than
$100,000 per contract.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the
State of California as an irresponsible bidder.
The work shall be performed in strict conformity with the plans and specifications as approved by the
City Council of the City of Carlsbad on file with the General Services Department. The specifications
for the work include City of Carlsbad Technical Specifications and the Standard Specifications for
Public Works Construction. Sections 2 & 3. 2006 Edition, and the 2007 supplement thereto, all
hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American
Public Works Association, as amended. Specification Reference is hereby made to the plans and
specifications for full particulars and description of the work. The General Provisions (Part 1) to the
SSPWC do not apply.
Revised 11/01/06 Contract No. PKS 07-06 Page 5 of 114 Pages
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
BID DOCUMENTS
The documents which comprise the Bidder's proposal and that must be completed and properly
executed including notarization where indicated are:
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
4. Designation of Subcontractor and Amount of Subcontractor's Bid
5. Bidder's Statement of Technical Ability and Experience
6. Acknowledgement of Addendum(a)
7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers
may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of
this contract.
8. Bidder's Statement Re Debarment
9. Bidder's Disclosure Of Discipline Record
10. Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to
use the Escrow Agreement for Security)
ENGINEER'S ESTIMATE:
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
$32,500.
TIME OF COMPLETION:
The contractor shall complete the Work within the time set in the contract as defined in the General
Provisions Section 6-7.
SPECIALTY CONTRACTORS:
ACCEPTABLE LICENSE TYPES
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a
contractor pursuant to the Business and Professions Code shall be considered nonresponsive and
shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall
be invalidated by the failure of the bidder to be licensed in accordance with California law.
Where federal funds are involved the contractor shall be properly licensed at the time the contract is
awarded. In all other cases the contractor shall state their license number, expiration date and
classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal
funds. The following classifications are acceptable for this contract: B General Building or D-34
Prefabricated Equipment.
ESCROW AGREEMENT
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
the usual 10% retention from each payment, these documents must be completed and submitted
with the signed contract. The escrow agreement may not be substituted at a later date.
OBTAINING PLANS AND SPECIFICATIONS
Sets of plans, various supplemental provisions, and Contract documents may be obtained at the
Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California
92008-7314, for a non-refundable fee of $15.00 per set. If plans and specifications are to be mailed,
the cost for postage should be added.
Revised 11/01/06 Contract No. PKS 07-06 Page 6 of 114 Pages
INTENT OF PLANS AND SPECIFICATIONS
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the drawings
and specifications may submit to the Engineer a written request for clarification or correction.
Any response will be made only by a written addendum duly issued by the Engineer a copy of which
will be mailed or delivered to each person receiving a set of the contract documents. No oral
response will be made to such inquiry. Prior to the award of the contract, no addition to,
modification of or interpretation of any provision in the contract documents will be given by
any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified.
No bidder may rely on directions given by any agent, employee or contractor of the City of
Carlsbad except as hereinbefore specified.
REJECTION OF BIDS
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or
informality in such bids.
PREVAILING WAGE TO BE PAID
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract
shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770,
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and
Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the
purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
PRE BID MEETING
A pre-bid meeting and tour of the project site will not be held. Bidders are directed to schedule any
inspection of the facilities with the Project Manager, Dale A. Schuck at 760-434-2949.
UNIT PRICES AND COMPUTATION OF BIDS
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this
proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words
and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected
extension shall be calculated and the bids will be computed as indicated above and compared on the
basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
ADDENDUMS
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
Revised 11/01/06 Contract No. PKS 07-06 Page 7 of 114 Pages
BOND AND INSURANCE REQUIREMENTS
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an
amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor
shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to
one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds
shall be kept in full force and effect during the course of this project, and shall extend in full force and
effect and be retained by the City until they are released as stated in the General Provisions section
of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to
transact the business of insurance in California and whose assets exceed their liabilities in an
amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the
following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual statement and
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of
the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that:
1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII
2) Are admitted and authorized to transact the business of insurance in the State of California by the
Insurance Commissioner.
Auto policies offered to meet the specification of this contract must:
1) Meet the conditions stated above for all insurance companies.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned,
non-owned or hired, and whether scheduled or non-scheduled.
Workers' compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best's rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers'
compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submitting the
required bonds and insurance, as described in the contract, within twenty days of bid opening. If the
Contractor fails to comply with these requirements, the City may award the contract to the second or
third lowest bidder and the bid security of the lowest bidder may be forfeited.
BUSINESS LICENSE
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
June 1.2007
Date Q^ENTMcUNQtZ,(Assistant City Clerk
Publish Date: June 6, 2007
Revised 11/01/06 Contract No. PKS 07-06 Page 8 of 114 Pages
CITY OF CARLSBAD
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
CONTRACTOR'S PROPOSAL
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and
addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and
services required to do all the work to complete Contract No. PKS 07-06 in accordance with the
Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that
he/she will take in full payment therefore the following unit prices for each item complete, to wit:
SCHEDULE "A" SHADE STRUCTURE INSTALLATION
Approximate
Item Quantity Unit
No. Description and Unit Price Total
A-1 Installation of shade structure LS $32,699.45 S32.699.45
at La Costa Canyon Park
Thirty two thousand six hundred
ninety nine and 45/100.
Dollars (Lump Sum)
Total amount of bid in words for Schedule "A": Thirty two thousand six hundred ninety nine and 45/100.
Total amount of bid in numbers for Schedule "A": $32.699.45
The basis of award will be the sum of Schedule "A".
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s).J has/have been received and is/are included in this
proposal.
OPENED, WITNESSED AND RECORDED:
DATE SIGNATURE
Revised 11/01/06 Contract No. PKS 07-06 Page 9 of 114 Pages
The Undersigned has carefully checked all of the above figures and understands that the City will not
be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under
license number 85128Q , classification _§ which expires on
12/31/08 . and that this statement is true and correct and has the legal effect of
an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the City
§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with California law. However, at the time the
contract is awarded, the contractor shall be properly licensed.
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
him/her to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making a bid for the
same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is a bid bond (Cash, Certified Check, Bond or
Cashier's Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to comply with its provisions.
Revised 11/01/06 Contract No. PKS 07-06 Page 10 of 114 Pages
License Detail Page 1 of2
Wednesday, July 11,2007
License Detail
Contractor License # 851280
CALIFORNIA CONTRACTORS STATE LICENSE BOARD
DISCLAIMER
| A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be
aware of the following limitations:
. CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for
complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information.
. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed.
. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base.
Extract Date: 07/11/2007
* * * Business Information * * *
USA SHADE & FABRIC STRUCTURES INC
PO BOX 5601 68
DALLAS, TX 75356
Business Phone Number: (214) 905-9500
Entity: Corporation
Issue Date: 12/15/2004 Expire Date: 12/31/2008
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
cass_Description
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 929404775 in the amount of $12,500 with the bonding
company
WESTERN SURETY COMPANY.
Effective Date: 01/01/2007
Contractor's Bonding History
BOND OF QUALIFYING INDIVIDUAL(I): This license filed Bond of Qualifying Individual number 929404787 for CLAUDE FRANCOIS
CENTNER in the amount of $12,500 with the bonding company
WESTERN SURETY COMPANY.
Effective Date: 01/01/2007
BQI's Bonding History
* * * Workers Compensation Information * * *
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 07/11/2007
License Detail Page 2 of 2
This license has workers compensation insurance with the
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
>•"""• Policy Number: WC2089224285 Effective Date: 08/29/2006 Expire Date: 08/29/2007
' %%*&.*'•'
Workers Compensation History
Personnel listed on this license (current or disassociated) are listed on other licenses.
Personnel List Other Licenses
License Number Contractor Name Personnel Name
Request Request Request
-. , „ Salesperson NameSalesperson Request Request
© 2006 State of California. Conditions of Use Privacy Policy
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 07/11/2007
Company Profile Page 1 of 1
Company Profile
WESTERN SURETY COMPANY
P.O. BOX 5077
SIOUX FALLS, SD 57117-5077
Agent for Service of Process
JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017
Unable to Locate the Agent for Service of Process?
Reference Information
NAIC#: 13188
NAIC Group #: 0218
California Company ID #: 0761 -7
Date authorized in California: July 29, 1930
License Status: UNLIMITED-NORMAL
Company Type: Property & Casualty
State of Domicile: SOUTH DAKOTA
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the gloss
LIABILITY
SURETY
Company Complaint Information
Company Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
Last Revised - January 17, 2007 12:57 PM
Copyright © California Department of Insurance
http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 07/11/2007
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
City and State
(4) Zip Code
(5) E-Mail
(Street and Number)
Telephone No.
IF A PARTNERSHIP. SIGN HERE:
(1) Name under which business is conducted.
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner)
(3) Place of Business
City and State
(4) Zip Code
(5) E-Mail
(Street and Number)
. Telephone No..
Revised 11/01/06 Contract No. PKS 07-06 Page 11 of 114 Pages
IF A CORPORATION. SIGN HERE:
(1) Name under which business is conducted USA Shade & Fabric Structures, Inc.,
branded as Shade Structures/^/l nff^(2)."7
(Signatt
John Saunders, President
(Title)
Impress Corporate Seal here
(3) Incorporated under the laws of the State of Delaware
(4) Place of Business Regional: 350 Kalmus Drive, Costa Mesa, CA 92626
(Street and Number)
City and State HQ: 8505A Chancellor Row, Dallas, TX 75247
(5) Zip Code Telephone No. (714) 427-6980
(6) E-Mail jsaunders(S>usa-shade.com
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
D. A. GERRMANN
MY COMMISSION EXPIRES
January 24,2011
Revised 11 /01/06 Contract No. PKS 07-06 Page 12 of 114 Pages
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
Basil Haymann, CEO
Claude Centner. President
Dot Haymann, President
Tony Leyds, President
John Saunders. President
Gary Havmann. Vice President
George Ochs. Vice President
Joseph C. Tabone, CFO/Secretary
Revised 11/01/06 Contract No. PKS 07-06 Page 13 of 114 Pages
BID SECURITY FORM
(Check to Accompany Bid)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ ),
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action of
its legally constituted contracting authorities and the undersigned shall fail to execute a contract and
furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage
within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of
this check shall also become the property of the City if the undersigned shall withdraw his or her bid
within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise
required by law, and notwithstanding the award of the contract to another bidder.
BIDDER
Delete the inapplicable word.
(NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be
executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.)
Revised 11/01/06 Contract No. PKS 07-06 Page 14 of 114 Pages
BIDDER'S BOND TO ACCOMPANY PROPOSAL
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
KNOW ALL PERSONS BY THESE PRESENTS:
That we, USA Shade & Fabric Structures, Inc. as Principal, and Western Suret^Company ,
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows:
(must be at least ten percent (10%) of the bid amount) Ten Percent of Greatest Amount Bid for which
payment, well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within twenty (20) days from the
date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said
award, then this obligation shall become null and void; otherwise, it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the said City.
Revised 11/01/06 Contract No. PKS 07-06 Page 15 of 114 Pages
In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall
not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 19th day of June
PRINCIPAL:
USA Shade & Fabnric Structures. Inc.
_,20_07_
(print name here)
(sigrThereK
(print name here)
sfec-frtTAfrV /OSA &**»&«/ PABfrtc sTPUcnx*e*
(title and organization of signatory)
Executed by SURETY this 18th
Of June f 20 07 .
SURETY:
Western Surety Company
(name of Surety)
PO Box 5077: Sioux Falls. SD 57117-5077
(address of Surety)
(800) 331-6053
(telephone number of Surety)
By.
(signature of Attfomey-irt-Fact)
Diana K. Willis
(printed name of Attorney-in-Fact)
day
(Attach corporate resolution showing current power of attorney.)
(Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
Revised 11/01/06 Contract No. PKS 07-06 Page 16 of 114 Pages
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
William B Cadenhead, Michael D Hendrickson, Becky L Branum, Diana K Willis,
Individually
of Hurst, TX, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 7th day of September, 2006.
WESTERN SURETY COMPANY
Paul tfBruflat, Senior Vice President
State of South Dakota
County of Minnehaha
On this 7th day of September, 2006, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires
November 30, 2006
D. KRELL
NOTARY PUBLIC/
SOUTH DAKOTAV /(ILiA
CERTIFICATE
D. Krell, Notary Public
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that ih.3 Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse he/£5Tfs still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this /o^*-j day of
~ WESTERN SURETY COMPANY
L. Nelson, Assistant Secretary
Form F4280-01-02
Authorizing By-Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board, of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
ALL-PURPOSE ACKNOWLEDGMENT
Stated .
County of Tarrant
On June 18, 2007 Rhonda R. Moore / Notarv Public
personally appeared Diana K. Willis
£$ personally known to me
D proved to me on the basis of satisfactory
evidence
RHONDA R. MOORE
Notary Public
State of Texas
Comm. Expires 11-06-2007
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged 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 behalt of which the p«rson(s)
acted, executed the instrument.
Though the information below is not required by lew, t may provt valuable to persons relying on trm ttocumant and could prevent
fraudulent removal and reaflacDmenf at this lorn to another document
Description of Attached Document
Title or Type of Document: Bid Bond
Document Date: 06/18/2007 Number or Pages;
Signer(s) Other Than Named Abov
Capacity(ies) Claimed by Signer
Signer's Name: Diana K. Willis
D Individual
D Corporate Officer — Title(s):
D Partner — O Limited Q General
Attorrtey-in-Fact
D Trustee
D Guardian or Conservator
D Other:
Signer Is Representing: Western Surety Company
C 1999 NlUXIl! NOUty AlKldMon • «5W P. SWO Av... P.O. Bo. t«U • OntUMDlll. CA !13lW«e
ALL-PURPOSE ACKNOWLEDGMENT
State of
County of
d Oh* (• 4 . M«« OM.
io<,*»nU <2,.~~"
U«V i
personally appeared O flV\_iy, J ft O ft A
" "
^.personally known to me
D proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged 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.
hand and official seal.
Though the information below is not required by Isw, h meyprotv valuable to persons relying on th» document and couJd pnvent
fraudulent removal and reattactment ol this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Corporate Officer — Title(s):
D Partner — u Limited D General
D Attomey-in-Fad
D Trustee
D Guardian or Conservator
D Other;
Signer Is Representing: USA Shade & Fabric Structures, Inc.
C 1999 Nitonil SOUry AuucJMon • MM P» Sow Av... P.O. Bo> 240] • O>t»MiVi. CA J1313-ZWZ I-OOM7MOJ7
GUIDE FOR COMPLETING
THE "DESIGNATION OF SUBCONTRACTORS" FORM
REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form" Bidders are
urged to review the definitions in section 1-2 of the General Provisions to this Contract, especially,
"Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own
Organization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3
SUBCONTRACTS of the General Provisions.
CAUTIONS This form will be used by the Agency to determine the percentage of work that the
Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct
information may result in rejection of the bid as non-responsive. Any bid that proposes performance
of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other
than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that
may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing
the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every
subcontractor whom the Bidder proposes to perform work or labor or render service in or about the
work or improvement, and every subcontractor licensed as a contractor by the State of California
whom the Bidder proposes to specially fabricate and install any portion of the work or improvement
according to detailed drawings contained in the plans and specifications in excess of one-half of one
percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets
and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars
($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be
set forth and included as an integral part of the bid offer.
The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-
responsive.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder
proposes as installer of said materials. The value of material incorporated in any Subcontractor-
installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder
proposes to be performed by the Subcontractor installing said item.
When a Subcontractor has a Carlsbad business license, the number must be entered on the proper
form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate
space.
When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a
bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The
explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to
perform no less than fifty percent (50%) of the work with its own forces.
Revised 11/01/06 Contract No. PKS 07-06 Page 17 of 114 Pages
Determination of the subcontract amounts for purposes of award of the contract shall be determined
by the City Council in conformance with the provisions of the contract documents and the various
supplemental provisions. The decision of the City Council shall be final.
Contractor is prohibited from performing any work on this project with a subcontractor who is
ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or
1777.7.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered in
the location provided on each type of form so duplicated.
Revised 11 /01 /06 Contract No. PKS 07-06 Page 18 of 114 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this
bid for the Work and that the listed subcontractors will be used to perform the portions of the Work
as designated in this list in accordance with applicable provisions of the specifications and section
4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The
Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the
Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or
offers for construction of streets and highways, including bridges, in excess of one-half of one
percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the
subcontractors listed work will be made except upon the prior approval of the Agency.
SUBCONTRACTOR'S BID ITEMS
Portion of Work
N/A
Subcontractor Name and
Locution of Business
Subcontractor's
License No. and
Classification*
Amount of
Work by
Subcontractor
in Dollars*
Page 1 of 1 pages of this Subcontractor Designation form
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted
by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids."
Revised 11/01/06 Contract No. PKS 07-06 Page 19 of 114 Pages
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill. An attachment can be used.
Date
Contract
Completed
Spring 07
Summer 06
Summer 06
Summer 05
Spring 05
Name and Address
of the Employer
Poway USD - Twin Peaks MS
14640 Tierra Bonita Rd, Powav. CA
Encinitas USD - Paul Ecke Elem.
185 Union Street, Encinitas, CA
Encinitas USD - Flora Vista Elementary
185 Union Street, Encinitas, CA
Del Mar USD - Sycamore Ridge Elem.
5333 Old Carmel Valley Rd, San Diego
Del Mar USD - Del Mar Hills Academy
14085 Mango Dr, Del Mar, CA
Name and Phone No.
of Person ** £0jifcaet
Doug Mann
(858) 748-0010. ext. 2522
Barbara Patterson
(760) 944-4300, ext. 1187
Barbara Patterson
(760)944-4300,ext. 1187
Linda Luce
(858) 523-6196
Linda Luce
(858)523-6196
^
TypeofWcat
PC approved triangle
sails total 80 linear ft.
PC approved 40x60x10
quad structure
PC approved 60x60x10
quad structure
7 interconnecting triangle roof
sections with side up 32' & 12' e
PC approved hip 25x30 attached
w/ 2 triangles on opposites sides
Amount
o*Contract
$120,000
$38,000
$72,000
$73,000
try
$42,000
Of hip
Revised 11/01/06 Contract No. PKS 07-06 Page 20 of 114 Pages
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Gf Comprehensive General Liability
Ef Automobile Liability
Ef Workers Compensation
ET Employer's Liability
2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's
Liability in conformance with the requirements herein and Certificates of insurance to the Agency
showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project
for each insurance company that the Contractor proposes.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned,
non-owned or hired, and whether scheduled or non-scheduled.
Revised 11/01/06 Contract No. PKS 07-06 Page 21 of 114 Pages
„.•**
%w
ACORDTH CERTIFICATE OF LIABILITY INSURANCE
PRODUCER Phone: 817-299-3800 Fax: 817-299-3890
BTX Risk Services Hurst
«*701 Bedford Euless Rd., #450
Hurst TX 76053
INSURED
USA Shade & Fabric Structures, Inc.
P.O. Box 560168
Dallas TX 75356
DATE (MM/DD/YYYY)
8/28/2007
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURERA: continental Casualty Company
INSURERS: Transcontinental Insurance Co
INSURER c: valley Forae Insurance Compan
INSURER D: National Fire Insurance of Ha
INSURERS: HCC SDecialtv Ins Co
NAIC#
20443
20486
20508
20478
11243
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
A
B
A
D
C
E
ADD'L
NSRC TYPE OF INSURANCE
GEh
X
JERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
| CLAIMS MADE |X I OCCUR
C02503
GEN'L AGGREGATE LIMIT APPLIES PER:n i 1 PRO 1 1POLICY |x IJECT 1 1 LOC
AUTOMOBILE LIABILITY
X
X
X
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS/UMBRELLA LIABILITY
X I OCCUR | 1 CLAIMS MADE
„
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
OTHER
Professional Liability
POLICY NUMBER
CPP2091508209
CA2091508212
CU2091508243
WC289224285
WC2091508226
S70710313
POLICY EFFECTIVEDATE IMM/DD/YY)
8/29/2007
8/29/2007
8/29/2007
8/29/2007
8/29/2007
6/1/2007
POLICY EXPIRATIONDATE IMM/DD/YY)
8/29/2008
8/29/2008
8/29/2008
8/29/2008
8/29/2008
6/1/2008
LIMITS
EACH OCCURRENCE
DAMAGE TO RENTED
PREMISES (Ea occurence)
MED EXP (Any one person)
PERSONAL & ADV INJURY
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
COMBINED SINGLE LIMIT(Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY(Per accident)
PROPERTY DAMAGE(Per accident)
AUTO ONLY - EA ACCIDENT
OTHER THAN EAACC
AUTO ONLY: AGQ
EACH OCCURRENCE
AGGREGATE
Y I WCSTATU- OTH-X 1 TORY LIMITS ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$1,000,000
$100,000
$5,000
$1,000,000
$2.000,000
$2, 000, 000
$ 1, 000, 000
$
$
$
$
$
$
$ 10, 000, 000
$ 10, 000, 000
$
$
$
$ 1, 000, 000
$ 1, 000, 000
$ 1, 000, 000
$2,000,000 Occurence
$2,000,000 Aggregate
Claims Made
Retro Date 06/01/2007
*10 Day Notice of Cancellation applies for non-payment of premium*
Project: La Costa Canyon Park Shade Structure Installation, Contract No. PKS-07-06
The City of Carlsbad, its officials, employees and volunteers are included as Additional Insureds on the General
Liability and Automobile policies per policy form. General Liability insurance is primary and non- contributory, and any
other valid and collectible insurance for the Additional Insured shall be excess. Additional Insured Endorsement Forms
3-140331-A and CA2048 02/99 are attached.
LMA -
CERTIFICATE HOLDER CANCELLATION 3Q
City of Carlsbad
Public Works Purchasing Dept., Attn:
Davis
1635 Faraday Avenue
Carlsbad CA 92008-7314
Kevin
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER
WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE
CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO
SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON
THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTA-
ACORD 25 (2001/08)©ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
POLICY # CPP2091508209
OVA G-140331-A
(Ed. 01/01)
IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL
INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH
C.1. OF THIS ENDORSEMENT FOR THESE DUTIES.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED
ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: Designated Project:
BLANKET AS REQUIRED BY WRITTEN CONTRACT RE: ALL JOBS PERFORMED
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.)
A. WHO IS AN INSURED (Section II) is amended to
include as an insured any person or organization,
including any person or organization shown in the
schedule above, (called additional insured) whom you
are required to add as an additional insured on this
policy under a written contract or written agreement;
but the written contract or written agreement must be:
1. Currently in effect or becoming effective during the
term of this policy; and
2. Executed prior to the "bodily injury," "property
damage," or "personal and advertising injury".
B. The insurance provided to the additional insured is
limited as follows:
1. That person or organization is an additional
insured solely for liability due to your negligence
specifically resulting from "your work" for the
additional insured which is the subject of the
written contract or written agreement. No
coverage applies to liability resulting from the sole
negligence of the additional insured.
2. The Limits of Insurance applicable to the
additional insured are those specified in the
written contract or written agreement or in the
Declarations of this policy, whichever is less.
These Limits of Insurance are inclusive of, and not
in addition to, the Limits ol Insurance shown in the
Declarations.
3. The coverage provided to the additional insured
by this endorsement and paragraph f. of the
definition of "insured contract" under
DEFINITIONS (Section V) do not apply to "bodily
injury" or "property damage" arising out of the
"products-completed operations hazard" unless
required by the written contract or written
agreement.
4. The insurance provided to the additional insured
does not apply to "bodily injury," "property
damage," or "personal and advertising injury"
arising out of an architect's, engineer's, or
surveyor's rendering of or failure to render any
professional services including:
a. The preparing, approving, or failing to prepare
or approve maps, shop drawings, opinions,
reports, surveys, field orders, change orders
or drawings and specifications; and
b. Supervisory, or inspection activities performed
as part of any related architectural or
engineering activities.
C. As respects the coverage provided under this
endorsement, SECTION IV - COMMERCIAL
GENERAL LIABILITY CONDITIONS are amended as
follows:
1. The following is added to the Duties In The Event
of Occurrence, Offense, Claim or Suit Condition:
G-140331-A
(Ed. 01/01)
Pagel of 2
G-140331-A
(Ed. 01/01)
e. An additional insured under this endorsement
will as soon as practicable:
(1) Give written notice of an occurrence or an
offense to us which may result in a claim
or "suit" under this insurance;
(2) Tender the defense and indemnity of any
claim or "suit" to any other insurer which
also has insurance for a loss we cover
under this Coverage Part; and
(3) Agree to make available any other
insurance which the additional insured
has for a loss we cover under this
Coverage Part.
f. We have no duty to defend or indemnify an
additional insured under this endorsement
until we receive written notice of a claim or
"suit" from the additional insured.
2. Paragraph 4.b. of the Other Insurance Condition is
deleted and replaced with the following:
4. Other Insurance
b. Excess Insurance
This insurance is excess over any other
insurance naming the additional insured
as an insured whether primary, excess,
contingent or on any other basis unless a
written contract or written agreement
specifically requires that this insurance be
either primary or primary and
noncontributing.
G-140331-A
(Ed. 01/01)
Page 2 of 2
POLICY NUMBER: CA. 2091508212 COMMERCIAL AUTO
CA 20 48 02 99
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies persons) or organization(s) who are "insureds" under the Who Is An Insured
Provision of the Coverage Form. Tnis endorsement does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is
indicated below.
Endorsement Effective:
8/14/2007
Countersigned By:
Named Insured:
USA Shade & Fabric Structures, Inc.iresentative)
SCHEDULE
Name of Person(s) or Organization(s):
Any person or organization that you are required to add as an additional insured on this policy under a
written contract or agreement.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to the endorsement.)
Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the
extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision
contained in Section II of the Coverage Form.
CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
yes no
2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred
agency agency
period of debarment period of debarment
BY CONTRACTOR:
USA Shade & Fabric Structures, Inc.
John Saunders. President
(print name/title)
Page J of 1 pages of this Re Debarment form
Revised 1 1/01/06 Contract No. PKS 07-06 Page 22 of 1 14 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
Contractors are required by law to be licensed and regulated by the Contractors' State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent
act or omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of the
alleged violation. Any questions concerning a contractor may be referred to the Registrar,
Contractors' State License board, P.O. Box 26000, Sacramento, California 95826.
1) Have you ever had your contractor's license suspended or revoked by the California Contractors'
State license Board two or more times within an eight year period?
yes no
2) Has the suspension or revocation of your contractor's license ever been stayed?
N/A
yes no
3) Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor's license suspended or revoked by the California Contractors' State license Board two
or more times within an eight year period?
N/A
yes no
4) Has the suspension or revocation of the license of any subcontractor's that you propose to
perform any portion of the Work ever been stayed?
N/Ayes no
5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of
the violation and the disciplinary action taken therefore.
(If needed attach additional sheets to provide full disclosure.)
Page 1__ of 1 pages of this Disclosure of Discipline form
Revised 11/01/06 Contract No. PKS 07-06 Page 23 of 114 Pages
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party
who's discipline was stayed, the date of the violation that the disciplinary action pertains to,
describe the nature of the violation and the condition (if any) upon which the disciplinary action
was stayed.
N/A
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
USA Shgde & Fatyjc Structures, Jnc.
(sign
John Saunders, President
(print name/title)
Page 1 of 1 pages of this Disclosure of Discipline form
Revised 11 /01 /06 Contract No. PKS 07-06 Page 24 of 114 Pages
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
State of California )
} ss.
County of Orange )
(Name of Bidder)
and says that he or she is President
John Saunders bejng fjrst du|y SWQm> deposes
(Title)
of USA Shade & Fabric Structures, Inc.
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was
executed on the XHOth day of July , 2QQ7 .
John Snilnders, PresidentSignature of Bidd
Subscribed and sworn to before me on the 10th day of July , 20 07
ION EXPIRES
January 24,2011
Signature of Notary
Revised 11/01/06 Contract No. PKS 07-06 Page 25 of 114 Pages
CONTRACT
PUBLIC WORKS
This agreement is made this O ~ day of /v- <t35c> kLQ-sr- , 2007,
by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City),
and USA SHADE & FABRIC STRUCTURES INC. whose principal
place of business is PO BOX 560168 DALLAS TX 75356 (hereinafter
called "Contractor")-
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for:
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and
Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans
and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and
General Provisions, and all proper amendments and changes made thereto in accordance with this
Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated
herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as
indicated, specified, and implied by the Contract Documents. Any items of work not indicated or
specified, but which are essential to the completion of the work, shall be provided at the Contractor's
expense to fulfill the intent of said documents. In all instances through the life of the Contract, the
City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials
suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor's performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of
this contract. The Engineer will close the estimate of work completed for progress payments on the
last working day of each month. The City shall withhold retention as required by Public Contract
Code Section 9203.
Revised 11/01/06 Contract No. PKS 07-06 Page 26 of 114 Pages
5. Independent Investigation. Contractor has made an independent investigation of the
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the
work, and is aware of those conditions. The Contract price includes payment for all work that may be
done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any
information that may have been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground
conditions and has not relied on information furnished by City.
6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches
or other excavations that extend deeper than four feet below the surface Contractor shall promptly,
and before the following conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste,
as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class
I, Class II, or Class III disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature,
different materially from those ordinarily encountered and generally recognized as inherent in work of
the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time
required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with
California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates
is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to
California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
Revised 11/01/06 Contract No. PKS 07-06 Page 27 of 114 Pages
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those relating to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City. The
expenses of defense include all costs and expenses including attorneys' fees for litigation,
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by
the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense
costs for the City. Defense costs include the cost of separate counsel for City, if City requests
separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in
City Council Policy # 70.
(A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits
indicted herein:
a. Commercial General Liability Insurance: $1,000,000 combined single limit per occurrence for
bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the
amounts specified shall be established for the risks for which the City or its agents, officers or
employees are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled.
c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits
as required by the Labor Code of the State of California. Workers' compensation offered by the State
Compensation Insurance Fund is acceptable to the City.
(B) Additional Provisions: Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers' Compensation and Business Automobile Liability
Insurance contain, or are endorsed to contain, the following provisions.
a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers' liability coverage.
Revised 11/01/06 Contract No. PKS 07-06 Page 28 of 114 Pages
b. The Contractor's insurance coverage shall be primary insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor's insurance and shall not
contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided
to the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to
state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage
or limits except after ten (10) days' prior written notice has been sent to the City by certified mail,
return receipt requested.
(D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured
retention levels must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
losses and related investigation, claim administration and defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a
waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its
officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall
furnish separate certificates and endorsements for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's
Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of
insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a
listing in the official publication of the Department of Insurance of the State of California and/or under
the standards specified by City Council Policy # 70.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and endorsements
for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on
its behalf. The certificates and endorsements are to be in forms approved by the City and are to be
received and approved by the City before the Contract is executed by the City.
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included
in the Contractor's bid.
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is
included in Section 3 of the General Provisions. The contractor shall initially submit all claims over
$375,000 to the City using the informal dispute resolution process described in Public Contract Code
subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all
claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California
Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit
for breach of this agreement.
Revised 11 /01706 Contract No. PKS 07-06 Page 29 of 114 Pages
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections 12650
et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false
claim to a public entity. These provisions include false claims made with deliberate ignorance of the
false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim
may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025,
3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor
from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San pie^o County,
California.
I have read and understand all provisions of Section 11 above.
12. Maintenance of Records. Contractor shall maintain and make available at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article
2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place
of business as specified above, Contractor shall so inform the City by certified letter accompanying
the return of this Contract. Contractor shall notify the City by certified mail of any change of address
of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720
of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and the
City may be substituted for monies withheld to ensure performance under this Contract.
Revised 11/01/06 Contract No. PKS 07-06 Page 30 of 114 Pages
15. Unfair Business Practices. In entering into a public works contract or a subcontract to
supply goods, services, or materials pursuant to a public works contract, the contractor or
subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the
Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business
and Professions Code), arising from purchases of goods, services, or materials pursuant to the
public works contract or the subcontract. This assignment shall be made and become effective at the
time the awarding body tenders final payment to the contractor, without further acknowledgment by
the parties.
16. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and
included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
17. Additional Provisions. Any additional provisions of this agreement are set forth in the
"General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
(CORPORATE SEAL)
CONTRACTOR:
tf
(name of Contractor
By:
/ (pflnt name andirfl*
A *- ^;(signlte/e)'
M. WOOD/Qfty Clerk
'—
(print name and title)
President'or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
CityAttorney
By:
Deputy City Attorney
Revised 11/01/06 Contract No. PKS 07-06 Page 31 of 114 Pages
FORM FOR ORDINARY CERTIFICATE OF
ACKNOWLEDGEMENT
State of Texas
County of Dallas
Before me, Kelly Lynn Whitehorn, on this day personally appeared Joseph
C. Tabone, the CFO, and John Saunders, the President of USA Shade &
Fabric Structures, Inc., known to me to be the person whose name is
subscribed to the foregoing instrument and acknowledged to me that he
executed the same for the purposes and consideration therein expressed.
Given under my hand and seal of office this 5th day of September, 2007.
KELLY LYNN WHITEHORN
'•*; MY COMMISSION EXPIRES
November 14,2009
Bond #929427751
LABOR AND MATERIALS BOND
WHEREAS, the City of Carlsbad, State of California, has administratively awarded to
USA SHADE & FABRIC STRUCTURES INC. (hereinafter designated as the
"Principal"), a Contract for:
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are
incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to
pay for any materials, provisions, provender or other supplies or teams used in, upon or about the
performance of the work agreed to be done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE. USA SHADE & FABRIC STRUCTURES INC. as Principal,
(hereinafter designated as the 'Contractor"), and Western Surety Company -
PO Box 5077: Sioux Falls. SD 57117-5077 as Surety, are held firmly bound unto the City of Carlsbad
in the sum of Thirty Two Thousand Six Hundred Ninety Nine Dollars and Forty Five Cents
($32,699.45), said sum being an amount equal to: One hundred percent (100%) of the total amount
payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly
to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns,
Jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other work or labor thereon of any kind,
consistent with California CM! Code section 3181, or for amounts due under the Unemployment
Insurance Code with respect to the work or labor performed under this Contract, or for any amounts
required to be deducted, withheld, and paid over to the Employment Development Department from
the wages of employees of the contractor and subcontractors pursuant to section 13020 of the
Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the
same, and, also, in case suit Is brought upon the bond, reasonable attorney's fees, to be fixed by the
court consistent with California Civil Code section 3246.
This bond shall inure to the benefit of any of the persons named in California Civil Code section
3181, so as to give a right of action to those persons or their assigns in any suit brought upon the
bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed hereunder or the specifications accompanying the same
shall affect Its obligations on this bond, and it does hereby waive notice of any change, extension of
time, alterations or addition to the terms of the contract or to the work or to the specifications.
Revised 11/01/06 Contract No. PKS 07-06 Page 32 of 114 Pages
in the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 21st
day of August , 2007
CONTRACTOR:
USA Shade & Fabric Structures. Inc.
Executed by SURETY this 20th day
of August , 20 07 .
SURETY: -
Western Surety Company
(name of Surety)
PC Box 5077: Sioux Falls SD 57117-5077
(address of Surety)
(800)331-6053
(print name here)(telephone number of Surety)
By: VV<9 hafafk JlOJ); "
(sign hetef)
(print name here)
(signature7 of Attomey-in-Fact)
Diana K. Willis ^
(printed name of Attomey-in-Factf
(attach corporate resolution showing currant power
of attorney)
• oaft.
(title and organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer
signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate
seat empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
Deputy City Attorney
Revised 11/01/06 Contract No. PKS 07-06 Page 33 of 114 Pages
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
William B Cadenhead, Michael D Hendrickson, Becky L Branum, Diana K Willis,
Individually
of Hurst, TX, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby "given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 7th day of September, 2006.
WESTERN SURETY COMPANY
Paul f. Bruflat, Senior Vice President
State of South Dakota
County of Minnehaha
On this 7th day of September, 2006, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that
he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
My commission expires
November 30,2006
+SSSSSSSSSSSSSSSSSS
D. KRELL
•fSHS
DAKOTA V
Public
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby ce.iify that ihe Power of Attorney hereinabove set forth is still in
force, and further certify that the By-Law of the corporation printed on the reverse hereof stiH in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this /ffl/TE-/ day of
WESTERN SURETY COMPANY
L. Nelson, Assistant Secretary
Form F4280-01-02
Authorizing By-Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board, of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
ALL-PURPOSE ACKNOWLEDGMENT
to be the person(s) whose name(s) it/ar*
subscribed to the within instrument and
acknowledged to me that ha/ttha/lhay executed
the same in his/her/their authorized
capacity(ies), and that by hJs/her/thtir
signalure(s) on the instrument the penton(t), or
the entity upon bohatt of which the p«r«on(c)
acted, executed the instrument.
hand and
State of
County of
known to me
approved to me on the basis of satisfactory
evidence
KELLY LYNN WHITEHORN
MY COMMISSION EXPIRES
November 14,2009
Description of Attached Document
TiUe or Type of Document:
Document Date: _ :
Though tht Monnalion MOMI it not /•qwfed ty Anr. * a*f pfOft KMUabto to pvsons nfymgonttMttoamtnttrtaeouUfnvtnt
Wuduiem removtl and mtttOmtnt at (Ms form to «no0Mr OocunMnL
Number of Pages:.
Signer(s) Other Than Named Above:
Capaclty(ies) Claimed by Signer
Signer's Name:
D Individual
Corporate Officer — Tttte(s):
D Partner — O Limited aG«n«ra)
D Attomey-in-Fact
O Trustee
O Guardian or Conservator
D Other;
Signer Is Representing: USA Shade & Fabric Structures. Inc.
t iMl lUliiini' crmrii mn Pi nnm n n rn r.ii 7im n«l»»i»lli fl> rttt "tnt -Kat.ttu.MH G*ii+nif \msnmn
ALL-PURPOSE ACKNOWLEDGMENT
State of
County of
On August 20. 2007
personally appeared Diana K. Willis
before me,Rhonda R. Moore / frjotarv Public
N«M uri TM al QMW (•«.. -JMI DM. Nnvy FMHO
RHONDA R. MOORE
Notary Public
State of Texas
Comm. Expires 11-06-2007
ft personally known to ma
O proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) It/are
subscribed to the within instrument end
acknowledged to me that ha/feha/thay executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the peraonf*}, or
the entity upon behalf of which th« pereontc)
acted, executed the instrument.
teal seal.
OPTIONAL
Though ih* Intormtion bitow it not /wjuretf tqr ttw. timfpn** vatuatM to person* nlying <*> <*>• tfocuiMnl »rx) eauWprcvwil
fmudufcm rtmovtl and rwttKAmwx ot (hit lorn to «notfwr docunMnt
Description of Attached Document
Trtle or Type of Document: Payment & Performance Bond
Document Date: 08/20/07 :. Number of Pages:.
Signer(s) Other Than Named Above:.
Capacity(ies) Claimed by Signer
Signer's Name Digna K. Willis
O Individual
D Corporate Officer —• Title(s):
G Partner — O Limited D General
0 Attomey-in-Fact
D Trustee
O Guardian or Conservator
D Othwr:
Signer is Representing: Western Surety Company
ii c*l» rui i inn ITI HIT
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. 929427751
In accordance with Section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim to the named surety under
this bond(s) should be sent to:
Western Surety Company
PO Box 5077
Sioux Falls, SD 57117-5077
Telephone: (800) 331-6053
Fom»F8944
Bond #929427751
FAITHFUL PERFORMANCE/WARRANTY BOND
WHEREAS, the City of Carlsbad, State ofCalifornia, has administratively awarded to
USASHADE & FABRIC STRUCTURES INC. (hereinafter designated as the
"Principal"), a Contract for:
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and
other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE. USA SHADE & FABRIC STRUCTURES INC. as Principal,
(hereinafter designated as the "Contractor"), and Western Surety Company — -— ——
PO Box 5077: Sioux Falls. SD 57117-5077 as Surety, are held firmly bound unto the City of Carlsbad
in the sum of Thirty Two Thousand Six Hundred Ninety Nine Dollars and Forty Five Cents
($32,699.45), said sum being an amount equal to: One hundred percent (100%) of the total amount
payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly
to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns,
Jointly and severally, firmly by these presents,
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well
and truly keep and perform the covenants, conditions, and agreements in the Contract and any
alteration thereof made as therein provided on their part, to be kept and performed at the time and in
the manner therein specified, and in all respects according to their true Intent and meaning, and shall
indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein
stipulated, then this obligation shall become null and void; otherwise It shall remain in full force and
effect
As a part of the obligation secured hereby and in addition to the face amount specified therefore,
there shall be Included costs and reasonable expenses and fees, including reasonable attorney's
fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and
included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed there under or the specifications accompanying the
same shall affect its obligations on this bond, and it does hereby waive notice of any change,
extension of time, alterations or addition to the terms of the contract or to the work or to the
specifications.
Revised 11/01/06 Contract No. PKS 07-06 Page 34 of 114 Pages
In the event that Contractor Is an Individual, It Is agreed that the death of any such Contractor shall
not exonerate the Surety from Its obligations under this bond.
Executed by CONTRACTOR this 21st
day of August , 2007 .
CONTRACTOR:
USA Shade & Fabric Structures. Inc.
(name of Contractor)
Executed by SURETY this 20th
August
. day of
_,2007
SURETY:
Western Surety Company
(name of Surety)
PO Box 5077: Sioux Falls. SD 57117-5077
(address of Surety)
(800) 331-6053
(print name here)
(telephone number of Surety)
(TWe and Organisation of Signatory)
By.
(sign here)
(print name here)
By: r , _,^..
(signature of Attomey-in-Fact)
Diana K. Willis
(printed name of Attomey-in-Fact)
(Attach corporate resolution showing current
power of attorney.)
(Title and Organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
Deputy City Attorney
Revised 11/01/06 Contract No. PKS 07-06 Page 35 of 114 Pages
ALL-PURPOSE ACKNOWLEDGMENT
Stated
Courtyof
ss.
On.
personally apoeared
KELLY LYNN WHITEHORN
COMMISSION EXPIR
November 14,2009
rumtt)« SVMXII
JSpersonaliy known to me
D proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) it/are
subscribed to the within instrument and
acknowledged to me that Ka/sheAhay executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the peraon(t}, or
the entity upon bohaU of which ma penwn(c)
acted, executed the instrument.
(hand <iOu
OPTIONAL
Though the intonation Mow it not wquined oy Itw, * amf pm* w*»»6» to perao^ftfyinB on »i» document »ndcou«pf»v«n(
tnujOulent nmonl and natfOmtnt at iftii term to tnathti DocunMnt
Description of Attached Document
Title or Type of Document: _ _ _ _ _ _ _ . .__,._
Document Date: __________^j . Number of Pages:.
Signer(s) Other Than Named Above:.
CapacityO**) Claimed by Signer
Signer's Name
Individual
Corporate Officer — Tttle(s):
D Partner — D Limited Q General
a Attomey-in-Fact
D Trustee
D Guardian or Conservator
D Other; _
Signer is Representing: USA Shade & Fabric Structures, Inc.
c mi »*»* maty tmnuKf •.. P.O. BO. am • CMHnaHi. C*tHH-;«oe •
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and
whose address is
hereinafter called
"Contractor" and whose address is
hereinafter
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention
earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
in the amount of dated (hereinafter referred to
as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of
the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a
substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit.
The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow
Agent in connection with the handling of retentions under these sections in an amount not less than
$100,000 per contract. The market value of the securities at the time of the substitution shall be a
least equal to the cash amount then required to be withheld as retention under the terms of the
contract between the City and Contractor. Securities shall be held in the name of the City and shall
designate the Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow
Agent shall hold them for the benefit of the Contractor until such time as the escrow created under
this contract is terminated. The Contractor may direct the investment of the payments into securities.
All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the Escrow Agent directly.
4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be subject to
withdrawal by Contractor at any time and from time to time without notice to the City.
Revised 11/01/06 Contract No. PKS 07-06 Page 36 of 114 Pages
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow
Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor.
Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent
shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete
and that the Contractor has complied with all requirements and procedures applicable to the
Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less
escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon
disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant
to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow
Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and
interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written notice
on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of
their respective signatures are as follows:
For City: Title FINANCE DIRECTOR
Name
Signature
Address 1635 Faraday Avenue. Carlsbad. CA 92008
For Contractor: Title
Name
Signature
Address _
For Escrow Agent: Title
Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent
a fully executed counterpart of this Agreement.
Revised 11/01/06 Contract No. PKS 07-06 Page 37 of 114 Pages
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the
date first set forth above.
For City:Title MAYOR
Name
Signature
Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008
For Contractor:Title
Name.
Signature.
Address
For Escrow Agent:Title
Name
Signature
Address
Revised 11/01/06 Contract No. PKS 07-06 Page 38 of 114 Pages
of Carlsbad
Public Works - Contract Administration
June 25, 2007
ADDENDUM NO. 1
RE: LA COSTA CANYON PARK SHADE STRUCTURE INSTALLATION
BID NO. PWS07-28PKS, CONTRACT NO. PKS07-06
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum-receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
KEVIN DAVIS
Buyer
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bidder's Signature
1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (76O) 602-4677 • FAX (76O) 6O2-§562
•J6/21/2007) Rhonda Gasper-Heather - 06-21-07 Addendum #001 PKS 07-06 LCCanyon Shade Structure.pdf Pagel!
June 21,2007 .
TO: Senior Contract Administrator
FROM: Public Works Supervisor, Contracts and Agreements
CONTRACT NO. PKS 07-06 / BID NO. PWS07-28PKS
LA COSTA CANYON SHADE STRUCTURE INSTALLATION
REQUEST FOR ADDENDUM #01
Please prepare Addendum #01 to the contract covering the following issues:
ITEM NO. 1
Page 6 - Notice Inviting Bids
Add the following:
The following classifications are acceptable for this contract: A General Engineering or
B General Building
DALE A. SCHUCK
Public Works Supervisor, Contracts and Agreements
c: Public Works Manager
Parks Superintendent
Public Works Inspector
FHe
Addendum *1 PKS 07-06 L» Costa Canyon Shad* Struc«ur« ImtoBatton
GENERAL PROVISIONS
FOR
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
CITY OF CARLSBAD
BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1,
GENERAL PROVISIONS, OF THE STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
1-1 TERMS - Unless otherwise stated, the words directed, required, permitted, ordered,
instructed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or
words of like meaning, refer to actions, expressions, and prerogatives of the Engineer.
1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted",
"scheduled", or words of similar import are used, it shall be understood that reference is made to
the plans accompanying these provisions, unless stated otherwise.
1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import
are used, it shall be understood that the direction, designation or selection of the Engineer is
intended, unless stated otherwise. The word "required" and words of similar import shall be
understood to mean "as required to properly complete the work as required and as approved by
the Engineer," unless stated otherwise.
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and
such words of similar import are used, it shall be understood such words are followed by the
expression "in the opinion of the Engineer", unless otherwise stated. Where the words
"approved", "approval", "acceptance", or words of similar import are used, it shall be understood
that the approval, acceptance, or similar import of the Engineer is intended.
1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use,
including furnishing of necessary labor, materials, tools, equipment, and transportation.
Revised 11/01/06 Contract No. PKS 07-06 Page 39 of 114
1-2 Definitions. The following words, or groups of words, shall be exclusively defined by the
definitions assigned to them herein.
Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies,
corrects, or changes the bidding or Contract Documents. The term Addendum shall include
bulletins and all other types of written notices issued to potential bidders prior to opening of Bids.
Agency - the City of Carlsbad, California.
Agreement - See Contract.
Assessment Act Contract - A Contract financed by special assessments authorized under a
State Act or procedural ordinance of a City or County.
Base - A layer of specified material of planned thickness placed immediately below the
pavement or surfacing.
Bid - The offer or proposal of the. Bidder submitted on the prescribed form setting forth the
prices for the Work.
Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid
for the Work, acting directly or through a duly authorized representative.
Board - The officer or body constituting the awarding authority of the Agency, which is the City
Council for the City of Carlsbad or the Board of Directors of Carlsbad Municipal Water District. ^_
Bond - Bid, performance, and payment bond or other instrument of security. ^•""/
City Council - The City Council of the City of Carlsbad.
City Manager - The City Manager of the City of Carlsbad or his/her approved representative.
Cash Contract - A Contract financed by means other than special assessments.
Change Order - A written order to the Contractor signed by the Agency directing an addition,
deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time
issued after the effective date of the Contract. A Change Order may or may not also be signed
by the Contractor.
Code - The terms Government Code, Labor Code, etc., refer to codes of the State of California.
Contract - The written agreement between the Agency and the Contractor covering the Work.
Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain
to the contract documents), Notice Inviting Bids, Instructions to Bidders; Bid (including
documentation accompanying the Bid and any post-bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Contract, the Bonds, the general conditions,
permits from other agencies, the Special Provisions, the Plans, Standard Plans, Standard
Specifications, Reference Specifications, and all Modifications issued after the execution of the ^^
Contract. ^
Revised 11/01/06 Contract No. PKS 07-06 Page 40 of 114
Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a
Contract with the Agency to perform the Work. In the case of work being done under permit
issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime
contractor" shall mean Contractor.
Contract Price - The total amount of money for which the Contract is awarded.
Contract Unit Price - The amount stated in the Bid for a single unit of an item of work.
County Sealer - The Sealer of Weights and Measures of the county in which the Contract is let.
Days - Days shall mean consecutive calendar's days unless otherwise specified.
Dispute Board - persons designated by the City Manager of the City of Carlsbad or Executive
Manager of the Carlsbad Municipal Water District, to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager for the City of Carlsbad or the Executive
Manager for the Carlsbad Municipal Water District is the last appeal level for informal dispute
resolution.
Electrolier - Street light assembly complete, including foundation, standard, luminaire arm,
luminaire, etc.
Engineer - The Public Works Director of the City of Carlsbad or his/her approved
representative. The Engineer is the third level of appeal for informal dispute resolution.
Geotextile - Synthetic fiber used in civil engineering applications, serving the primary functions
of separation and filtration.
House Connection Sewer - A sewer, within a public street or right-of-way, proposed to connect
any parcel, lot, or part of a lot with a mainline sewer.
House Sewer - A sewer, wholly within private property, proposed to connect any building to a
house connection sewer.
Luminaire - The lamp housing including the optical and socket assemblies (and ballast if so
specified).
Luminaire Arm - The structural member, bracket, or mast arm, which, mounted on the
standard, supports the luminaire.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original
Contract Price bid.
Modification - Includes Change Orders and Supplemental Agreements. A Modification may
only be used after the effective date of the Contract.
Notice of Award - The written notice by the Agency to the successful Bidder stating that upon
compliance by it with the required conditions, the Agency will execute the Contract.
Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on
which the Contract time will start.
Revised 11/01/06 Contract No. PKS 07-06 Page 41 of 114
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work.
Further, such employees have their employment taxes, State disability insurance payments,
State and Federal income taxes paid and administered, as applicable, by the Contractor. When
used in Section 2-3.1 "own organization" means construction equipment that the Contractor
owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased
equipment with an operator is not part of the Contractor's Own Organization and will not be
included for the purpose of compliance with Section 2-3.1.
Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other
legal entity.
Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings,
or reproductions thereof, approved by the Engineer, which show the location, character,
dimensions, or details of the Work.
Private Contract - Work subject to Agency inspection, control, and approval, involving private
funds, not administered by the Agency.
Project Inspector - the Engineer's designated representative for inspection, contract
administration and first level for informal dispute resolution.
Proposal - See Bid.
Public Works Manager - The Public Works Supervisor's immediate supervisor and second /—^
level of appeal for informal dispute resolution. ^~3
Public Works Supervisor- the Project Inspector's immediate supervisor and first level of
appeal for informal dispute resolution.
Reference Specifications - Those bulletins, standards, rules, methods of analysis or test,
codes, and specifications of other agencies, engineering societies, or industrial associations
referred to in the Contract Documents. These refer to the latest edition, including amendments in
effect and published at the time of advertising the project or issuing the permit, unless
specifically referred to by edition, volume, or date.
Roadway - The portion of a street reserved for vehicular use.
Service Connection - Service connections are all or any portion of the conduit, cable, or duct,
including meter, between a utility distribution line and an individual consumer.
Sewer - Any conduit intended for the reception and transfer of sewage and fluid industrial
waste.
Specifications - Standard Specifications, Reference Specifications, Special Provisions, and
specifications in Supplemental Agreements between the Contractor and the Board.
Special Provisions - Additions and revisions to the Standard Specifications setting forth
conditions and requirements peculiar to the work.
O
Revised 11/01/06 Contract No. PKS 07-06 Page 42 of 114
Standard - The shaft or pole used to support street lighting luminaire, traffic signal heads, mast
arms, etc.
Standard Plans - Details of standard structures, devices, or instructions referred to on the
Plans or in Specifications by title or number.
Standard Specifications - The Standard Specifications for Public Works Construction
(SSPWC), the "Greenbook".
State - State of California.
Storm Drain - Any conduit and appurtenances intended for the reception and transfer of storm
water.
Street - Any road, highway, parkway, freeway, alley, walk, or way.
Subbase - A layer of specified material of planned thickness between a base and the subgrade.
Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor
or with any other Subcontractor for the performance of a part of the Work.
Subgrade - For roadways, that portion of the roadbed on which pavement, surfacing, base,
subbase, or a layer of other material is placed. For structures, the soil prepared to support a
structure.
Supervision - Supervision, where used to indicate supervision by the Engineer, shall mean the
performance of obligations, and the exercise of rights, specifically imposed upon and granted to
the Agency in becoming a party to the Contract. Except as specifically stated herein, supervision
by the Agency shall not mean active and direct superintendence of details of the Work.
Supplemental Agreement - A written amendment of the Contract Documents signed by both
parties.
Surety - Any individual, firm, or corporation, bound with and for the Contractor for the
acceptable performance, execution, and completion of the Work, and for the satisfaction of all
obligations incurred.
Tonne - Also referred to as "metric ton". Represents a unit of measure in the International
System of Units equal to 1,000 kilograms.
Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sewers,
or storm drains owned, operated, or maintained in or across a public right of way or private
easement.
Work - That which is proposed to be constructed or done under the Contract or permit,
including the furnishing of all labor, materials, equipment, and services.
Revised 11/01/06 Contract No. PKS 07-06 Page 43 of 114
1-3 ABBREVIATIONS
1-3.1 General. The abbreviation herein, together with others in general use, are applicable to
these Standard Specifications and to project Plans or other Contract Documents.
All abbreviations and symbols used on Plans for structural steel construction shall conform to
those given by the "Manual of Steel Construction" published by the American Institute of Steel
Construction, Inc.
1-3.2 Common Usage
Abbreviation Word or Words
ABAN Abandon
ABAND Abandoned
ABS Acrylonitrile - butadiene - styrene
AC Asphalt Concrete
ACP Asbestos cement pipe
ACWS Asphalt concrete wearing surface
ALT Alternate
APIS Apartment and Apartments
AMER STD American Standard
AWG American Wire Gage (nonferrous wire)
BC Beginning of curve
BCR Beginning of curb return
BDRY Boundary
BF Bottom of footing
BLDG Building and Buildings
BM Bench mark
BVC Beginning of vertical curve
B/W Back of wall
C/C Center to center
CAB Crushed aggregate base
CAL/OSHA California Occupational Safety and
Health Administration
CalTrans California Department of Transportation
CAP Corrugated aluminum pipe
CB Catch Basin
Cb Curb
CBP Catch Basin Connection Pipe
CBR California Bearing Ratio
CCR California Code of Regulations
CCTV Closed Circuit TV
CES Carlsbad Engineering Standards
CF Curb face
CF Cubic foot
C&G Curb and gutter
CFR Code of Federal Regulations
CFS Cubic Feet per Second
CIP Cast iron pipe
CIPP Cast-in place pipe
CL Clearance, center line
CLF Chain link fence
CMS Crushed miscellaneous base
CMC Cement mortar-coated
CML Cement mortar-lined
CMWD Carlsbad Municipal Water District
CO Cleanout (Sewer)
COL Column
COMM Commercial
CONG Concrete
CONN Connection
CONST Construct, Construction
COORD Coordinate
CSP Corrugated steel pipe
CSSD Carlsbad Supplemental Standard Drawings
CTB Cement treated base
CV Check valve
CY Cubic yard
D Load of pipe
dB Decibels
DBL Double
DF Douglas fir
DIA Diameter
DIP Ductile iron pipe
DL Dead load
DR Dimension Ratio
DT Drain Tile
DWG Drawing
DWY Driveway
DWY APPR Driveway approach
E Electric
EA Each
EC End of curve
ECR End of curb return
EF Each face
EG Edge of gutter
EGL Energy grade line
El Elevation
ELC Electrolier lighting conduit
ELT Extra long ton
ENGR Engineer, Engineering
EP Edge of pavement
ESMT Easement
ETB Emulsion-treated base
EVC End of vertical curb
EWA Encina Wastewater Authority
EXC Excavation
EXP JT Expansion joint
EXST Existing
F Fahrenheit
F&C Frame and cover
F&l Furnish and install
FAB Fabricate
FAS Flashing arrow sign
FD Floor drain
FDN Foundation o
Revised 11/01/06 Contract No. PKS 07-06 Page 44 of 114
FED SPEC Federal Specification
FG Finished grade
FH Fire hydrant
FL Flow line
FS Finished surface
FT-LB Foot-pound
FTG Footing
FW Face of wall
G Gas
GA Gauge
GAL Gallon and Gallons
GALV Galvanized
GAR Garage and Garages
GIP Galvanized iron pipe
GL Ground line or grade line
GM Gas meter
GNV Ground Not Visible
GP Guy pole
GPM gallons per minute
GR Grade
GRTG Grating
GSP Galvanized steel pipe
H High or height
HB Hose bib
HC House connection
HDWL Headwall
HGL Hydraulic grade line
HORIZ Horizontal
HP Horsepower
HPG High pressure gas
HPS High pressure sodium (Light)
HYDR Hydraulic
IE Invert Elevation
ID Inside diameter
INCL Including
INSP Inspection
INV Invert
IP Iron pipe
JC Junction chamber
JCT Junction
JS Junction structure
JT Joint
L Length
LAB Laboratory
LAT Lateral
LB Pound
LD Local depression
LF Linear foot
LH Lamp hole
LL Live load
LOL Layout line
LONG Longitudinal
LP Lamp post
LPS Low pressure sodium (Light)
LS Lump sum
LTS Lime treated soil
LWD Leucadia Wastewater District
MAINT Maintenance
MAX Maximum
MCR Middle of curb return
MEAS Measure
MH Manhole, maintenance hole
MIL SPEC Military specification
MISC Miscellaneous
MOD Modified, modify
MON Monument
MSL. Mean Sea Level (Reg. Standard Drawing M-12)
MTBM Microtunneling Boring Machine
MULT Multiple
MUTCD.... Manual on Uniform Traffic Control Devices
MVL Mercury vapor light
NCTD North County Transit District
NRCP Nonreinforced concrete pipe
OBS Obsolete
OC On center
OD Outside diameter
OE Outer edge
OHE Overhead Electric
OMWD Olivenhain Municipal Water District
OPP Opposite
ORIG Original
PB Pull box
PC Point of curvature
PCC Portland cement concrete or point
of compound curvature
PCVC Point of compound vertical curve
PE Polyethylene
PI Point of intersection
PL Property line
PMB Processed miscellaneous base
POC Point on curve
POT Point on tangent
PP Power pole
PRC Point of reverse curve
PRVC Point of reverse vertical curve
PSI Pounds per square inch
PT Point of tangency
PVC Polyvinyl chloride
PVMT Pavement
PVT R/W Private right-of-way
Q Rate of flow in cubic feet per second
QUAD Quadrangle, Quadrant
R Radius
R&O Rock and oil
R/W Right-of-way
RA Recycling agent
RAC Recycled asphalt concrete
RAP Reclaimed asphalt pavement
RBAC Rubberized asphalt concrete
RC Reinforced concrete
RGB Reinforced concrete box
RCE Registered civil engineer
RCP Reinforced concrete pipe
RCV Remote control valve
REF Reference
REINF Reinforced or reinforcement
RES Reservoir
RGE Registered geotechnical engineer
ROW Right-of-Way
RR Railroad
RSE Registered structural engineer
RTE Registered traffic engineer
S Sewer or Slope, as applicable
SCCP Steel cylinder concrete pipe
SD Storm drain
SDNR San Diego Northern Railway
SDR Standard thermoplastic pipe dimension ratio
(ratio of pipe O.D. to minimum wall thickness)
SDRSD San Diego Regional Standard Drawings
SE Sand Equivalent
Revised 11/01/06 Contract No. PKS 07-06 Page 45 of 114
SEC Section
SF Square foot
SFM Sewer Force Main
SI International System of Units (Metric)
SPEC Specifications
SPPWC Standard Plans for
Public Works Construction
SSPWC Standard Specifications for
Public Works Construction
STHWY State highway
STA Station
STD Standard
STR Straight
SIR GR Straight grade
STRUG Structural/Structure
SW Sidewalk
SWD Sidewalk drain
SY Square yard
T Telephone
TAN Tangent
TC Top of curb
TEL Telephone
TF Top of footing
TOPO Topography
TR Tract
TRANS Transition
TS Traffic signal or transition structure
TSC Traffic signal conduit
TSS Traffic signal standard
TW Top of wall
TYP Typical
UE Underground Electric
USA Underground Service Alert
VAR Varies, Variable
VB Valve box
VC Vertical curve
VCP Vitrified clay pipe
VERT Vertical
VOL Volume
VWD Vallecitos Water District
W Water, Wider or Width, as applicable
WATCH Work Area Traffic Control Handbook
Wl Wrought iron
WM Water meter
WPJ Weakened plane joint
XCONN Cross connection
XSEC Cross section
o
1-3.3 Institutions.
Abbreviation Word or Words
AASHTO American Association of State Highway and Transportation Officials
AISC American Institute of Steel Construction
ANSI American National Standards Institute
API American Petroleum Institute
AREA American Railway Engineering Association
ASTM American Society for Testing and Materials
AWPA American Wood Preservers Association
AWS American Welding Society
AWWA American Water Works Association
FHWA Federal Highway Administration
GRI Geosynthetic Research Institute
NEMA National Electrical Manufacturers Association
NOAA National Oceanic and Atmospheric Administration (Dept. of Commerce)
UL Underwriters' Laboratories Inc.
USGS United States Geological Survey
O
Revised 11/01/06 Contract No. PKS 07-06 Page 46 of 114
o
1-4 UNITS OF MEASURE.
1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the
principal measurement system in these specifications. However, certain material
specifications and test requirements contained herein use SI units specifically and
conversions to U.S. Standard Measures may or may not have been included in these
circumstances. When U.S. Standard Measures are not included in parenthesis, then the
SI units shall control. S.I. units and U.S. Standard Measures in parenthesis may or may
not be exactly equivalent.
Reference is also made to ASTM E 380 for definitions of various units of the SI system
and a more extensive set of conversion factors.
1 -4.2 Units of Measure and Their Abbreviations.
U.S. Customary Unit (Equal To) SI Unit
(Abbreviations) (Abbreviations)
1 mil (=0.001 in) ..25.4 micrometer
(urn)1 inch (in) 25.4 millimeter
(mm)
1 inch (in) 2.54 centimeter
(cm)
1 foot (ft) 0.3048 meter (m
1 yard (yd) 0.9144 meter (m
1 mile (mi) 1.6093 kilometer
(km)
1 square foot (fr) 0.0929 square
meter (m )
1 square yard (yd ) 0.8361 square
meter (m )
1 cubic foot (ft) 0.0283 cubic meter
(m3)1 cubic yard (yd ) 0.7646 cubic meter
(m3)
1 acre 0.4047 hectare (ha)
1 U.S. gallon (gal) 3.7854 Liter (L)
1 fluid ounce (fl. oz.) 29.5735 millileter
(mL)
1 pound mass (Ib) (avoirdupois) 0.4536 kilogram
(kg)1 ounce mass (oz) 0.02835 kilogram
(kg)1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (=
907 kg)
1 Poise 0.1 pascal second
(Pa s)
1 centistoke (cs) 1 square millimeters
per
second (mm /s)
1 pound force (Ibf) 4.4482 Newton (N)
1 pounds per square inch (psi) 6.8948 Kilopascal
(kPa)
1 pound force per foot (Ibf/ft) 1.4594 Newton per
meter (N/m)
1 foot-pound force (ft-lbf) 1.3558 Joules (J)
1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W)
1 part per million (ppm) 1 milligram/liter
(mg/L)
Revised 11/01/06 Contract No. PKS 07-06 Page 47 of 114
Temperature Units and Abbreviations
Degree Fahrenheit (°F): Degree Celsius
°F = (1.8 x °C) + 32 °C = (°F - 32)/1.8
SI Units (abbreviation) Commonly Used in Both Systems
1 Ampere (A)
1 Volt (V)
1 Candeia (cd)
1 Lumen (Im)
1 second (s)
Common Metric Prefixes
kilo(k) 103
centi(c) 10"?
milli(m) 10"3
micro (u) 10"!
nano(n) 10
pico(p) 10"
1-5 SYMBOLS
A Delta, the central angle or angle between tangents
Z Angle
% Percent
Feet or minutes
" Inches or seconds1 Number
/ per or (between words)0 Degree
PL Property line
CL Centerline
SL Survey line or station line
12
o
Revised 11/01/06 Contract No. PKS 07-06 Page 48 of 114
SECTION 2 - SCOPE AND CONTROL OF WORK
2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as
provided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids.
2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the
Board, except that the Contractor may assign money due or which will accrue to it under the
Contract. If given written notice, such assignment will be recognized by the Board to the extent
permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of
the Agency and to all deductions provided for in the Contract. All money withheld, whether
assigned or not, shall be subject to being used by the Agency for completion of the Work, should
the Contractor be in default.
2-3 SUBCONTRACTS.
2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code
including Sections 4100 through 4113. The following excerpts or summaries of some of the
requirements of this Chapter are included below for information:
The Bidder shall set forth in the Bid, as provided in 4104:
"(a) The name and location of the place of business of each subcontractor who
will perform work or labor or render service to the prime contractor in or about the
construction of the work or improvements, or a subcontractor licensed by the
State of California who, under subcontract to the prime contractor, specially
fabricates and installs a portion of the work or improvement according to detailed
drawings contained in the plans and specifications, in an amount in excess of
one-half of 1 percent of the prime contractor's total bid, or, in the case of bids or
offers for the construction of streets or highways, including bridges, in excess of
one-half of 1 percent of the prime contractor's total bid or ten thousand dollars
($10,000), whichever is greater."
"(b) The portion of the work which will be done by each such subcontractor under
this act. The prime contractor shall list only one subcontractor for each such
portion as is defined by the prime contractor in his bid."
If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for
the same portion of the work to be performed under the Contract (in excess of one-half of 1
percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion
itself, and shall perform that portion itself, except as otherwise provided in the Code.
As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as
Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by
procedures established in Section 4107.5. This section provides procedures to correct a clerical
error in the listing of a Subcontractor.
Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates
the Contract and the Board may exercise the option either to cancel the Contract or assess the
Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after
a public hearing.
Revised 11/01706 Contract No. PKS 07-06 Page 49 of 114
Should the Contractor fail to adhere to the provisions requiring the Contractor to complete
50 percent of the contract price with its own organization, the Agency may at its sole discretion
elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work
performed in excess of 50 percent of the contract price by other than the Contractor's own
organization. The Board shall be the sole body for determination of a violation of these
provisions. In any proceedings under this section, the prime contractor shall be entitled to a
public hearing before the Board and shall be notified ten (10) days in advance of the time and
location of said hearing. The determination of the City Council shall be final.
2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment
of the Contract and shall keep the Work under its control.
The Contractor shall perform, with its own organization, Contract work amounting to at least
50 percent of the Contract Price except that any designated "Specialty Items" may be performed
by subcontract, and the amount of any such "Specialty Items" so performed may be deducted
from the Contract Price before computing the amount required to be performed by the
Contractor with its own organization. "Specialty Items" will be identified by the Agency in the
Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be
based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work
subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be
determined from information submitted by the Contractor, and subject to approval by the
Engineer.
Before the work of any Subcontractor is started, the Contractor shall submit to the Engineer for
approval a written statement showing the work to be subcontracted giving the name and
business of each Subcontractor and description and value of each portion of the work to be so
subcontracted.
2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the
Contractor, and the Contractor shall be responsible for their work.
2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds
with the Agency to be approved by the Board in the amounts and for the purposes noted below.
Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding
limitation shown in said circular is sufficient to provide bonds in the amount required by the
Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from
all other sureties shall be accompanied by all of the documents enumerated in Code of Civil
Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals.
Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and
Surety and the signature of the authorized agent of the Surety shall be notarized.
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 a sum not
less than one hundred percent of the total amount payable by the terms of this contract.
The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a
sum not less than one hundred percent of the total amount payable by the terms of this contract.
Both bonds shall extend in full force and effect and be retained by the Agency during this project
until they are released according to the provisions of this section.
Revised 11/01/06 Contract No. PKS 07-06 Page 50 of 114
The faithful performance/warranty bond will be reduced to 25 percent of the original amount
30 days after recordation of the Notice of Completion and will remain in full force and effect for
the one year warranty period and until all warranty repairs are completed to the satisfaction of
the Engineer. The bonds to secure payment of laborers and materials suppliers shall be
released six months plus 30 days after recordation of the Notice of Completion if all claims have
been paid.
All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the
business of insurance in California and whose assets exceed their liabilities in an amount equal
to or in excess of the amount of the bond. The bonds are to contain the following documents:
1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or
other instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner.
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of
the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer's certificate as
defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial
statement may be verified by the oath of the principal officer or manager residing within the
United States.
Should any bond become insufficient, the Contractor shall renew the bond within 10 days after
receiving notice from the Agency.
Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor
to that effect. No further payments shall be deemed due or will be made under the contract until
a new Surety shall qualify and be accepted by the Board.
Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way
release the Contractor or Surety from its obligations. Notice of such changes or extensions shall
be waived by the Surety.
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and
Specifications, to which the Engineer shall have access at all times.
The specifications for the work include the project technical specifications, Carlsbad Engineering
Standards (CES), Standard Specifications for Public Works Construction, (SSPWC), 2006
Edition (Part 2 & 3), and the 2007 supplement thereto (Part 2 & 3), hereinafter designated
"SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern
California Chapter American Public Works Association and Southern California Districts
Associated General Contractors of California, and as amended by the Supplemental Provisions
section of this contract.
The construction plans are to be provided by the successful bidder. The standard drawings used
for this project are the latest edition of the San Diego Area Regional Standard Drawings,
hereinafter designated SDRSD, as issued by the San Diego County Department of Public
Works, together with the most recent editions of the City of Carlsbad Engineering Standards,
hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal
Water District, hereinafter designated as CES. Copies of some of the pertinent standard
drawings are enclosed as an appendix to these General Provisions.
Revised 11/01/06 Contract No. PKS 07-06 Page 51 of 114
The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract
Documents are intended to be complementary and cooperative. Anything specified in the
Specifications and not shown on the Plans, or shown on the Plans and not specified in the
Specifications, shall be as though shown on or specified in both.
The Plans shall be supplemented by such working drawings and shop drawings as are
necessary to adequately control the Work.
The Contractor shall ascertain the existence of any conditions affecting the cost of the Work
through a reasonable examination of the Work site prior to submitting the Bid.
Existing improvements visible at the Work site, for which no specific disposition is made on the
Plans, but which interfere with the completion of the Work, shall be removed and disposed of by
the Contractor.
The Contractor shall, upon discovering any error or omission in the Plans or Specifications,
immediately call it to the attention of the Engineer.
2-5.2 Precedence of Contract Documents.
If there is a conflict between Contract Documents, the document highest in precedence shall
control. The precedence shall be the most recent edition of the following documents listed in
order of highest to lowest precedence:
1) Permits from other agencies as may be required by law.
2) Carlsbad General Provisions.
3) Technical Specifications
4) Plans.
5) City of Carlsbad Engineering Standards, 2004 Edition.
6) San Diego Regional Standard Drawings
7) State of California Department of Transportation Standard Plans
8) Standard Specifications for Public Works Construction
9) Reference Specifications
10) Manufacturer's Installation Recommendations
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications
will take precedence over items 2) through 9) above. Detailed plans and plan views shall have
precedence over general plans.
2-5.3 Submittals.
2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in
2-5.3.2, 2-5.3.3 and 2-5.3.4, when required by the Plans or Special Provisions, or when
requested by the Engineer.
Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are
required by performed, before the required submittals have been reviewed and accepted by the
Engineer. Neither review nor acceptance of submittals by the Engineer shall relieve the
Contractor from responsibility for errors, omissions, or deviations from the Contract Documents,
unless such deviations were specifically called to the attention of the Engineer in the letter of
transmittal. The Contractor shall be responsible for the correctness of the submittals.
Revised 11/01/06 Contract No. PKS 07-06 Page 52 of 114
The Contractor shall allow a minimum of 20 working days for review of submittals unless
otherwise specified in the Special Provisions. Each submittal shall be accompanied by a letter of
transmittal.
Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number
of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C'
would indicate the third instance that the fourth submittal had been given to the Engineer). Each
sheet of each submittal shall be consecutively numbered. Each set of shop drawings and
submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The
Letter of transmittal shall contain the following:
1) Project title and Agency contract number.
2) Number of complete sets.
3) Contractor's certification statement.
4) Specification section number(s) pertaining to material submitted for review.
5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals
for the same materials.)
6) Description of the contents of the submittal.
7) Identification of deviations from the contract documents.
When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's
certification that the Contractor has reviewed, checked, and approved the Shop Drawings and
that they are in conformance with the requirements of the Contract Documents. The Contractor
shall subscribe to and shall place the following certification on all submittals:
"I hereby certify that the (equipment, material) shown and marked in this submittal is that
proposed to be incorporated into this Project, is in compliance with the Contract Documents, can
be installed in the allocated spaces, and is submitted for approval."
By: Title:
Date:
Company Name:
2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the
Plans which are required to be designed by the Contractor. Working drawings shall be of a size
and scale to clearly show all necessary details.
Six copies and one reproducible shall be submitted. If no revisions are required, three of the
copies will be returned to the Contractor. If revisions are required, the Engineer will return one
copy along with the reproducible for resubmission. Upon acceptance, the Engineer will return
two of the copies to the Contractor and retain the remaining copies and the reproducible.
Revised 11/01/06 Contract No. PKS 07-06 Page 53 of 114
Working drawings are required in the following sections:o
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
7-10.4.1
207-2.5
207-8.4
207-10.2.1
300-3.2
303-1.6.1
303-1.7.1
303-3.1
304-1.1.1
304-1.1.2
304-2.1
306-2.1
306-3.1
306-3.4
306-6
306-8
307-4.3
Safety Orders
Joints
Joints
General
Cofferdams
General
General
General
Shop Drawings
Falsework Plans
General
General
General
Tunnel Supports
Remodeling Existing Sewer Facilities
Microtunneling
Controller Cabinet Wiring Diagrams
Trench Shoring
Reinforced Concrete Pipe
Vitrified Clay Pipe
Fabricated Steel Pipe
Structure Excavation & Backfill
Falsework
Placing Reinforcement
Prestressed Concrete Construction
Structural Steel
Structural Steel
Metal Hand Railings
Jacking Operations
Tunneling Operations
Tunneling Operations
Polyethylene Liner Installation
Microtunneling Operations
Traffic Signal Construction
Working drawings listed above as Items 5, 6, 8, 9, 10, 12,13, 14 and 16 shall be prepared by a
Civil or Structural Engineer registered by the State of California.
2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or
assembled products proposed to be incorporated into the Work. Shop drawings required shall
be as specified in the Special Provisions.
2-5.3.4 Supporting Information. Supporting information is information required by the
Specifications for the purposes of administration of the Contract, analysis for verification of
conformance with the Specifications, the operation and maintenance of a manufactured product
or system to be constructed as part of the Work, and other information as may be required by
the Engineer. Six copies of the supporting information shall be submitted to the Engineer prior to
the start of the Work unless otherwise specified in the Special Provisions or directed by the
Engineer. Supporting information for systems shall be bound together and include all
manufactured items for the system. If resubmittal is not required, three copies will be returned to
the Contractor. Supporting information shall consist of the following and is required unless
otherwise specified in the Special Provisions:
1) List of Subcontractors per 2-3.2.
2) List of Materials per 4-1.4.
3) Certifications per 4-1.5.
4) Construction Schedule per 6-1.
5) Confined Space Entry Program per 7-10.4.4.
6) Concrete mix designs per 201 -1.1.
7) Asphalt concrete mix designs per 203-6.1.
8) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical
bulletins, specifications, diagrams, product samples, and other information necessary to
describe a system, product or item. This information is required for irrigation systems,
street lighting systems, and traffic signals, and may also be required for any product,
manufactured item, or system.O
Revised 11/01/06 Contract No. PKS 07-06 Page 54 of 114
2-5.4 RECORD DRAWINGS. The Contractor shall provide and keep up-to-date a complete
"as-built" record set of blue-line prints, which shall be corrected in red daily and show every
change from the original drawings and specifications and the exact "as-built" locations, sizes and
kinds of equipment, underground piping, valves, and all other work not visible at surface grade.
Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be
kept on the job and shall be used only as a record set and shall be delivered to the Engineer
within ten (10) days of completion of the work. Payment for performing the work required by
Section 2-5.4 shall be included in the various bid items and no additional payment will be made
therefore.
2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the
Contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish all
materials, equipment, tools, labor, and incidentals necessary to complete the Work.
2-10 AUTHORITY OF BOARD AND ENGINEER. The Board has the final authority in all
matters affecting the Work. Within the scope of the Contract, the Engineer has the authority to
enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with
instructions from the Engineer or an authorized representative.
The decision of the Engineer is final and binding on all questions relating to: quantities;
acceptability of material, equipment, or work; execution, progress or sequence of work; and
interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any
payment under the Contract, unless otherwise ordered by the Board.
2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies
of all records in the Contractor's or subcontractor's possession pertaining to the work that the
Engineer may request.
2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the
Engineer, within San Diego County, accurate books and accounting records relative to all its
activities and to contractually require all subcontractors to this Contract to do the same. The
Engineer shall have the right to monitor, assess, and evaluate Contractor's and its
subcontractors performance pursuant to this Agreement, said monitoring, assessments, and
evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts,
subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this
contract. At any time during normal business hours and as often as the Engineer may deem
necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for
examination, all of its, and all subcontractors to this contract, records with respect to all matters
covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts
or transcripts from such data and records, and to make audits of all invoices, materials, payrolls,
records of personnel, and other data relating to all matters covered by this Contract.
However, any such activities shall be carried out in a manner so as to not unreasonably interfere
with Contractor's ongoing business operations. Contractor and all subcontractors to this contract
shall maintain such data and records for as long as may be required by applicable laws and
regulations.
2-11 INSPECTION. The Work is subject to inspection and approval by the Engineer.
The Contractor shall notify the Engineer before noon of the working day before inspection is
required. Work shall be done only in the presence of the Engineer, unless otherwise authorized.
Any work done without proper inspection will be subject to rejection. The Engineer and any
authorized representatives shall at all times have access to the Work during its construction at
shops and yards as well as the project site. The Contractor shall provide every reasonable
facility for ascertaining that the materials and workmanship are in accordance with these
specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all
conditions of the Contract.
Revised 11/01/06 Contract No. PKS 07-06 Page 55 of 114
SECTION 3 - CHANGES IN WORK
3-1 CHANGES REQUESTED BY THE CONTRACTOR.
3-1.1 General. Changes in the Plans and Specifications, requested in writing by the
Contractor, which do not materially affect the Work and which are not detrimental to the Work or
to the interests of the Agency, may be granted by the Engineer. Nothing herein shall be
construed as granting a right to the Contractor to demand acceptance of such changes.
3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted,
they shall be made at a reduction in cost or no additional cost to the Agency.
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or
quantity of work provided the total arithmetic dollar value of all such changes, both additive and
deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to
exceed this limitation, the change shall be by written Supplemental Agreement between the
Contractor and Agency, unless both parties agree to proceed with the change by Change Order.
Change Orders shall be in writing and state the dollar value of the change or established method
of payment, any adjustment in contract time of completion, and when negotiated prices are
involved, shall provide for the Contractor's signature indicating acceptance.
3-2.2 Payment.
3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract
Unit Price, and such change does not involve substantial change in character of the work from
that shown on the Plans or specified in the Specifications, then an adjustment in payment will be
made. This adjustment will be based upon the increase or decrease in quantity and the Contract
Unit Price.
If the actual quantity of an item of work covered by a Contract Unit Price and constructed in
conformance with the Plans and Specifications varies from the Bid quantity by 25 percent or
less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work
varies from the Bid quantity by more than 25 percent, payment will be made per Section 3-2.2.2
or 3-2.2.3 as appropriate.
If a change is ordered in an item of work covered by a Contract Unit Price, and such change
does involve a substantial change in the character of the work from that shown on the Plans or
specified in the Specifications, an adjustment in payment will be made per Section 3-2.4.
3-2.2.2 Increases of More Than 25 Percent. Should the actual quantity of an item of work
covered by a Contract Unit Price and constructed in conformance with the Plans and
Specifications, exceed the Bid quantity by more than 25 percent, payment for the quantity in
excess of 125 percent of the Bid quantity will be made on the basis of an adjustment in the
Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the
Engineer, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of
payment, shall not include fixed costs. Fixed costs shall be deemed to have been recovered by
the Contractor through payment for 125 percent of the Bid quantity at the Contract Unit Price.
Revised 11701706 Contract No. PKS 07-06 Page 56 of 114
3-2.2.3 Decreases of More Than 25 Percent. Should the actual quantity of an item of work
covered by a Contract Unit Price, and constructed in conformance with the Plans and
Specifications, be less than 75 percent of the Bid quantity, an adjustment in payment will not be
made unless so requested in writing by the Contractor. If the Contractor so requests, payment
will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the
Contractor and the Agency, or at the option of the Engineer, on the basis of Extra Work per
Section 3-3; however, in no case will payment be less than would be made for the actual
quantity at the Contract Unit Price nor more than would be made for 75 percent of the Bid
quantity at the Contract Unit Price.
3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in
the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor.
Stipulated Unit Prices may be used for the adjustment of Contract changes when so specified in
the Special Provisions.
3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in
Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor
and the Agency. If mutual agreement can not be reached, the Engineer may direct the
Contractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as
otherwise specified in Sections 3-2.2.2 and 3-2.2.3.
3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made
to the Contractor for its actual costs incurred in connection with the eliminated item prior to
notification in writing from the Engineer so stating its elimination. If material conforming to the
Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the
date of notification of elimination by the Engineer, and if the order for that material can not be
canceled, payment will be made to the Contractor for the actual cost of the material. In this case,
the material shall become the property of the Agency. Payment will be made to the Contractor
for its actual costs for any further handling. If the material is returnable, the material shall be
returned and payment will be made to the Contractor for the actual cost of charges made by the
supplier for returning the material and for handling by the Contractor. Actual costs, as used
herein, shall be computed on the basis of Extra Work per Section 3-3.
3-3 EXTRA WORK.
3-3.1 General. New or unforeseen work will be classified as "extra work" when the Engineer
determines that it is not covered by Contract Unit Prices or stipulated unit prices.
3-3.2 Payment.
3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay
for the extra work based on the accumulation of costs as provided herein.
3-3.2.2 Basis for Establishing Costs.
(a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra
work at the time the extra work is done, plus employer payments of payroll taxes, workers
compensation insurance, liability insurance, health and welfare, pension, vacation,
apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well
as assessments or benefits required by lawful collective bargaining agreements.
Revised 11/01/06 Contract No. PKS 07-06 Page 57 of 114
The use of a labor classification which would increase the extra work cost will not be permitted
unless the Contractor establishes the necessity for such additional costs. Labor costs for
equipment operators and helpers shall be reported only when such costs are not included in the
invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their
assigned work and only that applicable to extra work will be paid.
Nondirect labor costs, including superintendence, shall be considered part of the markup of
Section 3-3.2.3 (a).
(b) Materials. The cost of materials reported shall be at invoice or lowest current price at which
such materials are locally available and delivered to the job site in the quantities involved, plus
sales tax, freight, and delivery.
The Agency reserves the right to approve materials and sources of supply, or to supply materials
to the Contractor if necessary for the progress of the Work. No markup shall be applied to any
material provided by the Agency.
(c) Tool and Equipment Rental. No payment will be made for the use of tools which have a
replacement value of $200 or less.
Regardless of ownership, the rates and right-of-way delay factors to be used in determining
rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental
Rates" published by CALTRANS, current at the time of the actua'l use of the tool or equipment.
The right-of-way delay factors therein shall be used as multipliers of the rental rates for
determining the value of costs for delay to the Contractor and subcontractors, if any. The labor
surcharge rates published therein are not a part of this contract.
The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools,
necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance,
and all incidentals. Necessary loading and transportation costs for equipment used on the extra
work shall be included.
If equipment is used intermittently and, when not in use, could be returned to its rental source at
less expense to the Agency than holding it at the Work site, it shall be returned, unless the
Contractor elects to keep it at the Work site, at no expense to the Agency.
All equipment shall be acceptable to the Engineer, in good working condition, and suitable for
the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall
be used to classify equipment and it shall be powered by a unit of at least the minimum rating
recommended by the manufacturer.
The reported rental time for equipment already at the Work site shall be the duration of its use
on the extra work. This time begins when equipment is first put into actual operation on the extra
work, plus the time required to move it from its previous site and back, or to a closer site.
(d) Other Items. The Agency may authorize other items which may be required on the extra
work, including labor, services, material, and equipment. These items must be different in their
nature from those required for the Work, and be of a type not ordinarily available from the
Contractor or Subcontractors.
Revised 11/01/06 Contract No. PKS 07-06 Page 58 of 114
Invoices covering all such items in detail shall be submitted with the request for payment.
(e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be
submitted with the request for payment. If the request for payment is not substantiated by
invoices or other documentation, the Agency may establish the cost of the item involved at the
lowest price which was current at the time of the report.
3-3.2.3 Markup.
(a) Work by Contractor. The following percentages shall be added to the Contractor's
costs and shall constitute the markup for all overhead and profits:
1) Labor 20
2) Materials 15
3) Equipment Rental 15
4) Other Items and Expenditures .. 15
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied to the
Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the
subcontracted portion of the extra work and a markup of 5 percent on work added in excess of
$5,000 of the subcontracted portion of the extra work may be added by the Contractor.
3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon,
the Contractor shall submit a daily report to the Engineer on forms approved by the Agency.
Included are applicable delivery tickets, listing all labor, materials, and equipment involved for
that day, and other services and expenditures when authorized. Payment for extra work will not
be made until such time that the Contractor submits completed daily reports and all supporting
documents to the Engineer. Failure to submit the daily report by the close of the next working
day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and
it shall be signed by the Engineer and the Contractor. In the event of disagreement, pertinent
notes shall be entered by each party to explain points which cannot be resolved immediately.
Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be
submitted through the Contractor.
The report shall:
1. Show names of workers, classifications, and hours worked.
2. Describe and list quantities of materials used.
3. Show type of equipment, size, identification number, and hours of operation, including
loading and transportation, if applicable.
4. Describe other services and expenditures in such detail as the Agency may require.
Revised 11/01/06 Contract No. PKS 07-06 Page 59 of 114
3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Engineer of the
following Work site conditions (hereinafter called changed conditions), in writing, upon their
discovery and before they are disturbed:
1. Subsurface or latent physical conditions differing materially from those represented in the
Contract;
2. Unknown physical conditions of an unusual nature differing materially from those
ordinarily encountered and generally recognized as inherent in work of the character
being performed; and
3. Material differing from that represented in the Contract which the Contractor believes
may be hazardous waste, as defined in Section 25117 of the Health and Safety Code,
that is required to be removed to a Class I, Class II, or Class III disposal site in accor-
dance with provisions of existing law.
The Engineer will promptly investigate conditions which appear to be changed conditions. If the
Engineer determines that conditions are changed conditions and they will materially affect
performance time, the Contractor, upon submitting a written request, will be granted an
extension of time subject to the provisions of 6-6.
If the Engineer determines that the conditions do not justify an adjustment in compensation, the
Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to
notify the Engineer in writing if the Contractor disagrees.
The Contractor's failure to give notice of changed conditions promptly upon their discovery and
before they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall not be entitled to the payment of any additional compensation for any act,
or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the
happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first
given the Engineer due written notice of potential claim as hereinafter specified. Compliance
with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3
Contract Time Accounting, nor to any claim that is based on differences in measurement or
errors of computation as to contract quantities. The written notice of potential claim for changed
conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to
the time that the Contractor performs the work giving rise to the potential claim.
The Contractor's failure to give written notice of potential claim for changed conditions to the
agency upon their discovery and before they are disturbed shall constitute a waiver of all claims
in connection therewith.
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within
20 working days of the date of service of the written notice of potential claim for changed
conditions. Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims
Act, Government Code Sections 12650-12655.o
Revised 11/01/06 Contract No. PKS 07-06 Page 60 of 114
'The undersigned certifies that the above statements are made in full cognizance of the
California False Claims Act, Government Code Sections 12650-12655. The undersigned further
understands and agrees that this potential claim, unless resolved, must be restated as a claim in
response to the City's proposed final estimate in order for it to be further considered."
By: Title:
Date:
Company Name:
The Contractor's estimate of costs may be updated when actual costs are known.
The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working
days after the affected work is completed. Failure to do so shall be sufficient cause for denial of
any claim subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue
of the contract be brought to the attention of the Engineer at the earliest possible time in order
that such matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim
prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of
all claims in connection therewith. If the contractor and the agency are unable to reach
agreement on disputed work, the Agency may direct the contractor to proceed with the work.
Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified
hereinafter, the contractor shall attempt to resolve all disputes informally through the following
dispute resolution chain of command:
1. Project Inspector
2. Public Works Supervisor
3. Public Works Manager - General Services
4. Public Works Director
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all
documentation supporting the costs and all other evidentiary materials. At each level of claim or
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim,
review the Contractor's report and respond with a position, request additional information or
request that the Contractor meet and present its report. When additional information or a
meeting is requested the City will provide its position within 10 working days of receipt of said
additional information or Contractor's presentation of its report. The Contractor may appeal each
level's position up to the City Manager after which the Contractor may proceed under the
provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a
resolution to a claim to the City Manager. Actual approval of the claim is subject to the change
order provisions in the contract.
Revised 11/01/06 Contract No. PKS 07-06 Page 61 of 114
All claims by the contractor for $375,000 or less shall be resolved in accordance with the
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing
with Section 20104) which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(1) This article applies to all public works claims of three hundred seventy-five
thousand dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code,
except that "public work" does not include any work or improvement contracted for by the state
or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1,1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is
intended to extend the time limit or supersede notice requirements otherwise provided by
contract for the filing of claims.
(b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
writing to any written claim within 45 days of receipt of the claim, or may request, in writing,
within 30 days of receipt of the claim, any additional documentation supporting the claim or
relating to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 15 days after receipt of the further documentation or within a pen^d of time
no greater than that taken by the claimant in producing the additional information, whichever is
greater.
(c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt
of the claim, any additional documentation supporting the claim or relating to defenses to the
claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 30 days after receipt of the further documentation, or within a period of
time no greater than that taken by the claimant in producing the additional information or
requested documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to
respond within the time prescribed, the claimant may so notify the local agency, in writing, either
within 15 days of receipt of the local agency's response or within 15 days of the local agency's
failure to respond within the time prescribed, respectively, and demand an informal conference
to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency
shall schedule a meet and confer conference within 30 days for settlement of the dispute.
Revised 11/01/06 Contract No. PKS 07-06 Page 62 of 114
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and
Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government
Code. For purposes of those provisions, the running of the period of time within which a claim
must be filed shall be tolled from the time the claimant submits his or her written claim pursuant
to subdivision (a) until the time that claim is denied as a result of the meet and confer process,
including any period of time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of
Division 3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims
subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the
court shall submit the matter to non-binding mediation unless waived by mutual stipulation of
both parties. The mediation process shall provide for the selection within 15 days by both parties
of a disinterested third person as mediator, shall be commenced within 30 days of the submittal,
and shall be concluded within 15 days from the commencement of the mediation unless a time
requirement is extended upon a good cause showing to the court or by stipulation of both
parties. If the parties fail to select a mediator within the 15-day period, any party may petition the
court to appoint the mediator.
(b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant
to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil
Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article
3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil
procedure) shall apply to any proceeding brought under the subdivision consistent with the rules
pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this article shall be experienced in construction law, and, upon
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable
hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid
equally by the parties, except in the case of arbitration where the arbitrator, for good cause,
determines a different division. In no event shall these fees or expenses be paid by state or
county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of
Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but
does not obtain a more favorable judgment shall, in addition to payment of costs and fees under
that chapter, pay the attorney's fees of the other party arising out of the trial de npvo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation
or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on
any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed
in a court of law.
Although not to be construed as proceeding under extra work provisions, the Contractor
shall keep and furnish records of disputed work in accordance with Section 3-3.
Revised 11/01/06 Contract No. PKS 07-06 Page 63 of 114
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP.
4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work
shall be new, high grade, and free from defects. Quality of work shall be in accordance with the
generally accepted standards. Material and work quality shall be subject to the Engineer's
approval.
Materials and work quality not conforming to the requirements of the Specifications shall be
considered defective and will be subject to rejection. Defective work or material, whether in place
or not, shall be removed immediately from the site by the Contractor, at its expense, when so
directed by the Engineer.
If the Contractor fails to replace any defective or damaged work or material after reasonable
notice, the Engineer may cause such work or materials to be replaced. The replacement
expense will be deducted from the amount to be paid to the Contractor.
Used or secondhand materials, parts, and equipment may be used only if permitted by the
Specifications.
4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage
facilities and employ such measures as will preserve the specified quality and fitness of
materials to be used in the Work. Stored materials shall be reasonably accessible for inspection.
The Contractor shall also adequately protect new and existing work and all items of equipment
for the duration of the Contract.
The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or
remove equipment or materials which have been installed or delivered and which may be
necessary for the completion of the Contract.
4-1.3 Inspection Requirements.
4-1.3.1 General. Unless otherwise specified, inspection is required at the source for such typical
materials and fabricated items as bituminous paving mixtures, structural concrete, metal
fabrication, metal casting, welding, concrete pipe manufacture, protective coating application,
and similar shop or plant operations.
Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are
acceptable upon certification as to compliance with the Specifications, subject to sampling and
testing by the Agency. Standard items of equipment such as electric motors, conveyors,
elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of
equipment such as designed electrical panel boards, large pumps, sewage plant equipment,
etc., are subject to inspection at the source, normally only for performance testing. The
Specifications may require inspection at the source for other items not typical of those listed in
this section.
Revised 11/01/06 Contract No. PKS 07-06 Page 64 of 114
The Contractor shall provide the Engineer free and safe access to any and all parts of work at
any time. Such free and safe access shall include means of safe access and egress, ventilation,
lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in
the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4,
Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety
regulations as may apply. Contractor shall furnish Engineer with such information as may be
necessary to keep the Engineer fully informed regarding progress and manner of work and
character of materials. Inspection or testing of the whole or any portion of the work or materials
incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract.
4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to
purchase materials, fabricated products, or equipment from sources located more than 50 miles
outside the geographical limits of the Agency, an inspector or accredited testing laboratory
(approved by the Engineer), shall be engaged by the Contractor at its expense, to inspect the
materials, equipment or process. This approval shall be obtained before producing any material
or equipment. The inspector or representative of the testing laboratory shall judge the materials
by the requirements of the Plans and Specifications. The Contractor shall forward reports
required by the Engineer. No material or equipment shall be shipped nor shall any processing,
fabrication or treatment of such materials be done without proper inspection by the approved
agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with
the Contract requirements.
4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory
services within 50 miles of the geographical limits of the Agency. For private contracts, all costs
of inspection at the source, including salaries and mileage costs, shall be paid by the permittee.
4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples
of materials, as the Engineer may require, at no cost to the Agency. The Contractor, at its
expense, shall deliver the materials for testing to the place and at the time designated by the
Engineer. Unless otherwise provided, all initial testing will be performed under the direction of
the Engineer, and at no expense to the Contractor. If the Contractor is to provide and pay for
testing, it will be stated in the Specifications. For private contracts, the testing expense shall be
borne by the permittee.
The Contractor shall notify the Engineer in writing, at least 15 days in advance, of its intention to
use materials for which tests are specified, to allow sufficient time to perform the tests.
The notice shall name the proposed supplier and source of material.
If the notice of intent to use is sent before the materials are available for testing or inspection, or
is sent so far in advance that the materials on hand at the time will not last but will be replaced
by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the
Engineer when samples which are representative may be obtained.
Except as specified in these Provisions, the Agency will bear the cost of testing of locally
produced materials and/or on-site workmanship where the results of such tests meet or exceed
the requirements indicated in the Standard Specifications, Technical Specification, and any
Supplemental Provisions. The cost of all other tests shall be borne by the Contractor.
Revised 11/01/06 Contract No. PKS 07-06 Page 65 of 114
At the option of the Engineer, the source of supply of each of the materials shall be approved by
the Engineer before the delivery is started. All materials proposed for use may be inspected or
tested at any time during their preparation and use. If, after incorporating such materials into the
Work, it is found that sources of supply that have been approved do not furnish a uniform
product, or if the product from any source proves unacceptable at any time, the Contractor shall
furnish approved material from other approved sources. If any product proves unacceptable after
improper storage, handling or for any other reason it shall be rejected, not incorporated into the
work and shall be removed from the project site all at the Contractor's expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. Said tests may be made at any
place along the work as deemed necessary by the Engineer. The costs of any retests made
necessary by noncompliance with the specifications shall be borne by the Contractor.
4-1.5 Certification. The Engineer may waive materials testing requirements of the
Specifications and accept the manufacturer's written certification that the materials to be
supplied meet those requirements. Material test data may be required as part of the certification.
4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or
offer an equivalent. The Engineer shall determine whether the material offered is equivalent to
that specified. Adequate time shall be allowed for the Engineer to make this determination.
Whenever any particular material, process, or equipment is indicated by patent, proprietary or
brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its
description and shall be deemed to be followed by the words or equal. A listing of materials is
not intended to be comprehensive, or in order of preference. The Contractor may offer any
material, process, or equipment considered to be equivalent to that indicated. The substantiation
of offers shall be submitted as provided in the contract documents.
The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to
those specified. The Contractor shall have the material tested as required by the Engineer to
determine that the quality, strength, physical, chemical, or other characteristics, including
durability, finish, efficiency, dimensions, service, and suitability are such that the item will fulfill its
intended function.
Test methods shall be subject to the approval of the Engineer. Test results shall be reported
promptly to the Engineer, who will evaluate the results and determine if the substitute item is
equivalent. The Engineer's findings shall be final. Installation and use of a substitute item shall
not be made until approved by the Engineer.
If a substitute offered by the Contractor is not found to be equal to the specified material, the
Contractor shall furnish and install the specified material.
The specified Contract completion time shall not be affected by any circumstance developing
from the provisions of this section.
The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole
opinion of the Engineer, the substitution is determined to be unsatisfactory in performance,
appearance, durability, compatibility with associated items, availability of repair parts and
suitability of application the Contractor shall remove the substituted item and replace it with the
originally specified item at no cost to the Agency.
Revised 11/01/06 Contract No. PKS 07-06 Page 66 of 114
4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for
proportioning materials shall be inspected for accuracy and certified within the past 12 months
by the State of California Bureau of Weights and Measures, by the County Director or Sealer of
Weights and Measures, or by a scale mechanic registered with or licensed by the County.
The accuracy of the work of a scale service agency, except as stated herein, shall meet the
standards of the California Business and Professions Code and the California Code of
Regulations pertaining to weighing devices. A certificate of compliance shall be presented, prior
to operation, to the Engineer for approval and shall be renewed whenever required by the
Engineer at no cost to the Agency.
All scales shall be arranged so they may be read easily from the operator's platform or area.
They shall indicate the true net weight without the application of any factor. The figures of the
scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the
plant shut down. Weighing equipment shall be so insulated against vibration or moving of other
operating equipment in the plant area that the error in weighing with the entire plant running will
not exceed 2 percent for any setting nor 1.5 percent for any batch.
4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to
pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and
strain-measuring devices shall be calibrated by a testing agency acceptable to the Engineer at
.intervals not to exceed 12 months and following repairs, modification, or relocation of the
equipment. Calibration certificates shall be provided when requested by the Engineer.
4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar
and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and
Modified Asphalts). In the interest of safety and public value, whenever credible evidence
arises to contradict the test values of materials, the Agency and the Contractor will initiate an
immediate and cooperative investigation. Test values of materials are results of the materials'
tests, as defined by these Specifications or by the special provisions, required to accept the
Work. Credible evidence is process observations or test values gathered using industry
accepted practices. A contradiction exists whenever test values or process observations of the
same or similar materials are diverse enough such that the work acceptance or performance
becomes suspect. The investigation shall allow access to all test results, procedures, and
facilities relevant to the disputed work and consider all available information and, when
necessary, gather new and additional information in an attempt to determine the validity, the
cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches
any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction
shall be considered resolved and the cooperative investigation concluded. Whenever the
cooperative investigation is unable to reach resolution, the investigation may then either
conclude without resolution or continue by written notification of one party to the other requesting
the implementation of a resolution process by committee. The continuance of the investigation
shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar
days after receiving a request. Without acknowledgement, the investigation shall conclude
without resolution. The committee shall consist of three State of California Registered Civil
Engineers. Within 7 calendar days after the written request notification, the Agency and the
Contractor will each select one engineer. Within 14 calendar days of the written request
notification, the two selected engineers will select a third engineer. The goal in selection of the
third member is to complement the professional experience of the first two engineers. Should
the two engineers fail to select the third engineer, the Agency and the Contractor shall each
propose 2 engineers to be the third member within 21 calendar days after the written request
Revised 11/01/06 Contract No. PKS 07-06 Page 67 of 114
notification. The first two engineers previously selected shall then select one of the four
proposed engineers in a blind draw. The committee shall be a continuance of the cooperative
investigation and will re-consider all available information and if necessary gather new and
additional information to determine the validity, the cause, and if necessary, the remedy to the
contradiction. The committee will focus upon the performance adequacy of the material(s) using
standard engineering principles and practices and to ensure public value, the committee may
provide engineering recommendations as necessary. Unless otherwise agreed, the committee
will have 30 calendar days from its formation to complete their review and submit their findings.
The final resolution of the committee shall be by majority opinion, in writing, stamped and signed.
Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and
signed minority opinion. Once started, the resolution process by committee shall continue to full
conclusion unless:
1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an
acceptable resolution mechanism; or
2. Within 14 days of the formation of the committee, the initiating party withdraws its written
notification and agrees to bear all investigative related costs thus far incurred; or
3. At any point by the mutual agreement of the Agency and the Contractor. Unless
otherwise agreed, the Contractor shall bear and maintain a record for all the investigative
costs until resolution. Should the investigation discover assignable causes for the
contradiction, the assignable party, the Agency or the Contractor, shall bear all costs
associated with the investigation. Should assignable causes for the contradiction
extended to both parties, the investigation will assign costs cooperatively with each party
or when necessary, equally. Should the investigation substantiate a contradiction without
assignable cause, the investigation will assign costs cooperatively with each party or
when necessary, equally. Should the investigation be unable to substantiate a
contradiction, the initiator of the investigation shall bear all investigative costs. All claim
notification requirements of the contract pertaining to the contradiction shall be
suspended until the investigation is concluded.
4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE.
The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the
quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate,
remove and dispose excess of all materials used to accomplish the Work. Materials shall be
delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall
be accompanied by bills of lading that shall clearly state for each delivery: the name of the
Contractor as consignee, the project name and number, address of delivery and name of
consignor and a description of the material(s) shipped. Prior to storage of any materials which
have been shipped to or by the Contractor to any location within the Agency's boundaries the
Contractor shall provide the Engineer a copy of lease agreements for each property where such
materials are stored. The lease agreement shall clearly state the term of the lease, the
description of materials allowed to be stored and shall provide for the removal of the materials
and restoration of the storage site within the time allowed for the Work. All such storage shall
conform to all laws and ordinances that may pertain to the materials stored and to preparation of
the storage site and the location of the site on which the materials are stored. Loss, damage or
deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the
requirements of this section, both within and outside the limits of work are a part of the Work.
The Engineer shall have the right to verify the suitability of materials and their proper storage at
any time during the Work.
Revised 11/01/06 Contract No. PKS 07-06 Page 68 of 114
SECTION 5 - UTILITIES
5-1 LOCATION. The Agency and affected utility companies have, by a search of known
records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits
of the work. However, the accuracy and/or completeness of the nature, size and/or location of
utilities indicated on the Plans is not guaranteed.
Where underground main distribution conduits such as water, gas, sewer, electric power,
telephone, or cable television are shown on the Plans, the Contractor shall assume that every
property parcel will be served by a service connection for each type of utility.
As provided in Section 4216 of the California Government Code, at least 2 working days prior to
commencing any excavation, the Contractor shall contact the regional notification center
(Underground Service Alert of Southern California) and obtain an inquiry identification number.
The California Department of Transportation is not required by Section 4216 to become a
member of the regional notification center. The Contractor shall contact it for location of its
subsurface installations.
The Contractor shall determine the location and depth of all utilities, including service
connections, which have been marked by the respective owners and which may affect or be
affected by its operations. If no pay item is provided in the Contract for this work, full
compensation for such work shall be considered as included in the prices bid for other items of
work.
5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the
support of any utility without authority from the owner or order from the Agency. All valves,
switches, vaults, and meters shall be maintained readily accessible for emergency shutoff.
Where protection is required to ensure support of utilities located as shown on the Plans or in
accordance with Section 5-1, the Contractor shall, unless otherwise provided, furnish and place
the necessary protection at its expense.
Upon learning of the existence and location of any utility omitted from or shown incorrectly on the
Plans, the Contractor shall immediately notify the Engineer in writing. When authorized by the
Engineer, support or protection of the utility will be paid for as provided in Section 3-2.2.3 or 3-3.
The Contractor shall immediately notify the Engineer and the utility owner if any utility is
disturbed or damaged. The Contractor shall bear the costs of repair or replacement of any utility
damaged if located as noted in Section 5-1.
When placing concrete around or contiguous to any non-metallic utility installation, the
Contractor shall at its expense:
1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient
material; or
2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular
space between the concrete and the utility; or
3. Provide other acceptable means to prevent embedment in or bonding to the concrete.
^W Revised 11/01/06 Contract No. PKS 07-06 Page 69 of 114
Where concrete is used for backfill or for structures which would result in embedment, or partial
embedment, of a metallic utility installation; or where the coating, bedding or other cathodic
protection system is exposed or damaged by the Contractor's operations, the Contractor shall
notify the Engineer and arrange to secure the advice of the affected utility owner regarding the
procedures required to maintain or restore the integrity of the system.
5-3 REMOVAL. Unless otherwise specified, the Contractor shall remove all interfering
portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or "to
be abandoned in place". Before starting removal operations, the Contractor shall ascertain from
the Agency whether the abandonment is complete, and the costs involved in the removal and
disposal shall be included in the Bid for the items of work necessitating such removals.
5-4 RELOCATION. When feasible, the owners responsible for utilities within the area
affected by the Work will complete their necessary installations, relocations, repairs, or
replacements before commencement of work by the Contractor. When the Plans or
Specifications indicate that a utility installation is to be relocated, altered, or constructed by
others, the Agency will conduct all negotiations with the owners and work will be done at no cost
to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in
the Standard Specifications for Public Works Construction, Section 301-1.6, 2006 Edition, and
the 2007 supplement. Utilities which are relocated in order to avoid interference shall be
protected in their position and the cost of such protection shall be included in the Bid for the
items of work necessitating such relocation.
After award of the Contract, portions of utilities which are found to interfere with the Work will be
relocated, altered or reconstructed by the owners, or the Engineer may order changes in the
Work to avoid interference. Such changes will be paid for in accordance with Section 3-2.
When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a
utility, all costs for such work shall be included in the Bid for the items of work necessitating such
work. Temporary or permanent relocation or alteration of utilities requested by the Contractor for
its convenience shall be its responsibility and it shall make all arrangements and bear all costs.
The utility owner will relocate service connections as necessary within the limits of the Work or
within temporary construction or slope easements. When directed by the Engineer, the
Contractor shall arrange for the relocation of service connections as necessary between the
meter and property line, or between a meter and the limits of temporary construction or slope
easements. The relocation of such service connections will be paid for in accordance with
provisions of Section 3-3. Payment will include the restoration of all existing improvements which
may be affected thereby. The Contractor may agree with the owner of any utility to disconnect
and reconnect interfering service connections. The Agency will not be involved in any such
agreement.
In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies
and companies. Prior to the installation of any and all utility structures within the limits of work by
any utility agency or company, or its contractor, the Contractor shall place all curb or curb and
gutter that is a part of the work and adjacent to the location where such utility structures are
shown on the plans and are noted as being located, relocated or are otherwise shown as
installed by others. In order to minimize delays to the Contractor caused by the failure of other
parties to relocate utilities that interfere with the construction, the Contractor, upon the
Engineer's approval, may be permitted to temporarily omit the portion of work affected by the
utility. If such temporary omission is approved by the Engineer the Contractor shall place survey
or other physical control markers sufficient to locate the curb or curb and gutter to the
satisfaction of the utility agency or company. Such temporary omission shall be for the
Contractor's convenience and no additional compensation will be allowed therefore or for
additional work, materials or delay associated with the temporary omission. The portion thus
omitted shall be constructed by the Contractor immediately following the relocation of the utility
involved unless otherwise directed by the Engineer.
Revised 11/01/06 Contract No. PKS 07-06 Page 70 of 114
5-5 DELAYS. The Contractor shall notify the Engineer of its construction schedule insofar as
it affects the protection, removal, or relocation of utilities. Said notification shall be included as a
part of the construction schedule required in Section 6-1. The Contractor shall notify the
Engineer in writing of any subsequent changes in the construction schedule which will affect the
time available for protection, removal, or relocation of utilities.
The Contractor will not be entitled to damages or additional payment for delays attributable to
utility relocations or alterations if correctly located, noted, and completed in accordance with
Section 5-1.
The Contractor may be given an extension of time for unforeseen delays attributable to
unreasonably protracted interference by utilities in performing work correctly shown on the
Plans.
The Agency will assume responsibility for the timely removal, relocation, or protection of existing
main or trunkline utility facilities within the area affected by the Work if such utilities are not
identified in the Contract Documents. The Contractor will not be assessed liquidated damages
for any delay caused by failure of Agency to provide for the timely removal, relocation, or
protection of such existing facilities.
If the Contractor sustains loss due to delays attributable to interferences, relocations, or
alterations not covered by Section 5-1, which could not have been avoided by the judicious
handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the
Engineer may find to be fair and reasonable compensation for such part of the Contractor's
actual loss as was unavoidable and the Contractor may be granted an extension of time.
5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to
permit access to the Work site and provide time for utility work to be accomplished during the
progress of the Work.
Revised 11/01/06 Contract No. PKS 07-06 Page 71 of 114
SECTION 6 - PROSECUTION, PROGRESS,
AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as
otherwise provided herein and unless otherwise prohibited by permits from other agencies as
may be required by law the Contractor shall begin work within 20 calendar days after receipt of
the "Notice to Proceed".
6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will
set the time and location for the Preconstruction Meeting. Attendance of the Contractor's
management personnel responsible for the management, administration, and execution of the
project is mandatory for the meeting to be convened. Failure of the Contractor to have the
Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds
for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's
attendance at the meeting. The notice to proceed will only be issued on or after the completion
of the preconstruction meeting.
6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline
Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the
Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through
6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3
Electronic Media.
6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare
and submit to the Engineer a chart showing individual tasks and their durations arranged with
the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use
differing texture patterns or distinctive line types to show the critical path.
6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to
the Windows 2000 compatible "Suretrak" program by Primavera or "Project" program by
Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto.
The Contractor shall submit to the Agency a CD-ROM data disk with all network information
contained thereon, in a format readable by a Microsoft Windows 2000 system. The Agency will
use a "Suretrak", "Project" or equal software program for review of the Contractor's schedule.
Should the Contractor elect to use a scheduling program other than the "Suretrak" program by
Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the
Engineer three copies of the substituted program that are fully licensed to the Agency and 32
class hours of on-site training by the program publisher for up to eight Agency staff members.
The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of
8:00 a.m. and 5:00 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad,
California. The dates and times of the on-site training shall be submitted to the Engineer for
approval five working days before the start of the on-site training. The on-site training shall be
completed prior to the submittal of the first Baseline Construction Schedule.
6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity's construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction
of submittals shall be included in the schedule.
Revised 11/01/06 Contract No. PKS 07-06 Page 72 of 114
6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer
than the specified contract duration will not be acceptable and will be grounds for determination
of default by Contractor, per Section 6-4.
6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan
to support and maintain the project for the entire contractual time span of the project. Should the
Contractor propose a project duration shorter than contract duration, a complete Baseline
Construction Schedule must be submitted, reflecting the shorter duration, in complete
accordance with all schedule requirements of Section 6^1. The Engineer may choose to accept
the Contractor's proposal of a project duration shorter than the duration specified; provided the
Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency
and all other entities, public and private, which interface with the project are able to support the
provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a
shortened duration project will be confirmed through the execution of a contract change order
revising the project duration and implementing all contractual requirements including liquidated
damages in accordance with the revised duration.
6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the
Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by
the Contractor complies with the requirements of these supplemental provisions shall be a
condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer
determines that the Construction Schedule does not meet the requirements of these
specifications the Contractor shall correct the Construction Schedule to meet these
specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's
determination that the initial Construction Schedule proposed by the Contractor complies with
the requirements of these supplemental provisions within thirty (30) working days after the date
'"*•**'• of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4.
Days used by the Engineer to review the initial Construction Schedule will not be included in the
30 working days.
The Engineer will review and return to the Contractor, with any comments, the Baseline
Construction Schedule within 15 working days of submittal. The Baseline Construction
Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3.
6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the
Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1.
6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work
upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule
incorporating the comments prior to receipt of payment per Section 6-1.8.1.
6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the
corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The
Notice to Proceed will not be issued by the Engineer if the changes of the comments are not
submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the
Engineer. The Contractor, at the sole option of the Engineer, may be considered as having
defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the
changes of the comments are not submitted as required hereinbefore and marked "Accepted" by
the Engineer.
Revised 11/01/06 Contract No. PKS 07-06 Page 73 of 114
6-1.8 Measurement and Payment of Construction Schedule. The Contractor's preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no
separate payment will be made therefore.
6-2 PROSECUTION OF WORK.
To minimize public inconvenience and possible hazard and to restore street and other work
areas to their original condition and state of usefulness as soon as practicable, the Contractor
shall diligently prosecute the Work to completion. If the Engineer determines that the Contractor
is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the
Engineer, immediately take steps to remedy the situation. All costs of prosecuting the Work as
described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the
necessary steps to fully accomplish said purposes, after orders of the Engineer, the Engineer
may suspend the work in whole or part, until the Contractor takes said steps.
As soon as possible under the provisions of the Specifications, the Contractor shall backfill all
excavations and restore to usefulness all improvements existing prior to the start of the Work.
If Work is suspended through no fault of the Agency, all expenses and losses incurred by the
Contractor during such suspensions shall be borne by the Contractor. If the Contractor fails to
properly provide for public safety, traffic, and protection of the Work during periods of
suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the
Contractor. Such actions will not relieve the Contractor from liability.
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on
the Project Plans and as specified in the Specifications. The work includes the installation of
new shade structure at La Costa Canyon Park.
6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project
Meetings. The Contractor's Representative shall attend each Project Meeting. The Project
Representative shall be the individual determined under Section 7-6, 'The Contractor's
Representative". No separate payment for attendance of the Contractor, the Contractor's
Representative or any other employee or subcontractor or subcontractor's employee at these
meetings will be made.
6-3 SUSPENSION OF WORK.
6-3.1 General. The Work may be suspended in whole or in part when determined by the
Engineer that the suspension is necessary in the interest of the Agency. The Contractor shall
comply immediately with any written order of the Engineer. Such suspension shall be without
liability to the Contractor on the part of the Agency except as otherwise specified in Section
6-6.3.
6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and
equipment, to commence the Work within the time specified, to maintain the rate of delivery of
material, to execute the Work in the manner and at such locations as specified, or fails to
maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not
carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor
and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the
Contract.
Revised 11/01/06 Contract No. PKS 07-06 Page 74 of 114
The Contract may be canceled by the Board without liability for damage, when in the Board's
opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or
subcontracted any part of the Work without the Board's consent. In the event of such
cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or
lump sums bid and the quantity of the Work completed at the time of cancellation, less damages
caused to the Agency by acts of the Contractor. The Contractor, in having tendered a Bid,
shall be deemed to have waived any and all claims for damages because of cancellation of
Contract for any such reason. If the Agency declares the Contract canceled for any of the above
reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within
five (5) days, assume control and perform the Work as successor to the Contractor.
If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for
that part, and shall be paid by the Agency for all work performed by it in accordance with the
Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of
its default shall be payable to the Surety as the Work progresses, subject to the terms of the
Contract.
If the Surety does not assume control and perform the Work within 5 days after receiving notice
of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the
premises. The Agency may then take possession of all material and equipment and complete
the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a
combination of such methods. In any event, the cost of completing the Work shall be charged
against the Contractor and its Surety and may be deducted from any money due or becoming
due from the Agency. If the sums due under the Contract are insufficient for completion, the
Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in
excess of the sums due.
The provisions of this section shall be in addition to all other rights and remedies available to the
Agency under law.
6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own
discretion or when conditions encountered during the Work make it impossible or impracticable
to proceed, or when the Agency is prevented from proceeding with the Contract by act of God,
by law, or by official action of a public authority.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.1 General. If delays are caused by unforeseen events beyond the control of the
Contractor, such delays will entitle the Contractor to an extension of time as provided herein,
but the Contractor will not be entitled to damages or additional payment due to such delays,
except as provided in 6-6.3. Such unforeseen events may include: war, government regulations,
labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of
work, inability to obtain materials, labor or equipment, required extra work, or other specific
events as may be further described in the Specifications.
No extension of time will be granted for a delay caused by the Contractor's inability to obtain
materials unless the Contractor furnishes to the Engineer documentary proof, the proof must be
provided in a timely manner in accordance with the sequence of the Contractor's operations and
the approved construction schedule.
Revised 11/01/06 Contract No. PKS 07-06 Page 75 of 114
If delays beyond the Contractor's control are caused by events other than those mentioned
above, the Engineer may deem an extension of time to be in the best interests of the Agency.
The Contractor will not be entitled to damages or additional payment due to such delays, except
as provided in Section 6-6.3.
If delays beyond the Contractor's control are caused solely by action or inaction by the Agency,
such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2.
6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of
delays to the Work. They will not be granted for noncontrolling delays to minor portions of the
Work unless it can be shown that such delays did or will delay the progress of the Work.
6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages
incurred due to delays for which the Agency is responsible. Such actual costs will be determined
by the Engineer. The Agency will not be liable for damages which the Contractor could have
avoided by any reasonable means, such as judicious handling of forces, equipment, or plant.
The determination of what damages the Contractor could have avoided will be made by the
Engineer.
6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Engineer
within two hours of the beginning of any period that the Contractor has placed any workers or
equipment on standby for any reason that the Contractor has determined to be caused by the
Agency or by any organization that the Agency may otherwise be obligated by. The Contractor
shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of
equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of
the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay
by reasonable means. Should the Contractor fail to provide the notice(s) required by this section
the Contractor agrees that no delay has occurred and that it will not submit any claim(s)
therefore.
6-7 TIME OF COMPLETION.
6-7.1 General. The Contractor shall complete the Work within the time set forth in the
Contract. The Contractor shall complete each portion of the Work within such time as set forth in
the Contract for such portion. Unless otherwise specified, the time of completion of the Contract
shall be expressed in working days. The Contractor shall diligently prosecute the work to
completion within 30 working days after the starting date specified in the Notice to Proceed.
6-7.2 Working Day. A working day is any day within the period between the start of the
Contract time as defined in Section 6-1 and the date provided for completion, or upon field
acceptance by the Engineer for all work provided for in the Contract, whichever occurs first,
other than:
1. Saturday,
2. Sunday,
3. any day designated as a holiday by the Agency,
4. any other day designated as a holiday in a Master Labor Agreement entered into by the
Contractor or on behalf of the Contractor as an eligible member of a contractor
association,
5. any day the Contractor is prevented from working at the beginning of the workday for
cause as defined in Section 6-6.1,
6. any day the Contractor is prevented from working during the first 5 hours with at least
60 percent of the normal work force for cause as defined in Section 6-6.1.
Revised 11/01/06 Contract No. PKS 07-06 Page 76 of 114
Unless otherwise approved in writing by the Engineer, the hours of work shall be between the
hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays.
The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work
outside said hours or at any time during weekends and/or holidays. This written permission must
be obtained at least 48 hours prior to such work The Engineer may approve work outside the
hours and/or days stated herein when, in his/her sole opinion, such work conducted by the
Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the
inspection costs of such work.
6-7.3 Contract Time Accounting. The Engineer will make a daily determination of each
working day to be charged against the Contract time. These determinations will be discussed
and the Contractor will be furnished a periodic statement showing allowable number of working
days of Contract time, as adjusted, at the beginning of the reporting period. The statement will
also indicate the number of working days charged during the reporting period and the number of
working days of Contract time remaining. If the Contractor does not agree with the statement, it
shall file a written protest within 15 days after receipt, setting forth the facts of the protest.
Otherwise, the statement will be deemed to have been accepted.
6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the
Engineer for acceptance upon receipt of the Contractor's written assertion that the Work has
been completed.
The Engineer will not accept the Work or any portion of the Work before all of the Work is
completed and all outstanding deficiencies that may exist are corrected by the Contractor and
the Engineer is satisfied that all the materials and workmanship, and all other features of the
Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or
permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the
Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer
will so certify to the Board. Upon such certification by the Engineer the Board may accept the
completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of
Completion" to be filed in the office of the San Diego County Recorder. The date of recordation
shall be the date of completion of the Work.
All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and
any faulty work or materials discovered during the warranty period shall be repaired or replaced
by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be
retained as a warranty bond for the one year warranty period. The Contractor shall replace or
repair any such defective work in a manner satisfactory to the Engineer, after notice to do so
from the Engineer, and within the time specified in the notice. If the Contractor fails to make such
replacement or repairs within the time specified in the notice, the Agency may perform this work
and the Contractor's sureties shall be liable for the cost thereof.
6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time
allowed will result in damages being sustained by the Agency. For each consecutive calendar
day in excess of the time specified for completion of Work, as adjusted in accordance with
Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five
Hundred Dollars ($500.00). Such sum is liquidated damages and shall not be construed as a
penalty, and may be deducted from payments due the Contractor if such delay occurs.
Execution of the Contract shall constitute agreement by the Agency and Contractor that Five
Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages caused
by the Contractor to complete the Work within the allotted time. Any progress payments made
after the specified completion date shall not constitute a waiver of this paragraph or of any
damages.
Revised 11/01/06 Contract No. PKS 07-06 Page 77 of 114
6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to
take over and utilize all or part of any completed facility or appurtenance. The Contractor will be
notified in writing in advance of such action. Such action by the Agency will relieve the
Contractor of responsibility for injury or damage to said completed portions of the improvement
resulting from use by public traffic or from the action of the elements or from any other cause,
except Contractor operations or negligence. The Contractor will not be required to reclean such
portions of the improvement before field acceptance, except for cleanup made necessary by its
operations. Nothing in this section shall be construed as relieving the Contractor from full
responsibility for correcting defective work or materials.
In the event the Agency exercises its right to place into service and utilize all or part of any
completed facility or appurtenance, the Agency will assume the responsibility and liability for
injury to persons or property resulting from the utilization of the facility or appurtenance so
placed into service, except for any such injury to persons or property caused by any willful or
negligent act or omission by the Contractor, Subcontractor, their officers, employees, or agents.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and
maintain in good condition all equipment and facilities as required for the proper execution and
inspection of the Work. Such equipment and facilities shall meet all requirements of applicable
ordinances and laws.
7-2 LABOR.
7-2.1 General. Only competent workers shall be employed on the Work. Any person employed
who is found to be incompetent, intemperate, troublesome, disorderly, or otherwise
objectionable, or who fails or refuses to perform work properly and acceptably, shall be
immediately removed from the Work by the Contractor and not be reemployed on the Work.
7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with
applicable provisions of the Labor Code and Federal, State, and local laws related to labor.
The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum
wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and
nondiscrimination because of race, color, national origin, sex, or religion. The Contractor shall
forfeit to the Agency the penalties prescribed in the Labor Code for violations.
In accordance with the Labor Code, the Board has on file and will publish a schedule of
prevailing wage rates for the types of work to be done under the Contract. The Contractor shall
not pay less than these rates.
Each worker shall be paid subsistence and travel as required by the collective bargaining
agreement on file with the State of California Department of Industrial Relations.
The Contractor's attention is directed to Section 1776 of the Labor Code which imposes
responsibility upon the Contractor for the maintenance, certification, and availability for
inspection of such records for all persons employed by the Contractor or Subcontractor in
connection with the project. The Contractor shall agree through the Contract to comply with this ^^
Section and the remaining provisions of the Labor Code. j
Revised 11/01/06 Contract No. PKS 07-06 Page 78 of 114
7-3 LIABILITY INSURANCE. Insurance shall be required as specified in section 10 of the
Public Works Contract.
The cost of this insurance shall be included in the Contractor's Bid.
7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the
Board, the Contractor shall file with the Engineer the following signed certification:
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that code, and I
will comply with such provisions before commencing the performance of the
work of this contract."
The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for,
and maintaining in full force and effect for the duration of the contract, complete Workers'
Compensation Insurance, and shall furnish a Certificate of Insurance to the Engineer before
execution of the Contract. The Agency, its officers, or employees, will not be responsible for any
claims in law or equity occasioned by failure of the Contractor to comply with this paragraph.
All compensation insurance policies shall bear an endorsement or shall have attached a rider
whereby it is provided that, in the event of expiration or proposed cancellation of such policies
for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days
before expiration or cancellation is effective.
All insurance is to be placed with insurers that are admitted and authorized to conduct business
in the state of California and are listed in the official publication of the Department of Insurance
of the State of California. Policies issued by the State Compensation Fund meet the
requirement for workers' compensation insurance.
7-5 PERMITS. Except as specified herein the Contractor will obtain, at no cost to the
Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits
necessary to perform work for this contract on Agency property, streets, or other rights-of-way.
Contractor shall not begin work until all permits incidental to the work are obtained. The
Contractor shall obtain and pay for all permits for the disposal of all materials removed from the
project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item
and no additional compensation will be allowed therefore. The Contractor shall obtain and pay
for all costs incurred for permits necessitated by its operations such as, but not limited to, those
permits required for night work, overload, blasting, and demolition. For private contracts, the
Contractor shall obtain all permits incidental to the Work or made necessary by its operations,
and pay all costs incurred by the permit requirements.
The Contractor shall pay all business taxes or license fees that are required for the work.
7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall
designate in writing a representative who shall have complete authority to act for it.
An alternative representative may be designated as well. The representative or alternate shall be
present at the Work site whenever work is in progress or whenever actions of the elements
necessitate its presence to take measures necessary to protect the Work, persons, or property.
Any order or communication given to this representative shall be deemed delivered to the
Contractor. A joint venture shall designate only one representative and alternate. In the absence
of the Contractor or its representative, instructions or directions may be given by the Engineer to
the superintendent or person in charge of the specific work to which the order applies.
Such order shall be complied with promptly and referred to the Contractor or its representative.
Revised 11701/06 Contract No. PKS 07-06 Page 79 of 114
In order to communicate with the Agency, the Contractor's representative, superintendent, or
person in charge of specific work shall be able to speak, read, and write the English language.
7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for
ascertaining the nature and extent of any simultaneous, collateral, and essential work by others.
The Agency, its workers and contractors and others, shall have the right to operate within or
adjacent to the Work site during the performance of such work.
The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate
their operations and cooperate to minimize interference.
The Contractor shall include in its Bid all costs involved as a result of coordinating its work with
others, the Contractor will not be entitled to additional compensation from the Agency for
damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid
or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of
the Work.
Should the Contractor be delayed by the Agency, and such delay could not have been
reasonably foreseen or prevented by the Contractor, the Engineer will determine the extent of
the delay, the effect on the project, and any extension of time.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including
suspension of work, and until the final acceptance, the Contractor shall keep the site clean and
free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning,
sweeping and sprinkling with water, or other means as necessary. The use of water resulting in
mud on public streets will not be permitted as a substitute for sweeping or other methods.
When required by the Plans or Specifications, the Contractor shall furnish and operate a self-
loading motor sweeper with spray nozzles at least once each working day for the purpose of
keeping paved areas acceptably clean wherever construction, including restoration, is
incomplete.
Materials and equipment shall be removed from the site as soon as they are no longer
necessary. Before the final inspection, the site shall be cleared of equipment, unused materials,
and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall
be included in the Contractor's Bid.
Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed
immediately and the area cleaned.
Excess excavation material from catch basins or similar structures shall be removed from the
site immediately. Sufficient material may remain for use as backfill if permitted by the
Specifications. Forms and form lumber shall be removed from the site as soon as practicable
after stripping.
Failure of the Contractor to comply with the Engineer's cleanup orders may result in an order to
suspend work until the condition is corrected. No additional compensation will be allowed as a
result of such suspension.
Revised 11/01/06 Contract No. PKS 07-06 Page 80 of 114
Cleanup and dust control required herein shall also be executed on weekends and other
non-working days when needed to preserve the health safety or welfare of the public.
The Contractor shall conduct effective cleanup and dust control throughout the duration of the
Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her
sole discretion, are necessary to preserve the health, safety and welfare of the public.
Cleanup and dust control shall be considered incidental to the items of work that they are
associated with and no additional payment will be made therefore.
7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air
contaminants into the atmosphere in such quantity as will violate the regulations of any legally
constituted authority.
7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of
employees engaged in the Work. These accommodations shall be maintained in a neat and
sanitary condition. They shall also comply with all applicable laws, ordinances, and regulations
pertaining to public health and sanitation of dwellings and camps.
Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities,
sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system.
Sewage shall not be permitted to flow in trenches or be covered by backfill.
7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to
protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule
operations so as to minimize or avoid muddying and silting of said channels, drains, and waters.
Water pollution control work shall consist of constructing those facilities which may be required
to provide prevention, control, and abatement of water pollution.
The Contractor shall comply with the California State Water Resources Control Board (SWRCB)
Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General
Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of
Stormwater Runoff associated with Construction Activity (General Permit) and subsequent
adopted modifications and with all requirements of the Storm Water Pollution Prevention and
Monitoring Plans for this project in accordance with these regulations.
7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work
areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic
concrete, or other acceptable material will be permitted when necessary. Such dams shall be
removed from the site as soon as their use is no longer necessary.
7-8.8 Noise Control. All internal combustion engines used in the construction shall be
equipped with mufflers in good repair when in use on the project with special attention to the City
Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor
shall be responsible for the protection of public and private property adjacent to the Work and
shall exercise due caution to avoid damage to such property.
The Contractor shall repair or replace all existing improvements within the right-of-way which are
not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility
installations, pavement, structures, etc.) which are damaged or removed as a result of its
operations.
Revised 11/01/06 Contract No. PKS 07-06 Page 81 of 114
Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or
injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced
in as nearly the original condition and location as is reasonably possible. Lawns shall be
reseeded and covered with suitable mulch.
All costs to the Contractor for protecting, removing, and restoring existing improvements shall be
included in the Bid.
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary
inconvenience. The access rights of the public shall be considered at all times. Unless otherwise
authorized, traffic shall be permitted to pass through the Work, or an approved detour shall be
provided.
Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire
hydrants; commercial and industrial establishments; churches, schools and parking lots; service
stations and motels; hospitals; police and fire stations; and establishments of similar nature.
Access to these facilities shall be continuous and unobstructed unless otherwise approved by
the Engineer.
The Contractor shall include in its Bid all costs for the above requirements.
7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall
not be stored in streets, roads, or highways for more than 5 days after unloading. All materials or
equipment not installed or used in construction within 5 days after unloading shall be stored
elsewhere by the Contractor at its expense unless authorized additional storage time.
Construction equipment shall not be stored at the Work site before its actual use on the Work
nor for more than 5 days after it is no longer needed. Time necessary for repair or assembly of
equipment may be authorized by the Engineer.
Excavated material, except that which is to be used as backfill in the adjacent trench, shall not
be stored in public streets unless otherwise permitted. After placing backfill, all excess material
shall be removed immediately from the site.
7-10.4 Safety.
7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts
of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued
by the State Division of Industrial Safety. The Contractor shall comply with provisions of these
and all other applicable laws, ordinances, and regulations.
Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan
to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for
the workers' protection from the hazard of caving ground during the excavation of such trench. If
the plan varies from the shoring system standards, the plan shall be prepared by a registered
Civil Engineer. No excavation shall start until the Engineer has accepted the plan and the
Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the
permit shall be submitted to the Engineer.
Payment for performing all work necessary to provide safety measures shall be included in the
prices bid for other items of work except where separate bid items for excavation safety are
provided, or required by law.
Revised 11/01/06 Contract No. PKS 07-06 Page 82 of 114
7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous
substances or mixtures may be required on the Work. A Material Safety Data Sheet as
described in Section 5194 of the California Code of Regulations shall be requested by the
Contractor from the manufacturer of any hazardous products used.
Material usage shall be accomplished with strict adherence to California Division of Industrial
Safety requirements and all manufacturer warnings and application instructions listed on the
Material Safety Data Sheet and on the product container label.
The Contractor shall notify the Engineer if a specified product cannot be used under safe
conditions.
7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all
necessary precautions for the safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about, or adjacent to the premises where the work is being
performed. The Contractor shall erect and properly maintain at all times, as required by the
conditions and progress of the work, all necessary safeguards for the protection of workers and
public, and shall use danger signs warning against hazards created by such features of
construction as protruding nails, hoists, well holes, and falling materials.
7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees
or royalties on any patented article or process furnished or used in the Work. The Contractor
shall indemnify and hold the Agency harmless from any legal action that may be brought for
infringement of patents.
7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors,
architects, or engineers may be displayed on removable signs. The size and location shall be
subject to the Engineer's approval.
Commercial advertising matter shall not be attached to or painted on the surfaces of buildings,
fences, canopies, or barricades.
7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of State and
National laws and County and Municipal ordinances and regulations which in any manner affect
those employed in the Work or the materials used in the Work or in any way affect the conduct
of the Work. The Contractor shall at all times observe and comply with such laws, ordinances,
and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation
and Grading. If this notice specifies locations or possible materials, such as borrow pits or
gravel beds, for use in the proposed construction project which would be subject to Section 1601
or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section
1601 et seq. of the Fish and Game Code shall become conditions of the contract.
7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides:
"In entering into a public works contract or a subcontract to supply goods, services, or materials
pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign
to the awarding body all rights, title, and interest in and to all causes of action it may have under
Sectjon 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with
Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to the public works contract or subcontract.
The assignment shall be made and become effective at the time the awarding body tenders final
payment to the contractor, without further acknowledgment of the parties."
Revised 11701/06 Contract No. PKS 07-06 Page 83 of 114
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
8-1 GENERAL. A field office for agency personnel is not required.
SECTION 9 - MEASUREMENT AND PAYMENT
9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or
"Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation
for the items of work and all work appurtenant thereto.
When required by the Specifications or requested by the Engineer, the Contractor shall submit
to the Engineer within 15 days after award of Contract, a detailed schedule in triplicate, to be
used only as a basis for determining progress payments on a lump sum contract or designated
lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and
sufficiently detailed as to satisfy the Engineer that it correctly represents a reasonable
apportionment of the lump sum.
9-3 PAYMENT
9-3.1 General. The quantities listed in the Bid schedule will not govern final payment. Payment
to the Contractor will be made only for actual quantities of Contract items constructed in
accordance with the Plans and Specifications. Upon completion of construction, if the actual
quantities show either an increase or decrease from the quantities given in the Bid schedule, the
Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1.
The unit and lump sum prices to be paid shall be full compensation for the items of work and all
appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals.
Payment will not be made for materials wasted or disposed of in a manner not called for under
the Contract. This includes rejected material not unloaded from vehicles, material rejected after it
has been placed, and material placed outside of the Plan lines. No compensation will be allowed
for disposing of rejected or excess material.
Payment for work performed or materials furnished under an Assessment Act Contract will be
made as provided in particular proceedings or legislative act under which such contract was
awarded.
Whenever any portion of the Work is performed by the Agency at the Contractor's request, the
cost thereof shall be charged against the Contractor, and may be deducted from any amount
due or becoming due from the Agency.
Whenever immediate action is required to prevent injury, death, or property damage, and
precautions which are the Contractor's responsibility have not been taken and are not
reasonably expected to be taken, the Agency may, after reasonable attempt to notify the
Contractor, cause such precautions to be taken and shall charge the cost thereof against the
Contractor, or may deduct such cost from any amount due or becoming due from the Agency.
Agency action or inaction under such circumstances shall not be construed as relieving the
Contractor or its Surety from liability.
Revised 11/01/06 Contract No. PKS 07-06 Page 84 of 114
Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such
payment be construed to be acceptance of any of the Work. Payment shall not be construed as
the transfer of ownership of any equipment or materials to the Agency. Responsibility of
ownership shall remain with the Contractor who shall be obligated to store any fully or partially
completed work or structure for which payment has been made; or replace any materials or
equipment required to be provided under the Contract which may be damaged, lost, stolen or
otherwise degraded in any way prior to acceptance of the Work, except as provided in Section 6-
10.
Guarantee periods shall not be affected by any payment but shall commence on the date of
recordation of the "Notice of Completion."
If, within the time fixed by law, a properly executed notice to stop payment is filed with the
Agency, due to the Contractor's failure to pay for labor or materials used in the Work, all money
due for such labor or materials will be withheld from payment to the Contractor in accordance
with applicable laws.
At the expiration of 35 days from the date of acceptance of the Work by the Board, or as
prescribed by law, the amount deducted from the final estimate and retained by the Agency will
be paid to the Contractor except such amounts as are required by law to be withheld by properly
executed and filed notices to stop payment, or as may be authorized by the Contract to be
further retained.
9-3.2 Partial and Final Payment. The Engineer will, after award of Contract, establish a
closure datd for the purpose of making monthly progress payments. The Contractor may request
in writing that such monthly closure date be changed. The Engineer may approve such request
when it is compatible with the Agency's payment procedure.
Each month, the Engineer will make an approximate measurement of the work performed to the
closure date as basis for making monthly progress payments. The estimated value will be based
on contract unit prices, completed change order work and as provided for in Section 9-2 of these
General Provisions. Progress payments shall be made no later than thirty (30) calendar days
after the closure date. Five (5) working days following the closure date, the Engineer shall
complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's
information. Should the Contractor assert that additional payment is due, the Contractor shall
within ten (10) days of receipt of the progress estimate, submit a supplemental payment request
to the Engineer with adequate justification supporting the amount of supplemental payment
request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as
practicable after receipt, determine whether the supplemental payment request is a proper
payment request. If the Engineer determines that the supplemental payment request is not
proper, then the request shall be returned to the Contractor as soon as practicable, but not later
than seven (7) days after receipt. The returned request shall be accompanied by a document
setting forth in writing the reasons why the supplemental payment request was not proper. In
conformance with Public Contract Code Section 20104.50, the City shall make payments within
thirty (30) days after receipt of an undisputed and properly submitted supplemental payment
request from the Contractor. If payment of the undisputed supplemental payment request is not
made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the
Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code
of Civil Procedure.
Revised 11/01/06 Contract No. PKS 07-06 Page 85 of 114
From each progress estimate, 10 percent will be deducted and retained by the Agency, and the
remainder less the amount of all previous payments will be paid. After 50 percent of the Work
has been completed and if progress on the Work is satisfactory, the deduction to be made from
remaining progress estimates and from the final estimate may be limited to $500 or 10 percent
of the first half of total Contract amount, whichever is greater.
No progress payment made to the Contractor or its sureties will constitute a waiver of the
liquidated damages under 6-9.
As provided in Section 22300 of the California Public Contract Code, the Contractor may
substitute securities for any monies withheld by the Agency to ensure performance under the
Contract.
After final inspection, the Engineer will make a Final Payment Estimate and process a
corresponding payment. This estimate will be in writing and shall be for the total amount owed
the Contractor as determined by the Engineer and shall be itemized by the contract bid item and
change order item with quantities and payment amounts and shall show all deductions made or
to be made for prior payments and amounts to be deducted under provisions of the contract.
All prior estimates and progress payments shall be subject to correction in the Final Payment
Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount.
The Contractor shall provide all documentation at the time of submitting the statement
supporting its position. Should the Contractor fail to submit the statement and supporting
documentation within the time specified, the Contractor acknowledges that full and final payment
has been made for all contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by
the Engineer will be subject to resolution as specified in Section 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of
the Contractor's claims. It will be the responsibility of the Contractor to furnish within a
reasonable time such further information and details as may be required by the Engineer to
determine the facts or contentions involved in its claims. Failure to submit such information and
details will be sufficient cause for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written
statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written
statement by the Contractor no later than the date of receipt of the final payment estimate.
Those final payment items disputed in the written statement required in Section 9-3.2 shall be
submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be
considered that was not included in this written statement, nor will any claim be allowed for
which written notice or protest is required under any provision of this contract including Sections
3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4
Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has
complied with notice or protest requirements. ,*•%
Revised 11/01/06 Contract No. PKS 07-06 Page 86 of 114
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain
the basis and amount of said claims. The Engineer will consider and determine the Contractor's
claims and it will be the responsibility of the Contractor to furnish within a reasonable time such
further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient
cause for denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those
claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution
under Section 3-5, Disputed Work, for those claims remaining in dispute.
9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not
incorporated into the work will not be included in the progress estimate.
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work
will be included in the various items of work and no other payment will be made.
Revised 11 /01 /06 Contract No. PKS 07-06 Page 87 of 114
SUPPLEMENTAL PROVISIONS
TO
"GREEN BOOK"
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1.2.4 Chemical Admixtures, (e) Air-entraining Admixtures. Substitute the following:
The air content shall not deviate from the percentage specified or permitted by more than 1-1/2
percentage points. The air content of freshly mixed concrete will be determined by California
Test Method No. 504.
SECTION 207 - PIPE
Add the following section:
207-25 UNDERGROUND UTILITY MARKING TAPE.
Add the following section:
207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility
Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35
gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers
shall be laminated together with the extrusion lamination process, not adhesives. No inks or
printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off.
Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables
207-25(A) and 207-25 (B).
TABLE 207-25.1 (A)
DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES
Property
Thickness
Tensile strength
Elongation
Printability
Flexibility
Inks
Message repeat
Foil
Top layer
Bottom layer
Adhesives
Bond strength
Colors
Method
ASTM D2103
ASTM D882
ASTM D882-88
ASTM D2578
ASTMD671-81
Manufacturing specifications
Manufacturing specifications
Manufacturing specifications
Manufacturing specifications
Manufacturing specifications
Manufacturing specifications
Boiling H2O at 100 degrees Celsius
APWA Code
Value
01 14 mm (0.0056")
4500g/cm (25 Ibs/inch) (5,500 PSI)
<50 percent at break
>50 dynes/square centimeter
Pliable hand
Heat-set Mylex
Every 500 mm(20")
Dead soft/annealed
Virgin PET
Virgin LDPE
>30 percent, solid 1 .5#/R
Five hours without peel
See Table 207-25.1 (B)
Revised 11/01/06 Contract No. PKS 07-06 Page 88 of 114
TABLE 207-25.1(8)
DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS
Color
Red
Yellow
Orange
Blue
Green
Brown
Purple
Utility Marked
Electric power, distribution, transmission, and municipal electric systems.
Gas and oil distribution and transmission, dangerous materials, product and steam.
Telephone and telegraph systems, police and fire communications, and cable television.
Water systems.
Sanitary and storm sewer systems, nonpotable.
Force mains.
Reclaimed water lines.
Add the following section:
207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the
requirements of each of the following agency/association publications.
A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety.
USAS code for pressure piping B31.8, paragraph 192.321 (e).
B. National Transportation Safety Board, Washington, DC, Special Study Prevention of
Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1.
C. American Petroleum Institute (API). Recommended practice for marking buried liquid
petroleum pipelines - APR RP 1109.
D. General Services Administration, Washington, DC, Public Buildings Service Guide
Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page
501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1.
E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC,
National Electrical Safety Code for Underground Construction for remote and immediate
hazards.
SECTION 213 - ENGINEERING FABRICS
Add the following section:
213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type,
filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed.
Plastic bags are not acceptable.
Revised 11/01/06 Contract No. PKS 07-06 Page 89 of 114
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
PART 3, CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES
FOR EROSION CONTROL AND WATER POLLUTION CONTROL.
Add the following section:
300-9.2 General. The Contractor shall provide erosion control and water pollution control
conforming to the requirements shown on the plans, as specified herein, and as elsewhere
required by the Contract Documents. Erosion control and water pollution control shall include
the work specified herein, and such additional measures, as may be directed by the Engineer, to
meet Best Management Practices, as defined herein, and to properly control erosion and storm
water damage or the limits of work and construction impacts upon areas receiving drainage
flows from within the limits of work.
Add the following section:
300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded
and/or cleared and grubbed as well as areas that have not been graded and/or cleared and
grubbed within the limits of work from erosion. The Contractor shall provide temporary earth
berms, gravej bags, silt fences, stabilized construction entrances and similar measures,
coordinated with its construction procedures, as necessary and as shown on the plans to control
on site and off site erosion during the construction period. The Contractor will be required to
protect areas which have been cleared and grubbed prior to excavation or embankment
operations, and which are subject to runoff during the duration of the contract. The criteria used
to determine the appropriate erosion control measures shall be the "Best Management
Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management
Practices Handbook, Construction", January 2003 edition as published by the California
Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best
Management Practices Handbook, Construction", January 2003 edition on the project site and
shall conduct its operations in conformity to said Handbook.
Temporary erosion control measures provided by the Contractor shall include, but not be limited
to, the following:
a) Embankment areas, while being brought up to grade and during periods of completion prior to
final roadbed construction, shall be graded so as to direct runoff into impoundment areas
within the limits of work where such runoff shall have pollutants removed by BMP methods .
b) The Contractor shall provide protection by BMP measures to eliminate erosion and the
siltation of downstream facilities and adjacent areas. These measures shall include, but shall
not be limited to: temporary down drains, either in the form of pipes or paved ditches with
protected outfall berms; graded berms around areas to eliminate erosion of embankment
slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff.
c) Excavation areas, while being brought to grade, shall be protected from erosion and the
resulting siltation of downstream facilities and adjacent areas by the use of BMP measures.
These measures shall include, but shall not be limited to, methods shown on the plans and
described herein.
Add the following section:
300-9.2.2 Payment. Full compensation for performing erosion control and water pollution
control, conforming to the operational requirements herein, of the BMP and conforming to the
requirements of the Federal Water Pollution Control Act, including the latest amendments
thereto, which is not a part of the planned permanent work or included as a separate bid item
shall be considered as included in the contract price bid for Installation of Shade Structure at
La Costa Canyon Park, and no additional compensation will be allowed therefore.
Revised 11/01/06 Contract No. PKS 07-06 Page 90 of 114
APPENDIX A
SUPPLEMENTAL PROVISIONS
FOR
LA COSTA CANYON PARK
SHADE STRUCTURE INSTALLATION
CONTRACT NO. PKS 07-06
TECHNICAL SPECIFICATIONS /
SPECIAL CONSTRUCTION PROVISIONS
1. The Work
The Contract work to be performed hereunder includes the furnishing of all labor and
equipment and furnishing and installing all materials, unless herein specifically excepted,
necessary for the complete and satisfactory installation of pre-fabricated shade structure
at La Costa Canyon Park.
The work shall consist of installing temporary fencing; all utility location and verification
(excavating, exposing, and verifying top, bottom, and side of utility facilities); all
earthwork (including trenching, shoring, bedding, backfilling including select imported
material or select native material); dewatering; including providing and installing all
equipment, and appurtenances; installation of pre-fabricated shade structure; protecting
in place or removing and replacing all existing utilities and public and private
improvements; re-vegetation; testing all equipment, disposing of excess building
materials, soil, and rock material and restoring all adjacent areas and improvements to
pre-construction conditions.
Contractor shall, upon completion of all work required herein, initially operate all
components of the Contract Work installed or furnished and installed by him, and make
any additional, adjustments, corrections, repairs, replacements, and reconstruction's
necessary to provide Owner with complete, correctly operating shade structure and
appurtenances.
2. Work Site
The Contract work site is located in the City of Carlsbad. The La Costa Canyon Shade
Structure Installation site is located in La Costa Canyon Park. The street address of
La Costa Canyon Park is 3020 Pueblo Street.
Bidders shall review the project sites prior to submitting a bid.
Revised 11/01/06 Contract No. PKS 07-06 Page 91 of 114
3. Construction Plans (Drawings)
Upon Notice of Award, Contractor is hereby authorized to provide engineered drawings
for a pre-fabricated steel shade structure. The Contractor's construction drawings shall
include all required structural calculations required by the Building Official in the City of
Carlsbad. The successful bidder will be responsible for procuring a building permit for all
work associated with the installation of the shade structure. The City will waive permit
fees for procurement of the Building Permit.
4. Notice of Award and Notice to Proceed
Upon Notice of Award, Contractor is hereby authorized to execute Contract and secure
Performance and Payment Bonds and Certificates of Insurance.
Upon execution of Contract by Owner, Contractor is authorized to begin document
submission, material ordering, and construction scheduling.
5. Project Schedule and Late Completion Penalties
Upon Notice of Award, Contractor is hereby authorized to execute Contract and secure
Performance and Payment Bonds and Certificates of Insurance.
Upon execution of Contract by Owner, Contractor is authorized to begin document
submission, material ordering, and construction scheduling.
6. Data to be Submitted by Contractor
Contractor shall furnish Owner submittals for all equipment, equipment components,
fabricated materials, and materials to be furnished for review and acceptance by Owner
prior to Contractor performing work to which data pertains. Submittals shall be provided
in accordance with the "Contractors Submittals Technical Specifications".
Prior to beginning construction, Contractor shall submit 24-hour emergency phone
numbers for the construction superintendent, construction foreman, and all company
principals.
7. Contractor Cooperation and Coordination
Contractor shall cooperate with Owner, San Diego Gas and Electric, and all other
jurisdictional agencies. Owner will have representatives on site to observe and verify
compliance with Contract Documents. Contractor shall perform work in a manner not to
interfere with operation of other park facilities nor operate any existing facilities.
Contractor shall perform his work in accordance with the sequence of work as specified
herein. Contractor shall coordinate all work with the Owner. A detailed schedule of
proposed work shall be provided to the Owner the Thursday preceding each week.
3
Revised 11/01/06 Contract No. PKS 07-06 Page 92 of 114
8. Permits, Licenses, Certificates, Laws and Ordinances
Contractor and all subcontractors shall procure and maintain a valid City of Carlsbad
Business License for the duration of the Contract.
The Contractor shall procure a Building Permit from the Building Official in the City of
Carlsbad for all construction.
California Regional Water Quality Control Board. San Diego Region
Contractor shall, at his expense, obtain authorization to discharge water from ground
water extraction (dewatering), line flushing, and testing operations from the California
Regional Water Quality Control Board, San Diego Region (Regional Board). A copy of
said discharge authorization shall be provided to the Owner. Contractor shall comply
with conditions therein and perform the monitoring required.
Contractor shall not allow any discharges from the construction site, which may have an
adverse effect on receiving waters of the United States.
Contractor shall not allow any groundwater extraction water to be discharged from
construction site except in full compliance with the General Waste Discharge Require-
ments for Ground Water Extraction and Similar Discharges from Construction and
Remediation Projects (Order No. 96-41) adopted by the Regional Board. Prior to submit-
ting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compli-
ance requirements therein, including monitoring, testing, and reporting.
Contractor shall provide all labor, material, and equipment necessary to comply with
Regional Board requirements for discharge water from groundwater extractions, line
flushing, and testing operations, including all monitoring, testing, and reporting.
In the event of conflict between the Contract and Permit requirements, the most stringent
shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all
issuing agencies, and the Owner before project will be accepted and a Notice of Comple-
tion filed.
Contractor shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execution of the work. He shall comply with all
Federal, State and local laws, ordinances or rules and regulations relating to the per-
formance of said work.
9. Storage of Materials and Equipment
Contractor shall not store materials or equipment on private or public property without
written permission from the affected property owners approving such use. Said written
permission shall be submitted to Owner prior to Contractor moving materials or
equipment onto site.
Contractor's equipment shall be removed from public or private right-of-way and placed
in the Contractor's designated storage areas at the end of each workday.
Contractor may utilize the adjoining park site for storage of materials and equipment.
The contractor shall install temporary construction fencing around the storage area and
will be required to return the area to its pre-construction condition.
Revised 11/01/06 Contract No. PKS 07-06 Page 93 of 114
10. Building Inspection
The Contractor will be required to coordinate and schedule any and all inspections
required by the Building Official. No work may be covered or continued until all required
the Building Official performs all required inspections.
The Contractor shall design all portions of the project to conform to all aspects of the
UBC. The Contractor agrees to provide Requests for Information to the Project Inspector
for any issues regarding UBC compliance prior to scheduling Building Inspection. In the
event that the Building Official requires a change in plans or construction to comply with
the UBC, the Contractor agrees to process construction changes through the Building
Official in matters relating to UBC compliance. Extensions of time will be granted in any
case that construction cannot continue on any portion of the project. The contractor
agrees to waive any delay claims during plan revision process.
Building Inspection may be scheduled for next business day by calling (760) 602-2725
and requesting inspection through the automated scheduling system. Be advised that
inspection will not be scheduled for a particular time during the next business day. The
Contractor also agrees that any issue requiring re-inspection for any reason, by the
Building Official, is not grounds for delay claims.
11. Preservation of Existing Improvements, Restoration of Work Site and Disposal of
Spoil and Waste Materials
A. Contractor shall perform his operations so that the existing improvements
(including roads and other paved surfaces adjacent to or in the vicinity of the work
site are not damaged. Contractor shall repair and restore any disturbed or
damaged private or public improvements which results from his operations
(except that which is specifically a part of the Contract Work) to the satisfaction of
the Owner, or the agency having jurisdiction over said improvements, all at his
expense.
B. All work sites shall be restored to pre-job conditions and shall meet the
requirements of Owner and property owner.
Owner is obligated to keep visual impact of the work sites to a minimum;
therefore, Contractor is required to restore all areas altered by construction to
pre-existing conditions. Such areas shall include, but shall not be limited to,
areas used for travel, parking, and storage of vehicles, equipment and materials.
C. Contractor shall be responsible for the proper disposal of all waste materials
resulting from his operations, including rubbish, packaging materials, discarded
equipment parts, and damaged construction materials, in a manner and at
locations suitable to the Owner and all health and other regulatory agencies.
Revised 11/01/06 Contract No. PKS 07-06 Page 94 of 114
12. Construction Water & Electrical
Contractor may utilize the existing water source at the Park. The Contractor shall
coordinate and request permission to utilize the City's water source 48 hours prior to any
requested use. Contractor shall furnish and install all necessary piping and
appurtenances, including pumps, necessary to convey water from Owner's system to
places of use within the work site. Contractor shall supply an Owner approved backflow
prevention device.
The Contractor shall be responsible for procurement of electrical power for his work. The
Contractor shall coordinate and pay for services with the Utility and shall include cost of
such power sources in his bid item price for the work. The Contractor may, at his option,
provide a portable generator for the work. All portable generator equipment must be
equipped with suitable mufflers and shall be in good operating condition.
13. Salvage
Contractor shall meet with the Owner prior to removal of any material or equipment, and
the Owner shall designate which equipment (if any) are to be salvaged by the Contractor.
Salvage shall be delivered, unloaded, and stored by the Contractor as directed by
Owner at the Parks Maintenance Yard at 1166 Carlsbad Village Drive, Carlsbad, CA
92008. All other equipment and materials removed shall be considered waste and
disposed of by the Contractor.
14. Sequence and Scope of Work
Project Work includes the following major components: installation of pre-fabricated steel
shade structure and restoration of the site surrounding the construction to its original
condition.
15. Location of Equipment and Ambient Environmental Conditions
All equipment shall be designed to operate at the project site, which is located in an
outdoor area in a public park. The project site is at an elevation approximately 100'
above mean sea level. Maximum design ambient temperature shall be 100°F and
minimum design ambient temperature shall be 40°F. Relative humidity may range from
10% to 95%. Equipment shall be designed to prevent damage which could be caused by
high or low ambient temperature within the specified range, freezing, dust in the air,
winds of up to 70 mph, and wet weather conditions. Equipment shall be specifically
designed to function satisfactorily under said conditions. All electrical equipment shall be
suitable sealed.
16. Specified Model Numbers
Any model numbers used herein are provided for information only, to assist Contractor in
selecting equipment that conforms to specifications. In case of any conflict between
model numbers given herein and the descriptive specifications or performance specified,
the descriptive specifications and performance specified shall govern.
Revised 11/01/06 Contract No. PKS 07-06 Page 95 of 114
17. Inspection Fees
Contractor shall bear all costs and fees incurred as a result of inspection services
furnished by utilities or others.
In the event the Contractor requests to work outside the stated working hours, or on
holidays, Saturdays, or Sundays, and the Owner agrees to same, the Contractor shall
pay for the Inspector's time at the rate of $100.00 per hour. Inspection by the Building
Official will not be available after hours or on weekends or holidays.
18. Compliance With Contract Documents
Contractor shall comply with all instructions of Owner to insure compliance with the
Contract Documents, including timely completion of work each day, work site clean-up,
control of traffic, and placement of signs. If Contractor does not comply with the Contract
Documents, then Owner shall provide the required labor, materials, and equipment to
perform same and shall deduct the cost from monies otherwise due under the Contract.
19. Geological Conditions at Work Site
Contractor shall, satisfy himself with regard to all geologic conditions which may affect
Contract Work.
Personal investigation by Contractor is mandatory. Contractor may perform excavations
on site prior to bid opening. Contact the Owner to arrange for access to site. Neither the
information contained in the drawings, or from Owner, his agents or employees shall act
to relieve Contractor from any responsibility in fulfilling any and all of the terms and
requirements specified herein.
20. Safety Requirement of Equipment Furnished by Contractor
The equipment furnished by Contractor shall comply with the applicable requirements of
the Safety Orders of the Division of Industrial Safety of the State of California. Copies of
the Safety Orders as available at the Printing Division, Documents Section, State of
California, Sacramento, California 95814.
o
Revised 11/01/06 Contract No. PKS 07-06 Page 96 of 114
APPENDIX B
SPECIAL PROVISIONS
TECHNICAL SPECIFICATIONS
SUBMITTALS
Revised 11/01/06 Contract No. PKS 07-06 Page 97 of 114
o
CONTRACTOR SUBMITTALS ^
PART 1 - GENERAL
1.01 Description
This Section covers requirements for submittals and forms a part of all other Sections in
which submittals are specified or required.
A. Submittal Requirements Included in this Section
1. Contractor's Construction Schedule
2. Shop Drawings
3. Material Samples, Including Color Samples for Paint, Roofing Materials etc.
4. Operation and Maintenance Manuals
5. Requests for Substitutions or Equals
6. Record Drawings
1.02 Progress Schedule
A. Within thirty (30) days of Notice of Award, Contractor shall submit a Construction
Schedule for construction progress control, prepared on 11 inch x 17 inch charts.
All construction activities and procurement shall be indicated in a time scaled
format and a calendar shall be shown on all sheets along the entire sheet length.
Each activity arrow or node shall be plotted so that the beginning and ending
dates of said activity can be determined graphically by comparison with the
calendar scale.
B. The duration estimate indicated for each activity shall be computed in working
days and shall be shown on the construction schedule in calendar days. It shall
represent the single best estimate considering the scope of the work and
resources planned for the activity. Except for certain non-labor activities, such as
curing concrete or delivering materials, activity duration shall not exceed ten (10)
working days (fourteen (14) calendar days), nor be less than one (1) working day
unless otherwise accepted by Owner.
Contractor shall modify any portions of the construction schedule that become
infeasible due to activities behind schedule or for any other valid reason.
Any activity that cannot be completed by its original latest completion date shall
be deemed to be behind schedule.
Revised 11/01/06 Contract No. PKS 07-06 Page 98 of 114
1.03 Shop Drawing Submittal
A. Unless otherwise specified in the Contract Documents, Contractor shall furnish
for all equipment and materials to be furnished and installed for the project at
least six (6) copies of each shop drawing for Owner's review and approval. Four
(4) copies will be retained for Owner's use, and two (2) copies will be returned to
Contractor. The term "Shop Drawings" as used herein shall be understood to
include all data covering all equipment, equipment components, fabricated
materials, and furnished materials.
Data shall include, but shall not be limited to, design calculations, equipment
drawings, fabrication and installation drawings, erection drawings, mix designs,
operating instructions, catalog sheets, data sheets, lists, graphs, and similar
items. Data shall demonstrate compliance with the Contract Documents.
Contractor shall submit shop drawings in a timely manner. Contractor shall allow
a reasonable period for Owner's review and approval of shop drawings.
Contractor shall be responsible for any project delays resulting from late submittal
of initial shop drawings or re-submittal of corrected or revised shop drawings.
B. Method of Submittal
Contractor shall deliver shop drawings submittals by means of dated, signed, and
sequence numbered transmittals on Contractor's letterhead. Contractor shall
clearly describe the submittal contents, identifying whether initial or subsequent
submittals and stating the drawing numbers and specification sections, articles,
and paragraphs to which the shop drawings pertain. All data sheets, catalog
cuts, or drawings showing more than the particular item under consideration shall
be marked to delete all but the applicable information. Contractor shall comply
with Section 2-5.3.3 of the Special Provisions for acceptable form of Submittals.
C. Deviations or Exceptions from Contract Documents
Where proposed equipment or materials, equipment components, equipment
functions, or equipment operations deviate from the specifications and whenever
exceptions to the specifications are taken, it shall be clearly noted on the shop
drawing submittals. Deviations shall include references to the specific sections,
parts, and paragraphs or drawing numbers and notes for which the deviations or
exceptions are made.
D. Contractor's Review
All shop drawing submittals shall be carefully reviewed by Contractor prior to
submission to Owner. Contractor shall indicate by a signed and dated stamp on
the submittal that Contractor has checked the shop drawings as being correct
and in strict conformance with the Contract Documents. Shop drawings not so
reviewed by Contractor may be returned without action taken by Owner, and any
delays caused thereby shall be the responsibility of the Contractor.
Revised 11/01/06 Contract No. PKS 07-06 Page 99 of 114
E. Owner's Review
1. Owner's review of the shop drawings submitted by Contractor will cover
only general conformity to the Contract Documents. The review of shop
drawings shall not relieve Contractor of full responsibility for any deviation
from the requirements of the Contract Documents. As specified above,
deviations or exceptions to the Contract Documents shall be clearly
indicated on the shop drawings. Contractor shall be responsible for any
errors or omissions in the shop drawings or for the accuracy of
dimensions, quantities, and the design of adequate connections and
details.
2. Unless specified elsewhere, Owner will return two (2) sets of shop
drawing submittals to Contractor with his comments noted thereon, within
fifteen (15) working days following their receipt by Owner. It is expected
that Contractor shall prepare his submittals in such a manner that he is
able to obtain a complete and acceptable submittal by the second
submission. Owner reserves the right to deduct monies from the amounts
due to Contractor to cover the cost of the Owner's review beyond the
second submission.
F. Corrections and Resubmittals
Contractor shall make all required corrections and shall resubmit the required
number of corrected shop drawings until found in general conformance with the
Contract Documents and design concept of the project. No work that requires
shop drawing submittals shall be purchased or commenced until the pertinent
shop drawings have been submitted, reviewed, and approved.
1.04 Material Samples Submitted
A. General
Whenever in the Contract Documents material samples are required, Contractor
shall submit to Owner not less than two (2) samples of each such item for review
and approval, all at no additional cost to Owner. Upon receiving approval by
Owner, one (1) set of the samples will be stamped and dated by Owner and
returned to Contractor, and one (1) set of samples shall remain at the job site until
completion of the work.
o
Revised 11/01/06 Contract No. PKS 07-06 Page 100 of 114
BASIC STRUCTURAL STEEL
AND MISCELLANEOUS METAL WORK SPECIFICATIONS
PART 1 - GENERAL
1.01 General Requirements
Contractor shall furnish all labor, equipment, and material and perform all operations
necessary for fabrication, construction, and installation of structural and miscellaneous
metal specified.
Where miscellaneous metal and equipment items are required to fit spaces previously
constructed, measurements for the fabrication of such items shall be made at the site so
that items fit as required. Standard commercial products which meet general
requirements, and vary only in nonessential detail, will be acceptable, subject to Owner's
approval.
All work shall be executed and finished in accordance with approved shop drawings and
conform to the best practice required to produce the highest grade construction.
Contractor shall be solely responsible for errors of fabrication and correct fitting of
structural members shown on the shop drawings.
1.02 Quality Assurance
Unless otherwise specified, all work specified in the Contract Documents shall comply
with requirements of the following specifications and codes:
A. Steel Work
Fabrication and erection of structural steel shall be in accordance with AISC
"Specification for the Design, Fabrication, and Erection of Structural Steel for
Buildings," and "Code of Standard Practice for Steel Buildings and Bridges",
latest editions.
B. Aluminum Work
Fabrication and erection of aluminum shall be in accordance with the applicable
requirements of Chapter 28 of the Uniform Building Code, latest edition, and
herein referenced standards of the Aluminum Association.
C. Welding Inspection
All welding of structural steel assemblies shall be performed under continuous
inspection of a "Special Inspector" selected by the Owner. Should such
fabrication be performed in the shop of a licensed fabricator approved by the
governing Building Official, only the field welding of structural steel assemblies
will be required to be performed under continuous inspection of the "Special
Inspector". Contractor shall notify inspector at least 24 hours in advance of
needed inspections. Contractor shall provide copies of Inspection Reports for
Owner.
Revised 11/01/06 Contract No. PKS 07-06 Page 101 of 114
1.03 Submittals
A. Shop Drawings
Contractor shall submit shop drawings for approval before fabrication of any of
the work. Shop drawings shall show complete fabrication details with material
lists, including all welds, fabrication and finish details, and shop painting. In
approved shop drawings, the Owner does not assume responsibility for accuracy
of the work relative to other components as constructed. Also refer to applicable
requirements hereafter specified in paragraph "Substitutions". All dimensions
shall be field verified by the Contractor prior to fabrication.
B. Test Reports
Contractor shall furnish notarized certified physical and chemical mill test reports
for material used for major structural members. All tests shall be performed in
accordance with applicable ASTM Standards.
C. Shop Painting Data
In coordinated manner with requirements for Painting and Protective Coatings,
Contractor shall submit product list with product data sheets of intended shop
coats which, for compatibility, shall be the same products and manufacturer as
those field-applied systems specified in the Basic Painting Specifications.
PART2-PRODUCTS
2.01 Materials - General
Materials shall be new, sound, and shall comply with the following:
A. Steel
Rolled shapes, plates, and bars shall conform to AISC "Manual of Steel
Construction" and ASTM Specification A-36, latest editions.
1. Stainless Steel
Unless otherwise designated or approved, Contractor shall use Type 316
stainless steel alloy conforming to ASTM A-167 and ASTM A-276, latest
editions, for plates and bars.
2. Steel Pipe
Material shall conform to ASTM A-53, Grade B seamless galvanized as
required, Schedule 40.
B. Cast Iron
Material shall conform to ASTM A-48, Class 30, except as specifically designated
otherwise.
Revised 11 /01 /06 Contract No. PKS 07-06 Page 102 of 114
C. Ductile Iron
Material shall conform to ASTM A-536 using grade 60-40-18 or better, except as
specifically designated otherwise.
D. Aluminum
1. All plate, pipe, and structural shapes shall be new and shall conform to
ASTM B209 (Plate), B308 (Shapes), B429 (Pipe and Tubing), B211 (Bar
Stock), and applicable Federal Specifications for 6061-T6 alloy, unless
otherwise designated.
2. Aluminum pipe rail shall be of 6061-T6 alloy and be Schedule 40 or
greater.
3. Alloys and tempers for various members where not otherwise designated,
shall be as required for proper forming and fabrication to meet or exceed
structural requirements, and shall be of alloys specially produced to best
achieve specified color anodized finishes. Contractor shall provide
supporting printed recommendations from parent aluminum producer. For
sheet fabricated members Contractor shall use only homogenous
aluminum products and no clad products.
4. Contingent upon alloys being welded, Contractor shall use only inert gas
shielded arc or resistance welding process with filler alloys as specified in
the UBC. Contractor shall not use any process requiring a welding flux.
E. Common Bolts
Except as otherwise designated or specified, bolts shall be standard commercial
quality steel units conforming to ASTM A-307; galvanize where used with
galvanized work.
F. High Strength Bolts & Studs
Except as otherwise designated or specified, bolts shall conform to ASTM A325;
studs shall conform to ASTM A449; nuts shall conform to ASTM A194, 2H heavy
hex; washers shall conform to ASTM F436. They shall be galvanized where
specified or where used with galvanized steel.
G. Stainless Steel Bolts
Except as otherwise designated or specified, bolts, cap screws, and studs shall
be Type 316L conforming to ASTM F-593; nuts shall conform to ASTM F-594.
Revised 11/01/06 Contract No. PKS 07-06 Page 103 of 114
H. Deferred Bolting Devices (Noted D.B.D. or Expansion Anchor on Contract
Drawings)
Deferred bolting devices shall be used in lieu of anchor bolts only where
specifically noted or detailed; they shall be installed in accordance with current
I.C.B.O. Research Report Approval and shall consist of the following:
1. D.B.D. shall be Molly Parabolt Concrete Anchors, Phillips Wedge
Anchors, Hilti Anchors, or approved equal.
2. D.B.D. shall not be used for anchorage of any vibrating machinery or
equipment.
I. Galvanizing
1. Iron and Steel
Galvanizing shall conform to ASTM A123, with minimum weight per
square foot of 1 .25 ounces.
2. Ferrous Metal Hardware Items
Galvanizing shall conform to A153, with average coating weight of 1.25
ounces per square foot.
3. Touch-Up Material for Galvanized Coatings
Galvanized coatings marred or damaged during erection or fabrication
shall be repaired by use of DRYGALV as manufactured by the American
Solder and Flux Company, Galvalloy, Galvion, or equal, applied in
accordance with the manufacturer's instructions.
J. Welding Electrodes
1. Steel Electrodes
Contractor shall use E70XXX rod for shielded metal arc welding
conforming to AWS A5.1 or A5.5 and F7X-EXXX for submerged arc
welding conforming to AWS A5.17. For steel alloys other than ASTM A-
36 and A-53, Contractor shall use electrodes recommended in writing by
AWS and by the parent steel manufacturer.
2. Aluminum Electrodes
Contingent upon alloys being welded, Contractor shall use only inert gas
shielded arc or resistant welding process with filler alloys conforming to
U.B.C. Standard No. 28, Table 28-1 -C. Contractor shall not use any
process requiring a welding flux.
3. Stainless Steel Electrodes
Contractor shall weld stainless steel with electrodes and by techniques
specified in pertinent AWS A5 Series Specification, and as recommended
in Welded Austenitic Chromium-Nickel Stainless Steel Techniques and
Properties as published by the International Nickel Company, Inc., New
York, N.Y.
Revised 1 1/01/06 Contract No. PKS 07-06 Page 104 of 114
K. Shop Prime Paint
To assure compatibility with field-applied paint or coating systems, for ferrous
metals other than stainless steel, galvanized steel, and cast iron, Contractor shall
use same shop prime paint product and manufacturer as painting or protective
coating system intended for field application specified in the Basic Painting
Specifications. Contractor shall not shop prime portions of work immediately
adjacent to intended field welds or portions intended for embedment in concrete.
L. Storage of Materials
Structural material, either plain or fabricated, shall be stored above ground upon
platforms, skids, or other supports. Material shall be kept free from dirt, grease,
and other foreign matter and shall be protected from corrosion.
PART 3 - EXECUTION
3.01 Fabrication
A. Workmanship shall conform to AISC specifications, latest edition. Work shall
conform to the Contract Documents and approved shop drawings. Work shall be
performed by Fabricator approved by governing Code Authorities. Aluminum
work shall conform to the applicable requirements of "Specifications for Aluminum
Structures, Aluminum Construction Manual" of the Aluminum Association, latest
edition.
1. Shop connections shall be welded or bolted unless otherwise indicated.
2. Insofar as possible, Contractor shall fit and assemble all work in shop,
ready for erection.
B. Members
1. All members shall be free from twists, kinks, buckles, or open joints.
2. All members, holes, and their spacing shall be so accurately made that,
when assembled, the parts shall come together and bolt without distortion.
3. Parts assembled with bolts shall be in close contact, except where
separators are required. Where unlike metals are in contact, Contractor
shall insulate as necessary to prevent corrosion.
4. Bearing surfaces shall be planned to true beds. Abutting surfaces shall
be closely fitted. Steel requiring accurate alignment shall be provided with
slotted holes and/or washers for aligning the steel members.
Revised 11/01/06 Contract No. PKS 07-06 Page 105 of 114
C. Welding
1. Welding in shop and field shall be done by operators who have previously
been qualified by tests, as prescribed in the American Welding Society,
"Standards Qualifications Procedure". All welds shall exhibit
characteristics required by AWS D1.0.
2. All welds shall be made with E70-XX classification mild or low-alloy steel
covered arc-welding electrodes conforming to AWS A5.1 and A5.5
Specifications for filler metal, except as otherwise designated on
Structural Drawings and except as otherwise recommended by AWS and
AISC for welding high strength steel alloys other than ASTM A36 and A53
Steels.
3. All steel, before being fabricated, shall be thoroughly wire brushed,
cleaned of all scale and rust, and thoroughly straightened by approved
methods that will not injure the materials being used. Welding shall be
continuous along the entire line of contact except where tack or
intermittent welding is permitted by Engineer. Where exposed, welds
shall be cleaned of flux and slag and ground smooth.
4. Welding of aluminum shall conform to the applicable requirements of
Uniform Building Code, Chapter 28 and to the detail requirements of
"Welding Aluminum" by the American Welding Society and the Aluminum
Association.
3.02 Erection
A. Erection shall include the installation and erection of all steel referred to in this
Basic Specification. Contractor shall verify correctness before starting erection.
Erection shall be performed in accordance with the latest edition of AISC Code of
Standard Practice.
B. As erection progresses, Contractor shall securely bolt up all members to take
care of all dead-load, wind, and erection stresses.
C. Contractor shall not perform final bolting or welding until each portion of the
structure has been properly aligned and plumbed.
D. Contractor shall insure bolts are drawn up tight and threads set so that nuts
cannot become loose.
E. Damaged Members
During erection, members which are bent, twisted, or damaged shall be
straightened or replaced by Contractor as directed. If heating is required in
straightening, heating shall be done in the presence of the inspector and a
heating method shall be used which will ensure uniform temperature throughout
the entire member. Members, which, in the opinion of the Owner, are damaged
to an extent impairing their appearance, strength, or serviceability, shall be
removed and replaced with new members by Contractor.
Revised 11701/06 Contract No. PKS 07-06 Page 106 of 114
F. Anchor Bolts and Anchors
Anchor bolts and anchors shall be properly located and built into connection work
in accordance with the Contract Documents. Bolts and anchors shall be preset
by the use of templates or such other methods as may be required to locate the
anchors and anchor bolts accurately. Embedded anchor bolts that are submerged
in process water or sludge, or are in enclosed tanks or spaces exposed to
process gas or moisture, shall be Type 316 stainless steel with nuts of the same
material. To such stainless steel bolts Contractor shall apply a non-oxidizing
lubricant grease before bolting using a molybdenum disulphide grease compound
or a NO-OX-10 type compound. Specialty anchoring systems shall be as
specified or shown on Construction Drawings.
G. Substitutions
Unless otherwise directed, the exact sections, shapes, thicknesses, sizes,
weights, and the details of construction shown for the structural steelwork shall be
furnished as specified in the Contract Documents; however, Contractor, because
of his stock or shop practices, may suggest substitutes if the net section area is
not thereby reduced, if the section properties are at least equivalent, and if the
overall dimensions are not exceeded. All substitutions or other deviations from
Contract Drawings and/or Specifications shall be specifically noted or "clouded"
on the shop drawing submittals.
H. Flame Cutting
Contractor shall not flame cut with a gas cutting torch in the field to correct
fabrication errors on any major member in the structural framing. Contractor may
flame-cut on minor members, when the member is not under stress, and then
only following Owner's approval.
I. Dissimilar Metals
Contractor shall isolate aluminum from contact with dissimilar metals and
materials, other than stainless steel, as follows:
1. Metals
Contractor shall apply on contact surfaces a heavy brush coat of
approved zinc chromate primer made with a synthetic resin vehicle,
followed by two brush coats of approved aluminum metal and masonry
paint or a heavy coat of approved alkali-resistant bituminous paint.
Alternatively, Contractor may separate surfaces with a non-absorptive
tape or gasket.
2. Masonry. Concrete, or Plaster
Contractor shall apply a heavy brush coat of approved, alkali-resistant
bituminous paint, or separate surfaces with non-absorptive tape or gasket.
3. Moisture-Absorbent Materials and Preservative Treated Wood
Contractor shall paint such absorbent materials with two coats of
approved aluminum house paint and protect aluminum contact surfaces
with bituminous paint.
END OF SECTION.
Revised 11701 /06 Contract No. PKS 07-06 Page 107 of 114
APPENDIX C
FABRIC SHADE STRUCTURE SPECIFICATIONS
A SUMMARY
The shade structure contractor shall be responsible for the design, engineering,
fabrication, supply and installation of the work specified herein. The intent of this
specification is to have single source supplier who is responsible for the above functions.
The design is a single 2 posted T-Arch Cantilever with 20x30x12' dimensions.
B DESIGN CRITERIA
B.1 The shade structure shall be designed to comply with the California Building Code
2001.
B.2 All shade structures are engineered and designed to meet a 90 mph wind load
Exposure C and a snow load of 4 pounds per square foot.
B.3 The steel frame structure shall not rely on the fabric for structural stability.
B.4 All tests are in accordance with the American Society for Testing Materials (ASTM).
B.5 All welds are in accordance with the American Welding Society guidelines.
B.6 All steel shall be designed, manufactured, and installed in accordance with the
American Institute of Steel Construction (AISC), "Specifications for the Design,
Fabrication, and Erection of Structural Steel".
B.7 All steel shall be fabricated by a fabricator recognized by the IAS (International
Accreditation Service) for Structural Steel Fabrication under the UBC 97 & 2000
Section 1701.7 and IBC 2000 Section 1704.2.2
C QUALITY ASSURANCE
Fabrication and erection is limited to firms with proven experience in design and
construction of fabric shade structures and such firms shall meet the following minimum
requirements:
C.1 A single contractor should design, engineer, manufacture and erect the fabric
shade structures.
C.2 The contractor shall demonstrate to have a minimum of 10 years experience in
the engineering, fabrication, and erection of permanent fabric structures.
C.3 The contractor shall submit a minimum of 8 fabric samples to demonstrate fabric
color range and color selections. Also, the contractor shall provide letter of
authorization from fabric manufacture for use of fabric.
Revised 11/01/06 Contract No. PKS 07-06 Page 108 of 114
C.4 The contractor shall demonstrate that it has a staff of experienced fabric structure
installation personnel who will undertake the installation of each project.
C.5 The contractor shall submit a Corporate Quality Control Manual describing their
complete quality assurance program.
C.6 The contractor shall have insurance as required by the State of California.
C.7 The contractor must be a licensed contractor in the state of California.
C.8 The contractor must be an approved Structural Steel Fabricator by the IAS
(International Accreditation Service) for Structural Steel Fabrication under UBC
97 & 2000 Section 1701.7 and IBC 2000 Section 1704.2.2
D SUBMITTALS
The following items need to be submitted to the owner at the time of award for review
and consideration as proof of meeting the quality assurance standards and design
criteria required for this project
D.1 Engineering drawings demonstrating experience in the engineering, fabrication,
and erection of similar type of freestanding structures
D.2 A minimum of 8 fabric samples to demonstrate fabric color range and color
selections and a letter of authorization from fabric manufacture for use of the
fabric.
D.3 The contractor shall submit a Corporate Quality Control Manual describing their
complete quality assurance program.
D.4 A minimum of 9 powder coat color selection samples
E MANUFACTURERS
E.1 Shade America, Inc. dba Shade Structures
Contact Information: Shade Structures
350 Kalmus Drive
Costa Mesa, CA 92626;
attn: Brian Donohue (760) 831-1273
E.2 Or approved equal. Substitution requests must be submitted by a Prime Bidder
a minimum of ten (10) days prior to bid date. Any approvals of substitutions shall
be issued by addendum only prior to the bid date.
Revised 11/01/06 Contract No. PKS 07-06 Page 109 of 114
3
F ERECTION HARDWARE
F.1 Bolt and fastening hardware shall be determined based on calculated
engineering loads.
F.2 All bolts shall comply with ASTM A-325. All nuts shall comply with ASTM F-594,
Alloy Group 1 or 2.
G CONCRETE
G.1 Concrete work shall be executed in accordance with the latest edition of
American Concrete Building Code ACI 318.
G.2 Concrete specifications shall comply in accordance with the section 03300, and
detailed as per plans, shall be as follows:
G.2.1 28 Days Strength F'c = 3000 psi
G.2.2 Aggregate: HR
G.2.3 Slump: 3-5
G.2.4 Portland Cement shall conform to C-150
G.2.5 Aggregate shall conform to ASTM C-33
G.3 All reinforcement shall conform to ASTM A-615 grade 60.
•^^1G.4 Reinforcing steel shall be detailed, fabricated, and placed in accordance with the ^Ji
latest ACI Detailing Manual and Manual of Standard Practice.
G.5 Whenever daily ambient temperatures are below 80 degrees Fahrenheit, the
contractor may have mix accelerators and hot water added at the batch plant
(See Table 1)
G.6 The contractor shall not pour any concrete when daily ambient temperature is
below 55 degrees Fahrenheit.
TABLE 1
Temperature Range
75-80 degrees
70-75 degrees
Below 70 degrees
% Accelerator
1%
2%
3%
Type Accelerator
High Early (non calcium)
High Early (non calcium)
High Early (non calcium)
H FOOTINGS
H.1 All Anchor Bolts set in new concrete shall be ASTM A-325.
H.2 All Anchor Bolts shall be Hot Dipped Galvanized.
H.3 Footings shall be placed in accordance with and conform to engineered
specifications and drawings.o
Re vised 11/01/06 Contract No. PKS 07-06 Page 110 of 114
FABRIC SPECIFICATIONS
1.1 UV shade fabric is made of UV-stabilized Shadesure® high-density polyethylene
cloth manufactured by Multi Knit Ltd.
1.2 Cloth meets fire resistance tests as follows:
1.2.1 National Tests: ASTM E84, or NFPA 701 -97, weathered or unweathered
1.2.2 California Tests: California State Fire Marshall
(Registration #FA-52001)
1.3 There must be at least 8 colors of the California-tested fabric to choose from.
1.4 The material shall be manufactured with tensioned fabric structures in mind.
1.5 The fabric knit is to be made using monofilament and tape filler which has weight
of 195g per square meter. Material to be Rachel-knitted to ensure material will not
unravel if cut.
1.6 Burst strength of 260 kpa
1.7 Fabric Properties
Stretch
Tear Tests (Ibs)
Burst Tests (PSIA)
Fabric Weight (oz/m2)
Fabric Width
Roll length
Roll Size
Weight
Life Expectancy
Fading
Temperature
Maximum Temperature
Stentored
Warp 220.5
Weft 462.9707 Ib.
37.7
6.9
10 ft.
164ft
63" x 16.5"
68 Ib.
1 0 years in sun
Minimum fading after 6 years ( 3 years for red)
-22° F
+ 176°F
THREAD
J.1 Gore™ TENARA® sewing thread is made up of 100% expanded PTFE fiber,
known as Teflon®. The sewing thread carries an 8-year warranty against
deterioration from exposure to the elements.
J.2 Shall be high strength and low shrinkage.
J.3 Shall have a wide temperature and humidity range.
J.4 Flew and abrasion resistant and UV radiation immunity.
J.5 Shall be unaffected by cleaning agents, acid rain, mildew, rot, chlorine, saltwater, and
pollution.
J.6 Lockstitch thread -1200 Denier or approved equal.
J.7 Chainstitch thread - 2400 Denier or approved equal.
Revised 11/01/06 Contract No. PKS 07-06 Page 111 of 114
K SEWING oK.1 On-site sewing of a fabric will not be accepted.
K.2 All corners shall be reinforced with extra non-tear cloth and strap to distribute the
load.
K.3 The perimeters that contain the cables shall be double lock stitched.
L STEEL TUBING
L.1 All final steel tubing must be in accordance with approved shop drawings and
calculations.
L.2 All steel is cleaned, degreased or etched to ensure proper adhesion of powder-
coat in accordance with manufacturer's specifications.
L.3 All steel used on this project needs to be new and accompanied by the mill
certificates.
L.4 All non-hollow structural steel shapes comply with ASTM A-36, unless otherwise
noted.
L.5 All hollow structural steel shapes shall be cold formed HSS ASTM A-500 grade
C, unless otherwise noted.
L.6 Plate products shall comply with ASTM A-572 grade 50.
M WELDING
M.1 All Shop welds shall be executed in accordance with the latest edition of the
American Welding Society Specifications.
M.2 Welding procedures shall comply in accordance with the AWS D1.1 - AWS
Structural Welding Code-Steel.
M.3 All welds to be performed by a certified welder. All Welds shall be continuous
where length is not given, unless otherwise shown or noted on drawings.
M.4 All welds shall develop the full strength of the weaker member. All welds shall be
made using E70xx .035 wire.
M.5 Shop connections shall be welded unless noted otherwise. Field connections
shall be indicated on the drawings. Field-welded connections are not acceptable.
M.6 All fillet welds shall be a minimum of %" unless otherwise noted.
M.7 All steel shall be welded shut at terminations to prevent internal leakage.
M.8 Internal weld sleeving is not acceptable.
M.9 On-site welding of any component is not acceptable
Revised 11 /01706 Contract No. PKS 07-06 Page 112 of 114
N POWDER COATING
N.1 All steel should be sandblasted prior to powder coating using a G50 steel grit.
N.2 Powdura® Epoxy Powder Coating Z.R Primer shall be applied in accordance with
the manufacturers' specifications. Primer should be fused only and then top
coated with the selected powder coat to ensure proper intercoat adhesion.
EGS6-00004 Z.R POWDURA® Epoxy Powder Coating Primer characteristics:
Adhesion: ASTM D 3359 - 5B
Flexibility: ASTM D 552 - Pass W' Mandrel
Pencil Hardness: ASTM D 3363 - H-2H
Impact Resistance: ASTM D 2794 - 120 Dir/Rev
Salt Spray Resistance: ASTM B 117 - 2000 hours
Humidity Resistance: ASTM D 4585 - 2000 hours
60° Gloss: 50.0 - 70.0%
Cure Schedule (metal temp) - 6 min at 392°F
Film Thickness Range: 2.0 - 3.0 mils
N.3 All steel parts shall be finished with a minimum 3.5 mil thick UV-inhibited weather
resistant powder coating.
N.4 Characteristics
Powder used in the powder-coat process shall have the following characteristics:
N.3.1 Specific gravity: 1.68 ±0.05
N.3.2 Theoretical coverage: 114 ± 4 ft 2/lb/mil
N.3.3 Mass loss during cure: <1 %
N.3.4 Maximum storage temp: 75 degrees F
N.5 Powder-coating shall meet the following tests:
N.6
ASTM D523-89
HOI TM 10.21 9
ASTM D2454-91
ASTM D3363-92A
ASTM D2794-93
ASTM D3359-95, B
ASTM D522-93a
ASTM B 117-95
UL DtOV2
Gloss at 60 degrees
PCI Powder smoothness
Over-bake resistance time
Pencil hardness
Dir/Rev Impact, Gardner
Adhesion, cross hatch
Flexibility Mandrel
Salt Spray
Organic Coating Steel
enclosures, elect eq
85-95
7
200%
H-2H
140/140 in/lbs
5B Pass
Vt, in. dia., no fracture
1 ,000 hours
Recognized
Application Criteria
N.5.1 Electrostatic spray, cold (Substrate: 0.032 in. CRS)
N.5.2 Cure schedule: 10 minutes at 400 0 F
N.5.3 Pretreatment: Bonderite 1000
N.5.4 Film Thickness: 3.5 Mils
Revised 11/01/06 Contract No. PKS 07-06 Page 113 of 114
WARRANTY
After final payment, the contractor shall furnish the owner with a written six (6) year warranty,
which warrants that the fabric panels (cloth, stitching and fading), its perimeter attachment
system and the structural support systems supplied and installed by the subcontractor has been
installed in accordance with the project and manufacturer's specifications and will be free from
defects in materials and workmanship which will impair its normal use or service. The structure
carries a 10 year structural warranty. The warranty shall extend from the date of substantial
completion of the fabric panel shade structure, specifically the first date on which the entire
fabric panel system is subject to design prestress conditions.
Revised 11/01/06 Contract No. PKS 07-06 Page 114 of 114