Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Wadsworth Golf Construction Company; 2005-10-12; 39721-2 Part 1 of 3
DQC# 2009-0184345 If \ !JO/' Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 APR 10, 2009 4:14 PM OFFICIAL RE CORDS SAN DIEGO COUNTY RECORDER'S OFFICE DAVID L BUTLER. COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Public Financing Authority (CPFA), a joint powers authority. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was substantially completed on October 31, 2008, and the final change order was executed on March 9, 2009. 6. The name of the contractor for such work of improvement is Wadsworth Golf Construction Company of the Southwest. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Carlsbad Municipal Golf Course (The Crossings at Carlsbad), Project No. 39721-2. CAR INANCING AUTHORITY GLENN PRUIM Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Public Financing Authority, 1200 Carlsbad Village Drive, % Carlsbad, California, 92008. The Board of Directors of said Authority on uUQAJU? *J 2009, accepted the above described work as completed and ordered that a lotice of ConNo'>. of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on flfu.\J) % 2009, at Carlsbad, California. CARLSBAD PUBLIC FINANCING AUTHORITY AB 40 Re?o 51 rSA?/LORF^/INE Secretary OOD CARLSBAD PUBLIC FI NAN C I N G AUTH ORlTY City of Carlsbad, California 1635 Faraday Avenue Carlsbad, California 92008 \ .. CONTRACT DOCUMENTS AND S U P P LE M E NTAL PROWS IONS ,""- FOR CONTRACT 2: GOLF COURSE CONSTRUCTION CARLSBAD MUNICIPAL GOLF COURSE PROJECT CONTRACT NO. 39721 - 2 GOLF COURSE CONSTRUCTION CARLSBAD MUNICIPAL GOLF COURSE PROJECT PROJECT OVERVIEW The Carlsbad Public Financing Authority (“CPFA) is a joint powers authority of the City of Carlsbad, California. CPFA is developing an 18-hole, championship length public golf course project in the City of Carlsbad. The property upon which the golf course and related improvements will be developed is owned entirely by the CPFA. It is a “stand alone” golf course project, Le., no other commercial or residential construction will be associated with its development. The project is fully permitted and entitled. The overall project development will be constructed using three (3) prime contracts: 1. 2. 3. Mass grading and partial site utilities, Contract 39721-1; Golf Course construction, Contract 39721 -2; Golf Course buildings, Contract 39721 -3. Contract 39721 -2 for the Golf Course construction involves the following construction activities: c- 1. Site preparation; 2. 3. Bridge construction; 4. 5. 6. 7. Trail and mini-park construction; 8. 9. Golf Course improvements including final shaping, tees, greens, and bunker construction, etc.; Installation of lakes and water features; Open space landscape and irrigation; Golf course landscape, grassing, and irrigation; Driving range lighting and related improvements; Public street improvements adjacent site; This is a General Engineering Contract “A license project. bidders submit a “Qualifications Statement” with its bid for Contract 39721-2. CPFA requires all prospective Coordination with the other two (2) prime contractors, including comprehensive scheduling and sequencing of work activities, is critically important to the organizational efficiency and ultimate success of this project. The Carlsbad Public Financing Authority requests your interest, participation, and partnership in this important public project. Page I-A .- GOLF COURSE CONSTRUCTION CARLSBAD MUNICIPAL GOLF COURSE PROJECT PRE-BID INFORMATION REQUESTS AND QUESTIONS FROM BIDDERS Prospective bidders are directed NOT to contact listed architects, engineers, designers, or other consultants involved with the design plans, specifications, or other documents for this project. Telephone inquiries, email messages, other inquiries, etc., will not be received or responded to by the design team or CPFA staff. All requests for information, clarifications, questions, inquiries of any kind during the bid period for this project are to be made IN WRITING and forwarded via FAX TRANSMITTAL to the following: Carlsbad Public Financing Authority City of Carlsbad, California Attention: Carlsbad City Golf Course Project FAX: 760-720-691 7 Upon receipt of a written FAX inquiry, CPFA will review and evaluate the request for information. If the answer or response requires input from the design team of architects and engineers, CPFA will secure the information and answers from the design team and return same via FAX. Please do not send multiple individual questions or clarification requests; rather, please try and group your questions into one or two larger sets of inquiries. Prospective bidders are stronqlv encouraged to completely review the plans, specifications, supplemental provisions, and related contract documents and appendices before sendinq questions to CPFA in which the information and/or answers are clearlv available within the proiect documents provided. CPFA will discontinue to receive and shall not respond to any further questions and inquiries received via FAX after 12:OO pm, Friday, June IO, 2005. Please note CPFA will not consider or approve during the bid period any requests for substitution of specified equipment, systems, hardware, finishes, furnishings, building materials, landscape materials, utility systems or equipment, or other identified items or materials contained within the project documents. As indicated on Page 12 of the “Notice Inviting Bids,” please include and acknowledge any and all published Addendum(a) by CPFA during the bid period. .- Page I-B GOLF COURSE CONSTRUCTION *- CARLSBAD MUNICIPAL GOLF COURSE PROJECT EXISTING CONDITIONS Under a previous contract, hereafter referred to as “Phase 1 ,’I CPFA completed in April, 2005 a partial site environmental survey and fencing, site clearing, and site perimeter fencing operation. Environmental Survey: The site contains orange “environmental” fencing materials across much of the site. The location of this orange “environmental” fencing generally follows the “limits of grading” for both Contract No. 39721-1 and Contract No. 39721-2 and was surveyed in advance of the orange “environmental” fencing installation in Phase 1 by following the approved layout of the golf course and its facilities. Some sections of the orange “environmental” fencing also contain installed erosion control silt fabric. Contract No. 39721-1 only includes an additional pre-grading survey to confirm the precise location of the golf course layout. Minor adjustments to the orange “environmental” fencing may be necessary. These activities shall be completed well in advance of the initiation of work under Contract No. 39721-2. Upon conclusion of the project, and following receipt of written notice from the Engineer, Contractor, at his own expense, shall remove and dispose off-site all orange “environmental” fencing, stakes, plastic and silt fabric, etc., found throughout the entire site. -c Site Clearina: Under the Phase 1 contract, CPFA completed a partial site clearing of existing vegetation on only a portion of the site. This work has no effect, nor does it modify or limit in any way, the requirements under this Contract No. 39721-2 as described in the plans and specifications herein. Existina Site Perimeter Fencing: Under the Phase I contract, CPFA installed partial site perimeter fencing generally fronting the site along Palomar Airport Road, College Boulevard, and Hidden Valley Road. This fencing is to remain in place during the time necessary to complete the work under Contract No. 39721-2. If the Contractor elects, or is required, or is otherwise requested by others to temporarily or permanently relocate a portion of this site perimeter fencing to facilitate or coordinate the work under this contract, Contractor shall do so at his own expense. Contractor shall not request nor shall CPFA approve additional compensation for Contractor‘s temporary or permanent relocation and / or re-installation of any portion of this existing site perimeter fencing regardless of time, reason, need, or cause. Contractor shall maintain this existing site perimeter fencing in good working order and appearance and shall replace portions of said fencing if it falls into disrepair when so ordered by the Engineer. Upon conclusion of the project, and receipt of written notice from the Engineer, Contractor, at his own expense, shall remove and dispose off-site all aforementioned perimeter fencing, poles, concrete footings of any kind or size, pipe gates and footings, temporary signage, etc., found throughout the entire site. - Page 1 - C TABLE OF CONTENTS . Item Pane . Project Overview ..................................................................................................... Pre-Bid Information Requests ..................................................................................... Existing Conditions ................................................................................................... Notice Inviting Bids ................................................................................................................... Contractor‘s Proposal ............................................................................................................... Bidders Qualifications Statement ................................................................................. Bid Security Form ..................................................................................................................... Bidder’s Bond to Accompany Proposal ..................................................................................... Guide For Completing the “Designation of Subcontractor and Amount of Subcontractor’s Bid Items” and “Designation of Owner Operator/Lessor and Amount of Owner Operator/Lessor Work” Forms ....................................................................................................................... Designation of Subcontractor and Amount of Subcontractor’s Bid Items .................................. Bidder’s Statement of Financial Responsibility .......................................................................... Bidder’s Statement of Technical Ability and Experience ............................................................ Bidder’s Certificate of Insurance for General Liability, Employers’ Liability, Automotive Liability and Workers’ Compensation ........................................................................................ Bidder’s Statement of Re Debarment ........................................................................................ Bidder’s Disclosure of Discipline Record ......................................................................... Non-Collusion Affidavit to be Executed by Bidder and Submitted With Bid ............................... Contract Public Works .............................................................................................................. Labor And Materials Bond ........................................................................................................ Faithful PerformancelWarranty Bond ........................................................................................ Optional Escrow Agreement for Surety Deposits In Lieu of Retention ....................................... 1 -A 1 -B 1 -c 10 14 25 26 27 28 30 32 33 34 35 36 38 39 45 47 49 a Revised 10/08/03 Contract No . 39721-2 Page 2 of I62 Pages SUPPLEMENTAL PROVISIONS PART I Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5- I 5-4 5-6 Section 6 6- I 6-2 6-6 6-7 6-8 6-9 6-1 1 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 GENERAL PROVISIONS Terms. Definitions. Abbreviations and Symbols Terms ............................................................................................................... Definitions ......................................................................................................... Abbreviations .................................................................................................... Scope and Control of the Work Subcontracts ..................................................................................................... Contract Bonds ................................................................................................. Plans and Specifications .......................................................... ........................ Surveying ......................................................................................................... Authority of Board and Engineer ....................................................................... Changes In Work Changes Initiated by the Agency ...................................................................... Extra Work ........................................................................................................ Changed Conditions ......................................................................................... Disputed Work .................................................................................................. Control of Materials Materials and Workmanship ............................................................................. Materials Transportation. Handling and Storage ................................................ Utilities Location ............................................................................................................ Relocation ........................................................................................................ Cooperation ...................................................................................................... Prosecution. Progress and Acceptance of the Work Construction Schedule and Commencement of Work ........................................ Prosecution of Work ......................................................................................... Delays and Extensions of Time ......................................................................... Time of Completion ........................................................................................... Completion and Acceptance ............................................................................. Liquidated Damages ......................................................................................... Site Observation Visits ...................................................................................... Responsibilities of the Contractor Liability Insurance ............................................................................................. Workers' Compensation Insurance ................................................................... Permits ............................................................................................................. Cooperation and Collateral Work ...................................................................... Project Site Maintenance .................................................................................. Public Convenience and Safety ........................................................................ Laws to Be Observed ....................................................................................... 52 52 53 54 54 55 62 67 67 68 68 69 72 72 73 73 73 74 86 87 87 87 88 88 89 89 89 89 89 90 94 I- @ Revised 10/08/03 Contract No . 39721-2 Page 3 of 162 Pages . Section 8 8-2 Field Office Facilities ......................................................................................... Facilities for Agency Personnel .. Section 9 Measurement and Payment 9- 1 Measurement Of Quantities For Unit Price Work ............................................... 9-3 Payment ........................................................................................................... PART 2 CONSTRUCTION MATERIALS .. Section 200 Rock Materials 200-1 Rock Products .................................................................................................. 200-2 Untreated Base Materials ................................................................................. Section 201 201 -1 Portland Cement Concrete ............................................................................... Concrete. Mortar and Related Materials Section 203 Bituminous Materials 203-6 Asphalt Concrete .............................................................................................. Section 204 204- 1 Lumber and Treatment with Preservatives Lumber and Plywood ........................................................................................ Section 206 Miscellaneous Metal Items 206-7 Traffic Signs ...................................................................................................... 206-8 Light Gage Steel Tubing and Connectors ......................................................... 206-9 Portable Changeable Message Sign ................................................................. 206-1 1 Pumps ................................................................................................ 206-1 2 Mechanical Appurtenances ................................................................... Section 207 Pipe 207-2 Reinforced Concrete Pipe ................................................................................. 207-25 Underground Utility Marking Tape .................................................................... Section 21 0 210-1 Paint ................................................................................................................. 21 0-2 Plastic Liner ...................................................................................................... Paint and Protective Coatings Section 21 2 Landscape and Irrigation Materials 21 2-1 Landscape Materials ......................................................................................... 21 2-2 Irrigation System Materials ............................................................................... 21 2-3 Electrical Materials ............................................................................................ Section 21 3 Engineering Fabrics 21 3-2 Geotextiles ....................................................................................................... 21 3-3 Erosion Control Specialties ............................................................................... Section 214 Pavement Markers 214-5 Reflective Pavement Markers .......................................................................... 94 96 97 100 101 102 103 106 106 109 110 Ill 112 112 113 115 116 122 125 127 127 127 128 Revised 10108103 Contract No . 39721-2 Page 4 of 162 Pages PART 3 CONSTRUCTION METHODS Section 300 300-5 300-1 2 Earthwork Borrow Excavation ............................................................................................. Treated Soil. Subgrade Preparation and Placement Of Base Materials Rock Slope Protection Fabric ............................................................................ Subgrade Preparation ........................................................................................ 130 130 Section 301 301-1 131 Section 302 302-5 Roadway Surfacing Asphalt Concrete Pavement ................................................................... 132 Section 303 303-1 303-2 303-5 Concrete and Masonry Construction . Concrete Structures ........................................................................................... Air-Placed Concrete ........................................................................................... Concrete Curbs. Walks. Gutters. Cross Gutters. Alley Intersections. Access Ramps. and Driveways .......................................................................... Stamped Concrete ............................................................................................. 132 133 133 135 303-6 Section 306 306-1 306-5 Underground Conduit Construction Open Trench Operations ................................................................................... Abandonment of Conduits and Structures ......................................................... 137 141 Section 308 308-4 308-2 308-5 308-6 308-7 308-8 Landscape And Irrigation Installation Earthwork and Topsoil Placement ..................................................................... Planting ............................................................................................................. Irrigation System Installation .............................................................................. Maintenance and Plant Establishment ............................................................... Guarantee ......................................................................................................... Measurement and Payment ............................................................................... 141 144 146 154 155 156 . Section 310 31 0-5 31 0-7 Painting Painting Various Surfaces ................................................................................. Permanent Signing ............................................................................................ 156 157 Section 31 1 31 1-1 Special Protective Materials Installer Qualifications ........................................................................................ 158 Section 312 31 2-1 Pavement Marker Placement and Removal Placement ......................................................................................................... 159 Temporary Traffic Control Devices Temporary Traffic Pavement Markers ................................................................ Temporary Railing (Type K) And Crash Cushions ...................................... Measurement and Payment ............................................................................... Temporary Traffic Signing ................................................................................. Section 313 31 3-1 31 3-2 31 3-3 31 3-4 159 160 160 162 . Revised 10/08/03 Contract No . 39721-2 Page 5 of 162 Pages BRIDGES Technical Specifications For Structures Construction Site Golf Cart Bridges (A) Section 5 Bridge Materials and Construction Details ......................................................... 2 rc Section 8 Materials ............................................................................................................ 3 8- 1 Miscellaneous .................................................................................................... 3 8-2 Concrete ............................................................................................................ 3 Section 9 Description of Bridge Work ................................................................................ 20 Section 10 Construction Details ........................................................................................... 21 10-1 General .............................................................................................................. 21 Technical Specifications For Structures Construction Site Golf Cart Bridges (B-E) Section 5 Carlsbad Site Golf Cart Bridges ......................................................................... 3 Part 1.1 Work Included ................................................................................................... 3 Part 1.2 References ................................................................................................ 3 Part 2 Products ............................................................................................................ 3 Part 3 Execution .......................................................................................................... 3 .Part 4 Measurement and Payment ....................................................................... 3 Section 8 Materials ............................................................................................................ 4 8-2 Miscellaneous .................................................................................................... 5 8-3 Concrete ............................................................................................................ 5 Section 9 Description of Bridge Work ................................................................................ 7 - Section 10 Construction Details ........................................................................................... 7 10-1 General .............................................................................................................. 7 LAKES AND WATER FEATURES Artificial Rock Work ................................................................................................................... 1 Part I General .............................................................................................................. 3 Part 2 Products ............................................................................................................ 2 Part 3 Execution ........................................................................................................... 6 Water Feature .......................................................................................................................... 1 Part 1 General .............................................................................................................. 1 Part 2 Products ............................................................................................................ 3 Part 3 Execution ........................................................................................................... 10 Pump House Building Structure .................................................................................. 2 Structural Calculations for Pump House Building Structure (For Reference) ......................... 19 @ Revised 10/08/03 Contract No . 39721-2 Page 6 of 162 Pages OPEN SPACE LANDSCAPING AND IRRIGATION b Landscaping and Irrigation Materials Landscaping Materials .............................................................................................................. Irrigation Systems Materials ...................................................................................................... Electrical Materials.. .................................................................................................................. 1 4 5 Landscaping and Irrigation Installation Stolons ......................................................................................................................... 6 Soil Preparation ........................................................................................................................ 6 ......................................................................................................................... 6 7 Sodding 7 Stolonizing .......................................................................................................................... Hydroseeding ......................................................................................................................... Planting ......................................................................................................................... 9 Irrigation System Installation ..................................................................................................... 10 GENERAL GOLF COURSE LANDSCAPING Underground Conduit Construction Golf Course Drainage Pipe ....................................................................................................... Landscape Materials. ................................................................................................................ 1 2 CONSTRUCTION SPECIFICATIONS FOR GOLF COURSE Section 1 : General Conditions.. .................................................................................. 5 Section 2: General Site Preparations.. ......................................................................... 3 Section 3: Earthwork ................................................................................................ 6 Section 4: Tee, Green, Fairway Trap, and Waste Bunker Construction ............................... 12 Section 5: Fairway Development.. ............................................................................... 5 Section 6: Cart Path Construction ............................................................................... 2 Section 7: Landscaping.. ........................................................................................... 9 GOLF COURSE IRRIGATION Landscape Specifications Irrigation Specifications 1 .o Introduction to Specifications ............................................................................. 1-1 2.0 General conditions ............................................................................................. 2-1 3.0 Material and Installation ..................................................................................... 3-1 Pump Station Specifications 4.0 General .............................................................................................................. 4-1 @ Revised 10/08/03 Contract No. 39721-2 Page 7 of 162 Pages DRIVING RANGE LIGHTING . Lighting .......................................................................................................................... Section 16050 Basic Electrical Materials and Methods .............................................................. Part 1 General .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 16060 Grounding and Bonding ..................................................................................... Part 1 General .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 16075 Electrical Identification ....................................................................................... Part 1 General .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 161 20 Conductors ........................................................................................................ Part 1 Genera I. .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 161 45 Lighting Control Devices .................................................................................... Part 1 General .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 16442 Panelboards ...................................................................................................... Part 1 General .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... Section 16521 Exterior Lighting ................................................................................................. Part 1 Genera I .............................................................................................................. Part 2 Products ............................................................................................................ Part 3 Execution ........................................................................................................... 1 1 1 2 2 1 1 2 4 1 1 4 13 Revised 10/08/03 Contract No . 39721-2 Page 8 of 162 Pages APPENDIX SEE SEPARATE DOCUMENTS (1) GEOTECHNICAL REPORT: INCORPORATED BY REFERENCE AND MADE A REGULAR WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635 FARADAY AVENUE, CARLSBAD, CALIFORNIA 92008. PART OF THIS PROJECT AND CONTRACT. REPORT ON FILE FOR REVIEW DURING (2) STORM WATER POLLUTION PREVENTION PLAN: INCORPORATED BY REFERENCE AND MADE A PART OF THIS PROJECT AND CONTRACT. REPORT ON FILE FOR REVIEW DURING REGULAR WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635 FARADAY AVENUE, CARLSBAD, CALIFORNIA 92008. (3) RESOURCE AGENCY PERMITS: INCORPORATED BY REFERENCE AND MADE A PART OF THIS PROJECT AND CONTRACT. PERMITS ON FILE FOR REVIEW DURING REGULAR WORKING HOURS AT CPFA, FARADAY CENTER FRONT COUNTER, 1635 FARADAY AVENUE, CARLSBAD, CALIFORNIA 92008. c 1 ) California Coastal Commission No. A-6-Cll-00-087 issued on 4/28/05. 2) California Dept. of Fish and Game Permit No. 2835-2004-001-05 issued on 11/12/2004. 3) State Water Resources Control Board NO1 No. 9 37831 801 7 issued on 5/09/2002. 4) United States Army Corps of Engineers Permit No. 972020600 issued on 01/05/2005. 5) United States Fish and Wildlife Service Permit No. and date (see item 6). 6) City-wide Habitat Maintenance Plan Permit No. TE022606-0 issued on 12/06/2004. Revised 10/08/03 Contract No. 39721-2 Page 9 of 162 Pages ,- CARLBAD PU BLlC FINANCING AUTHORITY (“CPFA”) NOTICE INVITING BIDS Until 4:OO P.M. on WEDNESDAY, JUNE 22, 2005, the CPFA shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: CONTRACT NO. 39721-2 CONTRACT 2: GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE PROJECT This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 180 days and such additional time as may be mutually agreed upon by the CPFA and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the CPFA Council of the CPFA on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2003 Edition, 2003 Regional Supplement, March 2003, and Supplement Amendments, July 1, 2004, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The CPFA encourages the participation of minority and women-owned businesses. The CPFA encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. - The CPFA may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the CPFA or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the CPFA to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the CPFA or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed and properly executed including notarization where indicated are: P 1. Contractor’s Proposal, includinq Bidders Qualifications Statement 2. Bidder’s Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid @ Revised 10/08/03 Contract No. 39721-2 Page 10 of 162 Pages 5. -- 6. 7. 8. 9. Designation of Owner/Operator/Lessors and Amount of Owner/Operator Lessor Work Bidder’s Statement of Financial Responsibility Bidder’s Statement of Technical Ability and Experience Acknowledgement of Addendum@) Certificate of Insurance. The riders covering the CPFA, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. IO. Bidder‘s Statement re: Debarment 11. Bidder’s Disclosure of Discipline Record 12. Escrow Agreement of Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security). “0 rd er of Precedence” 1. 2. 3. 4. 5. 6. Construction plans Specifications Contract 0 Special Provisions 0 Supplemental Provisions Supplemental Conditions OwnedArchitect Supplemental Instructions Owner’s Construction Changes Published Support Documents: Soils, Drainage, SWPPP Agency Permits and/or Approvals 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 $1 5,032,320 /t Except as provided herein a bid submitted to the CPFA by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the CPFA. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: CLASSIFICATIONS FOR CONTRACTORS ARE: A, General Engineering If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Purchasing Department, CPFA, 1635 Faraday Avenue, Carlsbad, California 92008 for a non-refundable fee of $75.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the CPFA except as hereinbefore specified. No bidder may rely on a Revised 10/08/03 c- Contract No. 39721-2 Page 11 of 162 Pages directions given by any agent, employee or contractor of the CPFA except as hereinbefore specified. - The CPFA reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the CPFA Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The CPFA Engineer is the CPFA's "duly authorized officer" for the purposes of Sections 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. There will be no pre-bid tour of the project site. A pre-bid meeting will be held at 2:OO pm, Tuesday, June 7,2005 at Conference Room 173-B, CPFA Faraday Facility, 1635 Faraday Avenue, Carlsbad, California. 92008. This meeting is non-mandatory, however attendance is strongly encouraged. 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. F - All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (1OOoh) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the CPFA until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets P Revised 10/08/03 Contract No. 39721-2 Page 12 of 162 Pages 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. .4 If the bid is accepted, the CPFA may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The CPFA does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. . -- The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the CPFA 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 CPFA may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid CPFA Business License for the duration of the contract. Approved by the adopted on the dayofh ,2005 . PFA Counci of the CPFA , California, by Resolution No. n #- a Revised 10l08l03 Contract No. 39721-2 Page 13 of 162 Pages c- Approximate Quanloly and Unit Unit price - Total 3 Mobiliand 4 ConsbucbionWater 1 LS- $25,000.00 1 L.S. $a 000.0 0 Page 14 of 162 Pages m No. f3axmoq TaQl $731,905.00 $ 242,940.00 $ 955,853.00 -. $ 131,524.00 $128,70!J.Q0 $ 192,925.00 $ 10,466.00 18 I9 20 21 22 $ 38.60 $ 45,818.00 $ 88,700;OO $88,700. Qo $ 1,180,000.00 $ 948,460.00 $ 395,470.00 $ 120.720.00 $193.690.00 $1,180,000.00 $ 948,440.00 $ 393.470.08 LANDSCAPE & IRRIGATION MINI PARK 32 TrdHeadWpark 1 LS. $ 20,4Qo.00 $ 20,400.00 T3lmrn lB.ou- mm IlmDRED Oolfars per Lump Sum DRlVlNG RANGE UOHTlNG 33 34 35 36 37 /c lMPROVEE"STOHIDDENVAllRlROAD, COLLEOE &oul€VARO, PAu)IIARAtRPORT ROAD, PALOMAR OAKS WAY, AND ONSITE WATER Ullit Rioe - TOtd Quanlity andw TyPe W Median Curb - &inch 320 L.F. s 17.00 S 5,440.00 SEYESTE Ew Concrete Sidewalk 23,100S.F. $ 2.85 $ 65.835.00 - TrenchRestoration 726 LF- $ 45.75 $ 33.215.00 FORTY-F'IVE DOLLARS AM) sEwEm7-m ms DolhsPerLkwarFoat $ 1.20 $ 2,280.00 Remve AC. Pavement l,Sa, S.F. ONE DOLLAR Am TWENTY c33ITS t Dollars per Square Foot 42 Drivleways 1,704 S. F. s 4.45 FOUR Do- AND /-- FORTY-FIVE cefflrs DdkWSpSqUWeFOOt 43 BlnchPVCWaterMain 30 LF. $ 78.00 sEVEHTY-EX= OolarSperLinearFod 44 &hchPvCWaoer~ 960 CF. $ 51.50 45 BlnchGateVaIve 1Ek $szwm--- $232.290 .oo $ 7,583.00 $ 2.340.00 Item - No. 48 49 50 51 52 53 !j4 55 56 57 QUaniity and Unit Unit Rice - Tatal MedmLandsmplng *and 1 LS. $ 148.735.00 $ 148,735.00 Il-dgJation TEIBTY-FIVE v - 1515 SF. $ 4.45 $ 6,742.00 Few DOLLARS AMI.) FORTY-FIVE Dollars per Square Foot - GanedoOEdsliagmtkdn 13- $ 200.00 $ 2,600.00 2-Inch Air Vacuum Release 1EA Assemwy - - DdsarsEach $ 3,350.00 $ 3,350.00 $ 2,520.00 $ 2,520.00 2-inchwaterservke 6EA. $ 2,550.W $15,UK).I)I) - DolbrsEadl FireSenrice(lVXWX6"tee) 1Ek $ 10,330.00 $ 10,330.00 14 EA. $ 105.00 $ 1,470.00 2EA. $ 7.650.00 $15,300-00 1EA $4,470,00 $4.470-Q0 CXNMVW~ NO. 30721-2 61 ~Existk~SxmDrain pipe- 62 RemoveE>6stingstOrmDrain Inlet 107 LF. 175.W $ 18,725.00 10 LF. $ 285.00 107 LF. 3 75-00 $ 8,275.00 1Ek 55 LF. $ 175.00 $2,8H).Oo $ 8,025.00 $8,275 -00 $9,625 -00 64 36-inchStormDram (deleted from ccwrtract) NIC $4- $ -0- 65 Type E3-1 Storm Drain Inlet l3mwsmDoBE-m 1EA. $8 * 100.00 2EA $5,910.00 $ 8,100.00 $ 11.820.00 ?- #Revised,- Total amount of bid in words for line items 1 through 66 brdus2ue: SIX" MILLION SEVEN "DRD TWENTY SEVEN THOUSAND SEVEN =RED SIXTY-ONE DOLLARS Thech.rdersignedhascareMly~allofthe~figuesandunderstandsthatthe~FA~ The Undersigned agrees in case of default in executiq the required contract nrith necessary bonds and insurance policies within ten (IO) days from the date of award of Contrad by the CPFA CounciluftheCPFA, the CPFA mayadminisbativelyauthome award ofthe amtract tothesecond or third lomest bidder and the bid secwityofthe lowest bidder may beforfeited. Ilotbnesponsblefwanyenwa~onulepartdthe~ * inprepari.lgthisbid. The Undersigned bidder declares, under penatty of Mury, that the undersigned is lii to do bush.ress or actin the WoFa conbadmwithinthe State of California. validlylicensed uncfer F 04.30 -06 ,andthatthisstakmntistrueandcorredandhasthelegaleffectd licensenumber 455877 r dassification C27 A Mi expims on anaffidavit License Detail Page 1 of2 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 455877 DISC LA1 M E R A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 06/24/2005 * * * Business Information * * * WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST 600 N 195TH AVENUE BUCKEYE, AZ 85326 Business Phone Number: (623) 853-91 00 Entity: Corporation Issue Date: 04/20/1984 Expire Date: 04/30/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * * * * Bonding Information.* * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 141462490 in the amount of $10,000 with the bonding company http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 06/24/2 00 5 License Detail Page 2 of 2 License Number Request Contractor Name Request NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. Effective Date: 01/01/2004 Personnel Name Request Contractor's Bondina History Salesperson Request BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual number 141462506 for STEPHEN ARNOLD HARRELL in the amount of $7,500 with the bonding company NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. Effective Date: 10/08/1996 BQl's Bondinu History * * * Workers Compensation Information * * * This license has workers compensation insurance with the WAUSAU UNDERWRITERS INSURANCE COMPANY Policy Number: WAJY9D43265404 Effective Date: 12/31/2004 Expire Date: 12/31 12005 Salesperson Name Request Workers Compensation History I [-I / http://www2 .cslb. ca. gov/CSLB-LIBRARY/License+Detail .asp 06/24/2005 rc The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter I, Article 2, relative to the general prevailing rate of-wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. (Street and Number) (5) E-mail IF A PARTNERSHIP, SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signature must be made by general partner) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-mail IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST (Title) Impress Corporate Seal here ... e Revised 10/08/03 Contract No. 39721-2 Page 23 of 162 Pages r (3) (4) Incorporated under the laws of the State of DELAWARE Place of Business 600 NORTH 195th AVENUE (Street and Number) (5) Zip Code 85326 Telephone No. 623-853-9100 (6) E-mail WGCCSW@WADSWORTHGOLF. COM NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATACHED 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: STEPHEN HARRELL PRESIDENT MARK SLUGOCKI VICE PRESIDENT BRUCE CHURCH SECRETARY JAMES BA"0N TREASURER Bidder Company Name: WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST @ Revised 10/08/03 Contract No. 39721-2 Page 24 of 162 Pages State of Arizona: ) County of Maricopa:) ) ss: On June 22,2005, before me, Peggy L. Drennen, Notary Public, personally appeared Stephen Harrell, Mark Slugocki, Bruce Church and James Bannon personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the attached instrument and acknowledged to me that he executed the same in hidtheir authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument WITNESS my hand and official seal: Peggy L. Drknnen, Notary Public My commission expires: January 23,2006 /-- BIDDERS QUALIFICATIONS STATEMENT (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE SUPPLEMENTAL BID PROPOSAL REQUIREMENTS Securing bids from qualified, experienced golf course contractors is of extreme importance to the CPFA. Therefore, prospective bidders are hereby notified of the following supplemental bid proposal requirements. All Bidders must comdete and submit with their proposal this BIDDERS QUALIFICATIONS STATEMENT. Failure to provide this form with complete, updated, and accurate information at the time of bid submittal may, at the sole election of CPFA, cause the bid proposal to be declared non-responsive by CPFA. INSTRUCTIONS Bidders are instructed to complete the following information completely and accurately. Provide responses to all information requested below. CPFA will verify the accuracy of the information provided following receipt and public opening of all bids received. List two (2) new, championship length, golf course projects your firm has constructed as the prime contractor since January 1, 1999 in the United States. Remodeling, expanding, or updating of existing golf courses do not qualify as a response satisfying this supplemental bid proposal requirement. For the purposes of this supplemental bid proposal requirement, a “championship length” golf course shall be understood to be an 18-hole golf course, public or private, in excess of 5,800 yards measured from the furthest tees. The term “prime contractor“ shall be understood to be the principal contracting party and “lead contractor“ and not acting as a sub-contractor in the construction. - Date Construction Began: OCTOBER 2003 Golf Course Name: ARROWOOD Owner / Agency Name: RICHLAND COMMUNITIES Owner/AgencyAddress: 4100 NEWPORT PLACE, SUITE 800, NEWPORT BEACH, CA 92660 Owner / Agency Phone Number: 949-261-7t Owner / Agency Current Contact Person: Were you the “Prime Contractor?” (circle) Total Construction Cost of Golf Course: Golf Course Architect Name: ROBINSON GOLF , INC . Golf Course Architect Phone Number: 949-376-7002 Date Construction Completed: MARCH 2005 Location: OCEANSIDE. CA NO $5 , 949 , 267m Date Construction Began: NOVEMBER 2002 Date Construction Comp1eted:NOVEMBER 2003 Golf Course Name: CATALINA HILLS Location: TUCSON , AZ Owner / Agency Name: SADDLEBROOKE DEVELOPMENT COMPANY Owner / Agency Address: 40000 SOUTH RIDGEWAY BLVD., TUCSON, AZ 85739 Owner / Agency Phone Number: 520-825-3159 Owner / Agency Current Contact Person: DON FICKETT,, # Were you the “Prime Contractor?” (circle) YES Total Construction Cost of Golf Course: $5,889,778.00 Golf Course Architect Name: DICK BAILEY DESIGN Golf Course Architect Phone Number: 480-95 1-2050 43 Revised 10/08/03 Contract No. 39721-2 Page 25 of 162 Pages ,- BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CPFA , in the dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the CPFA provided this proposal shall be accepted by the CPFA through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned ‘to the undersigned. The proceeds of this check shall also become the property of the CPFA if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract c- 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 10/08/03 Contract No. 39721-2 Page 26 of 162 Pages , BIDDER'S BOND TO ACCOMPANY PROPOSAL GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE CONTRACT NO. 39721-2 KNOW ALL PERSONS BY THESE PRESENTS: and Western Surety Company ount 1; for which payment, well and truly umssoffi cx assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the pro sal of the abave- bounden Princi ai for: CONTRACT NO. 39721-2, GOLF COURSE CONST I? UCTION FOR THE CARLSBAD M 1p NlClPAL GOLF COURSE; in the CPFA, is accepted by the CPFA Board of Directors, and if fhe Principal shall duly enter into and execute a Contract includin required bonds and insurance policies within twenty (20 days from award, then this obligation shall become null and wid; otherwise, it shall be and remain in full force and effect, and the amount spedfied herein shall be forfeited to the said CPFA. In the event Principal executed this bond as an individual, it is a reed that the death of Principal shall not exonerate the Surety from its obligations under this bonf. the date of award of Contract i! y the Board of Directors of the CPFA, being duly noti E red of said Executed by PRINCIPAL this 22nd day Executed by SURETY this 22nd . day of June ,2005. of June I 2UOS. SURETY: '(name of surety (address of Surety) Western Surety Company 3500 Lacey'Road, 11th Floor r Downers Grove, IL 60515 -- 630-719-3013 - BRUCE CHURCH William D. Miller (print name here) (printed name of Attorney-in-Fact) SECRETARY - WADSWORTH GOLF (Attach corporate resolution showing current j power of attdmey.) (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 biM the captation.) APPROVED AS TO FORM: RONALD R. BALL CPFA Counsel By: Deputy Gounsel @ Revised 'lO108/03 Contract No. 39721 -2 Page 27 of 162 Pages I. PEGGY L. DRENNEN , a Notary Public in and for said county. in the State aforesaid. do hereby certify that STEPHEN HARRELL and BRUCE CHURCH . to me personally known to be president and secretary respectively of corporation. and also known to me to be the persons whose names are subscribed to the foregoing instrument. appeared before me this day in person and acknowledged hat as such president and secretary respectively. they signed. sealed and delivered the said instrument as the frec and voluntary act of said corporation. for the uses and purposes therein set forth, and they were duly authorized to execute the same by the board of directors of said corporation. Wadsworth Golf Construction Company Given under my hand and Notarial Seat. this 22nd day of Jum ,AD 2005 My commission expires 1-23-06 Notary Public STATE OF Illinois COUNTY OF ss. : On this 22nd day of June 3, before me , to me known, who, personally appeared William D. Miller being by me duly sworn, did depose and say: that -he, reside(s) at New Lenox, Illinois ; that ,he - idare the Attorney-in-fact Sure<y , the corporation described Western Surety Company of Company in and which executed the annexed instrument; that -he- know(s) the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that -he- signed the same name(s) thereto by like order; and that the liabilities of said corporation do not ex- ceed its assets as ascertained in the manner provided by law. %GdkAy&q (Notary Public in and for the above County and State) 3-29-2009 BON 0 -37 68 -A My commission expires , NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the "Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYlMENT OF TERRORISM The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable suretyhnsurer deductible. Form F7310 Bid Bond Wadsworth Golf Construction Company June 22, 2005 . Western Surety Company rc 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 m the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein fixed hereby make,.constitute and appoint Lewis Mark Spangler, Kevin J Scanlon, William D Miller, Robert H Walker, R L Mc Wethy, Robert W Kegley, Individually of New Lenox, IL, 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 17th day of June. 2004. WESTERN SURETY COMPANY Paul fBruflat, Senior Vice President State of South Dakota County of Minnehaha On this 17th day of June, 2004, 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 demied 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. CERTIFICATE I, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the 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 is still in force. In testimony whereof I have hereunto subscribed 22nd dayof June 2005 , my name and affixed the seal of the said corporation this - Form F4280-01-02 WESTERN SURETY COMPANY 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. Company Profile Page 1 of2 ,ompany Profile WESTERN SURETY COMPANY P.O. BOX 5077 SIOUX FALLS, SD 571 17-5077 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 8 18 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 900 17 Unable to Locate the Agent for Service of Process? Reference Information Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. LIABILITY SURETY Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data -~ Composite Complaint Studies http://cdinswww. insurance. ca.gov/pls/wu~coqrof/idb~co~rof~utl.get~co~ro~p~EID=2977 06/24/2005 Company Profile Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer #-- http://cdinswww. insurance .~a. gov/pls/wu~coqrof/idb~coqrof~utl. get-cogrof?p-EID=2977 Page 2 of 2 06/24/2005 ,--. GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS‘ AND “DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK” FORMS REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook”) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer“, “Subcontractof and “Work” and the definitions in section 1-2 of the Supplemental Provisions. especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. SPECIALTY ITEMS For the purposes of this contract, CPFA designates the following items as “specialty” items: installation of drainage systems, erosion control, utilities including potable and reclaimed water line(s), storm drain(s), sewer line(s), electrical/mechanicaI/plumbing installation, bridge fabrication and installation, all landscaping and irrigation work, concrete work of any kind, foundations, waterproofing, masonry, site wall and retaining wall construction, pile driving, signage, traffic control, fencing, lighting, lake and water feature construction, and environmental monitoring. c INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information 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. - Revised 10/08/03 Contract No. 39721-2 Page 28 of 162 Pages '-+- When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the CPFA of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the CPFA in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the CPFA Board of Directors 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 10/08/03 Contract No. 39721-2 Page 29 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 fisted subcontractors will be used to perform the portions of the Work as designated hi 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 adder 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 ROCK SLOPE / RETAINING WALL PARSONS BBOS. 1OSEVILLE, CA mi .8sq.no Subcontractor's License No.* 760496 Page _i__ of _i_ _ pages of this Sulxx>ntracior Designation form Revised 10/08/03 Contract No. 39721-2 Page 30 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 CART PATH PROTECTION FENCE GUARDIAN FENCE, INC. ARTESIA, CA $41,646.00 Subcontractor's License No.* 736364 Page_i of_J pages of ttis Subcorrtractor Destgnation form Revised 10/08/03 Contract No. 39721-2 Page 30 of 162 Pases DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO, 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE The Bidder certifies that it has used the sub-tod of toe foJJowJng fisted subcontractors in preparing this bid for the Work and that the listed subcontractors wii 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 Faff Practices Act" The Bidder further certifies that no additional subcontractor wil 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 construcfion of streets and highways, including bridges, in excess of one-naff of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors Ssted work wiH be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS LAKE CONSTRUCTION. WATER FEATURES, PUMP, & WATERFALL PACIFIC AOUASCAPE INC.$942.500.00 Subcontractor's License No.* 723786 Page 1 of _i pages of this Subcontractor Designation form Revised 10/08/03 Contract No. 39721-2 Page 30 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 OPEN SPACE LANDSCAPE & IRRIGATION, GOLF COURSE LANDSCAPING, TRAIL HEAD MINI PARK, MEDIAN LANDSCAPING & IRRIGATIOS AMERICAN LANDSCAPE INC.*^.'*27-I>5<J-QQ Subcontractor's License No.* 288229 Page l of _l pages of fltis Subcontractor Designation form Revised 10/08/03 Contact No. 39721-2 Page 30 of 182 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 DRIVING RANGE LIGHTING ; POWER TO POMP STATION BUILDING AND WATER FEATURE PERRY ELECTRIC $449.000.00 Subcontractor's License No.* 747931 of _L_ pages of this Subcontractor Designation form Revised 10/08*03 Contract No. 39721-2 Page 30 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE The Bidder certifies that it has used the sub-bid of the following fisted 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-naif 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 BRTOCE 'A* - OVER ROAD CROSSING HAZARD COHSTRUCTION $1 nRn,nnn.nn Subcontractor's License No.* 750542 Page i of _i pages of this Subcontractor Designation form Revised 10/08/03 Contract No. 39721-2 Page 30 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 fisted 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 CONCRETE CART PATH CURB, SDG&E ACCESS ROAD fINCL COMBO PATH") CONCRETE FINISHING. TNT1. SCOTTSDALE, AZ f i jifiq AI A nn Subcontractor's License No.* 827472 L_ of _L_ pages of this Subcontractor Designation form Revised KMXU03 Contract No. 39721-2 Page 30 of 162 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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-naif 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 BIO ITEMS CONSTRUCTION SURVEY FUSCOE ENGINEERING SAS DIEGO. CA. $38,700.00 Subcontractor's license No,*NONE Page _J; of __i_ pages of this Subcontractor Designation form Revised 10/08/03 Pane 30 of 182 Panes DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 Acf 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 BRIDGE 'B'.'C'.'D'.'E1 GOLF CART BRIDGES BE? CONSTKUCTIQH COMPANY ENCINITAS, CA H. 579. 363.00 Subcontractor's License No.* 572144 Page 1 of 1 pages of this Subcontractor Designation form Revised 10/08/03 Contract No. 39721-2 Paqe 30 of 162 Pacjes DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE The Bidder certifies that ft has used the sub-bid of the foBow^ Ssted subconlradDre in preparing this bid for the Work and that the listed subcontractors wi be used to perform the portions of tie Work as designated in this 1st in accordance wHh applicable provisions of the specifications and section 4100 etseq. of the Public CcmtractCcKie/SuWettng and Subco^racting Fair Practices Act" The Kdder further certifies that no additional subcontractor wffl 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, «n 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 fisted work wffl be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS GRASSING - SODDING TURFGRASS AMERICA, INC. CASTAIC, CA $161,594.00 Subcontractor's License No.* 842120 Page _J^_ of _i__ pages of this Subcontractor Designation form Revised 10/08/03 Contract No. 39721-2 Pago 30 of 162 Pages DESIGNATION OF SUBCQNTRACTQR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE CONTRACT NO. 39721 -2 I-- - The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($lO,OOO), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Subcontractor's License No.* Page of pages of this Subcontractor Designation form e- %$ Revised 10/08103 Contract No. 39721-2 Page 31 of 162 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. SEE SEPARATE COVER MARKED 'CONFIDENTIAL' a Revised 10/08/03 Contract No. 39721-2 Page 32 of 162 Pages Wadsworth Golf Construction Company of the Southwest (A Delaware Corporation) Financial Statements and Accountants’ Review Report For the Year Ended March 31,2004 Wolf & Company LLP Certified Public Accountants CONTENTS Accountants’ Review Report Financial Statements: Balance Sheets Statements of Income Statements of Stockholders’ Equity Statements of Cash Flows Notes to Financial Statements PAGE 1 2 3 4 5-6 7-12 3 m ---I- - Wolf &Company LLP ACCOUNTANTS' REVIEW REPORT W I A Wolf Financial Group Member To the Stockholders Wadsworth Golf Construction Company of the Southwest Buckeye, Arizona We have reviewed the accompanying balance sheets of WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST, a Delaware corporation, as of March 31, 2004 and 2003, and the related statements of income, stockholders' equity, and Gash flows for the years then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial statements is the representation of the management of Wadsworth Golf Construction Company of the Southwest. A review consists principally of inquiries of company personnel and analyhcal procedures applied to financial data. It is substantially less in scope than an audit in accordance with auditing standards generally accepted in the United States of America, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our reviews, we are not aware of any material modifications that should be made to the accompanying 2004 and 2003 financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. Oak Brook, Illinois May 14,2004 2100 Clearwater Drive A Oak Brook, Illinois 60523-1927 630.545.4500 main * 630.574.7818 fm A www.wolfcpa.com 1 s1 rc. 0 I, I I K- I I I b I Construction revenue Construction costs ~ __ ~~~ ~ ~~ $ 80,203,775 $ 60,057,681 74,476,465 5 1,984,121 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST STATEMENTS OF INCOME For the Year Ended March 3 1 , 2004 2003 Indirect construction costs ID B I; Gross profit m General and administrative expenses IC Operating income Other income (expense): I I Other income - Interest expense I E E Net income before income taxes Income taxes 1 I I f I c E I I I cc4 Net income 5,727,310 8,073,560 3,644,968 3,073,933 2,082,342 4,999,627 1,487,601 1,232,753 594,741 3,766,874 433,536 284,305 (233,473) (21 9,479) 200,063 64,826 794,804 3,83 1,700 5,375 17,080 $ 789,429 $ 3,814,620 I See accompanying notes and accountants' review report. 3 0 0 I 8 2 w I 8 9 4 .3 a d I I IYI- I I I m I. I 1 1 I I I I I B I I I I I I I I I I I I m WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST STATEMENTS OF CASH FLOWS For the Year Ended March 3 1. 2004 2003 Cash flows fiom operating activities: Net income Adjustments to reconcile net income to net cash provided by operating activities: Depreciation Gain on disposal of equipment Decrease (increase) in operating assets: Accounts receivable Costs and estimated earnings in excess of billings Materials inventory Prepaid and other items Federal tax deposit Accounts payable Accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts Increase (decrease) in operating liabilities: on uncompleted contracts ' S 789,429 S 3,814,620 1,255,933 (178,408) 1,240,987 (69,323) (2,706,987) 45 1,525 139,609 4,365 135,945 159,264 (54 1,966) 8,334 (1 14,023) 864,747 2,647,766 (8 1,610) (13 14,27 1) (34,244) 100,385 (995,443) .+- Net cash provided by operating activities 2,265,691 3,110,943 Cash flows from investing activities: Net change in employee notes receivable Purchase of investments Purchase of equipment Proceeds from sale of equipment 1,226 (1 16,250) (699,9 12) 19 1,486 7,058 - (402,732) 8 1,000 Net cash used in investing activities Cash flows fiom financing activities: Net proceeds from (repayment of) line of credit Proceeds from notes payable Payments on notes payable Purchase company stock Net proceeds from (repayment of) notes receivable Stockholder distributions (623,450) (3 14,674) (550,000) (998,404) 16,084 (1,287,710) - 1,800,000 3,400,000 (89 1,7 17) (3,390,725) (28,490) (1,643,28 1) Net cash used in financing activities Net increase (decrease) in cash and cash equivalents Cash and cash equivalents, beginning of year (2,820,030) (754,2 13) (1,177,789) 3,667,586 2,042,056 1,625,530 Cash and cash equivalents, end of year $ 2,489,797 $ 3,667,586 rc see accompanying notes and accountants' review report. 5 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST STATEMENTS OF CASH FLOWS For the Year Ended March 3 1. Supulemental disclosure of non-cash investincr and financing. activities: Equipment purchased by notes Notes receivable from Company stock Purchase of treasury stock Accounts receivable converted to note receivable Accrued stockholder distributions SuDulemental disclosure of cash flow information: Interest Income taxes Income tax refimds 1 /Ic 1 1 I B m I I I I I I B F See accompanying notes and accountants' review report. I 6 I 2004 2003 $ 254,930 $ 379,652 $ - $ 247,890 $ 594,659 $ - $ 600.000 $ - $ 265,000 $ 2,950,000 $ 215,402 $ 185,546 $ - $ 244,144 $ - $ (59.925) E r I I I B I I I I I 1 I I I I I B I 1 I I I I I I I I I I rc -c WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL STATEMENTS 1. Summary of Sieificant Accounting Policies Business Activity - Wadsworth Golf Construction Company of the Southwest (the “Companyyy) constructs golf courses, mostly under fixed-price contracts. The Company primarily operates in the Southwest region of the United States but will from time to time accept contracts in other regions. Estimates - Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and the reported revenues and expenses. Accordingly, upon the completion of each project, actual results could vary from the estimates that were used, Revenue and Cost Recornition - The Company recognizes revenues from fixed-price contracts, anticipated to extend over 60 days, on the percentage-of-completion method, measured by the percentage of cost incurred to date to estimated total cost for each contract. This method is used since management considers total cost to be the best available measure of progress on contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. For short-term construction contracts, all revenue is recorded as earned upon the substantial completion of the contract. Contract costs include all direct material, labor, equipment rent, subcontract and other directly chargeable costs and those indirect costs related to contract performance, such as insurance, indirect labor, repairs and depreciation of construction equipment. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability may result in revisions to costs and income, which are recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from job performance, job conditions, contract penalty provisions, claims, change orders and settlements are accounted for as changes in estimates in the current period. The asset, “Costs and estimated earnings in excess of billings on uncompleted contracts,” represents revenues recognized in excess of amounts billed. The liability, “Billings in excess of costs and estimated earnings on uncompleted contracts,” represents billings in excess of revenues recognized. Cash and Cash Ecluivalents - Cash and cash equivalents include cash on hand, cash held in banks, and all highly liquid investments with a maturity of three months or less at the time of purchase. Contract Receivables - Contract receivables are recorded when invoices are issued and are presented in the balance sheet net of allowance for doubtful accounts. Contract receivables are written off when they are determined to be uncollectible. The allowance for doubtful accounts is estimated based on the Company’s historical losses, the existing economic conditions in the construction industry, and the financial stability of its customers. At March 3 1 , 2004 and 2003, management has determined that no allowance for doubtfbl accounts is necessary. Operating Cvcle - In accordance with industry practice, contract related assets and liabilities that are realizable or payable over periods in excess of one year are recorded as current assets and liabilities. 7 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL STATEMENTS 1. Summarv of Sirnificant Accounting Policies (Cont.) Inventory - Inventory is valued at the lower of cost or market with cost determined under the first-in, firstaut method. Plant and Equipment - Construction equipment and ofice equipment are carried at cost, less accumulated depreciation computed on the straight-line method using lives intended to amortize the cost over the estimated useful life of the asset. The Modified Accelerated Cost Recovery System rates and procedures have been followed for federal income tax purposes and state tax purposes where acceptable. Expenditures for repairs and maintenance are charged to operations as incurred. Advertising - The Company's policy is to charge advertising costs to operations when incurred. Advertising costs were $70,325 and $55,060 for the years ended March 31, 2004 and 2003, respectively. 2. Contracts in Progress Comparative &iformation with respect to contracts in progress at March 3 1 is as follows: 2004 2003 Costs incurred on uncompleted contracts $ 42,896,155 $ 26,956,581 Estimated earnings 2,553,833 3,646,358 Less billings (45,432,274) (30,345,23 1) $ 17,714 $ 257,708 Included in the accompanying balance sheet under the following captions: 2004 2003 Costs and estimated earnings in excess of billings on uncompleted contracts Billings in excess of costs and estimated earnings on uncompleted contracts $ 518,279 $ 657,888 (500,565) (400,180) $ 17,714 $ 257,708 3. Investments Investments are carried at cost which approximates fair value: 2004 2003 Minority interests in golf-related limited partnerships and LLC's 8 $ 135,000 $ 18,750 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL STATEMENTS 4. Notes Receivable Officer notes, due with interest at 6% on March 31, 2005; secured by golf club memberships. Shareholder stock purchase notes currently payable fkom accrued distributions. Customer note, monthly interest at 5%, quarterly payments beginning 2007. Employee notes, currently payable through payroll deductions with interest at 12%. Less current portion 2004 2003 $ 400,000 $ 400,000 23 1,806 247,890 600,000 - 1,624 2.850 1,233,430 650,740 633,430 650.740 lL=AQu@ 2$ - 5. Notes Payable 2004 2003 Term note payable to a bank dated July 16,2002, due in thirteen semiannual installments of $169,231 plus interest at 4.75%, with a final principal installment of $1,200,000 in July 2009; secured by all Company assets. Equipment purchase notes with interest rates fiom 0% to 7.8%, current monthly installments of $66,701, payment terms of one to four years; secured by the construction equipment purchased with these notes. Stock purchase note due in annual installments of $30,000 plus interest at 6%, maturity on April 1,2006. Stock purchase notes due in annual installments without interest, maturity on April 1,2006. Stock purchase notes due in annual installments of $47,492 plus interest at 6%, maturity on April 1 , 2012. Less current portion 9 $2,889,002 $ 3,230,769 341,161 602,064 90,000 120,000 56,43 1 427.424 - 3,804,018 3,952,833 666,462 807.988 iz!aLuiw WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL, STATEMENTS 5. Notes Pavable (Cont.) Maturities on long-term debt are as follows: 2005 2006 2007 2008 2009 Thereafter 6. IncomeTaxes Amount $ 666,462 548,085 430,933 385,954 385,954 1,3 86,630 $3,8O4,018 The Company, through the consent of its stockholders, has elected to have its income taxed as an S corporation as defined in Section 1361 of the Internal Revenue Code and, where required, under similar sections of state income tax laws. These laws provide that in lieu of corporation income taxes, the stockholders will be taxed on their proportionate shares of the Company’s taxable income. Where possible the Company has elected to pay state income taxes at the corporate level including the filing of shareholder composite tax returns. The Company does not provide for deferred state taxes for differences between tax and financial reporting. The level of activity in a particular state and the variation in rates between states will affect the recovery of tax temporary adjustments. The Company is required to give the United States Treasury a non-interest bearing deposit in order to maintain its fiscal year end and to be taxed as an S corporation. This deposit is shown on the balance sheet in “Other assets.” 7. Stockholder Distributions During the years ended March 31,2004 and 2003, the Board of Directors declared distributions to shareholders totaling $265,000 and $2,950,000, respectively. The unpaid balance of distributions at year end is reflected as accrued stockholder distributions in the accompanying balance sheets. 10 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL STATEMENTS 8. Pension and Profit Sharing Plans The Company, under terms of various union contracts with some of its hourly employees, makes monthly payments to unions’ pension and welfare funds. These hds are administered by the unions on an industry-wide basis. No contributions were made to these plans during the year ended March 3 1,2004 and 2003. In addition, the Company maintains a profit sharing plan for its non-union employees. The Company’s contributions are determined solely at the discretion of its Board of Directors. The Company’s contributions for this plan amounted to $95,000 and $93,400 for the years ended March 3 1,2004 and 2003, respectively. 9. Affiliated Companies During the years ended March 31, 2004 and 2003, the Company’s stockholders had interests in other corporations based in the states of Illinois, Florida and California. Those corporations engaged in construction activities similar to those of this Company. The Company and those corporations operate independently of each other but periodically conduct construction-related transactions such as leasing of personnel, leasing of equipment and purchase of insurance. Revenues from these transactions were $65,809 and $8,413,844 for the years ended March 31,2004 and 2003, respectively. Expenses charged by affiliates were $618,532 and $337,425 for the years ended March 31, 2004 and 2003, respectively. Terms were similar to those given to unrelated parties. Receivables and payables from and to affiliates are summarized as follows: March 3 1, 2004 2003 Due from affiliates Due to afiliates $ 175,609 $1,044,820 1,475,177 1 16,399 10. or> erating Leases During the years ended March 31, 2004 and 2003, the Company rented construction equipment under short-term rental agreements totaling $4,002,122 and $2,110,615, respectively. The rentals are treated as operating leases until it can be determined whether the Company will purchase the equipment. The Company leased office space fiom a limited liability company owned by some of the Company’s shareholders on an annual lease which expires December 3 1,2004. The rent expense was $89,508 and $85,008 for the years ended March 31,2004 and 2003, respectively. The future rental payments required under this lease are $77,256 for the year ended March 3 1 , 2005. 11 WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST NOTES TO FINANCIAL STATEMENTS 1 1. Contingencies The Company has joined with other affiliated companies to create a Voluntary Employees’ Beneficiary Association (VEBA) to provide medical care and group life benefits for the group’s non-union full-time employees and listed dependents. The Company has contributed amounts needed to fund benefits as they arise. Further, the VEBA has purchased an insurance policy limiting Company liability to a maximum of $50,000 per participant. The coverage will cover each participant to a maximum of $1,000,000. The Company has joined with other affiliated companies in jointly self-insuring its basic worlanen’s compensation coverage. The companies have jointly obtained a policy covering claims in excess of $250,000 with respect to each occurrence and a maximum aggregate annual expense of $2,000,000. Accruals for estimated fbture liabilities pertaining to the above insurance programs of $68,984 and $88,195 have been included in accrued expenses at March 31,2004 and 2003, respectively. 12. Buv/Sell Ameement - Stock Transactions The Company has a stock buyhell agreement with its stockholders, which provides that they may not sell their stock outside of the existing stockholder group without first offering the stock to the Company and then to the other stockholders. On April 3,2002, the Company purchased 250 outstanding shares of six additional shareholders for $3,390,725. On April 1,2003, the Company purchased 68 outstanding shares of four additional shareholders for $594,659. 13. Maior Customers The Company’s business consists of a limited number of major contracts for golf course construction each fiscal year that comprise a substantial portion of its revenues. 14. Concentration of Credit Risk The Company maintains cash balances in a financial institution in excess of the amount insured by the Federal Deposit Insurance Corporation. 15. Line of Credit -Bank On July 16,2002, the Company entered into a loan agreement with a bank which provides for a line of credit of up to a maximum of $3,400,000. Interest is payable on the utilized portion of this line of credit at the bank‘s prime commercial rate of interest less three quarters of a percent. The loan is secured by all Company assets. The balance outstanding was $1,750,000 and $2,300,000 at March 3 1,2004 and 2003, respectively. 12 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 CPFA to judge hidher responsibility, experience and skill. An attachment can be used. SEE ATTACHED P *- rip Revised 10108103 Contract No. 39721-2 Page 33 of 162 Pages 31- T " t g' ii s 9 s f 1 r: i -L -4- f'I i + f 1% ir' t- I I c BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EM PLOY ERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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: 0 Comprehensive General Liability Automobile Liability SEE ATTACHED INSURANCE CERTIFICATE 0 Workers Compensation 0 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. 4 All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. F- a Revised 10/08/03 Contract No. 39721-2 Page 34 of 162 Pages ACORL CERTIFICATE OF LIABILITY INSURANCE WAUSAU SIGNATURE AGENCY 1431 OPUS PL SUITE 300 DOWNERS GROVE, IL 60515 630 719-0704 DATE (MWDDnm) 08108105 1 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE INSURED Wadsworth Golf Const Co. of the S.W. 600 N. 195th Ave Buckeye, AZ 85326 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I INSURER A: WAUSAU BUSINESS INSURANCE COMPhNY INSURER B: EMPLOYERS INSURANCE OF WAUSAU I INSURER C. WAUSAU UNDERWRITERS INSURANCE $0. INSURER D. I INSURERS AFFORDING COVERAGE I NAlC # DAMAGE TO REhlTED r~~~ 000 I INSURER E: I I AGG AUTO ONLY: 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. $ TYPE OF INSURANCE GENERAL LIABILITY WC STATU- OTH- E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LIMIT 1 x 1 COMMERCIAL GENERALIABILITY s $500,000 $500,000 $500,000 CLAIMS MADE OCCUR CITY OF CARLSBAD PUBLIC WORKS PURCHASING DEPT ATTN: KEVIN DAVIS 1635 FARADAY AVE 7 Carlsbad, CA 92008 U SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL a DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LlABlLrrY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE m*A?-/ GENL AGGREGATE LIMIT APPLIES PER LOC AUTOMOBILE LIABILITY ALL OWNED AUTOS SCHEDULED AUTOS GARAGE LIABILITY ANY AUTO EXCESSIUMBRELLA LIABILITY x OCCUR CLAMSMADE b DEDUCTIBLE WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOWPARTNEWEXECUTIVE OFFICEWMEMBER EXCLUDED? If yes. describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER rBKY91432654054 \SKY91 432654024 rHCY91432654034 iVAJY9D432654044 POLICY EFFECTIVE DATE IMMIDDNY) 12131 104 12131 104 12/31 104 12131 104 'OLICY EXPIRATION DATE IMWDDNY) 12131 105 12/31 105 12/31/05 1213llO5 LIMITS COMBINED SINGLE LIMIT $1 ,ooo,oo~ (Ea accident) BODILY INJURY [Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY. EA ACCIDENT I $ EACHOCCURRENCE I$10,000,000 AGGREGATE I $10,000,000 IESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: CARLSBAD MUNICIPAL GOLF COURSE-CONSTRUCTION PROJECT NO. 39721-2 THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS IS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY WITH RESPECT TO LIABILITY ARISING OUT OF OPERATIONS PERFORMED BY THE NAMED INSURED. COVERAGE AFFORDED THE ADDITIONAL INSURED SHALL BE PRIMARY AND NON-CONTRIBUTORY. /- 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 256 (2001/08) 2 of 2 #377232 DATE (MWDDmrV) ACOR& CERTIFICATE OF LIABILITY INSURANCE 08/08/05 PRODUCER WAUSAU SIGNATURE AGENCY THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR r F 1431 OPUS PL SUITE 300 >OWNERS GROVE, IL 60515 I630 719-0704 ~ ~~ ~~ INSURED Wadsworth Golf Const Co. of the S.W. 600 N. 195th Ave Buckeye, AZ 85326 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAlC # L INSURER E. EMPLOYERS INSURANCE OF WAUSAU INSURER c WAUSAU UNDERWRITERS INSURANCE I INS1 IRFR rI' ~ cc - 1 CO. A 12/31/05 - B AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC $ AGO $ AUTO ONLY EACHOCCURRENCE ~10,000.000 ~10,000,000 AGGREGATE - C 12/31 105 WC STATU- OTH- TORY XAGES j POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE IN: ' REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DO1 I PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE1 .ICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID Cl CLAIMS MADE 'L AGGREGATE LIMIT APPLIES PER: ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 33(L DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL CITY OF CARLSBAD PUBLIC WORKS PURCHASING DEPT H I r ATTN: KEVIN DAVIS 1635 FARADAY AVE Carlsbad, CA 92008 GARAGE LIABILITY ANY AUTO k IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATWE 33p-Af&hltaJ EXCESSNMBRELIA LIABILITY :ICloN CLAIMS MADE DEDUCTIELE VORKERS COMPENSATION AND IPLOYERS' UABILITY MY PROPRlETORPARTNERlEXECUTlVE )FFICEWMEMBER EXCLUDED? 'yes. desaibe under iPEClAL PROVISIONS below lWER THCY91432654034 WAJY9D432654044 PED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING IMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR IN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH IMS. POLICY EFFECTIVE - 12/31 IO4 1 2/31 104 12/31/04 12131 104 LIMITS 'OLICY EXPIRATION DATE lMMlDD/YW 12/31/05 COMBINED SINGLE LIMIT I (Ea accident) 12/31/05 BODILY INJURY (Per person) BODILY INJURY (Per accident) .- (Per PROPERTY acddenll DAMAGE I I E.L. EACH ACCIDENT $500 000 E.L. DISEASE -EA EMPLOYEE $500 000 E.L. DISEASE - POLICY LIMIT $500 000 I 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 254 (2001/08) 2 of 2 #377232 ,- BIDDER’S STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE I) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? xxxx Yes no 2) If yes, what wadwere the name@) of the agency(ies) and what wadwere the period(s) of debarment@)? Attach additional copies of this page to accommodate more than two debar- ments. ~~ ~ party debarred period of debarment party debarred agency period of debarment BY CONTRACTOR: WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST r- Page 1 of 1 pages of this Re Debarment form Revised 10/08/03 Contract No. 39721-2 Page 35 of 162 Pages ,- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 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 IO 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? 2) Has the suspension or revocation of your contractor license ever been stayed? - 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? XXXX 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? XXXX ’ Yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary 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 2 pages of this Disclosure of Discipline form ’3 Revised 10/08/03 Contract No. 39721-2 Page 36 of 162 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTl NU ED) (To Accompany Proposal) CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST Page 2 of 2 pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 39721-2 Page 37 of 162 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE CONTRACT NO. 39721-2 State of California 1 ) ss. County of STEPHEN HARRELL , being first duly sworn, deposes (Name of Bidder) and says that he or she is PRESIDENT (Title) Of WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST (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 22~~ day of JUNE ,2005. F- Signature of EIotary a Revised 10/08/03 Contract No. 39721-2 Page 38 of 162 Pages June 15,2005 ADDENDUM NO. 1 RE: CARLSBAD MUNICIPAL GOLF COURSE PROJECT - CONSTRUCTION, CONTRACT NO. 39721-2 Please include the attached addendum in the Notice to BidderIRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. Buyer KD:rh Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue Carlsbad, C 92008-731 4 - (760) 602-2730 FAX (760) 602-8562 4 CONTRACT PUBLIC WORKS This agreement is made this day of @mkf" ,2005, by and between the CPFA, a municipal corporation, (hereinafter called "CPFA'I), whose principal place of business is IfDiiWfR$IUfjBk[sCONSTRUCTION COMPANY and 600 N 195TH AVENUE, BUCKEYE, AZ 85326 (hereinafter called "Con t ractot"). CPFA and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CONTRACT NO. 39721-2, GOLF COURSE CONSTRUCTION FOR THE CARLSBAD MUNICIPAL GOLF COURSE, (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, c Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all -proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the CPFA will be the interpreter of the intent of the Contract Documents, and the CPFA's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, CPFA shall make payment to the Contractor per Section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. Revised IOIO8103 Contract No. 39721-2 Page 39 of 162 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 CPFA about underground conditions or other job conditions is for Contractor's convenience only, and CPFA does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by CPFA. ,- 6. Hazardous Waste or Other Unusual Conditions, If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify CPFA, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in Section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. CPFA shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. rc In the event that a dispute arises between CPFA and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1 101 -1 525) 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 CPFA Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. @ Revised 10/08/03 Contract No. 39721-2 Page 40 of 162 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the CPFA, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the CPFA. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -- Contractor shall also defend and indemnify the CPFA against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the CPFA. Defense costs include the cost of separate counsel for CPFA, if CPFA requests separate counsel. Contractor shall also defend and indemnify the CPFA against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the CPFA. Defense costs include the cost of separate counsel for CPFA, if CPFA requests separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the CPFA's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: rc- a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the CPFA or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the CPFA. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. Revised 10/08/03 Contract No. 39721-2 Page 41 of 162 Pages a. The CPFA, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the CPFA, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. r b. The Contractor's insurance coverage shall be primary insurance as respects the CPFA, its officials, employees and volunteers. Any insurance or self-insurance maintained by the CPFA, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the CPFA, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided 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 non-renewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the CPFA by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the CPFA. At the option of the CPFA, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the CPFA, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. - (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the CPFA or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the CPFA Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the CPFA with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the CPFA and are to be received and approved by the CPFA before the Contract is executed by the c CPFA. @ Revised 10/08/03 Contract No. 39721-2 Page 42 of 162 Pages (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included /I in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the CPFA using the informal dispute resolution process described in Public Contract Code Subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (Section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the CPFA must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (8) False Claims. Contractor acknowledges that if a false claim is submitted to the CPFA, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code Sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false 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 CPFA 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 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Municipal Code Sections 3.32.025, 3.32.026, (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the CPFA to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. lek (I niti al) s-& (I nit ia 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the CPFA, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractok principal place of business as specified above, Contractor shall so inform the CPFA by certified letter accompanying the return of this Contract. Contractor shall notify the CPFA by certified mail of any change of address of such records. *c 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. \$ Revised 10/08/03 Contract No. 39721-2 Page 43 of 162 Pages r 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the CPFA to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the CPFA may be substituted for monies withheld to ensure performance under this Contract. /. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: Wadsworth Golf Construction Company ,- A By: -w &(sir- (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 CPFA Counsel Revised 10/08/03 Contract No. 39721-2 Page 44 of 162 Pages State of Arizona: ) County of Maricopa:) ) ss: On August 19,2005, before me, Peggy L. Drennen, Notary Public, personally appeared Stephen Harrell and Bruce Church personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the attached instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument WITNESS my hand and official seal: A 4 D!&d_/ Peggy L. Drennen, Notary Public My commission expires: January 23,2006 - LABOR AND MATERIALS BOND rc BOND A929375445 WHEREAS, the Board of Dlredors of the CPFA, State df California, by Resolution No. 10 , adopted JULY 26, 2005 , has awat'ded to WAOSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST (hereinafter designated as the "Principal"), a Contract for: Construction for the Carlsbad Municipal Golf Course; in the CPFA, in strict conformity with the drawings and specifications, and other Contract Documents .'nay on file in the Office of the CPFA Secretary and all of which are incorporated herein by this refe'ience. Contract No. 39721-2. Golf Course ' . WHEREAS, Principal has executed .or is abbut to execute said Contract and the terms thereof require the furnishing of a bond, prodding that if Principal of any of their subcontractors shall fail to pay fw any materials, provisions, provender or other supplies or teams used in, upon or about the performanbe 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, as Prinapal, (hereinafter designated as the "Contractor"), and Western Surety. Company WADSWORTH GOLF CONSTRUCTION COMPAHY OF THE SOUTHWEST , - as Surety, are held firmly bound unto the CPFA in the said sum being an amount equal toxtwenty fi \re' percent (25 %) of the total amwt payable under the terms of the contract by the CPFA, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administratom, successors, or assigns, jointly and severally, fimily by tkme+a-esents. sumof SIXTEEN MILLION SEVEN HUNDRED TWENTY SEVEN THOUSAND SEVEN HUNDRED SIXTY ONE--------------------;------------------------------- . Dollars (e16 721,76 l-.So-], THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor Bereon of any kind, consistent with California Civil Code section 3181, or for amounts duF uhder the Unemployment Insurance Code with respect to the Work or labor performed under this Contract, or for any amww required to be deducted, witMTeIdpaitad paid over to the Empl .&w&prnent Department from the wages af employees of the contractor and subcontractors pursuant to sedibn 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees. to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3187, 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 petformed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the spacificatiotis. in the event that Contractor is an individual, it is agreed that the death of any such Contractor shall rc - @ Revised 10/08lQ3 Contract No. 39721-2 Page 45 of I62 Pages - not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 8 t h Executed by SURETY this 8 t h day day of August ,2005. of August ,2005. CONTRACTOR: Wadsworth Golf Construction Company of the Southwest (print name here) mn$ organization of signa- - .. & (print name here) (title and organization @signatory) 4% SURET;/: Western Surety Company 3500 Lacey Road, 11th Floor (name of Surety) Downers Grove, IL 60515 Mr. Patrick Holland (address of Surety) 630-719-3013 - William D. Miller -- (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary OT 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 CPFA Counsel By: L Deputy CPFA Counsq @ Revised 10/08/03 Contract No. 39721-2 Page 46.d 162 Pages .- State of Arizona: ) County of Maricopa:) ) ss: On, August 8.2005, before me, Peggy L. Drennen, Notary Public, personally appeared STEPHEN HARRELL and BRUCE CHURCH personally known to me or proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the attached instrument and acknowledged to me that they executed the same in their authorized capacity, and that by their signatures on the instrument the persons, and/or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal: 4Qu Peggy L. Dreken, Notary Public My commission expires: January 23,2006 NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the “Writing Companies”) as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen’s Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) ofcovered terrorism losses exceeding the applicable suretyhnsurer deductible. c Form F7310 Faithful Performance/Warranty Labor and Materials Bond /I929375445 Wadsworth Golf Construction Company of the Southwest August 8, 2005 STATE OF Illinois ss. : COUNTY OF August 2005 day of -I before me 8th On this william D. Miller personal I y appeared , to me known, who, being by me duly sworn, did depose and say: that -he- reside(s) at of western Surety Company Surety , the corporation described Acknowledgment in and which executed the annexed instrument; that -he- know(s) the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that -he- signed the same namek) thereto by like, order; and that the liabiiities of said corporation do not ex- ceed its assets as ascertained in the manner provided by law. New Lenox, Illinois ; that -he- is/are the Attorney-in-fact Company MA Fz C I A MAX E"d ELL NOTARY PUBL!C, STATE OF li UNOlS I\'/ COh!lBISS'ON E>YIREE 3-29-2003 (Notary Public in and for the abode County and State) 3-29-2009 EON D -37 68 -A My commission expires '4 Western Surety Company POWER OF ATTORNEY APTOINTING INDIVIDUAL ATTORNEY-JN-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 oflice 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 Kevin J Scanlon, William D Miller, Robert H Walker, R L Mc Wethy, Robert W Kegley, Individually of New Lenox, IL, its true and lawful Attorney(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 klly and to the same extent as if such instruments were si@ by a duly authorized officcr of the curporntion 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 rcvcrse hmof, 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 4th day of August, 2005. --- WESTERN SURETY COMPANY Paul rBruflat, Senior Vice President State of South Dakota County of Minnehaha On this 4th day of August, 2005, 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 SURE'fY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the scal 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. +sssss4nsHssssssssss~ss+ My commission expires J J D. KRELL November 30,2006 J jm:rEzBg@/ tsssssssssssssssssscsss~+ D. Krell, No- Public CERTIFICATE I. L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation pinted 011 the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and afixed the scaiof the said corporation this 8th day of AugUs , 2005 . WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Form F4280-0 I -02 Authorhing 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 coporation 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. FAITHFUL PERFORMANCEMIARRANTY 8ON D ' BOND f929375445 WHEREAS, the Board of Directors of the CPFA, State of California, by Resolution No. 10 , adopted JULY 26, 2005 I has awarded to WADSWORTH GOLF CONSTRUCTION COMPANY OF THE SOUTHWEST , (hereinafter designated as the "Principal"), a Contract for: Contract No. 39721-2, Golf Course Construction for the Carlsbad Municipal Golf Course: in the CPFA, in strict conformity with the contract, the dravhngs and specifications, and other Contract Documents now on file in the Office of the Secretary of the CPFA, all of which are incorparated herein by this reference. WHEREAS, Principal has executed or is about to execute said Confract and the terms thereof require the hrnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, WADSWORTH GOLF CONST_RUCTION COMPANY OF THE , as Principal, SOUTHWEST (hereinafter designated as the "Contractor"), and Western Surety Company , as Surety, are held and firmly bound unto the CPFA , SIXTEEN MILLION SEVEN HUNDRED TWENTY SEVEN THOUSAND in the sum of SEVEN HUNDRED SIXTY ONE Dollars ($ 16,727.761..00 ), sald sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to CPFA or its certain aftorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. - THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the CPFA, its officers, employees and agents, as therein stipulated, then this obligation shall become null and vold; 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 CPFA in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of fime, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. @ Revised 10/08/03 Contract No. 39722-2 Page 47 of 102 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 8 t h Executed by SURETY this 8th day of day of, , August , 2005. August , 2005. CONTRACTOR: SURETY: Wadsworth Golf Construction Company of the Southwest Western Surety Company (name of Contractor) (name of Surety) . ' (print n'ame here) \ / (Title an$ - anization of Signatory) ,/ 3500 Lacey Road, 11th Floor Downers Grove, IL 60515 Mr. Patrick Holland (address of Surety) 630-7 19-3013 *_-.___- By: William D. Miller (printed name of Attorney-in-Fact) c (Attach corporate resolution showing current power of attorney.) (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 CPFA Counsel By: Cfebuty CPFA Counsq @ Revised 10108103 Contact NO, 39721-2 Page 48 of 162 Pages NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of the following companies (collectively the ”Writing Companies”) as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American Casualty Company of Reading, PA, The Firemen’s Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). - DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES ‘The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable suretyhnsurer deductible. Form F7310 Faithful Performance/Warranty Labor and Materials Bond {I929375445 Wadsworth Golf Construction Company of the Southwest August 8, 2005 STATE OF Illinois COUNTY OF ss. : 8th day of August 2005 -, before me On this personally appeared being by me duly sworn, did depose and say: that -he- reside(s) at , to me known, who, ; that -he - idare the Attorney-in-fact New Lenox, Illinois Western Surety Company Surety of , the corporation described in and which executed the annexed instrument; that -he - know(s) the corporate seal of Company said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that -he- signed the same name(s) thereto by like order; and that the liabiiities of said corporation do not ex- ceed its assets as ascertained in the manner provided by law. MARCIA MAXWELL t:T/-A‘i’: r(J?LC, SirSTE OF ILLINOIS d..--..4,A-”.- (Notary Public in and for the above County and State) 3-29-2009 BOND-3768-A My commission expires Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT ,-- Know Ail Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and histing 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 Kevin J Scanlon, William D Miller, Robert H Walker, R L Mc Wethy, Robert W Kegley, Individually of New Lcnox, IL. its true and lawful Attorney(s)-in-Fact with full power and authority hereby confd 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 4th day of August, 2005. .c WESTERN SURETY COMPANY Paul fBmflat, Senior Vice President State of South Dakota County of Minnehaha On this 4th day of August, 2005, 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 SURE" COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instmrnent 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 CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the 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 is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seai of the said corporation this 8th day of August 2005 . WESTERN SURETY COMPANY 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. /-- State of Arizona: ) County of Maricopa:) ) ss: On, August 8.2005, before me, Peggy L. Drennen, Notary Public, personally appeared STEPHEN HARRELL and BRUCE CHURCH personally known to me or proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the attached instrument and acknowledged to me that they executed the same in their authorized capacity, and that by their signatures on the instrument the persons, andor the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal: /7 Peggy L. Drennen, Notary Public My commission expires: January 23,2006 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the CPFA whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "CPFA" and Hadsworth Golf Construction Company Whose address Is 600 N igsth Ave, Buckeye, AZ 85326 hereinafter called "Contractor" and California Bank and Trust • • whose address is 675 Carlsbad Village Drive, Carlsbad, CA 92008 hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the CPFA, Contractor and Escrow Agent agree as follows: 1. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the CPFA pursuant to the Construction Contract entered into between the CPFA and Contractor for Contract No. 39721-2, Golf Course Construction for the Carlsbad Municipal Golf Course, in the amount of $16,727,761.00 dated October 12, 2005 (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the CPFA shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the CPFA within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the CPFA and Contractor. Securities shall be held in the name of the California Bank and Trust , , and shall designate the Contractor as the beneficial owner. 2. The CPFA shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the CPFA makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the CPFA pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the CPFA. These expenses and payment terms shall be determined by the CPFA, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the CPFA. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from CPFA to the Revised 10/08/03 Contract No. 39721-2 Page 49 of 162 Pages Escrow Agent that CPFA consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The CPFA shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the CPFA of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the CPFA. 8. Upon receipt of written notification from the CPFA certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the CPFA and the contractor pursuant to Sections (1) to (8), inclusive, of this agreement and the CPFA 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 CPFA and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For CPFA:Title CPFA,.aSSISTABIT niPFrrnp Name KEVINJRANCA For Contractor Signature Address Title President For Escrow Agent: Name Signature. Address eoo N Vice President/ManagerTitle Name Debbie Slattapy Signature Address 675 Carlsbad Village Dr. Carlsbad. Ca. 92008 _ state of Ariz 1 At the time the Escrow Account is opened, the CPFA and ContnA"~«* a fully executed counterpart of this Agreement. < County of Maricopa:) )SS: Notary PuMfc.Martcop. County r^sss^jra mstrument the person(s), and/or the entity upon behalf of which the perTon %£Z^£%£^ WITWSS rfQiand and official seal: • * *\ M\t\ IrtO Peggy L. Drennen, Nttg*^ ^g commission expires: January ^ 20j^e ^^ pg^ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On ss. if before me,t/. 3 77 Date' personally appeared _ Name and Title of Officer (e.g., -Jane Doe. Notary Public') V. SQUIRES Commission tt 1425050 Notary Public - California San Diego County Name(s) of Signer(s) 15 personally known to me D proved to me on the basis of satisfactory evidence to be the person^) whose namefc) is/we- subscribed to the within instrument and acknowledged to me that tre/she/they executed the same in -his/her/their authorized capacity (tea-), and that by -te/her/toeir signature(s) on the instrument the personfs), or the entity upon behalf of which the person(^) acted, executed the instrument. My Comm. Expires Jun 16.2007 WITNESS my hand Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Capacity(ies) Claimed by Signer Signer's Name: <= "A / g Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: © 1999 National Notary Association • 93SO De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Prod. No. 5907 Reorder: Call Toil-Free 1-800-876-6827 IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For CPFA:Title President of the CPFA Board Name C1aud» A. Lew1A Signature/, U Address 1200 Carlsbad Village Drive CCarlsbad CA 92008 For Contractor: For Escrow Agent: Title President Name Signature Address Title 600 North 195th Are, Buck Vice President/Manager Name Signature _ Debbie Slattery Address 675 Carlsbad Village Dr. State of Arizona:) )SS: County of Maricopa:) On, January 3, 2006, before me, Peggy L. Drennen, Notary Public, personally appeared STEPHEN HARRELL personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the attached instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature(s) on the instrument the person(s), and/or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal:' Peggy L. Drennen, Notary Public My commission expires: January 23, 2006 P«9W L. DiwtMn Notary PuMic. Alton*Mario** County MyCoiMnlMtoftfapfcw Contract No. 39721-2 Page 51 of 162 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On \ya**~' *?• "7 Dat/I/personally appeared ss. ^ before me,(J. Commission #1425050 Notary Public -CaHfomia San Dtego County [ Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name(s) of Signer(s) JS personally known to me D proved to me on the basis of satisfactory evidence to be the person(s) whose namefc) is/aw subscribed to the within instrument and acknowledged to me that-he/she/they executed the same in -kts/her/their authorized capacity(tes), and that by -bis/her/tbek signature^) on the instrument the person(s), or the entity upon behalf of which the person^) acted, executed the instrument. WITNESS my hand apcLofficial seal. •' Signature of > OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document fd/{ Se^oAi'f p&~aos i7~^ Title or Type of Document O ^ Document Date: & *-* / ^,° ° &_ Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer J)g se/gSigner's Name: Si Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney-in-Fact D Trustee D Guardian or Conservator D Other: OF SIGNER Top of thumb here Signer Is Representing:_r © 1999 National Notary Association • 9350 De Sato Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 -www.NationalNotary.org Reorder: Call Toll-Free 1-800-876-6827 - June 13,2005 CARLSBAD PUBLIC FINANCING AUTHORITY CITY OF CARLSBAD, CALIFORNIA CARLSBAD CITY GOLF COURSE PROJECT CONTRACT NO. 39721-2 GOLF COURSE CONSTRUCTION _- - - --- ADDENDUM- NO. I Please note the enclosed modifications, clarifications, and supplemental - information regarding the requ-iremenb- for the above referenced project. The contents of this Addendum No. I are incorporated by reference and made a part of this project and contract. A reminder to prospective bidders: Please acknowledge receipt and inclusion of this Addendum NO. 1 on Page 22 of 162 as required in the specifications and contract documents when submitting your bid proposal. Bid date for this project is unchanged and remains: 4:90D.m.. Wednesdav, June 22, 2005 as noted on Page 6 of 122 in the specifications and contract documents. CARLSBAD PUBLIC FINANCING AUTHORITY CITY OF CARLSBAD, CALIFORNIA CARLSBAD CITY GOLF COURSE PROJECT CONTRACT NO. 39721-1 MASS GRADING AND PARTIAL UTILITIES ,- /I CITY OF CARLSBAD CONTRACT NO. 30721-2 CARLSBAD MUNICIPAL GOLF COURSE ADDENDUM #I TABLE OF CONTENTS DESCRFIIoN !%€TION CLARIFICATIONS TO PLANS & SPECIFICATIONS- 1 SPECIFKATIONS 2 GRADING - IMPROVEMENT PLANS GOLF COURSE LANDSCAPE & IRRIGATION DRIVING RANGE LIGHTING GRADING/IWRO-/BIirDGE PLAN- 3 CART PATH DETAIL GREEN SUBDRAIN REVISIONS GREENDETAILS SX&E SINGU 12 KV LINE TEST BORING LOG SHEETS PIPING DETAL - COLLEGE BLVD. BRIDGE MITIGATION LANDSCAPE & IRRIGATION PLANS 4 IRRIGATION T3NE GOLF COURSE LANDSCAPE & IRRIGATION PLAN- 5 IRRIGATION WATER FEATURE, IRRIGATION LAKE & PUMP HOUSE 6 DRIVING RANGE LIGHTING 7 POU LOCATIONS -__ - -- ---- - CLAWCATIONS TO PLANS & SmUFICATIONS - --_ __ .. I_- ^_-- __ - __ --- - ------- SECTION 1 CONTRACT2 CLARIFICATIONS OT PLANS AND SPECIFICATIONS 1. The green detail sheets (97-1 16 of 139) shall be used for the precise grading of the greens and sand traps. The construction of the subdrain systems for the greens and sand traps shall be per the gradinglimprovement plans which defines the layout, direction of flow and connection to the storm drain system and per the green and sand trap cross-section details. 2. The pump house is a design-build by the contractor. The contractor shall obtain a building permit With the supplemental plans provided in this addendum and the original plan package and shall provide any additional information as may be _-_ _iL i- -required by the building department. _- - - 3. Test boring data is not provided for bridges “D” and ‘W’ and sheets 71 and 77 of 99 will remain blank. 4. The existing overhead power lines along the north side of Palomar Airport Road are to €~e felG~td-iCi-d&-jjund in a-wroximately the existing overhead location by SDG&E.’See SDGgiE plans for more precise location and details. --- 5. Updated Driving Range Lighting specifications enclosed. 6. The split rail fence as shown on sheet 25 of 139 of the Open Space Landscape Plan shall be cedar or “equal” material as approved by the City of Carlsbad, 7. No matting material is proposed for erosion control purposes in the Open Space Landscape Plan (sheets 1-27 of 139). However the “matting” bemibed in the Open Space Landscape specs on page 9 is applicable to erosion control matting shown for the slopes on the gradinghnpmvernent plans. 8. The minimum size for the Quercus Agrifolia referenced on sheet. 60 of 139 of the Open Space Landscape Plan shall be a minimum 96” specimen tree. 9. The 12” multi-flow drainage system shown on detail E, sheet 27 of 139 of the Open Space Landscape Plan is for planter pockets only. Additional details to be provided by the landscape architect. 10. No earth cover over the liner is proposed for the irrigation lake or the water feature. The concrete shoreline protection extends to a minimum 3 ft. depth and partially along the bottom as shown on the plans and is intended as “prote~tio~” along with the water, for the 30 mil liner. 1 1, No separate panel is proposed for the water feature lighting. The timer Will be a P.L.C. timer in the water feature lake control panel as indicated in the supplemental plans provided herein. 12. The underwater lights will be: Model W9-500H-A 13. There are a total of 4 aeration units: 1 for the water feature lake pump station and 3 for the irrigation pump station. 14. Utility services fiom College Blvd. to the pump stations (elec. & water) are a part of this scope of work. 15. Drain pipe material to be PVC material or "qual" as approved by the owner, engineer and golfcourse architect. 16. The square footages shown on the green detail sheets do not include the 4 ft. collar around the green. 17. This is a prevailing wage project. - -. - . ___ _. - __. - . ... __ - . . . . .. . . . . . .. .-- .- . . . __ . . __c__--_ ... -. ......... ... ... _.->__-. ..... __- .... ......... .. ... ..... .-.- . SPEQEICATIONS. ....... ...... -.. - .............. . .............. .. - . __ ....... .... - ..... -. ..... ...... ' SECTION2 A- - CARLSBAD PUBLIC FINANCING AUTHORITY ADDENDUM NO. 1 GOLF COURSE CONSTRUCTION CARLSBAD MUNICIPAL GOLF COURSE PROJECT FOR CONTRACT NO. 39721-2 SPECIFICATIONS: Grading / Improvements la. Page 15, Bid Item 5: Modify to read: “Rough Shaping and Fine Grading.” Contractor shall complete all rough shaping and fine grading, andlor final shaping throughout the golf course under the direction of the Owner and the Golf Course Architect. Substitute and submit the enclosed revised Page 15 of 162, or copy thereof, with bid proposal. Also on Page 15, Ib. Page 15, Bid Item 8: Delete bid item 8, Construction Maintenance (Grow-in), I L.S. Substitute and submit the enclosed revised Page 15 of 162, or copy thereof, with bid proposal. Bid item shall be marked as “NIC,” not in contract. Also on Page 15, IC. Change to 4-inch thick Concrete Golf Path. Substitute and submit the enclosed revised Page 15 of 162, or copy thereof, with bid proposal. Page 15, Bid Item 9: 2. be 6 inch by 6 inch, 10 gauge welded wire mesh in the concrete mix.” Page 134, Section 303-5.1.4: Revise item C to read: “Reinforcement shall 3. Revise line 3 as follows: ”After cultivation the Contractor shall clear the Golf Course playing areas of stones to the depth of cultivation...”. Page 142, Section 308-2.3.2 “Rock Removal”: 4. Page 142, Section 308-2.3.2 “Slope Cultivation”: Revise specification as follows: “No cultivation required on slopes 3-1/2:1 or steeper.”. Delete line 6 that states: “The planting areas that are slopes steeper than 3-1/2:1 , shall be cultivated to a depth of 150mm (6”).”. Water ,Feature 1. Page 15, Section 3.07 A. “Boulders”: Add the following: Boulders and cobbles to come from local available material sources with samples provided in advance for approval by the Owner and Golf Course Architect. 2. Add the following: Contractor to estimate boulder and cobble quantities based on the plans and Contractor‘s past experience. Page 15, Section 3.07 C. “Boulders”: Construction Specifications for Golf Course I. Page 4: Revise company name and address to read “Greg Nash Design, 41426 Nth Cedar Chase Ct., Anthem, Arizona 85086, Tel: (623) 551-8343, Fax (623) 551 -8789”. 2. Page 6, Item D: Revise company name and address to read “Greg Nash Design, 41426 Nth Cedar Chase Ct., Anthem, Arizona 85086, Tel: (623) 551- 8343, Fax (623) 551-8789”. - 3. Page 15, Item 9: Revise from 5” thick to 4* thick. 4. Add the following: “Upon final completion of sodding, seeding, or hydrosprigging of any area of the golf course, it shall be the responsibility of the Contractor to water and maintain these areas for a period of 2 weeks (14 days) from the date of grassing completion. The Contractor shall notify the Owner prior to this date, so the Owner is prepared to assume all watering and maintenance duties of these areas.” Page 20, Item I: 5. Delete the second and third line. After the first line, add the following: ”Upon final completion of sodding, seeding, or hydrosprigging of any area of the golf course, it shall be the responsibility of the Contractor to water and maintain these areas for a period of 2 weeks (14 days) from the date of grassing completion. The Contractor shall notify the Owner prior to this date, so the Owner is prepared to assume all watering and maintenance duties of these areas.” Page 26, Item 0: 6. Add the following: “Upon final completion of sodding, seeding, or hydrosprigging of any area of the golf course, it shall be the responsibility of the Contractor to water and maintain these areas for a period of 2 weeks (14 days) from the date of grassing completion. The Contractor shall notify the Owner prior to Page 27, Item T: rc this date, so the Owner is prepared to assume all watering and maintenance duties of these areas.” 7. Revise paragraph to read “Notify Owner immediately upon completion of any hydrosprigging and sodding of any area.” Delete the remainder of the paragraph and add the following: ”Upon final completion of sodding, seeding, or hydrosprigging of any area of the golf course, it shall be the responsibility of the Contractor to water and maintain these areas for a period of 2 weeks (14 days) from ~&e~ssing=completion. The Contractor shall notify the Owner prior to this date, so the Owner is prepared to assume all watering and maintenance duties of these areas.” Page 32, Item E: 8. Revise paragraph to read “Notify Owner immediately upon completion of any seeding of any fescue area.” Delete the remainder of the paragraph and- add the following: “Upon final completion of sodding, seeding, or hydrosprigging of any area of the golf course, it shall be the responsibility of the Contractor to water and maintain these areas for a period of 2 weeks (14 days) from the date of grassing completion. The Contractor shall notify the Owner prior to this date,so the Owner is prepared to assume all watering and-maintenance duties of -these areas.”. Delek the entire paragraph that reads “Following Owner’s assumption of watering responsibility.. . ”. 9. deemed necessary by the Owner, Civil Engineer, and Golf Course Architect.”. Page 33, Item F: - Page 35, Paragraph 6.01: Revise second paragraph to read “...to pouring if 10. Page 39, Paragraph 7.08: Golf Course Architect will check the trees...”. Revise fourth line to read “The Owner and 11. Page 44, Paragraph 7.20: Revise third paragraph, third line to read I‘. ..approval by the Owner and Golf Course Architect.”. Golf Course Irrigation Specifications 1. - Cover sheet: - Revise company name and address to read “Greg Nash Design, 41426 Nth Cedar Chase Ct., Anthem, Arizona 85086, Tel: (623) 551-8343, Fax (623) 551 -8789”. <- SITE IMPROVEMENTS Item - No. Description Approximate Quantity and Unit 5 Rough Shaping and Fine Grading 1 L.S. Unit Pri& $ $ Dollars per Lump Sum _. $ . ..... ...... ...... ..... $ .- ’. . 6 ,.,Green and Teegonstruction -- ., .. 1 - L.S. - .. ..-- ---..- -. . _- . ,- . . __, , , -. --- i- - __ .-A. Dollars per Lump Sum 7 Grass Bunker & Sand Trap Construction 1 L.S. ----- -- - -.. - - *r- -_ - ,- - - i- - i Dollars per Lump Sum 8 Construction Maintenance NIC (G row-i n) (deleted per Addendum 1) ...... ___ . - Dollars- per Lump Sum $ -0- $ -0- g 4-inch thick Concrete Golf Path 302,485 S.F. $ $ c Dollars per Square Foot 4” Concrete Cart Path Curb Dollars per Linear Foot IO 25,293 L.F. $ $ 1 1 Combination SDG&E Access 31,780 S.F. Road & Golf Path Dollars per Square Foot - .. 12 -SD&E-Access Road 47,636 S.F. Dollars per Square Foot 13 Pedestrian Trail Dollars per Square Foot (3 Revised 10/08/03 7,476 S.F. Contract No. 39721-2 Page 15 of 162 Pages ,.-- I (480) 951-4086 (480) 951-4081 fax FAX COVER SHEET To: Carlsbad Public Financing Authority CC; Date: June 10,2005 RE: RFl Attention: Carlsbad City Golf Course Project contnct #3972 1-2 _i - -_ - From’ __,- - / SEM$- 7 1 7.7- - _- - - - -_ ----- -- . -- - __ - -- - - __ - - - - - __- __ Landscaping ______ -- ---- - - fiere are trees and shrubs shown on the leeend of sheet 26 of 139 whi& are not shown on plan, is this correct? What size(s) are the specimcn trees shown on sheets 60-65 of 1391 There is a supplier “Fountain People” but no model number specj8ed for the underwater lights, is there a specific modeUwattage for these lighu? How are the lights to be controlled? Separate pancl? Timcr? utility (electrical and water) connections from College Drive to pump stations and water features are under this scope of work. Correct? All drain pipe shown as PVC is this correct or should it be corrugated Greens grave1 to be USGA spec or 3/“ rock? 1. c 2. 1, 2. 3. Golf I . 2. 3. Grems-gravel6” layer or 4’’ USGKsped- - Water Feature/&- HDPE? _- - - - ,I mNDSCAPES GOLF COURSE UNLIMTED, DEVELOPMENT LLC "k ATCN: Codsbad Cw Golf Course Projed ~~ . FAX: (760) 720-6917 JOB NAME Carfsbad Municipal G.C. LOCATION: Carlsbad. CA. FROM Chad COS@ PHONE 1.402) 423-6653 FAX (402) 423-7443 E-Mail: ch-9 ITEM D-N #1 DO the square footages that are on the Green Plans, do they include the 4 foot collar per the construction details? - .- -- #2 Reference Luke and Water Feature Specifications, 1.01 .AS States that the coniroctorshgll be responsible for excavation. stockpile and fill over the liner. The plans, however, do not call for dM cover over the liner. Please clarify. . .- __ - - - 8s Reference Lake andWCiter Feature Specifications, 2.02. Requires a 10 year guarantee provided the liner is coniinuOUSly protected agbinsf exposure and mechanical damage, however, according to the plans, the liner is unprotected. Please clarify. #4 Reference Lake and Water Feature Specifications. 3.07.A. Please provide a type and source of boulders and cobble to be used. #5 Reference Loke and Water Feature Specificotions, 3.07.C. Quantities for boulders and cobble ore called out to be 300 tons boulders and 25 tons cobble. Section further states that contractor it responsible for actuol quantities for constnrctlon. Can we (for the sake of apples and opples bids) just bid the 325 ions as Q basis for our base bid. Sheet 124 shows 2 aeration units inside the irrigation pump stolion. Sheets 134 and 135 indicate a total of 3 aeration units. Plecase clarify. #6 #7 Could we please get an extension on the requests for information. clarificatjons. inquiries of any kind during'the bid period for thls proJe&F c Thank you for your time in responding to the above questions. PAGE 1 OF I 6/ 1 O/xxW Jun-10-2005 12:15pn From-VALLEY CREST ESTlMTlWG DEPT TO: Carlsbad Financing Authority, City of Calrsbad, California Am Carlsbad fity Golf Course Project PH: FAX: 760-720-6917 0504500042 R.F.I. NO. 1 4 DATE: June 10,2006 PROJECT NAME Carlsbad Municipal l3df course PROJECT Y : 39721-2 T-888 P.O01/002 F-850 REQUEST FOR INFORMATfON .. .-- .... .._-. ...... Regarding: Rock Removal - -Q--L--- ~=tioni----" Refer to page 142 of the supplemental provisions, section 308-2.3.2 ...... _. .... -. . .I__ . .. .-. - Regarding: Question: I_ - __ __ - __ - . - _- Fertilization & Conditioning Procedures. This section states ''Alter cultivation the Contractor shall clear the planting areas of stones to the depending on the slope degree. This requiremeat is not practical since to remove the rock to these depths would require excavation ofrhe entire site. It is only practical to remove the rock remaining on the suTfacc aAcr tbe compl&ioiYof Msh-pdihg. To remove rock as specified seems IO be an unnecessary expense to the City. depth of cultivation .. .". The depth of cultivation noted is 12" and 6" We are requesting that the City examine the need for removal of rock in hydro-seeded areas altogether since these areas are for visual impact only, are not open to pedestrian traffic and will not require mowing or raking to maintain. We are also suggesting tbat the City remove the requiremen? for rockpick in these areas for practical reasons, and to specify rock removal only &om areas where it appears on the ground surface after finish grading has been mmpleted where trees and shrubs are to be planted, and not in hydro- seeded areas. Slope cultivation Please ref& to page 142 of the supplemental provisions, section 308-2.3.2 Fertilization & Conditioning Procedures. This section requires that all planting areas be cultivated and aeas that are steeper than 3 %:l shall be cultivated to a depth of 6". For areas that are 2:l and steeper, this requirement is not reasonable. If this requirement is held for slopes of 2:1 or steeper, we will need instruction on re-compacting and re-grading these slopes under inspection of a Soils Engineer. We suggest that the cultivation requirement fm slopes of 2: 1 or greater be removed from the specifications. Jun-10-2005 12:15m From-VALLEY CREST ESTlWTlNG DEPT -. . Page 2 of 2 ,-- Regardhg: Question: Specimen trees on bee plan On the tree plans, for instance page 60 of 139, the Quercus agrXolia is noted as a specimen tree. Specimens can rmge in size from 84" boxed tree to an unknown size. Please specify a speciric tree size. Regarding: Erosion conD-01 matting Question: On page 9 of the open space landscape and irrigation specs, erosion control matting is described in full in regards to material and installation. However, has been nQ indication as to where the erosion control matting is to be installed. It appears that the specifications imply that the matting is to be used in all areas. Is this the case or shall the matting be confined to a smaller area, such as hydro- seeded areas, or sloped areas only? Regardhg: Spgt rail fkme Question: Is there any additional information regarding the split-rail fence, i.e. type of lumber and grade, the posts are pressure treated, kind of chemical pressure treatment desired, what kind of wood are the rails? Also, what is meant by rough on detail E on LP-26, versus a noma1 split rail fence where the rails are "split"? Mulri - flow drainage spttm Are there details available for the 12" multi-flow drainage system in the \&e edge @, Lp-26)? Is this system around the entire lake or just in the planter pockets only? 7 Regarding: Question: cc: ValleyCrest Landrcapabcvclopmcnt Fmm Jessica Li, Estimator Address: 8450 Mhr Place San Diego, CA 92121 Phom: (858) 458-9900 ~158 FW (858) 458-0842 e- SECTION 16050 - BASIC ELECTRICAL MATERIALS rn METHODS PART 1 - GEMW A. hwings and general pronsions of the Contract, including General and Sw1- - -conditions an-d Division spec~~c-a-~t~~~~--~~~-~~~s s-&27--- ---- 1.2 SUMPVZARY A. This Section includes the following: _- - ._._. . - > -- _- 1. Electrical equipment coordination and installation. 2. c~mmon e~ectrical insta~~ation requirements. 1.3 ' A. .-- 1.4 A. 1.5 A. 1.6 A. B. DEF-ONS Product Data: For each type of product indicated. QUALITY ASSURANCE Test Equipment Suitability and Calibration: Comply with NETAATS, "Suitability of TCS~ Equipment" and "Test Instrument Cali'bration." COORDINATION Coordinate arrangement, mounting, and support of electrical equipmmt 1. 2. 3, 4. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated. To provide for ease of disconnecting the equipment with minimum interfiia to other installations. To allow right of way for piping and conduit installed at required slope. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. Coordinate electrical testing of electrical, mechanical, and architectural items, so equipment and systems that are fimctionally interdependent are tested to demonstrate fllccessll interoperability. Carlsbad Driving Range BASIC ELECTRICAL MATERZALS AND METHODS 16050 - 1 C. Coordinate electrical power opportunities with the subcontractor of record for the clubhouse structure. No allowances shall be made for the contractor's failure to do so. PART 2 - PRODUCTS 2.1 MANUFACTURERS - __- - .--. - . - - v' A. h-othe~ Part2 articles wheretitl~~owin~du~~ists, the following reqvirements apply to ._ product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work are as indicated in drawings. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of upit for suspended itegs -.- and to mter of unit Tor-mounting items. Headroom Maintenance: If mounting heights or other location criteria are not indicated, anange and install components and equipment to provide maximum possible headroom consistent with these requirements. -._-..-A - -- C. D. Equipment Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as. to facilitate future disconnecting with minimum interference with other items in the vicinity. END OF SECTION 16050 e Carlsbad Driving Range BASIC ELEC"R3CAL MATWS AND METHODS 16050 - 2 >- SECTION 16060 - GROUNDING AND BONDING PART 1 - GENERAL 1.1 RELA-lEDDocuMENTs A. -b-w 'and -genaal -pvisions -of -& Contract, induding Gencl.al-aRd Suppkmentmy Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment Grounding requirements specified in this Section may be supplemented by special requirements of systems described in othersei;.tions. .- - I. B. Related Sections include the following: 1. Division 2 Section "Underground Ducts and Utility Sbuctutes" for ground test wells. I 1.3 SUBMITTALS A. Product Data: For the following: c 1. Groundrods. B. C. Qualification Data: For firms and persons specified in "Quality Assurance" Arlicle. Field Test Reports: Submit written test reports to include the following: 1. Test procedures used. 2. 3. Test results that comply with requirements. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 1.4 QUALITY ASSURANCE .- A. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the InterNational Electrical Testing Association and that is acwtable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Electrical Testing Association to supervise on-site testhg specified m Part 3. Person currently certified by the InterNational B.' Elehcal Components, Devices, and Accessories: Listed and labeled as dehed in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked fi intended use. Carlsbad Driving Range GROUNDING AND BONDING 16060-1 1. Comply With UL 467. c. amply with NFPA70; for overhead-line constructim and medium-voltage underground c~nstruction, comply with EEE C2. D. coqly With "PA 780 and UL 96 when interconnecting with lightning protection systm Manufacturers: Subject to compliance with requirements, provide products by me of the following: 1. Grounding Conductors, Cables, Connectors, and Rods: a. Apache Grounding/Erico Inc. b. Boggs,Inc. c. Chance/Hubbell. d. CopperweldCorp. e-&-.---- ~ _..._ _. __-__ __ - - __.---- 2.2 GR0U"G CONDUCTORS A. For insulated conductors, comply With Division 16 Section "Conductors and Cables." c. Equipment Grounding Conductors: Insulated with greencolored insulation. D. Isolated Ground Conductors: Insulated with greencolored insulation with yellow stripe. feeders with isolated ground, use colored tape, alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow. E. F. G. Grounding Electrode Conductors: Stranded cable. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. Bare Copper Conductors: Comply with the following: 1. 2. 3. Solid Conductors: ASTM B 3. Assembly of Stranded Conductors: ASTM B 8. Tinned Conductors: ASTM B 33. H. copper Bonding Conductors: As follows: 1. 2. Tinned Bonding Jumper: Tinned-copper tape, braided copper conductors, terminated Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. with copper fmles; 148 inches (42 mm) wide and 1/16 inch (1.5 mm) thick. Carlsbad Driving hge GROUNDING AND BONDING 16060 - 2 I. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with msulatars. 2.3 CONNECTOR PRODUCTS A. Comply With IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductars and connected items. B. C. Bolted Connectors: Bolted-pressure-type connectors, or compression typc. Welded Connectors: Exothermic-welded type, in kit form, and selected per manufacaads written instructions. - ---- -. -- - -_ _- -- -- - - - -- - - __ - - __ _. - __ 2.4 GROWmG ELECI'RODES 1. Size: 314 by 120 inches (19 by 3000 mm) in diameter. PART 3 -'&ECUllON -c- 3.1 APPLICATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials. B. In raceways, use insulated equipment grounding conductors. c. Exothermic-Welded Connections: Use for connections to structural steel and fix undmmd connections, except those at test wells. D. E. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing senrice equipment, and elsewhere as indicated. 1. Use insulated spacer; space 1 inch (25.4 rnm) from wall and support from wall 6 inches ( 150 mn~) above finished floor, unless otherwise indicated. 2. At doors, route the bus up to the top of the door hme, across the top of the doorway, and down to the specified height above the floor. F. Underground Grounding Conductors: Use tinned copper conductor, No. UO AWG minimum. Bury at least 24 inches (600 mm) below grade or bury 12 inches (300 nun) above duct bank when installed as part of the duct bank Carlsbad Driving Range GROUNDlNG AND BONDING 16060 - 3 3.2 A. B. C. D. E. 3.3 A. - B. C. 3.4 A. EQUIPMENT GROUNDING CONDUCTORS Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipmat grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. Install equipment grounding conductors in all feeders and circuits. Install insulated equipment grounding conductor with circuit conductors for the following items, in addition to those required by NEC 1. Feedm and branch circuits. 2. Lighting circuits. 3. Receptacle. circuits. . Nonmetallic Raceways: Install 811 equipment grounding conductor in nonmetallic raceways unless-they are designated-far telephonesr data cables. - Metal Poles Supporting Outdoor Lighting Fixtures: hide a grounding elcctrodc in additim to installing a separate equipment grounding conductor with supply branch-circuit conductors. INSTAUATION Ground Rods: Install at least three rods spaced at least one-tod length from each other and located at least the same distance from other grounding eltctrodes. 1. 2. Drive ground rods until tops are 2 inches (50 m) below finished floor or final grade, unless othdse indicated. Interconnect ground rods with grounding electrode conductors. Use exothermic welds, except as otherwise indicated. Make connections without exposing steel or damaging copper coating. Grounding Conductors: Route along shortest and straightest paths possi'ble, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic-welded connectors for outdoor locations, unless a disconnect-type connection is required, then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only h-locationS accessible for maintenance. , CON"I0NS General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in ditect contact will be galvanically compatible. Carlsbad Driving Range GROUNDING AND BONDING 16060-4 c B. C. D. E. F. G. 3.5 A. B. 1. 2. 3. Use electroplated or hot-tincoated materials to ensure high conductivity and to makt contact points closer to order of galvanic series. Make connections with clean, bare metal at points of contact. Coat and seal connections having dissimilar metals with inert material to prevent hture penetration of moisture to contact surfaces. Exothermic-Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure-typc grounding lugs. No. 10 AWG and smaller grounding conductors may be ttrminated with winged pressure-type connectors. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding hs=-or--bminal &-housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conducton, unless otherwise indicated. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values. If manufactureis torque values arc not indicated, use those specified in UL 486A. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard rneth0d.b make a visible indication that a connector has been adequately compressed on grounding conductor. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. UNDERGROUND DISTRIBUTZON SYSTEM GROUNDING Handholes: Install a driven ground rod close to wall and set rod depth so 4 inches (100 mm) will extend above finished floor. If necessary, install ground rod before rnanhole is placed and provide a No. I/O AWG bare, tinnedcopper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive tape or heat-shrunk insulating sleeve from 2 inches (50 mm) above to 6 inches (150 mm) below concrete. Seal floor opening with waterproof, nonshrink mut. Connections to handhole Components: Connect exposed-metal parts, such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, harddrawn copper conductor. Train conductors level or plumb around comers and fasten to manhole walls. Connect to cable armor and cable shields as recommended by manufacturer of splicing and termination kits. - -- Carlsbad Driving Range GROUNDING AND BONDING 16060 - 5 3.6 FIELD QUALITY CONTROL A. Testing: Engage a qualified testing agency to perfom the following field qualityantrol testing: B. Testing: Perfm the following field quality-control testing: 1. After installing grounding system but before permanent electrical circuitry bas bten energized, test for compliance witb requirements. hT'st-compktg system at each location where a maximum ground-rtsistana level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage OT seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests, by the fall-of-potential method acccdng to IEEE 81. +--Provide-drawings-lscatiqpchground rod and ground rod assembly and other grounding electrodes, identi@ each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each lacation and include observations of weather and other phenomena that may affect tcst results. Desmibe measures taken to improve test results. .. a. Equipment Rated 500 kVA and Less: 10 ohms. b. Handhole Gromds: 10 ohms. 4. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Engineer promptly and include recommendations to reduce ground resistance. 3.7 GRADINGANDPLANTING A. Restore surface features, including vegetation, at mas disturbed by Work of this Section. Reestablish original grades, unless otherwise indicated. If sod has been removed, replace it as soon as possible after backfilling is completed. Restore areas disturbed by trenching, storing of dirt, and other activities to their original condition. Include application of tapsoil, fertilizer, lime, seed, sod, sprig, and mulch. Restore disturbed paving as indicated. END OF SECTION 16060 .-.. . Carlsbad Driving Range GROUNDING AND BONDING 16060 - 6 /" SECTION 16075 - ELECX'RICAL IDENTIFICATION PART 1 - GENERAL 1.1 RELATEDDOCUMENTS A. andpgral 3Evisions-of -the -Contrac& including Gene1 S-1-w Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. 'This Section includes the following: 1. Identification far raceway. 2. 3. Undergn>una-line waming tape. 4. Waming labels and signs. 5. Instruction signs. 6. Equipment identification labels. -_.__ ---_ -- - Identification for conductors and mtrol cable. - - _I 7. Misce&+vus identification products. - - --- _- .+ A. Product Data: For each electrical identification product indicated. B. Identification Schedule: components used in identification signs and labels. An index of nomenclature of electrical equipment and SY- C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. 1.4 QUALITY ASSURANCE A. B. ..Comply with NFPA 70. C. Comply With ANSI A13.1 and ANSI C2. Comply with 29 CFR 1910.145. 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in . the Contract Documents, Shop Drawings, manufacturer's wiring diagrams, and the mtjon and Maintenance Manual, and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. Carlsbad Driving Range ELECTRICAL. IDENTIFICATION 16075 - 1. P B. Coordinate installation of identifying devices With completion of covw and painting of surfaces where devices are to be.applied. . c. Coordinate installation of identifying devices with location of access panels and doors. D, hstall identifying devices before installing acoustical ceilings and similar comeahat. A. comply with ANSI A13.1 for minimum size of letters for legend and for minimum ]en@ of color field for each raceway and cable size. 1. 2. Power Circuits: Black letters on an orange field. Legend: Indicate system or service and voltage, if applicable. c. Self-Adheshe Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches (50 m) wide; compounded for aut&mrm3eL -- -_ 2.2 UNDERGROUND-LINE WARNING TAPE A. Description: Permanent, brightcolored, continuous-printed, polyethylene tape. 1. 2. 3. 4. Not less than 6 inches (150 mm) wide by 4 mils (0.102 mm) thick. Compounded for permanent direct-burial service. Embedded continuous metallic strip or core. Printed legend shall indicate type of underground line. 2.3 WARNING LABELS AND SIGNS A. comply with NFPA 70 and 29 CFR 1910.145. B. Self-AdhcsiK waning Labels: Factory printed, multicolor, pressure-sensitive adhesive lab&, for display on front cover, door, or other access to equipmeat, unless otherwig indicated. c. label and sign shall include, but are not limited to, the following legends: 1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)." Carlsbad Range ELECTRICAL IDENTIFICATION 16075 - 2 2.4 INS7RUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick far signs up to 20 sq. in. (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes. 1. 2. 3. Enpved legend with black letters on white face. Punched or drilled for mechanical fasteners. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. __ .- --- i-__ .- _.-_. - __ - .. _L - _-___ __ .. - 2.5 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamhe Label: Punched or drilled for screw mounting. White letters on a dark-gray background Minimum letter height shall be 3/8 inch (10 mm). 2.6 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: Fungus-merf self-extinguishing, 1 -piece, self-locking, Type 6/6 nylon cabk tics. 1. Minimum Width: 3/16 inch (5 mm). 2. _I .TmsileSMgth.3OJb-(22.6 _-_ . IC&, minimum. 3. Temmrature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black, except whm used for colorcoding. B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stamless-steel screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 AF'PLIC ATION A. Branch-Circuit Conductor Identification: Where there are conductors for more than three branch circuits in same junction or pull box, use metal tags. Identify each ungrounded conductor according to source and circuit number. B, Auxiliary Electrical Systems Conductor Identification: Identify field-installed cmlrol connections. 1. 2. 3. - Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. Use system of marker tape designations that is unifwm and consistent with system used by manufacturer for factory-installed connections. Coordinate identification with Project Drawings, manufacturer's Wiring diagrams, and Operation and Maintenance Manual. c. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring. Carlsbad Driving Range ELECTRICAL IDENTIFICATION 16075 - 3 .- D. InstructionSigns: 1. Operating Instructions: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect- Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equ@ment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. LabelingInstructions: a. Outdoor Equipment: Engraved, laminated or melamine label 4 inches (100 mm) ---- .-;: . 2. l2quiprnent to Be Label& a. Panelkds, electrical cabinets, and enclosures. _- __ -b+buttm-stationsr--- - - . ._ c. -Qn@m-. 3.2 INSTALLATION A B. Venfy identity of each item before installing identification products. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Attach nonadhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate. D. System Identification Color Banding for Raceways and Cables: Each color band shall completely encircle cable or conduit. Place adjacent bands of twocolor markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 2S-foot (7.6-m) maximum intervals in congested 8fea~. E. Color-Coding for Phase Identification, 600V and Less: Use the colors listed below for ungrounded feeder, and branch-circuit conductors. 1. Colors for 2OW120-V Circuits: a. Phase A.. Black. b. PhaseB: Red. c. PhaseCBlue /-- Carlsbad Driving Range ELECTRICAL IDENTIFICATION 16075 -4 2. . Field-Applied, Color-coding Conductor Tape: Apply in half-lapped tums for a IIlinimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps ayt made. Apply last two tums of tape with no tension to prevent possiile unwinding. Locate bands to avoid obscuring fwtq cable msrkings. F. Underground-Line Wamhg Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a c0mm01l trench or concrete envelope exceeds I6 inches (400 mm) overall. Carlsbad Driving Range ELECTRICAL IDENTIFICATION 16075 - 5 SECTION 16120 -CONDUCTORS AND CABLES PART 1 - GENERAL A. Drawings- and gend provisions- of the ?&ntract4&din*eral *>-Sw1=~ -- Conditions and Division 1 Specification Sections, apply to this Section. A. This Section includes building wires and cables and associated connectors, splices, and -- - tenninationsf~~-~t~~~-andless, - .. A. l4oduct Data: For each type of product indicated. PART 2 - PRODUC%-'- A. In other Part2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance With requirements, manufacturers . offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified 2.2 coNDuaoRs AND CABLES A. Manufacturers: 1. 2. 3. Gend Cable Corpor&on. 4. 5. Southwire Company. Alcan Aluminum Corporation; Alcan Cable Div. American Insulated Wire Corp.; a Leviton Company. Senator Wire & Cable Company. B. Refer to Part3 "Conductor and Insulation Applications" Article for insulation type, cable consh~ction, and ratings. c. Conductor Material: Capper stranded conductor solid conductor for No. 10 AWG and smaller, stranded for No. 8 AWG and larger. coNDucToRs AND CABLES 16120 - I D. Conductor Insulation Types: Type XHHW. 2.3 CONNEXTORS AND SPLICES A. Manufacturers: 1. AFC Cable Systems, Inc. 2. AMP IncorporatediTyco International. 3. HubbeW-. 4. 5. 0-ZfGedney; EGS Electrical Group UC. 3M Company; Electrical Products Division. B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and Service indicated. 3.1 CONDUCTOR AND INSULATION APPLICATIONS A. All Branch, Feeder and control conductors: Type XHKW, single conductors in raceway. A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated. €3, Use mandacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recmrnded mimum pulling tensions and sidewall pressure values. Use pulling means, including fish tape, cable, rope, and basket-weave windcable grips, that will not damage cables or mxway. C. D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, ad follow surface contours where possible. E. Idmtify and colorcode conductors and cables according to Division 16 Section "Electrical Id~tification." A. Ti@ten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechankal strength and insulation ratings than unspliced conductors. Carlsbad Driving Range CONDUCTORS AND CABLES 16120 - 2 ,- END OF SECTION 16120 CONDUCTORS AND CABLES 16120 - 3 .- Carlsbad Driving Range SECTION 16 145 - LIGHTING CONTROL DEVICES PART 1 - GENERAL A. LXawings-and general provisions of the Contract, including General and Supplemen~ray Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following lighting control devices: 1. Timeswitches. 2. Outdoor photoelectric switches. 3. Multipole contactors. B. Shop Drawings: Interconnection diagrams showing field-installed wiring. C. Field qualityGontro1 test reports. D. Operation and Maintenance Data: For each lype of product to include in emergency, operation, and maintenance manuals. 1.4 QUALITY ASSURANCE A. Electrical Components, DeVjces, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.5 COORDINATION A. Coordinate layout and installation of ceiling-mounted devices with other construction that penetrates ceilings or is supported by them, including light fmtures, WAC equipment, fire suppression system, and partition assemblies. Carlsbad Driving Range LIGHTING CONTROL DEVICES 16145 - 1 PART 2 - PRODUCTS 2.1 A. 2.2 A. 2.3 A. B. MANUFACTURERS other Part 2 articles where titles below introduce lists, the following requirements apply to Manufacturers: Subject to compliance with requirements, provide products by me of the manufacturers specified. product selection: 1, GENERAL LlGH"G CONTROL DEVICE REQUIREMENTS Line-Voltage Surge Protection: An integral part of the devices for 120- and 277-V &id-*tc equipmat. For devices without integral line-voltage surge protection, field-mounting surge protection shall comply with IEEE C62.4 1 and with UL 1449. TIME SWITCHES Manufacturers: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Area Lighting Research, Inc. Fisher Pierce. GrassIin controls corporation. Intermatic, Inc. Leviton Mfg. Company Jnc. Lightolier Controls; a Genlyte Company. Lithonia Lighting. Paragon Electric Co. SquareD.. TORK. Touchplate Technologies, Inc. Watt Stopper (The). Digid Time Switches: Electronic, solid-state programmable units with alphanumeric display com&ing with UL 9 17. 1, 2. 3. Contact Confguratian: As indicated and required. Contact Rating: 30-A inductive or resistive, 240-V ac. Rogrm Single channel, 8 on-off set points on a 24-hour schedule. a. 4. Circuitry: Allow connection of a photoelectric relay as substitute for on and off firnctim of a program on selected channels. 5. Astronomical Time: All channels. 6. Battery Backup: For schedules and time clock For each channel, 8 on-off set points on a 24-hour schedule . /-- Carlsbad Driving Range LIGHTING CONTROL DEVICES 16145 - 2 2.4 OUTDOOR PHOTOELECTRIC SwrrcHEs A. Manufacturas: 1, Area Lighting Research, Inc. 2. Fisherpierce. 3. Grasslin Controls Corporation. 4. htmtic,Inc. 5. Lithonia Lighting. 7. Paragon Electric Co. 8. SquareD. 9. TORK. 10. Touchplate Technologies, Inc. 11. Watt Stopper (The). I- - __ - Z.& ----NoGkqk; - L--- - - A__ - _____ 2- - -. . <> B. Description: Solid state, with SPST dry contacts rated forl8OO-VA tungsten or 1OOO-VA inductive, to operate connected relay, contactor coils, microprocessor inpub and complying with UL 773A. 1. Light-Level Monitoring Range: I .5 to 10 fc (16 to 108 lx), with an adjustment fix turn- on and tum-off levels within that range, and a directional lens in ht of photocell to prevent fixed light sources hm causing turn-off. 2. Time Delay: 1 5-second minimum, to prevent false operation. 3. Surge Protection: Metalaide varistor type, complying with IEmC62.41 for Category A 1 locations. 4. Mounting: Twist lock complying with IEEE (2136.10, with base-and-stem mounting or stem-and-swivel mounting accessones as required to direct sensor to the North sky exposure. 2.5 MULTIPOLE CON'TACTORS A. Manufacturers: 1. Allen-Bradley/Rockwell Automation. 2. 3. Cutler-Hammer; Eatm Corporation. 4. ASCO Power Technologies, LP; a division of Emerson Electric Co. GE Industrial Systems; Total Lighting Control. B. Description: Electrically operated and Mechanically held, complying with NEMA ICs 2 and UL 508. 1. Cment Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high-inrush ballast (ballast with 15 percent OT less total hannonic distortion of normal load current). Control-Coil Voltage: Match control power source. Provide two wire control module fix all contactors. 2. 3. Carlsbad Driving Range LIGHTING CONTROL DEVICES 16145 - 3 2.6 A. B. 2.7 A. B. CoNDumRsANDcABLEs Power Wiring to Supply Side of Remote-Control Power Sources: Not smallex than No. 12 AWG, complying With Division 16 Section "Conductors and Cables." Classes 2 and 3 Control Cable: Multiconductor cable with stranded copper conductors not smaller than No. 12 AWG, complying with Division 16 Section "Conductors and Cables." LIG"ING DISTRIBUTION BOARDS Provide the Size and type stainless steel cabinet as indicated. Provide plastic troughs at parallel or right angles to panel mounted devices far all wiring inside cabinet as a wire management system. No conductors shall be unsupported inside the cabinet. PART 3 - EXECUTION 3.1 A. B. C. D. E. F. 3.2 ' A. B. WIRLNG INSTALLATION Wiring..Methad: Comply with Division 16 Section "Conductors and Cables." Minimum conda size shall be 1R inch (13 mm). Wiring within Enclosures: Bundle, lace, and train conductors to terminal points. Separate power-limited and nonpower-limited conductors according to conductor manufacturer's written instructions. Install field-mounting transient voltage suppressors far lighting control devices in Category A locations that do not have integral line-voltage surge protection. Size conductors according to lighting control device manufacturer's writtem instructions, unless otherwise indicated. Splices, Taps, and Terminations: Make connections only on numbered terminal strips m junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacture& torque values are not indicated, use those specified in UL 486A. -_ - -_ - __ - _- - - __ -- ~ IDENTIFICATION Identify components and power and control wiring according to Division 16 Section ''Electrical Identification." Label time switches and contactors with a unique designation. . Carlsbad Driving Range LIGHTING CONTROL DEVICES 16145 - 4 .- 3.3 FIELD QUALEY CONTROL A. Perform the followhg field tests and inspections and prepare test reports: 1. 2. After installing time switches and sensors, and after electrical circuitry bas been mer@, adjust and test fix compliance with requirements. Operational Test: Verify actuation of each sensor and adjust time delays. B. Remove and replace lighting control devices where test results indicate that they do not co~llply with specified requirements. C. Additional testing and inspecting, at Contractor's expense, will be performed to dctumi~e compliance of replaced or additional work with specified requirements. Carlsbad Driving Range LIGHTING CONTROL DEVICES 16145 - 5 rc SECTION 16442 - PANELBOARDS PART 1 -GENERAL 1.1 A. 1.2 A. 1.3 RELATED- -. -- ed-gg-1 pmvigions+f the Contract, including General and Supplcmcn~ Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes the following: 1. - Lighting and appliance branch-circuit panelboards. DEFINITIONS B. C. D. E. 1.4 A. B. GFCI: Ground-fault circuit intenupter. , RFJ: Radio-frequency interference. RMS: Root mean square. SPD'R Single pole,'double throw. product Data: For each type of panelboard, overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturw' technical data on features, performance, electrical characteristics, ratings, and finishes. Shop Drawings: For each panelboard and related equipment. 1. \ Dimensioned plans, elevations, sections, and details. devices, equipment features, and ratings. Include the following: Show tabulations of installed a. b. c. d. e. Enclosure types and details for types other than NEMA 250, Type 1. Bus configmation, current, and voltage ratings. Short-circuit current rating of panelboards and overcurrent protective devices. UL listing for series rating of installed devices. Features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. Carlsbad Driving Range PANELBOARDS 16442 - 1 2. Wiring Diagrams: Power, signal, and control wiring. C. Panelboard Schedules: For installation in paneIboards. D. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 Section "Closeout Procedures," include the following: 1. - -. -qel~g* 2. Manufactum's written instructions for testing and adjusting overcurrent protective Timecurrent curves, including selectable ranges far each type of overcurreat protective device. -- .--. ~ - 1.5 QUALITY ASSURANCE A. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories through one source from a smgle manufacturer. B. Product Options: Drawings indicate size, profiles, and dimensional requirements of panelboards and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." Electrid Components, Devices, and Accessories: Listed and labeled as defined in "PA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. -. c. D. E. Comply with NFPA 70. Comply with NEMA PB 1. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions, unless otherwise indicated: 1. 2. Ambient Temperature: Not exceeding 104 deg F (40 deg C). Altitude: Not exceeding 6600 feet (2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. 2. Ambient temperatures within limits specified. Altitude not exceeding 6600 feet (2000 m). 1.7 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, and encumbrances to workspace clearance requirements. Carlsbad Driving Range PANELBOARDS 16442-2 ,- IC B. Coordinate Size and location of concrete bases. Cast anchor-bolt inserts into bases. ha, reinforcement, and formwork requirements are specified in Division 3. A. Furnish extra materials described below that match products installed and that arc packaged with protective covering for storage and identified with labels descriiing contents. - 1,---Keys: Six-spareS for each-type of panelhard cabinet-hk &--- 2- - : - = PART 2 - PRODUCTS 2. I MANUFACTURERS A. Manufacturers: Subject-to compIiance with requkements, provide products by one of the follow& 1, Panelboards, Overcurrent Protective Devices, Controllers, Contactors, and Accessories: - .__ --a. - at^ CorpOratiw; Cutl~r-Ha~~~n~ Products. b. c. d. SquareD. General Electric Co.; Electrical Distribution & Protection Div. Siemens Energy & Automation, Inc. -_ A. Enclosures: Surface-mounted cabinets. NEMA PF3 1, Type 1. 1. 2. 3. Finish Manufactureis standard enamel finish over corrosion-resistant treamt 4. Front: Secured to box with concealed trim clamps. For surface-mounted fimts, match box dimensions; for flush-mounted fronts, overlap box. Hinged Front Cover: Entire front trim hinged to box and with standard do<# ~& hinged ttim cover. primercoat. Directory Card: With transparent protective cover, mounted in metal hne, insi& panelboard door. B. phase and Ground Buses: 1. 2. 3, Material: Harddrawn copper, 98 percent conductivity. Equipment Ground Bus: conductors; bonded to box. Split Bus: Vertical buses divided mto individual vertical sections. Adequate for feeder and branch-circuit equipment ground ' c, conductor Connectors: Suitable fm use with conductor material. 1. 2. Main and Neutral Lugs: Mechanical type. Ground Lugs and Bus Configured Terminators: Compression type. Carlsbad Driving Range PANELBOARDS 16442 - 3 D. .2.3 A. B. 2.4 A. B. C. 2.5 A. B. 2.6 A. B. 3. Feed-Through Lugs: Mechanical type suitable for use with conductor material. Locate at opposite end of bus &om incoming lugs or main device. Future Devices: Mounting brackets, bus connections, and necessary appurtenances rcquirtd for future installation of devices. PANELBOARD SHORT-CIRCUIT RATING UL label- indicating series-connected rating with integral or remote upstream ovcfcclITcnt protective devices. Include size and type of upstream device allowable, branch devices allowable, and UL seriescmected short-circuit rating. Fully rated to intermpt symmetrical short-circuit current available at terminals. Doors: Secured with vault-type latch with tumbler lock; keyed alike. Omit for fused-switch panelboards. Main Overcurrent Protective Devices: Circuit breaker. Branch oVercwsn{prOteCtive Del!bx -- -- -_____-- 1. Bolt-on circuit breakers. LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS Branch Overcurrent Protective Devices: disturbing adjacent units. Bolt-on circuit breakers, replaceable without Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. Molded-Case Circuit Breaker: UL 489, with series-connected rating to meet available fault Currents. 1. Thermal-Magnetic Circuit Breakers: hvm.e time-cment element fw low-level Adjustable _. overloads, and instantaneous magnetic trip element for short circuits. magnetic trip setting for circuit-breaker frame sizes 250 A and larger. GFCI Circuit Breakers: Single- and two-pole configurations with 5 -mA trip sensitivity. 2. Molded-Case Circuit-Breaker Features and Accessories: Standard frame sizes, trip ratings, and number of poles. 1. 2. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. Application Listing: Appropriate. for application; Carlsbad Driving Range PANELBOARDS 16442-4 C. 2.7 A. 3. 4. Ground-Fault Protection: Integrally mounted relay and trip Unit with adjustable piclarp and timedelay settings, push-to-test feature, and ground-fault indicator. Multipole units enclosed in a single housing or factory-assembled to operate as a single unit. &ntactors: NEMA ICs 2, Class A, combination controller to and include the following accessories: 1. 3. Indicating lights. 4. Seal-incontact 5. 2 convertiile auxiliary contacts. 6. Pushbuttons. 7. Selector switches. =Individual mtro%power ~fomus~=-- =- - . 2. FURS fa ContrOl-p~~~ transformers. ACCESSORY COMP0"TS AND FEATURES Furnish accessory set including tools and miscellaneous items required for overcmmt protective device test, inspection, maintenance, and operation. . . -- .. . - . . .. .. . ,. . -.- . .- .__ . . - PART 3 - EXECUTION 3.1 A B. ' c. D. E. 3.2 A. B. C. INSTALLATION Install panelboards and accessories according to NEMA PB 1.1. Mount plumb and rigid without distortion of box. Mount recessed panelboards with hnts uniformly flush with wall hi&. Install overcurrent protective devices and controllers. hstall filler plates in unused spaces. h-ange conductors in gutters into groups and bundle and wrap with wire ties. -IDENTIFICATION .i Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 16 Section "Electrical Identification." Create a directory to indicate installed circuit loads. Obtain approval before installing, Use a computer or typewriter to create directory; handwritten directories are not acceptable. Panelboard Nameplates: Label each panelboard with engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws. Carlsbad Driving Range PANELBOARDS 16442-5 3.3 A. B. 3.4 A. B. rc C0N”IONS Ground equipment according to Division 16 Section “Grounding and Bonding.” Connect wiring according to Division 16 Section “Conductors and Cables.” FIELD QUALJTY CONTROL 1. 2. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control Circuit. Test continuity of each circuit. Load Balancing: After Substantial Completion, but not more than 60 days a* Final -~l~c~g and make circuit changes, 1. 2. Measure as directed during period of normal system loading. Perfm load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour seryices such as fax machines and on-line data processmg, computing, transmitting, and rectjying equipment, After circuit changes, recheck loads during normal load period. Record all load dings Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requ’ lrenlent. 3. 4. _. -- beforeand after-changes and submit test records. A. On completion of hstallation, inspect interior and exterior of panelboards. Remove paint splatters and other spots. .Vacuum dirt and debris; do not use compressed air to assist in cleaning. Repair exposed surfaces to match original finish. END OF SECTION 16442 . -. -. . . . .. .. Carlsbad Driving Range PANELBOARDS 16442 - 6 SECTION 1652 1 - EXTERIOR LIGHTING PART 1 - GENERAL A. Drawings and general-.poviSiw-of the Contract, including General and supplement at^ Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. 2. Luminaire-mounted photoelectric relays. 3. Poles and accessories. 4. Luminairc lowering devices. Exterior luminaires with lamps and ballasts. 1.3 DEFINITIONS ,- A CRI: Col~-~deringindar. B. HID: High-htemjty discharge. C, Luminaire: Complete lighting fmture, including ballast housing if provided. D. Pole: Lurninaire support structure, including tower used for large area illuminatian. E. Standad Same definition as "Pole" above. 1.4 STRUCTUWU ANALYSIS CRITERIA FOR POLE SELECTION Dead Load Weight of leaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied as stated in AASHTO LTs4. Live Load: Single load of 500 lbf (2224 N), distributed as stated in AASIFM) LTS-4. A. B. C. Ice Load: Load of 3 lbfkq. R (143.6 Pa), applied as stated in AASHTO LTS-4. D. Wind Load: Pressure of wind on pole and luminaire, calculated and applied as stated in MSHTO LTS-4. 1. Wind speed for calculating wind load for poles 50 feet (1 5 m) OT less in height is 70 mph (1 13 km/h). Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 1 1.5 A. B. C. D. E. F. G. H. SUBMITTALS Product Data: For each luminaire, pole, and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. 2. 3. -47 Luminak-materials. --- 5. Physical description of luminaire, including materials, dimensions, effective projected area, and verification of indicated parameters. Details of attaching luminaires and accessories. Details of installation and construction. Photometric data based on iabaratory tests of each luminaire type, complete with indicated lamps, bailasts, and accessories. a. For indicated luminaires, photometric data shall be certified by a qualified independent testing agency. Photometric data for remaking luminaires shall be certified by manufacturer. 'FhotomEtiEi~-be~ cBtifitd-ljj--Bimufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. 5. -- 6. photoelectric relays. 7. Ballasts, including energy-efficiency data. 8. Lamps, including life, output, and energy&€i6encplaf&--- -- 9. -Materjds;dimeminsioss;aftbfiTlishes of-poles. 10. 1 1. 12. Manufactured pole foundations. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. Anchor bolts for poles. Shop Drawings: 1. 2. 3. Anchor-bolt templates keyed to specific poles and certified by manufacturer. Design calculations,'certifed by a qualified professional engineer, indicating strength of screw foundations and soil condjtims on which they are based. Wiring Diagrams: Power and control wiring. Samples for Verification: For products designated for sample submission Device Schedule. Each sample shall include lamps and ballasts. Exterior Lighting Pole and Support Component Certificates: Signed by manufacturers of poles, certitjing that products are designed far indicated load requirements in AASHTOLTS-4 and that load imposed by luminaire has been included in design. Qualification Data: For agencies providing photometric data for lighting furtures. Field quality-control test reports. Operation and Maintenance Data: For luminaires to include in emergency, operation, and maintenance manuals. Warranty: Special warranty specified in this Section. Carlsbad Driving Range EXTERIOR LIGHTING 16521 -2 1.6 A. B. C. D. 1.7 A. B. A QUALlTY ASSURANCE Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratones that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting products. Electrical Components, Devices, and Accessories: Listed and labeled as defined in "FA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked fw intended us~. Comply with IEEE C2, "National Electrical Safe Code." .- -- _- - --- --- --__ _a___ - . - _- - _- -- -- Comply With NFPA 70. DELIVERY, STORAGE, AND HANDLING Package aluminum poles for shipping according to ASTM B 660. Store poles on decay-resistant-treated slcids at least 12 inches (300 mm) above grade and vegetation. Support poles to prevent distortion and arrange to provide fire air circulation. b. .-__-_ Retain factory-applied pole wrappings an fiberglass and laminated wood polcs until right befare pole installation. Handle poles with web fabric straps. D. Retain factory-applied pole wrappingS on metal poles until nght before pole installation. Far poles with nonmetallic finishes, handle with web fabric straps. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, ar unauthohd repairs or alterations !?om special warranty coverage. 1. 2. 3. 4. 5. Warranty Period for Luminaires: Five years from date of Substantial Complctian. Wmty Period for Metal Corrosion: Five years fiom date of Substantial corrq>letian. Warranty Period for Color Retention: Five years hm date of Substantial Ccmpletion. Warranty Period for Lamps: Replace lamps and fuses that fail -_ within 12 months fiom date of Substantial Completion. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard wmty period, but not less than three years from date of Substantial Completion. - --_. - A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Carlsbad Driving Range EXTERIOR LIGHTING 16521,- 3 1. 2. 3. 4. Lamps: 10 for every 100 of each type and rating installed. Furnish at least one of each w- Glass and Plastic Lenses, Covers, and Other Optical Parts: Insat quantity of each type and rating installed. Fumish at least one of each type. Ballasts: 10 for every 100 of each type and rating installed. Furnish at least one of each type- Globes and Guards: 10 for every 20 of each type and rating installed. Furnish at least one of each type. -_ -_ . . PART 2 - PRODUCTS 2.1 A. B. 2.2 A. B. C. D. E. F. MANUFACTURERS In other Part 2 articles where titles below introduce lists, the following requiremats apply to se]&jon7- .-_ - -- - - ---I______ ~n Exterior Lighting Device Schedule where titles below are column or row headings that inwodua lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, mufhtums offering products that may be-incorporated into the Work include, but arc not limited to, manufacturmspecified. - - Manufacturers: Subject to compliance with requirements, provide products by me of the manufacturers specified. Basis of Design Product The design of each item of exterior luminaire and its support is based on the product named. Subject to compliance with requirements, provide either the named product or a comparable product by one of the other manufacturers specified. 2. 3. LuMINAlRES,GENERALWQ~S Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRlI acceptable to authorities having jurisdiction. . Comply with ESNARP-8 for parameters of lateral light distriiution patterns indicated for luminaires. Metal Parts: Free of bum and sharp comers and edges. Sheet Metal hnponents: Corrosion-resistant aluminum, unless otherwise indicated. Form ad support to prevent warping and sagging. Housings: RiSidly formed, weather- and light-tight enclosures that will not m, sag, 0~ deform in use. Rovide filterhreather for enclosed luminaires. ~rs, Frames, and Other Internal Access: Smooth operating, frec of light leakage under ovting conditions, and designed to permit relamping without use of tools, Designed to prevent doors, flames, lenses, diffusers, and otha components from falling accidentally during Carlsbad Driving Range EXTERIOR LIGHTING 16521 -4 L- G. H. I. J. K. L. M. 2.3 k relamping and when sed in operating position. Dom shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. Exposed Hardware Material: Stainless steel. Plastic Parts: High resistance to yeIlowing and other changes due to aging, exposure to heat, and W radiation. Light Shields: Metal baffles, factory installed and field adjustable, arranged to block light distribution to indicated portion of normally illuminated area or field. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. WhiteSurfaces: 85percent 2. Specular Surfaces: 83 percent. 3. Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors m luminaire doors. Diffusing Specular Sufaces: 75 percent. Luminaire Finish Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Where indicated, match finish process and color of pole or support -_- -- -d*--- - A. -- - - -___ - __-__- - -- - - -.--- - Factory-Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for-ArchitectUral and Metal Products" for recommendations for applying and designating finishes. I. Surface Preparation. Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5lNACE No. 1, White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." Exterior Surfaces: Manufacturer% standard finish consisting of one or more coats of primer and two finish coats of high-gloss, high-build polyurethane enamel. 2. a. Color: As selected fiom manufacturds standard catalog of colors. BUTS FORHID LAMPS Comply with ANSI C82.4 and UL 1029 and capable of open-circuit operation without reduction of average lamp life. Include the following features, unless otherwise indicated: ._ I. 2, 3. 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current Ballast Circuit: Constant-wattage autotransformer or regulating high-power-factor type. Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C). Normal Ambient Operating Temperature: 104 deg F (40 deg C). ratings as recommended by ballast manufacturer. /- Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 5 B. 2.4 A. B. C. 2.5 A. B. C. D. E. F. High-Pressure Sodium Ballasts: Electromagnetic type with solid-state ignitedstmter and capable of open-circuit operation without reduction of average lamp life. Ignit=r/startcr shall have an average life in pulsing mode of 10,000 hours at an ignitedstarter-case temperature of 90 deg C. 1. Minimum Sbmng Temperature: Minus 40 deg F (Minus 40 deg C). HIDLAMPS High-pressure Sodium Lamps: ANSI C78.42, CRI 21 (minimum), color temperature 2100 K, and average rated life of 24,000 hours, minimum. Metal-Halide Lamps: ANSI C78.1372, with a minimum CRI 65, and color temperature 3200 K. pulse-Start, Metal-Halide Lamps: Minimum CRI 65, and color temperature 3200 K. POLES AND SUPPORT COMPONENTS, GENERAL REQUREMENS Structural Characteristics: Comply with AASHTO LTS-4. 1. Wind-Load Strength of Pales: -Adequate at indicated heightsabove grade witbut- failure, -+eaaanent deflection, or whipping b steady winds of speed indicated m Part1 "Structural Analysis Criteria for Pole Selection" Arlicle, with a gust factor of 1.3. , Strength Analysis: For each pole, multiply the actual equivalent projeded area of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected area to be used in pole selection strength analysis. 2. Lurninaire Attachment Provisions: Comply with luminaire manufactmd mounting requirements. Use stainless-steel fasteners and mounting bolts, unless otherwise indicated. Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with qpmt components. 1. 2. 3. Materials: Shall not cause galvanic action at contact points. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: fabrication, unless stainless-steel items are indicated. Anchor-Bolt Template: Plywood or steel. Hot-dii galvanized after Concrete Pole Foundations: Cast in place, with anchor bolts to match pole-base aangt. Concrete, reinforcement, and formwork are specified m Division3 -Section "Cast-in-Place COncrete." Power-Installed Screw Foundations: Factory fabricated by pole manufacturer, with structutal steel complying with ASTMA36/A36M and hot-dip galvanized according to ASTMA 123/A 123M; and with top-plate and mounting bolts to match pole base flange and strength required to support pole, luminaire, and accessories. Breakaway Supports: Frangible breakaway supports, tested by an independent testing agency acceptable to authorities having jurisdiction, according to AASHTO LTS4. Carlsbad Driving Range EX'TEFUOR LIGHTING 16521 - 6 2.6 A. B. C. D. E. F. G. H. I. J. K. STEEL POLES Poles: Comply with ASTM A 500, Grade B,, carbm steel with a minimum yield of 46,OOO psis (317 ma); I-piece consbuction up to 40 feet (12 m) in height with access handhole in pole wall. 1. shape: Perdrawings.. 2. Mounting Provisions: Butt flange for bolted mounting on foundation or brcaka~y rmpport. Steel Mast Arms: Single-arm type, continuously welded to pole attachment plate. Material and finish as pole. Brackets for Lmhk Detachable, Cantilever, without underbrace. 1. 2. 3. Adapter fitting welded to pole and bracket, then bolted together with stainless-steel bolts. Cross Section: Tapered oval, with straight tubular end section to accommodaft luminaire. Match pole material and finish. Pole-Top Tenons: Fabricated to support luminaire or luminaires and brackets indicated, and securely fastened to pole top. Steps: Fixed steel, with nonslip treads, positioned for 15-inch (381-mm) vertical spacmg, altemating on opposite sides of pole; first step at elevation 10 feet (3 m) above finished grade. Intermediate Handhole and Cable Support Weathertight, 3-by-5-inch (76by-127-mm) handhole located at midpoint of pole with cover far access to internal welded attachment lug fm electric cable support grip. _- .- .L_ Grounding and Bonding Lugs: Welded In-inch (13-mm) threaded lug, complying with requirements in Division 16 Section "Grounding and Bonding," listed for attaching grom- and bonding conductors of type and size listed in that Section, and accessible through handhole. Cable Support Grip: Wire-mesh type with rotating attachment eye, sized for diameter of cable and rated for a minimum load equal to weight of supported cable times a 5.0 safety factor. Platform for Lamp and Ballast Servicing: Factory fabricated of steel with finish matching that Prime-Coat Finish Manufacturer's standard primecoat finish ready for field painting. Factory-Painted Finish Comply with NM's "Metal Finishes Manual far Architectud and Metal Products" for recommendations for applying and designating finishes. of pole. ,* ..L. - __?l -.- .. 1. Surface Prepamtion: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP YNACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, l'Pickling." Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 7 2.7 A. 2.8 A. 2.9 A. 2.10 A. B. C. 2. 3. Interior Surfaces of Pole: One coat of bituminous paint, OT otherwise treat for equal corrosion protection. Exterior Surfaces: Manufactwets standard finish consisting of one or morc coats of primer and two finish coats of high-gloss, high-build polyurethane enamel. a. Color: As selected by Architect from manufacturers full range. POLE ACCESSORIES Base Covers: Manufacturers' standard metal units, arranged to cow pole's mounting bolts and nuts. Finish same as pole. REQUIREMENTS FOR INDIVIDUAL EXTERIOR LIGEFTING DEVICES Exterior Lighting Device Type: Per drawings. SPORT LIGHTING SYSTEM 1. 2. 3. 4. 5. 6. 7. a. 9. 10. 11. - - .._. - ~__ - -- -- -___ Pre-stressed centrifically spun concrete base. Hot-dip galvanized steel shafts. Hot-dip galvanized steel crossarms. Fixture consisting of: lamp, socket, reflector, lens, lamp cone, and reinforcing retaining U.L. listed double-lamp fbsing for the lamp circuits. Enclosure to consist of: NEMA 3R enclosure with ballasts and capacitors. Thd magnetic breaker All wiring from the load side of the breaker to the lamp socket. Plug-in or landing lug connection devices for all electrical circuits on the pole. Aiming method for aligning the luminaries. Method for re-alignment of the luminaire after movement for relampmg. Glare control assemblies. ring. POLE STRUCTURE - SPORTS FIELD safety Factors: 98-& Title 24--sb~c~l design Ateria shall be used. to pole strcss allowance. Wind Factors: The poles ahd foundation shall be designed to withstand 7omph winds based upon 98 Cl3C-C standards utilizing the 50 year mean recurrenf isotach wind map data. Height and PA The pole shall be designed to provide a mounting height above the surface at its foundation as indicated on drawings and to be of sufficient strength to support the effective projected area @PA) of the pole and all of the attached devices including, as applicable, light fixtures, crossarms, mounting brackets, ballast boxes, and any other devices which are to be attached to the pole. Carlsbad Driving Range EXTERIOR LIGHTING 16521 -8 D. 2.1 1 A. B. C. D. E. F. 2.12 Pole Material: The pole shaft shall be high-strength low alloy tapezed tubular steel with galvanized coatings inside and out. All connections of pole sections shall be by slip fitting the top section over the lower section by a length of at least 2 % diametas. FOUNDATION safety Factor - The foundation must be designed based on UBC or CBC-C design for foundations as reqUired. Foundation Strength.- Any concrete portions of the pole in which steel compments that provide tension strength are contamed, shall be alhwed to harden for a minimum of 28 days before stress loads of pole attachment are applied. Concrete Material - The foundation of the pole shall be constructed of not less than 9,500 psi pre-stressed centrifically cast concrete such that the steel reinforcement within the concrete shall be protected from slippage and-exposure to oxidation through voids m-the -con- of the steel through parous concrete material. Soil Conditions - The design criteria for these specifications are based on the following soil design parameters: 1. 3- 3. Allowable end bearing pressure of 1000 psf one fwt below the surhce. psm per UBC 1806.82.1). It shall be the contractor’s responsibility to have a soils/stmctural engineer to canfirm above criteria. Mlowable-labmb- 62 psVbw- maximumaf 1068 The above soil design parameters are m accordance with 1997 UBC, Table 18-I-A, Class 5 material. One-third stress increase for wind duration loading has been included in accordance with footnote 2, Table 18-I-A. Lateral soil bearing pressure values have been doubled in accordance with footnote 3 of Table 18-LA. It shall be the contractor’s responsibility to notify the owner of soil conditions other than the design criteria. The owner shall then be responsible and absorb the additional costs associated with: 1. 2. Providing engineered foundation embedment design by a registered engineer in the State of California for soils other than specified soil wnditions. Additional materials required to achieve alternate foundation. ._ -. ~ LIGHTING PERFORMANCE / PLAYABILITY A, me manufacturer shall supply lighting equipment to meet the following performance and life cycle cost criteria. Light LevekdUnifomities: Playing surfaces shall be lit to an average constant light level and uniformity as specified in the chart below. Light levels shall be held constant for 5000 hours. Lighting calculations shall be developed and field measurements taken on the grid spacing with the minimum number of grid points specified below. Measured average illumination level shall B. Carlsbad Driving Range EXlElUOR LIGHTING 16521 - 9 be +/- 10% of predicted mean in accordance with ESNA Rp-6-01, and measured at the firat 100 hours of Operation. Maximumto Minimum Uni- fodty Ratio Average Constant Light Levels &ea of Ligbting Grid points Grid Spacing I I 20 foot candles 15 foot candles C. 2.13 A. 2.14 A. B. C. D. 3.5:l 10' x 10' 2.0:l I I I I 2.0:1 I 11 I 30' 1 2.0:1 I l1 I 30' I I I 1 2.0: 1 11 30' . ___ . --- . . , 7- . - - _. ________ ~ hy modifications as a result of change to design after documents have been submitted shall be reflected in the form of revised criteria as soon as it becomes available for publication. ENVIRONMENTAL LIGHT CONTROL Maximum Spill Light Values: Maximum vertical footcandles taken with the meter aimed at the ~ghtest light bank along College Road shall not exceed 0.92. LIFE CYCLE COST Energy Consumption: Based 011 a 5000 hour operating cycle, the average kWh consumptim faa the field lighting system shall be 43.68 or less. complete Lamp Replacement Manufacturer shall include one group lamp replacement to completed at end of the 5000 hours of operation. Manufacturer shall warrant the system to meet designed light levels upon completion of this relamp. preventative and Spot Maintenance: Manufacturer shall provide all preventative and spot maintenance, including parts and labor for 10 years from the date of equipment delivery. Jndividual lamp outages shall be repaired when more than 10% of the lamps are out on any one field, or when lamp outages materially impact the usage of any field. Owner agrees to check fuses in the event of a fixture outage. Remote Monitoring System: System shall monitor lighting performance and noti@ manufacturer if individual Iuminaire outage is detected so that appropriate maintenance cm be scheduled. The manufacturer shall notify the owner of outages within 24 hours, or the next Carlsbad Driving Range EXTEIUOR LIGHTING 16521 - 10 E. F. G. H. I. 2.15 A. B. C. business day. The controller shall determine switch position (Manual or Auto) and contactor status (open or closed). Remote Lighting Control System: System shall include lighting contactors. System shall allow owner and users with a security code to schedule doff system option via a web site, phone, fax or email up to ten years in advance. Manufacturer shall provide and maintain a two-way TCPllP communication link Trained staff shall be available 24f7 to provide scheduling support and assist with reporting needs. The owner may assign various security levels to schedders by function and/or fields. This function must be flexible to allow a range of privileges such as full scheduling capabilities far all fields, to only having permission to execute “early off’ commands by phone. On site equipment shall include Manual Off&-Auto Switches to allow for maintenance, and shall accept and store 7-day schedules. The controller shall be protected against power outages / memory loss and shall reboot once power is regained and execute any commands that would have occurred during outage. Management Tools: Manufacturer shall provide a web-based database of actual field usage and provide reports by facility and user group. Communication Costs: Manufacturer shall include communication costs for opting tht controls and monitoring system for a period of 10 years. LIGHTING SYSTEM CONSTRUCTION System description: Lighting system must comply wit$ CBC Building Code edition 2001 and wind speed of 70 mph. Luminaire, visor, and crossarm Shall withstand 150 mph winds and maintain luminaire aiming alignment. Foundation design will be based 011 Class 5. 1. Galvanized steel poles 2. 3. 4. Pre-cast concrete foundation with concrete backfill. All luminaires shall be constructed with a die-cast aluminum housing to prow the IUIIlinaire reflector system. Manufacturer will remote all ballasts and supporting electrical equipment in aluminum enclosures mounted approximately 10’ above grade. The enclosures shall include ballast, capacitor and fusing for each luminaire. Safety disconnect per circuit for each pole structure will be located in the enclosure. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast, trouble he installation. 5. Manufacturing Requirements: AI1 components shall be designed and manufactured as a system. All luminaires, wire harnesses, ballast and other enclosures shall be factory assembled, aimed, wired and tested. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed steel shall be hot dip galvanized per ASTM A123. All exposed hardware and fasteners shall be stainless steel of at least 18-8 grade, passivated and polymer coated to prevent possible galvanic corrosion to adjoining metals. All exposed aluminum shall be*powder coated with high performance polyester. All exterior Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 11 D. Luminaire energy consumption # luminaires x ,kW demand per luminaire x Enter #, tab kW rate x 5000 hours Demand charges, if applicable [Specifier to indicate at which point this applies, tab] Cost for spot relamping and maintenance over 10 years Assume 3 repairs at Enter $, tab each if not included Cost to relamp all luminaires during 5000 operating hours 5000 hours / lamp replacement hours x $125 lamp & labor x # fix- tures a. -- _- b* C. d. E. 2.16 A. + + + 2.17 c . A. 2.18 A. B. c reflective inserts shall be anodized, coated with a clear, high gloss, durable fluarocsrban, and protected from direct environmental exposure to prevent reflective degradation or corrosim. AU wiring shall be enclosed within the crossarms, pole, or electrical components enclosurt. Lightning protection: All structures shall be equipped with lightning protection meeting NFPA 780 standards. Contractor shall supply and install a ground rod of not less than 98" in diameter and 8' in length, with a minimum of 10' embedment. Ground rod should be connected to the structure by a copper main down conductor with a minimum size of #2 far poles with less than 75' mounting height and YO for poles with more than 75' mounting height. Safety: All system components shall be UL Listed for the appropriate application. ---- W"IYANDGUARANTEE Each manufacturer will supply their own specific written WBITanty covering lamp replacements, parts, labor and perfwmance as specified above far 10 years. Warranty-may-exclude storm damage, vandalism, abuse and unauthorized repairs or alterations. Manufacturer shall provide owner with a signed Certificate of Insurance that guarantees the commitmeat for the cntire 10 years. The insurance policy must be fully funded on an actuarially sound basis and undmvritkn by a toprated insurance company. Manufacturer shall guarantez constant light levels specified above for 5000 hours. - -~ DELIVERYTIMING Define as required per project. REQUIRED FOR ALTERNATE SYSTEM REQUIRED FOR ALTERNATE SYSTEM Manufacturer shall provide computer models guaranteeing light levels on the field over 5000 hours. If a constant light level cannot be provided, a minimum Recoverable Light Loss Factor of 0.70 shall be applied to the initial light level design to achieve the maintained light levels of Enter #, tab. For alternate designs, scans showing both initial and maintained light levels shall be submitted. Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 12 Extra energy used without base bid automated control system Enter Enter %, tab% of energy consumption in item a. Extra labor without base bid automated odoff Operation $$, tab per hour x #, tab hours per odoff cycle x #I tab cycles over 5000 hours e. f. TOTAL Life cycle operating cost for alternate system I I II I + + = 2.19 SUBMTTTAL INFORMATION Design Submittal Data Checklist and Certification All~it~sliSkd~klow &e mandatory, shall cornply with the specification and be provided with the bid. .- Description Listing of all information being submitted must be included in a :over letter. List the name of the supplier’s local repmtativc and hidher pgone number. Signed submittal checklist to be included. Lighting design drawing(s) showing: a. Field Name, date, file number, prepared by, and other perti- nent data b. Outline of field@) being lighted, as well as pole locations referenced to the center of the field (x & y). Illuminance lev- els at grid spacing specified c. Pole height, number of fixtures per pole, as well as luminaire information including wattage, lumens and optics d. Height of meter above field surface e. Summary table showing the number and spacing of grid points; average, minimum and maximum illuminance levels in foot candles (fc); uniformity including maximum to mini- mum ratio, coefficient of variance and unifonnity gradient; number of luminaries, total kilowatts, avemge tilt fhctaq lighl loss factor. f. Alternate manufacturers shall provide both initial and main. tained light scans using a 0.70 Light Loss Factor to calculatr maintained values. Lighting design drawing showing initial vertical spill light level1 a -_.. Checklist- along the boundary line (definedon bid drawings)in footcandles Vertical levels shall be at #, tab-foot intervals along the bounk line. Readings shall be taken with the meter orientation at both hori I Off Field Lighting Design C Life Cycle Cost calculation Dl I Carlsbad Driving Range mtal and aimed towards the most intense bank lights. Document life cycle cost calculations as defined in the specification. Identify energy costs for operating the luminaires, maintenance cost for the system including spot lamp replacement, and group relamping costs. All costs should be based on 5000 hours of operation. Lamps rated at 3000 hours of operation will require the equivalent of more EXTJZRIOR LIGHTING 16521 - 13 E F G H than one relamping during 5000 hours of operatian. LUminaireAimingSummary Structural Calculations (if required) Photometric Report Control and Monitoring Document showing each luminaire's aiming angle and the poles on which the luminaries are mounted. Each aiming point shall identify the type of luminaire. Pole structural calculations and foundation design showing founda- tion shape, depth backfill requirements, rebar and anchor bolts (if required). Pole base reaction forces shall be shown on the foundation drawing along with soil bearing pressures. Provide photometric report for a typical luminaite used showing can- dela tabulations as defined by IESNA Publication LM-35-02. Manufacturer shall provide writ& definition and schematics for automated control system to include monitoring. They will also pro- vide examples of system reporting and access for numbers for ~er- ~~ Complete set of product brochures for all components, including e M product ~fo~tion 1 complete parts list and a Listings. Performance Guarantee L Manufacturer to provide a list of project references of similar prod. ucts completed within the past three years. project References PART 3 - EXECUTION ' 3.1 A. B. C. . 3.2 A. LUMINAIRE INSTALLATION -1 lamps in each luminh. Fasten luminaire to indicated structural supports. 1. Use fastening methods and materials selected to resist seismic farcts dehd for the application and approved by msnufactmer. Adjust luminaires that require field adjustment or aiming. Electrid h&eer. After dark in the presence of the POLE INSTALLATION Align pole foundations and poles far optimum directional alignment of luminaires and fieh mounting provisions on the pole. EXTERIOR LIGHTING 16521 - 14 B. C. D. E. F. 3.3 A. 3.4 A. B. 3.5 A. Clearances: Maintain the following minimum horizontal distances of poles from surfact and underground features, unless otherwise indicated on Drawings: 1. 2. 3. Fire Hydrants and Storm Drainage Piping. 60 inches (1520 nun). Water, Gas, Electric, Communication, and Sewer Lines: 10 feet (3 m). Trees: 15 feet (5 m). Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates fanishad by pole manufacturer. Concrete materials, installation, and finishing requirements m specified in Division 3 Section Xast-in-Place Concrete." Foundation-Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to torque level recommended by pole manufacturer. 1. Use anchor bolts and nuts selected to resist seismic farces defined for the application and approved by manufacturer. .2*--- Gfogt yoid. bewwalg base arld_fundatim. Use anonshrink qr expanding concrete grout finnly packed to fill space. 3. Install base covers, unless otherwise indicated. 4. Use a short piece of ln-inch- (13-mm-) diameter pipe to make a drain hole through grout. Arrange to drain condensation fiom interior of pole. Pol& aiid Pole Foundatie~~~~av~ - Q-plew~minimumof6- inch- (150-mm-) wide, unpaved gap between the pole or pole foundation and the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level 1 inch (25 mm) below top of concrete slab. Raise and set poles using web fabric slings (not chain or cable). INSTALLATION OF INDIVIDUAL GROUND-MOUNTING LUMINAIRES Install on concrete base with top 3 inches above finished grade or surface at luminaire location. Cast conduit into base, and finish by troweling and rubbing smooth. Concrete materials, installation, and finishing are specified in Division 3 Section "Cast-in-Place Concrete." CORROSION PREvENTlON Aluminum: 130 not use m contact with earth or concrete. when in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. - Steel Conduits: In concrete foundations, wrap conduit with 0.010-inch- (0.254-m-) thick, pipe-wrapping plastic tape applied with a 50 percent overlap. -_ - --. ___ - Co~nply with Division 16 Section "Raceways and Boxes." GROUNDING Ground metal poles and support structures according to Division 16 Section "Grounding and Bonding." Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 15 c 1. Install grounding conductor pigtail in the base 'for connecting luminaire to grounding Sys- 3.6 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. 1. Verify operation of photoelectric controls. C. Illumination Tests: 1. Measure light intensities at night. Use photometers with calibration refirenced to NIST . -stan&&X-omply &h-the-hlhving-ESNA~~i~: a. IESNA LM-64, "Photometric Measurements of Parking Areas." D. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate comPljan= with ---. --- A ~-. -L__- ' --___ -- -, - --- - - - - - . --- - _.^. . 3.7 DEMONSTRATION A. Engage a factory-authorized shce representative to train Owner's maintenance personnel to adjust, operate, and maintain luminaire lowering devices. Refcr to Division1 Section ll~onstration and Training." JDJl OF SECTION 16521 Carlsbad Driving Range EXTERIOR LIGHTING 16521 - 16 c. . .. - . . . . . .. '. __ .I__----I._. . . .. . ^. ... . . SECTION 3 . -. L ADD WIRE MESH AND REVISE CONCRETE THICKNESS SHEET 2 OF 99 COMBINE SDG&E ROAD ACCES AND GOLF CART PATHS (TUP.)\ CONTRACTOR SHALL VERIFY THE THICKNESS OF PAVEMENT, BASE AND SUBGRADE COMPACTION WITH GEOTECHNICAL CONSULTING ENGINEER 48 HRS PRIOR BEFORE BEGINNING CONSTRUCTION. COWtE3lNED~'SDG&E-KCVW ACCESS / GOLF CART PATHS (TYP.) NOT TO SCALE 24" MIN. 8' MIN. 12" MIN. 2,ox * I /-GOLF CART PATHS 6X6"-10 I SUBGRADE L4" CONCRETE 95% MINIMUM RELATIVE COMPACTION GRADE CONTRACTOR SHALL VERIFY THE THICKNESS OF PAVEMENT, BASE AND SUBGRADE COMPACTION WITH GEOTECHNICAL CONSULTING ENGINEER 48 HRS PRIOR BEFORE BEGINNING CONSTRUCTION. GOLF CART PATHS fTYP.) -~ NOT TO SCALE HOLE 16-REVISE SUBDRAIN LAYOUT SHEET 19 OF 99 HOLE 13-REVISE SUBDRAIN LAYOUT SHEET 23 OF 99 I' co /GROUND PER PLAN A 4=6" SAND TRAP\ AT GRA EL GROUND PER PLAN 1.75' CO ER A T PEA GRAMZ. ...--. GREEN ,aFSEc ~jo~ JJB-B JI NOT TO SCALE REVISE GRAVEL SIZE SHEET 34 OF 99 I I REVISE GRAVEL SIZE SHEET 116 OF 139 / 4" 1/4" Wash Pea Gravel - - -finish Put ina Surface Washed er for Q t ed )ea Gravel Pipe Green Drain Detcli 0 -Cross Section- REVISE GRAVEL SIZE SHEET 116 OF 139 5 i 5 I f 4 ft J I 5 E 0 i 2; I f 1 t' 5 t c c 1' E- I t I 1. E 1 I I. E -. .. . f f 'I n' 1 $ 3 a 'c\ *. . .- - I 3 '. !. ... .- . . -' 1. -. ! -t -. -L 6- : 'W3"d ': . . . -, . -* .. . -9 .- .* .. .- " *- ** \:, . :*s* .. f . -. 6 .... . .. a- - i . z. .. W 8800 L yl f a,: .- . 1.. - . .. . 16 I c I /- I r I r- Nc. m1T-r 1 i. .-- ._ 5. .- e- - MITIGATION LANDSCAPE & IRRIGATION.pcANS - -i .- -. SECTION 4 - . . _. . . . . 3E- ._--. -- .- . . . . . .- . . . *- .-,.- . . -. GOLF COURSE LANDSCAPE & IRRIGATION PLANS-- Y .- --* SECTION 5 I I I f m 1 I I I 6 \ I \ I I I t \ I \ / 3 w -l w I I I t \ I \ W m .e 3 0 0 5 0 c3 ./-- c U C 0) m 3 a c - L 22 -. .-- WATER FEATURE, IRRIGATION TAKE & PUMP HOUSE - r- SECTION 6 PACIFIC ADVANCED CIVIL ENEiINEERINE, IN=. I7520 Ncwhopc Street. Sulk 200 Fountain Valley, Californb 92708 7 14.48 I .73OO fax: 71 4.48 1,7299 ADDENDUM No. I June 13,2005 CARLSBAD GOLF COURSE LAKE ‘I WATER FEATURE TO: ALL BIDDERS The following changes, modifications, corrections, clarifications, or additions as set forth herein shall apply to the above documents and shall be made part thereof and shall be subject to all the requirements thereof as though originally specified or shown. 1. - See attached sheet for the lakelwater feature drawing number cross reference list. The detail call outs on the plms refer to the water feature plan set. Refer to attached- sheet for cross reference to bid set. Use the attached Figure 1 & 2 to substjtule the “Reclaimed Water Delivery Turnout Stnicture” plan and section on sheet 126 of 139. Add GFRC details as shown on figure 3. Add structural wall control joint and expansion joint detail in Figure 4 for the construction of the retaining wall as shown on Sheet 128 of 139. Add lake rough grading sectionldctail in Figure 5. Add mechanical design sheet for the higation pump station building in Figun 6A and 6B. Retaining wall structural notes on Sheet 128 of 139 are revised per Figure 7. In water feature specifications, Section 2.12A (page 9) ”7 day, skip-aday time clock(s)” shall be revised to ”progranimable logical controller.a’ 2. 3. 4. 5. 6. 7. 8. Should any Bidder have any questions or need additional clarifications, please call Sonny Sim or Zirang Song with PACE @ 71 4-48 1-7300. ., CARLSBAD GOLF COURSE LAKE / WATER FEATURE DRAWING NUMBER CROSS REFERENCE LIST Drawing Number on Bid Document Plans 117 of 139 118 of 139 I19 of 139 120 of 139 121 of 139 122 of 139 123 of 139 124 of 139 12s of 139 I26 of 139 127 of 139 128 of 139 129 of 139 130 of 139 131 of I39 131A of I39 132 of 139 133 of 139 134 of 139 135 of 139 ’ 136 of I39 Figure 6A & 6B Drawing Number in Water Feature Plans /See Sheet Index on Sheet 1 17 of 139) 01 02 03 04 05 06 07 08 09 10 ’ 11 12 Sl 52 53 54 EO El E2 E3 E4 MI ._._ /-- i i I -I F .4 .- _A__. . - 5" MIN. THICKNESS R 0" O.C. EM. ' 'I 1 5" MIN. THICKNESS 43 BARS @ 5" MIN. THICKNESS &5'-OU MAX.4 I I I I FIGME .--- e OW-1 ON-2 GN-J GN-4 CN-5 CN-6 WALL--MOUNTED EXHAUST FAN DETAIL GE" NOTES - HVAC wQI1o=uc w = FAN SCHEDULE ,-- A s 6 I ?-"- I 1- .SECTION 7 ,- E z T 'p-