Loading...
HomeMy WebLinkAboutNatures Image Inc; 2004-06-30; 3874-2City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager: Mark BiskuD Date Issued: NIA 1760) 602-2763 Request For Bid No.: 3874-2 Mail To: CLOSING DATE: N/A Public Works Engineering - Attn. Mark Biskup City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:OO p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. 3874-2. DESCRIPTION Labor, materials and equipment to complete all work per the requirements described under "Scope of Work" in Exhibit "A" of this contract No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Mark BiskuD Phone No. (760) 602-2763 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (-), 2 0, 3 (-), 4 (-), 5 (A. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Natures Image, Inc. (949) 454-1 225 Lake Forest Drive, #SI9 (9L.91 ~.51!.-1215 Name Telephone Address Fax City/State/Zip E-Mail Address Lake Forest, CA 92630 ni@naturesimage.net -1 - Revised 03/13/02 Title of Person Authorized to sign President W Signie Title Michelle Earuana Name Date' ' ' JOB QUOTATION Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible'contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre- award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. Note: Please do not sicln the contract document (last paqe) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: Contractor's License Number C27 Classification(s) Michelle Caruana, President 3/31 /06 Printed Name and Title Expiration Date Date ' ' TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-0689073 OR (Individuals) Social Security #: -2- Revised 0311 3/02 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- Revised 0311 3/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Mark BiskuD, Proiect Manaser. Wage Rates: 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 the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. 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. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to 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 grounds for the City of Carlsbad to disqualify and that debarment by another jurisdiction is ontractor orpqbcontractor from participating in contract bidding. Print Name: Michelle Caruana -4- Revised 0311 3/02 Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best‘s Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than.. . . . . . .$500,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $500,000 Property damage insurance in an amount of not less than.. . .. . ..$lOO,OOO Automobile Liability Insurance in the amount of $100,000 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 automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense. include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. ... ... ... ... ... -5- Revised 0311 3/02 EXHIBIT “A” WETLANDS REVEGETATION SCOPE OF WORK AND REQUIREMENTS FOR NORTH AGUA HEDIONDA INTERCEPTOR SEWER REHABILITATION - EASTERN SEGMENT May 2004 City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Contact: Mark Biskup (760) 602-2756 TABLE OF CONTENTS I .o 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 DEFINITIONS INTRODUCTION PROJECT DESCRIPTION LEGAL REQUIREMENTS OF THE WEED CONTROL PROGRAM SENSITIVE SPECIES ISSUES IMPLEMENTATION OF PLAN 6.1 Schedule 6.2 Site Preparation 6.3 6.4 Maintenance During Monitoring Period MONITORING PLAN (Not Part of This Contract) 7.1 Monitoring Methods 7.2 Schedule of Maintenance/Monitoring Inspections 7.3 Annual Report PAYMENT PERM ITS NOTIFICATION OF PROPERTY OWNERS OF INTENT TO PERFORM WORK REQUIREMENTS FEE Final Landscape And Revegetation Plan 2 EXH l BIT "A" SCOPE OF WORK 1 .O DEFINITIONS For the purposes of this agreement, the following shall be defined: ACOE - U.S. Army Corps of Engineers BMP's - Best Management Practices CCC - California Coastal Commission CDFG - California Department of Fish and Game City - City of Carlsbad Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the City of Carlsbad to perform the work identified and described within this document. Engineer - The Public Works DirectodCity Engineer of the City of Carlsbad or hidher approved representative. The Public Works DirectorICity Engineer is the third level of appeal for informal dispute resolution. Deputy City Engineer - The Senior Civil Engineer's immediate supervisor and third level of appeal for informal dispute resolution. Biological MonitorlHabitat Restoration Specialist - A Biological MonitodHabitat Restoration Specialist will be hired by the City with knowledge and understanding of the native and exotic plant species and natural plant communities present onsite. The Biological MonitorIHabitat Restoration Specialist will have training and experience in habitat restoration projects in coastal Southern California. The Biological MonitorIHabitat Restoration Specialist shall monitor the work of the Landscape Contractor and prepare any necessary reports to the City and resource agencies. The Biological MonitorIHabitat Restoration Specialist shall also determine whether any planting and/or seeding is necessary following the removal and/or control of invasive exotic weed species from the project site. Project EngineedProject ManagedProject Inspector - The Engineer's designated representative for inspection, contract administration, and first level for informal dispute resolution. Recommendations - The California Food and Agriculture Code defines recommendation as "the giving of any instruction or advise on any agricultural use as to any particular application on any particular piece of property." Recommendations must be put in writing and signed, and must include specific required information listed in the regulations. SAA - Streambed Alteration Agreement #R5-2002-0216, issued by CD&FG June 26, 2003. Senior Civil Engineer - The Project EngineerIProject ManagerIProject Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 3 Supervisor/Project Contract Manager - The Contractor's on-site Supervisor/Crew Leader and designated contact with the Engineer. The Restoration Biologist may assume the role of supervisor. The Contractor's Supervisor/Crew leader is authorized to represent the Contractor at all meetings and on the site and is also authorized to author any reports provided by the Contractor. 2.0 INTRODUCTION The contents of this Plan are based on the Wetlands Reveaetation Plan for the North Agua Hedionda Sewer - Eastern Segment Rehabilitation Proiect prepared by Dudek and Associates, and submitted to CDFG on August 18, 2003. The purpose of the plan is to fulfill conditional approval of temporary impacts to wetlands habitats within Agua Hedionda Creek resulting from implementation of the North Agua Hedionda Sewer Interceptor Rehabilitation -Eastern Segment Project. In order to reduce the potential loss of wetlands functions and values as a result of the project, this program is based on a condition to provide enhancement of wetland habitat at 2:l ratio within the Agua Hedionda Creek watershed. This equates to 0.14 acre of required wetlands revegetation. A combination of physical removal and herbicide treatment will be required to control exotic plant species in the project area. 3.0 PROJECT DESCRIPTION This revegetation project consists of site preparation including exotics removal over the entire project site and site revegetation and maintenance and monitoring for a one-year period. The proposed revegetation strategy consists of the enhancement of 0.14 acre of disturbed southern willow scrub. The disturbed southern willow scrub will be enhanced in areas invaded by non- native/exotic species within Agua Hedionda Creek. The southern willow scrub enhancement will occur along the banks of Hedionda Creek and will focus on the removal and control of pampas grass and other invasive species as well as replanting with native southern willow scrub species. The revegetation areas have been designed to include a diverse assemblage of plant species typical of southern willow scrub communities in southern California. The revegetation program will help to expand upon an existing, riparian system and will help decrease weed cover and future re-invasion within the enhanced wetlands habitat as well as within the existing wetlands habitat. 3.1 PROJECT LOCATION The project is located along the Agua Hedionda Creek, as shown on the location map, see Appendix No 1. The site will be delineated for the contractor prior to commencement of work and as needed during the project's implementation. 4.0 LEGAL REQUIREMENTS OF THE WEED CONTROL PROGRAM All applicable laws, regulations, safety precautions, and label directions will be followed when performing weed control. The contractor shall provide a licensed Pest Control Advisor (PCA) with a Qualified Applicators License including licenses to apply pesticides under aquatics and right-of-way classifications. Copies of licenses and certificates shall be provided to the City prior to start of work and shall remain in the project file. The PCA will supply herbicide recommendations for use as needed to the City's Biological Monitor/Habitat Restoration Specialist. 4 No herbicides will be applied to any open water areas. The above-described herbicides could change as new formulations become available that are applicable to the species we are treating. Updates to herbicide formulations shall be presented to the City in written form and kept in the project file. revegetation effort Year 1 monitoring Final sign-off To conform to the Migratory Bird Treaty Act, Dudek and Associates will perform nesting bird surveys prior to any exotics removal or control and follow-up herbicide treatments that may be required by Nature's Image between February 1 5th and September 1 st. 5.0 RARE OR ENDANGERED SPECIES construction and 1 20-day maintenance period Winter, Summer, Spring, and Fall of Year 1 following completion of installation phase Winter of Year 1 In this area, southern willow scrub, whether degraded or not, has the potential to support nesting sites for least Bell's vireo. Therefore, the revegetation site is assumed to be occupied habitat and all activities (installation, maintenance, etc.) will be conducted outside the vireo breeding season (April 15-September 30, annually). No other rare or endangered species are known or expected to occur within the revegetation site. 6.0 IMPLEMENTATION OF PLAN The following plan describes the necessary implementation measures for enhancing the intended habitats and implementing the intended revegetation program. 6.1 Schedule Implementation of the program is proposed to begin in Fall 2004, as shown on Table 1. Deviation from the following schedule must be submitted the City and approved by the Biological MonitodHabitat Restoration Specialist prior to implementation. TABLE 1 PROPOSED REVEGETATION PROGRAM IMPLEMENTATION SCHEDULE 6.2 Site Preparation The initial site preparation effort necessary to prepare the revegetation areas for the revegetation effort will include the removal of all non-native weeds and exotic species from the enhancement area including, but not limited to, pampas grass, and other invasive exotics from the limits of the revegetation areas. Where pampas grass plants cannot be completely removed, including rootballs, by mechanical means, the pampas grass clumps shall be cut to two inches above grade by hand and immediately treated with an acceptable herbicide as specified by a Licensed Pest Control Advisor. All other exotic/invasive and weed species as identified in Sections 6.4 and as tagged by the Biological Monitor/Habitat Restoration Specialist, shall be cut down and removed from the site. Remaining trunks shall be treated with a stump killer and periodically treated with a herbicide as necessary to help control re-sprouts. 6.3 Final LandscapelReveqetation Plan 5 Implementation of the revegetation program must be coordinated among the applicant, Biological Monitor/Habitat Restoration Specialist, landscape contractor and plant material supplier. In lieu of providing a final set of landscape construction documents, installation of the revegetation site will be monitored by the Biological MonitodHabitat Restoration Specialist. The contracting nursery and seed collectors should be given the maximum possible lead (i,e,, no less than nine months prior to the actual planting installation) to complete special collections/propagation and prepare plant material for the project in order to assure availability and minimize cost. Field coordination shall be provided by the Biological MonitodHabitat Restoration Specialist for construction of the revegetation areas. Species to be planted from containers in the revegetation areas are shown in the attached plant palette (Table 7), which includes the proposed plant species for the proposed project. The conceptual planting plan is graphically depicted in Figure 4. Plant material for the revegetation effort will also include seed applications as shown on the hydroseed mix legend (Table 7). Few nurseries have experience dealing with native plants, specifically for habitat revegetation purposes, especially those species not used for ornamental purposes. An experienced native plant nursery such as Tree of Life Nursery in San Juan Capistrano, Mockingbird Nursery in Riverside, or an approved equal, should be contracted to collect propagules and supply the necessary container grown plant material. A deposit will be required to initiate the contract growing agreement The Applicant should initiate the contract growing agreement if the landscape contractor will not have sufficient time in hidher contract. A seed supplier specializing in native species, such as S&S Seeds in Carpenteria, or an approved equal, should be contracted with to supply the necessary seed. Appropriate timing of planting may decrease or eliminate the need for supplemental watering and will increase the survival of the plants. The best survival rates are achieved when planting is achieved between 15 November and 15 April. Planting at the site should be accomplished during the late wintedearly spring immediately after the hazard from winter flooding has subsided. Some container planting implementation may be allowable in the late fall or early winter of the year, per biological monitor approval, if the areas for planting are outside the area of potential flooding. This will be determined based upon the final implementation schedule, upon actual field conditions and nursery supply schedules. Hydroseeding should be timed to take advantage of seasonal rainfall patterns and should be applied between fall and spring, if possible. However, all planting areas to be irrigated could be seeded outside of this timeframe, if necessary . Following the first summer after installation, the plants should be checked for viability (Le., number of dead container plants). Sufficient replacement plants shall be installed in order to help achieve adequate native plant cover (Le., al dead container planted trees and shrubs shall be replaced). The dead plant material shall be removed and replaced with the same size material as was planted originally. Replacement planting should be done in November or December. The viability check in fall should be part of the technical assessment described in the Monitoring Plan, Section 7.0. The restoration plant palettes have been designed to include a composition of species similar to existing and adjacent natural areas. Table 2 shows the intended species compositions, the anticipated spacings on center, the size for initial plantings from container stock, and the intended plant species from seed for the enhancement of southern willow scrub. 6 TABLE 2 RECOMMENDED SPECIES FOR SOUTHERN WILLOW SCRUB ENHANCEMENT Trees (overstory) Platanus racemosa - western sycamore Salix exigua - narrow-leaved willow Salix lasiolepis - arroyo willow Salix gooddingii - black willow Sambucus mexicanus - Mexican elderberry Baccharis salicifolia - mule fat Iva hayesiana - San Diego marsh elder Leymus condensatus - giant wild rye Shrubs (understory) 1 gal. 1 gal. 1 gal. 1 gal. 1 gal. 1 gal. 1 gal. 1 gal. Composition 5% to10% 5% to 15% 35% to 45% 15% to 25% 5% to 10% 15% to 25% 10% to 20% 5% to 15% 20 ft. 8 ft. 12 ft. 15 ft. 12 ft. 5 ft. 3 ft. 4 ft. Muhlenbergia rigens - deergrass 6.4 Maintenance Durinq Monitorinq Period The purpose of the monitoring program is to provide guidelines of the revegetated habitats. Because the goal of the revegetation program is to create natural native plant assemblages that can support themselves over the long-term with little or no maintenance, the primary effort of the maintenance/monitoring program is concentrated in the first few seasons of growth to control non-native weedy species and to promote seed growth. Invasive species removal shall be conducted on a monthly basis through first year of the revegetation program. The Biological MonitodHabitat Restoration Specialist will make recommendations to the Contractor for maintenance efforts based on quarterly inspections. Maintenance Activities A. Native understory species will not be cleared from the revegetated areas. Non-native, weedy, and invasive plant species shall be the only vegetation removed from the revegetation areas. Additional vegetation thinning of native species, if necessary, must be authorized by the Biological MonitodHabitat Restoration Specialist. The revegetation areas will not be fertilized during the maintenance period unless determined necessary by the Biological Monitor as a remedial measure to correct soil deficiencies. B. C. Non-native, weedy, and invasive plant species may invade the revegetation areas and become a deterrent during the establishment period of the intended native plant associations. The primary non-native, and weedy species observed during the field 7 D. E. F. 7.0 examination, and may invade plantings in the revegetation areas include: pampas grass (Corfaderia selloana), giant reed (Arundo donax), tamarisk (Tamarix sp.), tree tobacco (Nicotiana glauca), castor bean (Ricinus communis), and other pestilent plant species. These should be physically removed as soon as they begin to abundantly grow and before they become too large for hand extraction. An approximate 90 percent non-native/weed-free condition should be maintained throughout the one-year maintenance period for the above mentioned species. Dead container plant material shall be replaced during the first year following installation. Pruning or clearing of existing and/or planted native vegetation will not be allowed within the revegetation areas unless so directed by the Biological MonitodHabitat Restoration Specialist. Deadwood and leaf litter of native trees and shrubs shall not be removed. Downed logs and leaf litter provide valuable microhabitats for invertebrates, reptiles, small mammals and bird species. In addition, the decomposition of deadwood and leaf litter is essential for the replenishment of the soil nutrients and minerals. Non-organic trash and debris will be removed from revegetation areas by hand on a regular basis, at no less than one-month intervals, for the first year. Trash consists of all man-made non-organic materials, equipment, or debris dumped, thrown, or left within the revegetation areas. Recommendations for maintenance efforts will be based upon site observations provided by the Biological MonitodHabitat Restoration Specialist as described under Section 7.2. Weed removal by the maintenance contractor should be conducted on a monthly basis for the first year. Contractor shall provide City with monthly report, dating and summarizing work completed. MONITORING PLAN (NOT A PART OF THIS CONTRACT - Provided by Dudek and Associates) The primary purpose of the monitoring and maintenance program is to provide technical input to the applicant that will facilitate success of the project and compliance with the conditions of the CDFG 1603 permit. Weed control and herbivory are particularly important maintenance issues that often require ongoing attention from maintenance personnel. The qualitative (visual) assessments of the habitats shall be performed by a qualified Biological MonitorIHabitat Restoration Specialist. 7.1 Associates ) Monitoring Methods (NOT A PART OF THIS CONTRACT - Provided by Dudek and Biological monitoring shall consist of field monitoring visits during the fall of the first year after planting by a qualified Biological MonitodHabitat Restoration Specialist to assess completion of installation. Following the completion of installation, qualitative site visits will be conducted quarterly for the first year by a qualified biologist to assess establishment of native species and maintenance issues. 7.2 Schedule of MaintenancelMonitoring Inspections (NOT A PART OF THIS CONTRACT - Provided by Dudek and Associates) The Biological MonitodHabitat Restoration Specialist will conduct quarterly maintenance inspections during the first year after installation. Weed removal by the maintenance contractor 8 will be conducted on a monthly basis for the first year based on the Biological Monitor/Habitat Restoration Specialist recommendations. 7.3 Associates ) Annual Report (NOT A PART OF THIS CONTRACT - Provided by Dudek and An annual report outlining the results of the annual monitoring surveys based upon the anniversary date of the installation, shall be submitted by the Applicant to CDFG. The monitoring report shall describe the current site conditions, discuss vegetation establishment, achievement of success criteria, identify all shortcomings of the revegetation program, and recommended remedial measures necessary for the successful completion of the revegetation program and to demonstrate compliance with the appropriate permit conditions. The annual report will also include the following: 0 A list of names, titles, and companies of all persons who prepared the content of the annual report and participated in monitoring activities; 8.0 PAYMENT City will pay Contractor monthly for progress payments for the initial exotics removal, and initial revegetation as completed to the satisfaction of the Biological MonitorIHabitat Restoration Specialist. Revegetation maintenance will be paid monthly. All invoices are to be paid in 30 days. Any retention withheld will be released 35 days from completion of each line item of work performed. No payment shall be made for Work described under Sections 7.0, 7.1, 7.2, and 7.3, which will be provided by Dudek and Associates under a separate agreement. 9.0 NOTIFICATION OF PROPERTY OWNERS OF INTENT TO PERFORM WORK The Contractor shall acquire a Letter of Permission from the CDFG for the right to enter and complete the work identified in this contract for APN 208 020 44. The Contactor shall submit a copy of the Right of Entry to the Engineer and have a copy to be kept on-site anytime work is being performed. Along with the Letter of Permission the Contractor shall acquire a letter from the City's Project Manager, which identifies the Contractor and the work they are providing for the City. Both letters shall be available on site anytime work is being performed. 10.0 PERMITS Resource and agency permits for this are attached to this document and a copy to be kept on-site anytime work is being performed. Resource and agency permits pertaining to this project include: 1. California Department of Fish and Game Streambed Alteration Agreement No. #I 600-2004-0006-R5. Contractor shall notify the Department in writing at least five (5) days prior to initiation of project activities and at least five (5) days prior to completion of project activities each year. Notification shall be sent to: DEPARTMENT OF FISH AND GAME Region 5 4949 Viewridge Avenue 9 San Diego, CA 92123 Attention: Tamara Spear. 10 11 .O REQUIREMENTS The Contractor shall: A. B. C. D. E. Provide all labor and materials, except where otherwise indicated in this agreement, and supervise the performance of the work. Supervisor Furnish a supervisor proficient in English who may be the restoration biologist depending on the activity and make every effort to keep the supervisor on-site when crews are working. Follow-up herbicide treatments do not require a supervisor. Perform all work necessary and incidental to the orderly performance of the work. Work Hours Work hours shall be between 7:OO a.m. and 500 p.m., Monday through Friday, except City-observed holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside hours or at any time during weekends and/or holidays. A copy is provided in Exhibit "B". Biological MonitodHabitat Restoration Specialist (Provided by City) The Biological MonitodHabitat Restoration Specialist is responsible for ensuring that the Contractor understands the maintenance provisions of the mitigation plan. 11 F. G. H. 12.0 Schedulinq and InsDection 1. Scheduling. Contractor shall prepare a bar chart schedule indicating maintenance and reporting. The bar chart shall be updated annually. Preparation, revision, and maintenance of the Schedule are incidental to the work and no separate payment will be made. 2. Communication. The Contractor shall communicate with the Engineer at a minimum of once a month between September 1 and February 15 of each year. 3. Inspection. A general inspection of each site with the Engineer or his designated representative shall be made during the first week of each month between September 1 and February 15. If no work is occurring, communication may either take place by phone or email. Emergency Call Out Procedures Emergency Call Out Procedures. Within fifteen (15) working days after the date of this agreement, Contractor shall submit to the Engineer or his designated representative for approval, a procedure for emergency response on nights, weekends, and holidays. The Contractor shall require each of his personnel to adhere to basic public works standards of working attire with shirts and or vests clearly marked with the Contractor's company name. Shirts shall be worn and buttoned at all times. Contractor's personnel shall be equipped with proper shoes and other gear required by the State Safety Regulations. Brightly colored traffic vests or reflectors shall be worn when personnel are working near vehicular traffic. FEE All tasks listed above will be performed at cost indicated 5,600.00 I 12