Loading...
HomeMy WebLinkAboutPrava Construction Services Inc; 2015-07-20; PWS15-87FACRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2016-0674925 llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll Dec 08, 2016 04:00 PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr, SAN DIEGO COUNTY RECORDER FEES $0.00 PAGES 1 Space above this line for Recorder's use. PARCEL NO: n/a --~--------------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Sept. 13, 2016. 6. The name of the contractor for such work or improvement is Prava Construction Services, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. 4020/4030, Library Renovation Projects. 8. The street addresses of said properties are 1775 Dove Lane and 1250 Carlsbad Village Drive in the City of Carlsbad. CITY ~ityE VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on N Q\J'tW\~ '2£1 , 20JJL_, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on tef-evn\90{ 5 , 2ok. at Carlsbad, California. ~.t: 1-0\lo-232- Word\Masters\Forms\Notice of Completion (City) BARBARA City Clerk 3/9/98 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 9 Project: LIBRARY RENOVATION PROJECT-PROJECT NO. 4020/4030 Construction Management & Inspection Department Head Finance Directo~ City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1 : The City could not find office rental trailers for staff that were pre-plumbed for communications. The City authorized the Contractor to install 62 data and phone cables in three (3) rental trailers. Item 2 : The City was originally responsible for purchasing stage curtains through another vendor. That vendor could not perform, so the City negotiated the purchase of stage curtains through the Contractor. Item 3 : The plans included hardware for new doors that did not match the existing doors. City directed the Architect to revise 42 door and hardware details to match existing adjacent doors and hardware. Access hardware for exterior gates, integrated/concealed door stops and closures, and saddle thresholds were also added. Item 4 : Plans noted the City's audio visual consultant would be responsible for demolition of three (3) line voltage panels in the Auditorium. The audio visual consultant was not licensed and qualified to take out line voltage panels. The City requested the Contractor to remove three (3) line voltage panels. Item 5 : First floor moisture tests indicated moisture content in excess of 90%. The carpet manufacturer would not warranty their products unless a moisture barrier was added to ensure proper glue adhesion. The City directed the Contractor to place 27,063 square feet of concrete sealer. Item 6 : The design for the Dove Library Exterior Improvements (Exterior) project was prepared as a separate project after the prime contract. The Exterior project design includes eleven (11) new lights and changes to seven (7) existing lights for the courtyard and west patio. The City requested the Contractor to provide the wiring and 18 light fixtures for installation by others. Includes removal of existing pavers, installation of conduit, and stucco repair. Project: PWS15-87FAC Change Order No. 1 Item 7: Ceiling height in the Teen Area was lowered after changes were made to HVAC mechanical systems. The City approved changes to eleven (11) lighting fixtures to accommodate the lower ceiling. COST ACCOUNTING SUMMARY: Original contract amount $2,538,746.00 Total amount this C/0 $165,668.00 Total amount of previous C/O's $0.00 Total C/O's to date $165,668.00 New Contract Amount $2,704,414.00 Total C/O's as% of original contract 6.53% Contingency amount encumbered $273,478.00 Contingency increase I decrease $0.00 Contingency Subtotal $273,478.00 Total C/O's to date $165,668.00 Contingency balance $107,810.00 ( Project: PWS15-87FAC Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 9 PROJECT: LIBRARY RENOVATION PROJECT CONTRACT NO. 4030 ACCOUNT NO. 3007000-9060/40301-9066 CONTRACTOR: PRAVA Construction Service Inc. ADDRESS: 344 N. Vinewood Street Escondido, CA 92029 Lic.#878621 P.O. NO. P130646 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1 : Add 62 phone and data cables to three office rental trailers. (PCCO/CR68) Increase to contract cost. ................................................................ $25,279.00 Item 2 : Add stage curtains for auditorium. (PCCO 9/CR 69) Increase to contract cost.. ................................................................ $25,962.00 Item 3 : Revise 42 door and hardware details to match existing doors per ASI #203 (PCCO 9/CR 93) Increase to contract cost. ................................................................... $4,202.00 Item 4: Remove audio visual line voltage panels in auditorium. (PCCO 9/CR 95) Increase to contract cost. ................................................................... $2, 112.00 Project: PWS15-87FAC Change Order No. 9 Item 5: Add 27,063 square feet of DriSeal 95 penetrating concrete sealer to first floor. (PCCO 9/CR 97) Increase to contract cost. ................................................................. $64,829.00 Item 6 : Add/change 18 lighting fixtures for courtyard and west patio per ASI 201. (PCCO 9/CR 105) Increase to contract cost.. ................................................................ $36,491.00 Item 7: Substitute eleven lighting fixtures in Teen Area per RFI 224. (PCCO 9/CR 127) Increase to contract cost.. ................................................................. $6,793.00 TOTAL INCREASE TO CONTRACT COST .................................................... $165,668.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE EXTENDED AS A RESULT OF THIS CHANGE ORDER. FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN PRAVA CONSTRUCTION SE-RVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Add Communication Service for Owner's Trailers -Dove PROJECTNAME: __________________ L~i~br~a~~------------------ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Dove Library-Add Communication Service for Owner's Trailers 1 World Bridges Technologies Please refer to the attached proposal 2 Additional Insurance 68 42369 01/07/16 3409 1/14/16 Cost $23,250.00 $348.75 ===-=========== Subtotal= Mark-up -1 0% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. !Bond Premium This change may affect the Contract Completion Date but !TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additionallnforma n as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% l)~ l.UU% By Owner: By Owner's Representative: By Contractor: $23,598.75 $500.00 $929.94 25,029 0 0 0 £50 ~ Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: Building Technology Infrastructures of Tomorrow, Today! QUOTE TO PERFORM WORK Project Number: 5348CLTT January 4, 2016 Prime: City Of Carlsbad Contact: Gary Hornby Email: Gary.Hornby@carlsbadca.gov Project: Carlsbad Dove Trailers (Revised) Statement of Work: World Bridge Teclmologies, Inc. will provide the labor and material necessary to perform the work as described: Library to Trailers via aerial cables on poles +50 pair copper for phones from MDF/Data Center to trailers. This can run to closest trailer then be multiplexed to the other 2 trailers in series. 12 Strand MM Fiber Terminated on LC Connectors to all3 trailers Trailer I Business Systems 14 cables for phone/data Trailer 2 Admin 23 cables for phone/data Trailer 3 CATS 25 cables for phone/data Total proposal price ........................................................................................................ $23,250.00 Clarifications & Exclusions • Quote excludes structural and rigid pathways, boxes & accessories to them. i.e. conduits, smface raceway, cable tray, basket trays, sleeves, coring, etc ... • Quote excludes Temp Poles • Quote excludes Active Electronics i.e ... Switches, routers, wireless access points etc ... • Pricing does not include bonding (Bond Rate 1.5% to !OM) • Pricing does not include Allowances Specialty Contractor Qualifications: • General B, C-10 Electrical & C-7 Low Voltage California Contractor License 848495 • DIR Registration# 1000003896 • Bureau of Consumer affairs -Licensed Alarm Company Operator (ACO 6784) • BICSI Registered Communication Distributor Designer (RCDD) on Staff (Kevin Ware #11653 ). • AMP NETCONNECT Design and Installation (ND&I) Contractor. All Specialty Certifications will be sent upon request or at time of award. For questions, clarifications, or changes, please contact our Estimating Department. Kerry Hannigan Chief Estimator, World Bridge Technologies 1050 Pioneer Way #G, El Cajon, CA 92020 KenyH@WorldBridgeTech.com 619-792-1260 EYt. 115 tel (619) 792-1260 fax 619-792-1988 PRA A CCNSTRUCTlON SERVICES, lNO. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: Stage Curtains --------------------~~~~~------------------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. 2 Dove Library-Added Stage Curtains Gary Raub Associates Please refer to the attached proposal Additional Insurance Subtotal= Mark-up-10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): X INCREASE! 0 Days. DECREASED Days. 11-----Not Affected at all by this change. This change may affect the Contract Completion Date but li----the total impact cannot be determined at this time. Additional lnforma is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Subtotal Gen. Conditions Fixed Insurance Overhead & Fee Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: 69 01/27/16 3409 1/12/16 $23,885.00 $358.28 ============ $24,243.28 $500.00 $962.16 25,705 0 0 0 '2.57 25,962 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B; B: B: DATE: DATE: DATE: January 22, 2016 Prava Construction Services, Inc. c/o rsmith@pravacsi.com Attn: Richard K. Smith, P.E. Subj: City of Carlsbad Libraries (Cole/Dove) Dove Library Subcontract 3409-38 Additive item Proposal: .. Stage Draperies" Per the request of the city staff as well as Prava Construction, I am pleased to submit pricing for the addition of"Stage Draperies" to the above subcontract. This addition to fumish and install is based on the plansheet A9.2-2, as \veil as the attached shop drawings for ""Theater Rigging, Structural Support thereof & Stage Draperies". Refer to the "Stage Drapery Schedule on sheet T -6, as well as supporting sheets to furnish and install these stage draperies on the tracks already under subcontract. I include a "base bid" as well as '"Optional Extras-Advice" for modifications to the contract documents as outlined on sheet T-6 "Sightline Study". These suggestions are to enhance to conversion ofthe Schulman Auditorium from a lecture hall to a mixed media performance space. Base Bid:$ 19,600.00 Furnish and install the following (all draperies in KM "Crescent'' velour, unlined): I. Front of House (FOH) valance as shown at keynote 2, sheet 5, on existing '"nailer". 2. House Main curtain, pair, on existing motorized track 3. Side Masking Legs, pair, on existing "Walk along'' track. 4. Rear Curtain, pair, on existing rope operable track. S.Cyclorama curtain, pair, on existing enlarged (widened) track as per sheet T-1. Track widened to allmv for stack to clear the rear projector opening. This scope follows the "'Stage Track Scope" shown on sheet T-1. Additive Optional Extras (Value Engineering): To enhance the conversion of the Schulman Auditorium from a lecture hall to a mixed media performance space, \Ve make the following recommendations: I. Upgrade the fabric "'Crescent" velour to "Premier" or "Charisma'' KM velours (20 oz to 25 oz) on the FOH valance and main curtain only due to the way the heavier weight performs on motor operation, acoustic properties and audience appeal. I can't recall a single project where the main curtain weighed the same as the rear cutiain. ADD $1,260. 2. Raise the FOH valance from position (keynote) 2 to position (Keynote) 4 as shown on T-5. The current gap above the existing valance (not scheduled to change) detracts from the potential elegance of the theater experience. Also, the valance does nothing to improve sightlines so if is to remain, it should make a statement. ADD $650 "Crescent" or Add $870 ""Premier/Charisma". Gary Raub Associates Theater Construction Specialties Since ll)75 P.O. Pox 26835, San Diego, Ca. 92196 (858) 565-2775, fax (858) 565-9035. ..• ·-.· .. H n,:! Califomia Contractors License 307843 (C-15, C61 034. C61 052) Exp. 7/31/2017 3. From the sightline study on sheet T-6, at gridline 2: there exists two potential problems: I.) the likely light leaks from the doorway or opening exits and 2.) that the corners of the back wall will be a distracting change in finish where the rear curtain leaves off. The side legs as drawn at A 9.2-2 do not fix this. Do two things: a. Widen the rear curtain by one footeach side (still keep it out ofthe landing/jambs) as discussed at BB' and CC' at sheet T-6. ADD $425 b. Put the legs on H&H Specialties "Rotodrapers" as discussed at 2 EE/T-6 to give the stage manager more flexibility to trim the stage, to position the legs for light mask- ing, and to conceal the awkward sightlines or the backstage corners. Rotodrapers are shown on T-7. Adjustments to track locations are shown as a dashed line(---) at I/T-6 and may be lengthened to reach the side \Valls. Adjust structural support accordingly. ADD $940. 4. From the FOH sightline study at T-5, as well as discussed at 2AA/T-6, the rear cyclorama track is an exposed condition below the relocated mechanical chase. With coordination with the projector view cone, it may be possible to make the following adjustments. Summary: Base Bid: a. Add a overhead masking border in front of the cyclorama track that follows the wraparound shape ofthe track as shown at T-1. rnclude structural support. ADD $1,225. b. Split the existing track as shown at T-l into !eft and right hand panels and enlarge track and curtain to create a two foot overlap. The plansheet at A9.2-2 calls out left and right panels but doe not make any provision for an overlap. The ensuing center gap will distract from the intent of a rear masking cyclorama. ADD $825. Value Engineering: $ 19,600 Range of 0$ to $ 4,285 $23,885 P1·oject Not to Exceed: We value your imput and look forward to discussing this proposal and the value engineering ideas. Refer to the attached shop drawings which have been prepared on the basis of the "Base Bid" with the stage draperies marked on sheet T-6 as "an extra cost item''. This proposal suggests pulling all the phases stage drapery, rigging and structural support together--and putting the management ofthis \\'ork under a single root: Such an outcome will assure a better project for the City of Carlsbad. Resp taflJll).',~~ A Gary . Kvv() ~ f Gary PRA A CONST~UCTfON SEA:VICC:S. INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: __ ~A~S~I~#~20~3~D~oo~r~H~a~r~d~w~a~re~/~D~o~o~r~R~e~v~is~io~n~s_-~D~o~v~e~L~ib~rn~~k-- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. ~·Description Dove Library· ASI #203 Door Hardware I Door Revisions 1 Sunset Glazing Please refer to the attached proposal 2 CFO Door Hardware & Security Please refer to the attached proposal 3 Additional Insurance 93 02/15/16 3409 2/22/16 Cost $1,909.00 $1,817.00 $55.89 ============= Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! tbd Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. t3ond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% U.UU'Yo l.UU"/o By Owner: By Owner's Representative: By Contractor: $3,781.89 $378.19 4,160 0 0 0 42 4,202 Prava Construction Services, Inc. 344 N. Vlnewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: SUNSET February 4, 2016 Rebecca Bocox Prava Construction Services, Inc. 344 N. Vinewood Street Escondido, CA 92029 PROPOSAL Project : Carlsbad Dove Library Location: Carlsbad, CA Estimator : Don E. Witte I. SCOPE OF WORK: GLAZING Furnish material and labor to revise hardware per ASI No. : 203 dated 02/02/16 . ID. BID BREAKDOWN : Access Hardware Order Number : 8763694 Freight U.S. Aluminum Door Preparation for Concealed Door Stop Sales Tax @ 8 % Labor 4 hours@$ 65.00 Profit@ 15% Total Change Order Request ........................................ . DonE. Witte President $ 1,057.00 $ 75.00 $ 200.00 $ 68.00 $ 260.00 $ 249.00 $1,909.00 8834 La Mesa Blvd. I La Mesa, CA 91942 I 619.463.9803 I 619.460.9378 FAX I www.SunsetGlazin2".com Access Hardware Supply 14447 Griffith St. San Leandro, CA 94577 (510) 483-5000 Sales Order ORDER NUMBER: ORDER DATE: SALESPERSON: CUSTOMER NO: PAGE S763694 2/4/2016 0056 OO-SUN9803 1 TEL NO: FAX NO: (619) 463-9803 (619) 460-9378 SOLD TO: Sunset Glazing PO Box 2070 La Mesa, CA 91942 CONFIRM TO: DON WITTIE SHIP TO: SUNSET GLAZING 8834 LA MESA BLVD La Mesa, CA 91942 CUSTOMER P.O. SHIP VIA F.O.B. TERMS: ASI-203 ADDS Net 30 ITEM NO: UNIT ORDERED SHIPPED BACK ORDER PRICE PEM0091 EACH 4. 00 0. 00 0. 00 57.24 Bin:1 LCN0038 PEM 276A 72" SADDLE THRESHOLD Whse:OOO ABOVE IS HDWE 4--ADDED THRESHOLD-BUDGET UNTIL CONFIRMED EACH 2.00 0.00 0.00 217.87 LCN 4111 EDA RH ALUM TBSRT Whse:OOO Bin:9 LCN0012 EACH 2.00 0.00 0.00 26.17 LCN 4110-18 ALUM MOUNTING PLAT Whse:OOO Bin:3 GLY0022 EACH 2.00 0.00 0.00 169.58 GLY 104S US32D OVERHEAD STOP Whse:OOO Bin:24-A ABOVE IS HDWE 17--ADDED CLOSERS & OVERHEAD STOPS THANK YOU 1 RICK (_ 17 t:O,.. p~ - DON-GOOD IN STOCK -p_.,,.. ,:;.... .. ....._ - NO MERCHANDISE RETURNED WITHOUT PRIOR APPROVAL NO MERCHANDISE RETURNED AFTER 90 DAYS RESTOCK FEES MAY APPLY ~~ ~ "'- z.~.r ~eL. 1'2- Net Order: Less Discount: Freiqht: Sales Tax: AMOUNT 228.96 435.74 52.34 339.16 1/056.20 0.00 0.00 84.50 1/140.70 Distributors of Quality Builder's Hardware, Wood Doors, Hollow Metal Doors & Frames, & Top Notch Installation of Doors & Hardware CIFO lD©@r & S®<e&JJD'iy Contractor License # 859157 CHANGE ORDER PROPOSAL #15-00SHDFI-7 PRA VA CONSTRUCTION SERVICES, INC 2038 CORTE DEL NOGAL SIDTE 100 February 12, 2016 CARLSBAD, CA9201I Fax (760) 579-0003 Attn: RICK SMITH Job Name: CARLSBAD DOVE/COLE LIBRARY REMODEL Changes Per: AS I #2 o 3 ---------------- PER THE ABOVE REFERENCED CHANGE REQUEST, WE ARE QUOTING THE FOLLOWING ADJUSTMENT TO YOUR CONTRACT: FINISH HARDWARE : HOLLOW 1\'.IETAL : WOODDOORS: PREFINISHED : INSTALLATION : OTHER :FREIGHT TOTALCHN~GEORDER: PRICES INCLUDE TAX AND DELIVERY AND ARE ONLY VALID FOR 30 DAYS. SPECIAL NOTES : 1. Above costs are for changes listed on ASI #203. $1,661.00 $81.00 $0.00 $0.00 $0.00 $75.00 $1,817.00 . 2. Per ASI #203, under Specifications 087100, A., 2.2.E, revise cylindricallockset lever style from Sparta to Rhodes. 3. Add a 20 minute fire label to opening #11 0-A. D WE HAVE PROCEEDED WITH THE ORDERING OR FABRICATING OF MATERIALS. A CHANGE ORDER OR PURCHASE ORDER IS REQUIRED PRIOR TO SHIPPING .. w WE HAVE NOT PROCEEDED WITH THE ORDERING OR FABRICATING OF MATERIALS. PLEASE ISSUE YOUR WRITTEN AUTHORIZATION OR SIGN AND RETURN THIS FORM. YOU ARE AUTHORIZED TO PROCEED. DATE CHANGE ORDER OR PURCHASE ORDER IS FORTHCOMING. IF YOU HAVE ANY QUESTIONS REGARDING THIS CHANGE, PLEASE CONTACT: ERIC CASTILLO Control#: 4908 Address: 1274 N. Grove Street, Anaheim, CA 92806; Tel. # 714 632-8116; Fax# 714 632-8759 Riel< Smith From: Sent: To: Eric Castillo <Eric@sbhsolutions.com> Friday, February 12, 2016 4:53 PM Rick Smith Cc: Subject: 3409 Docctrl; Damon Atkinson; Kevin Mann; Rebecca Bocox; Timothy Grimes; William San Juan RE: ASI #203 -Dove Library -Door and Hardware Revisions Attachments: Change Order #07.pdf See attached. Thanks, Eric Castillo Project fvlanagcr/Finish! lardware Fnginccr CFU Dnnr llardwarc: & Security 0 niclc ( 714 )()32-31 l 6 F;1x !714J(J32-S75CJ from: Eric Castillo Sent: Friday, February 12, 2016 4:51 PM To: 'Rick Smith' Cc: 3409 Docctrl; Damon Atkinson; Kevin Mann; Rebecca Bocox; Timothy Grimes; William San Juan Subject: RE: ASI #203 -Dove Library -Door and Hardware Revisions Importance: High Here you go Rick, as requested. Feel free to contact me should you have any questions. Fric C'aslilln J'rpjcct fVlnnagcr/1-'inish llanhvare Engineer 1 CTO IJ(Wr llardw~trc: & Security ( JlTict· ( 71-+ )632-2. l l (1 l"ux (714)(13:?.-::)7)9 From: Rick Smith [mailto:RSmith(a)pravacsi.com] Sent: Monday, February 08, 2016 11:08 AM To: Eric Castillo Cc: 3409 Docctrl; Damon Atkinson; Kevin Mann; Rebecca Bocox; Timothy Grimes Subject: RE: ASI #203 -Dove Library -Door and Hardware Revisions Eric-yes please provide iternized pricing for all proposed changes to the Dove Library hardware Thanks Richard K Srnith, P.E. C: (760) 402-5403 0: (7!30) 929-9787 F: (760) 579-0003 fv!BE. SBE. DBE 20·1 1 Southern California Supplier of the Year 2012 SDRfviSOC Supplier of the Year 2012 Excellence in Customer Service Go Green! Please consider the environment before printing this email T i1is lr£,nsmi::;sion contains conli<Jential information imm Prava Conwuction Services. Inc. This information 1s intended solely for use by the individual or en lily named as the recipient hereof. If you are not the intended recipient. be aware that any disclosure, copying, drsllillution or use of t11e contents of the tram;mtssion is ptohiiJitecl If you have received this transmission in error, please notify us by telephone immeclkllely, 2 From: Eric Castillo [mailto:Eric@sbhsolutions.com] Sent: Monday, February 8, 2016 10:32 AM To: Eric Castillo <Eric@sbhsolutions.com>; Rick Smith <RSmith@pravacsi.com>; Don Witte <clonwitte@sunsetglazing.com>; thanssen@precisionelectricco.corn; Steve Brown <sbrown@precisionelectricco.corn> Cc: 3409 Docctrl <3409docctr!@oravacsi.corn>; Damon Atkinson <datkinson@pravacsi.corn>; Kevin Mann <I<Mann@pravacsi.corn>; Rebecca Bocox <RBocox@pravacsi.com>; Timothy Grimes <TGrirnes@pravacsi.com>; William San Juan <Williarn@sbhsolutions.com> Subject: RE: ASI #203-Dove Library-Door and Hardware Revisions Rick, as advise below, lockset lever handles have been changed out. Do you want us to price out the new levers? Please advise as all levers will have to be quoted. Also note that a couple of doors changed materials from wood to Hm and Hrn to wood. Thanks, Fric Ctstillo Project [VIim:tger/Finish Hardware Engineer CFU Duor I Jmdw<tre & St::curity OITice (71~1)632-8116 Fax (714J(JJ2-S759 From: Eric Castillo Sent: Monday, February 08, 2016 10:06 AM To: 'Rick Smith'; Don Witte; thanssen@precisionelectricco.com; Steve Brown Cc: 3409 Docctrl; Damon Atkinson; Kevin Mann; Rebecca Bocox; Timothy Grimes Subject: RE: ASI #203 -Dove Library -Door and Hardware Revisions Hick 1 want to rnake you aware that all the hardware for Dove had been previously purchased with the Cole Hardware. If there are changes (which I already see that they changed the lever trim design) there will be a charge for the new hardware. Eric Cm;tillo l'rojed lVJarmg:...:r/Finish I lardware Engineer 3 C'FCJ DUtll' I l~trdwurc & Sccurhy O!Tic:c (714J(J32-Xl 16 F:~x (7l~IJ632-X75'-J From: Rick Smith [mailto:RSmith(dlpravacsi.com] Sent: Thursday/ February 04, 2016 9:24 AM To: Don Witte; Eric Castillo; thanssenCCilprecisionelectricco.com; Steve Brown Cc: 3409 Docctrl; Damon Atkinson; Kevin Mann; Rebecca Bocox; Timothy Grimes Subject: ASI #203 -Dove Library -Door and Hardware Revisions Good Morning Team-attached is ASI #203 which revises the doors and hardware for the Dove Library. Please review the revisions outlined in ASI #204 and provide any time and/or cost impacts by the close of business 8 February 2016. Please ensure that your field team proceeds with these revisions. Thanks . ·~ PRAVA O'bMW"'frf{JCTJON 8t:RV1Clti!'.Jll5 ~NO:. Richard 1<. Smith, P.E. cell: (760) 402-5403 off1ce: (760) 929-9787 fax: (760) 579-0003 rsmithl&pravacsi.com \Y.\::i\'t.J2Lii:iilC.?.LS::.Qlll 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year 4 2012 Excellence in Customer Service .IP~ Go Green! Please consider the environment before printing this email Tliis transmission contains confidentrallnformation frorn Prava Construction Services Inc. This information is intended solely for use by the individual or entity narnecl as the recipient hereof. If you are not the intended recipient. be aware that any disclosure. copying. distribLJEon. or use of the contents of the transmission is prohibited. lf you have received tt1is transmission in error. please notify us by telephone immediately 5 PRA A CoNSTRUCTlON 5ERVICES1 INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of. change order amount. Dove Library-Demo Existing AV Panels-Sheet E2.0-1, Note PROJECT NAME: 3 APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Dove Library· Demo Existing AV Panels· Sheet E2.0-1, Note 3 1 Precision Electric Company Please see the attached quote 2 Prava Construction Labor to assist 3 Additional Insurance Subtotal= Mark-up-10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee X Not Affected at all by this change. Hond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU% U.UU'1o l.UU'1o By Owner: By Owner's Representative: By Contractor: 95 02/26/16 3409 3/4/16 Cost $1,568.69 $303.80 $28.09 ==========-= $1,900.58 $190.06 2,091 0 0 0 21 2,112 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Dove-Demo Panels Sheet E2.0-1 Note 3 We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC·RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Total Mat. PEC W0#12218 ifotals Summary HOURLY RATE Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: (22.00 Hrs @ $64.18) (@ 10.000 %) (@ 1.000 %) I hereby certifY lhallhis quotation Is complete and accurate based en lhe information provided. CLIENT ACCEPTANCE ORIGINAL 0.00 o.ool 37 2/25/2016 2/25/2016 City of Carlsbad Libra 15029 1 Total Hrs. 22.00 22.001 1,411.96 1,411.96 141.20 1,553.16 15.53 $1,568.69 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 PC0#:37 Final Amount:$1 ,568.69 Name: Date: Signature: Change Order #: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 I hereby accept this quotation and authorize the contractor lo complete the ai:xM> described wolk. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 37 2/25/2016 City of Carlsbad Libra 15029 2 TO G.A. ABELL, dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE. CA 92040 (619) 390·2991 fax (619) 390·0623, TERMS: QTY. I MATERIAL I PRICE ! I > I I I I I i ' I _j I I I I I I I I i I I I l ! I I f I ! I I I \ -l > I ! ! i j I ' ! I __j I I ---· i i+ j i 1 -I ! I I ~ I DATE CQ;\IP!.£TED TOTAL MATERIALS I AMOUNT I I i I I I -··· I I i :k j l -Vu~+;.ei! %~ ~cl Wf!n..!t:' /ttt2~-v~ Work ordered by fttflv/f-- Signatur~ :Z _. '1{ f /o nereby acknowledge the salisfactorr' completion of the above described work. 12218 PHONE =:= DAYWORK CONTRACT JOE lOCATION I 1 1]15 t;k)vc., DESCRIPTION OF WORK De\~() tJa~l t, uf) 6heii-- .E2.A..!.I note J, OTHER CHARGES I TOTAL OTHER I LABOR HRS.IRATE AMOUNT elahh./avt ± bi tlcc.c -h'l'c}o. V1 4 eleGc {-{ hJa .. n 6 el ~, +-t ~'~.~Ja.. v~. b I I I I ! I I TOTAL LABOR l .. TOTAL MATERIALS : bf TOTAL OTHER I i i VfianfL ClJw [ TAX I ' i TOTAL i - Riel< Smith From: Sent: To: Subject: 02/24/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox padams@predsionelectricco.com Thursday, February 25, 2016 10:26 AM Rick Smith Dove-Demo Panels Sheet E2.0-1 Note 3 Proposed Change Order Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Dove-Demo Panels Sheet E2.0-1 Note 3 Subject: City of Carlsbad Libraries PCO No.: 37 RE: T&M Ticket #12218 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $1,568.69 To Be Determined No 03/05/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Demo panels on sheet E2.0-1 Note 3. Comments: Work requested by Prava and documented on T&M ticket #12218. If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, 1 Paul Adams Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 390-2991 Enclosures (click link to download): 15029-PC0#37.pdf 89 KB TM Ticket 12218.pdf 508 KB cc: Prava Construction Services. Rick Smith PA/pa 2 PRA A CONSTRUCTION Se:RVICE:S, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. I Furnish and install XL Brands DriSeal 95 Penentrating PROJECTNAME: ____ ~C~o~n~cr~e~re~S~e~a~l~er~@~D~o~v~e~L~ib~r~a~ry~-~f~ir~st~f~lo~o~r~on~ILy ____ _ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item I Description of work Dove Library-Furnish and Install XL Brands DriSeal 95 Penentrating Concrete Sealer-first floor only 1 ProSpectra Flooring Please see the attached quote-27,063 sf Premium Time Cost-4 men-40 mh ea @ $37.50/mh 2 Additional Insurance 97 02/22/16 3409 2/29/16 I Cost $53,992.31 $6,000.00 $899.88 =======-======= Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 5 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. tlond Premium This change may affect the Contract Completion Date but OST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additionallnforma as soon as It is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% U.UU% l.UU"/o By Owner: By Owner's Representative: By Contractor: $60,892.19 $500.00 $2,794.61 64,187 0 0 0 642 64,829 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: I Pro Installations, Inc. d/b/a ProSpectra Contract Flooring -San Diego 13250 Gregg Street, Suite F ... -. ~ ._ PRoSPECTRA Phone: (858) 642-7429 Fax: (858) 642-7691 Poway, CA 92064 CONTRACT FLOORING A Berkshire Hathaway Company Proposal Submitted To I Attention Phone I Fax Date PRAVA Construction Services, Inc. Glenn Torrez (760) 929-9787 (760) 579-0003 02/22/16 Job Name Job# City of Carlsbad Libraries 38581 Street Job Street ProposaiiD 2032 Corte Del Nogal, Ste 100 1250 Carlsbad Village Dr 1775 Dove Ln 62117-A03 City, State and Zip !Architect I Date of Plans! Add # Job City, State and Zip I Customer Job # Customer PO Carlsbad, CA 92011 1-4 CARLSBAD, CA 92008 4020/4030 None .. We hereby submrt spec1frcatrons and estimates for: Item Description Color Qty UOM Unit Price Extended Price Furnish and install XL Brands DriSeal 95 Penetrating Concrete Sealer at Dove Library - 1st floor. 27,063.00 SF $2.00 Base Bid Total: Proposal Inclusions and Exclusions: 1. Excluded from the above pricing are overtime labor, demolition and removal of existing floor coverings and adhesives/mastics, abnormal subfloor prep, i.e., grinding, leveling, floating, moisture sealing, or ramping to other floor finishes, providing underlayments, washing and waxing resilient floors, vacuuming carpet, protective coverings, dumpsters and providing temporary heat, electricity or lighting. Also excluded is unidentified trade damage, composite clean up crews, compression of schedule and trade stacking. 2. Standard floor preparation is included to fill level expansion joints and hairline cracks up to 1/8th inch wide only. All other floor preparation is considered abnormal subfloor preparation and is excluded. 3. Amounts and prices are based upon blueprints and are subject to variance if physical measurements vary amounts. 4. All concrete slabs and other cementitious substrates to receive new floor coverings must be tested for moisture content The industry standard calcium chloride test will be performed to determine the water vapor emission of said substrates. Floor coverings described in our proposal will only be installed on substrates that have a calcium chloride test result that meets the manufactureres requirements. 5. Excludes Payment and Performance Bond, add 1% to contract amount if required. 6. CA DIR Registration Number: 1000002810-expires 06/30/16 7. California Contract License #740392-C15, C54, C61, 012-Expires 09/30/17 8. Removal of all slab layout markings or the like including but not limited to; spray paint, paint, markers, sharpie, chalk, kiel, lumber crayon, carpenter's pencil or the like is specifically excluded from this proposal and is considered abnormal prep. Page 1 of2 $53,992.31 $53,992.31 Dove Library 22 Ft~bruary 2016: Dove Ubr<uy_DrlSeal Summary Report area net -~~l!!!i~"oriSca!95----··~·-,--· ... ~.!"~!'-~_!l~t'::~? .. -~?.!'J~!¥:4.~s_f_ Scale 1:S10{orfgiu.aldn!.whog~c"lt!h192) :! i' :I ;I !: :; gross O.OOsf ~~~~~ -· ~-~--J!~~-~-·-·------~---- 1166"1'4.2" ~1~]: AOulrREA~I~G · 1:.~~~J}r~~;" ... ::sl~;·;~· ~~-- :fi~~-;;:;.-.---- 1i~t;;~~;_ !.!-.~~~~-'.:..!.!.'!~- "til":sTA.FfW'J~KR:lOM IS~~~~~~-a- c: E' .E.5- 8\lS STAfFW~ROOM ~~~~: ~::r-~-. 'H · •. ~]~;;~~:; :_J ·v···,·-• ·--. •• ,CtJILil'Ul"trS ~=:~r~= n,ooR. ,:,;~;-~ ' i\ page 1 ..••. ___ _ NC?TI?.~ .. ----------, A. PAT!:I-ICiill.liiG.~LOORANO'fMI.lSAS NECESSM'(J\1,.\JlEIISOFDELIGUTIOil :~~;;.1-?,i.~D;,~'EV\' f'INI!il'\£$ TO ~'ATCil l'l ALltlE.WWAtlSAIIOGYP.I!.O Fl'lllill TOQEPfoil'lrllD U.0-1~ U AtUN'lOOIVORI'!NISii~V.T~li\lS . 3~:-~w•:IPI.,)::~U!!CB~.t;)'~4~E_!l-~ ., . (} E:<ISTlHG'NCOOAtlO('JJWillE!IASETO\ ~~~~~2~~l~..i~~~~ ' Ft.OORf;lolGECCHTAACTOilTO •• · OEl£Rt,bflS:'M1ERE:REO'D ~-I~J,.QPR 'F'1NIS~f D;q~_NP .: .. _ CAFU'€TIA CMPHI!l ,-· -i J i"-ltll"-lOREMNI! 11:1 F!W~H.I!O WO!t~ s>N ProSpectra Contract Flooring (.~ m ·, A:Jl::? ,\~•:HI lfC '"ltlll rt\SE.>.I!;:">t • l'l·\tlrl1NG'. HF; :!11 tlNI::fN A'H-~lJf ~.0 .>,~ll FiiA~~C.1~(.0 \..A.I'.J(lSIJ\1';.\ r • .!!:i·e7tl1Jt)? --------- CARLSBAD DOVE LIBRARY 117500\IEL\1-11! C".AR!:"l~o\.fl,CA1,ntt \>1-la=TYIT!l;Ai-llUlO FIRST FLOOR FINfSHPLAN A2.2-1 --··.:::.-...:..:..=:.o.. -~~"'-------------. --"-'------'-· PRA A CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Dove Library-ASI #201 -Courtyard Lighting and Patio PROJECTNAME: ________________ ~L~ig~h~tin~g~---------------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Dove Library. ASJ #201 • Courtyard Lighting and Patio Lighting 1 Precis.ion Electric Company Please see the attached quote 2 Prava Construction • 3 4 a. Protection of existing pavers-4 manhours o. Kemoval and replacement ot existing pavers as requ1red tor electncal conduit mstallation-type ::; fixtures i. Labor -12 manhours c. Minor repair of stucco columns-note that the electrical feeds for the type M lights was bid as surface mounted to eliminate the necessity to demo and repair the stucco on the existing columns. - I. Labor -16 manhours ii. Materials Prava Construction • ASI Drawings Reproductions -6 new full size sheets -one each for as-built set and working set-$21/ sr Additional insurance Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance 105 03/08/16 3409 3/15{16 Cost $30,687.40 $303.32 $909.96 $1,213.28 $300.00 $252.00 $504.99 -=====-======== $34,170.95 $500.00 $1,458.55 SCHEDULE IMPACT: Subtotal 36,129 The Contract Completion Date shall be (Pick One): Gen. Conditions 0.00% 0 X INCREASE! 10 Days. Fixed Insurance U.UO% 0 DECREASED Days. Overhead & Fee 0.00% 0 If-----Not Affected at all by this change. l::lond Premium l.UU'7o 351 This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST 36,491 If------the total impact cannot be determined at this time. Additional lnformatTc~iml~~~rias~ss'io~o~n¥s= as tif='t,;,;;;;.;;;.;.;;;.=.,===='====~.=;..ll is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8: B: By: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description PCO# PCODate PEC·RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: 40 3/7/2016 ASI#201 3/7/2016 City of Carlsbad Libra 15029 1 1. Provide and install (3) three additional typeS fixtures per sheets E0.11 & El.O, inASI #201. 2. Revise the (6) six type M fixtures per original plans and provide (8) eight additional type M light fixtures per sheets E6.1-2, E6.1-3, & E6.1-4, in ASI #20 1. Two oftheeightnew typeM fixtures will replace existing fixtures. 3. Revise typePfixtures per ASI #201. Location of type P fixtures per sheet E6.1-3 & E6.1-5, inASI #201. 4. Provide and install additional conduit, wire and boxes required to power additional type M fixtures. We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and IN@. reserve the right to claim for impact and consequential costs. This price is good for acceptance-within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown Bid Item Material($) Labor Hrs II CREDIT -21,844.20 -8.00 II ADD 44,390.66 58.97 tfotal 22,546.461 50.971 CREDIT Description Qty Net PriceU Total Mat. LaborU FIXTURE TYPE M-LUMEC -6 2,520.70E -15,124.20 1.00E FIXTURE TYPE P LUMEC -2 3,360.00 E -6,720.00 1.00E tfotals -a! -21,844.201 ADD Description Qty Net PriceU Total Mat. LaborU 3/4" CONDUIT-EMT 65 199.48 c 129.66 5.00C 3/4" CONN COMP STL-EMT 10 350.20C 35.02 0.30E 3/4" COUPLING COMP STL-EMT 7 404.10C 28.29 0.14E G/4" TYPE LB STD CONDUIT BODY W/ CVR & GSKT-RM 1 22.27E 22.27 0.65E 3/4" 1-H STRAP -EMT-STEEL 8 47.26 c 3.78 4.00C 3/4" FLEX-LIQUIDTIGHT METALLIC-GRAY 40 417.00 c 166.80 s.ooc 3/4" CONN STRAIGHT-LIQUIDTIGHT DIE CAST 6 603.36C 36.20 0.18E ORIGINAL Total Hrs. -6.00 -2.00 -s.ool Total Hrs. 3.25 3.00 0.98 0.65 0.32 2.00 1.08 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Description Qty Net PriceU f#12 THHN BLACK ~12/2C SOLID+ ISO GRD CABLE MC-STL ARMOR WIRE CONN RED 4x 21/8" SQ BOX COMB KO W/ FLUSH FLAT BRKT 14" SQ 30 PLSTR RING 1" RAISED ~G 2"D DC ALUM BOX W/ LUGS & 5x 3/4" HUBS GRY 2G ALUM BLANK WP BOX MNT COVER GRY 3/8x 1 1/4 FENDER WASHER-PLTD STL 3/8x 5 TGL BOLT SPRING WING P/H 14.20" Lx 0.184"W -4.000" BUNDLE NYLON CABLE TIE FIXTURE TYPES BK LIGHTING {LOT OF 3) FIXTURE TYPE M INSIGHT FIXTURE TYPE P LUMEC(NEW) [otals Summary General Materials Material Tax (@ 8.000 %) 320 70 50 6 6 5 5 56 56 8 1 14 2 736j Material Total HOURLY RATE (50.97 Hrs@ $64.18) Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: (@ 10.000 %} (@ 1.000 %) I hereby certify that this quotation is complete and accurale based en the infDfmatlon provided. CLIENT ACCEPTANCE ORIGINAL 230.26 M 1,660.00 M 19.36C 2,262.42C 1 ,757.35C 2,988.43C 684.50C 8.38C 84.92C 96.08C 3,324.00E 2,335.45 E 3,632.00 E PCO# Date: Project Name: Project Number: Page Number: Total Mat. LaborU 73.68 6.00 M 116.20 26.00 M 9.68 6.00C 135.75 30.00C 105.44 15.00C 149.42 0.32E 34.23 0.04E 4.69 0.70C 47.56 13.00C 7.69 3.48C 3,324.00 4.50E 32,696.30 1.50E 7,264.00 1.50E 44,390.651 40 3/7/2016 City of Carlsbad Libra 15029 2 Total Hrs. 1.92 1.82 3.00 1.80 0.90 1.60 0.20 0.39 7.28 0.28 4.50 21.00 3.00 58.971 22,546.45 1,803.72 24,350.17 3,271.25 27,621.42 2,762.14 30,383.56 303.84 $30,687.40 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 PC0#:40 Final Amount:$30,687.40 Name: Date: Signature: Change Order #: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby accept this quotation and authorize the contractor lo complete the alxNe described \'.'!lrk. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 40 3/7/2016 City of Carlsbad Libra 15029 3 Rick Smith From: Sent: To: Subject: 03/02/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox padams@precisionelectricco.com Tuesday, March 8, 2016 8:12AM Rick Smith Dove-Revised Light Fixtures M Proposed Change Order Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Dove-Revised Light Fixtures M & P, Add TypeS Subject: City of Carlsbad Libraries PCO No.: 40 RE: ASI #201 813 7 \Vinter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www .precisionelectlicco .com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change{s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $30,687.40 To Be Determined No 03/12/2016 This proposal is based on the Terms and Conditions as follows: Description of work: 1. Provide and install (3) three additional type S fixtures per sheets E0.11 & E1.0, in ASI #201. 2. Revise the (6) six type M fixtures per original plans and provide (8) eight additional type M light fixtures per sheets E6.1-2, E6.1-3, & E6.1-4, in ASI #201. Two of the eight new type M fixtures will replace existing fixtures. 3. Revise type P fixtures per ASI #201. Location of type P fixtures per sheet E6.1-3 & E6.1-5, in ASI #201. 4. Provide and install additional conduit, wire and boxes required to power additional type M fixtures. Comments: Type P fixtures have a 10-12 week lead time. Type M fixtures have a 6-7 week lead time. 1 Type S fixtures have a 4-6 week lead time. These fixtures will not be released until submittals and this PCO are approved. ----------------------·---------------If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, Paul Adams Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 390-2991 Enclosure (click link to download): 15029-PC0#40.pdf 90 KB cc: G.A Abell, Inc. dba Precision Electric Company, Steve Brown Prava Constntction Services, Tim Grimes Prava Construction Services, Rick Smith PNpa 2 Steven Didier From: Sent: Paul Adams < padams@ precisionelectricco.com > Wednesday, March 09, 2016 7:43 AM To: Rick Smith Subject: RE: Dove-Revised Light Fixtures M Attachments: PO MOD ASI 201 DOVE UBRARY PRECISION 03.02.16.pdf Rick, See attached. Than/qou, PaulS. Atlams Project Manager Mobile: (619) 971-8763 Direct: (619) 966-9657/ Fax: (619) 390-1003 padams@precisionelectricco.com PRECISlON ELECTRIC COMPANY 800w39Q-2991 UC#534U6 solar@precisionelectricco.com 8137 Winter Gardens Blvd. Lakeside, CA 92040 Visit us on the Web @ http://www. precisionelectricco.com 24/7 EMERGENCY SERVICE CALL 619-390-2991 From: Rick Smith [mailto:RSmith@pravacsi.com] Sent: Tuesday, March 08, 2016 4: 18 PM To: Paul Adams Cc: 3409 Docctrl; Damon Atkinson; Rebecca Bocox; Scott Namlik; Timothy Grimes Subject: RE: Dove-Revised Light Fixtures M Paul Adams-please provide a quote from your lighting vendor for the added I deleted light fixtures to substantiate the unit cost for each fixture. Thanks Richard K. Smith, P.E. 1 C: (760) 402-5403 0: (760) 929-9787 F: (760) 579-0003 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year 2012 Excellence in Customer Service ... ~Go Green! Please consider the environment before printing this email This transmission contains confidential information from Prava Construction Services, Inc. This information is intended solely for use by the individual or entity named as the recipient hereof. If you are not the intended recipient, be aware that any disclosure, copying, distribution, or use of the contents of the transmission is prohibited. If you have received this transmission in error, please notify us by telephone immediately. From: padams@precisionelectricco.com [mailto:padams@precisionelectricco.com] Sent: Tuesday, March 8, 2016 8:12AM To: Rick Smith <RSmith@pravacsi.com> Subject: Dove-Revised Light Fixtures M 03/02/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order Description: Dove-Revised Light Fixtures M & P, Add TypeS Subject: City of Carlsbad Libraries PCO No.: 40 RE: ASI #201 8137 Winter Gardens Blvd Lakeside, California 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: $30,687.40 To Be Determined No 2 Response due date: 03/12/2016 This proposal is based on the Terms and Conditions as follows: Description of work: 1. Provide and install (3) three additional typeS fixtures per sheets E0.11 & E1.0, in ASI #201. 2. Revise the (6) six type M fixtures per original plans and provide (8) eight additional type M light fixtures per sheets E6.1-2, E6.1-3, & E6.1-4, in ASI #201. Two of the eight new type M fixtures will replace existing fixtures. 3. Revise type P fixtures per ASI #201. Location of type P fixtures per sheet E6.1-3 & E6.1-5, in ASI #201. 4. Provide and install additional conduit, wire and boxes required to power additional type M fixtures. Comments: Type P fixtures have a 10-12 week lead time. Type M fixtures have a 6-7 week lead time. Type S fixtures have a 4-6 week lead time. These fixtures will not be released until submittals and this PCO are approved. If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, Paul Adams Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 390-2991 Enclosure (click link to download): 15029-PC0#40.pdf 90 KB cc: G.A. Abell, Inc. dba Precision Electric Company , Steve Brown Prava Construction Services, Tim Grimes Prava Construction Services, Rick Smith PA/pa 3 PURCHASE ORDER/ REVISON REQUEST FORM DATE: 3/2/2016 TO: PRECISION ELECTRIC PO#: Main Electric Supply 9540 Chesapeake Dr. San Diego, CA 92123 Phone 858-737-7000 Fax 858-737-7055 ATIN: TRAVIS JOB DOVE LIBRARY THE FOLLOWING ITEMS HAVE BEEN ORDERED ON YOUR BEHALF PER THE DIRECTION OF: ASI #201 QTY. TYPE/ITEM DESCRIPTION UNIT COST EXT. COST 1 S BK LIGHTING LOT PRICING FOR TYPES $ 3,324.00 $ 3,324.00 CONSITING OF BELOW 3 S BK LIGHTING DE-LED-X34-WFL-*-**-*** (ADVISE $0.00 $ - *STANDARD FINISH/** LENS TYPE/ ***CAP STYLE) 3 S BK LIGHTING PM2RM-TS-18-D291NC-*-MT $ -$ - (*SPECIFY STANDARD FINISH) BK LIGHTING INCLUDES FREIGHT $ - 14 M INSIGHT MXI/17/35K/45D/CES/48/REM/DI $ 2,335.45 $ 32,696.30 M/TW/CRF (100 DEGREE IS NOT AVAILABLE WITH THE 17W PER FOOT. WL LENS IN NOT INCLUDED. IT IS ONLY AVAILABLE WITH 100 DEGREE 14 M INSIGHT RPS/96-DIM -WET (PRICE $ - INCLUDED IN ABOVE) 2 P LUMEC VLC-30L530NW-G1-PC-C-5-UNV-$ 3,632.00 $ 7,264.00 2 P LUMEC APR4F-10-LBC3-GY3TX $ -$ - 2 P LUMEC ANCHOR BOLTS $ -$ - $ -$ - -6 M LUMEC NW 40W42LED4KRACDR CGB RLE3 $ 2,520.70 $ (15,124.20} 277 GY3 P LUMEC NW 40W42LED4KRACDR CGB RLE3 -2 277 GY3 $ 3,360.00 $ {6J20.00} -2 P LUMEC APR4U 10 B104 GY3 $ -$ - 2 P LUMEC ANCHOR BOLTS $ - $ -$ - TOTAl $ 21,440.10 CURRENT PO REVISED PO $ PlEASE FORWARD PURCHASE ORDER REVISION FOR THE ABOVE NOTED. SIGN AND RETURN TO RElEASE MATERIAL WE THANK YOU FOR YOUR ATIENTION, IF YOU SHOUlD HAVE ANY QUESTIONS OR CONCERNS PLEASE DO NOT HESITATE TO CALL THE UNDERSIGNED. 21,440.10 Los • 6700 S. Main St. Los Angeles 90003 • 323.753.5131 • 323.753.7750 Fax Orange County • 16781 Noyes Ave. Irvine 92606 • 949.833.3052 • 949.833.6928 Fax Inland • 9409 Charles Smith Ave. Rancho Cucamonga 91730 • 909.581.7000 • 909.581.7050 Fax San Fernando Valley • 20931 Nordhoff St. Chatsworth 91311 • 818.534.2900 • 818.534.2950 Fax San • 9540 Chesapeake Dr. San Diego 92123 • 858.737.7000 • 858.737.7055 Fax PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: Dove Library -RFI #224 -Revise Type 01 Lighting Fixtures APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. I~ .. Dove Library· RFI #224-Revise Type D1 Lighting Fixtures 1 Precision Electric Company Please see the attached quote 2 Additional Insurance Subtotal= Mark-up - 1 0% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 21 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. Bond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional fnforma on will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% U.UU% l.UU% By Owner: By Owner's Representative: By Contractor: 127 03/08/16 3409 3/15/16 ..... $6,076.68 $91.15 ============= $6,167.83 $500.00 $58.39 6,726 0 0 0 67 6,793 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: 46 3/9/2016 3/9/2016 City of Carlsbad Libra 15029 1 Revised typeD 1 fixture per Engineers Response Comment #2. PCO reflects difference between original D 1 fixture and revisedD 1 fixture. See attached suppliers quote forreference. We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown Description Qty Net PriceU Total Mat. FIXTURE 01 LBL FIXTURE 01 LIGHTOLIER ttotals Summary General Materials Material Tax Material Total Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION (@ 8.000 %) (@ 10.000 %) (@ 1.000 %) -11 493.10 E -5,424.10 11 953.50 E 10,488.50 ol 5,064.401 ORIGINAL LaborU O.OOE O.OOE Total Hrs. -0.00 0.00 o.ool 5,064.40 405.15 5,469.55 5,469.55 546.96 6,016.51 60.17 $6,076.68 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby certify that this quotation is complete and accurate based en 1he lnformaticn provided. CLIENT ACCEPTANCE PC0#:46 Final Amount:$6,076.68 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize 1he contractor b complete lhe above described work. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 46 3/9/2016 City of Carlsbad Libra 15029 2 Main Electric Supply 9540 Chesapeake Dr. San Diego, CA 92123 Phone 858-737-7000 Fax 858-737-7055 PURCHASE ORDER/ REVISON REQUEST FORM DATE: 3/9/2016 TO: PRECISION ELECTRIC ATIN: TRAVIS PO#: 15029-001 JOB DOVE LIBRARY THE FOllOWING ITEMS HAVE BEEN ORDERED ON YOUR BEHALF PER THE DIRECTION OF: CHANGES PER THE REVIEW COMMENTS FROM THE ENGINEER & PER RFI #35 QTY. -11 11 TYPE/ITEM DESCRIPTION UNIT COST EXT. COST Dl LBL HS246-CS-SC-2GC60 $ 493.10 $ Dl LIGHTOLIER PM02LW35SA PGOl GLOl SKOl $953.50 $ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ -$ $ $ -$ TOTAl $ CURRENT PO REVISED PO $ PlEASE FORWARD PURCHASE ORDER REVISION FOR THE ABOVE NOTED. SIGN AND RETURN TO RELEASE MATERIAL WE THANK YOU FOR YOUR ATIENTION, IF YOU SHOULD HAVE ANY QUESTIONS OR CONCERNS PLEASE DO NOT HESITATE TO CALL THE UNDERSIGNED. (5A24.10) 10A88.50 - - - - - - - - - - - - - 5,064.40 5,064.40 Los Angeles County • 6700 S. Main St. Los Angeles 90003 • 323.753.5131 • 323.753.7750 Fax Orange County • 16781 Noyes Ave. Irvine 92606 • 949.833.3052 • 949.833.6928 Fax Inland Empire • 9409 Charles Smith Ave. Rancho Cucamonga 91730 • 909.581.7000 • 909.581.7050 Fax San Fernando Valley • 20931 Nordhoff St. Chatsworth 91311 • 818.534.2900 • 818.534.2950 Fax <:::o:>n nionn • Q!';LlJ) r.h<>c::::m<>:::>i<<> nr C:::;:,n ni.onn 0?1 ?~ • RI'\.R 7':>.7 7000 • RI';R 7~7 7{)l;l'; ~:::>v Riel< Smith From: Sent: To: Subject: 03/09/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox padams@ precisionelectricco.com Wednesday, March 9, 2016 11:27 AM Rick Smith Dove-Revise Type D1 Fixture Per Engineer Comments Proposed Change Order Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Dove-Revise Type 01 Fixture Per Engineer Comments Subject: City of Carlsbad Libraries PCO No.: 046 RE: Engineers Submittal Comment Response #2 8137 Winter Gardens Blvd Lakeside, California 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $6,076.68 To Be Determined No 03/19/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Revised type D1 fixture per Engineers Response Comment #2. PCO reflects difference between original 01 fixture and revised 01 fixture. See attached suppliers quote for reference. Comments: This PCO needs immediate attention. Fixtures will not be release until approval. If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Riel< Smith From: Sent: To: Subject: Jonathan Hartman (Group 4 Architecture) <notifications@procoretech.com> Thursday, March 10, 2016 4:08PM Rick Smith Dove/Cole Library Remodel: Response to RFI #224 (Dove Library -Type D1 Fixture Product Data) Jonathan Hartman responded to Question 1 on Thursday, March 10,2016 at 04:08 P~:_,,,,, Response: Attachments: Contractor has responded that the D1 substitution was originally a design team request, which is true. My misunderstanding when looking only at the resubmittal and not the original submittal wl1ere that change was requested. We will stick with the substitute fixture (same type as Cole) in lieu of the originally specified fixture. To compensate for the reduced ceiling height, the fixture heights have been adjusted, see attached sketch. In response to the RFI requests: 1. 8'0" mount to bottom of fixture locations as noted on sketch provided in resubmittal = 10" clear glass outer element 8'3" mount to bottom of fixture locations as noted on sketch provided in resubmittal = 7" clear glass outer element 8'6" mount to bottom of fixture locations as noted on sketch provided in resubmittal = no outer element 2. Suspension method of cable/cord kit is acceptable. RFI #224 was due on Saturday, March 5, 2016. QUESTION Asked By: Rick Smith (Prava Construction Services, Inc) Date: Tue Mar 1, 2016 at 04:47pm PST Question: Precision Electric Company G RFI #035 1 Sincerely, Paul Adams Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 390-2991 Enclosures (click link to download): 15029-PC0#46.pdf 89 KB PO MOD DOVE TYPE D1 PER ENG REVIEW COMMENTS 03 09 16.pdf 225 KB cc: G.A. Abell, Inc. dba Precision Electric Company, Steve Brown Prava Construction Services, Tim Grimes Prava Construction Services, Rick Smith PNpa 2 Attachments: All Replies Answered By: Date: Response: Piease confirm the following accessory selections for the Type 01 pendant fixtures regarding the Dove Library (see attached product data sheets): 1. Outer Element-Part #GL01 -7" Clear Glass (same as Cole Library) 2. Suspension Method-Part #SK01 -Cable I Cord Kit (same as Cole Library} These items were not designated in the submittal review comments nd they need to be confirmed before these fixtures can be released for production I delivery. Note: These fixtures remain on HOLD until a confirmation is received. RFi DOVE-Type 01 Fixture Accessory Selections.msg Jonathan Hartman (Group 4 Architecture) Thu Mar 10, 20'16 at 04:08pm PST Contractor has responded that the 01 substitution was originally a design team request, which is true. My misunderstanding when looking only at the resubmittal and not the original submittal where that change was requested. We will stick with the substitute fixture (same type as Cole) in lieu of the originally specified fixture. To compensate for the reduced ceiling height, the fixture heights have been adjusted, see attached sketch. In response to the RFI requests: 1. 8'0" mount to bottom of fixture locations as noted on sketch provided in resubmittal = 10" clear glass outer element 8'3" mount to bottom of fixture locations as noted on sketch provided in resubmittal = 7" clear glass outer element 8'6" mount to bottom of fixture locations as noted on sketch provided in resubmittal = no outer element 2 Attachments: Answered By: Date: Response: Attachments: 2. Suspension method of cable/cord kit is acceptable. RFJ 224-o·t fixture mounting heiqhts.JPG Jonathan Hartman (Group 4 Architecture) Tue Mar 8, 2016 at 02:20 pm PST Per phone discussions on 3/7/2016-the lowering of the ceiling in the area where the 0·1 fixture is located (RFI 226), combined with the increased size (compared to the basis of design 01 light) of the substitute 01 fixture shown in the reviewed lighting submittal, will likely make it dimensionally and visually challenging to have such a tall fixture in an area without higher ceilings. Contractor to revisit reasons for why the basis of design fixture was proposed to be substituted initially, and if it is not reasonable to revert back to the basis of design fixture, Contractor will explore alternate substitutions that hew closer to the original fixture proportions to better address the lowered ceiling condition. None ADDITIONAL DETAILS Project: Dove/Cole Library Remodel Subject: Dove library-Type 01 Fixture Product Data Date Initiated: 03/0'1/'16 Created By: Rick Smith {Prava Construction Services, lnc) Assigned To: Jonathan Hartman (Group 4 Architecture) Responsible Contractor: Prava Construction Services, Inc Received From: Rick Smith (Prava Construction Services, Inc) Distribution: Atl<inson, Damon (Prava Construction Services, Inc) Bocox, Rebecca (Prava Construction Services, Inc) Didier, Steve (Carlsbad Library Dove/Cole) Grimes, Timothy (Prava Construction Services, Inc) Harry, Bryan (Group 4 Architecture) !rinaga, Benjarnin (Group 4 Architecture) Maeng, Daheen (Group 4 Architecture) Namlik, Scott (Prava Construction Services, Inc) Polley, Robert (SchneiderCM) Smith, Rick (Prava Construction Services, Inc) 3 ::\.,··· ~ Schedule Impact Days: TBD Coctlmpact: TBD 4 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 8 Project: LIBRARY RENOVATION PROJECTS-PROJECT NO. 4020/4030 Date Routed: To: Construction Management & Inspection Department Head Finance Director City Manager/Mayor Construction Management & Inspection Reasons for changes: Item 1 : Plans did not show ceiling drop and elevation changes in Rooms 124 and 125 that were discovered after demolition. The Architect revised the reflected ceiling plan to accommodate the changes. Includes cost for 13 new drawing sheets and 24 hours of labor to make changes tot-bar ceiling grid. Item 2 : The plans did not call for Room 210 to be fully sealed in order for the FM-200 Fire Suppression System to work properly. The FM-200 Fire Suppression System uses gas instead of water to extinguish a fire. Prior to installation and testing the manufacturer indicated the room would need to be fully sealed (air tight) for the FM-200 to work to specifications. The Contractor was directed to make the room air tight to meet manufacturer's requirements per ASI 25. The changes included upgrade of a dedicated circuit to 220 volts, adding motorized HVAC dampers to close ducts in the event of fire, sealing the room with expandable foam and caulking, and installing self-closing door hardware. Item 3 : The City requested two (2) additional data ports in Room 211 for the office furniture selected after the project was under construction. These ports were not in the plans and installed after the walls had been finished. Item 4 : The City requested changes and additions to data ports after the Contractor had completed final drywall and painting. The City added or revised 69 data port locations for future digital signage, office furniture, pre-wired public furniture, and overall redundancy. Drywall repair and painting was required. Item 5 : The plans did not accurately reflect the existing plumbing in Rooms 118 and 119. The City requested modifications to the sink cabinet backs to accommodate the field conditions. Item 6 : The plans did not show a required condensate pump or drain line at the new HVAC package unit in room 210. The City authorized the addition of a pump and drain line from the HVAC condensate piping in Room 210 to the conference room's sink in Room 208. Project: PWS15-87FAC Change Order No. 8 Item 7 : The Fire Marshall requested the fire alarm bell be relocated from the east side of the building to the south side by the loading dock. Per code the fire alarm bell must be on the street side of the building. Item 8 : The plans did not show the existing unlevel floor conditions around the stairwell on the second floor that created a gap between base of the new guardrail and the floor upon installation. The City approved adding drywall to level the edge of the stairwell and an aluminum shoe-trim around the base of the guardrail to conceal the gap. The north side and top edge of the atrium wall at the Genealogy mezzanine also required additional drywall work and leveling. Item 9 : During roof repair the contractor discovered eight (8) old and deteriorating roof drains that did not work with the newly installed roofing system. The City requested replacement of the eight (8) roof drains. Item 10: Plans did not call for "Title 24" controlled electrical receptacles that shut off after a period of non-use as required for some of the new systems furniture. The City authorized rewiring eight (8) receptacles to comply with the Title 24 requirements. Item 11: The Contractor completed final cleaning in some areas of the library but remained in the building after their scheduled completion date to finish major lighting, flooring and punch list items while the City began moving back in. The Contractor's ongoing work and the City's move activities created more cleaning requirements. Both parties agreed to split the cost. Item 12: The plans did not show the correct thickness of a portion of the roof around the atrium that was discovered after demolition. The City authorized the Contractor to demo and reframe the area to match the surrounding roof thickness. Item 13: After the lighting was installed, the Contractor discovered that the electrical circuits were overloaded. The ArchitecUEiectrical Engineer corrected their mistake by issuing revised drawings that added five (5) additional electrical circuits and wiring. The changes required removal and resetting of ceiling tiles throughout the 1st and 2nd floors. Item 14: Plans did not require louvered doors for the exterior elevator mechanical room as required by the State Elevator Code. The Contractor installed louvers into the previously installed doors and repainted the doors. Item 15: During the final walk through, the Fire Marshall called for one (1) additional fire extinguisher to comply with City codes. The Contractor provided and installed the fire extinguisher and cabinet. Item 16: The plans did not require the elevator cab light to be on its own electrical circuit or adequate lighting in the elevator pit as required by the State Elevator Code. The plans also did not .require the elevator machine room light and light switch in central locations as required by the State Elevator Code for machine rooms Project: PWS15-87FAC Change Order No. 8 with double doors. These items were corrected by the Contractor. Item 17: The City requested the addition of automated door controls to the Circulation sorting room 125 to allow for more efficient and safe flow of staff pushing loaded book carts through the doorway. Four (4) electrical circuits were added to accommodate the new equipment. Item 18: The plans did not provide adequate power to properly operate four (4) automatic HVAC dampers and the new FM-200 Fire Suppression System in the Genealogy storage room (Room 21 0). The Contractor added power to the HVAC dampers so they could close and seal the room if the fire suppression system was activated due to a fire. The contractor also installed one (1) electrical receptacle to power the HVAC condensate pump, also in Room 210. Item 19: The plans were missing one (1) electrical receptacle for one of the specified book self-check machines in the Children's area, Room 106. The Contractor added one (1) additional receptacle. Item 20: The plans did not show a lighting plan for the storage area under the stairs. The Contractor reinstalled the lighting in this area by re-feeding the switches in Room 1 06 and 1 08. Item 21: The plans showed a separation in the roof transition from the elevator tower to the main roof on the Library. During construction, the Architect determined there was a better way to realize the roof transitions. The City approved a new extension of the roof line from the existing roof to the elevator tower to streamline the roofing system. New flashing around the windows and painting of the sheet metal was included. Item 22: In Room 105, the linear lighting had to be moved to the center of the room due to a conflict with fire sprinkler piping. The plans did not show the concrete ceiling so a lighting box was created to house the relocated lighting fixture. Item 23: Several walls were torn up after final painting due to relocation of electrical wall boxes and data ports. The Contractor and the City agreed to split the costs for the additional painting and caulking. Item 24: The Architect did not clearly state the exit sign color on the Contractor's signage submittals. The Contractor was instructed to redo fourteen (14) exit signs. Item 25: The plans did not show the existing field conditions for the second floor walkway between the building and the new elevator. The City directed additional design and structure reinforcement of the walkway ensure proper stability. The Contractor removed the existing decorative slab at the second floor eave and added metal decking, structural steel and reinforced concrete for the walkway between the building and the elevator. Item 26: The plans did not include a completed detail to fully construct the vertical seismic joints for the elevator corridor. The City required the Architect to Project: PWS 15-87FAC Change Order No. 8 include additional framing and attachment revisions for seismic reinforcement of the curtain window wall system. 0 COST ACCOUNTING SUMMARY: Original contract amount $2,935,220.00 Total amount this C/0 $101,970.76 Total amount of previous C/O's $333,391.00 Total C/O's to date $435,361.76 New Contract Amount $3,370,581.76 Total C/O's as% of original contract 14.83% Contingency amount encumbered $436,522.00 Contingency increase I decrease $0.00 Contingency Subtotal $436,522.00 Total C/O's to date $435,361.76 Contingency balance $1,160.24 Project: PWS15-87FAC Change Order No. 8 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 8 PROJECT: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020 ACCOUNT NO. 3007000-9060/40201-9066 CONTRACTOR: PRA VA Construction Service Inc. ADDRESS: 344 N. Vinewood Street Escondido. CA 92029 Lic.#878621 P.O. NO. P130646 The Contractor is directed to mc;ike the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1 : Labor and associated costs to change t-bar ceiling in Rooms 124 and 125 per ASI 8. (PCCO 11/CR 34R2) Increase to contract cost. ................................................................. $3,274.00 Item 2: Add a dedicated upgraded 208 volt circuit for the FM 200 Fire Suppression System; add automatic door hardware and motorized controlled dampers; seal the door and ceiling with expandable foam and caulking for Room 210 per ASI 25. (PCCO 11/CR 62) Increase to contract cost. ................................................................. $10,844.00 Item 3 : Add two (2) data ports on 2nd floor Mezzanine Room 211 for the office furniture. (PCCO 11/CR 66) Increase to contract cost. .................................................................... $208.00 Project: PWS15-87FAC Change Order No. 8 Item 4: Add/revise 69 data ports per ASI 11/ASI 16. Includes drywall repair and repainting. (PCCO 11/CR 72R2) Increase to contract cost .................................................................. $11 ,022.00 Item 5 : Modify sink cabinetry to accommodate existing plumbing in restrooms 118 and 119. (PCCO 11/CR 75) Increase to contract cost ...................................................................... $402.00 Item 6: Add a pump and condensate piping from Room 210 to Room 208's sink. (PCCO 11/CR 76) Increase to contract cost.. ................................................................. $3,858.00 Item 7 : Relocate the fire alarm bell from the east side to the south side of the building. (PCCO 11/CR 80) Increase to contract cost. .................................................................. $1 ,564.00 Item 8: Add drywall and aluminum shoe-trim at base of the guardrail around stairs; add drywall to north side and top edge of the atrium wall at Genealogy mezzanine. (PCCO 11/CR 83R1) Increase to contract cost.. ........................................................ : ....... $12,232.00 Item 9: Install eight (8) new roof drains to new roofing system. (PCCO 11/CR 86) Increase to contract cost. .................................................................. $2,882.00 Item 10: Change eight (8) electrical receptacles connected to the office furniture on the 2nd floor to Title 24 controlled electrical receptacles. (PCCO 11/CR 87) Increase to contract cost. ..................................................................... $597.00 Item 11: Additional cleaning costs due to City staff move-in after partial final clean. (PCCO 11/CR 96) Increase to contract cost. .................................................................. $2,084.00 Item 12: Custom frame roof to accommodate existing roof thickness that differed from plans. (PCCO 11/CR 1 02) Increase to contract cost. .................................................................. $4;e6:2.00 Project: PWS15-87FAC Change Order No. 8 Item 13: Add four (4) new circuits and wiring per RFI101. Reset ceiling tiles. (PCCO 11/CR 94R1) Increase to contract cost. ................................................................. $13,717.00 Item 14: Add two (2) new louvers to elevator machine room doors and repaint. (PC CO 11 /CR 92) Increase to contract cost.. .................................................................. $2,320.00 Item 15: Add new fire extinguisher and cabinet per Fire Marshall. (PCCO 11/CR 1 09) Increase to contract cost. ..................................................................... $495.00 Item 16: Add dedicated electrical circuit for elevator cab light and relocate elevator machine room light to center of the room. (PCCO 11/CR 111) Increase to contract cost.. .................................................................... $813.00 Item 17: Add four (4) power circuits for automatic door openers into Room 125. (PCCO 11/CR 112) Increase to contract cost. ..................................................................... $720.00 Item 18: Add power to four (4) automatic controlled dampers and one (1) electrical receptacle for the condensate pump in Room 210 per RFI 81. (PCCO 11/CR 110) Increase to contract cost. ................................................................... $2,222.00 Item 19: Add electrical receptacle in Room 125 for the book self-checkout machine. (PCCO 11/CR 113) Increase to contract cost. .................................................................... $463.00 Item 20: Add power to the light in the room under the stairs. (PCCO 11/CR 114) Increase to contract cost. ..................................................................... $188.76 Item 21: Add a new extension of the roof line from the existing roof to the elevator tower. Add flashing at clerestory windows and paint sheet metal to match. (PCCO 11/CR 116) Increase to contract cost.. ................................................................. $7,519.00 Project: PWS15-87FAC Change Order No. 6 Item 22: Relocate linear lighting and add lighting box to the center of Room 105. (PCCO 11/CR 118) Increase to contract cost.. .................................................................... $616.00 Item 23: Additional interior wall painting and caulking due to relocation of electrical wall boxes and data ports after final painting. (PCCO 11/CR 119) Increase to contract cost. .................................................................. $4,472.00 Item 24: Redo fourteen (14) exit signs due to unclear signage submittals from Architect. (PCCO 11/CR 124) Increase to contract cost. ..................................................................... $787.00 Item 25: Add new concrete reinforced deck from 2nd floor to elevator shaft. Remove existing decorative slab and add metal decking, structural steel and reinforced concrete. (PCCO 11/CR 136R1) Increase to contract cost.. ................................................................ $12,896.00 Item 26: Add vertical seismic reinforcement for curtain wall elevator corridor from 2nd floor to elevator per ASI 19. (PCCO 11/CR 59) Increase to contract cost.. ................................................................. $4,153.00 TOTAL INCREASE TO CONTRACT COST .................................................... $101,970.76 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE EXTENDED AS A RESULT OF THIS CHANGE ORDER. lA. ~~' .......... ~ S/.:lb/tt (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN PRAVA CCNSTRUCT"IC~ SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ________ A~S~I#0~0~8~R~e~v~is~io~n~s_-~R~e~vi~se~d~P~r~o~po~s~a~l ______ __ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Georgina Cole Library • ASI #008 -Reflected Ceiling Plan Revisions 1 Southcoast Acoustical Interiors See attached proposal 2 Prava Construction Services ASI Drawing Reproduction -13 sheets @ $18/sheets -2 sets 3 Additional Insurance 34R2 02/25/16 3409 3/3/16 Cost $2.435.40 $468.00 $43.55 ======::;;:::::::===== Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X JNCREASEI 3 Days. ixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. ~ond Premium This change may affect the Contract Completion Date but .J~sT THIS CHANGE REQUEST the total impact cannot be determined at this time. Additionallnforma ovided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00"/o U.UU% l.uuu;o By Owner: By Owner's Representative: By Contractor: $2,946.95 $294.70 3,242 0 0 0 ~2 3,274 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8: B: B: DATE: DATE: DATE: L..I_ ........... ____ _.._ _ __;;.;RF=1UEST: FOR CtfANG.E ORDER COMPANY:~~S~o~u~t~hc~o~a~s7t.A7c~o~u~~~ica~l~ln~re~n~·o~~~--­ CONTACT:~-........-~~,:,.,A?:J:.::::O""rt:;:,eg"-'a~-~-­ ADDRESS: __ ___,--:1""4.;;;.,98~0"-'H'-"i:,::lto;;;.;n.:...::':D:i:riv:':::e'::----~-'-- PROJECT NAME: __ 3::..4.:..:0.;.::9....:C:..:.ity:L...:o.:...f .;;:.C.;:.ar.:..ls~b.;;;a.;;:.d.;;;L.:..:ib~ra~r.:..:ie.:..s_ ADDRESS: ____ ":';':"===""--~...,. DATE: 12129/20:15 SUBCONTRACT#:-~--_;;.::.;~:.;;.;;;_.....:..,-....__....:...._ CTY, ST, ZIP: _ _;_~.-..:.;.F..;:o.:,nta;;:;:·· ;:;,;!1!:'1;:-.;C:;:::A~. •:-::9:::::2:::-33.;..;6:...... ___ _ PHONE:--~-~9::-:0:-::9---:4:::-28:;--~26::-;0;-::0~~~~ CHANGE ORDER REQUEST: "'--__ _._____...2_R....:e __ vi""""se'""d:......-___ _ FAX: ____ -'9:;:.;0:.;;.9-'-4""'28;:...-;;::..26:c.:0;.::.;2 ___ _ Scope of work: Provide and installl!pproximatley 90 feetof.22 GJ\ breakmetal to lower ceiling. Reference email dated 12/15/2015 Item Number Material Itemized-Net Actual Cost 1 2-----~-·· 3 4 s· Item Number Labor Itemized-Net Actual Cost Item Number 1 --·-·-2 -···-· 3 --4-- Equipment Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 5 90 1 ·······------450.00 . ----36.00 36 Item 1. Material Sub-Total Quant. Unit Unit Price 2'4 ltem2. Labor Sub-Total Quant. Unit Unit Price Item 3. Equip. Sub-Total ----.~--0.00 0.00 ---·--·------b.b(}" 486.00 LaborTotal 1.!~1!~00_ 0.00 ------o:oo -----(fQO- 1,728.00 Equip. Total 0.00 . ----0.00 ------o-.oo --·--·----0.00 0.00 Item Number Second Tier Subcontractors-Net Actual Cost (with backup) Quote 2nd-Tier Total 1 2 ·--··3-- .4 Time Extension:·------------'--------'----- Exclusions: --------------------- AJ Ortega 12/29/2015 Submitted by: Date: Item 4. 2nd Tier Sub-Total 0.00 o.oif 0.00 ·a:oo· 0.00 Items 1-3 Sub-Total: ,_,$,._ __ ;..;2;;:.!,2,.,1,_,4;.:-:.o;.;;o,.... 10% OH & P: $ 221.40 GRANDTOTAL ~~$~----~2~.4~35~.4~0~J 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS DISTRIBUTION TO: X City of Carlsbad I SchneiderCM X Prava Construction Services, Inc. Field Consultant Other PROJECT: Georgina Cole Library ASINO.: 008 1250 Carlsbad Village Drive Carlsbad, CA 92008 DATE OF ISSUANCE: 10/22/2015 OWNER: City of Carlsbad ARCHITECT: Group 4 Architecture, Research + Planning, Inc. 211 Linden Avenue OWNER'S PROJ. NO: 40201 South San Francisco, CA 94080 CONTRACTOR: Prava Construction Services, Inc 344 North Vinewood Street Escondido, California 92029 ARCHITECfS PROJ.NO: 14449-01 CONSTRUaiON MANAGERS PROJ.NO: FOR: Cole Library Reflected Ceiling Plans The work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor change to the work as consistent with the Contract Documents and return a copy to the Architect. DESCRIPTION: This ASI includes revisions to the reflected ceiling plans and ceiling details due to filed verified existing conditions. The plan changes from ASI 004 and ASI 006 drive many of these ceiling adjustments. MEP drawings will be submitted in a later ASI in response to the ceiling adjustments outlined in this ASI DRAWINGS: A6.1-1 FIRST FLOOR LOW REFLECTED CEILING PLAN 1. REVISED suspended ACT ceiling in rooms 124 and 125. See comments for drawing A6.1-4. 2. REVISED lay-in light fixture locations in rooms 122, 123, 124, 125, and 126 to reflect new wall conditions and new ceiling grid alignments. 3. REVISED supply and return registers in rooms 122, 123, 124, 125, and 126 to reflect new wall conditions, new ceiling grid alignments, and new light fixture locations. 4. ADDED slope annotations to ceiling in rooms 124 and 125. See comments for drawing A6.1-4. 5. ADDED existing gyp. soffit in rooms 112 and 127. 6. REVISED suspended ACT ceiling in rooms 112 and 127 to accommodate existing soffits. 7. REVISED lay-in light fixture locations in rooms 112 and 127 to reflect the existing soffit and new ceiling grid alignments. 8. REVISED supply and return registers in rooms 112 and 127 to reflect the existing soffit, new ceiling grid alignments, and new light fixture locations. 9. REMOVED new suspended acoustic ceiling and new light fixtures from room 114. Existing ceiling and light fixtures to remain. A6.1-4 FIRST FLOOR LOW REFLECTED CEILING PLAN AREA - C 1. REVISED suspended ACT ceiling in rooms 124 and 125. The ceiling will have a low point at 7'2" AFF stretching east-west from the wall dividing rooms 122 and 124 to the west wall of room 125. This low point is designed to accommodate a new duct below the existing steel beams. The ceiling will slope from the low point up to 8'0" AFF both to the north and the south of the low ceiling. These sloped zones are indicated in red on the drawing. The extent of low and sloped zones are dimensioned from gridline D.S. The sloped zone to the north ofthe low ceiling should terminate at 8'0" AFF at the face of the south wall of the staff stair, Stair 2. An alignment note is provided in the drawings. The southern \\G4PRJT2\Projects\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 08 G4 RCP-COLE\ASI-008 Cole-RCPs-Narrative.doc 14449-01 CARLSBAD COLE AND DOVE liBRARY RENOVATION PROJEas sloping ceiling is intended to reach 8' -0" AFF after 3 full ceiling tiles (measured in the plane of the slope; tile size as scheduled). The dimension shown in the drawing shows the rough horizontal distance of this sloped zone. 2. ADDED Keynote 547 to indicate the inflection points of the ceiling in room 124 and 125. 3. ADDED Ceiling slope annotation to provide rough rise over run of both sloped zones. 4. REVISED Elevation of ceilings in rooms 122 and 123. Ceilings are lowered to accommodate new ducts passing under the existing wide-flange beam on Gridline D.5. Ceilings may be lowered to 7'6" AFF if necessary to provide clearances required by all trades. 5. REVISED lay-in light fixture locations in rooms 122, 123, 124, 125, and 126 to reflect new wall conditions and new ceiling grid alignments. Lights shown in sloped zones of rooms 124 and 125 shall be in plane with the sloped ceilings. Provide supplemental supports to these lights as required by the ceiling manufacturer. 6. REVISED supply and return registers in rooms 122, 123, 124, 125, and 126 to reflect new wall conditions, new ceiling grid alignments, and new light fixture locations. Return register in southern sloped ceiling (room 124) shall be in plane with the plane of the sloped ceiling. 7. ADDED details 8, 9, and 10/A9.3-2 for the sloped ceilings. 8. REVISED the east-west dimension of room 126 per existing field conditions. 9. REVISED ceiling layout in rooms 112 and 127 to show existing gyp. soffit to remain. 10. REVISED suspended ACT ceiling in rooms 112 and 127 to accommodate existing soffits. 11. REVISED lay-in light fixture locations in rooms 112 and 127 to reflect the existing soffit and new ceiling grid alignments. 12. REVISED supply and return registers in rooms 112 and 127 to reflect the existing soffit, new ceiling grid alignments, and new light fixture locations. A6.1-5 FIRST FLOOR LOW REFLECTED CEILING PLAN AREA -D 1. ADDED existing gyp. soffit in rooms 112 and 127. 2. REVISED suspended ACT ceiling in rooms 112 and 127 to accommodate existing soffits. 3. REVISED lay-in light fixture locations in rooms 112 and 127 to reflect the existing soffit and new ceiling grid alignments. 4. REVISED supply and return registers in rooms 112 and 127 to reflect the existing soffit, new ceiling grid alignments, and new light fixture locations. 5. REMOVED new suspended acoustic ceiling and new light fixtures from room 114. Existing ceiling and light fixtures to remain. 6. ADDED Keynote 548 noting existing light fixtures to remain in room 114. A6.1-6 FIRST FLOOR HIGH REFLECTED CEILING PLAN 1. REVISED suspended ACT ceiling in room 101 to reflect wall adjustment above room 105. The grid has been realigned and light fixtures adjusted to accommodate the wall adjustment. A6.1-9 FIRST FLOOR HIGH REFLECTED CEILING PLAN AREA-C 1. REVISED suspended ACT ceiling in room 101 to reflect wall adjustment above room 105. The grid has been realigned and light fixtures adjusted to accommodate the wall adjustment. The wall-wash fixture near the eastern edge of the ceiling has been moved to provide proper distance from the wall. A6.1-l 0 FIRST FLOOR HIGH REFLECTED CEILING PLAN AREA - D 1. REVISED suspended ACT ceiling in room 101 to reflect wall adjustment above room 105. The grid has been realigned and light fixtures adjusted to accommodate the wall adjustment. The wall-wash fixture near the western edge of the ceiling has been moved to provide proper distance from the wall. A6.2-l SECOND FLOOR REFLECTED CEILING PLAN 1. REVISED elevation and alignments of suspended ACT ceiling in rooms 205, 206, 207, 208, 209, and 210 to accommodate existing roof structure and reflect new wall locations per ASI 004. 2. REVISED lay-in light fixture locations in rooms 205, 206, 207, 208, 209, and 210 to reflect new wall conditions and new ceiling grid alignments. \\G4PRJT2\Projects\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 08 G4 RCP-COLE\ASI-008 Cole-RCPs-Narrative.doc 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS 3. REVISED supply and return registers in rooms 205, 206, 207, 208,209, and 210 to reflect the new wall conditions, new ceiling grid alignments, and new light fixture locations. A6.2-4 SECOND FLOOR REFLECTED CEILING PLAN AREA C 1. REVISED elevation and alignments of suspended ACT ceiling in rooms 205, 206, 207, 208, and 209 to accommodate existing roof structure and reflect new wall locations per ASI 004. 2. REVISED lay-in light fixture locations in rooms 205, 206, 207, 208, and 209 to reflect new wall conditions and new ceiling grid alignments. 3. REVISED supply and return registers in rooms 205,206,207,208, and 209 to reflect the new wall conditions, new ceiling grid alignments, and new light fixture locations. A6.2-5 SECOND FLOOR REFLECTED CEILING PLAN AREA D 1. REVISED elevation and alignments of suspended ACT ceiling in rooms 208, 209, and 210 to accommodate existing roof structure and reflect new wall locations per ASI 004. 2. REVISED lay-in light fixture locations in rooms 208, 209, and 210 to reflect new wall conditions and new ceiling grid alignments. 3. REVISED supply and return registers in rooms 208, 209, and 210 to reflect the new wall conditions, new ceiling grid alignments, and new light fixture locations. A9.3-2 CEILING DETAILS 1. ADDED Detail 8. 2. ADDED Detail9. 3. ADDED DetaillO. SKETCHES: SKA-1 SECTION 1 OF CEILING IN ROOMS 124 AND 125 1. Ceiling profile for reference. See A6.1-4 for section location. SKA-2 SECTION 1 OF CEILING IN ROOMS 124 AND 125 1. Ceiling profile for reference. See A6.1-4 for section location. SKA-3 SECTION 1 OF CEILING IN ROOM 125 1. Ceiling profile for reference. See A6.1-4 for section location. END ATTACHMENTS: ISSUED: ARCHITECT BY: Drawings 10/22/2015 ACCEPTED: Group 4 Architecture, Research+ Planning, Inc. CONTRACTOR Jonathan Hartman BY: DATE: \\G4PRJT2\Projects\14449-01 Carlsbad Library\X-Directives\__ASI\ASI 08 G4 RCP-COLE\ASI-008 Cole-RCPs-Narrative.doc ~ cy ¥ 0)-- 0---- (":;'\ --~---- l\ / • '• I \ / • I: II REDIN. I' A EA 1 1-"-.J 0 • 1 -----'\-----~,'---• I ', , \, ,/ • ·I \ ADULT / • • • • I!:;~ \=,' ·· ·. ~,~Ini ·~ WL ·. · cc~~7~~~~~~~:~-h r z :Y1l§ff!~'~:~ CD ~s~ .~.fiRsT FLooR Low C( 9 ?~ GYP. BOARD CEILING, PAINTED lti::~t~~l:=tl ~;~~SUSPENDED ACOUSTIC CEILING l ... f .............. ! .............. t .. l ~;~~SUSPENDED ACOUSTIC CEILING FABRIC CEILING EXPOSED CEILING, PAINTED SHEET NOTES A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7·10 SECTION 13.5.6.2,2 B. All {E) SUSPENED CEILING ELEMENTS {LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE CILING SHALL REMAIN IN PLACE U.O.N. c. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M. D. FOR MORE INFORMATION E. ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U.O.N. F. S.E.D. FOR EMERGENCY LIGHTING DESIGN G. S.E.D. FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT (WAP) LOCATIONS. NQ3 ~­,_~ G R 0 U P ARCHITECTURE RESEARCH+ PLANNING, INC 2llliNDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650•871•0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR LOW REFLECTED CEILING PLAN A6.1-1 11'-53/4" A.F.F. CORRIDOR mD r \ . I r r cr \\ // ~ ---=ID-t=~=~--=~=~---=<t:~--=~-1~·~--=~=~-~~ t~:l i--i I+ i i ~~ ,' \ 4 ,, \, t..~·'·1mR~~!:==J----f--;;-_j MARKElP~CE \ ! ...._ ft ;· \\ // \\ I // \\_! I 0) ~f.~ ,:~~NLARGED FIRST FLOOR LOW-AREA C r I I I -~- RCP LEGEND ti~{n,~~~~~1J~~;j GYP. BOARD CEILING, PAINTED t .. t ...... t-..... ! ....... ! ..... ll i'rL2~ SUSPENDED ACOUSTIC CEILING [+ ............. i ............. .j..j i~~ SUSPENDED ACOUSTIC CEILING ~FABRIC CEILING EXPOSCD CEILING, PAINTED SHEET NOTES A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7-10 SECTION 13.5.6.2.2 B. ALL (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE ClUNG SHALL REMAIN IN PLACE U.O.N. c. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION E. ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PD, U.O.N. F. S.E.D. FOR EMERGENCY LIGHTING DESIGN G. S.E.D. FOR SECURITY CAMERA LOCATIONS. H. S.E.O. FOR WIRELESS ACCESS POINT fYI/AP) LOCATIONS. KEYNOTES 500 2'x4' LAY IN RECESSED LIGHTTYP. S.E.D. 501 8' RECESSED LINEAR LIGHTTYP. S.E.D. 503 SURFACE MOUNTED ROUND LIGHTTYP. S.E.D. 509 REPLACE LIGHTS IN (E) CEILING TILE S.E.D. 510 8'x2' SUSPENDED ACOUSTIC TILE CEILING 6' RECESSED LINEAR LIGHTTYP. S.E.D. 2'x2' SUSPENED ACOUSTIC TILE CEILING (E) GYP. CELING, PATCH FOR FIRE SPRINKLERS AREA A AREAB NC3 C+!- G R 0 U P ARCHITECTURE RESEARCH+ PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 6 so· 8 7 1· o 7 o 9 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR LOW REFLECTED CELING PLAN AREA-C A6.1-4 ? s y ~7 I I I I GYP. BOARD CEILING, PAINTED 2'x2' SUSPENDED ACOUSTIC CEILING TILE lFH ~·rL~ SUSPENDED ACOUSTIC CEILING FABRIC CEILING EXPOSED CEILING, PAINTED -~t ________ _':_\,1, ___ ~-----:~~rt ~ f!U~ j ~----------------1\------r----------.-, -·::S=-=ArfE-; ----1~ =~----= MARKETPL.AC'~ \ 9,1-1 ;S $;~:~~---·· !' \\ , \ I ,/'/ '\\, I , \ I ,// '\\ I i\ ,'/,/ I\\\ I ,' I \ I ,/ I \ I I j_ ~--~----------------1 ,' I I ,' I i I I I i I i I I 0@] 11'-0" A.F.F. 0 .................... ........... ////1/// //__. I ROOM = I I ',,_ ! -----, I ', i ',, =ttf:::l!:D[~~ i ·-----W ~//_/ I I --ff I I I I CD ~s~ .~ §NLARGED FIRST FLooR Low_ AREA o SHEET NOTES A. (E) SUSPENEDACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPL Y!NG WITH CURRENT SEISMIC CODE ASCE 7-10 SECTION 13.5.6.2.2 B. ALL (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC,) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE ClUNG SHALL REMAIN IN PLACE U.O.N. C. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION E. ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U.O.N. _ _E. S.E.D. FOR EMERGENCY LIGHTING DESIGN G. S.E.D. FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT 0/VAP) LOCATIONS. KEYNOTES 500 2'x4' LAY IN RECESSED LIGHTTYP. S.E.D. 501 8' RECESSED LINEAR LIGHTTYP. S.E.D. 503 SURFACE MOUNTED ROUND LIGHTTYP. 509 510 514 515 529 530 S.E.D • REPLACE LIGHTS IN (E) CEILING TILE S.E.D. 8'x2' SUSPENDED ACOUSTIC TILE CEILING 6' RECESSED LINEAR LIGHTTYP. S.E.D. WALL WASH CAN LIGHTS S.E.D. 2'x2' SUSPENEDACOUSTICTILE CEILING (E) GYP. CELING, PATCH FOR FIRE SPRINKLERS N~ C;! G R 0 U J> ARCHITECTURE RESEARCH + PLANNING, INC 211 UNO EN AVENUE SO. SAN FRANCISCO CA 94080 USA 6 so· s 7 1· o 7 o 9 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR LOW REFLECTED CELING PLAN AREA-D A6.1-5 ~ C? I ~(c) §-_Y ~1=1 ~ cr ~ ~? GYP. BOARD CEILING, PAINTED [HI] 2':.:2' SUSPENDED ACOUSTIC CEILING TILE . ! [j·········t·············i··i ~;~~SUSPENDED ACOUSTIC CEILING I ~FABRIC CEILING I ~ • I EXPOSED CEILING, PAINTED ~~===n======s+~=-=tt~~~=~===~~~~-~ ~~ "="==="===+-0----ELb I I I I I I I J ~ i I I 0------~ II 10R1 I 1°1 ~I el ~ ---------~ IZI _$_ _, oc lSI e L_l_ I I I I I I I I I SHEET NOTES l I A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND __ 1 __ _ _ _ _ __ 1 __ ~~tgue~R~~T~s8e\~~T6'\~cgoM:Z~eG7-1o I I SECTION 13.5.6.2.2 B. ALL{E) SUS PEN ED CEILING ELEMENTS I (LIGHT AND ELECTRICAL FIXTURES, I GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE CILING SHALL REMAIN IN PLACE U.O.N. I C. RETROFIT (E) SUPPORTS FOR SUSPENED I ELEMENTS AS REQUIRED TO COMPLY .., WITH CURRENT SEISMIC CODE. l~i~iii~~iie~i~~~~~~J~~~~¥.~~~~ D. S,E,D.S.M.D. FOR MORE INFORMATION L E. ALLGYP.BOARDCEJLINGANDSOFFITS (,;\ _ __ __ TO BE PAINTED PO, U.O.N. ~----_____ .__ _ __ ._ ___ F. S.E.D.FOREMERGENCYLlGHTING I MATCHrNE -SEE SHEET A6.1-10 1 DESIGN I I I 1 ~~~~mDI=t=~===t 1 J ~Itt: 0--~1: Jl_y~--~ l£~4--------! ~ t!f1tm-H,,,,,,,. I I I I I I I I I I 1 l --.-- I b-,1 J CD~~~ .:~IRST FLOOR HIGH G. S.E,D, FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT ()NAP} LOCATIONS. N~ Gf,~ G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211LINOEN AVENUE SO. SAN FRANCISCO CA 94080 USA 65 o·B7l·o7o9 GEORGINA COLE LIBRARY 1250 CARLS BAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR HIGH REFLECTED CEILING PLAN A6.1-6 r: r cr r cr r I I 0 I I CD-11tf I -1 --1i ~A=w~~ -llle-~ ~;=r I ---~ I I I I I I I I I I I I I I I I I I 'f I I I I I ---$----------+- 1 I I I I I I I I I I I I I n I GYP. BOARD CEILING, PAINTED 1-t.. .... l ... ..J ....... I ...... .I..I ~~~~SUSPENDED ACOUSTIC CEILING m 2'x4'SUSPENDEDACOUST1CCEIL1NG TILE ~FABRIC CEILING ~ CXPOSCD CCILING, PAINTCD SHEET NOTES A. (E) SUS PEN ED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7-10 SECTION 13.5.6.2.2 B. ALL (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE ClUNG SHALL REMAIN IN PlACE U.O.N. C. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U.O.N. E. F. G. H. S.E.D. FOR EMERGENCY LIGHTING DESIGN S.E.D. FOR SECURITY CAMERA LOCATIONS. S.E.D. FOR WIRELESS ACCESS POINT (INAP) LOCATIONS. KEYNOTES 502 504 517 8' SUSPENDED LINEAR LIGHTTYP. S.E.D. SUSPENDED ROUND LIGHTTYP. S.E.D. 8' LINEAR RECESSEDWALLWASH LIGHT TYP.S.E.D. 1 OOl I I L:J I ---~------~~----4---- ~lttl I I xl I I I j 1 I 1wrv----------~~M;T~H;;N;_;E;1~E;T;s7.,;------------------r------ l I AREA A AREAB AREAD CD~~~ ,:~~NLARGED FIRST FLOOR HIGH AREA-c N~ G-f···· G R 0 U P ARCHITECTURE R ESE ARC H + PLANNING, INC 211 LINDEN AVENUE SO. SAN fRANCISCO C A 94080 USA 6 s o· s 7 1· o 7 o 9 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR HIGH REFLECTED CEILING PLAN AREA-C A6.1-9 ? C( y C( I I I I I I --4-------___j,;---=-==u y I GYP. BOARD CEILING, PAINTED ~ 2')(2' SUSPENDED ACOUSTIC CEILING LL±±±:JJ TILE l::::_'_'_'_'_'.~_'_'_'_'_'_'_'t_'_'_~ ... ~ .. ~~:il ~;l~ SUSPENDED ACOUS:IC CEILING ~FABRIC CEILING EXPOSED CElUNG, PAINTED -~~~~~r~~~~------------------r------SHEET NOTES ~-!---; I -. -IJ-r------Ii- I I CD ~~c ,:~~NLARGED FIRST FLOOR HIGH AREA-o A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7~10 SECTION 13.5.6.2.2 B. All (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE CILJNG SHALL REMAIN IN PLACE U.O.N, C. RETROFIT (E) SUPPORTS FOR SUS PEN EO ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S,E,D. S,M.D. FOR MORE INFORMATION E. ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U,O,N, F. S.E.O. FOR EMERGENCY LIGHTING DESIGN G, S,E,O, FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT 0/'IAP) LOCATIONS. KEYNOTES 502 8' SUSPENDED LINEAR LIGHTTYP. S.E.D. 504 SUSPENDED ROUND LIGHTTYP. S.E.D. 507 (E) PROJECTOR TO REMAIN 508 (E) SCREEN TO REMAIN 510 B'x2' SUSPENDED ACOUSTIC TILE CEILING 512 RECESSED DOWN UGHTTYP. S.E.D. 517 8' LINEAR RECESSEDWALLWASH LIGHT TYP.S.E.D. N~ G-f G R 0 U P ARCHITECTURE R ESE ARC H + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650'871'0709 GEORGINA COLE LIBRARY i250 CARLSBAD VILlAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. FIRST FLOOR HIGH RELECTED CEILING PLAN AREA-D A6.1-10 ~ ~ (1)----- 0--~ lo\ -~ ~----=---M~~ITe:s~~:~:=-----'~rN-t-..,...--tl-r-t---1---..,..__,._,_"1 0--- @---~,~-~-~-~-~- I (i) ~£~.:~ECOND FLOOR I I!> I!> ~ ~ ~ ~~ GYP. BOARD CEILING, PAINTED [Iill2'x2' SUSPENDED ACOUSTIC CEILING TILE . m 2'x4'SUSPENDEDACOUSTICCEILING TILE --~ i FABRIC CEILING I I !:::::;;<;:;:::::::=:~;~::.::) EXPOSED CEILING, PAINTED SHEET NOTES A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7-10 SECTION 13.5.6.2,2 B. ALL (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE ClUNG SHALL REMAIN IN PLACE U.O.N. c. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION E. ALL GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U.O.N. F. S.E.D. FOR EMERGENCY LIGHTING DESIGN G. S,E,D. FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT (WAP) LOCATIONS. N~ c~ G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO C:A 940RO USA 650'871"0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-1 0-22 ASI 008 SHEET TITLE AND NO. SECOND FLOOR REFLECTED CEILING PLAN A6.2-1 r: r r r cp r I I I I I I I 0----n# ----ll Jl ~ -v -· ~ ~---~-r-----~~-1 · • • I . li u L •.. · 11 J~24 i I I· ( ; II J 1 1 I II ~.:j;c•••>"·~•;cJ./;••s•••'iif;;:;;;;:,:;,,,;;,c;, 1 1 1 . 5o · _..r; ~~¥: :{;:c:;~:-C-~;,:_::,~~·:;::··_;;:~:~:,: -~:_.~:~:,_ ~-,~-:~:_·_ ,.;;::_~-~, -_-·;::c:,:~: ·::;,~:rE I I I I I I I I I I I I -I- I I I I I I I I I I I I 0-- CD ~f.~ ,: .. ~NLARGED SECOND FLOOR AREA-c GYP. BOARD CEILING, PAINTED f~t=t=~~~~~ i'rl2~ SUSPENDED ACOUSTIC CEILING r=t==t===R 2'x4' SUSPENDED ACOUSTIC CEILING t±=t=iJ TILE FABRIC CEILING EXPOSED CEILING, PAINTED SHEET NOTES A. (E) SUSPENEO ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7~10 SECTION 13.5.6.2.2 B. All {E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.} AND MEPFP EQUIPMENT AND ELEMENTS ABOVE ClUNG SHALL REMAIN IN PLACE U.O.N. c. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION E. All GYP. BOARD CEILING AND SOFFITS TO BE PAINTED PO, U.O.N. F. S.E.D. FOR EMERGENCY LIGHTING DESIGN G. S.E.D. FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT ry.JAP) LOCATIONS. KEYNOTES 500 2'x4' lAY IN RECESSED LIGHTTYP, S.E.D. 502 8' SUSPENDED LINEAR LIGHTTYP. S.E.D. 504 SUSPENDED ROUND LIGHT TYP. S.E.D. 513 LINEAR COVE UP LIGHT TYP. S.E.D. 516 8' LINEAR WALLMOUNTED DOWNLIGHTTYP. S.E.D. 529 2'x2' SUSPENED ACOUSTIC TILE CEILJNG 533 ACOUSTIC FABRIC CEILING OVER GYP.@ ATRIUM LIGHT MONITOR 535 EXPOSED CLG. PAINT All EXPOSED ELEMENTS, INCLUDING FIRE SPRINKLER, STRUCTURE, HVAC, MEP ELEMENTS. ADD "G" ACOUSTIC BATT INSUlATION TO UNDERSIDE OF {E) MTL. ROOF DECK FACED WITH CONTINUOUS WHITE FACED ACOUSTIC BATT INSUlATION. PENDANT LIGHTING BELOW SUPPORTED FROM DECK. RETROFIT All HVAC DIFFUSERS & RETURN ELEMTNS FOR EXPOSED CONDITION. WHERE ACOUSTIC BATT INSULATION ABUTS TRUSSES OR WALLS, SEE DETAIL4/A9.J..3 FOR ACOUSTIC BATT INSUlATION, TYP. All AREA A AREAB N~ G!· G R 0 U P ARCHITECTURE R ESE ARC H + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 6 5 o· s 7 1· o 7 o 9 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 AS! 008 SHEET TITLE AND NO. SECOND FLOOR REFLECTED CEILING PLAN AREA-C A6.2-4 ~ITLI ---------~------------ MECHANICAL ROOM2 = CD ~,9,~ .~~E,NLARGED SECOND FLOOR AREA-D r y ? GYP. BOARD CEILING, PAINTED mil 2'x2' SUSPENDED ACOUSTIC CEILING TILE - l::t::::::::::::::l~::::~::::::j::l i{L~ SUSPENDED ACOUSTIC CEILING FABRIC CEILING EXPOSED CEILING, PAINTED SHEET NOTES A. (E) SUSPENED ACOUSTIC TILE SYSTEM TO BE REMOVED IN ITS ENTIRETY AND REPLACED WITH SYSTEM COMPLYING WITH CURRENT SEISMIC CODE ASCE 7"10 SECTION 13.5.6.2.2 B. ALL (E) SUSPENED CEILING ELEMENTS (LIGHT AND ELECTRICAL FIXTURES, GRILLES, ETC.) AND MEPFP EQUIPMENT AND ELEMENTS ABOVE CILING SHALL REMAIN IN PLACE U,O,N, C. RETROFIT (E) SUPPORTS FOR SUSPENED ELEMENTS AS REQUIRED TO COMPLY WITH CURRENT SEISMIC CODE. D. S.E.D. S.M.D. FOR MORE INFORMATION ~~ I IT I ! I I I I '%bi"[@ ~~ E. ~!i's~v;;,,~~~~~~."&~~ANDSDFFITS '-' ...,, ' E .>-. . .. . 'e/, ~: • --·---· -~~:s~G~OREMERGENCYLIGHTING I G, S,E,D. FOR SECURITY CAMERA LOCATIONS. H. S.E.D. FOR WIRELESS ACCESS POINT (WAP) LOCATIONS. KEYNOTES 500 2'x4' LAY IN RECESSED LIGHTTYP. S.E.D. 502 8' SUSPENDED LINEAR LIGHTTYP. S.E.D. 504 SUSPENDED ROUND LIGHTTYP. S,E,O. 513 LINEAR COVE UPLIGHTTYP. S.E.D. 516 8' LINEAR WALLMOUNTED DOWNLIGHTTYP. S.E.D. 529 2'x2' SUSPENED ACOUSTIC TILE CEILING N~ c~ G R 0 U P ARCHITECTURE R ESE ARC H + PLANNING, INC 211LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650'871'0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILlAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. SECOND FLOOR REFLECTED CEILING PLAN AREA-D A6.2-5 FACETCLIPPER~ MANU F. REQ, +++ l._ ~e!' S"MAX HANGERWIRE •. . SHIM EDGE TRIP TO ALIGN WITH SLOPED CEILING '~ SEISMIC WALL CLIP { ·' ;.;, L L --I I SUSP, MAIN TEE : ACOUSTIC CEILING TILE EDGE TRIM PART. AS SCHED. ® ~<?,L,: ~LOPED CEILING WALL TRIM-SECTION 1/4"GAP SUSP. CROSS TEE ''' 'J!J!~!··-,·~· S~OPING ACT CEILING 4" CEILING TRIM ACOUSTIC CEILING TILE, Tl'P. ICL-SLOPED CEILING@ HORZ CEILING- @~~~~!.ON L-----1---:;:?""-~~~i~~E~~~~ r HOLD DOWN CLIP, TYP, ON ~~~6~NDGCi~~~~~UF.REQ ~ ~~:~7r,Lt:Vt:L L,~,~':h':~ SUSP. MAIN TEE. PARALLEL TO SLOPE, TYP. CROSS TEE, Tl'P. MANUAL WINDOW SHADE --*~~~~ll_~~c--~~~~??&~ ~ BUILT~UPSTL.ANGLE FRAMING 'C' STUD DIAGONAL BRACING 48" O.C., 16 GAMIN. FACET CLIP PER MANUF. REO. ACOUSTIC CEILING TILE, TYP. ACOUSTIC CLG. TILE, ALIGN WITH WIND. SHADE POCKET MTL. CLOSURE, PAINT TO MATCH CEILING COLOR (6) I,<?.L,:~fY,!ANUAL WIN. SHADE@ CHILDRENS EXTRUElEDAWM.ROOM DARKEN!NGSIDECHANNEL '"""'' ICL-DOUBLE WIND. SHADE @ COMMUNI1Y ® ~<??,~ -WEST ACOUSTIC CLG. TILE WOOD BLOCKING ATRIUM-EAST --1-------+-,.j-__ HIG~:a?~O& ~ 'C' STUD DIAGONAL BRACING TO STRUCTURE, 48" O.C., 16GAM!N. PTD. GYP, BD. ~ ==4=FJl.._ (E) CONT. CLG, RUNNER TO REMAIN (E) 3/4" 'C' STUD FRAMING TO REMAIN ~ ACOUSTICCLG. TILE (2) ~~~.:-~:.!~PND CEILING @ATRIUM-NORTH -----Ill ltjl I LO~PJ?W ICL-DRYWALL BULKHEAD AT ELVELATOR 3f£i WINDOWJAMB ROOM DARKENING ~~~~N~~~~TNSERT SHADECLOTH GUIDES ON TOP BLACKOUT SHADECLOTH ROOM DARKENING ALUM. SINGLE CHANNEL WI INSERT SHADECLOTH GUIDES ON TOP POLYBOND INSERT (!) ~.~~~.IDOR -SECTION (4) ~<?,~ ,:,!?.LACKOUT CHANNELS @VERT. MULLIONS 'C' STUD DIAGONAL BRACING TO STRUCTURE, 48"0,C,, 1SGA MIN. PTD. GYP. BD. 4" MTL. STUD FRAMING 'C' STUD BRACING AS tp:1ff r l 1 I 7> REQUIRED I . < ~ ACOUSTIC CLG. TILE (1) I,S\;.:_~.~~PND CEILING@ ATRIUM-SOUTH (;.! G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO, SAN FRANCISCO CA 94080 USA 65 0•871'0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-22 ASI 008 SHEET TITLE AND NO. CEILING DETAILS A9.3-2 E 8'-0" AFF COLUMN BEYOND " D.5 T s 1 -1 15-1 22 ASI 008 (D) 2 18'-0" AFF ICOLUMN BEYOND ~1 STAFF MEZZ . 17'-2" AFF .., I ----------I r-t-. ~ -~ I ISUSP. CEILING I LSUSP. CEILING I I Cj)PEN T RM 12 I RM 124 I I SKA-2 -SECTION 2 2015-10-22 ASI 008 RM 125 l----iB'-0" AFF J ...... Moo zg 0 ..... V') <( (;j)---V') M II'""" I I ~ Ln II'""" 0 V') N "' N ..- PRAVA CONSTRUCTION SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: Revisions to FM-200 Fire Suppression Room 210-ASI #025 APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval Is important to the progress of the job. This work Is not proceeding pending your approval. Item ofwork Description Georgina Cole Library· Revisions to FM-200 Fire Suppression Room 210 • ASI #025 Precision Electric Company Upgrade Circuit Feeding Split System in Room 21 0 to 208 Volt-Please refer to the attached receipt 2 CFO Door Hardware and Security Door and Hardware revisions -please see the attached quote 3 Olympic Air lnsta112 Motorized Control Dampers at Room #210-please see the attached quote 4 Standard Drywall ·seal up existing openings In Room 210 Extra Work Authorization #135781-8 mh Materials 5 Prava Construction Services, Inc. Date: 2/3/16-Labor Hours -12 mh Materials -10 tubes of caulking and 10 cans of expandable foam Date: 2/4/16 -Labor Hours -8 mh 6 Date: 2/5/16 -Labor Hours • 8 mh Date: 2/8/16 -Labor Hours -4 mh Date: 2/9/16 • Labor Hours • 2 mh Date: 2/1 0/16 • Labor Hours • 6 mh Added Clean -up -4 mh Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): X INCREASE! 5 Days. DECREASED Days. 11----Not Affected at all by this change. Subtotal Gen. Conditions Fixed Insurance Overhead & Fee Hand Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST 11----the total impact cannot be determined at this time. Additional Information will be provided as soon as It Is available. This Change Request fixes the cost only. Other: 0.00% U.UU"fo U.UU'l'O I.UU"/o 62 02/23/16 3409 3/1/16 Cost $1,188.97 $737.00 $3,552.00 $600.00 $120.00 $911.40 $300.00 $607.60 $607.60 $303.80 $151.90 $455.70 $303.80 $147.60 $9,987.37 $500.00 $249.37 10,737 0 0 0 107 10,844 AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA g2029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Upgrade Circuit Feeding Split System in Room 210 to 208 Volt We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 1 0 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown Bid Item Material($) II CREDIT -42.00 II ADD 535.51 tfotal 493.511 CREDIT PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Labor Hrs -0.73 9.10 8.371 Description Qty Net PriceU Total Mat. LaborU 4x 21/8" SQ BOX COMB KO -1 1,724.88C -17.25 30.00C 4" SQ 1x TOGGLE SWITCH COVER -1 847.05C -8.47 8.00C 20A 120-277V DIP SW-TOGGLE IVY (CS-SWO} -1 1,628.49C -16.28 35.00C tfotals -3j -42.001 ADD Description Qty Net PriceU Total Mat. LaborU #12 THHN BLACK 150 230.26M 34.54 6.00 )'v1 #12/2C SOLID CABLE MC-STL ARMOR 90 862.08M 77.59 26.00M 3/8" CONN SADDLE GRIP DC FOR FLEX I AC-90 1 MC 4 95.55C 3.82 0.10E 1-H STRAP #14/2 & #12/2 15 33.87C 5.08 4.00C WIRE CONN RED 9 19.36C 1.74 6.00C 1/4x 3 TGL SOL T SPRING WING P/H 3 23.82C 0.71 12.00C #8x 1/2 P/H SELF-TAP SCREW 20 7.16C 1.43 6.00C 20A 2P BREAKER BOLT -ON 1 111.oo1E 111.00 0.52E 30A DSN SW FUSIBLE-NEMA 1 1 265.e8IE 265.98 2.20E ORIGINAL &.2. - 27 1/29/2016 1/29/2016 City of Carlsbad Ubr<= 15029 1 Total Hrs. -0.30 -0.08 -0.35 -0.731 Total Hrs. 0.90 2.34 0.40 0.60 0.54 0.36 1.20 0.52 2.20 PROPOSED CHANGE ORDER Client Address: Precision Electric Company 8137 Winter Gardens Blvd PRAVA 344 N. Vinewood St. Escondido, CA 92029 Lakeside, CA 92040 OA FUSE TIME DELAY CLASS RK5 tf"otals Summary General Materials Material Tax Material Total HOURLY RATE Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: (@ 8.000 %} (8.37 Hrs@ $64.18) (@ 10.000 %) (@ 1.000 %) I hereby cerUfy that this quotalion Is complete and accurate based en the information provided. CLIENT ACCEPTANCE PC0#:27 Final Amount:$1,188.97 Name: Date: Signature: Change Order #: I hereby accept lhis quotation and authorize the conlraclor b complele the ab:Jw described worl<. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: Total Mat. 33.62 535.521 27 1/29/2016 City of Carlsbad libr<: 15029 2 Total Hrs. 0.04 9.101 493.51 39.48 532.99 537.19 1,070.18 107.02 1,177.20 11.77 $1,188.97 Rick Smith From: Sent: To: thanssen@precisionelectricco.com Friday, January 29, 2016 11 :52 AM Rick Smith Subject: PEC PCO # 27-Upgrade Circuit Feeding Split System in Room 210 to 208 Volt 01/29/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order Description: Upgrade Circuit Feeding Split System in Room 21 0 to 208 Volt Subject: City of Carlsbad Libraries PCO No.: 027 RE: Requested by Owner I Prava Construction 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www. precisionelectricco. com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $1,188.97 To Be Determined No 02/0812016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to upgrade the circuit feeding the split system in Room 210 from 120 volt to 208 volt, as requested by the Owner and Prava Construction. The means of disconnect also had to be upgraded from a motor rated switch, as shown on the drawings, to a 30 amp disconnect. A credit has been given for the motor rated switch and associated box I cover. Please issue a change order accordingly, as this work has been completed in the field. 1 If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosure {click link to download): PEC PCO # 27.pdf 90 KB cc: Prava Construction Services, Kevin Mann Prava Constmction Services, Rick Smith TH/th 2 CFO DOOR HARDWARE and SECURITY 127 4 N. Grove Street Anaheim, CA 92806 Tel.# 714 632-8116 Fax# 714 632·8759 Distributors of Quality Builder's Hardware, Wood Doors. Hollow Metal Doors & Frames, & Top Notch Installation of Doors & Hardware Contractor License #859157 CHANGE ORDER PROPOSAL #15-008HDFI-4 PRA VA CONSTRUCTION DATE: 01128/2016 _____ _ 2038 CORTE DEL NOGAL, SUITE 100 CARLSBAD, CA 92011 OFFICE FAX: 760-579-0003 __ _ Attn: RICK SMITH/TIM GRIMES _____ _ Job Name: CARLSBAD COLE LIBRARY ___ _ Changes Per: ASI #024 PER THE ABOVE REFERENCED CHANGE REQUEST, WE ARE QUOTING THE FOLLOWING ADJUSTMENT TO YOUR CONTRACT: CHARGE FINISH HARDWARE: $387.00 HOLLOW METAL: $0 WOOD DOORS: $0 PREFINISHED: $0 INSTALLATION: $300.00 FREIGHT: $50.00 TOTAL CHANGE ORDER: $737.00 PRICES INCLUDE SALES TAX AND DELIVERY AND ARE ONLY VALID FOR30 DAYS. SPECIAL NOTES: ' 1. Furnish and Install additional hardware as listed per ASI #024, revised Hw Set #07A. Added hardware includes (1) LCN 4111 EDA, (1) PEM S88BL -17', (1) PEM 173A-36", (1) PEM 4131CRL-36" 2. AU other hardware listed on Hw Set #07A has already been procured and furnished to the jobsite. D WE HAVE PROCEEDED WITH THE ORDERING OR FABRICATING OF MATERIALS. A CHANGE ORDER OR PURCHASE ORDER IS REQUIRED PRIOR TO SHIPPING. Jl WE HAVE NOT PROCEEDED WITH THE ORDERING OR FABRICATING OF MATERIALS. ~ PLEASE ISSUE YOUR WRITTEN AUTHORIZATION OR SIGN AND RETURN THIS FORM. YOU ARE AUTHORIZED TO PROCEED. CHANGE/PURCHASE ORDER FORTHCOMING. DATE IF YOU HAVE ANY QUESTIONS CONCERNING THIS CHANGE, PLEASE CONTACT: ERIC CASTILLO Control#: Rick Smith From: Sent: To: Eric Castillo <Eric@sbhsolutions.com> Thursday, January 28, 2016 10:43 AM Timothy Grimes Cc: Subject: Attachments: Rick Smith; Rebecca Bocox; Damon Atkinson RE: Cole Library -PCO's for Door Hardware Change Order #04.pdf Importance: High Tim, attached you'll find our change order for the added material as listed on ASI #24. Note that I have this material here in stock (luckily) and can have it shipped out via Fed Ex. Let me know if we're good with this. Eric Castillo Pn~ject fvlanager/Finish Harchvare r::ngincer CfO Door llard,,·are & Security Oniee (714)632-:'; 116 Fax (714)632-8759 From: Timothy Grimes [mailto:TGrimes@pravacsi.com] Sent: Friday, January 22, 2016 9:48 AM To: Eric Castillo Cc: Rick Smith; Rebecca Bocox; Damon Atkinson Subject: Cole Library -PCO's for Door Hardware Eric, Please provide pricing, lead times, and installation time for the attached ASI regarding added door hardware at RM 210. Please let me know if you have any issues getting this equipment. We are expecting an install date of Monday 1/25/2016. PRAVA Timothy Grimes cell: (760) 270-8132 office: (760) 929-9787 fax: (760) 579-0003 t9.dnl.'"-S!il'oravacsi.com W\WI.pravacsi.com 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 1 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year · Customer Service onsider the environment before printing this email transmissron contains con ential information from Prava Construction Se01ices. Inc. This information is intended solely for use by the individual or entity named as the recipient heraof. If you are not the intended ~Bcipient. be aware tl1at any disclosure. copying. dislribution. or use of the contents of the transmission is prohibited. If you have received this transmission in error, please notify us by telephone immediately 2 Rick Smith From: Timothy Grimes Sent: To: Thursday, January 28, 2016 10:54 AM Eric Castillo Cc: Subject: Rick Smith; Rebecca Bocox; Damon Atkinson; Rick Smith RE: Cole Library -PCO's for Door Hardware Eric, Please send it as fast as you can. We need this installed ASAP to complete other portions of inspection and testing. Thanks From: Eric Castillo [mailto:Eric@sbhsolutions.com] Sent: Thursday, January 28, 2016 10:43 AM To: Timothy Grimes <TGrimes@pravacsi.com> Cc: Rick Smith <RSmith@pravacsi.com>; Rebecca Bocox <RBocox@pravacsi.com>; Damon Atkinson <datkinson@pravacsi.com> Subject: RE: Cole Library-PCO's for Door Hardware Importance: High Tim, attached you'll find our change order for the added material as listed on ASI #24. Note that I have this material here in stock (luckily) ancl can have it shipped out via Feel Ex. Let me know if we're good with this. Eric Castillo Project Manager/Finish Hard\Yare Engineer CFO Door Hardware & Security Office (714)632-3!16 fax (714)632-8759 From: Timothy Grimes [mailto:TGrimes@pravacsi.com] Sent: Friday, January 22, 2016 9:48AM To: Eric Castillo Cc: Rick Smith; Rebecca Bocox; Damon Atkinson Subject: Cole Library -PCO's for Door Hardware Eric, Please provide pricing, lead times, and installation time for the attached ASI regarding added door hardware at RM 210. 1 Please let me know if you have any issues getting this equipment. We are expecting an install date of Monday 1/25/2016. PRAVA 00N8't'FtUC'l1QN S~VICU1 tN.O, Timothy Grimes cell: (760) 270·8132 office: (760) 929-9787 fax: (760) 579-0003 tqrimesCciloravacsi. com www.pravacsi.com 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year ''"''""'"'' Service ·1":"""'' the environment before printing this email This i , 1 i infonmtion from Prava Construction SeJVices. Inc. This information is intended solely for use by the individual or entity named as the recipient hereof. If you are not the intended recipient, be aware that any disclosure. copying. distribution. or use of the contents of the transmission is prohibited. If you have received this transmission in error. please notify us by telephone immediately. 2 Rick Smith To: Cc: Subject: Olympic Air City of Carlsbad RE: PCO #7 per RFI#117 Good Afternoon Anne/ David-your proposal in the amount of $3,552.00 PCO #7 is approved-please proceed with the added scope of work immediately. Thanks Richard K. Smith. P.E. C: (760) 402-5403 0: (760) 929-9787 F: (760) 579-0003 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSOC Supplier of the Year 2012 Excellence in Customer Service ..,...j Go Green! Please consider the environment before printing this email Tilis transmlssion con tams confiJcntla! information fron Prava Cons!mc~on ServJces, Jnc. This inforn1ation is intendt?d solaiy for US(~ by the iOdiv!dnal or enl1ty named a:; the rectpient hereof. If y·Du are nat t1e intended recipient. be a1Nare that any disclosure. copying_ distributJon. or usc ct the contents of the transmission 1s prohibited If you have received this transmission in error please UD!Jf:t us by telephone immediately. From: Olympic Air [mailto:olympicair7@gmail.com] Sent: Friday, January 22, 2016 1:27 PM To: Rick Smith <RSmith@pravacsi.com>; Kevin Mann <KMann@pravacsi.com>; Dayle Imlay <dimlay@pravacsi.com>; 3409 Docctrl <3409docctrl@pravacsi.com> Subject: PCO #7 per RFI#117 Rick, Please see attached. If you have any questions, please let me know. Regards, Anne Hwang Olympic Air Tech 1 Rick Smith From: Sent: To: Subject: Attachments: Rick, Please see attached. Olympic Air <olympicair7@gmail.com> Friday, January 22, 2016 1:27PM Rick Smith; Kevin Mann; Dayle Imlay; 3409 Docctrl PCO #7 per RFI#117 PC0#7.pdf If you have any questions, please let me know. Regards, Anne Hwang Olympic Air Tech 1 OLYMPIC AIR TECH. 12106 PARK STREET, CERRITOS, CA 90703 PH: 562-802-3464 FAX: 562-802-3494 Lic.#980600 Pro:Qosal Change Order #7 Date: Jan 22, 2016 ITotal #of pages (including this sheet}: I 3 To: Prava Construction Services, Inc. Attn: Rick Smith Project: Cole Library Re: Change Order Proposal for RFI#117 RM#210 Motorized Control Damper Install 2 Motorized Control Dampers at RM #21 0 TOTAL CONTRACT AMOUNT$ 3,552.00 Brian K. Hwang I Project Manger. Olympic Air Tech. BREAK DOWM FOR Colo Ubrary c. QUANTITIES d. MATERIAL COST e. LABOR COST a. ITEM b. DESCRIPTION OF ITEM 0.0 UNIT UNIT COST COST UNIT COST COST r. TOTAL COST NO. UNIT Change Order for RFI# 117 RM#210 Motorized Control Damper. 1 Material $0.00 Control Damper Size: 38" X 14", 100% AirTight' 2 EA $400.00 $800.00 $800.00 2 Additional Labor Sheet Metal Worker 1 manx8Hrx@62.00 $496.00 5496.00 Laborer 1 manx8Hrx@4 7.18 $3n.44 5377.44 Foreman 1 manx8Hrx@85.00 $680.00 5680.00 Tool Truck 1 Day $120.00 $120.00 $0.00 $120.00 TOTAL $920.00 $1,553.44 $2,473.44 OL YMP!C AIR TECH. Cole Library 11 Direct Matetials 12 Sales Tax on Materials 13 Direct Labor Sub-Contractor's Work 14 Insurance, Taxes, & Fringe Benefits 33.00% ofline 13 15 Rental Equipment =====:==~~:=~~~lli1~~~~~~==~~=~~~~~~-========j 16 Sales Tax on Rental Equipment 8.75% ofline 15 17 Equipment Ownership annd Operating Expenses Company Van 18 Subtotal (add lines 1-7) 21 Home Office Overhead 22 Profit 23 Subtotal (Add lines 20-22) STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT --, 'Sc::;0 '~ r r .ol<..i\Z-G 1!-·J/!. ( ol.(; L,~%U~u~ 0 \ (2/::.:.JA (-(,-\b .-' DESCRIPTION OF WORK: t1P'/t ~~ , I (',AJ/{ }oN t: oN ..qLL n Al f-J i!f A f' I f.dl./ ( l3 /1 ~~ i (:~t/ T f.J U//11.-,t_{ f?JVJ '2/tJ rr'L!_A Y f:'UA """ VN lA/£ r r R?f? J t tr /A/ALt. PFN F T teA Tlr~, I AN'!) fl. tV! 211 IA!f(T Pll!t~ IAJ4'1LL-~ MATERIAL LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT ~ ct-.•l> 1~:.(.\')>cr-i'S.J ~~~ rc~ SUPERVISION CARPENTER ~ TAPER LATHER PLASTERER HODCARRIER ·-. LABORER .. SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAL MISCELLANEOUS COST GRAND TOTAL AUTHORIZED BY S,,z;.,l.;,)l('~· {/· CUSTOMER WORK AUTHORIZATION NO. SDI REPRESEN:~~~VE r:f:i~ . -l J ,. ,j;[' r:. (,·!_..{/•!.:;,,,., 1 #-'..:-- . COMPANY PRINT r ... ·"' WORl< TO BE CONTINUED? YES NO )(-::;_::,,,/ i::J I) j' ] I j f •, .. -( . . IF YES, CONTINUED ON EWA NO. , lei[ /,:'l' . f )'4/i 4! /{/ White -Office • Canary-Project Manager • Pink -General Contractor • Goldenrod -Foreman PRA A CONSTRUCTION SERVICES, INC. Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: datkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 Start Date: .213/2016 End Date: .2 I 3 /2016 Work Description/ Material Used 10 Tubes of caulking -~--------------·-·. 10 Cans of expandable foam ············ Labor I Tradesman Hours Worked Rate Go Staff 6 Prava 6 Print Name Damon Atkinson Signature Signature above is verification that all labor and materials supplied to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. PRA A CCJNSTRUC:TION SERVICES, INC:, Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: clatkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 Start Date: .. !.. .' 2/4/2016 End Date: ···2 (412{)16 Work Description/ Material Used Prep room and begin se.~J!ng ai~~Y.~'v'.'i!~_€lxpandable foam &_caulking _ --·------· ... -----··· ......... ···-··---·-·-··· ... ..... Labor I Tradesman Hours Worked Rate Go Staff 4 Prava 4 Print Name Damon Atkinson Signature Signature above is verification that all labor and materials supplied to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. PRAVA CONSTRUCTION SERVICES, INC. Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: datkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 Start Date: 215/2016 End Date: 2 /512016 Work Description/ Material Used Prep room and begin sealing airways with expandable foam & caulking !··········· , .. Labor I Tradesman Hours Worked Rate Go Staff 4 Prava 4 Print Name Damon Atkinson Signature Signature above is verification that a// labor and materials supplied to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. PRAVA C:ClNSTRUCTlCJN SERVICES, INC, Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: datkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 Start Date: End Date: Work Description/ Material Used Prep room and begin sealing airways with expandable foam & caulking -----------~--------------- Labor I Tradesman Hours Worked Rate Prava 4 Print Name Damon Atkinson Signature Signature above is verification that all labor and materials supplfed to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. PRAVA CONSTRUCTION SERVICES, INC:. Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: datkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 Start Date: 2/9/2016 End Date: 2!9/2016 Work Description! Material Used Prep room and begin sealing airways with expandable foam & caulking ---------------------~-·---------------··---~--·------~-~------·----- . I······ ~----~-··-···---···· Labor I Tradesman Hours Worked Rate Prava 2 Print Name Damon Atkinson Signature Signature above is verification that all labor and materials supplied to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. PRAVA C:ONSTRUC:TION SERVICES, INC:, Daily Time & Material Report Sold To: Job No. 3409 Contact: damon Atkinson Phone#: 760-929-9787 Cell#: 442-888-0632 E-mail: datkinson@pravacsi.com Fax#: 760-579-0003 Address of Work Completed Carlsbad Cole Library, 1250 Carlsbad Village Dr, Carlsbad Ca. 92011 . Start Date: 2/1012016 End Date: Work Description/ Material Used Prep room and begin sealing airways with expandable foam & caulking ,,. ~ ~--·-~----·---~.-~.---· ------·---------------·-- Seal all duct work ... Labor I Tradesman Hours Worked Rate Olympic Air 2 Prava 4 Print Name Damon Atkinson Signature Signature above is verification that all labor and materials supplied to date is complete to customer's satisfaction and customer agrees to pay contractor for additional Labor and Materials provided and authorized for the above referenced project. .. PRAVA CONSTRUCTION SERVICES, INC. 344 N. Vinewood St. Escondido, CA 92029 Phone: (888) 638-1504 RFI #81 Revised Project: 4030/4020 -Dove/Cole Library Remodel 1250 Carlsbad Village Drive Carlsbad, California 92008 Phone: 760 717-0535 Room 210 Storage -Fire Suppression System TO: DATE INITIATED: LOCATION: COST CODE: Robert Polley (SchneiderCM) California 11/11/2015 Georgina Cole Library 2nd Floor FROM: STATUS: DUE DATE: REFERENCE: Rick Smith (Prava Construction Services, Inc) 344 N. Vinewood St Escondido, California 92029 .............. Open 11/15/2015 COST IMPACT: TBD SCHEDULEIMPAC~ TBD DRAWING NUMBER: A2.5-6, M3.20 LINKED DRAWINGS: RECEIVED FROM: Rick Smith (Prava Construction Services, Inc) COPIES TO: SPEC SECTION: Daheen Maeng (Group 4 Architecture), Kevin Mann (Prava Construction Services, Inc), Robert Polley (SchneiderCM), Rick Smith (Prava Construction Services, Inc) Question from Rick Smith (Prava Construction Services, Inc) at 05:32PM on 11/11/2015 Room 210 Storage Room has an existing masonry wall on the west side of the room (overlooking room 113 below). There are several existing pieces of ductwork (both supply and return register) that penetrate this masonry and allow air to flow from the ceiling air of room 113 to room 210. The original contract documents have the mechanical contractor tying into the existing ductwork on the east side of the masonry wall. The concern is this room is being converted into a storage room with a FM-200 Fire Suppression System. In order to test and have an effective FM-200 Fire Suppression system; the room needs to withstand pressurization. Currently there are numerous existing penetrations that will need to be sealed; including penetrations around the existing ductwork going thru the masonry wall and a large return air duct that does not have a damper requirement or an existing damper. Also, there are several other open penetrations thru this masonry wall that probably need to be sealed. Please review this existing site condition and provide a solution of the sealing of this room. All Replies: TTG Revised Response (1/7/16) TTG needs to amend our previous response for RFI#81 based on information received from a third party. Provide 36x12 transfer duct and existing 22x12 return duct with motorized dampers to close when clean agent fire extinguishing system is activated. Fill wall openings around ducts with caulk or sealant. BY DATE COPIES TO SchneiderCM Page 1 of 1 Printed On: 11/11/2015 05:53 PM 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS DISTRIBUTION TO: PROJECT: Georgina Cole Library 1250 Carlsbad Village Drive Carlsbad, CA 92008 X City of Carlsbad I SchneiderCM X Prava Construction Services, Inc. ASINO.: 024 DATE OF ISSUANCE: 01/13/2016 Field Consultant Other OWNER: City of Carlsbad ARCHITECT: Group 4 Architecture, Research+ Planning, Inc. 211 Linden Avenue OWNER'S PROJ. NO: 40201 South San Francisco, CA 94080 CONTRACTOR: FOR: Prava Construction Services, Inc 344 North Vinewood Street Escondido, California 92029 Room 210 Door Hardware ARCHITEITS PROJ.NO: 14449-01 CONSTRUCTION MANAGERS PROJ.NO: The work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor change to the work as consistent with the Contract Documents and return a copy to the Architect. DESCRIPTION: This ASI includes revisions to the Cole Library door 210 hardware group DRAWINGS: A2.6-1 DOOR SCHEDULE 1. REVISED Door 210 to be fitted with hardware group 7 A SPECIFICATIONS: 087100 DOORHARDWARE 1. ADDED: Hardware Group 7A: GROUP NO. 07A 3 EA HINGE 5BB1 4.5 X 4.5 NRP 652 IVE 1 EA CLASSROOM LOCK ND70PD SPA 626 SCH 1 EA SURFACE CLOSER 4111 EDA 689 LCN 1 EA FLOOR STOP FS439 682 IVE 1 EA SEAL S88 PEM 1 EA THRESHOLD 173A AL PEM 1 EA AUTO DOOR BOTTOM 420APKL AL PEM 1 EA AUTO DOOR BOTTOM 4131CRL AL PEM USE EITHER AUTO DOOR BOTTOM, DEPENDING ON MORTISE CONDITION OF THE BOTTOM OF THE DOOR LEAF. END ATTACHMENTS: Drawings, Specifications G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI24 Rm 210 Door Hardware\ASI-020 Cole-Door Hardware.doc 14449-01 CARlSBAD COlE AND DOVE liBRARY RENOVATION PROJECTS ISSUED: ARCHITECT BY: 01/13/2016 ACCEPTED: Group 4 Architecture, Research + Planning, Inc. CONTRACTOR Colette Chew BY: DATE: G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI24 Rm 210 Door Hardware\ASI-020 Cole-Door Hardware.doc PRAVA CONSTRUCTION SERVICES1 INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ____ ~A~d~d~2~D~a~m~D~ro~p~s~o~n~S~ec~o~n~d~F~Io~o~r~M~e=ll=a=n~i~ne~---- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item I ofwork Description Georgina Cole Library· Add Two Data Drops ofn the Second Floor Mezzanine 1 Precision Electric Please refer to the attached proposal 2 Additional Insurance 66 42369 12/30/15 3409 1/6/16 Cost $184.72 $2.77 ============== Subtotal= Mark-up -10% on First $5,000 Mark-up • 5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at aU by thos change. l::lond Premium This change may affect the Contract Completion Date but AL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Addilionallnformatoon will tie provided as soon as it is available. This Change Requestfixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU% UWYo l.UU"/o By Owner: By Owner's Representative: By Contractor: $187.49 $18.75 206 0 0 0 2 208 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Additional Data Outlets We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU 3/4" CONDUIT-EMT 10 199.48C 19.95 o.ooc 3/4" CONN COMP STL-EMT 1 350.20C 3.50 o.ooc 3/4" 1-H STRAP-EMT-STEEL 2 47.26C 0.95 o.ooc DEV BOX 2 1/2" DEEP 1/2" KO REWORK 1 1,469.95 c 14.70 O.OOC 4x 2 1/8" SQ BOX COMB KO 1 1,724.88C 17.25 o.ooc 4" SQ 1G PLSTR RING 5/8" RISE 1 691.24C 6.91 o.ooc PEC W0#12207 1 O.OOE 0.00 1.50E TAP CON SCREW 4 38.74C 1.55 o.ooc [!otals 211 64.811 Summary General Materials Material Tax (@ 8.000 %) Material Total HOURLY RATE (1.50 Hrs@ $64.18) Subtotal Markup (@ 10.000 %) Subtotal FINAL AMOUNTS Bond (@ 1.000 %) Final Amount ORIGINAL 18 12/30{2015 12/30/2015 City of Carlsbad Librc 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 1.50 0.00 1.501 64.81 5.18 69.99 96.27 166.26 16.63 182.89 1.83 $184.72 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 CONTRACTOR CERTIFICATION Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby certify that this quotation is complete and accurate based en the infonnation provided. CLIENT ACCEPTANCE PCO#: 18 Final Amount:$184.72 Name: Date: Signature: Change Order #: t hereby accept this quotation and authorize the conlractor b complete the aboVe described wolk. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 18 12/30/2015 City of Carlsbad Librc: 15029 2 I ~RODUCT 6544 • •• • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 390-0623 TERMS; QTY. MATERIAL ~ \ L1 5 b f)K._ ·\ n t..\W1 "'" ul l'll'\tJ '3ft; '1{ M-\-'Afr.A ~(l, ln 1 :; u r.vvtf ' . 'Z. ~ lu etn+ l'ltve hll-es . \. f<t~ lJu1 5rHb.ifs c,ut '"' b I"'))! l OOW1 ""J > PRICE DATE CQI.!PtETEO I TOTALMATERIALI3 • AMOUNT ~(_'') Work ordered by ~,.,,t ~ Signature .&;,A-f_$!-..Zt:~fJE. I hereby ackl1owledge !he salfsladol)' completion of 111e above described wart<. e • • • c• cJJ(Q)I~ 0[1\(fl~(Q)OCG~ 12207 DESCRIPTION OF WORK MA ' daf11 Jt:{)JJc:; t'?t'1 i~ -Pltbt'" MP.?Y ' .. OTHER CHARGES TOTAL OTHER .. LABOR IHRS. RATE AMOUNT E\,.c.+r ~A dtl\ l. E TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ~~ TAX TOTAL Rick Smith From: Sent: To: thanssen@precisionelectricco.com Wednesday, December 30, 2015 2:03 PM Rick Smith Subject: PEC PCO # 18 -Conduit I Boxes for Additional Data Outlets 12/30/2015 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Additional Data Outlets Subject: City of Carlsbad Libraries PCO No.: 18 RE: Requested by Owner I T&M Proposed Change Order 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determin~d that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $185.00 To Be Determined No 01/09/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to provide conduit I boxes for additional data outlets, as requested by the Owner I Prava Construction. This work has been directed, performed and approved on a time and material basis (see attached signed I executed T&M ticket# 12207}. ------------------·---·--------- If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (61 9) 966-9653 Enclosures (click link to download): cc: PEC PCO # 18-T&M Ticket# 12207.pdf 588 KB PEC PCO # 18.pdf 88 KB Prava Construction St!rvices, Tim Grimes Prava Construction Services, Kevin Mann Prava Construction Services, Rick Smith Tl-l!th ·----;::::========;--------·----! 0 ~~"'""~-=·-·· -·-------.. -1 2 PRAVA CONSTRUCTION Se:~VICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: -------=D=-::a:.::ta:..:R:...:e=-v:.:.:is:.::io:::.n.:.::s:....--=C:..:o:.:.:le::..L=:i.:::::br:_::a::..;ry'------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Cole Library-Data Revisions World Bridge Technologies PCO #1 -ASI-11 Added 2-Port Data drops for future Ditigal Signage -please see attached proposal PCO #2-ASI-16 Relocation and Added Data Drops-please see attached proposal PCO #3-City Review, Removed Data Drps & Relocated MDF, Added Fiber & MP Copper-please see attached proposal PCO #4 -Post Added Data Drops -please see attached proposal Terminated location drops F27-F30, Re-installed and terminated locations F31-F34 and F35-F38 2 All Source Company CO #4-Trade Damage -Spot prime & Paint trade damage -south mezzanine areas-please see attached proposal CO #5-Paint rooms 201, 202, 210, & 211 -due to wiring revisions 3 Additionallnsurance Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): X INCREASE! tbd Days. DECREASED Days. 11----Not Affected at all by this change. This change may affect the Contract Completion Date but If----the totallmpact cannot be determined at this time. Additlonallnforma is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Subtotal Gen. Conditions Rxed Insurance Overhead & Fee Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: 72R2 02102/16 3409 2/9/16 $3,588.7 $689.15 -$1,251.88 $2,523.26 $780.0 $10,154.7 $500.0 $257.7 10,912 0 0 0 1U\l 11,022 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: ~ v / / ,/ Project ID#: 5140CLCD Carlsbad Libraries Owner: CLCD Prime Contractor: PRA VA Construction Services Project Manger: Damon Atkinson Phone: (442) 888 0632 Fax: (760) 579 0003 Project: CLCD-Carlsbad Cole Library Change Order#: T&M's 5643 and 5644 Date 01.19.2016 ~cription of Work: Re-terminated location drops F27-F30, Re-installed and terminated locations F31-F34 and F35-F38. Re- located drop E17 inside new elevator shaft and terminated with a RJ45 Jack. Installed 2 additional drops Dl6 andD19. Line 1 2 3 4 5 6 7 8 9 10 II 12 13 14 Changes and Extra Work Schedule Payment -Extra, Additional, or Deleted Work Qty Matel"ial Discription Price Extension I RJ45 Jack $ 3.7500 $ 3.75 3 4 Port Faceplate $ 3.7500 $ 11.25 4 CAT6Jacks $ 3.75 $ 15.00 Contractor Material Qty Labor Description Rate Extension 5 Daniel $ 75.0000 $ 375.00 5 Selden $ 75.00 $ 375.00 Contractor Labor Sub-Contractor Costs DW Hibbert Electric Contractor's Overhead & Profit Contractor's Total Cost Proposal For questions, clarifications, or changes, please contact our Project Department. David Castro DavidC@WorldBriclge T ech.com Project Manager $ $ 1050 Pioneer Way #G, El Cajon CA 92020 tel (619) 792-1260 fax 619-792-1988 www.1-JiorldBridgeTech.com C A License#: 848495/B, C-7, C-10 Jo.oo I 1so.oo I I I 1so.oo I Lic.848495 #C-lO,C-7 ACO Lic.6784 1050 Pioneer Way Suite G • El Cajon, CA 92020 Off: 619-792-1260 Fax: 619-792-1988 ro :V~vt; CoVts -t-vvcAt.on S-elf\J\·c.e 3 q 4 \J . \h h-t \.AA)()d sf, DATE COMPLETED TOTAL MATERIALS I Work ordered by-------------- Signature ----:---:----:---:~--:-~-......,-,--:-:--:----:...._,..-,-­' hereby acknowlega the satisfactory completion ol the above described worK 5644 (PHONE(~ W2.) ~813 Ot:/51. OA1'E OF ORDER I· f&, • Z.o I b ORDER TAKEN BY CUSTOMEA·s ORDER NUMBER 0 DAY WORK 0 CONTRACT JB,EXTRA JOB NAMEINlJMBER Cot-e Lt h 'r&, Yf.1 JOB LOCATION( olt L lor4.,"1 Cotv lJ hAd L 'r>r JOB PHONE ~r T STARTING DATE J •1(1·1.. oi0 TOTAL LABOR TOTAL MATERIALS /5 - TOTAL OTHER TAX TOTAL Lic.848495 #C-10,C-7 ACO Lic.6784 1050 Pioneer Way Suite G • El Cajon, CA 92020 ~ Off:619-792-1260 Fax:619-792-1988 ro \ ra.\JCt Colf\J-\-'f\Jt-.\-roh Servu::t; 1LJ. 4 "-.! . \) 1 Yl.-t:,I,....V ooJ St. DATE COMPLETED TOTAL MATERIALS /!: - Work ordered by------------- Signature -------c-:---:-----:-----:-----:---c--:-----:-:'----:-:----c-----c----1 hereby acknowlege the satisfactory comptetion of the abo,le descdbed W¢rk 5643 /PHONE( tfLI1.) 888 0&3 2 DATr,o;~r. ~o' G '\ ORDER TAKEN BY CUSTOMER'S ORDER NUMBER 0 DAYWORK 0 CONTRACT ~EXTRA JOB NAMEINUM3ER ( O l t!, Lb~r'1 JOSf~t~ L-1 lo~(.., (c,'{lj 6~J c~1 ,·+-o{\'Ut JOB PHONE I STARTING DATE } • ( q . 20 1 ~ ' TOTAL OTHER TOTAL LABOR TOTAL MATERIALS TOTAL OTHER TAX TOTAL Building Technology Infrastructures of Tomorrow, Today! REQUEST FOR INFORMATION Project: 5140CLCD January 28,2015 Prime: Prava Construction Services Owner: City of Carlsbad Project: Carlsbad Cole Library Regarding: Elevator "CAT-6 to MDF cmmection" Section: 271343 Data Communications Cabling System Plan: E3.13 A CAT -6 drop was installed and terminated at the location shown on the plans. From our understanding the Elevator contractor removed the CAT-6 cable fl-om the location and left it inside the main building. He then requested the cable be brought back into the room and terminated with a RJ-45 mod plug. This was done per a T&M ticket. He is now requesting someone to make the final connection of the CAT-6 drop into the Elevator equipment. We have no knowledge of what this final connection is. It could be a telephone digital connection, and IP data connection or a POT connection. Each type of connection may be wire differently. The CAT -6 from the MDF to the MOD plug is wire 568B on both ends and could accommodate multiple service needs, but the final cmmection is beyond our scope and know of what is required. Please provide direction on how to proceed Kevin Ware, RCDD Operations Manager, World Bridge Technologies 1050 Pioneer Way, Ste. G. El Cajon, CA 92108 www. WorldBridgeTech.com Kevin W @WorldBridgeTech.com 619-792-1260 tel (619) 792-1260 fax 619-792-1988 C A License#: 848495/B, C-7, C-1 0 Rick Smith From: Sent: To: Cc: Subject: Attachments: Kn·in \V;1rc Ope r.11:ion:> l\'Luuger \Vorld Bridge Technologies, Inc. Kevin Ware <kevinw@worldbridgetech.com> Thursday, January 28, 2016 12:12 PM Rick Smith Kevin Ware RFI regarding the elevator CAT -6 drop Carlsbad Cole Library RFI02.pdf Office: (619) 792-1260 I Fax: (619) 792-1988 1050 Pioneer \Vay #G I El Cajon I CA I 92020 1 Riel< Smith t Mi§!GijM!IM From: Sent: To: Cc: Subject: Attachments: Hi Rick, #!!IIIWijilfiQ§@Cdd!@i$1¢ Efi IN W"!i#iift@ld@MMW' Kevin Ware <kevinw@worldbridgetech.com> Thursday, January 14, 2016 11:40 AM David Castro; Rick Smith Rebecca Bocox; Kevin Mann; Kevin Ware Data Change Orders. 5140CLCD PC0-04 Post Aded Drops.pdf; 5140CLCD PC0-01 Data added for Digital Signage.pcff; 5140CLCD PC0-02 ASI-16.pdf; 5140CLCD PC0-03 City Review, Relocate MD F. pdf Per our conversation yesterday, yes we have exceeded all of the credit that was available on the deletion of data drops. I have provided a cost breakout for the data changed with their associated ASI's or direction. The PC0-04 ~;vhich is added drops post initial installation is waiting your direction to proceed or not. Please let rne know hovv you would like us to proceed. Thank you, Ke\·in \(';u·e OperJtion3 J\hnagt'r \\'orld Bridge Technologies, Inc. Oft1ce: (619) 792-1260 I Fax: (6!9) 792-1988 1050 Pi.mccr \\''ay #G I El Cajon I CA I 92020 1 Building Technology Infrastructures of Tomorrow, Today! Project ID#: 5140COLE-PC001 Owner: City of Carlsbad Attention: Prava Construction -Richard Smith Phone: 760-929-9787 Fax: 760-579-0003 Project: Carlsbad City Library -Cole Library Change Order#: PC0-01 Description of Work: ASI-11 Added 2-Port Data drops for future Digital Signage Changes and Extra Work Schedule Exhibit "B" -Payment -Extra, Additional, or Deleted Work Line Qty Material Description Price Extension 1 19 Data Faceplate $ 1.75 $ 33.25 2 38 CAT-6 Data Jacks $ 5.75 $ 218.50 3 6650 CAT-6 Data Cable $ 0.135 $ 897.75 4 2 24-Port CAT -6 Patch Panel $ 135.00 $ 270.00 10 Total Material Line Qty Labor Description 11 38 Installation & Testing for CAT-6 Data $ 48.50 $ 1.843.00 12 Total Labor 13 Subcontractor's Overhead and Profit 10% 14 Subcontractor's Total Cost Proposal For questions, clarifications, or changes, please contact our Project Managem1ent Department. Kevin Ware Project Manager Architect Sicrnature: District Signature: Contractor Signature: 1050 Pioneer Way #G, El Cajon CA 92020 tel (619) 792-1260 fax 619-792-1988 www. WorldBridgeTech. com CA License#: 848495/C-7, C-10 $ 1.419.50 1 $ 1,843.oo 1 $ 326.251 $ 3,588.75 1 Building Tec/mology Infrastructures of Tomorrow, Today! Project ID#: 5140COLE-PC002 Owner: City of Carlsbad Attention: Prava Construction -Richard Smith Phone: 760-929-9787 Fax: 760-579-0003 Project: Carlsbad City Library -Cole Library Change Order#: PC0-02 Description of'Work: ASI-16 Rcloclttion & Added Data Drops Changes and Extra \Vork Schedule X I I . E h'b't "8" P aymen . x ra, t E t Add't' 1 1ona, or eee or DltdW k Line Qty Material Description Price Extension I 2 Data Faceplate $ 1.75 $ 3.50 2 8 CAT-6 Data Jacks $ 5.75 $ 46.00 3 1400 CAT -6 Data Cable $ 0.135 $ 189.00 4 0 24-Port CAT-6 Patch Panel $ 135.00 $ - 10 Total Material Line Qty Labor Description 11 8 Installation & Testing for CAT-6 Data $ 48.50 $ 388.00 12 Total Labor l3 Subcontractor's Overhead and Profit 10% 14 Subcontractor's Total Cost Proposal For questions, clarilications, or chtu1ges, please contact our Project Managerment Department. Kevin Ware KevinW,CilWoddSridgeTech.com Project Manager Architect Signature: District Signature: Contractor Signature: 1050 Pioneer Way #G, El Cqjou CA 92020 tel (619) 792-1260 fax 619-792-1988 www. WorldBridgeTeclr.com CA Lice11se#: 848495/C-i, C-10 $ 238.50J $ 388.oo 1 $ 62.651 $ 689.15 1 Building Teclt11ology Infrastructures of Tomorrow, Today! Project ID#: 5140COLE-PC003 Owner: City of Carlsbad Attention: Prava Construction -Richard Smith Phone: 760-929-9787 Fax: 760-579-0003 Project: Carlsbad City Library -Cole Library Chnnge Order#: PC0-03 Description of Work: City Review, Removed Data Drops & Relocated MDF, Added Fiber & MP Copper Changes and Extra Work Schedule Exhibit "B" -Payment -Extra, Additional, or Deleted Work Line Qty Material Description Price Extension 1 -20 Data Faceplate $ 1.75 $ (35.00) 2 -75 CAT-6 Data Jacks $ 5.75 $ (431.25) 3 -13125 CAT-6 Data Cable $ 0.135 $ (1.771.88) 4 -3 24-Port CAT-6 Patch Panel $ 135.00 $ (405.00) 5 350 100-Pair Voice Feed $ 2.88 $ 1,006.25 6 1 48-Port Voice Feed Patch Panel $ 270.00 $ 270.00 7 2 50-Pair 66-Biock Voice Feed $ 15.85 $ 31.70 8 350 12-Strand OMl $ 1.30 $ 455.00 9 2 Fiber Rack Enclosures $ 125.35 $ 250.70 10 24 SC Fiber Optic Connectors $ 8.35 $ 200.40 11 4 SC Adapter Plates $ 65.25 $ 261.00 12 Total Material Line Qty Labor Description 13 -75 Installation & Testing for CAT-6 Data $ 48.50 $ (3,637.50) 14 350 100-Pair Copper Installation $ 2.43 $ 848.75 15 350 12-Strand Fiber Optic Installation $ 2.43 $ 848.75 16 2 100-Pair Terminations & Testing $ 194.00 $ 388.00 17 24 SC Fiber Optic Terminations $ 24.25 $ 582.00 18 Total Labor 19 Subcontractor's Overhead and Profit 10% 20 Subcontractor's Total Cost Proposal For questions, clarifications, or changes, please contact our Project Managerment D<!partment. Kevin Ware Project l\'fanager Architect Signature: District Signature: Contractor Signature: 1050 Pio11eer Way #G, El Cajon CA 92020 tel (619) 792-1260 fax 619-792-1988 www. WorldBridgeTedr.com CA Lice/lse#: 848495/C-7, C-10 $ (168.08)1 $ (970.00)1 $ (113.81)1 $ (1,251.88)1 Building Tec!t11ology Infrastructures of Tomorrow, Today! Project ID#: 5140COLE-PC004 Owner: City of Carlsbad Attention: Prava Construction -Richard Smith Phone: 760-929-9787 Fax: 760-579-0003 Project: Carlsbad City Library -Cole Library Change Order#: PC0-04 Description of\Vork: Post Added Data Drops Changes and Extra ·work Schedule Exhibit "8" -Payment -Extra, Additional, or Deleted Work Line Qty Material Description Price Extension 1 6 Data Faceplate $ 1.75 $ 10.50 2 17 CAT-6 Data Jacks $ 5.75 $ 97.75 3 2975 CAT -6 Data Cable $ 0.135 $ 401.63 4 1 24-Port CAT -6 Patch Panel $ 135.00 $ 135.00 10 Total Material Line Qty Labor Description 11 17 Installation & Testing for CAT-6 Data $ 97.00 $ 1,649.00 12 Total Labor 13 Subcontractor's Overhead and Profit 10% 14 Subcontractor's Total Cost Proposal For questions, clarifications, or changes, please contact our Project Managem1ent Department. Kevin Ware KevmW@W,J•IdBndgi>lech.wnt Project Manager Architect Signature: District Signature: Contractor Signature: 1050 Pioneer Way #G, El Cajon CA 92020 tel (619) 792-1260 fax 619-792-1988 www. WorldBridgeTech.com CA License#: 848495/C-7, C-10 s'"tJ~ I \y~v ~~ 0Y \;\~ $ 644.881 $ 1,649.oo 1 $ 229.391 $ 2,523.261 3615 Kearny Villa Road, Suite 101, San Diego, CA 92123 Ph: 858-586-0903 Fax: 858-586-0303 License #923637 Contractor: Prava Change Order: 4 All Source Coatings Inc Date: 01/12/16 Attn: Job Name: Carlsbad Library Ph: Job Address: Email: Job Address 2: Carlsbad, CA We hereby agree to make change{s) specified below: Trade Damage: Spot Prime & Paint Trade Damage Throughout. 24 Man Hours @ $75.00 Per Hour $ 1,800.00 Materials $ 168.00 Sub-total: $ 1,968.00 O/P(15%) $ 295.20 Total $ 2,263.20 The above changes will have I I Affect on schedule to be determined upon approval. WE AGREE hereby to make the change(s) specific above at this price: ==> I $ 2,263.20 Date: Submitted by: Signature ACCEPTED -The Prices above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Date of acceptance: Accepted by: Signature 3615 Kearny Villa Rd., Suite 101 San Diego, CA 92123 Date: Job Name: Job Number: Contractor: Foreman: Change Order: Time & Material Work Authorization I ,· ,y/ / ,.' ,/ ' l) Cc,~, ( l I,~ ' ; ! ~~~·. ., > c··· - •'"() / \· Employee Name DescriRtion of Work I I'.·./ r I I ' ' ij.·?> j \ .... I All Source Companies Manager: I , :,'}< / • J I';, .· r .. ...)' /. I i; [/ '/ . ' ',} c,l.\ ~ f.~.·.·. j i . , ~-, ... ! • ~,. ,. ; 1 • .! • iJTotal Hours: Signature ' ._,1 I ) Material A ! ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Rick Smith From: Sent: To: Cc: Subject: Attachments: Rick, David Canin <david@allsourceco.com> Tuesday, January 12, 2016 11:41 AM Rick Smith 'Sarah Kindt'; Jerry@allsourceco.com Carlsbad Library CO 04.xlsx Carlsbad Library CO 04.pdf; Carlsbad Library T&M 04.pdf Attached is my Carlsbad Library trade damage T&M. Thank you, David Canin All Source Coatings & Tile 3615 Kearny Villa Road, Suite 101 San Diego, CA 92123 Mobile: (619) 955-2865 Phone: (858) 586.0903 Fax: (858) 586.0303 Email: david@allsourceco.com Please don't pdnt this e-mail unless necessary. 1 3615 Kearny Villa Road, Suite 101, San Diego, CA 92123 Ph: 858-586-0903 Fax: 858-586-0303 License #923637 Contractor: Prava Change Order: 5 All Source Coatings Inc Date: 01/18/16 Attn: Job Name: Carlsbad Library Ph: Job Address: Email: Job Address 2: Carlsbad, CA We hereby agree to make change(s) specified below: Paint Rooms 201, 202, 210 & 211, Corner to Corner Due to Drywall Patches. 15 Man Hours @ $75.00 Per Hour $ 1,125.00 Materials $ 103.00 Sub-total: $ 1,228.00 O/P(15%) $ 184.20 Total $ 1,412.20 The above changes will have I I Affect on schedule to be determined upon approval. WE AGREE hereby to make the change(s) specific above at this price: c:::> I$ 1,412.20 Date: Submitted by: Signature ACCEPTED-The Prices above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Date of acceptance: Accepted by: Signature Change Order: Time & Material Work Authorization 3615 Kearny Villa Rd., Suite 101 San Diego, GA 92123 Date: Job Name: Job Number: I /15/./6 COt-E L-113/r/1-A.Y Contractor: PR.AaV~ COAlS T/tUC?/(YI) Foreman: ::rei! NY Emglo!.(ee Name Descrigtion of Work Hours Material ·'1(JN/IJ y p R~~ J-,' fYl e i-o ;:c1 G.Jo l:_s 8 f qj tO)-.·,..., 'C' ).- <3(' .,..... . oa,· .. ., I P-i "1-\J/ uP< . v It l-/3N n3 J·, ./! ,:~ )) '3 ct .. o, j/1 I vvol/'..3 ' corneA to v <Jn ('QhH{f• al :'Sbvf & ~c.z za11, r; e fro-Yl co,,_ -/. J.o I c/rcv,-' J Ch-:1 ~tqr Gd<r. JJ¥i A~a f;..,~eJ-~ H:J,-1', -1 of) D ;.yVvtJ/ I .Jb-lit~ ~'1"1 :9-/0 I Total Hours: F I IS AiS> ' All Source Companies Manager: Signature / /--::/b ACCEPTED • the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or materia! that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Print Name & Signature Rick Smith From: Sent: To: Cc: Subject: Attachments: Rick, David Canin <david@allsourceco.com> Monday, January 18,2016 2:39PM Rick Smith 'Sarah Kindt'; Jerry@allsourceco.com Carlsbad Library CO OS.xlsx Carlsbad Library CO OS.pdf; Carlsbad Library T&M OS.pdf Attached is your Cole Library change order for the T&M we did last week, Thank you, David Canin All Source Coatings & Tile 3615 Kearny Villa Road, Suite 101 San Diego, CA 92123 Mobile: (619) 955-2865 Phone: (858) 586.0903 Fax: (858)586.0303 Email: david@allsourceco.com jp~ Please don't print this e-mail unless necessary. 1 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS DISTRIBUTION TO: PROJECT: Georgina Cole Library 1250 Carlsbad Village Drive Carlsbad, CA 92008 X City of Carlsbad I SchneiderCM X Prava Construction Services, Inc. ASI NO.: 011 DATE OF ISSUANCE: 10/16/2015 Field Consultant Other OWNER: City of Carlsbad ARCHITECT: Group 4 Architecture, Research + Planning, Inc. 211 Linden Avenue OWNER'S PRW. NO: 40201 South San Francisco, CA 94080 CONTRACTOR: Prava Construction Services, Inc 344 North Vinewood Street Escondido, California 92029 ARCHITECfS PROJ.NO: 14449-01 CONSTRUCTION MANAGERS PRW.NO: FOR: Cole Library Group Study Room and Conference Room AV Location and Alignments The work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor change to the work as consistent with the Contract Documents and return a copy to the Architect. DESCRIPTION: This ASI includes direction on the locations and elevations of the specified audio/visual components for the group study rooms and conference rooms in the Cole Library. This ASI does not address digital signage audio/visual equipment. NOTES: 1. All screens weigh less than 50 lb/ft DRAWINGS: A5.1-2 INTERIOR ELEVATIONS 1. ADDED dimensions, alignments, and information for A V equipment A5.1-6 INTERIOR ELEVATIONS 1. ADDED dimensions, alignments, and information for A V equipment AIO.l-4 FIRST FLOOR FURNITURE PLAN AREA-C, N.I.C. 1. ADDED dimensions of centerlines for A V equipment AI 0.2-5 SECOND FLOOR FURNITURE PLAN AREA-D, N.I.C. 1. ADDED dimensions of centerlines for A V equipment END ATTACHMENTS: ISSUED: ARCHITECT BY: Drawings 10/16/2015 ACCEPTED: Group 4 Architecture, Research+ Planning, Inc. CONTRACTOR Colette Chew BY: DATE: G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 11 Group study room-Conf room AV\Narrative\ASI-011 Cole-GSR and Conf Room AV Alignments.doc NOTES A. PATCH CEILING FLOOR AND WALLS AS NECESSARY AT AREAS OF DEMDLTION AND PROVIDE NEW FINISHES. TYP. B. ALL NEW WALLS AND GYP. BD. TO BE PAINTED U.O.N. KEYNOTES 61 MONITOR, O.F.O.I. CONTRACTOR TO PROVIDE BACKING, ASSUME 150 LB MONITOR WEIGHT. WHERE MONITOR IS PLACED ON (E) WALL, PATCH AND FINISH TO MATCH EXISTING AFTER SACKING IS INSTALLED, TYP. 400 BULLETIN BOARD 401 GlASS WH!TEBOARD, PROVIDE BACKING AS REQUIRED 404 WALL MOUNTED TELEVISION O.F.O.I., PROVIDE BACKING AS REQUIRED 432 SLATWALL 440 481 477 S!GNAGE, SEE SIGNAGE DRAWINGS RUBBER BASE, TYP. ENTIRE ROOM U.O.N. {E) MECH. BULKHEAD TO REMAIN WOOD VENEER SHELVES D 0 ® 478 II II II II II II 1'---,11 I I ill II . II cp cp @,--------,--------:--r i I li !r ll I I I I I I I I --I 1 I I IIIILJIUUUUU~+--~~ FP ~ FIRST FLOOR ,,. 't=:===:=:==i --12~'~* CD ;~?= ~g.~TH ELEV. TEENS ® ;~?-~l:ST ELEV. TEENS illJYP. @ ;,~?-~.S.RTH ELEV. TEENS G) ;,~? ~~~T ELEV. TEENS 105 SOUTH ELEV. @~~.~~!}gs _0 . . . 103 NORTH ELEV. GROUP 103 EAST ELEV. GROUP ® ~,r,.~~~· ®""~T.;,T"".~""'~-;,~.~. ------ cp D cp ITlll 104 NORTH ELEV. GROUP 1d4 EAST ELEV. GROUP 104 SOUTH ELEV. GROUP ®~,T.u~-;:.. @~,T.u~-;:.. @~,T.U~~- ,---[ill] II 105 NORTH ELEV. ~----,;"'lin===, r11 ""i'11 D I~IUI FP-FIRSTF\f~_L..,_ IILJ ', --124'-6''1' 103 WEST ELEV. GROUP @~.T.~~::. rnl. P-FIRST FLOOR ---12~~ 104 WEST ELEV. GROUP @~,T.~~;:. FP-FIRST FLOOR '==!!==~---12~~~ @ :9?-~~.ST ELEV. FRIENDS @ ~~~~~ .. ~S @ :9?_ ~:';:~T ELEV. FRIENDS c~ G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650•87]•0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-16ASI 011 SHEET TITLE AND NO. INTERIOR ELEVATIONS A5.1-2 CfJ [21] _L_2_]_ 126 NORTH ELEV. f 126 EAST ELEV. @ ?,?~f._;.RENCE @ 9,?,~f,~RENCE @ ;~?-';Y_,\;.ST ELEV. OFFICE 126 SOUTH ELEV. @ 9,?,~f._,\;.RENCE /// GJ) ;~? ~-~-~TH ELEV. OFFICE r~:,·l·-···· ~ [] 1- 5 JLW~-----~ Jilt::! 113 SOUTH ELEV. @) S?.~f.~RENCE FP-SECOND ~F.i~~~~f±~~~~~b=~~~~f1~~~~~~==~+f~~~~~~~~~+~o~~j~~~ ~~~~~~~~~~~~~~#t~~~~~~~~~~~=F~~~~~~~~~+~;~~~$ 113 EAST ELEV. ® S?.~f.~_RENCE 113 WEST ELEV. CD S?~f._,\;,RENCE IRST FLOOR -12~.~~. $ I II NOTES A. PATCH CEILING FLOOR AND WALLS AS NECESSARY AT AREAS OF DEMOLTION AND PROVIDE NEW FINISHES. TYP. B. ALL NEW WALLS AND GYP. BD. TO BE PAINTED U.O.N. KEYNOTES 61 MONITOR, O.F.O.I. CONTRACTOR TO PROVIDE BACKING. ASSUME 150 LB MONITOR WEIGHT. WHERE MONITOR IS PlACED ON (E) WALL, PATCH AND FINISH TO MATCH EXISTING AFTER BACKING IS INSTALLED, TYP. 400 BULLETIN BOARD 401 GLASS WHITEBOARD, PROVIDE BACKING AS REQUIRED 422 WALL MOUNTED FIRE EXTINGUISHER CABINET 429 LINE OF ROLLER WINDOW SHADE 433 (E) ACOUSTIC PANELING 434 SURFACE MOUNTED RACEWAY, S.E.D. SIMILAR TO WIREMOLD 84000 SERIES 461 RUBBER BASE, TYP. ENTIRE ROOM U.O.N. 468 WALL MOUNTED PROJECTOR SCREEN I FP-FIRST FLOOR _.ll==============i --12:.~~. $ (;.!~'" G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO C A 9 4 0 A 0 lJ S A 650•871"0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-16 ASI 011 SHEET TITLE AND NO. INTERIOR ELEVATIONS A5.1-6 r: ~ ;~ 3 I - ~ r i l!t I:~~~~~~ "--D i ~ cr i i ~~ I I -------[]--------------~--------;T-;1;;-2; ---. ~ --------I MATCHLINE-SEESHE TEENS -~--tt-:_----w= ,#' // •I MAR~LAcE ~~ C3:. = cB~ ~· ~ ' • F"P 'Eo . I ly ~ ~ bi~ i I ;,.;: ,P: I : • , I I I I I ENLARGED FP-FIRST FLOOR SHELVING & CD ~,~.R~lT.URE PLAN AREA-c r BREAK ROOM [J1L] r ~ SHEET NOTES A. EXISTING FURNITURE WILL BE REMOVED DURING CONSTRUCTION. NOT ALL FURNITURE IS SHOW FOR CLARITY. B. ALL (R} LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHALL BE REMOVED BY CONTRACTOR. ---i-0 c. ALL (Rl) LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHAll BE REMOVED AND REINSTALLED BY OWNER. CONTRACTOR SHALL PATCH AND REPAIR WALLS AT SINGLE FACED SHELVING. I ---t-0 I I I I I I D. All (E) LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHALL BE REMOVED AND REINSTALLED BY OWNER. CONTRACTOR SHALL PATCH AND REPAIR WALLS, RETAIN ANCHORAGE HOLES FOR REINSTALLATION. E. SHELVING NOTES ARE APPLICALBE TO METAL SHELVING AND WOOD SHELVING. KEYNOTES 65 OPAC 67 74 GREEN GLASS COMMUNITY INFO, TIERED SHELVING, TACKBOARD AND STORAGE BELOW AREA A AREAB AREAD N~ c~~ G R 0 U P ARCHITECTURE R ESE ARC H + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 6 5 o· 8 7 1· o 7 o 9 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-16 ASI 011 SHEETTITLEAND NO. FIRST FLOOR FURNITURE PLAN AREA-C, N.LC. A10.1-4 C?: ? ~' ~ i w w ro w z ;;; ~ 0-----~ \ \ \ \ OPEN TO BELOW \ I \ I \ I I I I /I I I I I I \ / ---rb-1 \ I +-----------------,---. ----- e 1 /\ I MAiiCHLINE -SEE SHEET A10. r----------------~~~~-----1---------- • / \ I I I \ ~ / \ I I \ I \ I I \ I \ / \ jl I \ I / '1', I \ I I I \ I I \ I \ I I II _L_ \\ J-. ____ 1________________ --- 1 I I I I \ I I \ I I \ I I I \ I ' I I I \ I \ :I C( y y II -"'II""'"" I O....-JF I 00'"" I OE>= I 09'""' I"'"""' II y SHEET NOTES A. EXISTING FURNITURE WILL BE REMOVED DURING CONSTRUCTION. NOT All FURNITURE IS SHOW FOR CLARITY. B. ALL (R) LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHALL BE REMOVED BY CONTRACTOR. C, ALL (RL) LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHALL BE REMOVED AND REINSTALLED BY OWNER. CONTRACTOR SHALL PATCH AND REPAIR WALLS AT SINGLE FACED SHELVING. D. ALL (E) LABELED SHELVING ASSEMBLY INCLUDING UPRIGHTS SHALL BE REMOVED AND REINSTALLED BY OWNER. CONTRACTOR SHALL PATCH AND REPAIR WALLS, RETAIN ANCHORAGE HOLES FOR REINSTALLATION. E. SHELVING NOTES ARE APPL!CALBE TO METAL SHELVING AND WOOD SHELVING. -111-----11------- KEYNOTES 65 OPAC ~J'" I. c•. ~ .. " I "#,:: I '" O_" II I -¥=--~-H---- I I I ~ I I I OPENTO '...._...._' .... ..I., BELOW / / I I I i :' e D I I /I' I I I ,. I I MECHANICAL ROOM2 rnu ~·. I I '',,l I I ~1-ll*k i dJ__ -~-----tJ:; / 4 -b '4R---- I I I ENLA~GED FP-SECOND FLOOR SHELVING & G) ~.~.~~~T,URE PLAN AREA-D N~ c~ G R 0 U P ARCHITECTURE R E S EAR C H + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650•871•0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 2015-10-16 ASI 011 SHEET TITLE AND NO. SECOND FLOOR FURNITURE PLAN AREA D, N.J. C. A10.2-5 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJEaS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS DISTRIBUTION TO: PROJECT: Georgina Cole Library 1250 Carlsbad Village Drive Carlsbad, CA 92008 X City of Carlsbad I SchneiderCM X Prava Construction Services, Inc. ASINO.: 016 DATE OF ISSUANCE: 11/5/2015 Field Consultant Other OWNER: City of Carlsbad ARCHITECT: Group 4 Architecture, Research + Planning, Inc. 211 Linden Avenue OWNER'S PROJ. NO: 40201 South San Francisco, CA 94080 CONTRACTOR: Prava Construction Services, Inc 344 North Vinewood Street Escondido, California 92029 ARCHITEITS PROJ.NO: 14449-01 CONSTRUCTION MANAGERS PROJ.NO: FOR: Cole Library Electrical and Lighting Plans The work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor change to the work as consistent with the Contract Documents and return a copy to the Architect. DESCRIPTION: This ASI includes revisions to lighting plans due to ceiling revisions in ASI #08, clarification of controlled receptacles at workstations, and floor box locations at open-office areas. DRAWINGS: SECOND FLOOR FLOOR BOX LAYOUT: 1. REVISED location of floor box locations at Reference Staff211 and Children's Staff212 open office areas. E3 .1 0 FIRST FLOOR RENOVATION PLAN LOW LIGHTING 1. REVISED Lighting layout in rooms 126, 122, 123, 124, 125 per adjusted ceiling grid due to existing conditions. 2. REVISED Lighting layout in group study rooms 103, 104. 3. REVISED lighting layout in room 112 per adjusted ceiling grid. 4. REVISED lighting layout in room 105 due to existing conditions. E3.11 FIRST FLOOR RENOVATION PLAN HIGH LIGHTING 1. REVISED Lighting layout in Marketplace 101 per adjusted ceiling grid. E3.12 FIRST FLOOR RENOVATION PLAN POWER 1. REMOVED "CR" designation from receptacles on gridlines C-C.2 and gridline 2. 2. ADDED note 17 at reception desk to refer to architectural drawings. 3. CLARIFIED location of flat screen monitor in Conference 126 on north wall. 4. RELOCATED "CR" receptacles in offices 122 & 123. 5. ADDED note 18 for circuits at pre-wired furniture 6. ADDED note 16 for dedicated circuit from Panel A for the printer 7. REVISED receptacles at pre-wired furniture to junction boxes. E3 .13 FIRST FLOOR RENOVATION PLAN SIGNAL G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 016 TTG Elec-Ceiling-Receptacles\Narrative\ASI-016 Cole-Electrical-Lighting Narrative.doc 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS 1. REVISED data at gridlines B.4/3 for digital signage. 2. RELOCATED data in room 123. 3. ADDED data at workstation adjacent room 122. E3.14 SECONDFLOORRENOVATIONLIGHTING 1. REVISED lighting plan per alignments of suspended ACT ceiling in rooms 205, 206, 207, 208, 209, and210. E3.15 SECONDFLOORRENOVATIONPOWER 1. REVISED receptacles and controlled receptacles (CR) locations in rooms 205, 206, 207, 208, 209. 2. REVISED receptacles on gridline E to J-boxes for circuits to pre-wired furniture system. 3. IDENTIFIED floor boxes with whip connection to pre-wired furniture system in rooms 211 and 212. E3.16 SECONDFLOORRENOVATIONSIGNAL 1. REVISED data locations in rooms 206, 207, 209. END ATTACHMENTS: ISSUED: ARCHITECT BY: Drawings 11/5/2015 ACCEPTED: Group 4 Architecture, Research+ Planning, Inc. CONTRACTOR Colette Chew BY: DATE: G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 016 TTG Elec-Ceiling-Receptacles\Narrative\ASI-016 Cole-Electrical-Lighting Narrative.doc A \ \ \ \ \ \ \ \ I \OPEN TO I \BELOW I \ I \ I \1 1\ I\ I \ I \ I \ I \ I I """""MATCH LINE·~ S"EESHEEf"A10.2-2" "" \ ..... I I I MAr~~~iE~~ITM~~-,----- I I I I © © ' \ © CD~~~·= ~~.COND FLOOR-FLOOR BOX PLAN \ \ \ \ \ I , ... "" I:!J'"" I I I ' ocr~: 'fill: \ ~ ... ~~'j•'~Q ~ \ 1 1 I I 'I 1/ fi : \ OPENTO / \BELOW I I \ I I I I I I I \ I i ::, __ ..::..:::i:!:'~~tW;;s~ii%.ttiii:~..::..::f!EFp;q f II? MATCH!.JN!t--SEE SHEET A10,2·5 ·~~· .~ I \ I I;: I \ w I \ ~~ I ~~ I ~~ I I' I ~~ I t:E I ~~ I I" r I I I I I' MECHANICAL ROOM2 = OPEN TO -.. BELOW ,. 'x/ 0 t,, N~ r-~s. '"-·-~ G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 6 s o· 8 7 1·0 7 o 9 GEORGINA COLE LIBRARY 1250CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 ASl#16 11/512015 SHEET TITLE AND NO. SECOND FLOOR FLOOR BOX LAYOUT SKA-02 CD~!.~~T"~'LOOR RENOVATION PLAN-LOW LIGHTING SHEET NOTES CD WAU.MOll~TED COMBINATION OCCUPANCY SENSOR/DIMMER S\\ITCH, (DcElUNGMOUNlEDDA'IUGHTHARVES"IlNGPHOTOCEI..LSENSORFORCONlROLOFUGHT AXlURESINDA'TtiTZONE. G)oUALTECHNOlOGYCEILlNGIAOUNlEDOCCtJPANCYSENSOR. (DuG!JTFIXlURE\\'IllliNTEGRAL90MINUTESEMERGENCYBATIERYPACK.T'tPICALFOR ALLHALF-SHAOEDUGHTFlXlURES. ®REFERTOSHEETE3.11FORCDNTINUATIDN, G_)wALLDIMMERSVdTCHFORCONlROLOFUGHTFIXlURESATHIGHCEIUNG.REFERTO SHEETE3.11FORCOf./11NLIATION. 0) FOR CIRCUIT CONNECTION TO HIGH CElUNG UGHT FlXlURES. Rm:R TO SHEET E3.11 FORCONTINUATlON, @HOMERUNCIRCUIT'o1AUGHTINGCONlROLPANa(LCP), (VEX1TSIGNI'oi1HINTEGRAL901.11NUTESE!.IERGENCYBATIERYPACK. @ ~r:~~:~~~~~ (~~!::H~~~ B~~\1)0~~ ~~ll~it~~~~ONSE CAPABIUTY. @WALLMOUNTEDEl.£VATORPlT20WLE.O.GLOBEUGHTflX1UREWilHGLOBE\\'IRE GtJARO. GLOBE UGHTFlXlUREAS I.IANUFAcnJREO BYlRACE-UTE CATAlOG f: llEDB04-2D-YS-1W-121lVAND UL USTED FOR WETLOCAllON DR APPRO\IED EQUAL PROVIDEJSOXAf.IOUOUNTINGACCESSORIESASREQUIREO. @2FEETSURFACEUOUNTED\IRAP-AROUN030WLE.O.U11Ul1ESUGHTF1X1UR£. UGHTFIXTIJREASMANUFAClUREOBYMAXUTECATAlOGt; LSU2400-SU300V5D-120VOR A?PRO\>ED EQUAL PROVIDE 'MlH 90MINUTES EI.IERGENCYBATIERYBACK-UP. @J-BOXFORPOI\£RCONNECTI0NTOCABUGHT.CONNECTTOELEVATORCLOSET UGHTINGClRCUIT. Ne GROUP4 ARCHITECTURE RESEARCH + PLANNING, INC 211 UN DEN AVENUE SO . SAN FRAN CISCO CA940BOUSA 65D'871'D709 ~~fTII.Q P""' O<a>H•••• '" '"~"'·"" ~ ,. .• w~""~''·"' CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 PROJECT: rll.£: 02/!3/20\5 ~ACKCHECK 03/25/2015 ~IDSET 04/10/20\5 &:,m o5/15/2o15 ADDENDUM 2 CONFORM SET 06/30/2015 ASI/t16 11/5/2015 SHEET TITLE AND NO. FIRST FLOOR RENOVATION PLAN LOW LIGHTING E3.10 CD~!.~~T"~'LOOR RENOVATION PLAN-HIGH LIGHTING SHEET NOTES CDCElUNGMOUfHEDDA)1JGHTHARVESTINGPHOTOCEUSENSORFORCONlROLOFUGHT FIXlURESiflDA'l'UTZONE. @oliM.1ECHNOLOGYCE1UNGMOUNTEOOCCUF'ANCYSENSOR. 0uGHF1X1URE'MTiiiNlEGRAL90l.!INUlESEMERGENCY8ATTERYPACK.TYPICALFOR AlL HALF-SHADED 2X4-UGHTFIX1URES. G)REFERTOSHEEf0.1DfORCON11NUATION. ®wAl.LDIMMERSI'dTCHFORCONTROLOFUGHTAlmJRESATHIGHCElUNG.REfERTO SHEETEJ.10FORCONl\NUA110N. @FDRCIRCU!TCONNEC1lONTOLOWC£lUNGUGHTF1XlURES.REFERTOSHEETE3.10 FORCotmNUATlDlt C?)uGHTFlXlURE'MTHINlEGRALDA'TtlGHTSOlSOR. ®EXlTSIGN'M1HINTI:GRAL90t.!INU1ESBATlERYPACK. ®HOMERUNClRCUITVIAUGHTlNGCONTROLPANEL(LCP). Ne GROUP4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 UN DEN AVENUE SO. SAN FRAN CISCO CA940BOUSA 650•871•0709 ~-~TIJ,Q, CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 9:2011 om 02/13/2015 ACK CHECK 03/25/2015 ~IDSET 04/10/2015 hiD 05/15/2015 AODENDUM2 CONFORM SET 06/30/2015 ASI #16 11/5/2015 SHEET TITLE AND NO. FIRST FLOOR RENOVATION PLAN HIGH LIGHTING E3.11 G)~!.~~T"~'LOOR RENOVATION PLAN-POWER I SHEET NOTES CD STAINU:SS STEa SURFACE MOUNlED RACEWAY, DUAL CHANNEL FOR PO\\£R AND DATA,S1t.IILAR TO'MREMOlDS4QOOSERIES. 0 CONNECTCFIRECEPTACU:TOUNSI\HCHEOLEGOfELEVATORPITUGHTlNG. 0 FWSHEDCOMBINATIONPOWERjDATAFLOORBOXES.COOROINATEOATALOCATlONS WITH OWG £3.13. REFER TO DETAIL 7/E0.16 FOR lYPE OF FLOOR B2fr". 0 ~3~~~ ~~~~~ ~w~Lo~~~~~~As R:o~~~.u~~~XLsro~o~JOR CONTRWEDRECEPTACLE'MTH'CR'INOICATED. ®J-BOXFOR120VPO\I.rnCONNECTlONTOFUlURESECURilYCAMERAS. ® 3P/60AS/60.l.FDISCONNECTS'MTCH. 0)3f2,11fJGNDIN1-1/4'C. ® PROVIOECOMBINATIONJOA/Z'DlSCONNECTS\\lTCHANO SIZEOMOTORSTARlEI!,NEI.IAJR. ®J-BOXINACCESSlBLECEIUNGSPACEFOR120VPOWERCONNECTIOf.ITO MDTORIZEDS!-lADES. @lWOGANGSTEELFLUSHEDFLOORBOXES\1\TilBRASSDUPLEXCOVERPLATEFOR PO'M::RANOOATACONNECTlONTOBOOK1HEFTDE1ECTIONPANELS.lWOG,i,NG STEELFLOORBOXANDBRASSCO\ffiPLATEASMANUFAClUREDBY\\lREl.IOLD CATALOG f: BBOS2/828SPTC OR APPROVED EQUAL 120VAC/24VOC LOW VOLTAGE TRANSFORMERfORBOOI<i!iffTDE"!ECl10NPANELPRO'o1DEDBYiliEOE"!EC110N PANELI.IANUFAC1URER.CODRD1NATE'M1HBOOKTHEFTPANELMANUFAClURER FORADDITIO,I,NLREOUIRBAENTSANDCONNECTASREQUIIliD.COORDINA"!EDATA LOCAl10NS'MTHDWGE3.13.VERIFYEXACTLOCAl1DN'111THARCI-11TECTURAL DRA'MNGS. @J-BOXFOR120VPOWERCONNEC110NTOAUTOMA11CODORS. @ RJSERUPTOSECONDFLOOR,CONNECTTOACC2-1POWERTOAUTOMA11COOOR. ®Fl.ATSCREENI.!DNITOR,SEEAVBOXOETAIL40NSHEETE0.17.REFERTO ARCHITEClURALPLANFORI.!OUNTINGHEIGHTS. @DIGITALSIGNAGE,SEEOIGITALSIGNAGEAVBOXDETAlLSDNSHEETE0.17.REfER TOARCHITEClURALPLANFORI.!OUNTINGHEIGHTS. @oiGITALS!GNAGEI'1JlURELDCA110N.lERMINATEPO\\£RINJ-BOXNEAREST RE @PROVIOEOEDICATEDCIRCUITFROI.!PANEL"A"FORTHEPRINTER. @REFERTOARCHITECT\JRALPLANFOREXACTLOCAliON, @ PRO\IIOEdRctJITSSf!OI'Mf"ORPRE-WIREDS'iSIDIFURNITlJRE. l GENERAL NOTES 1. CONlllACTOR SHALLI.!INII.!IZ£ctJTTINGINTOFLODR SlAB 'MiEN INSTAlliNG CONOUITSFROMFLOORBOXTOFLDORBOX.CONlRACTORSHALLROUTETHE g~u~ XfE ~M~~ 8w:-,a:o~8~ ~~ ~J~1c~~~EGRJ~~CE i!iEN ORIGINATING fROM FLOOR BOXES SHAll. BE ROUTED TO NEAREST WALL/COLUI.!N TORJSEUPTOCEIUNGSPACEiliENROUTEOTOPANEL,!.IDFANOIDFRACKS ASINDICAIDl. 2. CONlllACTORSHAll.COORDINATEACT\JALLOCATIONANO!.IOUNllNGHEIGHTSOF OEVI(:ESI\'IiliARCHITEClURALFLOORPl.ANSANOELEVAliONPl.ANSPRJORTO ROUGH-1ft Ne GROUP4 ARCH I TEC TU RE RESEARCH+ PLANNING, INC 211 UNDEN AVENUE SO. SAN FRANCig)Q CA94080USA 650·871·0709 ~.~~TJJ_Q POooo O'i~Ht"" Fn '""-"'·"'" ~ ""'"'''"·""~''"" CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 om 11.1. A A~LJ\N CHECK 02/13/2015 ~ACKCHECK03/25/2015 ~IDSET 04/10/2015 &.s1o 05/15/2015 AOOENOUM2 CONFORM SET 06/30/2015 AS) #16 11/512015 SHEET TITLE AND NO. FIRST FLOOR RENOVATION PLAN POWER E3.12 fir' />~-.~i'~:=r=c~====~==~~,==='~~"i:~~ C ~-~ f~----:.:::;:E:::::r==;c~F~~.,_ CD~-~~~T--~LOOR RENOVATION PLAN-SIGNAL SHEET NOTES G)(N)l"CS'ltJBOUTTOCEIUNGSPACEVdlH4CAT5eCAB1£S(1V/30) TO(E}I.IDFATTEl.LCOIAROm.t ®(N}+-RJ45VOICE/tlATAPDRTSONONEFACfPLATE. G')NOTUSEO. G)(N)'MREl.ESSACCESSPOINT,CElUNGI.IOUNTID.PROVIOE(l)CATSe OATACAlllETO(E)MOF. ®COI.IBINATIONPO'II£R/DATAFLDORBOXES,COORDINATEPO'II£R LOCATIONS'M1HOWGEJ.12.REFERTOOETAIL7/E0.16FORFLOOR BOX!'tPE. ®PR0\1\DEROUG!liNCONOUITSTIJBOUTSTOCEIUNGSPACEAND J-BOXES IN WALL OI<LYfOR FUTURE ACCESS COif!!IOL CARD S'ffiTEM, G)CONNECTTONEARESTEXISTINGSMOKEOETECTORSIGNALCIRCUIT. @vt.NIHt:.XISTINGSldOKEOETECTORSINARU.SEED\\UE2.10,AND CONNECTONLYREQUIREDQUANTITYPERCODE.RELOCATEEXISTING DE\1CE LOCATION AS NECGSARY. (i)PROV!DE3/'t"CSTUBOIJTTOACC£SSIBLECE!UNGSPACEONLYFOR RJ1\JRESECURIT!'CAMERA \'\DEO CABliNG. ni'ICALFOR All CA!.IERA lOCAllONSINOICA.TED. @)REFERTOSHEETE3.12KE'tNOTE#!OfORFlOORBOXREOUIREMENTS. \o'ERIFYEXACTLOCAllONWilliARCHITECTIIRALORA'MNGS. @FU.TSCREENMONITOR,SEEAV8:0XOETAIL40NSHEETE0.17.REFER TO ARCHITEClURAL PlAN FOR UOUNllNG HEIGtiTS. PROVIDE (2) CAT5~ CAllLESTOAVBOX.SPOOL.,4'CAT6eCA8Lr"st.ACK"INCElUNG """ @DIGITALSIGNAGE,SEEDIGITALS1GNAGEAVBOXOETAIL50NSHEET EO.I7.REFERTOARCH11ECWRALPL.ANFORMOUNl1NGHEIGif!S. PROVIOE(2)CAT6eCASLESTOAVBOX.SPOOL,.4'CAT6eCABLE "SL.ACK"INCEIUNGABOI£ @oiGITALSIGNAGEFUlURELOCA110N.1ERt.!INATE(2}CAT6eCABLESIN NEAREST ACCESS1BLE CE!UNGABOVE LOCATION SHO'IoN TO ALLOW FOR fllllJREINSTAllATION.PROVIDE1CfTOFCAT6eCA8LE"st.ACK"IN CEIUNGABO\>C,SPOOlED. @ruruREROOMRESERVAl10NSYSTEI.IlOCATION.1ERMINATE(2)CAT6e CABLESINNEARESTACCESSIBLECEIUHGABOVELOCAllONSHO'IoNTO AlLOW FOR FUlURE INSTAllATION. PROVIDE ENOUGH SLACK TO REACH FIHIS!l FlOOR BfLOW, SPOOI.Eil. GENERAL NOTES 1. CONTR.i.CTORSH.i.Lit.!INIMIZE:ctJTTINGINTOFLOORst.AB'MiENINSTAWNG CONDUI1SFROMFLOORBOXTOFLOORBOX.CONTRACTORSKAIJ..ROUTETHE CONDUI1S TO THENEARESTWALL/COWMN TO RISE UP TO CEIUNG SPACE THEN 00\\'NTOTHENEXTFLOORBOXASFEASlBLE.AlLCONOUITHDMERUNS ORIGINATING FROM FLOOR BOXES SHALL BE ROUTED TO NEARESTWALL/COWMN TORISEUPT0CEIUNGSP.i.CETHENROU1EDTOPANEI..,MOFANDIDFRACKS AS INDICATED. 2. CONlRACTORSHALLCOORDINATEAClUAllOCAllONANOUOUNTlNGHElGH1SDF OEVICES'MTHARCHITECTURALFLOORPI..ANSANOELEVAllONPlANSPRIORTO ROOGH-IN. Ne GROUP4 ARCHITECTURE RESEARCH+ PLANNING, INC 211 UNDEN AVENUE SO. SAN FRANCISCO CA940BOUSA 650-871-0709 $,~.~TIJ~Q, P''" O<~H'·'"" F" OS•.>T1.0B1 ~ """'""~'""'"·"' CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 om 02/13/2015 Ad< CHECK 03/25/2015 ~IOSET 04/10/2015 ~~OENOU~ 2 05/15/2015 CONFOR~ SET 06/30/2015 ASI#16 11/5/2015 SHEET TITLE AND NO. FIRST FLOOR RENOVATION PLAN SIGNAL E3.13 5 CDSE~O!'!D FLOOR RENOVATION PLAN-LIGHTING SHEET NOTES (DwALLIAOUNTED COMBINATION OCCUPANCYSENSOR/Dit.tMER S'MTCH. @CEIUNGMOUNTEDDAYUGHTHAAVESTINGPHOTOCELLSENSORFORCONTF!OLOFUGHT flXT\JRESINDA'ltiTZONE. (DoUALlECHNOLOGYCEIUNGMOUNTEDOCCUPANCYSENSOR, G) UGHT FIXTURE 1mH INlEGRAL 90 MINUTES EMERGENCY BATIERY PACK. TYPICAL FOR ALL HALF-SHADED UGHTFlXTUR£S. @REFERTOSHEETE3.10FORPANEL"A"LOCATION. (DPROVlDEDlMMINGCAPABIUTYFORUGHTFlXlUREINOAYUTZONE. Ci)MANUALOVER-RIDES'MTCHMOUNIDlATRECEPTION/CHECKOlJTOESK. @EXITSIGN\1\lHINTEGRAL!lOMINllTESBATlERYPACK. ®HOIAERUNCIRWITVIAUGHTINGCONlROLPANEL(LCP). @ WALL MOUNTED lED STAIR UGHllNG FlXlURE Wflli 61-LEVEL liD DRIVER ULTRASONIC SENSORANO&OMINUTESEMERGENCYBATIERYBACK-UP.STAIRUGHTRXWREAS l.tANUFACT\JREO BYUGKTOUER CATALOG f. SF40C-JaA-40--ll-MKB-US OR APPROVED EQUAL Nft GROUP4 ARCH I TEC TU RE RESEARCH+ PLANNING, INC 211 UN DEN AVENUE SO. SAN FRANCISCO CA94080USA 650·871·0709 ~!HIQ ,,.,.""'""'"'"'0"""'''''' ~" Dlooo, a 02127 "'"'' 0011.>11."" F" •<~Oit.,., CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 PROJECT: RLB '"' 02/13/2015 CHECK 03//Sj/015 SET 04/10/2015 2 05/15/2015 CONFORM SET 06/J0/2015 ASI#16 11/5/2015 SHEET TITLE AND NO. SECOND FLOOR RENOVATION LIGHTING E3.14 ---9\;•••••''''''''''''''''''' '••••••••••••m•••••••••••••••••••••••••••• liffill:"-1 ---~~- CD~E9.o.~~ FLOOR RENOVATION PLAN-POWER SHEET NOTES CD FlUSH TWE POKE-1!iRU COMBINATION PO'MJ! AND O.I.TA flOOR BOX OUn..ETS 1\lTHINSERTSlEI.tFlNISHFLANGEANOSUOEHOl.DER.POKE-THRUFlOORBOX ASI.!AtiUFAC1UREOBY'MREMOLDCATALOG#RC7SERIES/RC75TC,MC751l/ RC7SSHTCBK.PROV10ESNAPCOUMUNICATIONJACKSINADAPTERSASREQUIRED. COORDINATEEXACTLOCATION'MTHARCHORA\\\Na$.COORDINATEDATA LOCATIONS'MlEREINOICATEOONLYONOWGE3.16. ® ~~~~R CfJk1RA~A~~c::Ht\:~uciWlu~L~ACJ ~~~~s 0~&~~c: TYPICALFORALLCONTROLLEOREC£PTACLE\\lnl"CR"INOICATID. G)J-BOXFOR120VPO~RCONNEC110NTOFU11JRESECURITYCAMERAS. G) J-aoxroRt2oVPoii£RcONNEcTION muorootZEDDAUPER. @J-BOXFOR120VPOWERCONNECTIONTOAUTOI.IATICDOORS. ® FLA1SCREENMONtTIJR,SEEAVBOXOETAIL40NSHE£TE0.17.REFffiTO ARCHITECTIJRALPI..ANFOR LWUNTINGHEIGHTS. Q)otGITALSIGN.I.GEFUlURELOCATION.1Ellt.41NATEPO\\£RINJ-BO>:NEAREST ACCESSIBLE CE!LlNG ABOVE LOCATION SHO\IN TO ALLOW FOR FUJtJRE INSTAli.ATION. ® PROVIOECIRCliiTSSHO\\tlfORPRE-WIREDS\'STEMFURNITURE. GENERAL NOTES 1, CONTRACTOR SHAll ~INI~IZE ctrrnNG INTO FlOOR SlAe 11\iEN INSTAWNG CONOUITSffiOMFLOORBOXTOFLOORBOX.CONTRACTORSHALLROLJTETHE CONDUITS TO THENEARESTWALl/CotUMN TO RISE LIP TO CEIUNGSPACElliEN 00\\NTOTHENEXTFLOORSOXASFEASIBLE.AllCONDUITHOMERUNS ORIGlNA'llNGffiOM FLOORBOXESSHALLBEROUTEOTONEARESTWALL/COWMN TORIS!:UPTOCEllJNGSflACEnlENROUTEOTOPANEL,MOf~OIDfRACl<S ASINOICAlED. Ne GROUP4 ARCHITECTURE RESEARCH + PLANNING, INC 211 UNDEN AVENUE SO. SAN FRANCISOO CA940BOUSA 650•871•0709 ~--li!,Q, CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 PROJECT: flLE: om 02/13/2015 CHEC!< 03/25/2015 SET 04/10/2015 05/15/2015 CONFORM SET 06/30/2015 AS! #16 11/Sf2015 SHEET TITLE AND NO. SECOND FLOOR RENOVATION POWER E3.15 G)~.~~.~-~.~ FLOOR RENOVATION PLAN-SIGNAL SHEET NOTES (D(N) 1"C'M1H90'ELBOWSlUB OUTTOCEIUNGSPACEWITH 4CH6eCABLES (1V/JD)TO(E)MOF.StJPPORTCABLESPERSPEC2713{3, ®(N)4--RJ45VOICE;DATAPORTSONONEFACEPLAlE. 0 ~~T ~. ~~~fi'~UNGC~1~I~AJL~E PH~vrrrER~N~o~t!~kt00Jo~~XB~~ \\!Til MANUFACTUREDBYWIREIAO!DCATALOGf.RC7SERIES/flC7STC/RC7SHTCBK. PROVIOESNAPCO!.U.!UNICAT10NJACKSINAOAP1ERSASREQUIRED.OOORDINATE EXACTLOCAl10N \IHH ARCH DRA\\INGS, (D(N)\\IRaESSACCESSPOINT,CE1UNGMOUNTED.PROVIOE(1)CAT6e0ATACABLE TO(E)MDF. G)(N)SMOKEDElECTORS,CONNECTOTNE.I.RESTEXISTlNGSMOKEOEiECTORSIGNAL CIRCUIT. (0PRO\IEO(N)HORN/SlROBE,15odANOCONNECTTONEARESTEX\ST1NGNOT1FlCAT10N DE'olCECIRCUIT, 0 ~~g:~/bt~~~~O~~TC;]U~~~E~~Ei ~O~N;:~,Z:iJ~Lio~~mJUI~~ICAml. ® ~J;;~R~~~~· F~ ~6u~~~~~~GLH1s. ~R~~~ f2~1bA~~cd~ TO AV 80X,SPOOLN4'CAT6eCABL.E"st.ACK"INCEILINGMlOVE. (VoiGITALSIGNAGEF\JlURELOCAllON.lERI.IINA1E(2)CAT5eCABL£SINNEAAEST ACCESSIBLE CEIUNG.ABOVE LOCAllON SHO'M'j TO ALLOW FOR fUTURE INSTAUAllotl. PROVIDE 10FT Of CAT6~ CAELE "SLACK" IN CEIUNG ABOVE, SPOOLED. GENERAL NOTES 1. CONTRACTORSHAlli.IINII.IIZ£ctmlNGINTOFLOORSlAEII'MENINSTALUNGCONDUITS FROI.IA.OORBOXTOA.OORBOX.CONTRACTORSHAllROUTETHECONDUITSTOTHE NEARESTWAU./COWI.INTORJSEUPTOCEIUNGSPACE THEN DOI'IN TOlHENEXTA.OOR BOXASFEASlBLE.ALlHOUGHNOTINDICAlEOAllCONOUITHOI.IERUNSORIGINAllNGFROI.I ROOR BOXES SHAI.LBEROUlEO TO NEAREST WAll/COWUN TO RISE UP TO CElUNG SPACElHENROUT£DPANEL,I.IDFANDIDFRACKSASINDICAT£DONPlANS. Ne GROUP4 ARCHITECTURE RESEARCH + PLANNING, INC 211 UN DEN AVENUE SO. SAN FRANCIS::O CA940BOUSA 650·871·0709 ···rrG ;~~.~fH, )' ,·.o:•<<> ''"'"'"""""'•0"''""''''" "'"o"'"'"""' P"""a"'·"'"'""'''·'"·"" ~ "''""""""-"''.00 CARLSBAD COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 om 02/13/2015 ACK CHECK 03/25/2015 ~IOSET 04/10/2015 ~WoENDUt.i 2 05/15/2015 CONFORt.l SET 06/30/2015 AS! #i6 11/5/2015 SHEET TITLE AND NO. SECOND FLOOR RENOVATION SIGNAL E3.16 PRAVA CONSTRUCTION SERVICES• IND. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Revise Sink Cabinet Backs to adjust to Conflict with Existing PROJECT NAME: Plumbing APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item 1 ofwork Description Cole Library-Revise Sink Cabinet Backs to adjust to Conflict with Existing Plumbing 1 McWorkman Millworks, Inc. Please refer to the attached proposal 2 Additional Insurance 75 01/18/16 3409 1/12/16 Cost $356.40 $5.35 ============== Subtotal= Mark-up· 10% on First $5,000 Mark-up· 5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. Bond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Informal on willlle provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU% U.UU"/o 1.UU"/o By Owner: By Owner's Representative: By Contractor: $361.75 $36.17 398 0 0 0 4 402 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: COMPANY:: .. · M6W6RkMAN MILLWORk§ INC PROJECT NAME: 3409 City of Carlsbad Libraries CONTACT: , •. . BROOKE THOMPSON · · . ADDRESS: 1250 Carlsbad Village Drive .· ADDRESS:' : 9222 CHESAPEAKE DRIVE SUITE B .. l DATE: . ··.· .· ·. 1.14;2016 · · .. ; CTY, ST, ZIP:<-.;:,:. -· ... SAN=DIEGO CA 92123 , .:· ·:1 PHONE:. . : · .;858.27.7.1151 · SUBCONTRACT#: : · CHANGE ORDER REQUEST:"-·. -. ----'.,.....-."'"---:-.....,..........,,6::---.....,...-~...;_;.....;;_-'i: FAX:' . . . ' · .. · i Scope ofwork: :coLE' LIBRARY -REWORKTHE SiNK CABINET BACKS~ ·.· WORK APPROVED BY DAYLE.· · · · · :" .. ,· .. Item Number Material Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 1 0.00 2 0.00 3 0.00 4 0.00 5 0.00 Item 1. Material Sub-Total 0.00 Item Number Labor Itemized-Net Actual Cost Quant. Unit Unit Price LaborTotal 1 . . ·.'.REWORK SINK BACKS 4 : : .. 81 . 324.00 2 0.00 3 0.00 4 0.00 Item 2. Labor Sub-Total 324.00 Item Number Equipment Itemized-Net Actual Cost Quant. Unit Unit Price Equip. Total 1 0.00 2 0.00 3 0.00 4 0.00 Item 3. Equip. Sub-Total 0.00 Item Number Second Tier Subcontractors-Net Actual Cost {with backup) Quote 2nd-Tier Total 1 if applicable ·· 0.00 2 0.00 3 0.00 4 0.00 ltem4. 2nd Tier Sub-Total 0.00 T1me Extension: Matertal Lead T1me 2-6 Weeks· WORK COMPLETED 1.12,2016 Items 1-3 Sub-Total: _$:::---___ .;;;32~4;.:.:.0:;..:0=- 10% OH & P: $ 32.40 GRAND TOTAL ~~ $~--~3~5~6.~40~1 Exclusions: _______ __;:G...;;U"""A.;;..R.;.:;D..;_RA.;;_;;_;IL;;;__ ______ _ LOCATION OTHER THAN STAIRWELL BROOKE THOMPSON 1.14.2016 Submitted by: Date: Rick Smith From: Sent: To: Subject: Attachments: Brooke Thompson <brooke@mcworkmanmillworks.com> Thursday, January 14, 2016 8:25 AM Rebecca Bocox; Rick Smith Cole Library C0#6-Sink Back Modifications CO #6 Sink back modificaitons.pdf Good Morning-See attached C0#6 for the modifications to the sink panels we did on Monday. Let me know if you have any questions! Thanks- Brooke Brooke L. Thompson McWorkman Millworks Inc. 9222 Chesapeake Dr.# B San Diego Ca 92123 p 858 277 1151 f 858 2771161 brooke@mcworkrnanmillworks.com 1 •~~~PRAVA -J'" CONSTRUCTION SERVICES• INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Install condensate piping and pump from 2nd Floor Archive PROJECTNAME: __________________ ~ro~o~m~----------------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Cole Library -Install condensate piping & pump from 2nd floor Archive room to 2nd floor breakroom sink. Repair & replace plumbing chase no hub couplings on water claset drain line 1 JTS Plumbing Please refer to the attached proposal 2 Additional Insurance 76 01/20/16 3409 1/12116 Cost $3,421.00 $51.32 ============ Subtotal== Mark-up-10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at aU by this change. Bond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Addltlonallnforma as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% u.uu% .UU7o By Owner: By Owner's Representative: By Contractor: $3,472.32 $347.23 3,820 0 0 0 3B 3,858 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: COMPANY: ________ ~JT~S~P~Iu~m~b~in~g~·~ln~c~. ______ _ CONTACT: ______ ~~~J~a~so~n~S7h~ie~r~~------ ADDRESS: ______ 3~0~876~7~S~u~ns~e~t~La~k~e~C~i~~~le~---- CTY, ST, ZIP: ____ M;;,;;:;:en:.;:.if'i=-e~e,~C~A;;;;9;;;;2::;.58=-4:..__ __ _ PHONE: ______ --~9~5~1-~2~19_-6~3~67~------- FAX: 951-672--3394 --------~~~=-~~-------- PROJECT NAME: Cole Library Carlsbad ---~~~~~~~=---- DATE: _______ J;;..;a;;;.n;.;;;ua;;..;ry.L..;.;;;2..;;.:0/.;;:.2.;;..01.:..:6:__ __ _ SUBCONTRACTOR#: JTS Plumbing Inc ------~~~~~--------- Scope of work: Install condensate piping & pump from 2nd floor Archive room to 2nd floor breakroom sink. Repair & replace plumbing chase no hub couplings on water doset drain line. Item Number Material Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 1 Copper pipe, Insulation, hangers, anchors 1 720 738.00 2 labels, no-hub couplings 3 Condensate pump 1 105 105.00 4 0.00 5 0.00 Item 1. Material Sub-Total 843.00 Item Number labor Itemized-Net Actual Cost Quant. Unit Unit Price LaborTotal 1 Journeyman Plumber I Prevailing Wage 26 82 2,132.00 2 3 4 5 -·-----···-- Item Number Equipment Itemized-Net Actual Cost Quant. Unit Unit Price Equip. Total 1 ....... "-·~---~-~-~~ --2 0.00 -~~------~ ...... 3 0.00 ~---~- ____ ., 4 0.00 Item 3. 0.00 Item Number Second Tier Subcontractors-Net Actual Cost (with backup) Quote 2nd-Tier Total 1 0.00 .. _, _____ , --· 2 0.00 3 -~----· ---..... -..... 0.06- ltem4. 2nd Tier Sub-Total 0.00 Time Extension: Items 1-3 Sub-Total: $ 2,975.00 15%0H & P: $ 446.25 Sub Total $ 3,421.25 Item 4 Total 5%0H&P: Sub Total Exclusions: $ 3,421.25 Grand Total: I$ 3,421 1 Jason Shier 1/20/2016 Submitted by: Date: PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: __________ ~R~e~lo~ca~t~io~n~o~f~th~e~F~i~re~A~I=ar~m~B~e~l~l ________ __ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Descri tion 2 Georgina Cole Library· Relocation of Fire Alarm Bell Precision Electric Please refer to the attached proposal Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance Note: There will be added costs associated with plaster repair and painting related to this potential change order that will forwarded for reimbursement once they are received from the Individual subcontractors SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): X INCREASE! 0 Days. DECREASED Days. 11----Not Affected at all by this change. This change may affect the Contract Completion Date but If----the total impact cannot be determined at this time. Additionallnformat Is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED S CHANGE REQUEST Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: 80 02/02/16 3409 2/9/16 $1,386.87 $20.80 $1,407.67 $140.77 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: .A. PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of 1BD day5."" We will supply and install all materials,labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC·RFI# GC·RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU 3/4" CONDUIT-EMT-RED FIRE ALARM 3/4" CONN COMP STL-EMT 3/4" COUPLING-RMC-GALV 3/4 TO 1/2" FEMALE REDUCER W/ HEX SHOULDER 3/4" 1-H STRAP-EMT-STEEL 1/2" FLEX-LIQUIDTIGHT METALLIC-GRAY 1/2" CONN STRAIGHT-LIQUIDTIGHTDIECAST 1/2" CONN 90 DEG-LIQUIDTIGHT DIECAST #12/2C SOLID CABLE MC-STL ARMOR #12/3C SOLID CABLE MC-STL ARMOR 3/8" CONN SADDLE GRIP DC FOR FLEX I AC-90 I MC 3/8" CABLE SUPPORT FOR ROD OR FLNG 1/8" POL YTWINE f4x 21/8" SQ BOX COMB KO 7.31" Lx 0.184" W -1.750" BUNDLE NYLON CABLE TIE- BEAM CLAMP TO 3/4" FLNG W/3/8-16 THRD HOLE PEC W0#12216 ITotals Summary General Materials Material Tax (@ 8.000 %) 10 2 1 1 2 3 1 1 160 55 4 20 50 1 30 1 1 3431 Material Total HOURLY RATE (14.00 Hrs@ $64.18) ORIGINAL 241.58C 24.16 o.ooc 350.20 c 7.00 o.ooc 2.32E 2.32 o.ooc 6.21 E 6.21 o.ooc 47.26C 0.95 o.ooc 297.00C 8.91 o.ooc 418.28 c 4.18 o.ooc 707.90C 7.08 O.OOC 862.08M 137.93 0.00 M 1,462.08 M 80.41 0.00 M 95.55C 3.82 0.00 ~ 41.83C 8.37 o.ooc 12.60M 0.63 0.00 M 1,724.88C 17.25 o.ooc 20.53C 6.16 o.ooc 849.83C 8.50 0.00 ~ O.OOE 0.00 14.00 E 323.881 26 1/29/2016 1/29/2016 City of Carlsbad Librc: 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 14.00 14.001 323.88 25.91 349.79 898.52 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Summary (Cont'd) Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Subtotal Markup (@ 10.000 %) Subtotal FINALAMOUNTS Bond Final Amount (@ 1.000 %) CONTRACTOR CERTIFICATION Name: Date: Signature: I hereby certify that !his quolalion is complete and accurate based cr1 the information provided. CLIENT ACCEPTANCE PC0#:26 Final Amount:$1,386.87 Name: Date: Signature: Change Order #: 1 hereby accept this quotation and authorize the contractor b complete lhe above desctlbed WOik. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 26 1/29/2016 City of Carlsbad Librc 15029 2 1,248.31 124.83 1,373.14 13.73 $1,386.87 PRODUCT 6544 TO • • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390.2991 Fax (619) 390-0623 TEAMS: • • • n ! I iJ • QTY. MATERIAL PRICE AMOUNT DESCRIPTlON OF WORK • 12218 ~ 4 S !lflt'1!e.. w 1 Ml'h X'll'l..::. f-all -A~ (Lf~ h 1/.ll nL-1 --~\_Y~-5~~h~nx_. ---'---+-r+--+~ ~ (l~~f, 3::) 7... ,' (J f i e,..S OTHER CHARGES So' :f'.et U n ~ TOTAL OTHER HRS. RATE AMOUNT > 7 TOTAL LABOR PA1fCOMI'tiTEO A. J TOTAL MATERIALS /1 TOTAL MATERIALS Uu\:-h ql:f ~ tl-'VIC/.-WtnLIL r~tK Work ordered by -fi?...t&JJ.._L.;;~J~~--------Signatur~~ -I zW_c, 1 1\ereny ac~<nf<,iedge tile oabslactoty complehon ollhe above cles<:nbed Vt0f1<. TOTAL OTHER e 0 .&. rj .-.-rr,-. _lHE_D_ESI_GN_O_F _lii_E_A_Ilt_SER_~-C£-PIP-IM-0-, -...:..:,.,, CON~Jtlm ON THE DRA'MNG. IS CONCEPtUAL ONLYFOR 1NFCJf1WITIONAL PURPOSES. UNOERGROUND f'JRE SER'YICE PIPING. INClUDING, BUT NOT UWTED TO, nPE,.;LOCAnDN, ~~G~g~~ ~~W~RU:,Ja~g~D 1013 NFPA 2< AMD SUBMITTED ,TO lHE CARLSBAD FIRE OFACIAI. FOR APPROVAL PRIOR! TO IHST}UA~t><. --~·' -1 .&. KEYNOTES (D CtiiiNEeT .f' fill£ SERMC£ I.AliJW. lD Dm!HG ,. lOIE$TIC WAlOt ~IHIJ.Cl.ltAOill"-t. (!) PltOWit N1D t11m1.1. SlUT-oFf ISClUliCW VM,\e IH ~OAaW4l' 001 (tm' COH:TIIIl.VALW). (!) l"'ttW!tNIDIIISJAU.DWII.EDmC'IDROlEOCYAL~AS!lCim..Y{tlCYA). CD l'llO'o'OtAHDIIST'-U.I'CSTIHOCA11NiilYN..I£.{m').(QWNtRatllRIII. V.U.W.:rtllliNDEJIGHWtiOMIT~IJ'f). (i')flfl(lWlC,fHQIHSWJ.m£Dt:PAANMIX»>NttllCIN(FDC}. @ ROU1E ~ nAE SEIMCE L\'IEIW. IIQ.(I'fl' GRADt AS INCI~Wim. CD 1.«1.110H CF4°'1M1\1f~YUJII'l't(Uilfl.Offll!WlE.tHWAmt SUfPi'l'eot'JR(X.m~Jt·;nHrAIIPDI:svttH. @ UlCA1101trF~It0.,1ool ~I;HtQ(VAI.~Wltl TRit.IIHSIAWDftlHE !KIIIlllNTM.PCSliDtltltWDIKAmll£WIIOOI'ISDREQUAI. (!).t•l(T-f'll'£fUI£11l5D'IUI'Arllll11£-EXlERIJtt'f"l}reBUIWIItCWAIJ. _,..WCIIRI WAlEnfl.OWSJ!n::H NffJALNIM liEU. DR EQUAL. SllEPtJ.NS & WATER SUPPLY • DEfERRED SUSMlTTAI.. CARLSBAD ARE llfl'ARMNT OFACIAL APPI<OVAL OF ARE &-UfE SAf't1Y CIVIL SI1E PLAN DRAYd.NGS Tl'IAT COI.tPUES Y111H CHAPlER 17.04 -FIRE PR!VENllON CODE VtlU. BE PR~Oftl PRIOR TO INSTAUATlON. FIRE OffiCIAL APPROVAL OF ARE & UFE SAFETY Cl~ Slt PLAN DRA'MNGS IS COO~GEMT LI'OM COW'U.INCE V111H CMC 17.04.220 lHRClJCH CMC 17.04.370. DEFERReD SUSMm'AlS. FlA.E SER\1CE I.JIDERGROUND 2013 CRC. CARLSBAD FfiE" I'RtVOOlON COOE aiAPTER 17.04 AAD 2m3 NFPA 24. FIAt SPRINKLfR SYSTEM 2013 Cf'C 903 AND 2013 NFPA l3 ARE: Al.ARM SYS'I'EU 2013 D='C 9071 JNCI.UOING SEC'nONS O:C 907.2 (SPECJF1C APPUCABLE OCCUPANCY GROUPS INCLUDING 907.2.14-(AlRIUM), AND 2013 NFPA 72.. a.EAN ACENT ARE EXTlNGUISHING SYSTEM 2013 CFC 904 AND 2012 NFP A 2001. N- G R 0 U P 4 ARCHITECTURE RESEARCH + PLANNING, INC 211 UNDEN AVENUE SO. SON FRAN CIS::O CA94080USA 650•871 0709 ~!~TTG ' ' ' CARLSBAD COLE LIBRARY 1250 CARI.Se.AO VILLAGE DRIVE, CARLSBAD, CA 920! 1 PROJECT AfiiCHI'tEC1 """"' PII:D.(CT; 1«4&-01 "'"" '""' PL..lN CHtCJC ~ACKCI-£0t &105£1' &;.o ADDEmllM 2 '"" 112/1.!/lOI:I o.lm/zot!i 0•/10/W!I 05/15/201~ CONFaa .. Stf OII/J0/2ID!I SHEET TITlE AND NO SITE PLAN FP1.0 Rick Smith From: Sent: To: Subject: 01/2912016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox thanssen@precisionelectricco.com Friday, January 29, 2016 11:19 AM Rick Smith PEC PCO # 26 -Relocation of Fire Bell Proposed Change Order Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Relocation of Fire Bell Subject: City of Carlsbad Libraries PCO No.: 26 RE: Requested by Owner I Prava Construction 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $1,386.87 To Be Determined No 02/08/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to relocate the fire bell, as requested by the Owner I Prava Construction. The conformed set of drawings, dated 6130/15, shows the fire bell to be installed on the East side of the building (reference the attached Sheet FP-1.0). The fire bell has been relocated to the loading dock on the South side of the building. PEC has been requested to provide the appropriate power source to this revised location by Prava Construction on a T&M basis. This work has been directed, performed and approved on a T&M basis (see attached signed I executed T&M ticket). 1 If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosures (click link to download): PEC PCO # 26-Direction to Proceed on T&M.pdf 198 KB PEC PCO # 26-Sheet FP-1.0-Original Fire Bell Location.pdf 482 KB PEC PCO # 26 - T &M Ticket# 12216.pdf 543 KB PEC PCO # 26.pdf 90 KB cc: Prava Construction Services, Kevin Mann Prava Construction Services, Rick Smith TH/th 2 Travis Hanssen Subject: FW: Remaining Electrical Work -Cole Library From: Rick Smith [mailto:RSmith@pravacsi.com] Sent: Wednesday, January 27, 2016 5:49 PM To: Travis Hanssen <thanssen@precisionelectricco.com>; Steve Brown <sbrown@precisionelectricco.com> Cc: 3409 Docctrl <3409docctrl@pravacsi.com>; Damon Atkinson <datkinson@pravacsi.com>; Kevin Mann <KMann@pravacsi.com>; Rebecca Bocox <RBocox@pravacsi.com>; Timothy Grimes <TGrimes@pravacsi.com> Subject: RE: Remaining Electrical Work-Cole Library travis-as discussed on toe telephqne this morning the fire a.larm beU is being located ·On the backJoading dock-please have PEC provide the appropriate power sCillrce to this location-if you feelthere is an added costs-please keep time arrid material tickets for submittal of the costs td the Owner. The damper work is to be performed on time and materials also per the direction of Robert Polley-please provide your proposal once the work is completed. Thanks for your help. Richard K. Smith, P.E. C: (760) 402-5403 0; (760) 929-9787 F: (760) 579-0003 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year 2012 Excellence in Customer Service .... ~Go Green! Please consider the environment before printing this email This transmission contains confidential information from Prava Construction Services, Inc. This information is intended solely for use by the individual or entity named as the recipient hereof If you are not the intended recipient, be aware that any disclosure, copying, distribution, or use of the contents of the transmission is prohibited. If you have received this transmission in error, please notify us by telephone immediately. From: Travis Hanssen [mailto:thanssen@precisionelectricco.com] Sent: Wednesday, January 27, 2016 10:23 AM To: Rick Smith <RSmith@pravacsi.com>; Steve Brown <sbrown@precisionelectricco.com> Cc: 3409 Docctrl <3409docctrl@pravacsi.com>; Damon Atkinson <datkinson@pravacsi.com>; Kevin Mann <KMann@pravacsi.com>; Rebecca Bocox <RBocox@pravacsi.com>; Timothy Grimes <TGrimes@pravacsi.com> Subject: RE: Remaining Electrical Work-Cole Library Rick, 1 We will complete our work, per our phone conversation this morning. If Steve has any questions, I will direct him to you, as discussed. We will need written direction to proceed on T&M with the fire bell relocation. Also, sounds like the scope of work for the added dampers is not quite defined at this point. We need further direction on that, so we can proceed accordingly. Please advise on these items, so we can get them taken care of for you. Thank you, Travis Hanssenr LEED AP BD&C Project Manager Office: (619) 390-2991 ext 107 Direct Line: (619) 966-9653 Fax: (619) 390-1003 thanssen@precisionelectrlcco.com PRECISION ELECTRIC COMPANY 800~390 .. 2991 l1CP534[16 solar@precisionelectricco.com 8137 Winter Gardens Blvd. Lakeside CA 92040 http://precisionelectricco.com/ Precision Electric Company makes R~sidentlal and Commercial Service Calls Anytime, Anywhere-We Can do ltl PRIVACY NOTICE: The information contained in this message is intended only for the personal and confidential use of the recipients named above. This message may be a communication that is privileged and confidentiaL If the reader of this message is riot the intended recipient, you are hereby notified that you have received this message In error and that its review, dissemination, printing or copying is strictly prohibited. If you have received this message in error, please notify us immediately by telephone and delete the message from your computer. Thank you. From: Rick Smith [mailto:RSmith@pravacsi.com] Sent: Wednesday, January 27, 2016 8:08AM To: Travis Hanssen <thanssen@precisionelectricco.com>; Steve Brown <sbrown@precisionelectricco.com> Cc: 3409 Docctrl <3409docctrl@pravacsi.com>; Damon Atkinson <datkinson@pravacsi.com>; Kevin Mann <kMann@pravacsi.com>; Rebecca Bocox <RBocox@pravacsi.com>; Timothy Grimes <TGrimes@pravacsi.com> Subject: Remaining Electrical Work-Cole Library Travis I Steve -I was on site yesterday and there still appears to be a significant about of electrical scope of work to be completed at the Library. Precision Electric indicated that they would have all remaining electrical work completed by 1/26/15 except for the installation of the typeD lighting fixtures which are on back order. Unfortunately this is not the case-as of yesterday PEC was still working on lighting installations, switching devices, and other miscellaneous contract work. Please ensure all work is completed prior to 1/29/16 (the date of the punch list walk by the Architect) except for the type D fixtures. Please let me know what obstacles you are encountering that are impacting your remaining activities. 2 Thanks PRA A Richard K. Smith, P.E. cell: (760) 402-5403 office: (760) 929-9787 fax: (760) 579-0003 rsmith@pravacsi.com wwvv.pravacsi.com 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year 2012 Excellence in Customer Service ... 4 Go Green! Please consider the environment before printing this email This transmission contains confidential information from Prava Construction Services, Inc. This information is intended solely for use by the individual or entity named as the recipient hereof. If you are not the intended recipient be aware that any disclosure. copying, distribution. or use of the contents of lha transmission is prohibited. If you have received this transmission in error. please notify us by telephone immediately. 3 PRAVA CONSTFlUCl'lCN 5ERVlr:ES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: Aluminum Flat Stock In Fill at Shoe Rail -Revised Proposal APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. ~Item fwork Description Georgina Cole Library-Aluminum Flat Stock In Fill at Shoe Rail 1 Custom Design Iron Works, Inc. Please refer to the attached proposal 2 Standard Drywall Extra Work Authorization #135826 -11 mh Extra Work Authorization #135827 -10 mh Extra Work Authorization #135828 -16 mh Extra Work Authorization #135829 -16 mh Extra Work Authorization #135840 -7 mh Extra Work Authorization #135843-3 mh Extra Work Authorization #135844-3 mh Man-lift Materials 3 All Source Company Extra Work T&M -1/22/16-4 mh Extra Work T&M -1/23/16-4 mh 83R1 02/04/16 3409 2/11/16 c $2,450.00 $825.00 $750.00 $1,200.00 $1,200.00 $525.00 $225.00 $225.00 $750.00 $300.00 $300.00 $1,121.25 Extra Work T&M -1/29/16-4 mh ,/ / $1,317.37 ' 4 Additional Insurance $107.63 ============== Subtotal= $11,296.25 Mark-up-10% on First $5,000 $500.00 Mark-up -5% on balance $314.81 SCHEDULE IMPACT: Subtotal 12,111 The Contract Completion Date shall be (Pick One): Gen. Conditions 0.00% 0 X INCREASE! 2 Days. Fixed Insurance U.UU')'o 0 DECREASED Days. Overhead & Fee U.UU'ro 0 Not Affected at all by this change. 1:3ond Premium l.UU'ro 121 This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST ~ the total impact cannot be determined at this time. Additional Inform ea as soon as It is available. This Change Requestfixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: 4~ PRA A SUBCONTRACTOR DAILY REPORT DATE ,, O'ONSTQI..!eT<QN S<a'"~ViCES, l.,.t:::. (ATTACH ADDITIONAL SHEETS IF NECESSARY} tl'2.__1 \ G ProJect NO. Project Name DAY1 3409 3409 Cole library 'W~D. Subcontractor Name SOl Trade TAPE & MUD WORK PERFORMED TODAY DESCRIPTION OF WORK EMPLOYEE NAME CLASSIFICATION HRS U\DcN/0 ~ .,.~ ~(UVW\ VtJ;tAc.A ~\"-10 \J ~f'lA \Y-r~ iO \.\~PrNio ~ \~\>~ t'J, ~\~\e.tNt.u VUN(M lF\<:.-t' c WAS A JOB SAFETY MEETING HELD THIS YeS ctJ TOTAL WORK HOURS ON JOB SITE THIS DATE 0 AFETY DATE? r-6 WERE THER ANY LOST TIME ACCIDENTS CUMULATIVE TOTAL OF WORK THIS DATE? YES HOURS FROM PREVIOUS REPORT (If YES attach copy of completed OSHA report) - WAS TRENCHING/SCAFFOLDIHV ELECTRICAUHIGH WORK (!) TOTAL 1/IJORK HOURS FROM DONE? (If YES START OF CONSTRUCTION 0 YES attach statement or cnec!dist showing inspection performed) - WAS HAZARDOUS MATEPJAUWASTE RELEASED INTO THE c YF5 SAFElY ENVIROMENT? YES REQUIREf!ENTS HAllE ilf 'IE$ attach description of incident and proposed action) BEEN MET LIST SAFE TV ACTIONS TAI(EN TODA '1/SAFETV INSPECTIONS CONDUCTED "' jj " ( l ' £ft LA.l\. \J s e_ E<.!Uif'IV!toN I IlVlA 1 t;KIAL tu:v101VED TODAY TO i!E INCORPORATED IN JOI! CONSTRUCTION AND PU\NT EQUIPMENT ON JOI! SITE TODAY.INCLUDE NUMBER OF HOURS USED TODAY REMARIIS i( ~ I ' ;;ij>ti·•·•·'"""' tYLv""'-·~-· {;f-'2 7/ t1 CONTRACTCR::SU?EimiTE.JlCaJT DAo- STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT ) -!~; ~~~'frj',:{ l~J'f:,, ('dJJ~\~~. }\~ £\ ",. c~ \ . , r l .. ~· \ ,__,, DESCRIPTION OF WORK: \J,!!~\ \-\(, ~\ ~d • ,\:=·f. " ¥..,;\ \\\ 0'~:-\ ~--\ V\J (1 t-t t·J ir f~"'\ 12 'l \ j ~\1\ . ~~)'! H: 'cl L r~~:t- -· l _l \ \ t' ( .. t/ j '-t .. I -~,~ i -: • 1{ \ ~ ,. l '('.· '· .l . ,., \ ' r \ .. ( ·-!t__ . , ( ~ ·':. ~ ' . t ~ ' ; ! '·· \ l \ / I ·' t \ ~ i\. '" i .. : \ . ' r { ·"' f r i MATERIAL '.: ·1h • ! ; .LABOR ~,.-/ • '· •:l ·:. ., ; 'i QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVISION CARPENTER -:~:.)' --· l \ TAPER '<:',. ·•' LATHER PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST L TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAL MISCELLANEOUS COST GRAND TOTAL AUTHORIZED BY CUSTOMER WORK AUTHORIZATION NO. SDI REPRESENTATIVE i/ '~ ( Ae{·,: f' 'I·--·{· { :~> /' : ! '_.;' .i,J!} ! ;~ L COMPANY PRINT WORK TO BE CONTINUED? YES NO / I 1. IF YES, CONTINUED ON EWA NO. . / " i. _.: . ! '·--·' White -Office • Canary -Project Manager • Pink -General Contractor • Goldenrod -Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT ·::,J)~~~:;~ rc.., C\-.1 ,J'~, ..-...,'; \ J_li \~ ' ,· \ \;·~,~~ l(;i f>i \/ ' (-_ \ ~' \!';\ .. f< \ \~ \ il_ ' ·-!.; t' .. -\ DESCRIPTION OF WORK: ~.A ,r., ~.J !c ~-'"i 'P3'L. h)i)\;'-·; '<-~ ... it\ ... -, i !:~" -_.,, \ \ !.c· t l: I > 1 '-< }\) l t ,_ ~·,·::\ I \·IC \-\ \,,· '... ···r , --~~ . 7 ·; ... _js <~--':> ( i \ \<"y··yt: \.> }.; ·J~-"; '! \ ' i ,. • . ; r~ .. _: c \ ~;\; tf< t..-· . (}f: /• . h/\ r1 ~y f~~ ~ t_/J~ t. .if, '',-{,_' ( ·.· (. .c/; .' / !; ,. { l '· ' '· \! ( \ 1 ! (_i, " i ; • ' ( / l j /··' . '~.l {_,,! ,· /, ' /.·.'"'-·!' :.:.,":.-~· . ! .•. ! . ": .. j/ ;' 'I.' * •• 1_ ;l c-.; l t, \ I j ! LC ;t, ., ' ,.;·, ! l -I i .. ~ i ! --~ f:. c:.~_ ; ,' ·' ' .. , \\/ [\ . .'.. . i : ' ·' } f !(_ ! 'it i \ ":;) J/ l'" ' " MATERIAL LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVlSION CARPENTER TAPER ?/ '?.. LC! LATHER PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTIOf\1 AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL ' EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAL MISCELLANEOUS COST GRAND TOTAL AUTHORIZED BY CUSTOMER WORK AUTHORIZATION NO. SDI REPRESENTATIVE .. '' , . . ·;, .. ,. ··~ .. COMPANY YESU PRINT '· WORK TO BE CONTINUED? NO ' IF YES, CONTINUED ON EWA NO. r /,. '· ' . ..:::. /i,,' t: ' / ·: ·/ ;'> .•. ;>; White -Office • Canary-Project Manager • Pink-General Contractor • Goldenrod. Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT . .1./. l ; t'.J.' j t \..:: ( ., . :' "; \' {~'-~ ~~ ,. ~ ~ . DESCRIPTION OF WORK: ~ / .. -· ; I c' J_ '-· /? -, ;, .'·: / .. ·' . 'lf ... /:._ '7 ' ' i ':)._ .·.· •i .· -" r .'){~ .,. ... /i/1) " ) .. .. . ... !~ l -""1' I !.1 /1/J. . i:.f ~· L •' ,_ ' :._.· "•• ! ' :. . ~ .. .• .-· ·' ··-: ~: · I ... ·r-. k .. ·{ •, I· '· \· : . .. ;.~ \ ~""~. ~~ j i ' : J; ' '•. ~. i •' MATERIAL LABOR QTY DESCRIPTION TR.li.DE R OT OT PT DP RATE AMOUNT SUPERVISION CARPENTER TAPER l f ·:: LATHER PLASTERER HOOCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BONO TOTAL MISCELLANEOUS COST GRAND TOTAL AUTHORIZED BY .. CUSTOMER WORK AUTHORIZATION NO. SDI REPRESENTATIVE ·. i ... 'l .. COMPANY PRINT WORK TO BE CONTINUED? YES NO ! IF YES, CONTINUED ON EWA NO. . - White • Office • Canary · Project Manager • Pink · General Contractor • Goldenrod -Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISHDT rc::.; ~) ··\ ..... ~-.... i ;/ __ ;:''; (;''\) \ \ ~"-\\ c.:~.f \,) } .l. r-.. ' 't ~ ~7 . ' \ . ...-'\ \ \;:·~ ~~-, \j ~-,...\ '\ ! i ,, .. (..,. tV) DESCRIPTION OF WORK: . --/{/ ; \-1'C-' ---\ ....... ;:,7• ... f-_ I,\'·.,,\ l \:, -, ! ~-, i \'·Jc -. . l!.. ·~\ .._ __ \ '":' /\ j_{!_\ ~-\ \ . '-r ;.J \-_ L ... -.. \. ' _.( \ ,.~,·. \. I 1 '' \\, ,( __ --, ' , --~\.-!'._\' ,.. f/ c::· '---~~\ / \\c<._ ~--(\ ( \~\ . ~ \ {-~\ ~:-,_ " ' / :ib~ . ) :' \ ---;~i -·cl )· < ) ·:_,. ·~-..?::{., '• ' ' ',·' ;:::::j:.;:• '7" .I MATERIAl LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVISION CARPENTER TAPER ; f-i \) LATHER PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND : TOTAL MISCELLANEOUS COST GRAND TOTAL /' AUTHORIZED BY l CUSTOMER WORK AUTHORIZATION NO. SOl REPR~SENTATIVE ~;t·'~?i~ .. <;.::'-, . /;/ __ , -, { ,. COMPANY PRINT ' , " WORK TO BE CONTINUED? YES NO ,. ! IF YES, CONTINUED ON EWA NO. " .,·: ,: rf ,(.·: " : .. ' White • Office • Canary • Project Manager • Pink -General Contractor • Goldenrod -Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT ~ ---·--. \ \ · .. '\ ify.:·. ' ' ' ;.' ;;·. ';'· :. ' \. i ! ;J' H' "</ ; ,· ! t .r 'I '· 'f·. ~ ~.:· J,-~ ,_. ; ~' DESCRIPTION OF WORK: .. -'/!/ i '!' ! -, ! '-) -:t_. __.:· ,/./ -i. ;.:. -~·/ }..., ...:. ... ; "·~ ,.-i .. r. /-. ,/ ) .. : ... ::· L-··•·· .· /; ' .j' , .. •''/ t l ~ ' c: -· lp .. ··("·· -. .:. ' .: . ·-} / ·"";..·,;/!_./ (~~ .. ''£ .r;, j-,( ~ .. · -~ ' ... ,·· .- . /i ;<.' )r.:' ,i. ~/· /' •. ~-~~-~--f / .&:: ./.~' ) "/ ;"""" .. £ ' c.x! .:. -=~ ;·, . ;._ { c'+: .- ·, !" :t ... ··.;: ;··, .. /· ' .. ~ l. {":' /·;; /.·· /·~ ·- MATERIAL LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVISION CARPENTER •.. TAPER '•···- LATHER PLASTERER HOOCARRIER LABORER SUBTOT.I\L SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAJ. MISCELLANEOUS COST GRAND TOTAL AUTH~RIZ~9 BY,,/ / : CUSTOMER WORK AUTHORIZATION NO. SOl REPRESENTATIVE ' ... ___ ... '] COMPANY PRINT WORK TO BE CONTINUED? YES NO ' . . IF YES, CONTINUED ON EWA NO . .-: :,..•_.·,..-. White • Office • Canary -Project Manager • Pink -General Contractor • Goldenrod -Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION " JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT DESCRIPTION OF WORK: :· c h->(\ ;t~ -~) . -,. :. \ --, Y.~ \.{) !rJ f~ L L -\ . L ( ·,. , .. \' :,_, l L ~. t :\ ',,/•/\ ~ ~ .• 1 t i j c ! ':t.) t ' ,. ·r--~ f·. ; .\). ' ·. 1 ~-.. MATERIAL LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVISION CARPENTER .. TAPER ··' LATHER PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCKING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOJAJ MISCELLANEOUS COST GRAND TOTAL AUTHORIZEr::> B.\'/ CUSTOMER WORK AUTHOR! ATION NO. SOl REP~ESENTATIVE ··' .. COMPANY PRINT .. WORK TO BE CONTINUED? YES NO 1 ' ' IF YES, CONTINUED ON EWA NO. .. .·i' / / ' . ··~ White -Office • Canary -Project Manager • Pink • General Contractor • Goldenrod -Foreman STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION JOB NO. JOB NAME CUSTOMER AUTH TO PROCEED START DATE FINISH DT I· DESCRIPTION OF WORK: ~c r_._~: I --· i; j (_ fj oi (!!( : .. (J ;i,c ;! ; ;' J i ; ·-· ,.-~ : l:Ji :, --)~ / .. , ... ' -t/ r (· ;,-.. i 1 -'"'I .. ! i:: {'.;( .p. -l /'' () ·\~·:~ -....._, .. , ; l' t : 1~ .. L.: t: : j 1:"' 1 f:,_ i:~·· t;~ t/'f\ ,. '• ·,, !·· ~ f I ~ 1 t:.:, ' ,, ! \· c '.! ~, .. \ ; r i.: ~-. \ \ : ;,'/. ';'\]'"-~, ' . y'j!''; .I 'i '• i l . ·. J ~ l t.. _! MATERIAL LABOR QTY DESCRIPTION TRADE R OT DT PT DP RATE AMOUNT SUPERVISION CARPENTER TAPER .. LATHER PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX@% TOTAL MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY QTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT TRUCf<ING TOTAL MATERIAL EQUIPMENT RENTAL TOTAL LABOR ~ TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOT Ali MISCELLANEOUS COST GRAND TOTAL AUTH?ry.tz~.D B.Y ~; CUSTOMER WORK AUTHORIZATION NO. SDI REPRESENTATIVE ' ,• COMPANY PRINT WORK TO BE CONTINUED? YES NO IF YES, CONTINUED ON EWA NO. White -Office o Canary -Project Manager • Pink -General Contractor o Goldenrod -Foreman 3615 Kearny VillaRd, Suite 101 San Diego, CA 92123 Ph: S5B-586--<J903 fax: ass-586-0303 license #92363 7 Contractor: Prava Attn: Rick Smlth/Kevin Mann Ph: Fax: Em all: Change Order: 6 All Source Coatings Inc Date: 02/03/16 Job Name: Cole Library Job Address: Carlsbad We hereby agree to make change(s) specified below: ~-----~------------·---------------------.......... -----------..... --------,------------------- 1/22/2016 l'rovld~ time and material per attached T&M ticket( see description on ticket) s man hours @ $75 per $ 600.00 The above changes will have: Sub-total: $ 600.00 90.00 O/P(15o/o) $ -------~ Tota~ $ 6'90.00 ""'====I Affect on schedule to be determined upon approval. WE AGREE hereby to make the change(s) specific above at this price: $ 690.00 Date: Submitted by: Jerry Zumbro Signature: ACCEPTED -The Prices above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be performed under the same terms and conditions in original contract unfess othel11Vise stipulated. Date of acceptance: Accepted by: Signature: ----------------------------------------------------------------------------~; SL.···..;:. Change Order: Time 8t Material ' ': ·~. ''" ,, VVork Authorization 3615 Kearny Vif/a Rd., Suite 101 San Diego, CA 92123 Date: J -.. 1 ]_ -/6 Job Name: Cbl-£ .-L; I] lfl//P( y / Job Number: Contractor: PRIJvrj r· c~ '-) r Foreman: -, J C1ff/Ll y / Emglo::tee ~lame I Descrigtion of Work Hours ";50 f!;v )I ..Ln . .9-C:.JC:,fi ( Po,,.J _, i' \) ,_ -~ I )-u''J e_ r -:::) c-1-{ I !) .t1 c; . ') ,p;..;'nil e.r ~-I Or• tJ I (JC ln:,c,---~ I I ! ,, Jo 7 • Is , o. D>-ywC'I / i'YiJ. ~· Lj --)rtJ-f fh""lc?.r Q:-1 11 s I •, I I -l~ t f-11 v .Dy . 7&1 )-...__.E. I ar ~ I /c-Z<a· /~, •' 1) . r~ 9-Ceols (' b ,, jg_) ). j --r., ''id-at· JC!rf'l 4\<:..'()/.., .. P-IJ ') '\;Jc.// ~~6 "'"-0... .... ~ (lrl Jo/)v ));_v Ll ·c~ 1/ ·t / f6~''J l I fatal Hours: F\ k~. \\ ; . , ! Material l. ' '.\. ... \. • !_, i .. ' 1'· .. '· ,, } ' ,' '~· _.,, .. ... ,. j ,' . ' .. · · . ... !-,t. _',' .. . I : i ; .. ·~ < ' . , ... i '•'' .. .. --. .. ' . ..''-.. .. I ., .. f .!. ~ All Source Companies Manager: Signature I ,!_, ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Srgnaiure does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless othenNise stipulated. j, ... Accapted By: __::_:_-_. ---------------------------l Print Name 8, Signature 3615 Kearny Villa Rd, Sult<e 101 San Diego, CA 92123 Ph: 658-586·0903 Fax: 858#5B6-o3o3 Ucens.e #923637 . Contractor: Prava Atrn: Riel< Smith/Kevin Mann Ph: Fax: Email: We hereby agree'to make change(s) specified below: 1128/2016 Change Order: 7 All Source Coatings Inc Date: 02/03/16 Job Name: Cole Library Job Address: Carlsbad Provide time and material per attached T&M ticket( see description on ticket) 13 man hours@ $75 per $ 975.00 Sub-total: $ 975.00 O!P(15o/o) $ 146.25 : -------! TotCJl $ 1,121.25: ======='! The above changes will have: Affect on schedule to be determined upon approval. VIE AGREE hereby to make the change(s) specific above at this price: ~ ;$ 1,121.25 : Date: -------·---·---------------~------- Submitted by: Jerry Zumbro Signature: ACCEPTED-The Prices above and specifics of this Change Order are satisfactory and are h<!reby accepted. All work to be performed under the , same terms and conditions in original contract unless otherwise stipulated. • Date of acceptanc~: ; Accepted by: Slgn~ture: ------------------------------ ' ',. ~ ~: 3615 Kearny Villa Rd., Suite 101 San Diego. CA 92123 Emoloyee Name I 1 f ... I J .. ,. ,-" I ,. J I. \II Source Companies Manager: Job Name: Job Number: Contractor: Foreman: Description of Work : I I. ; ' ' ~· ~ ,, .. ,. :. , lrotal Hours: Signature Change Order: Time & Material Work Authorization -~-· -· I.· .. : '"~ '.~ ,• . . , / '. ; ... · ; ... , · ... , . ~ ... : · ... / A.CCEPTED-the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We :1cknowledge that the work performed is of a change order or T&M t;~ature. Signature does not acknowledge any cost 'or hours or material that pertain to the nature of change order or T&~ work. All work to be performed under the :;ame terms and conditions in original contract unless otherwise stiplila.tep.• •. ~ -~ 'o,,, • ~-···. Accepted By:·--'-'-·-·---------'-'---------------------! Print Name & Signature ... Change Order: 8 3615 Kearn)r Villa Rd, Suite ·101 Scm Di·ego, CA 92123 Ph: 858·566-0903 Fax: 858-586-D303 Ucens·e #923637 Contractor: Prava Attn: Rick Smith/Kevin Nann Ph: Fax: Email: We hereby agr-e;: to mal«! change(s) specified below: 11:29/2016 AU Source Coatings Inc Date: 02/03/16 job Name: Cole Library Job Address: Carlsbad Provide time and material per attached T &H tld<et{ .se·e description on ticket) 14 man hours@ $75 per $ 3 gallons material $ Sub--total: $ O!P(15%) $ 1,050.00 75.00 1,125.00 192.37 Total $ 1,317.3i' =======11 The above changes will have: Affect on schedule to be determined upon approval WE AGREE hereby to make the change(s) specific above at this price: $ 1,317.37 Date: Submitted. by: Jerry Zumbro Signature: ACCEPTED-The Prlca above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be perfonned under tlle same tenns and conditions in original contract unless otherwise stipulated. Date of acceptan-ce: • Accepted .by: Signature: ------------------------------------------------------~ Change Order: Time 8l Material Work Authorization 3615 Keamy Villa Rd., Suite 101 San Diego. CA 92123 Date: Job Name: Job !::lumber: Contractor; I l I I I ·"''' 'J<:.;~ ;/ /~r ,-. I 0 CoLl3-; -I [J }?Jj.fl. 'y I (") t;l Llt,/.t4 ll J 1.. I ; , co .. Foreman: I ~'tCJ/iN )i ' Emgloy:ee Name Descrigtion of War~ Hours ~...,--·1 ' )I P. -~~ q r: ,. f' -~·· ,I J.Od/V · J h ,."~ c;.. .:;_,-\....0Ct7~ or~ /--. p /1 P-v .·, i ()n t-·Vo• l/_!j -' . r ~ - 11·v ·S -f::.z; iL 'vV c 1/ u,;; !o, ·-'-/ I 1-~r-ssE /"Jorf4 l't. z:Z<l.~-l,/;; e. lrotal Ho•Jrs: UUJ :!" 7 \II Source Companies Manager: Signature I '":'-l "s.,; v Material .f//; A.CCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We ack:1owledge that the work performed is of a change order or TB,M nature. Signature does not acknowledge any cost 'or hours or material that pertain to the nature of change order or T&IIJI work. All work to be performed under the >arne terms and conditions in original contract unless otherwise stipulated. / ). ~~ ::_____.-;:?- "}·. t· 1 • Accepted By: i/Vt ('f1V·-'t.-5 Print Name & Signature PRAVA CONSTRUCTION 5ERV1CESr INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ____________ ~In=s~ta~II~N~e~w~R~o~o~f~D~ra~i~ns~----------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Georgina Cole Library-Install New Roof Drains 1 Roof Construction Please refer to the attached proposal 2 Additional Insurance 86 02102/16 3409 2/9/16 Cost $2,555.39 $38.33 ============== Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance §CHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. Bond Premium This change may affect the Conlract Completion Date bul !TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Addltlonallnforma is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% O.OO'Yo 0.00% l.UU"/o By Owner: By Owner's Representative: By Contractor: $2,593.72 $259.37 2,853 0 0 0 29 2,882 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: 8: DATE: DATE: DATE: COMPANY:-.,..-.;...--..;_.-,--"'l~c;.;· :::;·· .:..,Co.:::·:::::.··.n-:::Si!:::·mc::· .ctro:=; c:..:n ___ _ CONTACT:~-----.,-~S::=~~~~~·~a~g~.~~ez=------­ ADDRESS:~~--~1~56~. ~3~S~~~~~·ng~·~CO~·~urt~. ~---- ···,J PROJECT NAME: City of Carlsbad Libraries (Cole/Dove) ADDRESS: 12'5'0 Carlsbad V~lilage Or, Car'lsbaq DATE: 111312a16 SUBCONTRACT#: 3409-23 CTY, ST, ZIP:_· __ ___,.;.;;.Esco""'. '-'-.. ·.._nd""ioo..;;_• :..:.'-'C"""'I%'-'92~Q2""'.9.;.;;._ __ _ PHONE: -..,.------::76:::0-::-::7::::33-:=· -=1-='050:::-::--' --...,--CHANGE ORDER REQUEST: 4 FAX: __ _..__....;.7.:..,;60;;.;;. ;....;"'138-;.;:;:· ..:;:_;,1..:...05;:;..;4;__ ___ _ Scope of work: JllStafted 8 new ~drains as old drains were not compatible with the roofing Item Number Material Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 1 Dr.ains B :e<W'lit 111.01) 1,368.00 9 TAX at 8% 1 109.44 109.44 Item 1. Material Sub-Total 1,477.44 Item Number Labor Itemized-Net Actual Cost Quant. Unit Unit Price LaborTotai 1 "~ 1 ;MD 33.2'.87 332.87 2 Foreman 1 MD 357.57 357.57 3 GL 1 54.2 54.20 4 0.00 ltem2. Labor Sub-Total 744.64 Item Number Equipment Itemized-Net Actual Cost Quant. Unit Unit Price Equip. Total 1 0.00 -2 0.00 3 0.00 4 0.00 ltem3. Equip. Sub-Total 0.00 Item Number Second Tier Subcontractors-Net Actual Cost (with backup) Quote 2nd-Tier Total 1 ifap@f~e 0.00 -· -2 0.00 3 0.00 4 0.00 ltem4. 2nd Tier Sub-Total 0.00 _,_-,, Ttme Extenston:;..._ ___ ___;._.;.;;.__l:.:..f.:.:..a.::.:pp!;;.;lc:..:ic:.:..a:.:..b:.:..le_. ____ .;.;;._ _ _;__ Items 1-3 Sub-Total: ;....;$;--___ ....:2=.!.,2:,:::2::::::2::.:.0;.::8:.... 15% OH & P: $ 333.31 TOTAL ~~$~----~2~,5~55~.3~9~J Exclusions: -----------------------------GRAND TOTAL Submitted by: Date: PRAVA CONSTRUCTION SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Revised Power for Systems Furniture to Accommodate the PROJECT NAME: Controlled Receptacles APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Georgina Cole Library-Revised Power for Systems Furniture to Accommodate the Controlled Receptacles 1 Precision Electric Please refer to the attached proposal 2 Additional Insurance 87 02/02/16 3409 219/16 "" $529.12 $7.94 ============= Subtotal= Mark-up-10% on First $5,000 Mark-up -5% on balance Note: There will be added costs associated with plaster repair and painting related to this potential change order that will forwarded for reimbursement once they are received from the individual subcontractors SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 0 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. l:!ond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as It is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU'1o U.UU'1o l.UU'1o By Owner: By Owner's Representative: By Contractor: $537.06 $53.71 591 0 0 0 6 597 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Revised Power for Systems Furniture to Accommodate the Controlled Receptacles We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension ofTBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU #12 THHN BLACK 30 230.26 M 6.91 O.OOM #12/3C SOLID CABLE MC-STL ARMOR 10 1,462.08 M 14.62 0.00 M 3/8" CONN SADDLE GRIP DC FOR FLEX I AC-90 I MC 2 95.55C 1.91 o.ooc WIRE CONN RED 8 19.36 c 1.55 o.ooc PEG W0#12211 1 O.OOE 0.00 7.00E rrotals 511 24.991 Summary General Materials Material Tax (@ 8.000 %) Material Total HOURLY RATE (7.00 Hrs@ $64.18) Subtotal Markup (@ 10.000 %) Subtotal FINAL AMOUNTS Bond (@ 1.000 %) Final Amount CONTRACTOR CERTIFICATION ORIGINAL 23 1/21/2016 1/21/2016 City of Carlsbad Libr~ 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 7.00 7.001 24.99 2.00 26.99 449.26 476.25 47.63 523.88 5.24 $529.12 PROPOSEDCHANGEORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 heteby certify thallhis quotation is complete and accurate based m lhe infonnaUon provided. CLIENT ACCEPTANCE PC0#:23 Final Amount:$529.12 Name: Date: Signature: Change Order #: I hereby accepllhis quota lion and authorize lhe contractor b complete the above descnbed work. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 23 1/21/2016 City of Carlsbad Librc: 15029 2 rnoouc r 654·1 TO • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390·2991 Fax (619) 390-0623 TEAMS: QTY. MATERIAL ~~ 12/3 thL .?D t it: _(f. w~'~ "Z. 'i:, \ n.;J l '(.,. tv\ c.. U)flfh ~ re.J w,'~Y:., h<A 1-5 > PRICE DATE COMPLETED I TOTAL MATERIALS Work ordered by AMOUNT Signatur~fl.ft/A: ~.;z,J-~Q 'J::;.7!- I hereby acmo,.ledgo lhe ll:lfa tory complel1on ot 1/le above doscnbed work. tt z,J),t;> • • . 12211 f't10NE OA TE 0~ OROEA 0 DAY WORK r_::: CONTRACT DESCRIPTION ~itORK PH', '-'vr'.Jie., LtP. 'Rf 4-o IJrov.· de. CcYl frdl( eel c 'I~AJ../ fs & + t1/l .fu fY"' { -1-v.. r-e u-11-51-al/'S chal\tJe fcau lar 61At ret5 ~~ r/(.~.;+N. _vftTLf\.1\ t'-kf 3 +-/") 5 dl" J OTHER CHARGES TOTAL OTHER LABOR HAS. RATE AMOUNT E.l.eo+rtl:.\ 'tth ~ t== lt--r,f"Nr.IA h z i'etcd Hr~ 17 TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ~~ TAX TOTAL ~ Rick Smith From: Sent: To: thanssen@precisionelectricco.com Friday, January 29, 2016 10:29 AM Rick Smith Subject: Revised Power for Systems Furniture to Accommodate the Controlled Receptacles 01/29/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order 813 7 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www. precisionelectricco.com Description: Revised Power for Systems Furniture to Accommodate the Controlled Receptacles Subject: City of Carlsbad Libraries PCO No.: 23 RE: Requested by Owner I CM G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $529.00 To Be Determined No 02/08/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to revise the circuitry to the 2nd floor systems furniture to accommodate the controlled receptacles, as requested by the Owner. This work has been directed, performed and approved on a T&M basis (see attached executed I signed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosures (click link to download): cc: PEC PCO # 23-T&M Ticket# 12211.pdf 620KB PEC PCO # 23.pdf 88 KB Prava Construction Services, Kevin Mann Prava Construction Services, Rick Smith TH/th 2 PRAVA CONSTRUCTION 5EfWIC£S• INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: _____ C::::.o::::.:l::::.e.::L:::ib::.:ra:::.ryL---:..:A:::.:dd::::.:e::.::d:...:C::::.:I:::.:ea::::n.:_-::::.U.r:..P..::C:.::o::::.st::::.s ___ _ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work Is not proceeding pending your approval. Item of work Description 2 Cole Library-Added Clean-Up Costs Pacific Coast Cleaning, Inc. Please see the attached quote.-1/2 of costs Please see the attached quote -1/2 of costs Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): INCREASE! Days. II----DECREASED Days. II----Not Affected at all by this change. This change may affect the Contract Completion Date but 11----the total impact cannot be determined at this time. Additionallnforma is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: 96 02/22/16 3409 2/29/16 Cost $1,248.00 $600.00 $27.72 $1,875.72 $187.57 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8; B: 8: DATE: DATE: DATE: Rick Smith From: Sent: To: Subject: Attachments: Invoice Dear Rick Smith : Lance Siraton <Lance@PacificCoastCieaning.com> Friday, February 19, 2016 9:50 AM Rick Smith Invoice from Pacific Coast Cleaning (Cole) lnv_15704_from_Pacific_Coast_Cieaning_lnc._7972.pdf; scan@pacificcoastcleaning.com_ 20160219_125457.pdf Amount Due: $1 ,2QQ.QQ Your invoice is attached. Please remit payment at your earliest convenience. Thank you for your business -we appreciate it very much. Sincerely, Pacific Coast Cleaning 858-565-1603 1 PACIFIC COASTW C L E A N I N G , I N C. Bill To Prava Construction Services, Inc. 344 N. Vinewood St. Escondido, CA 92029 P.O Item Quantity Description Date 2119/16 Job Description Cleaning Services City of Carlsbad Libraries Dove Library-1775 Dove Lane, Carlsbad Georgina Cole-1250 Carsbad Village Dr Contract #3409 ( 4020/4030) Terms Rate Time & Material 16 2/11 I 16 -Provided labor for final cleaning services. 75.00 ' It's been a pleasure working with you! Total Phone# Fax# E-mail Invoice Invoice# 15704 Due Date 2/19116 Amount 1,200.00 $1,200.00 Web Site 858-565-1603 858-278-1311 Melina@PacificCoastCleaning.com www.pacificcoastcleaning.com 5715 Kearny Villa Rd. Ste. 112, San Diego, CA 92123 Project Name & Address: Q.,C\.~\ ~\o(\cl. \ ~\J 'a\'-' Co\e I Time and Material Phone: 858-565-1603 Fax: 858-278-1311 Contractor: l? 't"""O\X,) Date: :?-\ \.-I ;; Units Corn~p~le.;....:te..;;_;d.;__ __ _ # Units Com-:-!p'-le..;_t..;_ed;__ __ _ # # # # # # # Descripition of work Man Power Trade/Position Quanity hours Total Hours Zoe-~a.-ve&.-('0. i B ~\r\.n .. n'D. ~ro.0-\er.s .. i,.._ ~~~c.:, \. .~ <-.J "' lb Notes PACIFIC: COASTT" c L E A N I N G I I N c. Bill To Prava Construction Services, Inc. 344 N. Vinewood St. Escondido, CA 92029 P.O Item Quantity Description Date 2/4/l6 Job Description Cleaning Services City of Carlsbad Libraries Dove Library-1775 Dove Lane, Carlsbad Georgina Cole-1250 Carsbad Village Dr Contract #3409 ( 4020/4030) Terms Rate Time & Material 24 l/20/16-Provided (24) hours of final cleaning services. 78.00 Time & Material 24 1/21116 -Provided (24) hours of final cleaning services. 78.00 Invoice Invoice# 15616 Due Date 2/4/l6 Amount 1,872.00 1,872.00 Time & Material ?A. 1/?J/1 f.-Provided (24) hours oUi ,1 ·L · · .... 70 l\n ouv 1 872.00 ( Time & Material 32 l/25/16-Provided (32) hours of final cleaning~ services. 78.00 2,496.00 -/ .J-i. 64o1L--tt·.--~ (• ,. Code:~~-~-r. r: 0-4:: --r ~ v~ -. '-···-··-"------------~ It's been a pleasure working with you! Total $8,112.00 Phone# Fax# E-mail Web Site 858-565-1603 858-278-1311 Melina@PacificCoastCieaning.com · www.pacificcoastcleaning.com 5715 Kearny Villa Rd. Ste. 112, San Diego, CA 92123 PACIFIC COAST'" C L E A N I N G r I N C. Project Name: C\~ ~y~\\c_ 'G.'b'\CH~ tf Address:e,().."t:,'oc.-.~ '-'c_o\o \1 Units Completed #'It f/l1 tS;'!J i~ # f0i.?B P-e//fe_ # # Description of work Man Power Time and Material Phone: 858·565-1603 Fax: 858-278·1311 Contractor: Y\ P..;{A. ----~~~--------- Date: 0\\ J...:S \\\a Units Completed # # Trade/Position Quantity Hours Total Hours Q.,\.to:IWS 4_ g 0 0 0 0 --'t-0~\ 6 z. \:\ov'.:S 0 0 Notes \JJ ~v\.A~ ~CO\ Pac Coast Rep-:' PRAVA CONSTRUCTION SERVICES, INc. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Cole Library-Rework Wood Nailer to Accommodate the PROJECTNAME: ____________ -=Ex~i~st~in~g~R~o~o~f~T~hi~ck~n~e~ss~------------ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. ription Georgina Cole Library-Rework Wood Nailer to Accommodate the Existing Roof Thickness -detail 1 on sheetA8.1-2 shows 3" thick roof Insulation in lieu of the one ply surface that existed. 1 DA Whitacre Construciton, Inc. Please see the attached proposal 2 Prava Construction Demo & remove existing materials Clean-up -1 mh 3 Additional Insurance 102 02/17/16 3409 2/24/16 Cost $1,064.00 $303.80 $75.95 $15.96 ============== Subtotal= Mark-up-10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 1 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at ali by this change. Bond Premium This change may affect the Contract Completion Date but !TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additionallnformat•on wi I oe proviaed as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% 0.00% WU'Yo By Owner: By Owner's Representative: By Contractor: $1,459.71 $145.97 1,606 0 0 0 Hi I 1,6221 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8: 8: 8: DATE: DATE: DATE: January 14, 2016 Prava Construction Services Inc. 344 Vinewood Street Escondido, CA 92029 1108 Greenfield Or. El Cajon~ CA 92021 CA {619) 444-4350 Fax (619) 444-4314 CA Lie. 468758 NV {702) 247-4244 Fax (702) 247-4218 NV Lie. 48416 CO (719) 941-4155 Fax (619)444-4314 CO Lie. B-110 Job #1562-01 Attn: Nolan Torrez I Rebecca Bocox I Kevin Mann I Dale Imlay Re: Carlsbad Cole Library I DAW T&M 12/24/15 and 12/28/15 (1 Ticket} The following is a cost for additional work performed on a T&M basis to demo some roofing and rip plate material to match the foam that was differing from the plan detail per your request. Labor: Carpenter 12 Man Hrs@ $741 hr................................................ $ 880.00 Lumber: .. . .. . .. .. .. . . . . .. . . . .. . . . . .. . . . . . . . . . . . . . .. . .. . . . . . .. .. . . .. . .. . . . . .. .. . .. . .. . .. . .. . . . . . . . .. . .. $ (N/A) Hardware: .. . . .. . .. . . . . . . . .. .. . .. . .. . .. . .. . . .. .. . ... .. .. .. . .. .. . .. . . .. . .. .. . . .. . .. .. . .. . .. . ... ....... $ (N/A) Equipment: .............................................................................................. $ 45.00 Subtotal: ............................................................................................... $ 925.00 Profit and Overhead: .............................................................................. $ 139.00 Total Add:............................................................................................ $ 1,064.00 Dave Kapalla Project Manager {ext 107} COMMERCIAL FRAMING CONTRACTORS Serving the Construction Industry Since 1978 ~~t:,g_~~--.1!98 GreenfietJ DriJ"· BC!'L~· CA ,92Q21_ t C. ONSTR' UCTION. INC CA (619) 444-43SO Fex(~i&)M4-43t4 CAllc.46B758 . ., NV (70.2} 247-4244 Fax (7QZ) 247-4218 NV Uc. 48416 Job Number: {signature aCknowledges that the described work e. eMtra and not Included In contract) ~ Pate Men Moun; com~ts: r:z -:ztt-' e;--, 3 :[jE'.Vi,-0 e~ .. .?J l!1P .Fzx6· -t2. -zg-r~ e. .,..., $ f?.i:LJl/t;B~...I' _LVI l~kt. v .fo_,JJ'A4 J Qty 'Type /'/ Comments: 1/./:ft V/ ; Hours HOUI'$ 3 Foreman: . ".;,-: Rick Smith From: Rebecca Bocox Sent: To: Friday, January 15, 2016 1:46 PM Rick Smith; Kevin Mann Cc: Subject: Timothy Grimes; Damon Atkinson; 3409 Docctrl FW: Carlsbad Cole Library DAW T&M Attachments: 1562-01 COLE LIBRARY DAW T&M demo roof rip plates.tif Rick/Kevin-See below and attached T&M for your records. Rebecca Bocox 0: (760) 929-9787 Ext 113 F: (760) 579-0003 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplier of the Year 2012 Excellence in Customer Service .. ~Go Green! Please consider the environment before printing this email This transmission contains confidential infonnation from Prava Construction Services.lnc. This information is intended solely for use by the individual or entity named as the recipient 11ereof. li you are not the intended recipient. be aware that any disclosure, copying, distribution, or use of tl1e contents of the transmission is prohibited. If you have received this transmission in error, please notify us by telephone immediately. From: Dave Kapalla [mailto:davidk@dawhitacre.com] Sent: Friday, January 15, 2016 1:07 PM To: Rebecca Bocox <RBocox@pravacsi.com> Subject: Carlsbad Cole Library DAW T&M Hi Rebecca, Here is a T&M ticket and pricing for Cole. Thanks have a great weekend! Dave Kapalla Project Manager D.A. Whitacre Construction, Inc. Office Number (61 9} 444-4350 Ext. 107 Office Fax (619) 444-4314 Cell phone (619) 247-2705 davidk@dawhitacre.com 1 PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ____ ~R~F~I~#~1=2~1_-=Li~g~ht~in~g~L~o~a~d~C~ir~cu~i~tR~e~d~is~t~rib~u~ti~o~n ____ _ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Georgina Cole Library-Lighting Load Circuit Redistribution 1 Precision Electric Please refer to the attached proposal 2 Southcoast Acosutical Please refer to the attached proposal Please refer to the attached proposal 3 Prava Construction Repaint and touch up painting -8 mh Clean-up -4 mh 4 Additional Insurance 94R1 02/12/16 3409 2119/16 Cost $11,056.42 $237.60 $316.80 $607.60 $303.80 $174.16 ============= Subtotal= Mark-up -10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): (3en. Conditions X INCREASE! 4 Days. ixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. l:lond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UO"fo U.UO% l.UU'ro By Owner: By Owner's Representative: By Contractor: $12,696.38 $500.00 $384.82 13,581 0 0 0 130 13,717 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Lighting Load Redistribution We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown Bid Item Material($) II PEG W0#12223 806.47 II PEG W0#12224 24.48 II PEG W0#12225 829.24 tJ"otal 1,660.19J PEC W0#12223 PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Labor Hrs 54.00 32.00 32.00 118.00J Description Qty Net PriceU Total Mat. LaborU 3/4" EMTTO 3/4" FLEX COUPLING 1 1,219.21 c 12.19 O.OOC 3/4" FLEX-STEEL 3 149.63C 4.49 o.ooc ~/4" CONN FLEX DC SQUEEZE STRAIGHT 1 210.32C 2.10 o.ooc ~12/2C SOLID CABLE MC-STL ARMOR 225 862.08M 193.97 0.00 M ~12/3C SOLID CABLE MC-STL ARMOR 200 1.462.08M 292.42 0.00 M ~12/4C SOLID CABLE MC-STL ARMOR 75 2,053.49 M 154.01 0.00 M 318" CONN SADDLE GRIP DC FOR FLEX I AC-90 I MC 12 95.55 c 11.47 O.OOE 3/8" CONN 1-SCREW AC-90 I MC DC DUPLEX 8 278.74C 22.30 O.OOE 1-H STRAP #1413 & #12/3 4 33.87C 1.35 0.00 ~ 3/8" CABLE SUPPORT FOR ROD OR FLNG 36 44.13C 15.89 0.00 ~ WIRE CONN YEL 6 14.39C 0.86 o.ooc rtJIRE CONN RED 45 19.36C 8.71 0.00 ~ ~x21/8" SQ BOX COMB KO 3 1,724.88C 51.75 0.00 ~ ~" SQ BOX EXT RING COMB KO 2 1,462.82 c 29.26 o.ooc ~" SQ BLANK COVER 1 402.73 c 4.03 o.ooc GROUNDING SCREW 3 55.53C 1.67 o.ooc PEC W0#12223 1 O.OOE 0.00 54.00E ORIGINAL 30-R1 2/11/2016 2/29/2016 City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 54.00 PROPOSED CHANGE ORDER Client Address: PRAVA Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 344 N. Vinewood St. Escondido, CA 92029 !Description ttotals PEC W0#12224 Description 318" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 3/8" CONN 1-SCREW AC-90 I MC DC DUPLEX WIRE CONN RED PEC W0#12224 ttotals PECW0#12225 Description 1#12 THHN BLACK ~12/3C SOLID CABLE MC-STL ARMOR ~/8" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 318" CONN 1-SCREW AC-90 I MC DC DUPLEX !WIRE CONN RED ~" SQ BOX EXT RING COMB KO 25A 1 P BREAKER BOLT-ON PEC W0#12225 ttotals Summary General Materials Material Tax Material Total HOURLY RATE OVERTIME PREMIUM EQUIPMENT (@ 8.000 %) (118.00 Hrs@ $64.18) (6.00 Hrs @ $32.09) Qtyl Net Pricelu 6261 Qty Net PriceU 12 95.55C 3 278.74C 24 19.36C 1 O.OOE Qty Net PriceU 170 230.26M 190 1,462.08 M 5 95.55C 2 278.74C 12 19.36C 1 1,462.82C 10 48.50E 1 O.OOE 3911 PCO# Date: Project Name: Project Number: Page Number: Total Mat.l Laborlu 806.461 Total Mat. LaborU 11.47 O.OOE 8.36 O.OOE 4.65 o.ooc 0.00 32.00E 24.471 Total Mat. LaborU 39.14 O.OOM 277.80 O.OOM 4.78 O.OOE 5.57 O.OOE 2.32 o.ooc 14.63 o.ooc 485.00 O.OOE 0.00 32.00 E 829.241 SCISSOR LIFT-26' (per Day) (1.00@ 3.00@ $131.00 + 0.000 %+ 0.000% + 0.000 %) Subtotal Markup Subtotal FINAL AMOUNTS Bond (@ 10.000 %) (@ 1.000 %) ORIGINAL 30-R1 212912016 City of Carlsbad Libra 15029 2 Total Hrs.l 54.ool Total Hrs. 0.00 0.00 0.00 32.00 32.001 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 32.00 32.001 1,660.18 132.81 1,792.99 7,573.24 192.54 393.00 9,951.77 995.18 10,946.95 109.47 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Summary (Cont'd) Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 I hereby certify that this quo!alion is complete and accurate based m !he informauon provided. CLIENT ACCEPTANCE PC0#:30-R1 Final Amount:$11,056.42 Name: Date: Signature: Change Order #: I herli!by accept ltlis quotation and authorize !he contractor b complete the above described ""rk. ORIGINAl PCO# Date: Project Name: Project Number: Page Number: 30-R1 2/29/2016 City of Carlsbad Libra 15029 3 $11,056.42 I .ROOUCT 6544 • • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 390-0623 TO '(] ( 0 \l C\ ( DV\ '(; t {LM.-f,. 0 V\ TERMS: OTY. MATERIAL PRICE 2_2~' }'2./7 111 (_ 'LCD' l''l/1 )"\;\( IJ.Sl 1'-/4 VV\( )<... ~ rr..ol t IVt( LC'Ylnl t6 dc:tAbi.c t\'1£. (dill I"\ '1. l{ :r;~ One holes "W l\x_ r.l.~< ~ t..t s .-; .n !£.~'a I hi.X. 4~ ' ( rMf1 ----1..' ~)( cr.~ '5 c... 4.<. ~A~1-tt\ 5 ,'0)1 bax-es 45 Y'erl w.',.< V\V.k ' ve llt)w w/Y't, htA k 3 Q{6f.tV\d tfc..(-cV...( \ "'3/u. ;VbY-1 J..C>C'\ t 1J~.~, Pie.>.. &Jn n~ > 1>' 3Jv. .fb-x. OA1E CC'MPLETEO I TOTAL MATERIALS Workorde~~ I • AMOUNT Signature IliA [AAvA Co f.)c,·f. t hrtrebv 4ckn-ow1Myc ttM sat1sfactory t()mpl&li<JM of th!!-abovo descnbed work e • • • • 12223 DAY WORK CONTRACT I C'.,;S\01-.-'EP-S o;<C-EP ~V!i£;::: __j_ ___ ---;;;:--~ /EXTRA DESCRIPTION OF WORK . f Ran 5, L. tti1d Lb1-!h1 11 fo~em ';.1 b..-11 ~ + o t: )( /ej • 11. <.o 2. ' 12, d·n GOt) { f.~ 'tl f-p,./1/M j h-o}. .k, f: x ~ur~s 1 ~ tob, R.c."' "S. L. • lro ~"' JJ?,...,y te f,·,d--v.r-eJ ,t"' J()7 ... \ ~tY\tHi 6 ~ h.elv1'rJI :v1 io7. / OTHER CHARGES TOTAL OTHER LABOR HRS. RATE AMOUNT f=fet tt\'t/a ~ q 'e let. tr~t.i'QL<? q J:)f{. 1-t.~ ~~n q Et~(. fr,• c..•'av. q IS:r et fr,t.' an " tl a-:l-f11L t'a Cit q TOTAL LABOR ---1-- TOTAL MATERIALS TOTAL OTHER ~~ ---TAX TOTAL - TO G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY, 8137 WINTER GARDENS BLVD. lAKESIDE, CA 92040 (619) 390·2991 Fax (619) 390·0623 TERMS: QTY. MATERIAL > l'Z.. "'!J t111 &I.,. Uhf ( (!) /'\11 • 3 Acr>u~f ~. o/V\L (. ~ 41/IJ z_q. l'c-d we'l'f ,j.'J Ll f1 > PRICE. DATE COMPLETED I TOTAL MATERIALS Workord~fl/J "' - AMOUNT PHONE DATE OF ORDER? -'18'-"'" t ' OROERTA!ml:')fev~ i~~ CUSTOMER'S ORDER NUMBER = DAYWORK C CONTRACT 2'fxTRA J06AMftMBEl~ ! • " €. ( 'f6( (' 'f- JOB LOCAJ:N {_ I b;lci ~'lll 09€-PI' I rz o &t;~; · JOB PHONE STAHT!Nf.l DATE l I' 2-7- DESCRIPTION OF WORK ~tw,'ted the.-flh l.\1 h 1:, . ' to' J 1't'ed. c..,'fr_~u· 1-· · )!A ) 'vt 25 1e htAl~ ~f IO~ 1-/ahfs, Rc. "J·h·Li .t;;., L Plllld 6t!'VI J ~l1 f ht;f-: n fl:7bt'n. loz *" a a:&41r!.Y.:J. . ''(-t.t {' {_,(jj t Z'1• OTHER CHARGES TOTAL OTHER LABOR ;Hns.jRATE AMOUNT ~ \ u fn· c... 'tt M ·g fiP-c.tr ,,"/a¥> $ f: I f.!. tr. \ .. ' ~ n ~ k..lon+·th,' cw, ~ TOTAL LABOR TOTAL MATERIALS TOTAL OTHER I 0T/J./l,. U..Q 1#1... I TAX: TO G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE. CA 92040 (619) 390·2991 Fax (619) 390-0623' TERMS: .QTY. MATERIAL ::Jqo' t'2) '3 f'Y\L t'70' tl-}2 51 ~ fV'IfJI e. iN\( LoVlVl, ~ A eli hI e.. \flit c.. (AP'\nt 1(. 't'erl . w t\"r h'IA..f.< \ '1.., I' x. +e~tl ~ t&~~ ' ./ tO t.:.Sf+. t=ataV\ t~I.J~_BA 1Ji't\t~le nolt.. 11 v I > PRICE DATE COMPLETED I TOTAL MATERIALS WO<k ""Z ' I I AMOUNT . Signature ~ f!JJI. ?~ .. fA r I>A I 7 1 hereby {cknowledge tha satisfactory completion ol the above described work. ' PHONE DATEOFORDER 2 .. ~q-) b ORDER TAKEN Bb +e c;r \te_ V'OVIII C0STOMER'S OFIDER NUMBER ~ DAYWORK =CONTRACT ZEXTRA :t;;t~IEJN\IMB~ -e. J, 1rV 15'b2'i JOillf2~ t:.b!ot lltvdyY JOB PHONE I 5TAR11NGD?~ •-:i f ~~ . 7-/ DESCRIPTION OF WORK OuJkd !': 1'1/t..t.A/ ~ 35·~ J?CJVt."'/et,S <,~ovye/ to H07~ 5}91 ;t L /n.cAt' f 7 w:r"\ i. ; ll'l.diA i f-3~ ·-f.~ 1i(i! \.JQ,fJ I' ~,d.-e_ of-to 7 . OTHER CHARGES TOTAL OTHER LABOR IHRS.I RATE AIIOUHT ~(tt.h':1t't:t'4lll '{ tel tc:f-t\'u'&vl 15 r;'l etJ·rv (. ~~~1\ 75 ....... lc:d-1/', f 1cl ln71!VJ co TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ~1fow TAX TOTAl. PRA A CONSTRUCTION SERVICES, INC. 344 N. Vinewood St. Escondido, CA 92029 Phone: (888) 638-1504 RFI #121 Project: 4030/4020 -Dove/Cole Library Remodel 1250 Carlsbad Village Drive Carlsbad, California 92008 Phone: 760 717-0535 Lighting Cirucit Loads -Urgent Response Requested TO: DATE INITIATED: LOCATION: COST CODE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: Jonathan Hartman (Group 4 Architecture) 211 Linden Ave S. San Francisco, California 94080 02/04/2016 Georgina Cole Library RECEIVED FROM: Rebecca Bocox (Prava Construction Services, Inc) COPIES TO: FROM: STATUS: DUE DATE: REFERENCE: SCHEDULE IMPACT: SPEC SECTION: Rebecca Bocox (Prava Construction Services, Inc) 344 N. Vinewood St Escondido, California 92029 Open 02/04/2016 PEG RFI#028 Damon Atkinson (Prava Construction Services, Inc), Rebecca Bocox (Prava Construction Services, Inc), Timothy Grimes (Prava Construction Services, Inc), Bryan Harry (Group 4 Architecture), Benjamin lrinaga (Group 4 Architecture), Daheen Maeng (Group 4 Architecture), Scott Namlik (Prava Construction Services, Inc), Robert Polley (SchneiderCM), Rick Smith (Prava Construction Services, Inc) Question from Rebecca Bocox (Prava Construction Services, Inc) at 04:36PM on 02/04/2016 There are five (5) lighting circuits that are currently overloaded. #1-18.4 amps, #3-33.3 amps, #5-24 amps, #7-19.8 amps, and #21-16.9 amps. Circuit #7 is already overloaded and doesn't have the pendant lights (Type D) installed yet. We propose to add additional lighting circuits. Please advise. All Replies: TTG Response: -Provide 1 pole 25 amp circuit breaker for circuit# 1, 3, 5, 7, 17, 19, 21, 50, 52 and 54 at panel A. -Rewire circuit 3 to share with new circuit 50. -Rewire circuit 5 to share with new circuit 52. -Rewire circuit 7 to share with new circuit 54. -Rewire circuit 19 to share with new circuit 56. loon Van Pham lo2t17/16 I BY DATE COPIES TO SchneiderCM Page 1 of 1 Printed On: 02/07/2016 09:20AM PRA A CDNSTRUC:TIDN SERVIC:ES, INC:. 344 N. Vinewood St. Escondido, CA 92029 Phone:(888)638-1504 RFI #121 Project: 4030/4020 -Dove/Cole Library Remodel 1250 Carlsbad Village Drive Carlsbad, California 92008 Phone: 760 717-0535 Lighting Cirucit Loads -Urgent Response Requested TO: Jonathan Hartman (Group 4 Architecture) 211 Linden Ave S. San Francisco, California 94080 DATE INITIATED: 02/04/2016 ---~---·~-~-~· LOCATION: Georgina Cole Library FROM: STATUS: DUE DATE: Rebecca Bocox (Prava Construction Services, Inc} 344 N. Vinewood St Escondido, California 92029 Open 02/04/2016 -·---·-------------------~ COST CODE: REFERENCE: PEC RFI#028 --·--·------------- COST IMPACT: SCHEDULE IMPACT: DRAWING NUMBER: SPEC SECTION: LINKED DRAWINGS: RECEIVED FROM: Rebecca Bocox (Prava Construction Services, Inc} COPIES TO: Damon Atkinson (Prava Construction Services, Inc), Rebecca Bocox (Prava Construction Services, Inc), Timothy Grimes (Prava Construction Services, Inc), Bryan Harry (Group 4 Architecture), Benjamin lrinaga (Group 4 Architecture), Daheen Maeng (Group 4 Architecture), Scott Namlik (Prava Construction Services, Inc), Robert Polley (SchnelderCM), Rick Smith (Prava Construction Services, Inc) Question from Rebecca Bocox (Prava Construction Services, Inc) at 04:36PM on 02/04/2016 There are five (5) lighting circuits that are currently overloaded. #1-18.4 amps, #3-33.3 amps, #5-24 amps, #7-19.8 amps, and #21-16.9 amps. Circuit #7 is already overloaded and doesn't have the pendant lights (Type D) installed yet. We propose to add additional lighting circuits. Please advise. All Replies: TTG Response: -Rewire circuit 1 and 3 to feed reading area 109. Provide new circuits 25 and 27 from panel A to feed children area 106. -Rewire circuit 5 to share with circuit 7. Existing circuit 7 shall be rewire with new circuit 38 and 40 from panel A to feed adult area 107. -Per site visit on 2/11/16 discussion with Chris from Precision Electric. Use existing spare conduit to pull new circuit 25, 27, 38 and 40. loon Van Pham lo2111/16 I BY DATE COPIES TO SchneiderCM Page 1 of 1 Printed On: 02/07/2016 09:20AM PRA A OONSTRUCTION SERVICES, INC. 344 N. Vinewood St. Escondido, CA 92029 Phone: (888) 638-1504 RFI #121 Project: 4030/4020-Dove/Cole Library Remodel 1250 Carlsbad Village Drive Carlsbad, California 92008 Phone: 760 717-0535 Lighting Cirucit Loads -Urgent Response Requested TO: DATE INITIATED: Jonathan Hartman (Group 4 Architecture) 211 Linden Ave S. San Francisco, California 94080 02/04/2016 LOCATION: Georgina Cole Library ~------~ COST CODE: COST IMPACT: DRAWING NUMBER: LINKED DRAWINGS: FROM: STATUS: Rebecca Bocox (Prava Construction Services, Inc) 344 N. Vinewood St Escondido, California 92029 Open ·---- DUE DATE: 02/04/2016 REFERENCE: PEC RFI#028 SCHEDULE IMPACT: SPEC SECTION: RECEIVED FROM: Rebecca Bocox (Prava Construction Services, Inc) COPIES TO: Damon Atkinson (Prava Construction Services, Inc), Rebecca Bocox (Prava Construction Services, Inc), Timothy Grimes (Prava Construction Services, Inc), Bryan Harry (Group 4 Architecture), Benjamin lrinaga (Group 4 Architecture), Daheen Maeng (Group 4 Architecture), Scott Namlik (Prava Construction Services, Inc), Robert Polley (SchneiderCM). Rick Smith (Prava Construction Services, Inc) Question from Rebecca Bocox (Prava Construction Services, Inc) at 04:36PM on 02/04/2016 There are five (5) lighting circuits that are currently overloaded. #1-18.4 amps, #3-33.3 amps, #5-24 amps, #7-19.8 amps, and #21-16.9 amps. Circuit #7 is already overloaded and doesn't have the pendant lights (Type D) installed yet. We propose to add additional lighting circuits. Please advise. All Replies: TTG Response: Provide additional lighting circuits. Each circuit shouldn't have more than 14A load on it BY DATE COPIES TO SchneiderCM Page 1 of 1 Printed On: 02/07/2016 09:20AM Rick Smith From: Sent: To: Subject: 02/29/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox thanssen@precisionelectricco.com Monday, February 29, 2016 12:30 PM Rick Smith PEC PCO # 30R -Lighting Circuit Redistribution Proposed Change Order Project Name: City of Carlsbad Libraries Project Number: 15029 Description: Lighting Circuit Redistribution Subject: City of Carlsbad Libraries PCO No.: 030 RE: GC RFI #121 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $11,056.42 To Be Determined No 03/03/2016 This proposal is based on the Terms and Conditions as follows: Description of work: REVISED (2/29/16): PCO has been updated to reflect the revised scope of work, per RFI # 121 (RVSD) as well as, the revised scope work being performed on a time and material basis, as requested by the Owner I Prava Construction (see attached signed I executed T&M tickets). Provide and install the necessary conduit, wire, boxes, and circuit breakers to redistribute power for the lighting per RFI #121 and the electrical engineers direction. 1 If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619} 966-9653 Enclosures (click link to download): PEC PCO # 30R-PRAVA RFI # 121 Response (Rvsd).pdf 956 KB PEC PCO # 30R-T&M Ticket# 12223.pdf 560 KB PEC PCO # 30R-T&M Ticket# 12224.pdf 30 KB PEC PC0#30R-T&M Ticket# 12225.pdf 32KB cc: Prava Construction Services, Rick Smith TH/th 2 L ...... ~ ~~~ ~~;,..;.>~'~..:.....;o.;.,;_~ ...... ~c~';.;;..':'',~-~,--; :,_. ';,..;.···~···----·::.;;.,;;R~EQ._U,;;.;.;;E;;;;;.,;.S_;..T..;..f....;;.,O.;;_;;R..;..C_..;H_..;A;.;;..N;.;..;.,;GE __ . •_..;()..;..RD ...... E_..;.R;.;;..~~:_..;.'•,~'+-~···--; ___ .~ . __ •.• __ ;:y·--·< ---------~"""--.~.~·: I PROJECT NAM!·. : _....:3:..4:.:::0.::;.9...;:C:.;.;it:L.y .::;.of;...C:::.:a:::.r.:.;:ls.=.ba:::.:d:..L::.:.i:::.:br:..=a.:..:.rie:::.:s:___ ADORES :-----~~~--~------OAT : . 2/29/16 SUBCONTRACT~:--------~.~34~0~9~-0~5~------- CHANGEORDERREQUES1: __________ ~2~0~------~- I COMPANY: ___ S;;...;o;;..;;u;.;;.th.;..;c..;..o.;;;..as~t-:A"'::co::-u~s-ti..;.;ca""'l...;.;ln.;;.;t.;;..er..;..;io;..;..rs;;.._ __ CONTACT: ~ AJ Ortega ADDRESS:~----1~4~9~80~H~ilt.:.;:on~D-:ri-ve-------- CTY, ST, ZIP:~· ___ __:.F.::.o~nt.:.;:a::,;n::.a.::.C::...A:J.., :::.:92::.;3::.::3:.:::6 ___ _ PHONE: 909-428-2600 FAX: -------9::-:0:-::9:--47::2'"='8-""'=2'-=-6::-:02:-------- Scope of work: Please see attached ticket dated 2/23/2016 for scope of work Item Number Material Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 1 0.00 ---2-=----·-+--'------------·---f--..... ----------+---'-++-----'-'II------{J.QQ _ __;;:_ __ -+---·---·-----·---~ .. ~----··---~.-.. ~--·~~----.-.. ·---~---------------1------- ·-·----3 ----.... -------.. -~--------~~ .......... -...... f----·~ ......... __ ~~---0.00 5 4 ·-----.. ·--~----~-.... --.. ----~ .. ·---.. -----· ___ .... _____ ...... --.. ~ 0.00 Item 1. Ma~erial Sub-Total 0.00 Item Number Labor Itemized-Net Actual Cost Quant. Unit Unit Price LaborTotal 1 Labor 3 72 : 216.00 ·-··-----· -------·-M--•-··--· ------··»~----~ -------2 0.00 ., ___ ,,_, _____ ~-~---·····-···· .. · .. --·· .... _ ....... ~·----· -o.oo 3 ----·---·-----......... --.---·----··----·· -~----.·-·-~··----·-, -----··--.. -----· .. ·--_ ............. -·-···-·····~-:-.. ---·--·-:.~ 4 0.00 Item 2. La oor Sub-Total 216.00 Item Number Equipment Itemized-Net Actual Cost Quant. Unit Unit Price Equip. Total ___ 1 __ ' ~. ~. I 0.00 J -----2 0.00 -.--· ·--~--3 1--· 0.00 4 ------~·------.... ----~~· ··-0.00 Item 3. Eq ip. Sub-Total 0.00 Item Number Second Tier Subcontractors-Net Actual Cost (with backup) I Quote 2nd-Tier Total --· 1 if applicable 0.00 -2 0.00 -~-----------··-.. ·--.. --.. -3 0.00 _, ___ ___ ,.. -----.. -4 0.00 Item 4. 2nd Tier Sub-Total 0.00 Time Extension: if apEiicable Items 1-3 Sub-Total: ....:$;:.-__ __:2::.,1:..;:6:.:..:.0:..::0- 10% OH & P: $ 21.60 GRANQ TOTAL IT'---2~3~7.~60~1 Exclusions: ----------------------------------- AJ Ortega 2/29/16 Submitted by: Date: )~!{Extra Work 0 Extra Stock South coast Acoustical Interiors 14980 Hilton Drive Fontana, CA 92336 Phone (909) 428-2600 Fax (909) 428-2602 0 Quality Control 0 Restocking Fee Company: PPAv)!l Superi 1 tendent: Storr Emplo ee: Fr.lei;o;?4-;V~U'?.tif Dat~: '2.-/ a.-Jjl '- :J~ : ( CidS /:::x:..d L· ~ r-/ CCD : PCO# Description!RM #: ~:1: 1 :t'td -::::;"' Materials: --.,. Labor: 3/;_;Z, Signature: 1JI ;14 PMv.~ ' Cct:~ Date: Z-Z ~--)£ Whtte. SAl Yellow: Contractor COMPANY: ___ ~S~o~u~th~c~oa~s~t~A~c~ou~s~ti~~~~~ln~te~r~io~rn~---- CONTACT: AJ Ortega ADDRESS:~.------~1-4-9~80~H~ilt=o~n~D-riv-e~-------- PROJECT NAME:1 _ __;;;_34~0~9~C;;.;.it.:..~.Y_.:o-'-f ...::.C.::.ar:....:ls:..;;;b...::.ad.;;;...;:;;;L;,;;:ib-'ra;;.:..ri...::.e.::..s _ ADDRESS:1 ____ ___,,..,.,...,..,..,...,----- DATE:1 ____ ___,.._=2/"""29"""/-'-16.;;._ ____ _ CTY, ST, ZIP: -:---'----'-..:..F=-:on:,:.::ta=:n.:::a:....:C=..:A...:!;~9.:::23::.:3~6:_ __ _ PHONE: : 909-428-2600 ~-------~~~~~~----~-- SUBCONTRACT#: 3409-05 CHANGE ORDER REQUEST:I----_..;:~19:-=;..__---- FAX:_.··-·· ___ ___;9;...;;0..:;.9--'4.::.28::;_-.::.26::..:0;.:::2 ____ _ Scope of work: Pl.ease see attached ticket dated 2/22/2016 for scope of work Item Number Material Itemized-Net Actual Cost Quant Unit I Unit Price 1 .. · 2 ---· 3 ··--·-•-••-•M•-·--·-4 ---· -··--·-5 Item 1. MatE rial Sub-Total Item Number Labor Itemized-Net Actual Cost Quant. Unit Unit Price 1 Labor -·------··-···--[-------·------4 72 i r--·--· --2 -·--------··----.. ----~--~-----·-·----·------·--· --------3 __ [ ---------------~--.-... ,-----~--------------·-«·-----4 Item 2. La or Sub-Total Item Number Equipment Itemized-Net Actual Cost Quant. Unit I Unit Price 1 -~----·-·· ---·-------·----2 ---···------.-----·-···,.··-·-----~-------------· 3 --------·-~-·· --·---------4 Item 3. Equip. Sub-Total Item Number Second Tier Subcontractors-Net Actual Cost ( with backup) I Quote 1 ifappli~ble -·-·· 2 -----· .. ·-·----··-··-··-··-----·--···---.--~-----3 ··--··-·-~---______ , ... ···---···-·~--~-~-------4 T1me ExtensJon:._·-'--'-'-----'----....:l.:...f a;;:p:.;:p;.;.!t:.;:c;:::;ab~l...::.e __________ _ Exclusions: ----------------------------- AJOrtega 2/29/16 Submitted by: Date: ! -·---------· Item 4. 2nd ier Sub-Total Items J3 Sub-Total' 10%0~&P: GRAN TOTAL I Material Total 0.00 0.00 0.00 0.00 0.00 0.00 Labor Total 288.00 _____ ... 0.00 0.00 --------·--0.00 288.00 Equip. Total ---·--·------~ 0.00 0.00 0.00 0.00 2nd-Tier Total 0.00 0.00 0.00 0.00 0.00 $ ___ ..;;;2~88~.0=-=0:- $ 28.80 u:--~31~6~.80~1 ~xtraWork 0 Extra Stock Southcoast Acoustical Interiors 14980 Hilton Drive Fontana, CA 92336 Phone (909) 428-2600 Fax (909) 428-2602 0 Quality Control 0 Restocking Fee Description!RM #: (2..-c~(!=f Materials: Labor: Signature: White: SAl Date: _ _:;2.=--~k==-'1..-=----lu...6~-----­ Yellow: Contractol PRAVA CONSTRUCTION 5ERVJCE5, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ________ =E~Ie~v=ffi=o~r~M~a=c~hi~n=e~R=o~o~m~D=o=o~r~R~e~v~is~io~n=s~------ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Cole Library-Elevator Machine Room Door Revisions Prava Construction Services, Inc. AMS -door materials I hardware The Home Depot -materials Material Pick-up and delivery -4 mh Installation of door hardware and louvers -8 mh Project Engineer time-3 mh 2 Repaint Doors after work is completed 3 Painter-4 mh Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: The Contract Completion Date shall be (Pick One): If-----INCREASED Days. DECREASED Days. 11-~..--Not Affected at all by this change. This change may affect the Contract Completion Date but n----the total impact cannot be determined at this time. Additionallnfor is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: 92 02/15/16 3409 2122/16 Cost $570.17 $48.05 $303.80 $607.60 $227.85 $300.00 $30.86 $2,088.33 $208.83 2,297 0 0 0 l<l 2,320 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8: B: DATE: DATE: DATE: h\\IIMl~ 15E.UnionAvenue / L ~ f l }) E. Rutherford, NJ 07073 -\ ll.:l·:,;ot:.'l U' ·~:;m ~l.!ci">tru e''tl~l,l.··, r ~~~ CUST #: 249007- BILL TO: PRAVA CONSTR SRVCS INC 334 N VINEWOOD ESCONDIDO, CA 92029 ORIGINAL INVOICE TYPE '· INVOICE DAlE -;j: INVOICE NUMBER I so 02/10/16 I 12711920-00 I .· .. SALESMAN <;. ·._,_' ' . 'PO NUMBER •·"' :·1 PAGE#: I 4702 PRAVA CONSTRUCTION I 1 of 1 I REMIT PAYMENTS TO: A-M-S PO BOX 101087 PASADENA CA 91189-1087 SHIP TO: PRAVA CONSTRUCTION george 760-521-4351 SAN DIEGO, CA 92111 WAREHOUSE LOCATiON: 4674 CARDIN ST SAN DIEGO, CA 92111 (858)541-1977 FAX-(858)541-0758 LINE NO. 1 2 3 4 4 INSTRUCTIONS SHIP POINT TERMS Kalina 760-929-9787 SADIA-M-S 1% 10th 30 PRODUCT QUANTITY QUANTITY QTY AND DESCRIPTION ORDERED B.O. SHIPPED 68911888 0 1 HAG 5200 MLT 1-6 ALUM CLOSER BARRIER FREE 68917058 0 LCN 4040XP Rw/PA 689 CLOSER TBSRT 68919811 2 0 2 NGP L-700RX 24 X 12 DOOR LOUVER CRS BRZ 68913606 3 0 3 PEMKO 315CN 48 DOORBOTIOM Lines Total Qty Shipped Total 7 THANK YOU FOR YOUR CONTINUED BUSINESS Cash Discount 5.231f Paid By 03/10116 PAY YOUR BILLS ONLINE www.alliedbuilding.com/paybills sign up and save time!!! SHIP VIA Customer P/U QTY UNIT U/M PRICE EACH 82.55 EACH 287.45 EACH 57.00 EACH 12.90 Total Fuel Chg 1 Taxes Amount Due FOR TERMS & CONDITIONS, Visit http://www.alliedbuilding.com/help/legai/Terms_and_Conditions.pdf If you are unable to access our URL, please call (844) 255-4340 for a printed copy. Item '*' Net -No Discount SHIP DATE 02/08/16 AMOUNT (NET) 82.55 287.45 114.00 38.70 522.70 5.23 42.24 570.17 Warning: Drilling, sawing, sanding or machining wood products generates wood dust, a substance known to the State of California to cause cancer. More savin~;~. More doing:' 3838 VISTA 't/AV OCEANSIDE CA 92056 <760)9ti1-59DO 0679 00057 23069 02/09/16 09:55 AM C.IISHIER SELF CHEC~ OUT -SCOT57 0:!0699135554 DOORSfOP c:A> 5.97 DOORSTOP, \UCWJVIN Sf~ 887480052312 SHEET SCREW <A> SHEET Mfl SCRW PN HD SDHL ZNC ffRl(l/2 3®0.9:3 2.94 00892!1094524 4.5" IHL CUT <A'- OIABLO 4-l/2"X7/8" METAL CUTOFF BLDE 2®2.97 5.94 074985004605 GRT STF BIG <A> 1602 BIG GAP FILLER GREAT STUFF 2®4.96 9.92 07757806093-1 DOOR SWEEP <A> 1-3/8"X36" L-SH~.PE DOOR SWEEP SN 2@9.85 19.72 SUBTOTAL SALES TAX TOTAL XX><XXXXl<XXJ(X4290 HOME DEPOT AUTH CODE 009720/SfJ71302 PRAVA CSI TOPETE JORGE PRO XTRA ME11BER ST ATEMEtH PRO l<TRA UIHHII#-9787 SUMMARY THIS RECEIPT PO/JOB NAME: LIBRI\RY 44.49 3.56 $48.05 48.05 TA PRO XTRA SPEND THIS VISIT: 2016 PRO lORA SPENO 02/08: $4tl. 49 $5,245.24 As of 02/01/2016 \1 oU!' Paint Re~1arcts 1 eve 1 is Pr·o lltr·a Paint P.ewar·ds; Spencl 1951.55 mo(e in qualifyino paint purchases to eam Br·onze <10.0:6 off) on select paint Items. This pur·e;!VJSe qualities for· FUEL OISCOU!HS 311d 60 DAYS TO PAY on The HomE- Oepo t Cl!lllill9!'C i al Cr·ed i t Gan:l. ilsk an As;;o\, r ,;, t ,__-I" I earT1 more or go to hom'"' k·t ,u t . ,;c,m/ f i nc:nceopt f ons. PRAVA CONSTRUCTION SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Cole Library -Provide an Additional Fire Extinguisher and PROJECTNAME: ________________ ~C~a~b~in~e~t ______________ ___ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work Is not proceeding pending your approval. ![&Description Cole Library -Provide an Additional Fire Extinguisher and Cabinet 1 Prava Fire Extinguisher and Cabinet Installation 2 Additional Insurance Subtotal= Mark-up - 1 0% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee X Not Affected at all by this change. l:!ond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Inform Is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% U.UU'7o I,UU"/o By Owner: By Owner's Representative: By Contractor: 109 02/26/16 3409 3/4/16 Cost $287.00 $151.96 $6.58 ============ $445.54 $44.55 490 0 0 0 5 495 Prava ConstrucHon Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: 8: DATE: DATE: DATE: PRAVA CONSTRUCTION SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: Cole Library -Electrical Revisions in Elevator Machine Room CRNUMBER: DATE: APPROVAL REQUESTED FROM: JOB NUMBER: Please approve this Change Request by your signature below. This proposal is valid until: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Cole library-Electrical Revisions in Elevator Machine Room 1 Precision Electric Company Relocate Lighting Switch-Please see the attached quote Additional Lighting for Elevator Pit I Machine Room-Please see the attached quote 2 Additional Insurance Subtotal::: Mark-up -10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days, Fixed Insurance DECREASED Days. Overhead & Fee A Not Affected at all by this change. !:lend Premium This change may affect the Contract Completion Date but -TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as II is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU"ro U.UU% l.UU"/o By Owner: By Owner's Representative: By Contractor: 111 02/26/16 3409 3/4/16 Cost $542.57 $178.27 $10.81 ========== $731.65 $73.17 805 0 0 0 !l 813 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Relocate Lighting Switch in Elevator Machine Room Requested by Prava I T&M We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of lBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU #12 THHN BLACK 75 207.02 M 15.53 O.OOM #12/2C SOLID CABLE MC-STL ARMOR 25 862.08 M 21.55 O.OOM 3/8" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 4 95.55C 3.82 o.ooc 3/8" CABLE SUPPORT FOR ROD OR FLNG 4 41.83C 1.67 O.OOC WIRE CONN RED 6 19.36C 1.16 o.ooc 4x 2 1/8" SQ BOX COMB KO 1 1,724.88C 17.25 O.OOC 4" SQ BLANK COVER 1 402.73 c 4.03 o.ooc GROUNDING SCREW 1 55.53C 0.56 o.ooc #8x 1/2 P/H SELF-TAP SCREW 5 7.16C 0.36 o.ooc PEC W0#12221 1 O.OOE 0.00 6.50E [otals 1231 65.921 Summary General Materials Material Tax (@8.000 %) Material Total HOURLY RATE (6.50 Hrs @ $64.18) Subtotal Markup (@ 10.000 %) Subtotal FINAL AMOUNTS ORIGINAL 35 2/25/2016 2/25/2016 Ill City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6.50 s.sol 65.92 5.27 71.19 417.17 488.36 48.84 537.20 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Summary (Cont'd) Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Bond (@ 1.000 %) Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: 1 hem by certify lhatlhis quotation Is complete and accurate based on the infonnaijon provided. CLIENT ACCEPTANCE PC0#:35 Final Amount:$542.57 Name: Date: Signature: Change Order #: I hereby accept this quotation and authorize the contractor b complete the above describad worl< ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 35 2/25/2016 City of Carlsbad Libra 15029 2 5.37 $542.57 PRODUCT 6544 TO ~ • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 39().0623 TERMS: • QTV. MATERIAL PRICE l l s ?.r:;' > OA TE COMPLETED j TOTAL MATERIALS Work ordered by ~ Signature ~ Jklh/A WsT. 'll1efebY ad<no\Yiedge the satislaclory complabon or the above descnbed wark. 0 AMOUNT • • • • . 12221 PHONE OAlEOYOROERz..-t z ~·t:e OROE9t'~v-L /J;tolMl ClJS10MER S ORDER NUMBER DAY WORK .•. CONTRACT -~EXTRA c;;~MBEr I 'JJfCWV /)oZ.Cl JOB lOCATION I JOB PHONE STAAllflo'G DATE v ( OTHER CHARGES TOTAL OTHER LABOR HRS. RATE AMOUNT 'E l e{)'h1'v''CI'V'l ... , TOTAL LABOR TOTAL MATERIALS TOTAL OTHER TAX TOTAL Rick Smith From: Sent: To: thanssen@precisionelectricco.com Thursday, February 25, 2016 2:11 PM Rick Smith Subject: PEC PCO # 35-Relocate Lighting Switch in Elevator Machine Room I Add Dedicated 120V Ckt for Cab Lts 02/25/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: RebeccaBocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order Description: Relocate Lighting Switch in Elevator Machine Room Subject: City of Carlsbad Libraries PCO No.: 35 RE: Requested by Prava I T&M 8137 Winter Gardens Blvd Lakeside, California 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectlicco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $542.57 To Be Determined No 03/06/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to relocate the light switch in the elevator machine room to the center of the room and add a dedicated 120 volt circuit for the elevator cab lights. This work has been directed, performed and approved on a T&M basis (see attached signed I executed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company {619) 966-9653 Enclosures (click link to download): cc: PEC PCO # 35-T&M Ticket# 12221.pdf 515 KB PEC PCO # 35.pdf 89 KB Prava Construction Services, Rick Smith TH/th 2 PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Additional Lighting for Elevator Pit I Machine Room Requested by Elevator Inspector I T&M We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of rec·eipt. We request a time extension of lBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Total Mat. PEG W0#12222 !Totals Summary HOURLY RATE Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: (2.50 Hrs@ $64.18) (@ 10.000 %) (@ 1.000 %) I hereby certify that this quotation is complete and accurate based 01 the Information provided. CLIENT ACCEPTANCE ORIGINAL o.ool 29 2/24/2016 12222 2/24/2016 Ill City of Carlsbad Libra 15029 1 Total Hrs. 2.50 2.501 160.45 160.45 16.05 176.50 1.77 $178.27 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 PC0#:29 Final Amount:$178.27 Name: Date: Signature: Change Order #: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 I hereby accept !his quotation and aulhorize llle conlractor I:J complelfl llle abol.e described work. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 29 2/24/2016 City of Carlsbad Libra 15029 2 • • • • • • • • G.A. ABELL, INC. cJJ(QJ~ OIT\~\ffD!Ii~~ dba PRECISION ELECTRIC COMPANY I ------' !.J ,,___., 8137 WINTER GARDENS BLVD. 12222 LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 39N&23 PHONE DATfOfL-1, -16 ORDE~':eve. CUSTOUERS ORDER NUMBER Prct~ CoLI\s l.tvtc~ro" TO 0 DAYWORK 0 CONTRACT =EXTRA TERMS: QTY. MATERIAL PRICE AMOUNT DESCRIPllON OF WORK AtU i l{ Avd t,'ahr 4 ~ ,n tn; P.letflrl/,1'"' f) !"' ~ AAJ i 2.. "~.f-.~. t-/4 .p J ~\I' I hw-n/W I h I 't\. e V Y"'n Il-l • P,..r ..1-~.e. ~-~a .fp. 1~<~/l,r r OTHER CHARGES TOTAL OTHER LABOR HRS. RATE AMOUNT > E. I u ir,c.. I dl-7 b'.j TOTAL LABOR DATe OOMI'\.ETfD I TOTAL MATE.RIALS TOTAL MATERIALS TOTAL OTHER --1ill!il ~CJ;w TAX Signature _ _ __ 2~~~ t2aA1iL I h<nby aclcnowlodge 11Kr satisfactory complelion of 1ha abo1111 described WOO<. TOTAL 0 • Riel< Smith From: Sent: To: thanssen@precisionelectricco.com Thursday, February 25, 2016 1:16 PM Rick Smith Subject: PEC PCO # 29 -Installation of Additional Lighting in the Elevator Pit and Elevator Machine Room 02/11/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order 8137 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com Description: Installation of Additional Lighting in the Elevator Pit and Elevator Machine Room Subject: City of Carlsbad Libraries PCO No.: 029 RE: T&M I Requested by Prava G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $178.27 To Be Determined No 02/21/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional labor required to install additional lighting in the elevator pit and elevator machine room, as requested by the elevator inspector. The light fixtures were provided by others, PEC provided the installation. This work was directed, performed and approved on a T&M basis (see attached signed I executed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company {619) 966-9653 Enclosures (click link to download): cc: PEC PCO # 29-T&M Ticket# 12222.pdf 513 KB PEC PCO # 29.pdf 87 KB Prava Construction Services, Rick Smith TH/pa 2 PRAVA CONSTRUCTION S!!:RVIC'ES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: __ C::.o::.l..:::e-=L::.:ib:.;.;ra::.:ry.L--...:;In:.::s:.:ta::.:l::...l P:.._o::.w:.;.;e::.r....:S::.u::rp:.:.:li..:::es::...:..:fo:.;.;r..:..A.:.:u:.::to:.:..m:.::a::.t.:.:ic:...:D:..:o:.:o:.;.;rs:::.__ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. I~ Cole Library -Install Power Sup lies for Automatic Doors 1 Precision Electric Company Please see the attached quote 2 Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee A Not Affected at all by this change. Bond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this tiine. AdditionallnformatJon will be provided as soon as it is avaUable. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% 0.00% 1.UU"/o By Owner: By Owner's Representative: By Contractor: 112 02/26/16 3409 3/4/16 Cost $638.77 $9.58 ====:====== $648.35 $64.84 713 0 0 0 7 720 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Install Power Supplies for Automatic Door Openers Requested by Prava I T&M We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a tlme extension of lBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFJ# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU j#12/2C SOLID CABLE MC-STL ARMOR 50 862.08M 43.10 0.00 M ~/8" CONN SADDLE GRIP DC FOR FLEX I AC-90 I MC 8 95.55 c 7.64 o.ooc ~ AP CON SCREW 16 38.74C 6.20 o.ooc PEG W0#12219 1 O.OOE 0.00 8.00E ~otals 751 56.951 Summary General Materials Material Tax (@8.000 %) Material Total HOURLY RATE (8.00 Hrs @ $64.18) Subtotal Markup (@ 10.000 %) Subtotal FINAL AMOUNTS Bond (@ 1.000 %) Final Amount CONTRACTOR CERTIFICATION ORIGINAL 33 2/25/2016 2/25/2016 City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 8.00 a.ool 56.95 4.56 61.51 513.44 574.95 57.50 632.45 6.32 $638.77 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby certify !hal this quotation is complete and accurate based m !he information provided. CLIENT ACCEPTANCE PC0#:33 Final Amount:$638.77 Name: Date: Signature: Change Order #: 1 hereby accept this quotalion and authorize the conlraclor b complete lhe above descnbed wall<. ORIGINAL PCO# Date: Project Name; Project Number: Page Number: 33 2/25/2016 City of Carlsbad libra 15029 2 TO QlY~ .. .2_FP _'1{ G.A. ABELL, INC. db.ll PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390.2991 Fax (619) 390-0623 Vr-a. l/q Cov'l s ft4G t /on }; MATERIAL PRlCE 11 rz.. l'V\( l -51\,/'dt"-ML wnn. lb I t a-::7, o" < • r I I I I l l I > I I I I l -I -I -I CA~O.,.""'\,'P-~ I TOTAL MATERIALS - AMOUNT I ~~~~hfe..-'Lj_ <I • ~CQJIESj O[f\:ll~[]OCQ;I~ . 12219 DESCRIPTION OF WORK j.,r'\ -sl-a ,, 4 ,;::r,wev 5urrolles -f bf' ntJ t ...,v.,.a I,-:.._ rl~v I ' I'JM'.Jl PA"'1 Fe..ec! (}(•)v./ ev- ~-.>ala 7u /Je5 ' ZV\rt .Pit\ OTHER CHARGES TOTAL OTHER LABOR HRS. RATE .~MOUNT '6\ee,tt,~tfH1 ~ TOTAL lABOR TOTAL MATERIALS TOTAL OTHER - -8Ranfb~ TAX t-- ··-TOTAL -• - Rick Smith From: Sent: To: thanssen@precisionelectricco.com Thursday, February 25, 2016 1:49PM Rick Smith Subject: PEC PCO # 33 -Install Power Supplies for Automatic Door Openers I Power to Solatubes 02/2512016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order Description: Install Power Supplies for Automatic Door Openers Subject: City of Carlsbad Libraries PCO No.: 33 RE: Requested by Prava I T&M 813 7 Winter Gardens Blvd Lakeside, Califomia 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $638.77 To Be Determined No 03/06/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to install 4 each power supplies for the automatic door openers and provide power to the 2nd Floor solatubes. This work has been directed, performed and approved on a T&M basis (see attached signed I executed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosures (click link to download): cc; PEC PCO # 33-T&M Ticket# 12219.odf 596 KB PEC PCO # 33.pdf 88 KB Prava Construction Services, Rick Smith TH/th 2 PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. Cole Library -Provide Power for Motorized Dampers in Room PROJECT NAME: 210 APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CR NUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. n Cole Library-Provide Power for Motorized Dampers in Room 21 0 1 Precision Electric Company Please see the attached quote 2 Prava Construction Labor to assist 3 Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee A Not Affected at all by this change. Bond Premium This change may affect the Contract Completion Date but OT AL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional lnfo(ma· on Will oe is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change, 0.00% U.UU'ro U.UU'ro ·I.UU'l'o By Owner: By Owner's Representative: By Contractor: 110 02/26/16 3409 3/4/16 Cost $1,666.57 $303.80 $29.56 ============ $1,999.93 $199.99 2,200 0 0 0 <!:< 2,222 Pra va Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Additional Power for Motorized Dampers Added Between Rooms 113 & 210 RFI#81 We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown Bid Item Material($) II PEG W0#12215 220.00 II PEG W0#12217 634.11 ffotal. 854.111 PECW0#12215 PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Labor Hrs 6.00 3.00 9.ool Description Qty Net PriceU Total Mat. LaborU 1#12/2C SOLID CABLE MC-STLARMOR 50 862.08M 43.10 O.OOM 3/8" CONN SADDLE GRIP DC FOR FLEX I AC-90 I MC 3 95.55C 2.87 O.OOE 3/8" CONN 1-SCREW AC-90 I MC DC DUPLEX 5 278.74C 13.94 o.ooc 1-H STRAP #14/2 & #12/2 4 33.87C 1.35 o.ooc 318" CABLE SUPPORT FOR ROD OR FLNG 8 41.83C 3.35 o.ooc WIRE CONN RED 18 19.36 c 3.48 o.ooc ~x 2 118" SQ BOX COMB KO 5 1,724.88C 86.24 o.ooc ~" SQ 1 x TOGGLE SWITCH COVER 4 847.05C 33.88 o.ooc ~" SQ 1x DUPLEX REC COVER 1 835.18C 8.35 o.ooc GROUNDING SCREW 5 55.53C 2.78 o.ooc 20A 120-277V SIP SW-TOGGLE IVY (CS-BSW) 4 388.94C 15.56 o.ooc ~OA 125V DUP REC -IVY (CS) 1 5.10E 5.10 O.OOC PEC W0#12215 1 O.OOE 0.00 6.00E ITotals 1091 220.011 PEC W0#12217 ORIGINAL 22-R1 1/21/2016 81 2/24/2016 City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6.00 s.ool PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Description Qty Net PriceU #1212C SOLID CABLE MC -STL ARMOR #1213C SOLID CABLE MC-STL ARMOR 318" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 3/8" CONN 1-SCREWAC-90 I MC DC DUPLEX WIRE CONN RED 12x 12x 8" BOX SCREW CVR PNTD-NEMA 1 PEC W0#12217 GECONTACTOR ffotals Summary General Materials Material Tax Material Total HOURLY RATE Subtotal Markup Subtotal FINAL AMOUNTS Bond Final Amount CONTRACTOR CERTIFICATION Name: Date: Signature: (@8.000 %) (9.00 Hrs@ $64.18) (@ 10.000 %) (@ 1.000 %) 10 10 1 1 9 1 1 1 341 I hereby certify that this quotaUon Is complete and accurate based on the information provided. CLIENT ACCEPTANCE PC0#:22-R1 Final Amount:$1,666.57 Name: Date: Signature: Change Order #: 862.08M 1,462.08M 95.55C 278.74C 19.36C 72.55E O.OOE 532.83E I hereby accept this quotation and authorize the contractor b complete the above described work. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: Total Mat. LaborU 8.62 0.00 M 14.62 0.00 M 0.96 O.OOE 2.79 o.ooc 1.74 o.ooc 72.55 O.OOE 0.00 3.00E 532.83 O.OOE 634.111 22~R1 2/24/2016 City of Carlsbad Libra 15029 2 Total Hrs. 0.00 0.00 0.00 0.00 0.00 0.00 3.00 0.00 3.ool 854.11 68.33 922.44 577.62 1,500.06 150.01 1,650.07 16.50 $1,666.57 I I"'HODUCT 6544 • • TO G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 390-0623 TERMS: · · OTY. '.MATERIAL "~ .. E . L(-; . hnYP.<-. > OAlECClfAI'LET£0 I TOTAL MATERIALS • • • • c• JJ(Q) ~ 0 [1\'J]'017CQJ 0 (G~ -12215 C:: DAYWORK =CONTRACT JQBI'HCf;E . DESCRJPTION OF WORK Rtll" 1'2-Cv t:mVJP.t0-In rOoM 2.£6 ~wl'aoe/ OTHER CHAR~ TOTAL OTHER · · LABOR · Erea ~t~d~"' iHRS. RATE AMOUNT ·· 6 TOTAL LABOR TAX TOTAL - PROOUCT 6544 TO • • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. · lAKESIDE, CA 92040 (619) 390·2991 Fax (619) 39G-0623 TERMS: QTV. MATERIAL I PRICE .,. \ l7 t l7 .x '6 H~ i taV\ t &--e lzov c.&V!IY.tc.. /t;Y" \ & ~ "2...~/e tM }at,~f' te' 17...{"{. Yl\( lD' )i..k_ l'l\C \ At!Xtbl~ VYI/ toYJn 1 \ ~ ,'n(}Jp Y\1{; t.At1Y11 C\ I v-,. ~ 'LV ,Y,c, yl\.{ k I I . > I I D'TE~"Td:: I TOTAL MATERIALS Work crdered by ·"1if,t &;~..J ~-:::z:_ ~ ' AMOUNT Signa!!Jfe I hef~I:Ji oar~ 1M >3!iSOC'""'Y completion of the above de5cnUd wOO<. e • • ' J 12217 DESCRIPTION OF WORK X:. Vi-s 1-otff UiYl fqr.J-or 11v1 Ufll\ kr the damn-~~~' < hll\ t Bffs f_('() )'V\ • !(l,.\t-t., ~t{,J1J:IT'Gq;;lbY1 YJt!Ute I, f ' , 'f(q ~'Fe>'-€JV\ ']... kJ OTHER CHARGES TOTAL OTHER LABOR HRS. RATE AMOUNT Elet:.trt<-t'a~ 3 I TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ~Clfow TAX TOTAL PRAVA CONSTRUCTION SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ____ C~o~l~e~L~ib~ra~ryL--~P~o~w~e~rf~o~r~S~el~f~C~h~ec~k~-o~u~t~in~R~oo~m~1~06~-- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Description Cole Library-Power for Self Check-out in Room 106 1 Precision Electric Company Please see the attached quote 2 Additional Insurance Subtotal= Mark-up-10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal • The Contract Completion Date shall be (Pick 0 ne): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee Jl. Not Affected at all by this change. l:lond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total Impact cannot be determined at this time. Additional Information will be provided as soon as it Is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU'Yo U.UU'Yo l.UU'Yo By Owner: By Owner's Representative: By Contractor: 113 02/26/16 3409 3/4/16 Cost $410.66 $6.16 ========= $416.82 $41.68 459 0 0 0 5 463 Prava Construction Services, Inc. 344 N. Vlnewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Power for Self Check Out in Room 106 Requested by Prava I T&M We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of lBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFJ# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU #12/2C SOLID CABLE MC-STL ARMOR 30 862.08M 25.86 O.OOM 3/8" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 4 95.55C 3.82 o.ooc DEV BOX 2 1/2" DEEP 112" KO REWORK 1 1,469.95C 14.70 o.ooc 1 G DUPLEX REC PLATE-NYLON IVY 1 68.86C 0.69 o.ooc 20A 125V DUP REC -IVY (CS) 1 5.10C 0.05 o.ooc PEC W0#12220 1 O.OOE 0.00 5.00E ~otals 381 45.121 Summary General Materials Material Tax (@ 8.000 %} Material Total HOURLY RATE (5.00 Hrs@ $64.18} Subtotal Markup (@ 10.000 %) Subtotal FINAL AMOUNTS Bond (@ 1.000 %} Final Amount ORIGINAL 34 2/25/2016 2/25/2016 City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 5.00 s.ooj 45.12 3.61 48.73 320.90 369.63 36.96 406.59 4.07 $410.66 PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 CONTRACTOR CERTIFICATION Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby certify that this quotation is complete and accurate based oo lhe Information provided. CLIENT ACCEPTANCE PC0#:34 Final Amount:$410.66 Name: Date: Signature: Change Order #: 1 hereby accept this quotation and authorize lhe ccntraclor 1:> complete the aiXM> described worl<. ORIGINAL PCO# Date: Project Name: Project Number: Page Number: 34 2/25/2016 City of Carlsbad Libra 15029 2 I"HUUUCT 6544 ~ TO • • G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390·2991 Fax (619) 390-0623 TERMS: QTY. MATERIAL _> ~, 1(../2 flr\( \ \. c)CU\D I .tf..t M -~x. ' re:~n itt t.l e. l-oA ,'~ \ _bQ.r..!e~ YJ l q '"~ I , ,I]Of'y t{ s;n/J~ 1ML t_~J?n 11 I .] > • PRICE DATE COMPLETED I TOTAL MATERIALS Work ordered n.t? A ' / AMOUNT Signature {fJj' ~ /1(Av.tl ~- 1 hetebf acknowi.Yclge the safisfaC1ory completion of the above de:saJbed wall<, 0 • • PHONE C DAYWORK • n u • 12220 DA T~ OF ORDE~ -6 CUSTOMERS ORDER N .mEA =-CONTRACT Z-l1-16 DESCRIPTION OF WORK 6-tt I \V\ l"t'. G.e() ~tic. -Por <:.;.l.P. t}te<..~ du en 10,, ~e_d OtYwef 4-o au to f1t1Cl 1': t c.OaY ' ()/J<f'le r ~V'\ az.s I OTHER CHARGES TOTAL OTHER LABOR HAS. RATE AMOUNT Etec..+ Nc.~'an 3 ~( (:Lfr,lJ/avt 2.. TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ~~ TAX TOTAL 0 Rick Smith From: Sent: To: thanssen@precisionelectricco.com Thursday, February 25, 2016 1:56 PM Rick Smith Subject: PEC PCO # 34-Power for Self Check Out in Room 106 I Power for Auto Door Opener in Room 125 02/25/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order 8137 Winter Gardens Blvd Lakeside, California 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com Description: Power for Self Check Out in Room 1 06 I Power for Auto Door Opener in Room 125 Subject: City of Carlsbad Libraries PCO No.: 034 RE: Requested by Prava I T&M G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $410.66 To Be Determined No 03/06/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to provide an additional receptacle for the self check-out in Room 106 and provide power to the automatic door opener in Room 125. This work has been directed, performed and approved on a T&M basis (see attached signed I executed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosures (click link to download): cc: PEC PCO # 34-T&M Ticket# 12220.pdf 586 KB PEC PCO # 34.pdf 88 KB Prava Construction Services, Rick Smith TH/th 2 PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: __ ~C~o~le~L=ib~r=a~~-~R~ffi~e~e~d~S~w~Hc~h~a~n~d~L~ig~h~ti~n~R~o~om~1~0~6/~1~08~ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. ~I Description Cole Library-Refeed Switch and Light in Room 106/108 1 Precision Electric Company Please see the attached quote 2 Additional Insurance Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance ~QHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee A Not Affected at ail by this change. l::!ond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this Hme. Addi!lonallnformat on wd' oe provided as soon as It is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UO% 0.00% .uu·o By Owner: By Owner's Representative: By Contractor: 114 03/01/16 3409 3/8/16 Cost $167.27 $2.51 ========== $169.78 $16.98 187 0 0 0 2 189 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: 8: DATE: DATE: DATE: PRECISION ELECTRIC COMPANY PROPOSED CHANGE ORDER Precision Electric Company 8137 Winter Gardens Blvd Lakeside, CA 92040 Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 Work Description Refeed Light Switch-Storage 106/108 We reserve the right to correct this quote for errors and omissions. This quote covers direct costs only and we reserve the right to claim for impact and consequential costs. This price is good for acceptance within 10 days from the date of receipt. We request a time extension of TBD days. We will supply and install all materials, labor, and equipment as per your instruction Itemized Breakdown PCO# PCODate PEC-RFI# GC-RFI# Ref#3 Ref#4 Date: Project Name: Project Number: Page Number: Description Qty Net PriceU Total Mat. LaborU 1#12/2C SOLID CABLE MC-STL ARMOR 20 862.08 M 17.24 0.00 M 3/8" CONN SADDLEGRIP DC FOR FLEX I AC-90 I MC 2 95.55C 1.91 o.ooc 1-H STRAP #14/3 & #12/3 2 33.87C 0.68 o.ooc WIRE CONN RED 3 19.36C 0.58 O.OOC ~8x 1/2 P/H SELF-TAP SCREW 2 7.16C 0.14 o.ooc PEC W0#12227 1 O.OOE 0.00 2.00E ~otals 301 20.551 Summary General Materials Material Tax (@ 8.000 %) Material Total HOURLY RATE (2.00 Hrs@ $64.18) Subtotal Markup (@ 10.000 %) Subtotal FINALAMOUNTS Bond (@ 1.000 %) Final Amount CONTRACTOR CERTIFICATION ORIGINAL 39 2/26/2016 2/26/2016 City of Carlsbad Libra 15029 1 Total Hrs. 0.00 0.00 0.00 0.00 0.00 2.00 2.001 20.55 1.64 22.19 128.36 150.55 15.06 165.61 1.66 $167.27 PROPOSED CHANGE ORDER Precision Electric Company 8137 WinterGardens Blvd Lakeside, CA 92040 Name: Date: Signature: Client Address: PRAVA 344 N. Vinewood St. Escondido, CA 92029 1 hereby certify that this quotation is complete and accurate based <nlhe information provided. CLIENT ACCEPTANCE PC0#:39 PCO# Date: Project Name: Project Number: Page Number: 39 2/26/2016 City of Carlsbad Libra 15029 2 Final Amount:$167.27 --------------------------------Name: Date: Signature: Change Order #: 1 hereby accept this quotation and authorize the contractor b complete the abolle described work. ORIGINAL TO G.A. ABELL, INC. dba PRECISION ELECTRIC COMPANY 8137 WINTER GARDENS BLVD. LAKESIDE, CA 92040 (619) 390-2991 Fax (619) 39()..0623 Pro\A TERMS: QTY. MATERIAL ..::..'2fli' 12/-r_ lv\(. '"2.. s ,'f.1Cof 1-e jy,c.-~.,1\. 1. 3k"'~~ li.,le .5~PS 4 tel. 7tre-....., S I :s w,'r-e. hlo1,~ red > PRICE OAn~WtE'T~O I TOTAL MATERIALS Work ordered by ~ AMOUNT :.#JIH itJJJ~ Col'd/. Signature 1 ll-.by ad<ll!l,.ledge 111.! S411Sladmy <<lmpl<!l!Qf1 of 11\e abow descnted work • • • • 12227 ()AT£0fOAO£A 2-25-{ b ORDER 1Al<EII Bs+tvt. EXTRA DESCRIPTION OF WORK Re-fed the switch and light fixture located in the storage room under the sta1rs that diVIdes Mooms 1 uo lX 1 Uij. OTHER CHARGES TOTAL OTHER LABOR HRS. RATE AMOUNT F let. ft,'c.; t'<t, \ f-.1 a fr,'f-l., l t~tJt t 2 TOTAL LABOR TOTAL MATERIALS TOTAL OTHER ·---- ~~11; t--- TAX TOTAL Q) ··------- Rick Smith From: Sent: To: thanssen@precisionelectricco.com Monday, February 29, 2016 12:11 PM Rick Smith Subject: PEC PCO # 39 -Re-feed Light I Switch in Storage Room Under Stairs 02/29/2016 Prava Construction Services 344 N. Vinewood St. Escondido, California 92029 Phone: 760-929-9787 Fax: Attn: Rebecca Bocox Project Name: City of Carlsbad Libraries Project Number: 15029 Proposed Change Order Description: Re-feed Light I Switch in Storage Room Under Stairs Subject: City of Carlsbad Libraries PCO No.: 39 RE: Requested by Prava I T&M 8137 Winter Gardens Blvd Lakeside, California 92040 Phone: (619) 390-2991 Fax: (619) 390-1003 www.precisionelectricco.com G.A. Abell, Inc. dba Precision Electric Company has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceeded with proposed work: Response due date: $167.27 To Be Determined No 03/10/2016 This proposal is based on the Terms and Conditions as follows: Description of work: Additional material and labor required to re-feed the light fixture and switch in the storage room under the stairs that divides Rooms 106 and 108. This work has been directed, performed and approved on a time and material basis (see attached signed I executed T&M ticket). If you have any questions, please contact G.A. Abell, Inc. dba Precision Electric Company as soon as possible. This proposal remains in effect for 30 days. 1 Sincerely, Travis Hanssen Project Manager G.A. Abell, Inc. dba Precision Electric Company (619) 966-9653 Enclosures (click link to download): cc: PEG PGO # 39-T&M Ticket 12227.pdf 336KB PEG PGO # 39.pdf 88 KB Prava Construction Services, Rick Smith TH/th 2 PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: _________ C~o~l~e~L~ib~ra=ryL-·~S~he~e~t~M~e~ffi=I~R~e~vi=s~io~ns~------- APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Cole Library -Sheet Metal Revisions Burner Sheet Metal -Existing roof fascia extended into the new elevator tower in lieu of the separation 1 shown on drawing A7.02, elevation 2 Please see the attached quote -Demo of Existing Sheet Metal Fascia Please see the attached quote-Reconfigure and replace existing sheet metal fascia 2 Burner Sheet Metal Please see the attached quote -Provide head flashing at clearstory structure windows 3 All Source Coatings Painting of sheet metal fascia for existing building @ elevator shaft 4 Additional Insurance 116 02/22/16 3409 2/29/16 Cost $652.41 $2,560.00 $1,740.00 $1,851.50 $48.19 ============= Subtotal= Mark-up - 1 0% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions X INCREASE! 3 Days. Fixed Insurance DECREASED Days. Overhead & Fee Not Affected at all by this change. l::lond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additionallnformatton will be provided as soon as It Is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amot,Jnts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% 0.00% l.UU'1o By Owner: By Owner's Representative: By Contractor: $6,852.10 $500.00 $92.60 7,445 0 0 0 74 7,519 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: 8: DATE: DATE: DATE: Architectural • Metal Roofing • Aluminum Panels February 101 2016 Prava Construction 344 N. Vinewood Street Escondido, CA 92029 (760) 929-9787 Project: Attention: Re: Carlsbad Cole Ubrary Rick Smith Reid direction from Prava. Change Order Request BSM Job# BSM COR # GC Reference 2015-041 BSM 007.R1 Subject: Repair existing coping at clearstory and elevator. Material, fabrication and install labor. Excludes paint finish. Our review of the referenced change has resulted in the following: Additional cost (see attached cost breakdown) Deductive Cost (see attached cost breakdown) of: Description: Time extension of: This Work will proceed upon receipt of written approval. $2,560.00 ($) 0 days required. This change order proposal is based on the usual cost elements such as labor/ materials, and normal mark-up and does not consider any cost associated with impacts such as interference, disruptions, rescheduling, change in the sequence of work, delays and/or associated acceleration. BSM shall be compensated based on the actual cost1 plus allowable overhead and profit, if the work associated with this additional is impacted by any of the aforementioned conditions. This cost change/proposal supersedes all previously submitted cost changes/proposal relating to this same work. The work of other trades, which may be required to complete this change order1 is not a part of this change proposal. This quote is valid for~ calendar days from the above date. All work affected by either the acceptance or rejection of the enclosed change order quotation is on hold pending notification. Failure to receive a prompt response may result in additional costs and delay the completion date of the project. Sincerely1 Burner Sheet Metal 9749 Cactus Street Suite A I Lakeside, CA 92040 It: 619.873.1005/ f: 619.873.1068 I License #392277 Rick Smith From: Timothy Grimes Sent: To: Wednesday, February 10, 2016 6:09PM Rick Smith Cc: Rebecca Bocox; 3409 Docctrl Subject: Attachments: FW: Cole Library -Coping Tie in @ Elevator 007.R1 Cover Sheet.pdf Rick, Please see attached. Are they ok to proceed? From: Greg Finch [mailto:gfinch@burnersheetmetal.com] Sent: Wednesday, February 10, 2016 6:08 PM To: Timothy Grimes <TGrimes@pravacsi.com> Subject: RE: Cole Library-Coping Tie in @ Elevator Tim, Our revised change order BSM 007.Rl which reflects the added material and fabrication for the coping and eave fascia is attached. Please let me know if you have any questions. Respectfully, Gregory S. Finch Burner Sheet Metal, LLC 9749 Cactus St. Ste. A1 Lakeside, CA 92040 619 873-1005 ,8J 619 873-1068 . GFinch@BurnerSheetMetal.com From: Timothy Grimes [mailto:TGrimes(clloravacsi.com] Sent: Tuesday, February 09, 2016 4:45 PM To: Greg Finch Cc: Rick Smith; Rebecca Bocox; Scott Namlik; 3409 Docctrl Subject: Cole Library -Coping Tie in @ Elevator Greg, I am not sure if I sent this out or not, but please have your guys finish the coping tie in @ the elevator. Please provide pricing for this work. I believe a cost was already submitted to use the existing material, but since that is not an option at this time, I believe there should be an add for new material. Please ensure that it matches, as closely as possible, the existing material. Please let me know if you have any questions. 1 Thanks, PRAVA Timothy Grimes cell: {760) 270-8132 office: {760) 929-9787 fax: {760) 579-0003 tgrimes,:Jloravacsi.com wwvv. oravacsi. corn 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 MBE, SBE, DBE 2011 Southern California Supplierofthe Year 2012 SDRMSDC Supplier of the Year r<>t.nrrror Service the environment before printing this email , in!orrnation from Prava Construction SeP;ices. Inc. This informatbn is intended soleiy for use by the individual or entity named as !he rec;pient her~vf. If you are not u~e intended recipient. be aware tha: any disclosure. copying. distribution. or use of the contents of the transmission is prohibited If you have received U1is !iansmission in error. please notify us by telephone immediately. 2 Architectural o Metal Roofing e Aluminum Panels Change Order Request December 8, 2015 Prava Construction 344 N. Vinewood Street Escondido, CA 92029 (760) 929-9787 Project: Attention: Re: Carlsbad Cole Library Rick Smith Field Work Authorization Subject: Demo 60' fascia and coping. 65' telescopic boom lift. Our review of the referenced change has resulted in the following: Additional cost (see attached cost breakdown) Deductive Cost (see attached cost breakdown) of: Description: Time extension of: This Work will proceed upon receipt of written approval. $652.41 ($) 0 BSf¥1 Job# BSf¥1 COR # GC Reference 2.015-041 days required. This change order proposal is based on the usual cost elements such as labor, mateiials, and normal mark-up and does not consider any cost associated with impacts such as interference, disruptions, rescheduling, change in the sequence of work, delays and/or associated acceleration. BSN shall be compensated based on the actual cost, plus allowable overhead and profit, if the work associated with this additional is impacted by any of the aforementioned conditions. This cost change/proposal supersedes all previously submitted cost changes/proposal relating to this same work. The work of other trades, which may be required to complete this change order, is not a part of this change proposal. This quote is valid for 30 calendar days from the above date. All work affected by either the acceptance or rejection of the enclosed change order quotation is on hold pending notification. Failure to receive a prompt response may result in additional costs and delay the completion date of the project. Sincerely, Burner Sheet ivletal 97.lil Cactus Sireet Suite A I L:~l(esida, CA 92040 It. 619 873.1005 I 1619.873 1Do3 I Ucensa #392277 Rick Smith From: Sent: To: Cc: Subject: Attachments: To all, Dayle Imlay Saturday, October 31, 2015 7:39AM Rick Smith Kevin Mann; Rebecca Paschall Carlsbad Library new doc 3.pdf this ticket is for the sht. metal fascia removal adjacent to the elevator performed by Burner sht. metal, which will create additional needed clearance for the crane lift on Monday. v/r Dayle **·1Please Note'"** The PRA ~·f:1 0/llce Is Moving Soon To A Nerv Locath)J] cfii 344 N. V1!7ewood St Escondhio, C!l 92029 PRAVA Dayle Imlay ceil: (760) 994-5907 office: (760) 929-9787 fax: (760) 579-0003 c!imtc-r-e&oravacsi.torn 'f.r!Y.Yi:.crav.ar.si.com 344 N. VINEWOOD ST. ESCONDIDO, CA 92029 MBE, SBE, DBE 2011 Southern California Supplier of the Year 2012 SDRMSDC Supplierofthe Year 2012 Excellence in Customer Service _..-4 Go Gre:;n! Please consider the environment before printing this email rh~.3 tnn.;mtss;on contains r::cnfid-arwa! inhnra:inn ff·J>n Pr~.:wa C·Jr..:;trt.;Ck~n S-eP;IC:t1S !n~: This infuma;:f;m IS in~end~d sole!y fer use b~; th~; indi1idual or er.ill'f O-Jn~Bf! a;; the n:.-:1pl~nt t1ar~·.1f, If yc~u a1·e Pat tJ1a fmend-::~.i rr::cipi:'~PL Ca awara :r~ai ary disdDst;f'f: ccpylt1g ctistnbut<c~:. :r t:s;: ::;f thf:~ conte1;t.s cf tt::e t-dn5mls.5iCP is prchbt3tl II y;)~; h-3VG rett::l'•.i'?d ihi:;; tr::msJ';!J:.lsicn in t?lfOL ple3se nobft us by t:;:ephon::: irnmedJJ[C!y 1 Architectural • Metal Roofing • Aluminum Panels Change Order Request January 6, 2016 Prava Construction 344 N. Vinewood Street Escondido, CA 92029 (760) 929-9787 Project: Attention: Carlsbad Cole Library Rick Smith BSM Job# BSM COR # GC Reference Re: Subject: Prava and Glazing contractor requesting additional flashing. Added flashing at clerestory windows. Our review of the referenced change has resulted in the following: Additional cost (see attached cost breakdown) $1,740.00 Deductive Cost (see attached cost breakdown) of: ($) Description: Time extension of: 0 This Work will proceed upon receipt of written approval. 2015-041 BSM 004 days required. This change order proposal is based on the usual cost elements such as labor, materials, and normal mark-up and does not consider any cost associated with impacts such as interference, disruptions, rescheduling, change in the sequence of work, delays and/or associated acceleration. BSM shall be compensated based on the actual cost, plus allowable overhead and profit1 if the work associated with this additional is impacted by any of the aforementioned conditions. This cost change/proposal supersedes all previously submitted cost changes/proposal relating to this same work. The work of other trades, which may be required to complete this change order, is not a part of this change proposal. This quote is valid for.J.Q_ calendar days from the above date. All work affected by either the acceptance or rejection of the enclosed change order quotation is on hold pending notification. Failure to receive a prompt response may result in additional costs and delay the completion date of the project. Sincerely[ Burner Sheet Metal 9749 Cactus Street Suite A I Lakeside, CA 92040 It: 619.873.10051 f: 619.873.1068 I License #392277 Rick Smith From: Sent: To: Cc: Subject: Attachments: Hello Rick, Greg Finch <gfinch@burnersheetmetal.com> Wednesday, January 6, 2016 11:13 AM Rick Smith Dayle Imlay; Tony Burner; David Meienburg; Rebecca Bocox Added Flashing at Clerestory Windows 004 Cover Sheet.pdf We have been asked to install some additional flashing at the clerestory windows. The metal is in fabrication now and it will be sent to the job site mid afternoon. The change order is attached. Please let me know if you have any questions. Respectfully, Gregory S. Finch Burner Sheet Metal, LLC 9749 Cactus St. Ste. !-\ Lakeside, CA 92040 619 873-1005 619 873-1068 GFinch@BurnerSheetMetal.com 1 Change Order: 12 3615 Kearny Villa Road, Suite 101, San Diego, CA 911.23 Ph: 858-586-0903 Fax: 858·586-0303 License #923637 Contractor: Prava Attn: Ph: Email: Ali Source Coatings Inc Date: Job Name:! Job Address: Job Address 2: We hereby agree to make change(s) specified below: Time and Material for Additional Work. Tickers Attached for Verification Ticket 2/12/2016 aMH @ $75.00/HR $ Material $ Ticket 2/16/1016 aMH @ $7s.oorHR $ Ticket 2/17/2016 4-_,e1MH @ $75.00/HR $ Material $ Sub-total: $ O!P(15%) $ Total $ 02/19/16 Carlsbad Ubrary Carlsbad, CA 600.00 65.00 600.00 3oo .~ 45.00 l¥1° n• ,, '2-•·H • .;:o ~ fl?51. S"o 2;i%:5G The above changes will have I 1 Affect on schedule to be determined upon approval. WE AGREE hereby to make the change(s) specific above at this price: c=:} I$ 2,196.50 Date: Submitted by: Signature: ACCEPTED · The Prices above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be performed under the same temli and conditions in original contract unless otherwise stipulated. Date of acceptance: Accepted by: Signature: 3615 Keamy Villa Rd., Suite 101 San Diego, CA 92123 Date: Joh Name: Job Number: Contractor: Foreman: EmQiovee Nam§ DescriQtion of Work -j;b If N y C;.'q':'l AI !':::~\}AI,).( / Change Order: Time & Material Work Authorization j,-J)r /f:J' C6.L.t.:-L.!.[) if .1 n.y fir A v=1-Cd, (.Soli>v y Hours S"R.cL'iSL.Jc-s 9-q I .<;.'LA<;N,.t-J(,.. AT ?ER,.-"~e:Tca, AIR.iui' 1 'f~~t- 1c c!O./ £ R-~~~ I. lrotal Hours: g ~~ All Source Companies Manager: --:; ol/ 1v Y. Signature Material ~mi, /?e; II& ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Accepted By: __,...;;·~~o~rr~M'-"-A=t"\-L=I....:..I.!-( ~)U/::;..;;"..!..,_ .. -o~-'/Z~jL_(xJ_..:_~-I...:.H_J..~=A.:..:J~A-Cc __ _,_/V--5 __ 7_· ----1 Print Name & Signafure Change Order: Time & Material Work Authorization 3615Keamy Villa Rd., Suite 101 San Diego, CA 92123 Date: ;t --/6-/6 Job Name: Cb.iif-1-/l];p/};r~ y 7 Job Number: Contractor: PI? AvA C(t Foreman: ~()1./;//V y ./ Emgloyee Name Descrigtion of Work Hours ~dh"A.ry 1--.-Cools cJ~ pq/~J B / q ro~~nsl ?/,.1;;J// -1;C, or £t-)3 Y/f--/6 f{ o..-.c/ ,J;;tlcf /J J:-~ Caa-) aP Pa/rJ/ <J'n rJ/JS;J/h-C /J T f fiR! /-1£7 /.!!~ /f'TA lll/'1 . lJ-vvvcl/ Po-lch•s dt1 Balhmr·/.J: / I rota! Hours: B hr.£ All Source Companies Manager: Signature Material ACCEPTED -the above description of labor, hours worked and mate~ials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. (j Accepted By: __ 5==-c::::...' .E--.!..!>ir__!..;J__;_.'1_fi\.--=.L..;..r_f (_· _..:...·'~::....:...~.-;_· /-'~ )L. _t& ___ P_~_A_v_A___::C::::.::.:..o-="...f.':.:..:::-.:>:...:.. '--1 Print Name & Signature 'I Change Order: Time & Material Work Authorization 3615 Kearny Villa Rd., Suite 101 San Diego, CA 92123 Date: 9---/7-/£ Job Name; C<J4L:; Ll!JI?AIW Job Number: Contractor: f/?J}-tn1 co. Foremao: ~d'li/1.1 x / Employ:ee Name QescriQiioo Qf Work Hours -:!;aJfNy pd,~f :t GQlr (J't 8 MOLj (o/s;... e-n Doof.j .8 (."<JM f) 'y of-1-"it:VJf7JJ!f . / FJ~q.,'t/ fi.l.,vs her 8<;K, r v_ 'i-t""er .v ~ ~~~! (1't1 f};.vW\11/ oa lc h 's (Jf'l r / J3q h}-().(9t--.1 I I rota! Hours: tJ All Source Companies Manager: Signature / ~ONv (C\1! 'n: 1/e.J-:.s '~pr::. Sfqc/tl~""f .J Material ~/(.' jJt;)pth I ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions In original contract unless otherwise stipulated. d Accepted By: ~7T ..VAM~il( ffJ/' 4--P ~AVA Cc,t.Jsr: ----~~~~--~~~~~~-7~--------~~~~~~~~ Print Name & Signature Rick Smith From: Sent: To: Cc: Subject: Attachments: COR #12 attached. Thank you Mike Wilder Jr Senior Estimator (619)710-9067 [I§]~ Mike Wilder <mike@allsourceco.com> Friday, February 19, 2016 9:43 AM Rick Smith Jerry Zumbro Cole Library Carlsbadlibraries.C012.pdf All Source Coatings & Tile 3615 Kearny Villa Rd. Suite 101 San Diego, CA 92123 Phone: (858) 586.0903 Fax: (858) 586.0303 Email: mike@allsourceco.com jp.4 Please don't print this e-mail unless necessary. 1 PRAVA CONSTRUCTION SERVICES, lNC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: _ __:::Cc::o.:.:le:...:L:::ib::.:rc::a"-'ry'---=A...:c::.:o:.:s:.:uc:.:tic=a=-I-=C:.:e::.:il::..:in""g...:R..:.:e:.:v.:.:is::..:io:..:.n:.::s_-...:.R..:.:o:.:o..:.:m.:....:.;1 0:..:5:....__ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work Is not proceeding pending your approval. Cole Library-Acoustical Ceiling Revisions Room 105 1 Southcoast Acoustical Interiors Please see the attached quote -Install grid over grill in Room 105 2 Southcoast Acoustical Interiors Please see the attached quote -Relocating light in room 1 05 3 Additional Insurance 118 03/03/16 3409 3/10/16 Cost $316.80 $237.60 $0.00 ============ Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee )1. Not Affected at aU by this change. !:land Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU% 0.00% .UU"'lo By Owner: By Owner's Representative: By Contractor: $554.40 $55.44 610 0 0 0 6 616 Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: PROJECT NAME: 3409 City of Carlsbad Libraries ADDRESS:..,..-.,.,..,.,.-.,.,...-',__,_,..,.., __ ,~ ••.• -~,_,.,-_._,--. --,----,-,-,--,--- DATE: >115/2016 SUBCONTRACT#:....,._~+.,-,~~...;..;..;,:~~'----,----;__:'-"" CHANGE ORDER REQUEST:_· --'------'-#~7--'-----'---- Scope of work: Install grid over grilrin Room 1 os. · ·· Refer to email attached Item Number Material Itemized-Net Actual Cost Quant. Unit Unit Price Material Total 1 ---·-------·-······ 2 ~-----------------l------~-----------+,------1---0.00 0.00 ~--·-~-----~ 3 4 5 Item Number Labor Itemized-Net Actual Cost -- 1 2 3 ·--------4------· Labor · ... Item Number Equipment Itemized-Net Actual Cost _ _:1 _________ --~-------~-----------------------· 2 ------~ .... ---·-------------1 3 ------·--·----------------·----------- 1-------"----1·-----------·---4 Item 1. Material Sub-Total Quant. Unit Unit Price 72 ---·-·-------·--!·---------------------- Item 2. Labor Sub-Total Quant. Unit Unit Price ---.-------------·· 0.00 0.00 ·····o:oo 0.00 Labor Total 288.00 . -----------·- 0.00 _____________________________ ,_._ 0.00 ----------<foo 288.00 Equip. Total 0.00 -------0~66 • •'-"•·• --------~-------------~,-~A-"•"' 0.00 -----------· ... 0.00 I····· Item 3. Equip. Sub-Total 0.00 Item Number Second Tier Subcontractors-Net Actual Cost (with backup) Quote 2nd-Tier Total 1 ---:2::----------_ifapplica..~!~------------------~----------0.00 0.00 0.00 0.60 --·-··-------·--=----------··---------··-········-.. ... 3 4 Time Extension: if applicable --------------~~~~~------------~ Exclusions:----------------------------- AJ Ortega 1/5/2016 Submitted by: Date: Item 4. 2nd Tier Sub-Total 0.00 Items 1-3 Sub-Total: $ 288.00 10% OH & P: ,--$;;;------"'-:2~8~.8~0~ GRANDTOTAL ~~$~------3-16_.8_0~1 Rick Smith From: Sent: To: Cc: Subject: Attachments: Good morning guys, AJ Ortega <ajortega@socoast.us> Tuesday, January 5, 2016 8:42 AM Rick Smith Dayle Imlay; Denise Patlan SAI#7 RE: COR#2 ASI-008; COR#7.xls Please see attached for our COR#7 regarding SAl installing grid over grill. Please reference the email attached. Thank you, AJ Ortega Project Coordinator Southcoast Acoustical Interiors 909-428-2600 1 COMPANY: __ ..;;;.S.;;;..ou::;.:t.:,.;.hc;;;..;o:;.;;;a;;;.st~A~c:::oc.:;;u.;;;..st::..:ic;.::a.:...;ll::..:nt.:.::e::..:ri.;:;;or:..;s __ CONTACT:_~--~~A~J~O~rt;;;.eg~a~-~~-- ADDRESS: ___ ~1~4;;;.9..;;;.SO~H~ilt~on~Dr~iv~e~-~-- l I . I PROJECT NAME: I 3409 City of Carlsbad Libraries ADDRESS: I DATE: -l-~------1-/2_6_/1"""'6------ CTY, ST. ZIP: ___ --.:F.,.;::o;.:,:nt~a::;.na~C.:...;A.:-;, 9;.::2:::3;::.36=----- PHONE:~--~--9~0~9~-4~2~8-~2~60~0~------~ SUBCONTRACT #: I CHANGE ORDER REQUEST: -l-~-------#-14..,..._ -----'- FAX: 909-428-2602 ---~~~~~~~~----- Scope of work: .Relocating light in room 105 Refer to ticket dated 1/14/2016 Item Number Material Itemized-Net Actual Cost 1--1 2 ·-----------·-·· 3 ·-~--4 -5 Quant Unit l Unit Price Material Total 0.00 -0.00 0.00 -0.00 0.00 Item 1. Mater'al Sub-Total 0.00 Item Number Labor Itemized-Net Actual Cost Quant. Unit Unit Price LaborTotal ________ 1 . Labor ------+-----t---'--3::.._-----!1------'-l·t--..::..7=2--f-216.00 2 -------------+-----+----+---lt------1----0.00 ----~-----1-----------------t------1------+---H----·-t------~=-:-=-gg::-1 Item 2. Item Number Equipment Itemized-Net Actual Cost Quant. Unit I Unit Price 1 _. . . I . .. -2 I ---3 j ··----4-----··-~ ' Item 3. EquiJ). Sub-Total Item Number Second Tier Subcontractors-Net Actual Cost (with backup) I Quote 1 if applicable 2 -3 -4 T1me Extenston: tf applicable --------------~~~~~-------------- Exclusions: -------------------------------------- AJ Ortega 1/26/16 Submitted by: Date: Item 4. ! ------- 2nd Tier Sub-Total Items 1-J Sub-Total: 10%0H ~ P: GRAND TOTAL I 216.00 Equip. Total 0.00 0.00 ·-----0.00 ---------· 0.00 0.00 2nd-Tier Total 0.00 0.00 0.00 0.00 0.00 $ 216.00 21.60 237.6o I ~Extra Work 0 Extra Stock Southcoast Acoustical Interjors 14980 Hilton Drive Fontana, CA 92336 Phone (909) 428-2600 Fax (909) 428-2602 0 Quality Control 0 Restocking Fee Description/RM #: /2 6<Jm lor Materials: - Labor: !!, b 1?6 Ju~c:[ '6'~, Signatu~~----·----- White: SAI Cornpa~yf~A Cdl!'St171C-//rJ'IJ Superintendent: 019-~ EmploY,ee: F~~Jvio ,....;teS Date: f. fo/ ·16 ,. Project: CGtri5.J~ L-1 bf"C1r-; RFI#: 1 CCD#:! PCO# I . I Date: 00t I · Yellow: Contractor I PRAVA CONSTRUCTION 5ERV1CES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ______ ~C~o~le~L=i~br~a~~~-~A~d~d~ed~T~&~M~P~a=in~t~in~g~C~o~s~ffi~-----CRNUMBER: DATE: APPROVAL REQUESTED FROM: JOB NUMBER: Please approve this Change Request by your signature below. This proposal is valid until: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Cole Library-Added T&M Painting Costs 1 All Source Company CO #9-Please see the attached Time & Material ticket dated 2/1/16-50% shared cost CO #1 0 -Please see the attached Time & Material ticket dated 2/2/16 -50% shared cost CO #11 -Please see the attached Time & Material ticket dated 1/26/16 -50% shared cost CO #11 -Please see the attached Time & Material ticket dated 2/3/16 -50% shared cost CO #11 -Please see the attached Time & Material ticket dated 2/4/16 -50% shared cost CO #11 -Please see the attached Time & Material ticket dated 2/5/16 -50% shared cost CO #11 -Please see the attached Time & Material ticket dated 2/8/16-50% shared cost 2 Additional Insurance Subtotal= Mark-up-10% on First $5,000 Mark-up -5% on balance SCHEDUbE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee .X Not Affected at all by this change. Hand Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Information will be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization tp proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU"/o U.UU% l.UU'ro By Owner: By Owner's Representative: By Contractor: 119 03/03/16 3409 3/10/16 Cost $690.00 $761.88 $2,573.13 $0.00 ======-======= $4,025.00 $402.50 4.428 0 0 0 44 ~ Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: 3615 Kearny Villa Rd, Suite 101 San Diego, CA 92123 Ph: 856·586-0903 Fax: 858·586·0303 License #923637 Contractor: Prava Attn: Rick Smith/Kevin Mann Ph: Fax: Email: We hereby agree to make change(s) specified below: 2/1/2016 Change Order: 9 Ali Source Coatings Inc Date: 02/03/16 Job Name: Cole Library Job Address: Carlsbad Provide time and material per attached T&M ticket{ see description on ticket) 16 man hours @ $75 per $ 1,200.00 The above changes will have: Sub-total: $ O/P(15%) $ 1,200.00 180.00 ------:1 Total $ 1,380.00 =======I Affect on schedule to be determined upon approval. WE AGREE hereby to make the change(s) specific above at this price: $ 1,380.00 Date: Submitted by: Jerry Zumbro Signature: ACCEPTED. The Prices above and specifics ofthls Change Order are satisfactory and are hereby accepted. All work to be perfo1111ed under the same terms and conditions in original contract unless otherwise stipulated. Date of acceptance: Accepted by: Signature: --------------------------------------------------------------------------------------~ 3615 Kearny Villa Rd., Suite 101 San Diego. CA 92123 Date: Job Name: Job Number: Contractor: Foreman: Employee Name Description of Work I ,) I { c ' I j I~: ·~'H."' l .! ',:..., r ~... ·-~~:::~ t\ J lrotal Hours: All Source Companies Manager: Signature Change Order: Time & Material Work Authorization r_.; / --~ / ~--t~' F \~ ,('::.. ,:~' -i.;l) l{/'l! { y' f) I{ A J .l ((J v ·r To/1/V y Hours Material r , '· \ ' ' j i ,..tl ' \_// j ........ .,..-• ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order orT&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the I same terms and conditions in original contract unless otherwise stipulated. ,. / ,/ Print Name & Signature 3615 Kearny Villa Rd, Suite 101 San Diego, CA 92123 Ph: 858·586-0903 Fax: 858-586-D303 License #923637 Contractor: Prava Attn: Rlck Smith/Kevin Mann Ph: Fax: Email: We hereby agree to make change(s) specified below: 2/2/2016 Change Order: 1 o All Source Coatings Inc Date: 02/03/16 Job Name: Cole Library Job Address: Carlsbad Provide tlme and material per attached T&M tlcket( see description on ticket) 16 man hours @ $75 per s s gallons of paint s Sub-total: $ 0/P(lS%) $ 1,200.00 125.00 1,325.00 198.75 -----.of Total $ 1,523.75 =======i The above changes wilJ have: Affect on schedule to be determined upon approval. WE AGREE hereby to make the change{s) specific above at this price: $ 1,523.75 Date: -------------·----------------------------~ Submitted by: Jerry Zumbro Signature: ACCEPTED • The Prices above and specifics of this Change Order are satisfactory and are hereby accepted. All work to be performed under the same tem1s and conditions in original contract unless od1er.vlse stipulated. Date of acceptance: Accepted by: Signature: ----------------------------------------------------------4 -------------------------,---------------------------~----c---------~ Change Order: Time & Material Work Authorization 3615 Kearny Villa Rd., Suite 101 San Diego, CA 92123 Date: Job Name: 1 " -· J_ -/l Job Number: CcJLJ!-L / 6/l.t'}f< y Coo tractor: r rx .11 v. 4} co Foreman: -=-tO!J<"vy ' Emglovee Name Descrigtion of Work Hours ~ 9 (~lq -~~~ E' ::j(y h' /i.f )l SPo-t D , t 1-,NJ(j· __ .. .~ l or' ~1;~ I P-.d c1r1 . D ;-;;{.-.r,, /I ) ' . 1 0 -f.c t>'5.~ r)~u"11ie / 8 ··:yp.ssE T'RADiE }}"1 tvi J1 G£ ')-, J ' \ ' I f-t ~ L' 'J.h Ot./-f L; hup-v -~.J I o.-,i q/$o D , I hi'...,<";. -~ ·'Po; ~J. 0J1 j-,, (, p,jJ.: ~;xpcSr.·/ ./ lrotal Hours: L6 All Source Companies Manager: Signature .1-,.... l . /-; v( Material )~I ~/q. 'J ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. 36'15 KesmyViUa Road, Suite 'lO'l, San Diego, CA 92123 Ph: 858-586-0903 Fax: 858-586-0303 license #923637 -=--==··~~ ~= Contractor: ! Prava Attn: J Ph: I Email: I Change Ordlet·: 11 All Source Coatings Inc Date: 02/'11/16 Job Name: Carlsbad Ub:ra!I'Y Job Address: I Job Address 2: Carlsbad, CA We hereby agree to make change(s) specified below: T&l\fl Ticket Pricing(Tickets Attached for Verification) 1/26/2016 16M!-l@ $75.00/HR Material-5 Gallons 2/3/20"16 8MH@ $75.00/HR 2/4/20'16 '10.5MH@ $75.00/HR 2/5/2016 '19MH @ $75.00/HR 2/8/2016 4:5MH @ ;p75.00/l-lR $ $ $ $ $ I ·1.2oo.oo I 12s.oo I 600.00 787.50' 1,4.25.00 I 337.50 Sub-totai: $ 4,475.00 l O/P(15%) _ _:..._~~·=~6"""7"""1,;,;;.2;;,;;5-N 5/54tS.2!5 The above changes will have [ Afiect on schedule 'to be determined upon approval. 1bmii.ied by: ACCEPT-ED -The Prices above and specifics of this Change Order are satisfactory and a;e hereby accepted. All work to b-s performed under the same terms and conditions in oliginal contract unless otherwise stipulated. , Date o'f accept~~nce: -------~·----· Change Order: Time & Material 3615 Kearny Villa Rd., Suite 101 San Diego, CA 92123 Job Name: Job Number: Contractor: Foreman: EmQio)!ee Name De§crigtion of Work ~"\·(,.1 L I )· P. Ss. .? c::_,:~ ;, J ....... \ .. 1 · hr·,{_;--p I D~ \,. ,_ i/ i ,J ' ·.~ 1 -·-/ I . ~ 1 ' ,J) t.: 1 •· I '> 1 •· .... J./ ~:., i,, ;: ~ •• J V'"l.-, '·-:.; ''1, [rotal Hours: All Source Companies Manager: Signature Work Authorization Hours ( (. ::-: ) _,./, "t ') . .f ~;~. / I •,. h \ ' ("i{/ ~'( f E I 1 •' . (l ~ , .. '(:· ./ . ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T &M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Acc·epietlBy~ . ,,{; , . ~~·~----------~~~-~~~------------------------------~ Print NamQ,& Signature 3615 Kearny Vitia Rd., Suite 101 San Diego, CA 92123 Job Name: Job Number: Contractor: Foreman: Employee Name I Total Hours: All Source Companies Manager: Signature (,H/ Change Order: Time & Material Work Authorization / ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T&I\JI nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or TSt!VI work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Print Name & Signature L. 7867 Dunbrook Rd. Suite E San Diego, CA 92126 Date: Job Name: Job Number: Contractor: Foreman: Ch~nge Order: Time & Material. Work Authorization :;~ I; ••.. J •"'"". ,.# ·-.! ((:/ EmQloyge N_ame Description of Work J.;ours I All Source Coatings Project Manager: Signature .' / () 1 / f'::;,,., '1' / / Material ACCEPTED-the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order ot T&M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order ot T&M work. All work to be performed under the same terms and conditions in original contract unless othervvise stipulated. Pdnt Name & Signature 7867 Dunbrook Rd. Suite E San Diego, CA 92126 Change Order: TimE; & Material Work 1-\uthoriza.tion / (:: I L. if·; f· >" J :·· l ~~====----+-~----::-,.~-::--_.·:·. ·----1 --~--------·------l I Aii 5ou;·ce Coc;tings Project Manager: Sfgn::ture [AcCEPTED-the above de:scription of lab.or, hours 1.vork12d and. rnateriab are satisfactory and are hereby accepted. VJe jacknowledge that the work performed is of a change order ot T3.M nature. Sig:lature dot:s no;: acknowledge any cost 1for hours or m<!terial that pertain w the nature of chang"' order ot T&iVI work. J.\li work to be performed under the. jsarne terms and conditions in original contract unless otherNlse. ~tipuli".tEci. I . i I I I ..... ..-1 3615 Kearny Villa Rd., Suite 101 San Diego, CA 92123 Job Name: Job Number: Contractor: Foreman: Employee Name Descrigtion of Worls I ._ ·f !Total Hours: All Source Companies Manager: Signature Change Order: Time & Material Work Authorization Hours Material 'J .. t ACCEPTED -the above description of labor, hours worked and materials are satisfactory and are hereby accepted. We acknowledge that the work performed is of a change order or T8,M nature. Signature does not acknowledge any cost for hours or material that pertain to the nature of change order or T&M work. All work to be performed under the same terms and conditions in original contract unless otherwise stipulated. Accepted By: , . ------~--~----~--------------~------~----------------~ Print Name & Signature Cl1anqe Order: Time & Material 7867 Dunbrook Rd. Suite E San Diego, CA 92126 lob·Name: lob Number: 1=ontractor: Employee Name Descriotion of Work Work Authorization T Hours I -J f:1, _') __ Material __ ,,,._ -,· ,' J. ~----------------~~-~~--~·-/----~--~---~:~9~-------~-~---~--------~---------------------------------- l ,~ ,, / , .. . :·· Jl-. '· . )J , I All Source Coatings Pmject Mc.nager: Sign;ttllre !ACCEPTED-the above description of labor, hours worked and materials arc: satisfactory and are hereby accepted. We !acknowledge that the work performed is of a change order ot T&ivl nature. Signature does not acknowledge any cost 1for hours or material that pertain to the nature of change order ot T&M work. All work to be perform.::d under the !same terms and conditions in original contract unless othemise stipulated. I J-\cc~pte:d By: -- 7 ~L-------------------------------------P~n~n~t_,-v_?-.m~,P--~-~&~S~~~n~a-t-u~~--~------------_-_-_-_~_~_-_-_-_-_~_-_-_~_-_-_-_-_~_-_~_~_~_-_~_-_-_-_-_-_-_-_-_-_-_-_-_-_-_--__j~~ 7867 Dunbrook Rd. SuUe E San Diego, CA 92126 Chanoe Order: Time & Material Work Authorization I lob Number: __j Flc=o=n=tr=a=ct=o=r:'---t----'-f~\~.:1~_.·.:~4V_C_.(_·-:_.•_. -----1! !Foreman: -'"~. . AI! Source Coatings Project Manager: ---·------------ -------------------------------------------------, .U.CCEP tED-the ab0ve description of labor, hours ~.vork;_:~d and materL:ds rt~f: satLsfactorl and are hereby accepted. Vhe: ackncn.viedge that the V'JOrk performed is of a change otd~: O\ T~S!h1 natur-e~ Signatun: doe! not acknot.t~l~dge. 2ny cost for hours or rn.=;t~rial that p~rtaJn to tht? natur~ of chang2 c:-cer o;· T€:t:1 ·xnrk. :\lJ vvurk ro bt:! perforrned under the sarne 1errns and condirfons in ori9ina! contract urdess othEr\vis'2 S{ip~;L:~.t;:d . . , ·---------------------------------------- Chanae Order: Time & Material 7867 Dunbrook Rd. Suite E San Diego, CA 92126 Date~ Work Authorization fJ-a-1£ I l lob Name: COi-f-L nJf(rJfJ.Y __ _j lob Number: I ~ontractor: f /( /! l/:f'7 co. I [foreman: ~1--=funP-=m~~=lo~e=e=N=a=m==e--+I __________ =D=e=sc=r=io=t=io=n==o=f=~=~o=r=k~---------~i-=H=o=u~r~~~-------------~~=ia=t=e=ri=a~l----------~ """'T-()J-j A/ I (:::--' jl I ~ ' l v p f I l.-/ ';I, I! '-l',J.Ci 1 f!··~r· ...-<:; con. 1 / "'- l Q, D>-v ~.>.Ia lj Po fc 4 '.S, ---=-+~====:~-------------1 IP(ll~···1 1 /(~, .. //,·.~ atot _____ ~! __ I ---,-______ I o f~. , 1 p ; ; • / J I I i ~ "< tf1 f Cl<c [J./( Q.vl("fU) I : --~1------------------------------4 I 1 I I ·--~~-r--·/ -r+; i -----------'---' Total Hours·------------~~ Y?:.o ,. ___ -;-·: ___ . .411 Source Coatings Project Manager: .'\CCEPTED-the above description of labor, hours \\'Orked ;;nd rnitteriaJ;; are and art hereby .accepted. \Ve acknovvtedge that the vvork perforn1ed is of a chang.~ Oider vt T&i~i natur-2~ SignJ.tUrt: does not Jckno,~vl~dge cny cost for hours or rnatericd that pertain to the nature of change urder ot T&fA V\ork. /:..![ •Notk to be sarne terms and cond1tions in original contract unless otherwise. ~t\pula<:'2d. Accepted PRAVA CONSTRUCTION SERVICES, INC. CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECTNAME: ______ ~C~o~le~L~ib~r~a~~--~R~e~v~is~e~E~x~it~S~ig~n~ag~e~C~ol~o~ffi~------ APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Cole Library-Revise Exit Signage Colors 1 Dimensional Signage Please see the attached quote 2 Additional insurance 124 03/10/16 3409 3/17/16 Cost $697.88 $10.47 ============== Subtotal= Mark-up -10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: II Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee Jl. Not Affected at all by this change. Bond Premium This change may affect the Contract Completion Date but TOTAL COST THIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Informal on will be provided as soon as It is available. This Change Request fiXes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% U.UU'l'o U.UU'l'o l.UU'1o By Owner: By Owner's Representative: By Contractor: $708.35 $70.83 779 0 0 0 B 787 Prava Construction Services. Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: Change Order #2 Code Signage Items Log Cole Library Remodel MAIN BUILDJNG Additional EX1 plaques per architect comments 2/22/16 Remove & reinstall extra items Applic. SALES TAX TOTAL Di:tnensional Grdphics 3450 N. Verdugo Rood Glendale. Co. 91208 Telephone 818.957.0052 Fox 81!:1.957.0612 Feb. 26, 2016 QTY. EACH TOTAL 14 38.00 532.00 118.00 47.88 697.88 Lie. 192190 .. ' PRAVA CONSTRUC110N SERVICES, INC, CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. PROJECT NAME: PCO #036 -Elevator Walkway Extension -Revised Proposal APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. I Item I of work Description Georgina Cole Library· Elevator Walkway Extension 1 M2 Demolition 2 Laborer-4 hour minimum @ $75/mh Foreman -4 hour minimum @ $90/mh Boom lift-1 day rental -$185 per day pius delivery and pick-up Concrete saw I chipping hammer-$85 per day Clean-up and debris removal Minegar Concrete See attached T&M proposal 3 National Steel & Metals 4 Extend concrete decking-approximately 32 sf@ $12.75/sf Added labor -welder I iron worker -4 mh Additional Insurance Subtotal= Mark-up-10% on First $5,000 Mark-up-5% on balance SCHEDULE IMPACT: Subtotal 36R1 02/25/16 3409 3/3/16 Cost $300.00 $360.00 $285.00 $85.00 $100.00 $9,868.00 $408.00 $340.00 $176.19 $11,922.19 $500.00 $346.11 12,768 The Contract Completion Date shall be (Pick One): Gen. Conditions 0.00% 0 X INCREASE! 2 Days. Fixed Insurance 0.00% 0 DECREASED Days. Overhead & Fee 0.00% 0 11----Not Affected at all by this change. l::lond Premium 1.00% 1 <!!! This change may affect the Contract Completion Date but ID:;:T~A~L~C~O='S~T::=:;T::'H:':;IS::=::C::'H:':Ac:'N:':G:C.E::"!:R:::E:':Q:':U7.E:C.S:C.T::=~;,;;,;~F~==,:;2:-,~89~6~I II----the total impact cannot be determined at this time. Additionallnformat :5fwill be provided as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. By Owner: By Owner's Representative: By Contractor: Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 8: 8. By: DATE: DATE: DATE: MINEGAR CONTRACTING, INC. PROPOSED CHANGE ORDER TO: Prava Construction Services, Inc. CHANGE ORDER #: 6 ATT: Rick Smith PROJECT: City of Carlsbad Libraries ADDRESS: 1250 Carlsbad Village Dr., Carlsbad 1775 Dove Lane, Carlsbad PHONE: 760-929-9787 DATI;: 11/23/15 CONTRACT SCOPE: Structural Concrete CONTRACT DATE: 7/28/15 FAX: 760-579-0003 DESCRIPTION: Added work: Added Slab at Elevated Deck RFI #86 Equiptment Concrete Pump Foreman Truck w/ Tools Labor Foreman Carpenter Material Added Form Material Concrete + Shortload Rebar Shoring Rental Trucking Of Shoring Mobilization HR 16 HR 20 HR 37.5 HR 52 SF 1 LS 416 LBS 1 LS 1 LS 1 LS 15% Overhead & profit TOTAL 25 72 67 9.2 685 2.05 652 710 850 0 400 1440 2513 478 685 853 652 710 850 8,581 1,287 Signature of the Contractor or Owner indicates his agreement herewith, including any adjustment in the Contract Sum or Contract Time. The original Contract Sum Was .................................................................................................... . Net change by previously authorized Change Orders ...................................................................... . The Contract Sum, prior to this Change Order was ......................................................................... . The Contract Sum will be increased by this Change Order ..................................................... . The new (Contract Sum) including this Change Order will be ..................................................... , .... . Approval Contractor Prava Construction Services, Inc. By: ~---~~~----------------Authorized Signature Date: ------------------------ cc: Vendor (2 copies), contract file, job file 760-598-5001 x202 Minegar Contracting Inc 925 Poinsettia Ave., Suite 10 Vista, CA 92081 By: Mike Dahlquist Date: 11/23/15 11/23/15 198,165 0 198,165 9,868 208,033 MINEGAR CONTRACTING, INC. WORK ORDER TO:~ew.ifffl1fer . /~ L ;) /t/ ATT: ,Matt-... ~ristet1Sen. (t;_~/::;t)~.:f::~Y }rV/1:~'( JOB#: S1506 117 ,il~ .. * I I.., '~ -· d /."? / _,. / J< DATE: 11/ '::; r ,_<:; I c....; r / // PROJECT: Alpi~ra~fi,;r=iorary ADDRESS: 11~~~~j)ii'Je CONTRACT SCOPE: concrete DESCRIPTION: , I ,_- Foreman f '· Journeyman Carpenter Apprentice Carpenter laborer ,l ··;; 11,, <. ..... ~· .,_ .. $72.00 per hr/straight time $67.00 per hr/straight time $60.00 per hr/straight time $58.00 per hr/straight time / Signature ot the contractor or Owner indicates his agreement herewith, including the appropriate adjustment in the contract sum or contract time. A change order with costs plus 15% overhead & profit will follow. Approval: Minegar Contracting, Inc. 925 Poinsettia Ave .. Suite 10 Vista, CA 92081 Contractor: _c_w_o_ri_ve __ r _________ Phone: (760) 598-5001 x202 .. J By: 7 By: Print Name: _ ____,4fff)...L..I.H=r-"'t-:..::E-,___.>=~=:..:=LI<:f~=r--Print Name: it I /7 / / '--/2-/-/~ Date: Date: Icc: Vendor (2 copies). contract file, job file I J J ·-~ MINEGAR CONTRACTING, INC. TO: CW Driver ATT: Matt Christensen PROJECT: Alpine Branch Library ADDRESS: 1752 Alpine Blvd., Alpine DESCRIPTION: "\ J)1id' L Labor hourly rates: Foreman ) Journeyman Carpenter Apprentice Carpenter Laborer WORK ORDER JOB#: S1506 DATE: ' CONTRACT SCOPE: concrete '! $72.00 per hr/straight time $67.00 per hr/straight time $60.00 per hr/straight time $58.00 per hr/straight time Signature of the Contractor or Owner indicates his agreement herewith, including the appropriate adjustment in the contract sum or contract time. A change order with costs plus 15% overhead & profit will follow. Approval: Minegar Contracting, Inc. 925 Poinsettia Ave., Suite 10 Vista, CA 92081 Contractor: _C_W_D_r_iv_e_r _________ Phone: (760) 59~::-$001 x202 By: c.IZ-A;eQ t£~7 By: '' Print Name: ~t..R;: ,....4~ I Print Name: / ' Date: Date: '-· --·---·--;-'---'--------------; MINEGAR CONTRACTING, INC. TO !"'@W;:;8FiVer., L"'-::~-- ATT: €;t~fiSteflsB!l_ '~~--:-,,~~ PROJECT: Atpiu;&a~~ibntry t; _,--'~,_.,..-~w-~ ADDRESS: 175-Z~A4!'frt9itiiV!k~~~ll:Te> DESCRIPTION: -~~-/~., // ,/' ·y· Labor hourly rates: Foreman Journeyman Carpenter Apprentice Carpenter Laborer WORK ORDER JOB#: S1506 DATE: CONTRACT SCOPE: concrete $72.00 per hr/straight time $67.00 per hr/straight time $60.00 per hr/straight time $58.00 per hr/straight time Signature ot the Contractor or Owner indicates his agreement herewith, including the appropriate adjustment in the contract sum or contract time. A change order with costs plus 15% overhead & profit will follow. Approval: By: Print Name: (tb/4 ~4 Minegar Contracting, Inc. 925 Poinsettia Ave., Suite 10 Vista, CA 92081 Phone: (760) 598-50017x202 -------/ / By: q(·:·-----····------. . f ) / /. / '·l--:/ 1 Print Name: /c~', .5z;z,/r;t.)i\!- Date: I I I I I I I I I I I I I I I I 0------~----I ----r-- ®~~:,~~?,OF PLAN ELEVATOR NOTE: DIM. MAY VARY WI ELEVATOR MFR. I I "'"-~""'"" BY MFR. (VERIFY W/ MFR.) ~FINISH FLOOR Ill "[ N ~ 112"NELSONSTUD ATTACHED TO ~STRUCTURAL TUBESTEELATSECOND LEVEL VA •.. ~-112"J BOLT12"0.C.ATELEVATOR PIT LEVEL H~ • '> i ~ ~ ELEVATORSILLSUPPORT __ L_ 8)1!,~;.l:.LEVATOR SILL SUPPORT THE SAM!:;; CONC. OVt;;!-1 ME IAL DECK THAT WE PREVIOUSLY HAD AT THE WALKWAY EXTENSION WILL NOW BE EXTENDED OVER TO THE I TRANSITION FRON 4. TO 2S SLAB. I 0--------------- @) ~,~.: ~~.COND FLOOR PLAN ELEVATOR SHEET NOTES A. ELEVATOR CAB, CONTROLS, MACHINERY h. AND ACCESSORIES ARE O.F.C.!. AS !.!D.-SEPARATE CONTRACT. B. ELEVATOR SHAFT, PIT AND FRAMING WILL BE INCLUDED IN SCOPE OF WORK C, ELEVATOR CAB FINISHED MATERIAL TO MEET FLAME SPREAD AND SMOKE DEVELOPED INDEX PER CBC CHAPTER 8 1 ,n ... ,..... GC _ 10/27 CD FP-FIRST FLOOR PLAN ELEVATOR ITTG STRUCTURAL I G! G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211LINDEN AVENUE SO. SAN FRANCISCO CA 94080 USA 650•871•0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD, CA 92011 SHEET TITLE AND NO. ENLARGED ELEVATOR PLANS A7.0-1 (E) SLAB (!=2.5" MIN) FLOATED TO MATCH 4" DEPTH OF ADJACENT (N) CONC OVER METAL DECK. (N) 4" TOTAL DEPTH CONC. OVER METAL DECK PER PLAN ----GLAZING, SEE WINDOW SCHEDULE -----~!r~~EFRONT WINDOW SYSTEM ~SEAlANTW/ ~BACKER ROD I WD.SHIM (E) FLOOR SLAB A ~ t )!([ • SEALANTW/ BACKER ROD ALUM. STOREFRONT WINDOW SYSTEM GLAZING, SEE WINDOW SCHEDULE ~----(R} CONCRETE BEAM AS REQUIRED TO ALLOW FOR (N) STOREFRONT ~ @ ~~~. :YVIN. HEAD ROOF SOFFIT SEALANT WI BACKER ROD ALUM. STOREFRONT WINDOW SYSTEM GLAZING, SEE WINDOW SCHEDULE '-----------SUSPENED CEILING SYSETM, SEE CEILING DETAILS LOCATION WHERE SHIM IS SHOWN CONFLICTS WITH THE (E) WF TOP FLANGE. WINDOW SYSTEM \ INSTALLATION iL_ '------{E) BEAM (6) ~~~::,.'(.VIN. @ SECOND FLOOR SLAB ~ (4) ~~~::,.'(.VIN. @ NEW SECOND FLOOR SLAB -----GLAZING, SEE WINDOW SCHEDULE ----ALUM. STOREFRONT WINDOW SYSTEM WD.SHIM SEALANT WI BACKER ROD (N) FLOOR SLAB INSULATED ALUM.SPANDREL METAL PANEL ALUM. STOREFRONT WINDOW SYSTEM GLAZING, SEE WINDOW SCHEDULE ............__ (N) BEAM S.S.O. INSULATED AlUM, SPANDREL METAL PANEL f---____ ALUM. STOREFRONT WINDOW SYSTEM GLAZING, SEE WINDOW SCHEDULE ---------------SUSPENDED CEILING SYSTEM, SEE CEILING DETAILS (2'1 ~~~:_'!VIN. @FIRST FLOOR CEILING ~ GLAZING, SEE WINDOW SCHEDULE ALUM. STOREFRONT WINDOW SYSTEM SEALENTW/ BACKER ROD H-' ~ FIRST FLOOR ,·· ~--~ ::J--t.z-----1~ (N) FLOOR SLAB (1) ~~~.:.WIN@ ELEVATOR GROUND LEVEL r:;.t \, c/ "··~ .. "'~ G R 0 U P ARCHITECTURE RESEARCH + PLANNING, INC 211 LINDEN AVENUE SO. SAN FRANCISCO CA94080USA 650'871'0709 GEORGINA COLE LIBRARY 1250 CARLSBAD VILLAGE DRIVE, CARLSBAD,CA 92011 SHEET TITLE AND NO. EXTERIOR DETAILS AB.0-3 PRAVA CONSTRUCTION SERVICES. INC~ CHANGE REQUEST AND OWNER APPROVAL Direction to proceed with work and approval of change order amount. ASI #19-Elevator Curtain Wall Support and Floor Seismic PROJECT NAME: Joint Revisions APPROVAL REQUESTED FROM: Please approve this Change Request by your signature below. This proposal is valid until: CRNUMBER: DATE: JOB NUMBER: Your prompt approval is important to the progress of the job. This work is not proceeding pending your approval. Item of work Description Georgina Cole Library-ASI #19 -Elevator Curtain Wall Support and Floor Seismic Joint Revisions 1 Standard Drywall -Framing and Bracing to Support Vertical Curtain Wall Mullions Added Framing-2 men -16 man hours each Metal Stud framing materials Overhead and Profit 2 Ardex Float at Mullion Sill Cement Finisher-12 man hours @ $72/mh Ardex materials and forming 3 Additional Insurance 59 01/06/16 3409 1/13/16 Cost $2,080.00 $200.00 $342.00 $864.00 $200.00 $52.29 ============== Subtotal= Mark-up-10% on First $5,000 Mark-up -5% on balance SCHEDULE IMPACT: Subtotal The Contract Completion Date shall be (Pick One): Gen. Conditions INCREASE! Days. Fixed Insurance DECREASED Days. Overhead & Fee Jl Bond Premium Not Affected at all by this change. This change may affect the Contract Completion Date but j§~~~IIS CHANGE REQUEST the total impact cannot be determined at this time. Additional Inform a as soon as it is available. This Change Request fixes the cost only. Other: AGREED AND ACCEPTED Upon signature by Owner, this document will serve as written authorization to proceed with the above work at the amounts shown. A contract change order shall be prepared to finalize this change. 0.00% 0.00% 0.00% l.UU'ro By Owner: By Owner's Representative: By Contractor: $3,738.29 $373.83 4,112 0 0 0 41 ~ Prava Construction Services, Inc. 344 N. Vinewood St Escondido, CA 92029 B: B: B: DATE: DATE: DATE: 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS DISTRIBUTION TO: PROJECT: Georgina Cole Library 1250 Carlsbad Village Drive Carlsbad, CA 92008 X City of Carlsbad I SchneiderCM X Prava Construction Services, Inc. ASINO.: 019 DATE OF ISSUANCE: 12/02/2015 Field Consultant Other OWNER: City of Carlsbad ARCHITECT: Group 4 Architecture, Research + Planning, Inc. 211 Linden Avenue OWNER'S PROJ. NO: 40201 South San Francisco, CA 94080 CONTRACTOR: Prava Construction Services, Inc 344 North Vinewood Street Escondido, California 92029 ARCHITEITS PROJ.NO: 14449-01 CONSTRUCTION MANAGERS PROJ.NO: FOR: Elevator Curtain Wall Support and Floor Seismic Joint The work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor change to the work as consistent with the Contract Documents and return a copy to the Architect. DESCRIPTION: This ASI includes revisions to the seismic joint floor covers, curtain wall mullion support, and floor slab at the second floor elevator corridor. The seismic joint covers have been adjusted to conform to the wall conditions at the seismic joint. Additional framing and attachment requirements are detailed for the vertical mullions of the curtain wall system in response to anchorage and bracing requirements. The revisions addressed in RFI 86 are also reflected in this ASI. DRAWINGS: A 7.0-1 ENLARGED ELEVATOR PLANS 1. REVISED types of floor seismic joint covers and the extent of each cover A8.0-2 EXTERIOR DETAILS 1. DetailS a. REVISED extents of drawing b. REVISED weld specifications and locations of box beams at roof deck c. REVISED dimension ofE-W box beam extension past the west-most box beam at the roof deck d. REVISED metal plate fastened to roof deck to be 12 GA e. ADDED framing and bracing to support vertical curtain wall mullions f. REVISED fastening requirement for framing at the west face of the seismic joint g. ADDED section 2/A8.0-3 A8.0-3 EXTERIOR DETAILS 1. ADDED detail 2 2. Detail4 a. REVISED framing and fastener requirements for nested box beam between curtain wall head and beam 3. DetailS a. REVISED slab condition per RFI 86 b. ADDED Ardex float at mullion sill in response to RFI 86 G:\14449-01 Carlsbad Library\X-Directives\_ASI\ASI 019 Elevator Slab and Seismic Joint\ASI-019 Cole-Elevator Curtain Wall and Seismic Joint.doc 14449-01 CARLSBAD COLE AND DOVE LIBRARY RENOVATION PROJECTS END ATTACHMENTS: ISSUED: ARCHITECT BY: Drawings 12/02/2015 ACCEPTED: Group 4 Architecture, Research + Planning, Inc. CONTRACTOR Colette Chew BY: DATE: G:\ 14449-01 Carlsbad Library\X-Directives\_ASI\ASI 019 Elevator Slab and Seismic Joint\ASI-019 Cole -Elevator Curtain Wall and Seismic Joint.doc CITYOFCARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR Library Renovation Projects CONTRACT NO. 4020/4030 BID NO. PWS15-87FAC Revised 3/6/15 Contract No. 4020/4030 Page 1 of 104 Pages TABLE OF CONTENTS Item Eaae Notice Inviting Bids 5 Contractor's Proposal 10 Bid Security Form 14 Bidder's Bond to Accompany Proposal 15 Guide for Completing the "Designation Of Subcontractors" Form 17 Designation of Subcontractor and Amount of Subcontractor's Bid Items 19 Bidder's Statement of Technical Ability and Experience 20 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 21 Bidder's Statement Re Debarment 22 Bidder's Disclosure of Discipline Record 23 Noncollusion Declaration to Be Executed by Bidder and Submitted with Bid 25 Contract Public Works 26 Labor and Materials Bond 32 Faithful Performance/Warranty Bond 34 Optional Escrow Agreement for Surety Deposits in Lieu of Retention 36 Revised 3/6/15 Contract No. 4020/4030 Page 2 of 104 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations and Symbols 1-1 Terms 40 1-2 Definitions 41 1- 3 Abbreviations 43 1 -4 Units of Measure 53 Section 2 Scope and Control of The Work 2- 1 Award and Execution of Contract 55 2-2 Assignment 55 2-3 Subcontracts 55 2-4 Contract Bonds 56 2-5 Plans and Specifications 57 2-6 Work to be Done 59 2-7 Subsurface Data 59 2-8 Right-of-Way 60 2-9 Surveying 60 2-10 Authority of Board and Municipal Projects Manager 60 2- 11 Inspection 61 Section 3 Changes in Work 3- 1 Changes Requested by the Contractor 62 3-2 Changes Initiated by the Agency 62 3-3 Extra Work 63 3-4 Changed Conditions 66 3- 5 Disputed Work 67 Section 4 Control of Materials 4- 1 Materials and Workmanship 70 4- 2 Materials Transportation, Handling and Storage 74 Section 5 Utilities 5- 1 Location 75 5-2 Protection 75 5-3 Removal 76 5-4 Relocation 76 5-5 Delays 77 5- 6 Cooperation 77 Section 6 Prosecution, Progress and Acceptance of the Work 6- 1 Construction Schedule and Commencement of Work 78 6-2 Prosecution of Work 82 6-3 Suspension of Work 82 6-4 Default by Contractor 82 6-5 Termination of Contract 83 6-6 Delays and Extensions of Time 83 6-7 Time of Completion 84 6-8 Completion, Acceptance, and Warranty 85 6-9 Liquidated Damages 85 6-10 Use of Improvement During Construction 86 Revised 3/6/15 Contract No. 4020/4030 Page 3 of 104 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 87 7-2 Labor 87 V, 7-3 Liability Insurance 87 7-4 Workers'Compensation Insurance 87 7-5 Permits 88 7-6 The Contractor's Representative 88 7-7 Cooperation and Collateral Work 88 7-8 Project Site Maintenance 89 7-9 Protection and Restoration of Existing Improvements 91 7-10 Public Convenience and Safety 91 7-11 Patent Fees or Royalties 97 7-12 Advertising 97 7-13 Laws to be Observed 97 7- 14 Antitrust Claims 97 Section 8 Facilities for Agency Personnel 8- 1 General 98 8-2 Field Office Facilities 98 8-3 Field Laboratories 99 8-4 Bathhouse Facilities 99 8-5 Removal of Facilities 99 8- 6 Basis of Payment 99 Section 9 Measurement and Payment 9- 1 Measurement of Quantities for Unit Price Work 100 9-2 Lump Sum Work 100 9-3 Payment 100 Revised 3/6/15 Contract No. 4020/4030 Page 4 of 104 Pages TECHNICAL SPECIFICATIONS V See Table of Contents located in the Technical Specifications. Exhibit A Cole Library Technical Specifications Exhibit B Cole Library Plans Exhibit C Dove Library Technical Specifications Exhibit D Dove Library Plans Revised 3/6/15 Contract No. 4020/4030 Page 5 of 104 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00 PM ON MAY 21, 2015, the City shall accept sealed bids, cleariy marked as such, at the Faraday Center, 1635 Faraday Avenue, Carisbad, 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: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 BID NO. PWS15-87FAC 1. The Carisbad City Library (Dove) is located at 1775 Dove Lane. It is a two-story, 64,000 square-foot facility that was designed by McGraw/Baldwin Architects and completed in 1999. The City desires to make certain improvements to this library, as defined in the Plans and Specifications, And 2. The Georgina Cole Library (Cole) is at 1250 Carisbad Village Drive. It is a 24,352 square-foot facility constructed in 1967. The facility was last improved in 2006 with a major HVAC upgrade. The City desires to make certain improvements to this library, as defined in the Plans and Specifications. 3. Only General Contractors that have submitted the Pre-Qualification and have earned the min- imum score can submit a bid for this project. The goal of the renovations of the Dove and Cole Library is to provide flexible use of space to meet current and future library service demands, provide better access to infonnation, improve community gathering spaces, upgrade wireless internet access and technology, promote collaborative learning, improve some back-of-house support areas, and address a number of maintenance needs. These improvements will support innovation and help the Library respond to the rapidly changing consumer marketplace. Please refer to the Supplemental Provisions Part 2 for the Project Specifications, Part 3 for the Cole library floor plans and Part 4 for the Dove library floor plans. The City of Carisbad is seeking proposals from general contractors that have submitted pre-qualifica- tion material and have scored the minimum score. This project will require Lean Construction tech- niques, including Pull Planning to successfully schedule the demolition and construction of each li- brary. Cole Library is scheduled to be available for construction on 09/30/2015 and work is planned to be completed on 1/26/2016. Dove Library is scheduled to be available for construction on 2/24/2016 and work is planned to be completed on 5/17/2016. INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carisbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or Revised 3/6/15 Contract No. 4020/4030 Page 6 of 104 Pages deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Con- tract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The City of Carisbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. The work shall be performed in strict conformity with the plans, provisions, and specifications as ap- proved by the City Council of the City of Carisbad on file with the Public Works Department and on the City's website (ebidboard.com). The City of Carisbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Municipal Projects Manager. BID DOCUMENTS The bid documents comprise the following documents which must be completed and properly exe- cuted including notarization, where indicated. 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractor and Amount of Subcontractor's Bid 5. Bidder's Statement of Technical Ability and Experience 6. Acknowledgement of Addendum(a) 7. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 8. Bidder's Statement Re Debarment 9. Bidder's Disclosure Of Discipline Record 10. Escrow Agreement for Security Deposits - (optional, must be completed at time of contract exe- cution if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are ap- proximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $5.600.000. TIME OF COMPLETION: The contractor shall complete the Work within the time set in the contract as defined in the General Provisions Section 6-7. Pull Planning techniques, as defined by the Last Planner® system, shall be utilized to accomplish the aggressive construction schedule. W Revised 3/6/15 Contract No. 4020/4030 Page 7 of 104 Pages SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a con- tractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: Classification I Description jl Classification I Description B I General Contractor || | The General Contractor and their subcontractors must be registered with the Department of Industrial Relations (DIR). The bid must include the DIR numbers for the General Contractor and all subcontractors. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained via the City's website (ebidboard.com) or at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $250.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, spec- ifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Civics Projects Manager (oatrick.mcoarrv@carlsbadca.gov) 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 doc- uments will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or con- tractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as detemnined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. Revised 3/6/15 Contract No. 4020/4030 Page 8 of 104 Pages 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 Subcon- tracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any con- tract for public work, unless currently registered and qualified to perform public work pursuant to Sec- tion 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The General Contractor and ALL subcontractors must include their Department of Industrial Relations registration number. PRE BID MEETING A mandatory pre-bid meeting and tour of the project site will be held at the Dove Library located at 1775 Dove Lane, Carisbad, CA 92011 and will continue to the Cole Library located at 1250 Carisbad Village Drive, Carisbad, CA 92008 on April 28, 2015 at 7:00 AM. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an en'or 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 connected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance earner admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess ofthe amount ofthe bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, ofthe unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarteriy statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 ofthe Insurance Code, within 10 calendar days ofthe insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: Revised 3/6/15 Contract No. 4020/4030 Page 9 of 104 Pages 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required underthis contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award ofthe contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carisbad Business License for the duration of the contract. Approved by the City Councii ofthe City of Carisbad, California, by Resolution No. 2015-090, adopted on the 7* day of April 7, 2015. April 20, 2015 Date Deputy City Clerk W Revised 3/6/15 Contract No. 4020/4030 Page 10 of 104 Pages CITY OF CARLSBAD UBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 CONTRACTOR'S PROPOSAL City Council ^^^-'^RD^D: City of Carisbad ^102^i<r- 1200 Carlsbad Village Drive ^^i^^M^ Carlsbad, California 92008 ? S^Gr; The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, General Provisions, Contract Documents, and ad- denda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and sen/ices required to do all the work to complete Contract No. 4020/4030 in accordance with the Plans, Specifications, General Provisions, Contract Documents, and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: SCHEDULE "A" GENERAL CONSTRUCTION SERVICES Item . .. Descnption Cost A. Cole library demolition )^ S" ^, B. Cole library construction - ^^S2. y^^, — r. / ^ C. Cole library deductive alternate to substitute 2'x4' ceiling tiles In lieu of 8'x2' - ^^jS~S~d ^ 9 D. Dove library demolition c^d^^S^^' E. Dove library construction . ^^^3*^ A". Dove library additive alternate to provide raceway and power (POE) for future $ F. security surveillance system (no cameras or recording equipment) - 40^0 OCt dO Dove library additive alternate to provide raceway and power (POE) for future G. door access controls (no card readers and head-end equipment). $ "^O^oiX ^ Cole library additive alternate to provide raceway and power (POE) for future H. security surveillance system (no cameras or recording equipment) $ iA<^|QOo.go Cole library additive alternate to provide raceway and power (POE) for future I. door access controls (no card readers and head-end equipment). $ ^D^^OO. OO J. Cole library additive alternate to provide Public Address (PA) system $ 5 Revised 3/6/15 Contract No. 4020/4030 Page 11 of 104 Pages Total amount of bid in words for Schedule "A" Items A-E: ^ Total amount of bid in numbers for Schedule "A" Items A-E:$ Total amount of bid in words for Schedule "A" Items F-J: Total amount of bid in numbers for Schedule "A" Items F-J: $ 13;Qyc>0C>> The basis of award will be the sum of Schedule "A" items A-E. The City may include some or all of the additive alternates in Items F-J in the final contract, if in the best interests of the City. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). i, 2, B^H" has/have been received and is/are included in this pro- posal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 878621 , classification A. B. c-8 which expires on 6/31/2016 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carisbad is personally inter- ested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no repre- sentation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Revised 3/6/15 Contract No. 4020/4030 Page 12 of 104 Pages 'heck A License - License Detail - Contractors State License Board Page 1 of ^ Contractor's License Detail for License # 878621 DISCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this Information, you should be aware ofthe following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If tliis entity is subject to public complaint disclosure, a linl< for complaint disclosure will appear below. Cliclcon 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 database. Business Infomiation PRAVA CONSTRUCTION SERVICES INC 2038 CORTE DEL NOGAL STE 100 CARLSBAD, CA 92011 Business Phone Number:(760) 929-9787 Entity Corporation Issue Date 06/01/2006 Expire Date 06/30/2016 License Status This license is current and active. All information below should be reviewed. Classifications B - GENERAL BUILDING CONTRACTOR C-8 - CONCRETE A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond [This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY, ^ond Number: 5136594 bond Amount: $12,500 lEffective Date: 04/09/2015 jContractor's Bond History Bond of Qualifying Individual ifheResponsible Managing Officer (RMO) TORREZ GLENN DANIEL certified that he/she owns 10 percent or more ofthe voting Btock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 04/27/2011 |BQ I's Bond History Workers' Compensation ittps://www2.cslb.ca.gov/oniineservices/checklicenseII/LicenseDetail.aspx?LicN... 7/9/201 f Z^heck A License - License Detail - Contractors State License Board Page 2 of ^ j>olicy Number: 1964161 j feffective Date: 11 /08/2012 Expire Date: 11/08/2015 | [Workers' Compensation History I ittps://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicN... 7/9/2011 Accompanying this proposal is Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before com- mencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. The Undersigned has registered with the Department of Industrial Relations (DIR) regarding their compliance will all prevailing wage laws. DIR Registration Number 1000004311 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 (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A PARTNERSHIP. SIGN HERE: (1) Name under which business is conducted. (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business City and State (Street and Number) (4) Zip Code Telephone No. (5) E-Mail Revised 3/6/15 Contract No. 4020/4030 Page 13 of 104 Pages IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted PRAVA Construction Services, inc. (2) (Signature) CEO/President (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place of Business 2038 Corte Del Nogal Suite 100 (Street and Number) City and State Carlsbad. CA (5) Zip Code 92011 Telephone No. 760-929-9787 (6) E-Mail gtorrez(5)pravacsi.conn NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES IVIUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: Glenn Torrez Denise Maiorano Torrez V Revised 3/6/15 Contract No. 4020/4030 Page 14 of 104 Pages Ss,.,, BID SECURITY FORM (Check to Accompany Bid) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless othenwise re- quired by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 3/6/15 Contract No. 4020/4030 Page 15 of 104 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 KNOW ALL PERSONS BY THESE PRESENTS: That we, PRAVA construction Services, Inc. ^ QQ Principal, and Philadelphia Indemnity Insurance Cornpany as Surety are held and finnly bound unto the City of Carlsbad, Califomia, in an amount as follows: (must be at least ten percent (10%) of the bid amount) ten percent (io%) of total amount bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 in the City of Carlsbad, Is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract Including required bonds and Insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Cartsbad, being duly notified of said award, then this obligation shali become null and void; othenvise, it shall be and remain In full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an Individual, it Is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of M(A»j , 2013 . ^^•^ Revised 3/6/15 Confract No. 4020/4030 Page 16 of 104 Pages PRINCIPAL: PRAVA Construction Services, Inc. (name of PrinclBal) By: (signhere) ^ , (print name here) (sign here) (print name here) Executed by SURETY this isth of May , 2011 day (Title and Organization of Signatory) By: (title and organization of signatory) SURETY: Philadelphia Indemnity Insurance Company (name of Surety) 251 S. Lake Ave., Suite 360, Pasadena, CA 91101 (address of Surety) 626-639-1321 (telephone^umber of Surety) By:_ (signaturel^ Attomey-in-Fact) Anne Wright, Attorney-in-Fact (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attomey.) (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 sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attomey By:. MA Assistant City Attomey Revised 3/6/15 Contract No. 4020/4030 Page 17 of 104 Pages ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego J On 5/27/15 before me, Kalina Houck (insert name and title ofthe officer) personally appeared Glenn Torrez - CEO/President of PRAVA Construction Services who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 1 KALINA HOUCK COMM. #1996304 Notary Pubtic • California g San Diego County -r My Comm. Expires Oct. 29,2016 [ (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On May 15, 2015 Date personally appeared } before me, Pam Davis , Notary Public, Insert Name of Notary exactly as it appears on the official seal Anne Wright Name(s) of Signer(s) PAM DAVIS Commission # 1991994 Notary Public - California San Diego Counfy My Comm. Expires Ocf 20. ?nifi I Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my h^M'antj officiaLseal. Signature Signature of Notary Public Pam DaviS OPTIONAL Though the information below is not required by law, it nnay prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer—Title(s): • Partner •Limited • General [?I Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer—Title(s): • Partner • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here 578 PHILADELPHIA INDEMNITY INSURANCE COMPANY 23! St. Asaph's Rd., Suite 100 BalaCynwyd.PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: CYNDI BEILMAN, ANNE WRIGHT AND DANA MICHAELIS OF SURETY ASSOCIATES OF SOUTHERN CALIFORNIA INSURANCE SERVICES Its true and lawful Attomey(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000.000.00 This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the foUowing Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1" day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7™ DAY OF FEBRUARY 2013. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 7* day of February 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. r^l^y^ALTHOFPEWIttYLVmiA NOTARIAL SEAI DAWEUE PORATH, Notey PiOllc tWStUtWIWiaiTOiayriMiis residing at: Bala Cvnwyd, PA (Notary Seal) My commission expires: March 22, 2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 15 till day of M!ay ^ 20 15 . ^ i> Craig P. Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY Company Profile Page 1 of2 CALIFORNIA DEPARTMEMT OF INSURAMCE Connpany Profile Company Search) frilSr?na¥ion Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information PHILADELPHIA INDEMNITY INSURANCE COMPANY ONE BALA PLAZA SUITE 100 BALA CYNWYD, PA 19004 Old Company Names Date Agent For Service Effective NANCY FLORES C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, SUITE 930 LOS ANGELES CA 90017 Reference Information NAIC #: 18058 California Company ID #: 3576-6 Date Authorized in California: 01/27/1993 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: PENNSYLVANIA bacl< to top NAIC Group List NAIC Group #: Lines Of Business 3098 Tokio Marine Holdings Inc GRP 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. AUTOMOBILE BOILER AND MACHINERY BURGLARY FIRE https://interactive.web.insurance.ca.gov/companyprofile/compan... 5/28/2015 Company Profile Page 2 of 2 LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY bacl< to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gov/companyproflle/compan... 5/28/2015 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of tlie following "Subcontractor Disclosure Form" Bidders are urged to review tfie definitions in section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contracf", "Contractor", "Contract Price", "Contract Unit Price", "Engineer'', "Own Or- ganization", "Subcontractor", and "Work". Bidders are further urged to review sections 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS This fomri 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 Bid- der'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 percent- age of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render sen/ice in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information mav result in reiection 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 Carisbad business license, the number must be entered on the proper forni. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The ex- planation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the various supplemental provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perfonn work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Revised 3/6/15 Contract No. 4020/4030 Page 18 of 104 Pages 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 forni pages shall be entered in the location provided on each type of fonn so duplicated. Revised 3/6/15 Contract No. 4020/4030 Page 19 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business DIR Regis- tration Num- ber Subcontractor's License No. and Classification Amountof Woric by Subcontrac- tor in Dollars* Demolition M2 Demolition 1000004483 959572 1914 Teton Rass Ct C21, A El Cajon, CA 92019 .-^ (——— Site Concrejg,.--^ Mineaar ContractincK^ 925 Pointssttta';^, Ste 10 V>t«r€A 92081 Minegar Contracting 959SW 9U9^3L> Concrete 925 Pointsettia Ave, Ste 10 Vista, CA 92081 GT Structural Steel CSV <;f^/CA McWorkman Millworks 1000001176 865778 Finish Carpentry 9222 Chesapeake Dr, Ste B C6, D12 San Diego, CA 92123 —^—f—I Phenolic Rain ^-^^ Challfingfir .Shfifitnpfiial-100000193?^ dCTQO ^^^^ Screen^gan^s 9353 AbrajMHrrWay (5 Page of a. pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) Califomia Public Contract Code, receipt of tfie infomiation preceded by an asterisk may be submitted by tfie Bidder up to 24 hours after tfie deadline for submitting bids contained in tfie "Notice Inviting Bids." Revised 3/6/15 Contract No. 4020/4030 Page 20 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name md Location of Business DIR Regis- tration Num- ber Suticontractor's License No. and Classification Amount of Woric by Subcontrac- tor in Doilare* stieet Metal Cfiallenger Sheet metaj^.^^ 1000001937^ 525782 9353 AbrahamjA/ay' 1 -"""^ SanteerCA 92071 Doors, Frames CFO Door HDW & Supply 1000003250 859157 Hardware 1274 N Grove St C28,D16,D24,D28 Anaheim, CA 92806 Glass/Glazinq Sunset Glazing 1000002501 958868 Aluminum Doors 8834 La Mesa Blvd C17 La Mesa, CA 91942 Drywall/ Standard Drywall 1000000269 444324 Metal Studs 9902 Channel Rd B,C9,C35,C2 Lakeside, Ca 92040 •Ceiling City Inc ^—^ 1000010332^ " 932596 ^ / Acoustical^^eilin^^—-740 MetcgJf.8r:Ste 1 ^^.^ C2 Pp-B^x 300367, ESC, 52030 Fioorinq ProSpectra 1000002810 740392 8320 Camino Santa Fe C15,C54,C12 SanDiegcCA 92121 I' Page . pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) Califomia Public Contract Code, receipt of the information preceded by an asterisk may be submitted by tfie Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids.* Revised 3/6/15 Contract No. 4020/4030 Page 20 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 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 perfonn any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business DIR Regis- tration Num- tier SutMMMitractor's License No. and Classification Amountof Woric by Subcontrac- tor in Dollare* Sprung Wood Floors Geary Floors, Inc 1000008149 592705 1489 N Cuyamaca C15 El Cajon, Ca 92020 Paintinq '<ir^. /A-• f 1 / — rfif Visual Display Global Specialties 1000005991 418396 Surfaces 10118 .qantfi Ffi .qprings RH D29, d34 Santa Fe Springs, Ca 90670 Fire Sprinkler Titan Fire Protection 989280 2880 Scott St C16 Vista. CA 92081 Plumbing JTS Plumbing 1000001484 919274 29057 Walker Point Lane C36 Menitee, Ca 92585 Vi^—f 11 /Oc». 0 o 1 — Page pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the infonnation preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 3/6/15 Contract No. 4020/4030 Page 20 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 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 perfonn any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work Subcontractor Name and Location of Business DIR Regis- tration Num- ber Subcontractor's Ucense No. and Classification Amountof Woric by Suiacontrao- tor in Dollare* ^«b too 1 —• J ^ r^— — 1—•:—' ft-t .^•^'""""''^^ 1 01 Page H of ^ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) Califomia Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 3/6/15 Contract No. 4020/4030 Page 20 of 104 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0 5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion Of Work Subcontractor Name and Location of Business DIR Regis- tration Num- ' ber Subcontractor's License No. and Classification Amount of Work by Subcontrac- tor In Doiiars* ——Pit— Page_^! of 5^ pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the infonnation preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 3/6/15 Contract No. 4020/4030 Page 20 of 104 Pages BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 The Bidder is required to state what work of a similar character to that included in the proposed Con- tract he/she has successfully performed and give references, with telephone numbers, which will en- able the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Con- tract Com- pleted Name and Address of the Employer Name and Phone No. of Person to Con- tract Type of Work Amount of Con- tract 8-2-13 SDIA - Robert Siivas Turner/PCL - Tiffany Whipp s Tenant Improvement 3,620,755 3225 N. Harbor Drive 619-961-2296 San Diego CA 92101 2-14-14 SDGE-Zack Randal SDGE-Zack Randal Tenant Improvement 1,997,543 8326 Century Park Ct. 858-503-5431 San Diego CA 92123 3-13-15 Mira Costa - Tom Macias Kitchell - Geoff Bachanas Tenant Improvement 612,767 1 Barnard Dr. 949-233-9643 Oceanside CA 92056 Revised 3/6/15 Contract No. 4020/4030 Page 21 of 104 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 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: H Comprehensive General Liability HI Automobile Liability E Workers Compensation |x] Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the perfonnance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Revised 3/6/15 Contract No. 4020/4030 Page 22 of 104 Pages z o m m § May 21, 2015 n m % City of Carlsbad Office ^ 1635 Faraday Avenue ^ Carlsbad, CA 92008 tn Attention: Kevin Davis o z •< n m Cfi c -\ m m *t 0 O CO o c;r CJl RE: Library Renovation Project - Contract No. 4020/4030 Dear Kevin: Please be advised ttiat the carriers can and upon payment of the fees and/or g premiunns by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employers' Liability in >! conformance with the requirements herein and Certificates of Insurance to the Agency showing conformance with the requirements herein. Sincerely, o z n > CD O M h M CD § Lisa L. Costner 2 Solution Specialist 2 Benchmark Commercial Insurance Services o CD 00 C» •^ CX) o ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California _ _. County of San Diego .) On 5/21/2015 before me, ^'"''^^ Woodhouse notary public (insert name and title of the officer) Lisa Costner personally appeared who proved to me on the basis of satisfactory evidence to be the person(s^whose namef^^ap6 subscribed to the within instrument and acknowledged to me that bl^d^e/tljif^y executed the same in Mis/|^i)/th«jfr authorized capacity(i<2!i), and that by ImH^Vn^r signature(^on the instrument the person^, or the entity upon behalf of which the person^ acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature |fv> Ld&ts}<yfyM\.*.^t^ (Seal) ERIKA M. WOODHOUSE 1 COMM. #2039799 z Notary Public • California S San Oiego County My Comm. Btpires Aug. 30,2017 [ PRAVA-1 OP ID: LC CERTIFICATE OF UABILITY INSURANCE DATE<MMmi>nrYYY) 07/02/2015 THIS CERTIFICATE IS ISSUED AS A IWATTER OF INFORIWATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATiVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTlFtCATE HOLDER. IMPORTANT: If tha certlflcate fiolder Is an ADDITIONAL INSURED, ttie pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subiect to ttie terms and conditions of the poiicy, certain policies may require an endorsement A statement on tliis certificate does not confer rigtits to ttie certificate holder in lieu of sucti endorsement's). PRODUCER Benchmark Commercial Ins Srvc Rob Cohen 2530 Gateway Road Carlsbad, CA 92009 Robert A. Cohen NAMef^ Robert A. Cohen PRODUCER Benchmark Commercial Ins Srvc Rob Cohen 2530 Gateway Road Carlsbad, CA 92009 Robert A. Cohen S!c1L E,n.760-632-4840 fwc. NO: 760-632^841 PRODUCER Benchmark Commercial Ins Srvc Rob Cohen 2530 Gateway Road Carlsbad, CA 92009 Robert A. Cohen ADDRESS: PRODUCER Benchmark Commercial Ins Srvc Rob Cohen 2530 Gateway Road Carlsbad, CA 92009 Robert A. Cohen INSURERtS) AFFORDING COVERAQE NAICH PRODUCER Benchmark Commercial Ins Srvc Rob Cohen 2530 Gateway Road Carlsbad, CA 92009 Robert A. Cohen INSURER A :l\/lt Hawley Insurance Co. 37974 INSURED PRAVA Construction Services, 1 2038 Corte Del Nogal Carlsbad, CA 92011 INSURER BiSentinel Insurance Company 11000 INSURED PRAVA Construction Services, 1 2038 Corte Del Nogal Carlsbad, CA 92011 INSURERc:State Compensation Ins. Fund 35076 INSURED PRAVA Construction Services, 1 2038 Corte Del Nogal Carlsbad, CA 92011 INSURER D: INSURED PRAVA Construction Services, 1 2038 Corte Del Nogal Carlsbad, CA 92011 INSURER E: INSURED PRAVA Construction Services, 1 2038 Corte Del Nogal Carlsbad, CA 92011 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO T>IE INSURED NAMED ABOVE FOR THE POUCY 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 POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE fiMfllt--Jl|:l: Iti'MiJlYlVJ POUCY NUMBER POLICYEFF IMM/OWYYYY) POUCV EAP IMH/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABIUTY X MGL0182915 07/05/2015 07/05/2016 EACH OCCURRENCE i 1,000,00C A CLAIMS-MADE X OCCUR X MGL0182915 07/05/2015 07/05/2016 bAMAeSTOREKITeD PREMISES (Ea oocuirence) $ 60,000 A X No Deductible X MGL0182915 07/05/2015 07/05/2016 MED EXP (Any one person) $ 6,000 A X MGL0182915 07/05/2015 07/05/2016 PERSONAL S ADV INJURY s 1,000,000 A GEN'L AGGREGATE Ll MIT APPLIES PER X MGL0182915 07/05/2015 07/05/2016 GENERAL AGGREGATE $ 2,000,000 A POLICY X MIT APPLIES PER X MGL0182915 07/05/2015 07/05/2016 PRODUCTS - COMP/OP AGG t 2,000,000 A OTHER; MIT APPLIES PER X MGL0182915 07/05/2015 07/05/2016 $ AUTOMOBILE UABIUTY 57UECVF9236 07/05/2014 07/05/2016 COMBINED SINGLE LIMIT (Ea acddent) $ 1,000,000 d X WJYAUTO HEDULED ITOS )N-OVVNED rros 57UECVF9236 07/05/2014 07/05/2016 BODILY INJURY (Per person) $ d ALL OWNED AUTOS HIRED AUTOS sc AL HEDULED ITOS )N-OVVNED rros 57UECVF9236 07/05/2014 07/05/2016 BODILY INJURY (Psr accident) s d ALL OWNED AUTOS HIRED AUTOS NC AL HEDULED ITOS )N-OVVNED rros 57UECVF9236 07/05/2014 07/05/2016 PROPERTY DAMAGE (PeraraMant) » d ALL OWNED AUTOS HIRED AUTOS HEDULED ITOS )N-OVVNED rros 57UECVF9236 07/05/2014 07/05/2016 S A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE BE020703524 07/05/2015 07/05/2016 EACH OCCURRENCE $ 9,000,000 A UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE BE020703524 07/05/2015 07/05/2016 AGGREGATE $ 9.000,000 A OED RETENTION* BE020703524 07/05/2015 07/05/2016 $ C WORKERS COMPENSATION AND EMPLOYERS- LIABILITY y / N ANY PROPRIETOR/PARTNERtXECUTlVE 1 1 OFFICEFUMEMBER eXCLUDEO? (Mandatory InNH) if yes, describe under DESCRIPTION OF OPERATIONS below NfA 1964161-14 11/08/2014 11/08/2016 V PER OTH-A STATUTE ER C WORKERS COMPENSATION AND EMPLOYERS- LIABILITY y / N ANY PROPRIETOR/PARTNERtXECUTlVE 1 1 OFFICEFUMEMBER eXCLUDEO? (Mandatory InNH) if yes, describe under DESCRIPTION OF OPERATIONS below NfA 1964161-14 11/08/2014 11/08/2016 E.L EACH ACCIDENT $ 1,000,000 C WORKERS COMPENSATION AND EMPLOYERS- LIABILITY y / N ANY PROPRIETOR/PARTNERtXECUTlVE 1 1 OFFICEFUMEMBER eXCLUDEO? (Mandatory InNH) if yes, describe under DESCRIPTION OF OPERATIONS below NfA 1964161-14 11/08/2014 11/08/2016 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 C WORKERS COMPENSATION AND EMPLOYERS- LIABILITY y / N ANY PROPRIETOR/PARTNERtXECUTlVE 1 1 OFFICEFUMEMBER eXCLUDEO? (Mandatory InNH) if yes, describe under DESCRIPTION OF OPERATIONS below NfA 1964161-14 11/08/2014 11/08/2016 E.L. DISEASE - POLICY LWIT $ 1,000,000 D Enofs & Omissions HCC1564129 07/14/2015 07/14/2016 Limit 1,000,000 Ded. 10,000 DESCRIFTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, AddHlonal Remarks Schedule, may bs attached if more space Is requlrsd) '30 days notice of cancellation will be given, except in the event of non- payment of premium, 10 days DNOC wili be sent The City of carlsbad, its officials, employees and volunteers are named as additional Insured as their interest may appear as required by written contract. Project No. 4020 & 4030 - City of Carlsbad Library Renovations. CERTIFICATE HOLDER CANCELLATION City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 26 (2014/01) © 1988-2014 ACORD CORPORATION. All rights resenwd. The ACORD name and logo are registered marics of ACORD COMMERCIAL AUTOMOBILE HA 9916 03 12 POLICY NUMBER: 57UECVF9236 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions ofthe Coverage Fonn, the provisions of this endorsement apply. 1. BROAD FORM INSURED A. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more ttian 50% on the effective date of tiie Coverage Fomn. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of ite Umit of Insurance. (2) Any organization that is acquired or fornied by you and over which you maintain majority ownership. However, the Named Insured does not include any newly fonned or acquired organization: (a) That is a partnership or Joint venture, (b) That is an "insured" under any other poiicy, (c) That has exhausted Its Limit of Insurance under any other policy, or (d) 180 days or more aftar its acquisition or fonnation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired flie organizaUon. B. Empioyees as Insureds Paragraph A.1. - VWO IS AN INSURED - of SECTION II - LI/!^ILITY COVERAGE is amended to add: d. Any "employee" of yours while using a covered "auto" you dont own, hire or borrow in your business or your personal affairs. C. Lessors as Insureds Paragraph A.1. - WHO IS AN INSURED - of Secfion 11 - Liability Coverage is amended to add: e. The lessor of a covered "auto" while the "auto" Is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. D. Additional Insured if Required by Contract (1) Paragraph A.1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add: f. When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organizafion is an "insured", but only to the extent such person or organization is liable for "bodily Injury" or "property damage" caused by the conduct of an "Insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto," Form HA 99 16 03 12 © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 1 of 5 The insurance afforded to any such additional insured applies only If the "bodily injury" or "properfy damage" occurs: (1) During the policy period, and (2) Subsequent to flie execution of such written contract, and (3) Prior to tiie expiration of the period of time fliat the written contract requires such insurance be pro\rfded to the addiflonal insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: (a) The limits of insurance specified in tiie written confl-act or written agreement; or (b) The Limits of Insurance shown in tiie Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in ttiis Section. (3) Addifiixial Insureds Other Insurance if we cover a claim or "suit" under tills Coverage Part tiiat may also be covered by otiier Insurance available to an additional Insured, sudi additional insured must submit such claim or "suit" to the otiier insurer fbr defense and indemnity. However, tills provision does not apply to the extent tiiat you have agreed in a written confract or written agreement tiiat this insurance is primary and non- contributory with the additional insured's own insurance. (4) Dufies in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shali be required to comply with flie provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS - OF SECTION IV - BUSINESS AUTO CONDITIONS, In the same manner as the Named Insured. 2. E. Primary and Non-Contributory if Required by Contract Only with respect to insurance provided to an additional Insured in l.D. - Additional Insured If Required by Conttact, flie following provisions apply: (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement ttiat this insurance be primary. If otiier insurance is also primary, we will share witii ail that other insurance by the mettiod described in Other Insurance 5.d. (4) Primary And Non-Conttibutory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance to which tiie additional insured has been added as an additional insured. When this Insurance Is excess, we will have no duty to defend tiie insured against any "suit" if any otiier Insurer has a duty to defend fhe insured against that "suit". If no other Insurer defends, we will undertai<e to do so, but we will be entitied to tiie insured's rights against all those other insurers. When this insurance is excess over other insurance, we wiil pay only our share of the amount of tiie loss, if any, tiiat exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in Other Insurance 5.d. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The OTHER INSURANCE Condition is amended by adding the following: Form HA 99 16 0312 © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with Its pemnisslon.) Page 2 of 5 If an "employee's" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this Insurance will be primary to ttie "employee's" personal insurance. 3. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensatton Insurance In-force covering all of your "employees". Coverage Is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own, then tiie Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit. The most we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The actual cash value of flie damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for tiiat coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage Is excess over any other collectible Insurance. Subject to tiie above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of tiie hired "auto" If it results from an "accident", you are legally liable and the lessor incurs an actual finandal loss, subject to a rnaximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", parttiers (if you are a partnership), members (if you are a limited liability company), or members of their households. 5. PHYSICAL DAIVIAGE • ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE Is amended to provide a limit of $50 per day and a maximum limit of $1,000. 6. LOAN/LEASE GAP COVERAGE Under SECTION lil - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between tiie actual cash value of the "auto" at the time of the "loss" and the "outstanding balance" ofthe loan/lease. "Outstanding balance" means the amount you owe on tiie loan/lease at ttie time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additionai mileage charges; excess wear and tear charges; lease tennination fees; security deposits not returned by ttie lessor; costs for extended warranties, credit life Insurance, health, accident or disability Insurance purchased with the loan or lease; and cany-over balances from previous loans or leases. 7. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, ttie following Is added: The exclusion relating to mechanical breakdown does not apply to tiie acddental discharge of an airbag. 8. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.C. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system tiiat, at the time of "loss". Is: (1) Permanentiy installed In or upon the covered "auto"; (2) Removable from a housing unit which is permanentiy installed In or upon the covered "auto"; (3) An integral part of tine same unit housing any electronic equipment described In Paragraphs (1) and (2) above; or Form HA 9916 0312 ©2011, The Hartford (Indudes copyrighted material of ISO Properties, Inc., with its permission.) Page 3 of 5 (4) Necessary for the normal operation ofthe covered "auto" or tiie monitoring of the covered "auto's" operating system, b. Section III - Version CA 00 01 03 10 of tiie Business Auto Coverage Form, Physical Damage Coverage, Limit of Insurance, Paragraph C.2 and Version CA 00 01 10 01 of ttie Business Auto Coverage Form, Physical Damage Coverage, Limit of insurance, Paragraph C are each amended to add the foilowing: $1,500 is the most we will pay for "loss" in any one "acckient" to all eledronic equipment (other ttian equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or ttansmits audio, visual or data signals which, at the fime of "loss", is: (1) Permanentiy installed in or upon tiie covered "auto" in a housing, opening or other location tiiat is not normally used by the "auto" manufactijrer for tiie installation of such equipment; (2) Removable from a permanentiy installed housing unit as described in Paragraph 2.a. above or is an Integral part of that equipment; or (3) An integral part of such equipment c. For each covered "auto", shoukl loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by tiie applicable deductible shown in the Declarations, or $250, whichever deductible Is less. 9. EXTRA EXPENSE - BROADENED COVERAGE Under Paragraph A. - CON^RAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 10. GLASS REPAIR-WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, tiie following Is added: No deductible applies to glass damage if fhe glass Is repaired rather than replaced. 11. TWO OR MORE DEDUCTIBLES Under Paragraph D. - DEDUCTIBLE - of SECTIOM III - PHYSICAL DAMAGE COVERAGE, ttie following Is added: If another Hartford Finandal Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", tiie following applies: (1) If the deductible under tiiis Business Auto Coverage Form Is tiie smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not tiie smaller (or smallest) deducfa'ble. It will be reduced by the amount of the smaller (or smallest) deductible. 12. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT.CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accidenf is known fo: (1) You, if you are an individual; (2) A partner, if you are a partiiership; (3) A member. If you are a limited liability company; or (4) An execufive officer or Insurance manager, if you are a crarporatlon. 13. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS if you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will nof deny coverage under this Coverage Form because of sudi failure. 14. HIRED AUTO - COVERAGE TERRITORY Paragraph e. of GENERAL CONDITIONS 7. - POLICY PERIOD, COVERAGE TERRITORY - of SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: e. For short-term hired "autos", the coverage territory with resped to Liability Coverage is anywhere in the worid provided that if the "insured's" responsibility to pay damages for "bodily Injury" or "property damage" Is determined in a "suit," ttie "suit" is brought In ttie United States of America, fhe territories and possessions of the United States of America, Puerto Rico or Canada or In a settiement we agree to. 15. WAIVER OF SUBROGATION TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding tiie following: Form HA 9916 0312 © 2011, The Hartford (Includes copyrighted material of ISO Properties, Inc., with its permission.) Page 4 of 5 We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages underthis Coverage Form. 16. RESULTANT MENTAL ANGUISH COVERAGE The detinition of "bodily injury" in SECTION V- DEFINITIONS Is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or deatti resulting from any of ttiese. 17. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POUCY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason otiier tiian nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effedive date of cancellation. 18. HYBRID, ELECTRIC, OR NATURAL VEHICLE PAYMENT COVERAGE GAS In the event of a total loss to a "non-hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a. lf the auto Is replaced With a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non-hybrid" auto's actual cash value or replacement cost, whichever is less, b. The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of "loss," c. Regardless of ttie number of autos deemed a total loss, the most we will pay under tiiis Hybrid, Electric, or NatiJral Gas Vehicle Payment Coverage provision for any one "loss" Is $10,000. Forthe purposes ofthe coverage provision, a. A "non-hybrid" auto is deflned as an auto that uses only an internal combustion engine to move the auto but does not indude autos powered solely by electricity or natural gas. b. A "hybrid" auto is defined as an auto with an Internal combustion engine and one or more electtic motors; and thaf uses fhe Internal combustion engine and one or more electric motors to move fhe auto, or the intemal combustion engine to charge one or more electric motors, which move tiie auto, 19. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Fonn, then such Physical Damage Coverages are amended to add the following: In addition to the actual cash value ofthe "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on flie covered "auto" at the fime of total ioss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. Form HA 9916 0312 © 2011, The Hartford (Includes copyrighted material of ISO Properties, inc., with its permission.) Page 5 of 5 POLICY NUMBER: MGL0i82915 COMIUERCIAL GENERAL LIABIUTY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organlzation(s) Location(s) Of Covered Operations All persons or arganizations whet?e required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additionat insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the peri'omiance of your ongoing operations for the additionai insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With resped to ttie insurance afforded to these additional insureds, the following addittonal exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. Ail work, including materials, parts or equipment furnished in connection witii such v/ork, on the project (other than sen/ice, maintenance or repairs) to be performed fay or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its inlended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 With respect to the Insurance afforded to these 2, Available under the applicable Limits of additionai insureds, the following is added to Insurance shown In the Declarations; Section lil - Limits Of Insurance: whichever is less. If coverage provided to the additional insured is T^is endorsement shall not increase the required by a contract or agreement applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations amount of insurance: 1. Required fay the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: MGL0182915 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the foilowing: COMMERCIAL GENERAL LIABIUTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s} Or Organ lzatlon(s) Location And Description Of Completed Operations All persons or organizations wheee required by written contract Infomiation required to complete this Schedule, If not shown above, will be shown in the Declarations. , Section li - Who Is An Insured is amended to include as an additional Insured the person(s) or organization(s) shown In flie Schedule, but only with respect to liability for- "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement peri'ormed for that additional insured and Included In the "produds-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded fo such additional insured will not be broader than that which you are required by the conttact or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additionai Insureds, the foliowing is added to Section III - Limits Of Insurance: If coverage provided to the additional insured Is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1, Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Deciarations; whichever Is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number: MGL0182915 Mt Hawley insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT{S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABIUTY COVERAGE PART SCHEDULE Designated Construction Project(s): All projects as required by written contract. General Aggregate Capped At: $ Not Applicable Information required to complete this Schedule, if not shown above, wiil be shown in the Declarations. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construc- tion project shown in the Schedule above: 1. A separate Designated Consti-uction Project Gen- eral Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Deciarations. 2. The Designated Construction Project General Aggregate Limit is tiie most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed op- erations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." B. 3. Any payments made under Coverage A for dam- ages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated con- struction project. Such payments shall not reduce Uie General Aggregate Limit shown in the Declarations nor shall Biey reduce any other Designated Constiuction Project General Aggre- gate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown In ttie Deciarations for Each Oc- cun'ence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. For all sums which the insured becomes legally obli- gated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to on- going operations at a single designated construdion project shown in the Schedule above: CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Insured Page 1 of 2 POLICY NUMBER: MSL0182915 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the foliowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance Insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of Califomia? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period{s) of debar- ment(s)? Attach additionai copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: PRAVA Construction Services, Inc. (name of Contractor) By: (sign here) Glenn Torrez - CEO/President (print name/title) Page l of i pages of this Re Debarment fomri Revised 3/6/15 Contract No. 4020/4030 Page 23 of 104 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) UBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revolted by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their con- tractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X 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 _i of i pages of this Disclosure of Discipline form Revised 3/6/15 Contract No. 4020/4030 Page 24 of 104 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 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: PRAVA Construction Services, Inc. (name of Contractor) By: (sign here) Glenn Torrez - CEO/President (print name/title) Page l of i pages of this Disclosure of Discipline fomn Revised 3/6/15 Contract No. 4020/4030 Page 25 of 104 Pages NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 UBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 The undersigned declares: I am the CEO/President of PRAVA Construction the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged infor- mation or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 28th day of May , 20 15 at Carlsbad [city], CA [state]. Signature of Bidder Revised 3/6/15 Contract No. 4020/4030 Page 26 of 104 Pages Addendums Removed from Contract Document See Separate Addendum Documents in the DMS Citv of Carlsbad Public Works - Contract Administration May 1,2015 ADDENDUM NO. 1 RE: LIBRARY RENOVATION PROJECT, BID NO. PWS15-87FAC Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. This page—receipt acknowledged—must be included in your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Signature 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (760) 602-4677 • FAX (760) 602-8562 ^ CARLSBAD Contract Administration www.carlsbadca.gov May 1,2015 ADDENDUM NO. 2 RE: LIBRARY RENOVATION PROJECT, BID NO. PWS15-87FAC Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. **********linr»rkrtan* M/xfae******^ Important Notes* THE BID SUBMITTAL DEADLINE HAS BEEN CHANGED TO THURSDAY MAY 28. 2015. DUE TIME REMAINS "BEFORE 2:00 PM". The documents in this addendum are available in electronic form only. They can be obtained through the City of Carlsbad web site at www.carlsbadca.gov. This page—receipt acknowledged—must be included in your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature 1635 Faraday Avenue, Carlsbad. CA 92008-7314 T 760-602-4677 F 760-602-8562 ® CITY OF CARLSBAD Contract Administration www.carlsbadca.gov May 21, 2015 ADDENDUM NO. 3 RE: LIBRARY RENOVATION PROJECT, BID NO. PWS15-87FAC Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. ****lmportant Notes********** THE BID SUBMITTAL DEADLINE REMAINS ON THURSDAY MAY 28. 2015. DUE TIME REMAINS "BEFORE 2:00 PM". The documents in this addendum are avaiiabie in electronic form only. They can be obtained through the City of Carlsbad web site at www.carlsbadca.gov. This page—receipt acknowledged—must be included in your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 Bidder's Signature 1635 Faraday Avenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 ® <£>^ CITY OF V CARLSBAD Contract Administration www.carlsbadca.gov May 21. 2015 ADDENDUM NO. 4 RE: LIBRARY RENOVATION PROJECT, BID NO. PWS15-87FAC Please include this addendum in the Notice to Bidders/Request for Bids you have for the above project. ********** Important Notes THE BID SUBMITTAL DEADLINE REMAINS ON THURSDAY MAY 28. 2015. DUE TIME REMAINS "BEFORE 2:00 PM". The documents in this addendum are available in electronic form only. They can be obtained through the City of Carlsbad web site at www.carlsbadca.gov. This page—receipt acknowledged—must be included in your bid when your bid is submitted. Sr. Contract Administrator I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 4 Bidder's Signature 1635 FaradayAvenue, Carlsbad, CA 92008-7314 T 760-602-4677 F 760-602-8562 ® CONTRACT PUBLIC WORKS .dayof. ation, 2015, by This agreement is made this and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Prava Construction Services, Inc., a California corporation whose principal place of business is 2038 Corte Del Nogal, Suite 100, Carlsbad CA 92011 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materiais, tools, equip- ment, 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, Noncollusion Declaration, Designation of Subcontractors, Tech- nical Ability and Experience, Bidder's Statement Re Debarment, Escrow Agreement, Release Form, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications and General Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds forthe project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indi- cated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure ofthe Contractor to apprise subcontractors and materials suppliers of this condition ofthe Contract will not relieve responsibility of compiiance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203. Revised 3/6/15 Contract No. 4020/4030 Page 27 of 104 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 infor- mation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time re- quired for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to Cali- fornia Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 3/6/15 Contract No. 4020/4030 Page 28 of 104 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connec- tion with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay ali costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award ofthe contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Con- tractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employ- ees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as re- spects: liability arising out of activities performed by or on behalf of the Contractor; products and com- pleted operations ofthe contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, ^2 employees or volunteers. All additional insured endorsements must be evidenced using separate doc- uments attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. /\ ^¥ Revised 3/6/15 Contract No. 4020/4030 Page 29 of 104 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, em- ployees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits ofthe insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured reten- tion levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of in- surance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in ac- cordance 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 in- cluded in Section 3 of the General Provisions. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Gov- ernment Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. M Revised 3/6/15 Contract No. 4020/4030 Page 30 of 104 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard ofthe truth or falsity ofthe information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by an- other jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation estab- lished by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. ^^^^ Revised 3/6/15 Contract No. 4020/4030 Page 31 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or otiier officer completing tiiis certificate verifies only the identity of ttie individuai who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Sdr^ ) On Jc^l/ ^Oj before me, A^-Kcc Q T>^L/i/\o R<>v^-rs^ i^o-hi^y A^lallc Date Here Insert Name and Title of the Officer personally appeared j-WIt "~ Namej^of Signer^ who proved to me on tlie basis of satisfactory evidence to be tine personj;^ whose namej^ is>fe>re- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hor/thoir authorized capacityjpe^, and that by his/her/thoir signaturq(^on the instrument the personj;^ or the entity upon behalf of which the personjE^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. LETICIA TREVINO REYES ( COMM. #1994847 i Notary Public > Califomia S San Diego County -r f*^ Comm. Expires 00^21^ aP16| WITNESS my hand and official seal. Signature ^/"^ir^^ . -j^iJW> PJ Signature of Notary Pablic Place Notary Seal Above OPTIONAL Ihough this section is optional, completing this information can deter alteration of the docy fraudulent reattachment of this form to an unintended document or Description of AifachodDocument Title or Type of Document: Number of Pages: Signef Capacity(ies) Claimed by Signer(s) Signer's Name: lent Date: 3ther Than Named • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in^a6t • Trustee • GuardigFTor Conservator • Other: Signer Is Represen esenjift^. jQer's Name: • CoftJsc^te Officer - Titie(s): • Partner^^^^^-H4Jmited • General • Individual l3~Attorney in Fact • Trustee • GuaitfiaQ or Conservator • Other: Signer Is Representing: National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1 -800-876-6827) item #5907 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 ofthe Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and in- cluded herein, and if, through mistake or otherwise, any such provision is not inserted, or is not cor- rectly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "Gen- eral Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of Califc BARBARA ENGLESON, City Cle (print name and title) v 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: CELIA A. BREWER City Attorney By: Assistant City Attorney V Revised 3/6/15 Contract No. 4020/4030 Page 32 of 104 Pages ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego .) On 7-6-15 before me, ^'"''^^ Woodhouse notary public (insert name and title of the officer) personally appeared Denise Maiorano Torrez CFO/Secretary , who proved to me on the basis of satisfactory evidence to be the person(^ whose name^dB/at'e subscribed to the within instrument and acknowledged to me that b«/C5^tb«y executed the same in btS/(5ei/their authorized capacity(j«fi), and that by tMs/BlBittieir signature(/5 on the instrument the person(^, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ERIKA M.WOODHbuSE ( COMM. #2039799 California g Notary Public San Diego CounW My Comm. fapires Aug. 30,2017 [ (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego .) On 7-6-15 before me ^'"''^^ ^ Woodhouse notary public (insert name and title of the officer) personally appeared Glenn D Torrez C Ci^ / prc9i^c^ who proved to me on the basis of satisfactory evidence to be the person(^ whose name(8r)(I§/af'e subscribed to the within instrument and acknowledged to me that(fi^^he/tl>«y executed the same in (@lher/tl>eir authorized capacityCijes), and that by<his2l^/tl>erir signature(?r) on the instrument the personCg^or the entity upon behalf of which the person(sf acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) ERIKA M. WOODHOUSE [ COMM. #2039799 z Notary Pubiic • California g San Diego County MyComm. Expirei Aug. 30,2017 f c ^^^^ LABOR AND MATERIALS BOND Premium will be adjusted based on final contract price Bond No.: PB 115 111 00238 Premium: Included in Performance Bond WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2016-157, adopted June 23, 2015, has awarded to Prava Construction Services, Inc., a California corporation (hereinafter designated as the "Prindpal"), a Contract for: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 in the Gity of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the perfor- mance 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, PRAVA CONSTRUCTION SERVICES, INC.. as Principal, (hereinafter des- ignated as the "Contractor"), and Philadelphia indemnity Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of five million four hundred seventy three thousand nine hundred sixty eight Dollars ($5,473,968), said sum being an amount equal to: One hundred percent (100%) ofthe total amount payable under the terms of the contract by the City of Carlsbad, and forwhich payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, finnly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment In- surance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unem- ployment 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 attomey's fees, to be fixed by the court consistent with Galifornia Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, 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 perfomied hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the temns of the contract or to the work or to the specifications. Revised 3/6/15 Contract No. 4020/4030 Page 33 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or ottier officer completing this certificate verifies only the identity of tiie individual wtio signed tfie document to wtiicti this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On July 1, 2015 Date } t)efore me, Dana L. Michaelis , Notary Public, personally appeared Anne Wright Insert Name of Notary exactly as it appears on the official seal Name{s) of Signer(s) I DANA L. MICHAELIS Commission # 1980195 Notary Public - California i «^'^9" County g ] My Comm. Expires Jun 27, 2016 ^ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acl<nowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Place Notary Seal Above /hand and officials^aL r-. Signature of Notary Public Dana L. MichaeliS Witness my hand and officiaj Signature OPT/ONAL 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer—Title(s): • Partner • Limited • General 21 Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb tiere Signer's Name: • Individual • Corporate Officer —Title(s): • Partner • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here 655 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 BalaCynwyd.PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHLV INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Coinmonwealth of Pennsylvania, does hereby constitute and appoint CYNDI BEILMAN, ANNE WRIGHT AND DANA MICHAELIS OF SURETY ASSOCIATES OF SOUTHERN CALIFORNIA INSURANCE SERVICES, its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000.000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1" day of July, 20 U. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attomey so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFHXED BY ITS AUTHORIZED OFFICE THIS 10™ DAY OF JUNE 2013. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 10'^ day of June 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instmment is the Coiporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. CDMWONWeALTH OF PENNSIflVANlA NotirIM Seal K^b«nv A. KessleskI, Notary Pubic Umet Holon Twt). MimtyXMiy County My CommtestOO Enpiras 0«c. U, 2016 MEMaSR. PCWJ^VlvJWtt ASSOCumtW OF *)T*WES Notary Public: (Notary Seal) residing at: My commission expires: Bala Cvnwyd. PA December 18.2016 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 10^" day of June 2013 true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the dale of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this _ 1st _ day of _ July ,20. 15 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California _ _. County of San Diego .) On 7-6-15 before me, ^'"''^^ ^ Woodhouse notary public (insert name and title of the officer) personally appeared Glenn D Torrez CCC^ ence to be the pen who proved to me on the basis of satisfactory evidence to be the person(^ whose name(ar)(iB/sH'e subscribed to the within instrument and acknowledged to me that(^e))&hfe/tt>€y executed the same in ^sjjFtBt/tiyeir authorized capacity(ie&), and that by^hSb^/ttverlr signafureC^-) on the instrument the person(g(Cor the entity upon behalf of which the person(S'f acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (in (Seal) kRIKAM. WOODHOUSE ( COMM. #2039799 z Notary PubHc-California San Diego County " My Comm. Smires Aug. 30 2017J ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego On 7-6-15 before me, ^'"''^^ ^ Woodhouse notary public (insert name and title of the officer) personally appeared Denise Maiorano Torrez CFO/Secretary who proved to me on the basis of satisfactory evidence to be the person(a') whose name(|5)(©'sH'e subscribed to the within instrument and acknowledged to me that b«/65^tti€y executed the same in bUX^Viyair authorized capacity(iesX and that by tiis/flSlDitfcierir signature(sO on the instrument the person(8), or the entity upon behalf of which the person(«^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ' ERIKA li. WOODHOUSE i COMM. #2039799 z Notary Public - California g San Diego County My Comm. Expires Au(j^30,2017[ WITNESS my hand and official seal. Signature (Seal) Company Profile Page 1 of2 CALIFORNIA DEPARTMENT OF IMSURArJCE Company Profile Company Search Company inforrnatfion Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additionai Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information PHILADELPHIA INDEMNITY INSURANCE COMPANY ONE BALA PLAZA SUITE 100 BALA CYNWYD, PA 19004 Old Company Names Date Agent For Service Effective NANCY FLORES C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, SUITE 930 LOS ANGELES CA 90017 Reference Information NAIC #: 18058 California Company ID #: 3576-6 Date Authorized in California: 01/27/1993 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: PENNSYLVANIA back to top NAIC Group List NAIC Group #: Lines Of Business 3098 Tol<io Marine Holdings Inc GRP 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. AUTOMOBILE BOILER AND MACHINERY BURGLARY FIRE https://interactive.web.insurance.ca.gov/companyprofile/company... 7/9/2015 Company Profile Page 2 of 2 LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY baclc to top © 2008 California Department of Insurance https://interactive.web.insurance.ca.gOv/companyprofile/company... 7/9/2015 Premium wiii be adjusted based on final contract price Bond No.: PB 115111 00238 Premium: $44,836.00 FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.2015-157, adopted June 23, 2015, has awarded to Prava Construction Services, Inc., (hereinafter designated as the "Principal"), a Contract for: LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, PRAVA CONSTRUCTION SERVICES, INC., as Principal, (hereinafter des- ignated as the "Contractor"), and Philadelphia indemnity Insurance Company ^ aS Surety, are held and firmly bound unto the City of Carlsbad, in the sum of five million four hundred seventy three thousand nine hundred sixty eight Dollars ($5,473,968) said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, 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 perfonn the covenants, conditions, and agreements in the Contract and any alter- ation thereof made as therein provided on their part, to be kept and perfomned at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; othenwise it shall remain in full force and effect. As a part ofthe obligation secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attomey's fees, in- curred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the temis of the Contract, or to the work to be performed there under or the specifications accompanying the same shali 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 3/6/15 Contract No. 4020/4030 Page 35 of 104 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 dav of 20 1^ . CONTRACTOR: Prava Construction Services, Inc. (name of Contractor) By: (sign hereV (pnnt name here) (Title and Organization of Signatory) (sign here) (print name here) (Title and Organization of signatory) Executed by SURETY this 1st day of Jub: , 20 15 SURETY: Philadelphia Indemnity Insurance Company (name of Surety) 251 South Lake Avenue #360, Pasadena CA 91101 (address of Surety) 626-639-1323 (telephone number of Surety) By: i!^///. (signatu(e ^f Attorney-in-Fact) Anne Wright, Attomey-in-Fact (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attomey.) (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 sec- retary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attomey Assistant City Attorn Revised 3/6/15 Contract No. 4020/4030 Page 36 of 104 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or ottier officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of San Diego On July 1, 2015 Date } before me, Dana L. IVIichaelis Insert Name of Notary exactly as it appears on the official seal , Notary Public, personally appeared Anne Wright Name{s) of Signer(s) DANA L, MICHAELIS Commission # 1980195 Notary Public - California San Diego County My Comm. Expires Jun 27, 2016 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same In his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my ha Signature nd official seal SignalOfe of Notary PufeHc OPT/ONAL Though the informaf/on below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer—Title(s): • Partner • Limited • General 21 Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of tliumb here Signer's Name: • Individual • Corporate Officer —Title(s): • Partner • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER Top of tfiumb tiere 656 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St. Asaph's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS; That PHILADELPHU INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint CYNDI BEILMAN, ANNE WRIGHT AND DANA MICHAELIS OF SURETY ASSOCIATES OF SOUTHERN CALIFORNIA INSURANCE SERVICES, its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000.000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1" day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (!) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the .seal of the Company thereto; and (2) to remove, at any tirae, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attomey or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10™ DAY OF JUNE 20! 3. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia hideinnity Insurance Company On this 10* day of June 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein descnbed and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instmment is the Coiporate seal ofsaid Company: that the said Corporate Seal and his signature were duly affixed. COMMONWtAlTH OP PENWSTIVANIA NotvlriSeal Kimberly A. Kcssleskl, Nctaiy Pubk LovrCf HCfloi rwp. MOBtldtMy Cojncy MyCwnmtetonE»pinsO<c. IB. i016 Notary Public; (Notary Seal) residing at: My commission expires: Bala Cvnwyd. PA December 18.2016 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 10''" day of June 2013 tme and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have sub.scribed my name and affixed the facsimile seal of each Company this _ 1st . day of _ July ,20 15 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego .) On 7-6-15 before me, ^^^^^ ^ Woodhouse notary public Glenn D Torrez (insert name and title of the officer) nee to personally appeared who proved to me on the basis of satisfactory evidence to be the person(^ whose name(ar)(I§i'ar'e subscribed to the within instrument and acknowledfled to me that(fie^)sh6/tt>tfy executed the same in (Qis^h'er/tbeir authorized capacity(ie»), and that by<©ber/ttierir sigrTature(^) on the instrument the person^a^Tor the entity upon behalf of which the person(sf acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Co.. iy\ LQocffUkfOM^ ERIKA M. WOODHOUSE COMM. #2039799 Notary Public • Califoi San Diego Coun^ My Comm. Expires Auc|. 30.2017| California g (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego .) On 7-6-15 before me, ^^''^^ ^ Woodhouse notary public (insert name and title ofthe officer) personally appeared Denise Maiorano Torrez CFO/Secretary who proved to me on the basis of satisfactory evidence to be the person(») whose nan\e{j^)<^af'e subscribed to the within instrument and acknowledged to me that b€/6E^tb€y executed the same in \Mt)lSit^t\y3\r authorized capacity(jesX and that by tws/<BlE!St|>erir signature!;^) on the instrument the person(i8), or the entity upon behalf of which the person(s^ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ERIKA M. WOODHOUSE i COMM. #2039799 z Notaiy Public-Califbrnia 2 San Diego County " My Comm. Expires Aug. 30.2017[ (Seal) ^ OPTIONAL ESCROW AGREEMENT FOR ^ SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 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 re- quired to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for LIBRARY RENOVATION PROJECTS CONTRACT NO. 4020/4030 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which othenvise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities ofthe parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses ofthe City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Revised 3/6/15 Contract No. 4020/4030 Page 37 of 104 Pages Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names ofthe persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title Name FINANCE DIRECTOR Signature For Contractor: Address 1635 Faradav Avenue. Carlsbad. CA 92008 Title For Escrow Agent: Name Signature. Address _ Title Name Signature. Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Revised 3/6/15 Contract No. 4020/4030 Page 38 of 104 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title Name MAYOR Signature. Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 For Contractor: Title Name Signature. Address For Escrow Agent: Title Name Signature, Address Revised 3/6/15 Contract No. 4020/4030 Page 39 of 104 Pages GENERAL PROVISIONS FOR LIBRARY RENOVATIONS PROJECTS CONTRACT NO. 4020/4030 CITY OF CARLSBAD BIDDERS ARE ADVISED THAT THIS SECTION REPLACES PART 1, GENERAL PROVISIONS, OFTHE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 -- TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS 1-1 TERMS - Unless othenwise stated, the words directed, required, permitted, ordered, in- structed, designated, considered necessary, prescribed, approved, acceptable, satisfactory, or words of like meaning, refer to actions, expressions, and prerogatives of the Municipal Projects Manager. 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sched- uled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated othenwise. 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Municipal Pro- jects Manager is intended, unless stated othenwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Municipal Projects Manager," unless stated othenwise. 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent', and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Municipal Projects Manager", unless othenwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Municipal Projects Manager is intended. 1-1.4 Perform. The word "perfonn" shall be understood to mean that the Contractor, at its ex- pense, shall perform all operations, labor, tools and equipment, and further, including the furnish- ing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised 3/6/15 Contract No. 4020/4030 Page 40 of 104 Pages 1-2 DEFINITIONS - The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Addendum - Written or graphic instrument issued prior to the opening of Bids which clarifies, corrects, or changes the bidding or Contract Documents. The term Addendum shall include bul- letins and all other types of written notices issued to potential bidders prior to opening of Bids. Agency - The City of Carlsbad, California. Agreement - See Contract. Bid - The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work. Bidder - Any individual, firm, partnership, corporation, or combination thereof, submitting a Bid for the Work, acting directly or through a duly authorized representative. Board - The officer or body constituting the awarding authority of the Agency, which is the City Council for the City of Carlsbad. Bond - Bid, performance, and payment bond or other instrument of security. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Cash Contract - A Contract financed by means other than special assessments. Change Order - A written order to the Contractor signed by the Agency directing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract time issued after the effective date of the Contract. A Change Order may or may not also be signed by the Contractor. Code - The terms Govemment Code, Labor Code, etc., refer to codes of the State of California. Contract - The written agreement between the Agency and the Contractor covering the Work. Contract Documents - Including but not limited to; the Contract, any Addendum (which pertain to the contract documents). Notice Inviting Bids, Instructions to Bidders; Bid (including documen- tation accompanying the Bid and any post-bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Contract, the Bonds, the General Provisions, permits from other agencies, the Technical Specifications, the Supplemental Provisions, the Plans, Stand- ard Plans, Standard Specifications, Reference Specifications, and all Modifications issued after the execution of the Contract. Contractor - The individual, partnership, corporation, joint venture, or other legal entity having a Contract with the Agency to perfomn the Work. In the case of work being done under permit issued by the Agency, the permittee shall be constructed to be the Contractor. The term "prime contrac- tor" shall mean Contractor. Contract Price - The total amount of money for which the Contract is awarded. Revised 3/6/15 Contract No. 4020/4030 Page 41 of 104 Pages Contract Unit Price - The amount stated in the Bid for a single unit of an item of work. Days - Days shall mean consecutive calendar's days unless otherwise specified. Dispute Board - Persons designated by the City Manager of the City of Carlsbad, to hear and advise the City Manager on claims submitted by the Contractor. The City Manager for the City of Carlsbad is the last appeal level for informal dispute resolution. Minor Bid Item - A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Modification - Includes Change Orders and Supplemental Agreements. A Modification may only be used after the effective date of the Contract. Municipal Projects Manager - The individual assigned by the Municipal Property Manager to administer the contract and is the first level of appeal for informal dispute resolution. Municipal Property Manager - The Municipal Projects Manager's supen/isor and the level of appeal for informal dispute resolution. Notice of Award - The written notice by the Agency to the successful Bidder stating that upon compliance by it with the required conditions, the Agency will execute the Contract. Notice to Proceed - A written notice given by the Agency to the Contractor fixing the date on which the Contract time will start. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fur- ther, such employees have their employment taxes, State disability insurance payments, State and Federal Income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equip- ment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1. Person - Any individual, firm, association, partnership, corporation, trust, joint venture, or other legal entity. Plans - The drawings, profiles, cross sections, working drawings, and supplemental drawings, or reproductions thereof, approved by the Municipal Projects Manager, which show the location, character, dimensions, or details of the Work. Private Contract - Work subject to Agency inspection, control, and approval, involving private funds, not administered by the Agency. Project Inspector - The Municipal Projects Manager's designated representative for inspec- tion, contract administration. Proposal - See Bid. Specifications - General Provisions, Standard Specifications, Technical Specifications, Refer- ence Specifications, Supplemental Provisions, and specifications in Supplemental Agreements between the Contractor and the Board. Revised 3/6/15 Contract No. 4020/4030 Page 42 of 104 Pages Standard Plans - Details of standard structures, devices, or instructions referred to on the Plans or in Specifications by title or number. State - State of California. Subcontractor - An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work. Supervision - Supervision, where used to indicate supen/ision by the Municipal Projects Man- ager, shall mean the performance of obligations, and the exercise of rights, specifically imposed upon and granted to the Agency in becoming a party to the Contract. Except as specifically stated herein, supen/ision by the Agency shall not mean active and direct superintendence of details of the Work. Supplemental Agreement - A written amendment of the Contract Documents signed by both parties. Supplemental Provisions - Additions and revisions to the Specifications setting forth condi- tions and requirements peculiar to the work. Surety - Any individual, firm, or corporation, bound with and for the Contractor for the accepta- ble performance, execution, and completion of the Work, and for the satisfaction of all obliga- tions incurred. Utility - Tracks, overhead or underground wires, pipeline, conduits, ducts, or structures, sew- ers, or stomn drains owned, operated, or maintained in or across a public right of way or private easement. Work - That which is proposed to be constructed or done under the Contract or permit, includ- ing the furnishing of all labor, materials, equipment, and sen/ices. 1-3 ABBREVIATIONS 1-3.1 General. The abbreviation herein, together with others in general use, are applicable to these Specifications and to project Plans or other Contract Documents. All abbreviations and symbols used on Plans for structural steel construction shall conform to those given by the "Manual of Steel Construction" published by the American Institute of Steel Construction, Inc. 1-3.2 Common Usage AA Aluminum Association, Inc. (The) www. aluminum.org AAADM American Association of Automatic Door Manufacturers www.aaadm.com AABC Associated Air Balance Council www.aabchq.com AAMA American Architectural Manufacturers Association www.aamanet.orq Revised 3/6/15 Contract No. 4020/4030 Page 43 of 104 Pages AASHTO American Association of State Highway and Transportation Officials www .transportation .org AATCC American Association of Textile Chemists and Colorists www.aatcc.org ABMA Air Barrier Association of America www.airbarrier.org ABMA American Bearing Manufacturers Association www. abma-dc .org ACI American Concrete Institute www.concrete.org ACPA American Concrete Pipe Association www.concrete-pipe.org AEIC Association of Edison Illuminating Companies, Inc. (The) www.aeic.org AF&PA American Forest & Paper Association www.afandpa.org AGA American Gas Association www.aga.org AGC Associated General Contractors of America (The) www.agc.org AHA American Hardboard Association (Now part of CPA) AHAM Association of Home Appliance Manufacturers www.aham.org Al Asphalt Institute www.asphaltinstitute.org AIA American Institute of Architects (The) www.aia.org AISC American Institute of Steel Construction www.aisc.org AISI American Iron and Steel Institute www.steel.org AITC American Institute of Timber Construction www.aitc-glulam.org ALCA Associated Landscape Contractors of America (Now PLANET - Professional Landcare Network) ALSC American Lumber Standard Committee, Incorporated www.alsc.org AMCA Air Movement and Control Association International, Inc. www.amca.org ANSI American National Standards Institute www.ansi.org AOSA Association of Official Seed Analysts, Inc. www .aosaseed.com APA Architectural Precast Association www. archprecast.org APA APA - The Engineered Wood Association www.apawood.org APA EWS APA - The Engineered Wood Association; Engineered Wood Systems (See APA - The Engineered Wood Association) Revised 3/6/15 Contract No. 4020/4030 Page 44 of 104 Pages API American Petroleum Institute www.api.org ARI Air-Conditioning & Refrigeration Institute www.ari.org ARMA Asphalt Roofing Manufacturers Association www.asphaltroofmg.org ASCE American Society of Civil Engineers www.asce.org ASCE/SEI American Society of Civil Engineers /Structural Engineering Institute (See ASCE) ASHRAE American Society of Heating, Refrigerating and Air- Conditioning Engineers www.ashrae.org ASME ASME International (American Society of Mechanical Engineers Intemational) www.asme.org ASSE American Society of Sanitary Engineering www.asse-plumbing.org ASTM ASTM International (American Society for Testing and Materials Intemational) www.astm.org AWCl Association of the Wall and Ceiling Industry www.awci.org AWCMA American Window Covering Manufacturers Association (Now WCMA) AWI Architectural Woodwork Institute www.awinet.org AWPA American Wood Protection Association (Formerly: American Wood Presen/ers' Association) www.awpa.com AWS American Welding Society www.aws.org AWWA American Water Works Association www.awwa.org BHMA Builders Hardware Manufacturers Association www.buildershardware.com BIA Brick Industry Association (The) www.bia.org BICSI BICSI, Inc. www.bicsi.org BIFMA BIFMA International (Business and Institutional Fumiture Manufacturer's Association International) www.bifma.com BISSC Baking Industry Sanitation Standards Committee www.bissc.org CCC Carpet Cushion Council www.carpetcushion.org CDA Copper Development Association www.copper.org Revised 3/6/15 Contract No. 4020/4030 Page 45 of 104 Pages CEA Canadian Electricity Association www.canelect.ca CEA Consumer Electronics Association www.ce.org CFFA Chemical Fabrics & Film Association, Inc. www.chemicalfabricsandfilm.com CGA Compressed Gas Association www.cganet.com CIMA Cellulose Insulation Manufacturers Association www.cellulose.org CISCA Ceilings & Interior Systems Construction Association www.cisca.org CISPI Cast Iron Soil Pipe Institute CLFMl Chain Link Fence Manufacturers Institute www.chainlinkinfo.org CRRC Cool Roof Rating Council www.coolroofs.org CPA Composite Panel Association www.pbmdf.com CPPA Corrugated Polyethylene Pipe Association www.cppa-info.org CRI Carpet and Rug Institute (The) www.carpet-rug.com CRSl Concrete Reinforcing Steel Institute www.crsi.org CSA Canadian Standards Association CSA CSA International (Formerly: IAS - International Approval Sen/ices) www.csa-international.org CSI Cast Stone Institute www.caststone.org CSI Construction Specifications Institute (The) www.csinet.org CSSB Cedar Shake & Shingle Bureau www.cedarbureau.org CTl Cooling Technology Institute (Fomnerly: Cooling Tower Institute) www.cti.org DHI Door and Hardware Institute www.dhi.org EIA Electronic Industries Alliance www.eia.org EIMA EIFS Industry Members Association www.eima.com EJCDC Municipal Projects Managers Joint Contract Documents Committee www.eidc.org EJMA Expansion Joint Manufacturers Association, Inc. www.eima.org ESD ESD Association (Electrostatic Discharge Association) www.esda.org Revised 3/6/15 Contract No. 4020/4030 Page 46 of 104 Pages ETL SEMCO FM Approvals FM Global FMRC FSA FSC GA GANA GRI GS GSI HI HI HMMA HPVA HPW IAS ICEA ICRl I EC IEEE lESNA I EST IGCC IGMA Intertek ETL SEMCO (Formerly: ITS - Intertek Testing Service NA) www.intertek.com FM Approvals LLC www.fmglobal.com FM Global (Formerly: FMG - FM Global) www.fmglobal.com Factory Mutual Research (Now FM Global) Fluid Sealing Association www.fluidsealing.com Forest Stewardship Council www.fsc.org Gypsum Association www.gvpsum.org Glass Association of North America www.glasswebsite.com (Part of GSI) Green Seal www.greenseal.org Geosynthetic Institute www.geosynthetic-institute.org Hydraulic Institute www.pumps.org Hydronics Institute www.gamanet.org Hollow Metal Manufacturers Association (Part of NAAMM) Hardwood Plywood & Veneer Association www.hpva.org H. P. White Laboratory, Inc. www.hpwhite.com International Approval Services (Now CSA Intemational) Insulated Cable Engineers Association, Inc. www.icea.net International Concrete Repair Institute, Inc. www.icri.org International Electrotechnical Commission www.iec.ch Institute of Electrical and Electronics Engineers Inc. (The) www.ieee.org Illuminating Engineering Society of North America www.iesna.org Institute of Environmental Sciences and Technology www.iest.org Insulating Glass Certification Council www.igcc.org Insulating Glass Manufacturers Alliance www.igmaonline.org Revised 3/6/15 Contract No. 4020/4030 Page 47 of 104 Pages ILI Indiana Limestone Institute of America, Inc. www.iliai.com ISO International Organization for Standardization www.iso.ch Available from ANSI www.ansi.org ISSFA International Solid Surface Fabricators Association www.issfa.net ITS Intertek Testing Service NA (Now ETL SEMCO) ITU International Telecommunication Union www.itu.int/home KCMA Kitchen Cabinet Manufacturers Association www.kcma.org LMA Laminating Materials Association (Now part of CPA) LPl Lightning Protection Institute www.lightning.org MBMA Metal Building Manufacturers Association www.mbma.com MFMA Maple Flooring Manufacturers Association, Inc. www.maplefloor.org MFMA Metal Framing Manufacturers Association, Inc. www.metalframingmfg.org MH Material Handling (Now MHIA) MHIA Material Handling Industry of America www.mhia.org MIA Marble Institute of America www.marble-institute.com MPI Master Painters Institute www.paintinfo.com MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. www.mss-hq.com NAAMM National Association of Architectural Metal Manufacturers www.naamm.org NACE NACE International (National Association of Corrosion Engineers International) www.nace.org NADCA National Air Duct Cleaners Association www.nadca.com NAIMA North American Insulation Manufacturers Association www.naima.org NBGQA National Building Granite Quarries Association, Inc. www.nbgqa.com NOMA National Concrete Masonry Association www.ncma.org NCPI National Clay Pipe Institute www.ncpi.org NCTA National Cable & Telecommunications Association www.ncta.com Revised 3/6/15 Contract No. 4020/4030 Page 48 of 104 Pages NEBB National Environmental Balancing Bureau www.nebb.org NECA National Electrical Contractors Association www.necanet.org NeLMA Northeastern Lumber Manufacturers' Association www.nelma.org NEMA National Electrical Manufacturers Association www.nema.org NETA InterNational Electrical Testing Association www.netaworld.org NFPA NFPA (National Fire Protection Association) www.nfpa.org NFRC National Fenestration Rating Council www.nfrc.org NGA National Glass Association www.glass.org NHLA National Hardwood Lumber Association www.natlhardwood.org NLGA National Lumber Grades Authority www.nlga.org NOFMA NOFMA: The Wood Flooring Manufacturers Association (Formerly: National Oak Flooring Manufacturers Association) www.nofma.com NOMMA National Ornamental & Miscellaneous Metals Association www.nomma.org NRCA National Roofing Contractors Association www.nrca.net NRMCA National Ready Mixed Concrete Association www.nrmca.org NSF NSF International (National Sanitation Foundation International) www.nsf.org NSSGA National Stone, Sand & Gravel Association www.nssga.org NTMA National Terrazzo & Mosaic Association, Inc. (The) www.ntma.com NTRMA National Tile Roofing Manufacturers Association (Now TRI) NWWDA National Wood Window and Door Association (Now WDMA) OPL Omega Point Laboratories, Inc. (Now ITS) PCI Precast/Prestressed Concrete Institute www.pci.org PDCA Painting & Decorating Contractors of America www.pdca.com PDI Plumbing & Drainage Institute www .pdionline .org PGl PVC Geomembrane Institute http://pgi-tp.ce.uiuc.edu V Revised 3/6/15 Contract No. 4020/4030 Page 49 of 104 Pages PLANET Professional Landcare Network (Formerly: ACLA - Associated Landscape Contractors of America) www.landcarenetwork.org PTI Post-Tensioning Institute www.post-tensioning.org RCSC Research Council on Structural Connections www.boltcouncil.org RFCI Resilient Floor Covering Institute www.rfci.com RIS Redwood Inspection Service www.redwoodinspection.com SAE SAE International www.sae.org SDl Steel Deck Institute www.sdi.org SDl Steel Door Institute www. steeldoor.org SEFA Scientific Equipment and Furniture Association www, sefalabs .com SEI/ASCE Structural Engineering Institute/American Society of Civil Engineers (See ASCE) SGCC Safety Glazing Certification Council www.sgcc.org SIA Security Industry Association www.siaonline.org SIGMA Sealed Insulating Glass Manufacturers Association (Now IGMA) SJl Steel Joist Institute www.steeljoist.org SMA Screen Manufacturers Association www.smacentral.org SMACNA Sheet Metal and Air Conditioning Contractors' National Association www.smacna.org SMPTE Society of Motion Picture and Television Engineers www.smpte.org SPFA Spray Polyurethane Foam Alliance (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) www.sprayfoam.org SPIB Southern Pine Inspection Bureau (The) www.spib.org SPRl Single Ply Roofing Industry www.spri.org SSINA Specialty Steel Industry of North America www.ssina.com SSPC SSPC: The Society for Protective Coatings www.sspc.org STI Steel Tank Institute www. steeltank.com Revised 3/6/15 Contract No. 4020/4030 Page 50 of 104 Pages SWl steel Window Institute www. steel windows .com SWRl Sealant, Waterproofing, & Restoration Institute www.swrionline.org TCA Tile Council of America, Inc. (Now TCNA) TCNA Tile Council of North America, Inc. www.tileusa.com Tl/VEIA Telecommunications Industry Association/Electronic Industries Alliance www.tiaonline.org TMS The Masonry Society www.masonrysocietv.org TPI Truss Plate Institute, Inc. www.tpinst.org TPI Turfgrass Producers International www.turfgrasssod.org TRI Tile Roofing Institute www.tileroofing.org UL Undenwriters Laboratories Inc. www.ul.com UNI Uni-Bell PVC Pipe Association www.uni-bell.org USGBC U.S. Green Building Council www.usgbc.org USITT United States Institute for Theatre Technology, Inc. www.usitt.org WASTEC Waste Equipment Technology Association www.wastec.org WCLIB West Coast Lumber Inspection Bureau www.wclib.org WCMA Window Covering Manufacturers Association www.wcmanet.org WCSC Window Covering Safety Council (Formerly: WCMA - Window Covering Manufacturers Association) www.windowcoverings.org WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) www.wdma.com Wl Woodwork Institute (Formerly: WIC - Woodwork Institute of California) www.wicnet.org WIC Woodwork Institute of California (Now Wl) WMMPA Wood Moulding & Millwork Producers Association www.wmmpa.com WSRCA Western States Roofing Contractors Association www.wsrca.com WWPA Western Wood Products Association www.wwpa.org Revised 3/6/15 Contract No. 4020/4030 Page 51 of 104 Pages 1-3.3.1 Standards and Regulations Where abbreviations and acronyms are used in specifications or other Contract Documents, they shall mean the recognized name of the organizations responsible for the standards and regulations in the following list. Names, telephone numbers, and websites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG CFR DOD DSCC FED-STD FS FTMS MIL MIL-STD MILSPEC UFAS Americans with Disabilities Act (ADA) Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities Available from Access Board www.access-board.gov Code of Federal Regulations Available from Government Printing Office www.gpoaccess.gov/cfr/index.html Department of Defense Military Specifications and Standards Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil Defense Supply Center Columbus (See FS) Federal Standard (See FS) Federal Specification Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil Available from Defense Standardization Program www.dps.dla.mil Available from General Sen/ices Administration www.gsa.gov Available from National Institute of Building Sciences www.wbdg.org/ccb Federal Test Method Standard (See FS) (See MILSPEC) (See MILSPEC) Military Specification and Standards Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil Uniform Federal Accessibility Standards Available from Access Board www.access-board.gov Revised 3/6/15 Contract No. 4020/4030 Page 52 of 104 Pages 1-3.3.2 State Government Agencies Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and websites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CBHF State of California, Department of Consumer Affairs Bureau of Home Furnishings and Thermal Insulation www.dca.ca.gov/bhfti CCR California Code of Regulations www.calregs.com CPUC California Public Utilities Commission www.cpuc.ca.gov SCAQD South Coast Air Quality Management District www.aqmd.gov SWRCB State Water Resources Control Board www.swrcb.ca.gov 1-4 UNITS OF MEASURE. 1-4.1 General. U.S. Standard Measures, also called U.S. Customary System, are the principal measurement system in these specifications. However, certain material specifications and test re- quirements contained herein use SI units specifically and conversions to U.S. Standard Measures may or may not have been included in these circumstances. When U.S. Standard Measures are not ^^^^ included in parenthesis, then the SI units shall control. S.I. units and U.S. Standard Measures in pa- ^% renthesis may or may not be exactly equivalent. ""^^ Reference is also made to ASTM E 380 for definitions of various units of the SI system and a more extensive set of conversion factors. 1 -4.2 Units of Measure and Their Abbreviations. U.S. Customarv Unit (Equal To) SI Unit /AbbreviatloniY f Abbreviations) 1 mil (=0.001 in) 25.4 micrometer (^m) 1 inch (in) 25.4 millimeter (mm) 1 inch (in) 2.54 centimeter (cm) 1 foot (ft) 0.3048 meter (m) 1 yard (yd) 0.9144 meter (m) 1 mile (mi) 1 -6093 kilometer (km) 1 square foot (ft^j 0.0929 square meter (m^) 1 square yard (yd^) 0.8361 square meter (m2) 1 cubic foot (ft3) 0.0283 cubic meter (m^) i cubic yardVyd^) 0.7646 cubic meter (m^) i acre 0.4047 hectare (ha) 1 U.S. gallon (galj 3.7854 Liter (L) 1 fluid ounce (fl. oz.) 29.5735 millileter (mL) 1 pound mass (Ib) (avoirdupois) 0.4536 kilogram (kg) 1 ounce mass (oz) 0.02835 kilogram (kg) 1 Ton (=2000 Ib avoirdupois) 0.9072 Tonne (= 907 kg) •| Poise 0.1 pascal second (Pa s) 1 centistoke (cs) 1 square millimeters per second (mm^/s) 1 pound force (Ibf) 4.4482 Newton (N) 1 pounds per square inch (psi) 6.8948 Kilopascal (kPa) J 1 pound force per foot (Ibf/ft) 1 4594 Newton per ^ Revised 3/6/15 Contract No. 4020/4030 Page 53 of 104 Pages meter (N/m) 1 foot-pound force (ft-lbf) 1.3558 Joules (J) 1 foot-pound force per second ([ft-lbf]/s) 1.3558 Watt (W) 1 part per million (ppm) 1 milligram/liter (mg/L) Temperature Units and Abbreviations Degree Fahrenheit ("F): Degree Celsius (°C): °F = (1.8 x °C) + 32 °C = (°F - 32)/1.8 SI Units (abbreviation) Commonly Used in Both Systems 1 Ampere (A) 1 Volt (V) 1 Candela (cd) 1 Lumen (Im) 1 second (s) Common Metric Prefixes kilo (k) 103 centi(c) 10-2 milli (m) lO-^ micro 10"^ nano (n) 10"^ pico (p) 10-12 1-5 SYMBOLS A Z / o PL CL SL Delta, the central angle or angle between tangents Angle Percent Feet or minutes Inches or seconds Number )er or (between words) Degree Property line Centeriine Sun/ey line or station line Revised 3/6/15 Contract No. 4020/4030 Page 54 of 104 Pages SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT. Award and execution of Contract will be as pro- vided for in the Specifications, Instruction to Bidders, or Notice Inviting Bids. 2-2 ASSIGNMENT. No Contract or portion thereof may be assigned without consent of the Board, except that the Contractor may assign money due or which will accrue to it under the Contract. If given written notice, such assignment will be recognized by the Board to the extent permitted by law. Any assignment of money shall be subject to all proper withholdings in favor of the Agency and to all deductions provided for in the Contract. All money withheld, whether assigned or not, shall be subject to being used by the Agency for completion of the Work, should the Contractor be in default. 2-3 SUBCONTRACTS. 2-3.1 General. Each Bidder shall comply with the Chapter of the Public Contract Code including Sections 4100 through 4113. The following excerpts or summaries of some of the requirements of this Chapter are included below for information: The Bidder shall set forth in the Bid, as provided in 4104: "(a) The name and location of the place of business of each subcontractor who will perform work or labor or render sen/ice to the prime contractor in or about the construc- tion of the work or improvements, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a por- tion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime con- tractor's total bid, or, in the case of bids or offers for the construction of streets or high- ways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater." "(b) The portion of the work which will be done by each such subcontractor under this act. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in his bid." If the Contractor fails to specify a Subcontractor, or specifies more than one Subcontractor for the same portion of the work to be performed under the Contract (in excess of one-half of 1 percent of the Contractor's total Bid), the Contractor shall be qualified to perform that portion itself, and shall perform that portion itself, except as othenwise provided in the Code. As provided in Section 4107, no Contractor whose Bid is accepted shall substitute any person as Subcontractor in place of the Subcontractor listed in the original Bid, except for causes and by proce- dures established in Section 4107.5. This section provides procedures to correct a clerical error in the listing of a Subcontractor. Section 4110 provides that a Contractor violating any of the provisions of the Chapter violates the Contract and the Board may exercise the option either to cancel the Contract or assess the Contractor a penalty in an amount of not more than 10 percent of the subcontract involved, after a public hearing. 2-3.2 Additional Responsibility. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the Work under its control. Revised 3/6/15 Contract No. 4020/4030 Page 55 of 104 Pages 2-3.3 Status of Subcontractors. Subcontractors shall be considered employees of the Contractor, and the Contractor shall be responsible for their work. 2-4 CONTRACT BONDS. Before execution of the Contract, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted below. Bonds issued by a surety, who is authorized to issue bonds in California, and whose bonding limitation shown in said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the Agency. Bonds from all other sureties shall be ac- companied by all of the documents enumerated in Code of Civil Procedure 995.660 (a). The Bidder shall pay all bond premiums, costs, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Bidder and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and ma- terials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hun- dred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Municipal Projects Manager. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Should any bond become insufficient, the Contractor shall renew the bond within 10 days after receiv- ing notice from the Agency. Should any Surety at any time be unsatisfactory to the Board, notice will be given the Contractor to that effect. No further payments shall be deemed due or will be made under the contract until a new Surety shall qualify and be accepted by the Board. Changes in the Work or extensions of time, made pursuant to the Contract, shall in no way release the Contractor or Surety from its obligations. Notice of such changes or extensions shall be waived by the Surety. Revised 3/6/15 Contract No. 4020/4030 Page 56 of 104 Pages 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. The Contractor shall keep at the Work site a copy of the Plans and Specifications, to which the Municipal Projects Manager shall have access at all times. The specifications for the work include the General Provisions, Technical Specifications, and Carlsbad Engineering Standards (CES). The construction plans consist of one set. The Plans, Specifications, and other Contract Documents shall govern the Work. The Contract Docu- ments are intended to be complementary and cooperative. Anything specified in the Specifications and not shown on the Plans, or shown on the Plans and not specified in the Specifications, shall be as though shown on or specified in both. The Plans shall be supplemented by such working drawings and shop drawings as are necessary to adequately control the Work. The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a reasonable examination of the Work site prior to submitting the Bid. Existing improvements visible at the Work site, for which no specific disposition is made on the Plans, but which interfere with the completion of the Work, shall be removed and disposed of by the Contrac- tor. The Contractor shall, upon discovering any error or omission in the Plans or Specifications, immedi- ately call it to the attention of the Municipal Projects Manager. 2-5.2 Precedence of Contract Documents. If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Change orders, whichever occurs last. 3) Contract addenda, whichever occurs last. 4) Contract 5) Carlsbad General Provisions 6) Technical Specifications 7) Plans. 8) Standards plans. a) City of Carlsbad Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) Traffic Signal Design Guidelines and Standards. f) State of California Department of Transportation Standard Plans. g) State of California Department of Transportation Standard Specifications. h) California Manual on Uniform Traffic Control Devices (CA MUTCD). 9) Standard Specifications for Public Works Construction, as amended. 10) Reference Specifications. 11) Manufacturer's Installation Recommendations Detail drawings shall take precedence over general drawings. 0 Revised 3/6/15 Contract No. 4020/4030 Page 57 of 104 Pages Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 10) above. Detailed plans and plan views shall have prece- dence over general plans. 2-5.3 Submittals. 2-5.3.1 General. Submittals shall be provided, at the Contractor's expense, as required in 2-5.3.2, 2- 5.3.3 and 2-5.3.4, when required by the Plans or Technical Specifications, or when requested by the Municipal Projects Manager. Materials shall neither be furnished nor fabricated, nor shall any work for which submittals are required by performed, before the required submittals have been reviewed and accepted by the Municipal Pro- jects Manager. Neither review nor acceptance of submittals by the Municipal Projects Manager shall relieve the Contractor from responsibility for errors, omissions, or deviations from the Contract Docu- ments, unless such deviations were specifically called to the attention of the Municipal Projects Man- ager in the letter of transmittal. The Contractor shall be responsible for the correctness of the submit- tals. The Contractor shall allow a minimum of 20 working days for review of submittals unless othenwise specified. Each submittal shall be accompanied by a letter of transmittal. Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indi- cate the third instance that the fourth submittal had been given to the Municipal Projects Manager). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and suh- mittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of Transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Agency's review. Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in con- fonnance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: Revised 3/6/15 Contract No. 4020/4030 Page 58 of 104 Pages 2-5.3.2 Working Drawings. Working drawings are drawings showing details not shown on the Plans which are required by the Specifications and to be designed by the Contractor. Working drawings shall be of a size and scale to clearly show all necessary details. One pdf version electronic file shall be submitted. 2-5.3.3 Shop Drawings. Shop drawings are drawings showing details of manufactured or assembled products proposed to be incorporated into the Work. Shop drawings required shall be as specified in the Specifications. 2-5.3.4 Supporting Information. Supporting information is information required by the Specifications for the purposes of administration of the Contract, analysis for verification of conformance with the Specifications, the operation and maintenance of a manufactured product or system to be constructed as part of the Work, and other information as may be required by the Municipal Projects Manager. Three copies and one electronic version of the supporting information shall be submitted to the Mu- nicipal Projects Manager prior to the start of the Work unless othenwise specified in the Special Provi- sions or directed by the Municipal Projects Manager. Supporting information for systems shall be bound together and include all manufactured items for the system. If resubmittal is not required, three copies will be returned to the Contractor. Supporting infomiation shall consist of the following and is required unless othenwise specified: 1) List of Subcontractors per 2-3.2. 2) List of Materials per 4-1.4. 3) Certifications per 4-1.5. 4) Construction Schedule per 6-1. 5) Confined Space Entry Program per 7-10.4.4. 6) 7) Data, including, but not limited to, catalog sheets, manufacturer's brochures, technical bulletins, specifications, diagrams, product samples, and other information necessary to describe a sys- tem, product or item. This infonnation is required for irrigation systems, street lighting systems, and traffic signals, and may also be required for any product, manufactured item, or system. 2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete "as-built" rec- ord set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, under- ground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall, at the conclusion of the project, be sent to the Architect of Record for revi- sions to the original CAD files. Cad and PDF files shall be delivered to the Municipal Projects Manager within thirty (30) days of completion of the work. Payment for perfonning the work required by Section 2-5.4 shall be included in Bid. 2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the Contract in a satisfactory manner. Unless othenwise provided, the Contractor shall furnish all materials, equip- ment, tools, labor, and incidentals necessary to complete the Work. 2-7 SUBSURFACE DATA. If applicable, all soil and test hole data, water table elevations, and soil analyses shown on the drawings or included in the Specifications apply only at the location of the test holes and to the depths indicated. Soil test reports for test holes which have been drilled are attached in Appendix D. Any additional subsurface exploration shall be done by Bidders or the Contractor at their own expense. The indicated elevation of the water table is that which existed on the date when test hole data was determined. It is the Contractor's responsibility to determine and allow for the elevation of groundwater Revised 3/6/15 Contract No. 4020/4030 Page 59 of 104 Pages at the date of project construction. A difference in elevation between groundwater shown in soil boring logs and groundwater actually encountered during construction will not be considered as a basis for w,- extra work. 2-8 RIGHT-OF-WAY. Rights-of-way, easements, or rights-of-entry for the Work will be provided by the Agency. Unless othenwise provided, the Contractor shall make arrangements, payfor, and assume all responsibility for acquiring, using, and disposing of additional work areas and facilities temporarily required. The Contractor shall indemnify and hold the Agency harmless from all claims for damages caused by such actions. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. The Contractor shall not cover or disturb permanent sun/ey monuments or benchmarks without the consent of the Municipal Projects Manager. Where the Mu- nicipal Projects Manager concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land sun/eyor or a registered civil Mu- nicipal Projects Manager authorized to practice land sun/eying within the State of California, hereinaf- ter Sun/eyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Sun/eyor no later than thirty (30) days after construction at the site of the replacement is completed. The Sun/eyor shall file comer record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a pemna- nent sun/ey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Municipal Projects Manager shall approve othenvise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Municipal Projects Manager. 2-9.2 Survey Service. If applicable, the Contractor shall hire and pay for the sen/ices of a Sun/eyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, rec- ords research and all other surveying work necessary to construct the work, provide surveying ser- vices as required herein and provide sun/eying, drafting and other professional sen/ices required to satisfy the requirements of the Land Surveyors Act. Sun/eyor shall be resident on the site during all sun/eying operations and shall personally supervise and certify the sun/eying work. 2-9.2.1 Submittal of Surveying Data, All sun/eying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals", herein. . 2-9.3 Line and Grade. All work shall conform to the lines, elevations, and grades shown on the Plans. 2-10 AUTHORITY OF BOARD AND MUNICIPAL PROJECTS MANAGER. The Board has the final authority in all matters affecting the Work. Within the scope of the Contract, the Municipal Projects Manager has the authority to enforce compliance with the Plans and Specifications. The Contractor shall promptly comply with instructions from the Municipal Projects Manager or an authorized repre- sentative. The decision of the Municipal Projects Manager is final and binding on all questions relating to: quan- tities; acceptability of material, equipment, or work; execution, progress or sequence of work; and interpretation of the Plans, Specifications, or other drawings. This shall be precedent to any payment under the Contract, unless othenwise ordered by the Board. Revised 3/6/15 Contract No. 4020/4030 Page 60 of 104 Pages 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Municipal Projects Manager may request. 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Municipal Projects Manager, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Municipal Projects Manager shall have the right to monitor, assess, and evaluate Contractor's and its subcon- tractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and in- ten/iews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Municipal Projects Manager may deem necessary, upon reasonable advance notice. Contractor shall make available to the Municipal Projects Manager for examination, all of its, and all subcontractors to this contract, records with respect to all matters cov- ered by this Contract and will permit the Municipal Projects Manager to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, pay- rolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contrac- tor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 2-11 INSPECTION. The Work is subject to inspection and approval by the Municipal Projects Man- ager. The Contractor shall notify the Municipal Projects Manager before noon of the working day be- fore inspection is required. Work shall be done only in the presence of the Municipal Projects Manager, unless othenwise authorized. Any work done without proper inspection will be subject to rejection. The Municipal Projects Manager and any authorized representatives shall at all times have access to the Work during its construction at shops and yards as well as the project site. The Contractor shall provide every reasonable facility for ascertaining that the materials and workmanship are in accordance with these specifications. Inspection of the Work shall not relieve the Contractor of the obligation to fulfill all conditions of the Contract. Revised 3/6/15 Contract No. 4020/4030 Page 61 of 104 Pages SECTION 3 - CHANGES IN WORK 3-1 CHANGES REQUESTED BY THE CONTRACTOR. 3-1.1 General. Changes in the Plans and Specifications, requested in writing by the Contractor, which do not materially affect the Work and which are not detrimental to the Work or to the interests of the Agency, may be granted by the Municipal Projects Manager. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. 3-1.2 Payment for Changes Requested by the Contractor. If such changes are granted, they shall be made at a reduction in cost or no additional cost to the Agency. 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.1 General. The Agency may change the Plans, Specifications, character of the work, or quantity of work provided the total arithmetic dollar value of all such changes, both additive and deductive, does not exceed 25 percent of the Contract Price. Should it become necessary to exceed this limita- tion, the change shall be by written Supplemental Agreement between the Contractor and Agency, unless both parties agree to proceed with the change by Change Order. Change Orders shall be in writing and state the dollar value of the change or established method of payment, any adjustment in contract time of completion, and when negotiated prices are involved, shall provide for the Contractor's signature indicating acceptance. 3-2.2 Payment. 3-2.2.1 Contract Unit Prices. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does not involve substantial change in character of the work from that shown on the Plans or specified in the Specifications, then an adjustment in payment will be made. This adjustment will be based upon the increase or decrease in quantity and the Contract Unit Price. If the actual quantity of an item of work covered by a Contract Unit Price and constructed in confonn- ance with the Plans and Specifications varies from the Bid quantity by 50 percent or less, payment will be made at the Contract Unit Price. If the actual quantity of said item of work varies from the Bid quantity by more than 50 percent, payment will be made per Section 3-2.2.2 or 3-2.2.3 as appropriate. The provision requiring the total arithmetic quantity changes, both additive and deductive to not ex- ceed 50 percent of the quantity in the "Contractor's Proposal" shall not apply to bid items A-1, A-2, A- 3, A-4, A-5, A-6, A-7, A-8, and A-10. For Bid Items A-1 through A-8, it is the intent that the Contractor will be paid at the unit price stipulated in the Contractor's Proposal for the actual final quantity furnished and installed, and for Bid Item A-10 the actual final quantity excavated and recompacted, which total quantity may be more or less than the quantity stipulated for each of the bid items listed in the "Con- tractor's Proposal. If a change is ordered in an item of work covered by a Contract Unit Price, and such change does involve a substantial change in the character of the work from that shown on the Plans or specified in the Specifications, an adjustment in payment will be made per Section 3-2.4. 3-2.2.2 Increases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price and constructed in conformance with the Plans and Specifications, exceed the Bid quantity by more than 50 percent, payment for the quantity in excess of 150 percent of the Bid quantity will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Municipal Projects Manager, on the basis of Extra Work per Section 3-3. The Extra Work per Section 3-3, basis of payment, shall not include fixed Revised 3/6/15 Contract No. 4020/4030 Page 62 of 104 Pages costs. Fixed costs shall be deemed to have been recovered by the Contractor through payment for 150 percent of the Bid quantity at the Contract Unit Price. 3-2.2.3 Decreases of More Than 50 Percent. Should the actual quantity of an item of work covered by a Contract Unit Price, and constructed in conformance with the Plans and Specifications, be less than 50 percent of the Bid quantity, an adjustment in payment will not be made unless so requested in writing by the Contractor. If the Contractor so requests, payment will be made on the basis of an adjustment in the Contract Unit Price mutually agreed to by the Contractor and the Agency, or at the option of the Municipal Projects Manager, on the basis of Extra Work per Section 3-3; however, in no case will payment be less than would be made for the actual quantity at the Contract Unit Price nor more than would be made for 50 percent of the Bid quantity at the Contract Unit Price. 3-2.3 Stipulated Unit Prices. Stipulated Unit Prices are unit prices established by the Agency in the Contract Documents as distinguished from Contract Unit Prices submitted by the Contractor. Stipu- lated Unit Prices may be used for the adjustment of Contract changes when so specified. 3-2.4 Agreed Prices. Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per Section 3-2.2, established by mutual agreement between the Contractor and the Agency. If mutual agreement cannot be reached, the Municipal Projects Manager may direct the Con- tractor to proceed on the basis of Extra Work in accordance per Section 3-3, except as otherwise specified in Sections 3-2.2.2 and 3-2.2.3. 3.2.4.1 Schedule of Values. Prior to construction. Contractor shall provide a schedule of values for all lump sum bid items that shall be used for the purpose of progress payments. The prices shall be valid for the purpose of change orders to the project. 3.2.5 Eliminated Items. Should any Bid item be eliminated in its entirety, payment will be made to the Contractor for its actual costs incurred in connection with the eliminated item prior to notification in writing from the Municipal Projects Manager so stating its elimination. If material confonning to the Plans and Specifications is ordered by the Contractor for use in the eliminated item prior to the date of notification of elimination by the Municipal Projects Manager, and if the order for that material cannot be canceled, payment will be made to the Contractor for the actual cost of the material. In this case, the material shall become the property of the Agency. Payment will be made to the Contractor for its actual costs for any further handling. If the material is retumabie, the material shall be retumed and payment will be made to the Contractor for the actual cost of charges made by the supplier for return- ing the material and for handling by the Contractor. Actual costs, as used herein, shall be computed on the basis of Extra Work per Section 3-3. 3-3 EXTRA WORK. 3-3.1 General. New or unforeseen work will be classified as "extra work" when the Municipal Pro- jects Manager detennines that it is not covered by Contract Unit Prices or stipulated unit prices. 3-3.2 Payment. 3-3.2.1 General. When the price for the extra work cannot be agreed upon, the Agency will pay for the extra work based on the accumulation of costs as provided herein. 3-3.2.2 Basis for Establishing Costs. (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus employer payments of payroll taxes, workers compensation Revised 3/6/15 Contract No. 4020/4030 Page 63 of 104 Pages insurance, liability insurance, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by lawful collective bargaining agreements. The use of a labor classification which would increase the extra work cost will not be permitted unless the Contractor establishes the necessity for such additional costs. Labor costs for equipment operators and helpers shall be reported only when such costs are not included in the invoice for equipment rental. The labor cost for foremen shall be proportioned to all of their assigned work and only that applicable to extra work will be paid. Nondirect labor costs, including superintendence, shall be considered part of the markup of Section 3-3.2.3 (a). (b) Materials. The cost of materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight, and delivery. The Agency resen/es the right to approve materials and sources of supply, or to supply materials to the Contractor if necessary for the progress of the Work. No markup shall be applied to any material provided by the Agency. (c) Tool and Equipment Rental. No payment will be made forthe use of tools which have a replace- ment value of $200 or less. Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for detemnining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. The rental rates paid shall include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all inciden- tals. Necessary loading and transportation costs for equipment used on the extra work shall be in- cluded. If equipment is used intermittently and, when not in use, could be returned to its rental source at less expense to the Agency than holding it at the Work site, it shall be returned, unless the Contractor elects to keep it at the Work site, at no expense to the Agency. All equipment shall be acceptable to the Municipal Projects Manager, in good working condition, and suitable for the purpose for which it is to be used. Manufacturer's ratings and approved modifications shall be used to classify equipment and it shall be powered by a unit of at least the minimum rating recommended by the manufacturer. The reported rental time for equipment already at the Work site shall be the duration of its use on the extra work. This time begins when equipment is first put into actual operation on the extra work, plus the time required to move it from its previous site and back, or to a closer site. (d) Other Items. The Agency may authorize other items which may be required on the extra work, including labor, sen/ices, material, and equipment. These items must be different in their nature from Revised 3/6/15 Contract No. 4020/4030 Page 64 of 104 Pages those required for the Work, and be of a type not ordinarily available from the Contractor or Subcon- tractors. Invoices covering all such items in detail shall be submitted with the request for payment. (e) Invoices. Vendors' invoices for material, equipment rental and other expenditures shall be sub- mitted with the request for payment. If the request for payment is not substantiated by invoices or other documentation, the Agency may establish the cost of the item involved at the lowest price which was current at the time of the report. 3-3.2.3 Markup. (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 10 2) Materials 10 3) Equipment Rental 10 4) Other Items and Expenditures ... 10 To the sum of the costs and markups provided for in this section, 1 percent shall be added as com- pensation for bonding. (b) Work by Subcontractors. When all or any part of the extra work is performed by a Subcon- tractor or sub-subcontractors, the markup established in Section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcon- tracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. Overhead and profit margins, in the aggregate, shall not exceed 25% for all tiers of subcontractors and the general contractor. 3-3.3 Daily Reports by Contractor. When the price for the extra work cannot be agreed upon, the Contractor shall submit a daily report to the Municipal Projects Manager on fonns approved by the Agency. Included are applicable delivery tickets, listing all labor, materials, and equipment involved for that day, and other sen/ices and expenditures when authorized. Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Municipal Projects Manager. Failure to submit the daily report by the close of the next working day may waive any rights for that day. An attempt shall be made to reconcile the report daily, and it shall be signed by the Municipal Projects Manager and the Contractor. In the event of disagreement, pertinent notes shall be entered by each party to explain points which cannot be resolved immediately. Each party shall retain a signed copy of the report. Reports by Subcontractors or others shall be submitted through the Contractor. The report shall: 1. Show names of workers, classifications, and hours worked. 2. Describe and list quantities of materials used. 3. Show type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable. 4. Describe other sen/ices and expenditures in such detail as the Agency may require. Revised 3/6/15 Contract No. 4020/4030 Page 65 of 104 Pages 3-4 CHANGED CONDITIONS. The Contractor shall promptly notify the Municipal Projects Man- ager of the following Work site conditions (hereinafter called changed conditions), in writing, upon their discovery and before they are disturbed: 1. Subsurface or latent physical conditions differing materially from those represented in the Con- tract; 2. Unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character being performed; and 3. Material differing from that represented in the Contract which the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class 1, Class 11, or Class 111 disposal site in accordance with provisions of existing law. The Municipal Projects Manager will promptly investigate conditions which appear to be changed con- ditions. If the Municipal Projects Manager determines that conditions are changed conditions and they will materially affect perfonnance time, the Contractor, upon submitting a written request, will be granted an extension of time subject to the provisions of 6-6. If the Municipal Projects Manager determines that the conditions do not justify an adjustment in com- pensation, the Contractor will be notified in writing. This notice will also advise the Contractor of its obligation to notify the Municipal Projects Manager in writing if the Contractor disagrees. The Contractor's failure to give notice of changed conditions promptly upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Municipal Projects Manager, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Municipal Projects Manager due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6- 7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Municipal Projects Manager upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discov- ery and before they are disturiaed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes addi- tional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. Revised 3/6/15 Contract No. 4020/4030 Page 66 of 104 Pages The potential claim shall include the following certification relative to the Califomia False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Municipal Projects Manager within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Municipal Projects Manager at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. If the contractor and the agency are unable to reach agreement on disputed work, the Agency may direct the contractor to proceed with the work. Priorto proceeding with dispute resolution pursuant to Public Contract Code provisions specified here- inafter, the contractor shall attempt to resolve all disputes infomnally through the following dispute resolution chain of command: 1. Construction Manager 2. Municipal Projects Manager 3. Municipal Property Manager 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional infonnation or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. V Revised 3/6/15 Contract No. 4020/4030 Page 67 of 104 Pages All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commenc- ing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not othenwise expressly provided for or the claimant is not othenwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements othenwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional infomiation is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claim- Revised 3/6/15 Contract No. 4020/4030 Page 68 of 104 Pages ant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (com- mencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no eariier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial ariDitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable houriy rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, detennines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as othenvise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any ariDitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Although not to be construed as proceeding under extra work provisions, the Contractor shall keep and furnish records of disputed work in accordance with Section 3-3. Revised 3/6/15 Contract No. 4020/4030 Page 69 of 104 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.1. General. All materials, parts, and equipment furnished by the Contractor in the Work shall be new, high grade, and free from defects. Quality of work shall be in accordance with the generally accepted standards. Material and work quality shall be subject to the Municipal Projects Manager's approval. Materials and work quality not conforming to the requirements of the Specifications shall be consid- ered defective and will be subject to rejection. Defective work or material, whether in place or not, shall be removed immediately from the site by the Contractor, at its expense, when so directed by the Municipal Projects Manager. If the Contractor fails to replace any defective or damaged work or material after reasonable notice, the Municipal Projects Manager may cause such work or materials to be replaced. The replacement expense will be deducted from the amount to be paid to the Contractor. Used or secondhand materials, parts, and equipment may be used only if permitted by the Specifica- tions. 4-1.2 Protection of Work and Materials. The Contractor shall provide and maintain storage facili- ties and employ such measures as will preserve the specified quality and fitness of materials to be used in the Work. Stored materials shall be reasonably accessible for inspection. The Contractor shall also adequately protect new and existing work and all items of equipment for the duration of the Con- tract. The Contractor shall not, without the Agency's consent, assign, sell, mortgage, hypothecate, or re- move equipment or materials which have been installed or delivered and which may be necessary for the completion of the Contract. 4-1.3 Inspection Requirements. 4-1.3.1 General. Unless othenvise specified, inspection is required at the source for such typical ma- terials and fabricated items as bituminous paving mixtures, structural concrete, metal fabrication, metal casting, welding, concrete pipe manufacture, protective coating application, and similar shop or plant operations. Steel pipe in sizes less than 18 inches and vitrified clay and cast iron pipe in all sizes are acceptable upon certification as to compliance with the Specifications, subject to sampling and testing by the Agency. Standard items of equipment such as electric motors, conveyors, elevators, plumbing fixtures, etc., are subject to inspection at the job site only. Special items of equipment such as designed elec- trical panel boards, large pumps, sewage plant equipment, etc., are subject to inspection at the source, normally only for performance testing. The Specifications may require inspection at the source for other items not typical of those listed in this section. The Contractor shall provide the Municipal Projects Manager free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ven- tilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Divi- sion of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Municipal Projects Manager with such information as may be Revised 3/6/15 Contract No. 4020/4030 Page 70 of 104 Pages necessary to keep the Municipal Projects Manager fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.3.2 Inspection of Materials Not Locally Produced. When the Contractor intends to purchase materials, fabricated products, or equipment from sources located more than 50 miles outside the geographical limits of the Agency, an inspector or accredited testing laboratory (approved by the Mu- nicipal Projects Manager), shall be engaged by the Contractor at its expense, to inspect the materials, equipment or process. This approval shall be obtained before producing any material or equipment. The inspector or representative of the testing laboratory shall judge the materials by the requirements of the Plans and Specifications. The Contractor shall fonvard reports required by the Municipal Pro- jects Manager. No material or equipment shall be shipped nor shall any processing, fabrication or treatment of such materials be done without proper inspection by the approved agent. Approval by said agent shall not relieve the Contractor of responsibility for complying with the Contract require- ments. 4-1.3.3 Inspection by the Agency. The Agency will provide all inspection and testing laboratory ser- vices within 50 miles of the geographical limits of the Agency. For private contracts, all costs of in- spection at the source, including salaries and mileage costs, shall be paid by the permittee. 4-1.4 Test of Material. Before incorporation in the Work, the Contractor shall submit samples of materials, as the Municipal Projects Manager may require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing to the place and at the time designated by the Municipal Projects Manager. Unless othenvise provided, all initial testing will be perfonned under the direction of the Municipal Projects Manager, and at no expense to the Contractor. If the Contractor is to provide and pay for testing, it will be stated in the Specifications. For private contracts, the testing expense shall be bome by the permittee. The Contractor shall notify the Municipal Projects Manager in writing, at least 15 days in advance, of its intention to use materials for which tests are specified, to allow sufficient time to perform the tests. The notice shall name the proposed supplier and source of material. If the notice of intent to use is sent before the materials are available for testing or inspection, or is sent so far in advance that the materials on hand at the time will not last but will be replaced by a new lot prior to use on the Work, it will be the Contractor's responsibility to renotify the Municipal Projects Manager when samples which are representative may be obtained. Except as specified in these Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications, Technical Specification, and any Supplemental Provisions. The cost of all other tests shall be bome by the Contractor. At the option of the Municipal Projects Manager, the source of supply of each of the materials shall be approved by the Municipal Projects Manager before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Revised 3/6/15 Contract No. 4020/4030 Page 71 of 104 Pages Compaction tests may be made by the Municipal Projects Manager and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Municipal Projects Manager. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.5 Certification. The Municipal Projects Manager may waive materials testing requirements of the Specifications and accept the manufacturer's written certification that the materials to be supplied meet those requirements. Material test data may be required as part of the certification. 4-1.6 Trade Names or Equals. The Contractor may supply any of the materials specified or offer an equivalent. The Municipal Projects Manager shall determine whether the material offered is equiv- alent to that specified. Adequate time shall be allowed for the Municipal Projects Manager to make this determination. Whenever any particular material, process, or equipment is indicated by patent, proprietary or brand name, or by name of manufacturer, such wording is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. The Contractor may offer any material, process, or equip- ment considered to be equivalent to that indicated. The substantiation of offers shall be submitted as provided in the contract documents. The Contractor shall, at its expense, furnish data concerning items offered by it as equivalent to those specified. The Contractor shall have the material tested as required by the Municipal Projects Manager to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, sen/ice, and suitability are such that the item will fulfill its intended func- tion. Test methods shall be subject to the approval of the Municipal Projects Manager. Test results shall be reported promptly to the Municipal Projects Manager, who will evaluate the results and determine if the substitute item is equivalent. The Municipal Projects Manager's findings shall be final. Installation and use of a substitute item shall not be made until approved by the Municipal Projects Manager. If a substitute offered by the Contractor is not found to be equal to the specified material, the Contractor shall furnish and install the specified material. The specified Contract completion time shall not be affected by any circumstance developing from the provisions of this section. The Contractor is responsible for the satisfactory perfonnance of substituted items. If, in the sole opin- ion of the Municipal Projects Manager, the substitution is detennined to be unsatisfactory in perfor- mance, appearance, durability, compatibility with associated items, availability of repair parts and suit- ability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. 4-1.7 Weighing and Metering Equipment. All scales and metering equipment used for proportion- ing materials shall be inspected for accuracy and certified within the past 12 months by the State of California Bureau of Weights and Measures, by the County Director or Sealer of Weights and Measures, or by a scale mechanic registered with or licensed by the County. The accuracy of the work of a scale service agency, except as stated herein, shall meet the standards of the California Business and Professions Code and the California Code of Regulations pertaining to Revised 3/6/15 Contract No. 4020/4030 Page 72 of 104 Pages weighing devices. A certificate of compliance shall be presented, prior to operation, to the Municipal Projects Manager for approval and shall be renewed whenever required by the Municipal Projects Manager at no cost to the Agency. All scales shall be arranged so they may be read easily from the operator's platform or area. They shall indicate the true net weight without the application of any factor. The figures of the scales shall be clearly legible. Scales shall be accurate to within 1 percent when tested with the plant shut down. Weighing equipment shall be so insulated against vibration or moving of other operating equipment in the plant area that the error in weighing with the entire plant running will not exceed 2 percent for any setting nor 1.5 percent for any batch. 4-1.8 Calibration of Testing Equipment. Testing equipment, such as, but not limited to pressure gages, metering devices, hydraulic systems, force (load) measuring instruments, and strain-measur- ing devices shall be calibrated by a testing agency acceptable to the Municipal Projects Manager at inten/als not to exceed 12 months and following repairs, modification, or relocation of the equipment. Calibration certificates shall be provided when requested by the Municipal Projects Manager. 4-1.9 Construction Materials Dispute Resolution (Soils, Rock Materials, Concrete, Mortar and Related Materials, Masonry Materials, Bituminous Materials, Rock Products, and Modified As- phalts). In the interest of safety and public value, whenever credible evidence arises to contradict the test values of materials, the Agency and the Contractor will initiate an immediate and cooperative investigation. Test values of materials are results of the materials' tests, as defined by these Specifi- cations or by the special provisions, required to accept the Work. Credible evidence is process obser- vations or test values gathered using industry accepted practices. A contradiction exists whenever test values or process obsen/ations of the same or similar materials are diverse enough such that the work acceptance or performance becomes suspect. The investigation shall allow access to all test results, procedures, and facilities relevant to the disputed work and consider all available information and, when necessary, gather new and additional information in an attempt to determine the validity, the cause, and if necessary, the remedy to the contradiction. If the cooperative investigation reaches any resolution mechanism acceptable to both the Agency and the Contractor, the contradiction shall be considered resolved and the cooperative investigation concluded. Whenever the cooperative in- vestigation is unable to reach resolution, the investigation may then either conclude without resolution or continue by written notification of one party to the other requesting the implementation of a resolu- tion process by committee. The continuance of the investigation shall be contingent upon recipient's agreement and acknowledged in writing within 3 calendar days after receiving a request. Without acknowledgement, the investigation shall conclude without resolution. The committee shall consist of three State of California Registered Civil Municipal Projects Managers. Within 7 calendar days after the written request notification, the Agency and the Contractor will each select one Municipal Projects Manager. Within 14 calendar days of the written request notification, the two selected Municipal Pro- jects Managers will select a third Municipal Projects Manager. The goal in selection of the third mem- ber is to complement the professional experience of the first two Municipal Projects Managers. Should the two Municipal Projects Managers fail to select the third Municipal Projects Manager, the Agency and the Contractor shall each propose 2 Municipal Projects Managers to be the third member within 21 calendar days after the written request notification. The first two Municipal Projects Managers pre- viously selected shall then select one of the four proposed Municipal Projects Managers in a blind draw. The committee shall be a continuance of the cooperative investigation and will re-consider all available information and if necessary gather new and additional infonnation to determine the validity, the cause, and if necessary, the remedy to the contradiction. The committee will focus upon the per- formance adequacy of the material(s) using standard Municipal Projects Managering principles and practices and to ensure public value, the committee may provide Municipal Projects Managering rec- ommendations as necessary. Unless othenvise agreed, the committee will have 30 calendar days Revised 3/6/15 Contract No. 4020/4030 Page 73 of 104 Pages from its formation to complete their review and submit their findings. The final resolution of the com- mittee shall be by majority opinion, in writing, stamped and signed. Should the final resolution not be unanimous, the dissenter may attach a written, stamped, and signed minority opinion. Once started, the resolution process by committee shall continue to full conclusion unless: 1. Within 7 days of the formation of the committee, the Agency and the Contractor reach an ac- ceptable resolution mechanism; or 2. Within 14 days of the formation of the committee, the initiating party withdraws its written noti- fication and agrees to bear all investigative related costs thus far incurred; or 3. At any point by the mutual agreement of the Agency and the Contractor. Unless othenvise agreed, the Contractor shall bear and maintain a record for all the investigative costs until resolution. Should the investigation discover assignable causes forthe contradiction, the as- signable party, the Agency or the Contractor, shall bear all costs associated with the investi- gation. Should assignable causes for the contradiction extended to both parties, the investiga- tion will assign costs cooperatively with each party or when necessary, equally. Should the investigation substantiate a contradiction without assignable cause, the investigation will as- sign costs cooperatively with each party or when necessary, equally. Should the investigation be unable to substantiate a contradiction, the initiator of the investigation shall bear all investi- gative costs. All claim notification requirements of the contract pertaining to the contradiction shall be suspended until the investigation is concluded. 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quan- tity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Municipal Projects Manager a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Municipal Projects Manager shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised 3/6/15 Contract No. 4020/4030 Page 74 of 104 Pages SECTION 5 - UTILITIES 5-1 LOCATION. The Agency and affected utility companies have, by a search of known records, ,.„,»' endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. Where underground main distribution conduits such as water, gas, sewer, electric power, telephone, or cable television are shown on the Plans, the Contractor shall assume that every property parcel will be served by a service connection for each type of utility. As provided in Section 4216 of the California Government Code, at least 2 working days prior to com- mencing any excavation, the Contractor shall contact the regional notification center (Underground Service Alert of Southern California) and obtain an inquiry identification number. The California Department of Transportation is not required by Section 4216 to become a member of the regional notification center. The Contractor shall contact it for location of its subsurface installa- tions. The Contractor shall determine the location and depth of all utilities, including service connections, which have been marked by the respective owners and which may affect or be affected by its opera- tions. If no pay item is provided in the Contract for this work, full compensation for such work shall be considered as included in the prices bid for other items of work. 5-2 PROTECTION. The Contractor shall not interrupt the service function or disturb the support of any utility without authority from the owner or order from the Agency. All valves, switches, vaults, and ^-v meters shall be maintained readily accessible for emergency shutoff. Where protection is required to ensure support of utilities located as shown on the Plans or in accord- ance with Section 5-1, the Contractor shall, unless othenvise provided, furnish and place the neces- sary protection at its expense. Upon learning of the existence and location of any utility omitted from or shown incorrectly on the Plans, the Contractor shall immediately notify the Municipal Projects Manager in writing. When au- thorized by the Municipal Projects Manager, support or protection of the utility will be paid for as pro- vided in Section 3-2.2.3 or 3-3. The Contractor shall immediately notify the Municipal Projects Manager and the utility owner if any utility is disturiDed or damaged. The Contractor shall bear the costs of repair or replacement of any utility damaged if located as noted in Section 5-1. When placing concrete around or contiguous to any non-metallic utility installation, the Contractor shall at its expense: 1. Furnish and install a 2 inch cushion of expansion joint material or other similar resilient material; or 2. Provide a sleeve or other opening which will result in a 2 inch minimum-clear annular space between the concrete and the utility; or Provide other acceptable means to prevent embedment in or bonding to the concrete. Revised 3/6/15 Contract No. 4020/4030 Page 75 of 104 Pages Where concrete is used for backfill or for structures which would result in embedment, or partial em- bedment, of a metallic utility installation; or where the coating, bedding or other cathodic protection system is exposed or damaged by the Contractor's operations, the Contractor shall notify the Munici- pal Projects Manager and arrange to secure the advice of the affected utility owner regarding the procedures required to maintain or restore the integrity of the system. 5-3 REMOVAL. Unless othenvise specified, the Contractor shall remove all interfering portions of utilities shown on the Plans or indicated in the Bid documents as "abandoned" or 'lo be abandoned in place". Before starting removal operations, the Contractor shall ascertain from the Agency whether the abandonment is complete, and the costs involved in the removal and disposal shall be included in the Bid for the items of work necessitating such removals. 5-4 RELOCATION. When feasible, the owners responsible for utilities within the area affected by the Work will complete their necessary installations, relocations, repairs, or replacements before com- mencement of work by the Contractor. When the Plans or Specifications indicate that a utility installa- tion is to be relocated, altered, or constructed by others, the Agency will conduct all negotiations with the owners and work will be done at no cost to the Contractor, except for manhole frame and cover sets to be brought to grade as provided in the Standard Specifications for Public Works Construction, Section 301-1.6,2009 Edition. Utilities which are relocated in order to avoid interference shall be pro- tected in their position and the cost of such protection shall be included in the Bid for the items of work necessitating such relocation. After award of the Contract, portions of utilities which are found to interfere with the Work will be relocated, altered or reconstructed by the owners, or the Municipal Projects Manager may order changes in the Work to avoid interference. Such changes will be paid for in accordance with Section 3-2. When the Plans or Specifications provide for the Contractor to alter, relocate, or reconstruct a utility, all costs for such work shall be included in the Bid for the items of work necessitating such work. Temporary or pennanent relocation or alteration of utilities requested by the Contractor for its conven- ience shall be its responsibility and it shall make all arrangements and bear all costs. The utility owner will relocate sen/ice connections as necessary within the limits of the Work or within temporary construction or slope easements. When directed by the Municipal Projects Manager, the Contractor shall arrange for the relocation of sen/ice connections as necessary between the meter and property line, or between a meter and the limits of temporary construction or slope easements. The relocation of such sen/ice connections will be paid for in accordance with provisions of Section 3- 3. Payment will include the restoration of all existing improvements which may be affected thereby. The Contractor may agree with the owner of any utility to disconnect and reconnect interfering sen/ice connections. The Agency will not be involved in any such agreement. In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are othenvise shown as installed by others. In order to mini- mize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Municipal Projects Manager's approval, may be per- mitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Municipal Projects Manager the Contractor shall place sun/ey or other physical con- trol markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or Revised 3/6/15 Contract No. 4020/4030 Page 76 of 104 Pages company. Such temporary omission shall be for the Contractor's convenience and no additional com- pensation will be allowed therefore or for additional work, materials or delay associated with the tem- porary omission. The portion thus omitted shall be constructed by the Contractor immediately follow- ing the relocation of the utility involved unless othenvise directed by the Municipal Projects Manager. 5-5 DELAYS. The Contractor shall notify the Municipal Projects Manager of its construction sched- ule insofar as it affects the protection, removal, or relocation of utilities. Said notification shall be in- cluded as a part of the construction schedule required in Section 6-1. The Contractor shall notify the Municipal Projects Manager in writing of any subsequent changes in the construction schedule which will affect the time available for protection, removal, or relocation of utilities. The Contractor will not be entitled to damages or additional payment for delays attributable to utility relocations or alterations if correctly located, noted, and completed in accordance with Section 5-1. The Contractor may be given an extension of time for unforeseen delays attributable to unreasonably protracted interference by utilities in performing work correctly shown on the Plans. The Agency will assume responsibility for the timely removal, relocation, or protection of existing main or trunkline utility facilities within the area affected by the Work if such utilities are not identified in the Contract Documents. The Contractor will not be assessed liquidated damages for any delay caused by failure of Agency to provide for the timely removal, relocation, or protection of such existing facilities. If the Contractor sustains loss due to delays attributable to interferences, relocations, or alterations not covered by Section 5-1, which could not have been avoided by the judicious handling of forces, equipment, or plant, there shall be paid to the Contractor such amount as the Municipal Projects Man- ager may find to be fair and reasonable compensation for such part of the Contractor's actual loss as ^«*»^ was unavoidable and the Contractor may be granted an extension of time. 5-6 COOPERATION. When necessary, the Contractor shall so conduct its operations as to pennit access to the Wori< site and provide time for utility work to be accomplished during the progress of the Work. Revised 3/6/15 Contract No. 4020/4030 Page 77 of 104 Pages SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Except as othenvise provided herein and unless othenvise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within 10 calendar days after receipt of the "Notice to Proceed". 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Municipal Pro- jects Manager will set the time and location for the Preconstruction Meeting. Attendance of the Con- tractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Con- tractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Con- struction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall pre- pare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) fonnat. The Baseline Construction Schedule shall depict a work- able plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Sched- ule shall include detail of all project phasing, staging, and sequencing, including all milestones neces- sary to define beginning and ending of each phase or stage. 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Con- tractor shall prepare and submit to the Municipal Projects Manager a complete time-scaled networic diagram showing all of the activities, logic relationships, and milestones comprising the schedule. 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Municipal Projects Manager a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the eariy start, the eariy finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity de- scribed. 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Municipal Projects Manager a chart showing individual tasks and their durations ar- ranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 2000 compatible "Suretrak" program by Primavera or "Projecf program by Microsoft Corpo- ration to prepare the Baseline Construction Schedule and all updates thereto. 6-1.2.5 Schedule Activities. Except for submittal activities, activity durations shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by Revised 3/6/15 Contract No. 4020/4030 Page 78 of 104 Pages the Municipal Projects Manager. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Municipal Projects Manager, to communicate the Contractor's plan for project execu- tion, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency sup- plied materials, equipment, or sen/ices, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual time span of the project. Should the Con- tractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of Section 6-1. The Municipal Projects Manager may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Base- line Construction Schedule. The Agency's acceptance of a shortened duration project will be con- firmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. 6-1.2.10 Municipal Projects Manager's Review. The Construction Schedule is subject to the review of the Municipal Projects Manager. The Municipal Projects Manager's detennination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supple- mental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Municipal Projects Manager. If the Municipal Projects Manager determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Sched- ule to meet these specifications and resubmit it to the Municipal Projects Manager. Failure of the Contractor to obtain the Municipal Projects Manager's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provi- sions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for tennination of the contract per Section 6-4. Days used by the Municipal Projects Manager to review the initial Construction Schedule will not be included in the 30 working days. The Municipal Projects Manager will review and retum to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. Revised 3/6/15 Contract No. 4020/4030 Page 79 of 104 Pages 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments prior to receipt of payment per Section 6-1.8.1. 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Municipal Projects Manager if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Municipal Pro- jects Manager. The Contractor, at the sole option of the Municipal Projects Manager, may be consid- ered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Municipal Projects Manager. 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Munic- ipal Projects Manager during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agree- ments no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6-1.2.9 and 6-1.3.1 through 6-1.3.7. 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Municipal Projects Manager with the update. 6-1.3.2 Activity Percent Complete. For each activity undenvay at the end of the month, the Con- tractor shall report the percentage determined by the Municipal Projects Manager as complete for the activity. The Contractor will track the actual completion for each activity compared to the planned completion, to calculate the "Planned Percent Complete" calculation, as defined by the Last Planner System®. 6-1.3.3 Electronic Media. The schedule data disk shall be an electronic media file, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in Section 6-1.2.4 "Schedule Software" and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. 6-1.3.5 Change Orders. Each monthly update will include the addition of the network revisions re- flecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their dura- tions arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 6-1.4 Municipal Projects Manager's Review of Updated Construction Schedule. The Municipal Projects Manager will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be re- turned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked Revised 3/6/15 Contract No. 4020/4030 Page 80 of 104 Pages "Accepted with Comments" or "Not Accepted" by the Municipal Projects Manager will be returned to the Contractor for correction. Upon resubmittal the Municipal Projects Manager will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 work- ing days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Municipal Projects Manager returning a monthly updated construction schedule marked "Not Accepted". 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with Section 6-1.8.2. 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Con- tractor must resubmit the Updated Construction Schedule to the Municipal Projects Manager incorpo- rating the corrections and changes noted in the Municipal Projects Manager's comments prior to re- ceipt of payment per Section 6-1.8.2. 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Municipal Projects Manager incorporating the corrections and changes noted in the Municipal Projects Manager's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Municipal Projects Manager, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Municipal Projects Manager before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the pro- ject at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor im- mediately following the "Accepted" schedule. 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explana- tion of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different' means a time variance greater than 5 percent of the number of days of duration for the project. 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be pre- pared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Municipal Projects Manager's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. Revised 3/6/15 Contract No. 4020/4030 Page 81 of 104 Pages 6-2 PROSECUTION OF WORK. To minimize public inconvenience and possible hazard and to restore street and other work areas to their original condition and state of usefulness as soon as practicable, the Contractor shall diligently prosecute the Work to completion. If the Municipal Projects Manager determines that the Contractor is failing to prosecute the Work to the proper extent, the Contractor shall, upon orders from the Mu- nicipal Projects Manager, immediately take steps to remedy the situation. All costs of prosecuting the Work as described herein shall be included in the Contractor's Bid. Should the Contractor fail to take the necessary steps to fully accomplish said purposes, after orders of the Municipal Projects Manager, the Municipal Projects Manager may suspend the work in whole or part, until the Contractor takes said steps. As soon as possible under the provisions of the Specifications, the Contractor shall backfill all exca- vations and restore to usefulness all improvements existing prior to the start of the Work. If Work is suspended through no fault of the Agency, all expenses and losses incurred by the Con- tractor during such suspensions shall be borne by the Contractor. If the Contractor fails to properly provide for public safety, traffic, and protection of the Work during periods of suspension, the Agency may elect to do so, and deduct the cost thereof from monies due the Contractor. Such actions will not relieve the Contractor from liability. 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. . 6-2.3 Project Meetings. The Municipal Projects Manager will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under Section 7-6, 'The Contractor's Representa- tive". No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-3 SUSPENSION OF WORK. 6-3.1 General. The Wori< may be suspended in whole or in part when determined by the Municipal Projects Manager that the suspension is necessary in the interest of the Agency. The Contractor shall comply immediately with any written order of the Municipal Projects Manager. Such suspension shall be without liability to the Contractor on the part of the Agency except as othenvise specified in Section 6-6.3. 6-3.2 Archaeological and Paleontological Discoveries. If discovery is made of items of archaeo- logical or paleontological interest, the Contractor shall immediately cease excavation in the area of discovery and shall not continue until ordered by the Municipal Projects Manager. When resumed, excavation operations within the area of discovery shall be as directed by the Municipal Projects Man- ager. Discoveries which may be encountered may include, but not be limited to, dwelling sites, stone imple- ments or other artifacts, animal bones, human bones, and fossils. The Contractor shall be entitled to an extension of time and compensation in accordance with the provisions of Section 6-6. 6-4 DEFAULT BY CONTRACTOR. If the Contractor fails to begin delivery of material and equip- ment, to commence the Work within the time specified, to maintain the rate of delivery of material, to Revised 3/6/15 Contract No. 4020/4030 Page 82 of 104 Pages execute the Work in the manner and at such locations as specified, or fails to maintain the Work schedule which will insure the Agency's interest, or, if the Contractor is not carrying out the intent of the Contract, the Agency may serve written notice upon the Contractor and the Surety on its Faithful Performance Bond demanding satisfactory compliance with the Contract. The Contract may be canceled by the Board without liability for damage, when in the Board's opinion the Contractor is not complying in good faith, has become insolvent, or has assigned or subcontracted any part of the Work without the Board's consent. In the event of such cancellation, the Contractor will be paid the actual amount due based on Contract Unit Prices or lump sums bid and the quantity of the Work completed at the time of cancellation, less damages caused to the Agency by acts of the Con- tractor. The Contractor, in having tendered a Bid, shall be deemed to have waived any and all claims for damages because of cancellation of Contract for any such reason. If the Agency declares the Contract canceled for any of the above reasons, written notice to that effect shall be served upon the Surety. The Surety shall, within five (5) days, assume control and perform the Work as successor to the Contractor. If the Surety assumes any part of the Work, it shall take the Contractor's place in all respects for that part, and shall be paid by the Agency for all work performed by it in accordance with the Contract. If the Surety assumes the entire Contract, all money due the Contractor at the time of its default shall be payable to the Surety as the Work progresses, subject to the terms of the Contract. If the Surety does not assume control and perform the Work within 5 days after receiving notice of cancellation, or fails to continue to comply, the Agency may exclude the Surety from the premises. The Agency may then take possession of all material and equipment and complete the Work by Agency forces, by letting the unfinished Work to another Contractor, or by a combination of such methods. In any event, the cost of completing the Work shall be charged against the Contractor and ^ its Surety and may be deducted from any money due or becoming due from the Agency. If the sums - due under the Contract are insufficient for completion, the Contractor or Surety shall pay to the Agency within 5 days after the completion, all costs in excess of the sums due. The provisions of this section shall be in addition to all other rights and remedies available to the Agency under law. 6-5 TERMINATION OF CONTRACT. The Board may terminate the Contract at its own discretion or when conditions encountered during the Wori< make it impossible or impracticable to proceed, or when the Agency is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.1 General. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in 6-6.3. Such unforeseen events may include: war, government regulations, labor disputes, strikes, fires, floods, adverse weather or elements necessitating cessation of work, inability to obtain materials, labor or equipment, required extra work, or other specific events as may be further described in the Specifica- tions. No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnishes to the Municipal Projects Manager documentary proof. The proof must be provided in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule. Revised 3/6/15 Contract No. 4020/4030 Page 83 of 104 Pages If delays beyond the Contractor's control are caused by events other than those mentioned above, the W Municipal Projects Manager may deem an extension of time to be in the best interests of the Agency. The Contractor will not be entitled to damages or additional payment due to such delays, except as provided in Section 6-6.3. If delays beyond the Contractor's control are caused solely by action or inaction by the Agency, such delays will entitle the Contractor to an extension of time as provided in Section 6-6.2. 6-6.2 Extensions of Time. Extensions of time, when granted, will be based upon the effect of delays to the Work. They will not be granted for noncontrolling delays to minor portions of the Work unless it can be shown that such delays did or will delay the progress of the Work. 6-6.3 Payment for Delays to Contractor. The Contractor will be compensated for damages in- curred due to delays forwhich the Agency is responsible. Such actual costs will be determined by the Municipal Projects Manager. The Agency will not be liable for damages which the Contractor could have avoided by any reasonable means, such as judicious handling of forces, equipment, or plant. The determination of what damages the Contractor could have avoided will be made by the Municipal Projects Manager. 6-6.4 Written Notice and Report. The Contractor shall provide written notice to the Municipal Pro- jects Manager within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has detennined to be caused by the Agency or by any organization that the Agency may othenvise be obligated by. The Contractor shall provide continuing daily written notice to the Municipal Projects Manager, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supen/isor and the make and model of each piece of equip- ment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. 6-7.1 General. The Contractor shall complete the Work within the time set forth in the Accepted Schedule. The Contractor shall complete each portion of the Work within such time as set forth in the Accepted Schedule. The time of completion of the Contract shall be expressed in working days. 6-7.2 Working Day. A woricing day is any day within the period between the start of the Contract time as defined in Section 6-1 and the date provided for completion, or upon field acceptance by the Municipal Projects Manager for all work provided for in the Contract, whichever occurs first, other than: 1. Saturday, 2. Sunday, 3. any day designated as a holiday by the Agency, 4. any other day designated as a holiday in a Master Labor Agreement entered into by the Con- tractor or on behalf of the Contractor as an eligible member of a contractor association, 5. any day the Contractor is prevented from working at the beginning of the workday for cause as defined in Section 6-6.1, 6. any day the Contractor is prevented from working during the first 5 hours with at least 60 per- cent of the nonnal work force for cause as defined in Section 6-6.1. L, Unless othenvise approved in writing by the Municipal Projects Manager, the hours of work shall be Revised 3/6/15 Contract No. 4020/4030 Page 84 of 104 Pages between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holi- days. The Contractor shall obtain the written approval of the Municipal Projects Manager if the Con- tractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Municipal Projects Manager may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.3 Contract Time Accounting. The Municipal Projects Manager will make a daily determination of each working day to be charged against the Contract time. These determinations will be discussed and the Contractor will be furnished a periodic statement showing allowable number of working days of Contract time, as adjusted, at the beginning of the reporting period. The statement will also indicate the number of working days charged during the reporting period and the number of working days of Contract time remaining. If the Contractor does not agree with the statement, it shall file a written protest within 15 days after receipt, setting forth the facts of the protest. Othenvise, the statement will be deemed to have been accepted. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY. The Work will be inspected by the Mu- nicipal Projects Manager for acceptance upon receipt of the Contractor's written assertion that the Work has been completed. The Municipal Projects Manager will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Municipal Projects Manager is satisfied that all the materials and workmanship, and all other fea- tures of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or pennanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Municipal Projects Manager's judgment, the Work has been completed and is ready for ac- ceptance the Municipal Projects Manager will so certify to the Board. Upon such certification by the Municipal Projects Manager the Board may accept the completed Work. Upon the Board's acceptance of the Woric the Municipal Projects Manager will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful perfonnance bond shall be retained as a warranty bond for the one year warranty period. The Contractor shall replace or repair any such defective work in a manner satisfactory to the Municipal Projects Manager, after notice to do so from the Municipal Projects Manager, and within the time specified in the notice. If the Contractor fails to make such replacement or repairs within the time specified in the notice, the Agency may perfonn this work and the Contractor's sureties shall be liable for the cost thereof. 6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the Work within the time al- lowed will result in damages being sustained by the Agency. For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with Section 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Two Thousand Dollars ($2,000.00). Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. Execution of the Contract shall constitute agreement by the Agency and Contractor that $2,000.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. Revised 3/6/15 Contract No. 4020/4030 Page 85 of 104 Pages 6-10 USE OF IMPROVEMENT DURING CONSTRUCTION. The Agency reserves the right to take over and utilize all or part of any completed facility or appurtenance. The Contractor will be notified in "s^ writing in advance of such action. Such action by the Agency will relieve the Contractor of responsibility for injury or damage to said completed portions of the improvement resulting from use by public traffic or from the action of the elements or from any other cause, except Contractor operations or negli- gence. The Contractor will not be required to reclean such portions of the improvement before field acceptance, except for cleanup made necessary by its operations. Nothing in this section shall be construed as relieving the Contractor from full responsibility for correcting defective work or materials. In the event the Agency exercises its right to place into sen/ice and utilize all or part of any completed facility or appurtenance, the Agency will assume the responsibility and liability for injury to persons or property resulting from the utilization of the facility or appurtenance so placed into service, except for any such injury to persons or property caused by any willful or negligent act or omission by the Con- tractor, Subcontractor, their officers, employees, or agents. Revised 3/6/15 Contract No. 4020/4030 Page 86 of 104 Pages SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. The Contractor shall furnish and maintain in good condition all equipment and facilities as required for the proper execution and inspection of the Work. Such equipment and facilities shall meet all requirements of applicable ordinances and laws. 7-2 LABOR. 7-2.1 General. Only competent workers shall be employed on the Work. Any person employed who is found to be incompetent, intemperate, troublesome, disorderiy, or othenvise objectionable, or who fails or refuses to perform work properly and acceptably, shall be immediately removed from the Work by the Contractor and not be reemployed on the Work. 7-2.2 Laws. The Contractor, its agents, and employees shall be bound by and comply with applica- ble provisions of the Labor Code and Federal, State, and local laws related to labor. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages; the 8-hour day and 40-hour week; overtime; Saturday, Sunday, and holiday work; and nondiscrimina- tion because of race, color, national origin, sex, or religion. The Contractor shall forfeit to the Agency the penalties prescribed in the Labor Code for violations. In accordance with the Labor Code, the Board has on file and will publish a schedule of prevailing wage rates for the types of work to be done under the Contract. The Contractor shall not pay less than these rates. Each worker shall be paid subsistence and travel as required by the collective bargaining agreement on file with the State of California Department of Industrial Relations. The Contractor's attention is directed to Section 1776 of the Labor Code which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or Subcontractor in connection with the project. The Con- tractor shall agree through the Contract to comply with this Section and the remaining provisions of the Labor Code. 7-3 LIABILITY iNSURANCE. Insurance shall be required as specified in section 10 of the Public Works Contract. The cost of this insurance shall be included in the Contractor's Bid. 7-4 WORKERS' COMPENSATION INSURANCE. Before execution of the Contract by the Board, the Contractor shall file with the Municipai Projects Manager the following signed certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The Contractor shall also comply with Section 3800 of the Labor Code by securing, paying for, and maintaining in full force and effect for the duration of the contract, complete Workers' Compensation Insurance, and shall furnish a Certificate of Insurance to the Municipal Projects Manager before exe- cution of the Contract. The Agency, its officers, or employees, will not be responsible for any claims in law or equity occasioned by failure of the Contractor to comply with this paragraph. Revised 3/6/15 Contract No. 4020/4030 Page 87 of 104 Pages All compensation insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered mail not less than 30 days before expiration or cancellation is effective. All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' com- pensation insurance. 7-5 PERMITS. Except as specified herein the Agency will obtain, at no cost to the Contractor all City of Carisbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. The Contractor shall obtain and pay for all costs incurred for permits necessitated by its operations such as, but not limited to, those permits required for night work, overioad, blasting, and demolition.. The Contractor shall obtain all pennits incidental to the Work or made necessary by its operations, and pay all costs incurred by the permit requirements. The Contractor shall pay all business taxes or license fees that are required for the work. 7-5.1 Resource Agency Permits. There are no Resource Agency permits for this Project. 7-6 THE CONTRACTOR'S REPRESENTATIVE. Before starting work, the Contractor shall desig- nate in writing a representative who shall have complete authority to act for it. An altemative repre- sentative may be designated as well. The representative or alternate shall be present at the Work site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the Work, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. A joint venture shall designate only one representative and alternate. In the absence of the Contractor or its representative, instructions or directions may be given by the Municipal Projects Manager to the superintendent or person in charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific woric shall be able to speak, read, and write the English language. 7-7 COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for ascer- taining the nature and extent of any simultaneous, collateral, and essential work by others. The Agency, its workers and contractors and others, shall have the right to operate within or adjacent to the Work site during the performance of such work. The Agency, the Contractor, and each of such workers, contractors and others, shall coordinate their operations and cooperate to minimize interference. The Contractor shall include in its Bid all costs involved as a result of coordinating its work with others. The Contractor will not be entitled to additional compensation from the Agency for damages resulting from such simultaneous, collateral, and essential work. If necessary to avoid or minimize such damage or delay, the Contractor shall redeploy its work force to other parts of the Work. Revised 3/6/15 Contract No. 4020/4030 Page 88 of 104 Pages Should the Contractor be delayed by the Agency, and such delay could not have been reasonably foreseen or prevented by the Contractor, the Municipal Projects Manager will determine the extent of the delay, the effect on the project, and any extension of time. 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies dur- ing the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Municipal Projects Manager, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall keep the site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance by cleaning, sweeping and sprinkling with water, or other means as necessary. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. When required by the Plans or Specifications, the Contractor shall furnish and operate a self-loading motor sweeper with spray nozzles at least once each working day for the purpose of keeping paved areas acceptably clean wherever construction, including restoration, is incomplete. Materials and equipment shall be removed from the site as soon as they are no longer necessary. Before the final inspection, the site shall be cleared of equipment, unused materials, and rubbish so as to present a satisfactory clean and neat appearance. All cleanup costs shall be included in the Contractor's Bid. Care shall be taken to prevent spillage on haul routes. Any such spillage shall be removed immediately and the area cleaned. Excess excavation material from catch basins or similar structures shall be removed from the site immediately. Sufficient material may remain for use as backfill if permitted by the Specifications. Forms and fonn lumber shall be removed from the site as soon as practicable after stripping. Failure of the Contractor to comply with the Municipal Projects Manager's cleanup orders may result in an order to suspend work until the condition is corrected. No additional compensation will be allowed as a result of such suspension. Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Municipal Projects Manager may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.2 Air Pollution Control. The Contractor shall not discharge smoke, dust, or any other air con- taminants into the atmosphere in such quantity as will violate the regulations of any legally constituted authority. 7-8.3 Vermin Control. At the time of acceptance, structures entirely constructed under the Contract shall be free of rodents, insects, vermin, and pests. Necessary extermination work shall be arranged and paid for by the Contractor as part of the Work within the Contract time, and shall be performed by Revised 3/6/15 Contract No. 4020/4030 Page 89 of 104 Pages a licensed exterminator in accordance with requirements of governing authorities. The Contractor shall be liable for injury to persons or property and responsible for the elimination of offensive odors result- ing from extermination operations. 7-8.4 Sanitation. The Contractor shall provide and maintain enclosed toilets for the use of employ- ees engaged in the Work. These accommodations shall be maintained in a neat and sanitary condi- tion. They shall also comply with all applicable laws, ordinances, and regulations pertaining to public health and sanitation of dwellings and camps. Wastewater shall not be interrupted. Should the Contractor disrupt existing sewer facilities, sewage shall be conveyed in closed conduits and disposed of in a sanitary sewer system. Sewage shall not be permitted to flow in trenches or be covered by backfill. 7-8.5 Temporary Light, Power, and Water. The Contractor shall furnish, install, maintain, and re- move all temporary light, power, and water at its own expense. These include piping, wiring, lamps, and other equipment necessary for the Work. The Contractor shall not draw water from any fire hydrant (except to extinguish a fire), without obtaining permission from the water agency concerned. The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Con- tractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, sen/ice, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. The Contractor shall exercise every reasonable precaution to pro- tect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule opera- tions so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall comply with the California State Water Resources Control Board (SWRCB) Or- der Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stonnwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. The Contractor shall prepare a Storm Water Pollution Prevention Plan (SWPPP) in accordance with Technical Specification Section 02372. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board, San Diego Region. All costs for preparing and implementing the Stonn Water Pollution Pre- vention and Monitoring Plans for this project and coordination with the City and the Regional Water Quality Control Board, San Diego Region, shall be included as part of the contract price bid. The lump sum amount shall include all work required to conform to the SWPPP for the project and inclusion of any BMP's required by the SWPPP. The City prepared and filed a Notice of Intent (NOI) with the State Water Resources Control Board. The Contractor will provide the City all information necessary for the NOI within ten (10) calen- dar days of Contract award. Revised 3/6/15 Contract No. 4020/4030 Page 90 of 104 Pages 7-8.7 Drainage Control. The Contractor shall maintain drainage within and through the work areas. Earth dams will not be permitted in paved areas. Temporary dams of sandbags, asphaltic concrete, or other acceptable material will be permitted when necessary. Such dams shall be removed from the site as soon as their use is no longer necessary. 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carisbad Municipal Code Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall be responsible for the protection of public and private property adjacent to the Work and shall exercise due caution to avoid damage to such property. The Contractor shall repair or replace all existing improvements within the right-of-way which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, signs, utility installations, pavement, structures, etc.) which are damaged or removed as a result of its operations. When a por- tion of a sprinkler system within the right-of-way must be removed, the remaining lines shall be capped. Repairs and replacements shall be at least equal to existing improvements and shall match them in finish and dimension. Maintenance of street and traffic signal systems that are damaged, temporarily removed or relocated shall be done in conformance with 307-1.5. Trees, lawns, and shrubbery that are not to be removed shall be protected from damage or injury. If damaged or removed due to Contractor's operations, they shall be restored or replaced in as nearly the original condition and location as is reasonably possible. Lawns shall be reseeded and covered with suitable mulch. The Contractor shall give reasonable notice to occupants or owners of adjacent property to permit them to salvage or relocate plants, trees, fences, sprinklers, and other improvements, within the right- of-way which are designated for removal and would be destroyed because of the Work. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be in- cluded in the Bid. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. The Contractor's operations shall cause no unnecessary inconvenience. If applicable, the access rights of the public shall be considered at all times. Unless othenvise author- ized, traffic shall be permitted to pass through the Work, or an approved detour shall be provided. Safe and adequate pedestrian and vehicular access shall be provided and maintained to: fire hydrants; commercial and industrial establishments; churches, schools and parking lots; sen/ice stations and motels; hospitals; police and fire stations; and establishments of similar nature. Access to these facil- ities shall be continuous and unobstructed unless otherwise approved by the Municipal Projects Man- ager. The Contractor shall cooperate with the various parties involved in the delivery of mail and the collec- tion and removal of trash and garbage to maintain existing schedules for these services. Grading operations, roadway excavation and fill construction shall be conducted by the Contractor in a manner to provide a reasonably satisfactory surface for traffic. When rough grading is completed. the roadbed surface shall be brought to a smooth, even condition satisfactory for traffic. Revised 3/6/15 Contract No. 4020/4030 Page 91 of 104 Pages Unless othenvise authorized, work shall be performed in only one-half the roadway at one time. One half shall be kept open and unobstructed until the opposite side is ready for use. If one-half a street only is being improved, the other half shall be conditioned and maintained as a detour. The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company. Coast Waste Management at 929-9417. During overiay operations, the Contractors schedule for overiay application shall be designated to provide residents and business owners whose streets are to be overiaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impend- ing disruption. The contractor shall replace all street markings and striping damaged by construction activities. The Contractor shall include in its Bid all costs for the above requirements. 7-10.2 Storage of Equipment and Materials in Public Streets. Construction materials shall not be stored in streets, roads, or highways. A suitable location inside the construction zone will be deter- mined at the pre-construction conference... 7-10.3 Street Closures, Detours, Barricades. If applicable, the Contractor shall comply with all ap- plicable State, County, and City requirements for closure of streets. The Contractor shall provide bar- riers, guards, lights, signs, temporary bridges, flagpersons, and watchpersons. The Contractor shall be responsible for compliance with additional public safety requirements which may arise. The Con- tractor shall furnish and install signs and warning devices and promptly remove them upon completion of the Work. After obtaining the Municipal Projects Managers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Municipal Projects Manager (760) 434-2949 2) Carisbad Fire Department Dispatch (760) 931 -2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (extension 2937) (760) 438-2980 5) Carisbad Traffic Signals Operations (760) 602-2752 6) North County Transit District (760)967-2828 7) Waste Management (760)929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Municipal Pro- jects Manager's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. The Contractor shall secure approval, in advance, from authorities concerned for the use of any bridges proposed by it for public use. Temporary bridges shall be clearly posted as to load limit, with signs and posting confonning to current requirements covering "signs" as set forth in the Traffic Manual Revised 3/6/15 Contract No. 4020/4030 Page 92 of 104 Pages published by the California Department of Transportation. This manual shall also apply to the street closures, barricades, detours, lights, and other safety devices required. All costs involved shall be included in the Bid. Traffic controls shall be in accordance with the plans, The California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and these provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Municipal Projects Manager may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. 7-10.3.1 Construction Area Signs and Control Devices. If applicable, all construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall con- form to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne confomning to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warn- ^ ing and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view '^•^ of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in perfonning excavation for signs in order to protect underground facilities. All excavation required to install stationary con- struction area signs shall be performed by hand methods without the use of power equipment. Warn- ing and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non- working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in con- fonnance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 7" long. Personal vehicles of the Contractor's employees shall not be pariced within the traveled way, including any Section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 6' of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 25' intervals to a point not less than 25' past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A W20-1 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Mu- nicipal Projects Manager. 7-10.3.2 Maintaining Traffic. If applicable, the Contractor's personnel shall not woric closer than 6- """^ feet, nor operate equipment within 2-feet from any traffic lane occupied by traffic. For equipment the ^^m^ Revised 3/6/15 Contract No. 4020/4030 Page 93 of 104 Pages minimum acceptable shy distance, 2-feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Municipal Projects Manager has given written authorization to the reduction in clear- ance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Municipal Projects Manager or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Municipal Projects Manager may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12-feet wide, shall be open for use by public traffic in each direction of travel. 7-10.3.3 Traffic Control System for Lane Closure. If applicable, a traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, Cali- fornia Manual on Unifomri Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Municipal Projects Manager, within the limits of the right-of-way. 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. If applicable, during traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Municipal Projects Manager. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Municipal Projects Manager and has received the Municipal Projects Manager's written approval of said plan. 7-10.3.5 Temporary Pavement Delineation. If applicable temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the California Manual on Unifonn Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in Califomia) published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or pennanent pavement delineation shall be in place priorto opening the traveled way to public traffic. Lane line or centeriine pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Con- tractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other tem- porary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Municipal Projects Revised 3/6/15 Contract No. 4020/4030 Page 94 of 104 Pages Manager, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP pre- pared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Municipal Projects Manager's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Municipal Projects Manager's approval of the TCP prior to implementing them. The minimum 20- day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Municipal Projects Manager's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, sup- plements and/or new design of TCP shall meet the requirements of the Municipal Projects Manager and the California Manual on Uniform Traffic Control Devices (FHWA MUTCD 2003 Revision 1, as amended for use in California) as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional Municipal Projects Manager appropriately registered in the State of California. The Municipal Projects Manager shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Municipal Projects Manager may approve any such modifications, supplements, and/or new de- signs to the TCP when, in the Municipal Projects Manager's sole opinion, such modifications, supple- ments, and/or new designs to the TCP prepared by the registered professional Municipal Projects Manager retained by the Contractor will be beneficial to the best interests of the Agency. Such modi- fication, addition, supplement, and/or new design shall not be implemented and no woric shall be com- menced that is contingent on such approval until the changed TCP are approved by the Municipal Projects Manager. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove all traffic control as incidentals to the woric with which they are associated and no other compensation will be allowed therefore. 7-10.4 Safety. 7-10.4.1 Safety Orders. The Contractor shall have at the Work site, copies or suitable extracts of: Construction Safety Orders, Tunnel Safety Orders and General Industry Safety Orders issued by the State Division of Industrial Safety. The Contractor shall comply with provisions of these and all other applicable laws, ordinances, and regulations. Before excavating any trench 5 feet or more in depth, the Contractor shall submit a detailed plan to the Agency showing the design of shoring, bracing, sloping, or other provisions to be made for the workers' protection from the hazard of caving ground during the excavation of such trench. If the plan 0 Revised 3/6/15 Contract No. 4020/4030 Page 95 of 104 Pages varies from the shoring system standards, the plan shall be prepared by a registered Civil Municipal Projects Manager. No excavation shall start until the Municipal Projects Manager has accepted the plan and the Contractor has obtained a permit from the State Division of Industrial Safety. A copy of the permit shall be submitted to the Municipal Projects Manager. Payment for performing all work necessary to provide safety measures shall be included in the prices bid for other items of work except where separate bid items for excavation safety are provided, or required by law. 7-10.4.2 Use of Explosives. Explosives may be used only when authorized in writing by the Munic- ipal Projects Manager, or as othenvise stated in the Specifications. Explosives shall be handled, used, and stored in accordance with all applicable regulations. The Municipal Projects Manager's approval of the use of explosives shall not relieve the Contractor from liability for claims caused by blasting operations. Additional requirements regarding blasting are included in Technical Specification Section 01210 and Section 02300. 7-10.4.3 Special Hazardous Substances and Processes. Materials that contain hazardous sub- stances or mixtures may be required on the Work. A Material Safety Data Sheet as described in Sec- tion 5194 of the California Code of Regulations shall be requested by the Contractor from the manu- facturer of any hazardous products used. Material usage shall be accomplished with strict adherence to California Division of Industrial Safety requirements and all manufacturer warnings and application instructions listed on the Material Safety Data Sheet and on the product container label. The Contractor shall notify the Municipal Projects Manager if a specified product cannot be used under safe conditions. 7-10.4.4 Confined Spaces. (a) Confined Space Entry Program. The Contractor shall be responsible for implementing, administer- ing and maintaining a confined space entry program (CSEP) in accordance with Sections 5156, 5157 and 5158, Title 8, CCR. Prior to starting the Work, the Contractor shall prepare and submit its comprehensive CSEP to the Municipal Projects Manager. The CSEP shall address all potential physical and environmental haz- ards and contain procedures for safe entry into confined spaces, including, but not limited to the fol- lowing: 1. Training of personnel 2. Purging and cleaning the space of materials and residue 3. Potential isolation and control of energy and material inflow 4. Controlled access to the space 5. Atmospheric testing of the space 6. Ventilation of the space 7. Special hazards consideration 8. Personal protective equipment 9. Rescue plan provisions The Contractor's submittal shall include the names of its personnel, including subcontractor personnel, assigned to the project who will have CSEP responsibilities, their CSEP training, and their specific assignment and responsibility in carrying out the CSEP. Revised 3/6/15 Contract No. 4020/4030 Page 96 of 104 Pages (b) Permit-Required Confined Spaces. Entry into permit-required confined spaces as defined in Sec- tion 5157, Title 8, CCR may be required as a part of the Work. All manholes, tanks, vaults, pipelines, excavations, or other enclosed or partially enclosed spaces shall be considered permit-required con- fined spaces until the pre-entry procedures demonstrate othenvise. The Contractor shall implement a permit space program prior to performing any work in a permit-required confined space. A copy of the permit shall be available at all times for review by Contractor and Agency personnel at the Work site. (c) Payment. Payment for implementing, administering, and providing all equipment and personnel to perform the CSEP shall be included in the bid items for which the CSEP is required. 7-10.4.5 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all neces- sary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-11 PATENT FEES OR ROYALTIES. The Contractor shall absorb in its Bid the patent fees or royalties on any patented article or process furnished or used in the Work. The Contractor shall in- demnify and hold the Agency hannless from any legal action that may be brought for infringement of patents. 7-12 ADVERTISING. The names, addresses and specialties of Contractors, Subcontractors, archi- tects, or Municipal Projects Managers may be displayed on removable signs. The size and location shall be subject to the Municipal Projects Manager's approval. Commercial advertising matter shall not be attached to or painted on the surfaces of buildings, fences, canopies, or barricades. 7-13 LAWS TO BE OBSERVED. The Contractor shall keep fully infomned of State and National laws and County and Municipal ordinances and regulations which in any manner affect those em- ployed in the Work or the materials used in the Woric or in any way affect the conduct of the Work. The Contractor shall at all times obsen/e and comply with such laws, ordinances, and regulations. Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. 7-14 ANTITRUST CLAIMS. Section 7103.5 of the Public Contract Code provides: "In entering into a public works contract or a subcontract to supply goods, sen/ices, or materials pur- suant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, ser- vices, or materials pursuant to the public works contract or subcontract. The assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment of the parties." Revised 3/6/15 Contract No. 4020/4030 Page 97 of 104 Pages SECTION 8 - FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. All facilities provided for Agency personnel shall be at suitable locations approved by the Municipal Projects Manager. Such facilities must be in a room, building, or trailer provided for this purpose with acceptable means for locking. For large Civic Projects (exceeding one million dollars) a Class "A" Field Office in accordance with Section 8-2.1 shall be provided. All facilities shall conform to the applicable codes, ordinances, and regulations of the local jurisdiction and of the State of California, and shall conform to current practice. The interior shall be paneled or suitably lined to provide a facility of good appearance. The Contractor shall provide janitorial and other maintenance sen/ices in all types of facilities provided. Such sen/ices shall include the supply of the appropriate paper products and dispensers. Trash re- ceptacles shall be provided and emptied by the Contractor at weekly inten/als or sooner as required. The trash shall be removed from the project site. All costs to furnish, maintain, sen/ice, and remove the specified facilities at the project site shall be included in the price bid for such facilities. If no bid item is provided in the proposal, costs shall be included in other items for which bids are entered. The first progress payment will not be approved until all facilities are in place and fully comply with the Specifications. 8-2 FIELD OFFICE FACILITIES. 8-2.1 Class "A" Field Office. Contractor shall furnish the Municipal Projects Manager a "Class A" Field Office. The field office shall be for the exclusive use of the Municipal Projects Manager and such other individuals that the Municipal Projects Manager may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Municipal Projects Manager shall othenvise direct. This office shall have a minimum floor space of 600 ft^. All doors and windows shall be provided with screens. Furniture shall be provided as follows: one plan table, one standard 5 feet long double-pedestal desk with a drawer suitable for holding files, three chairs,, one 5 drawer file cabinet, and one plan rack. Electric power shall be provided to include a minimum of four duplex convenience outlets. The office shall be illuminated at the tables and desk. An outdoor lighting fixture shall be installed. Heating and air conditioning of sufficient capacity shall be provided at no expense to the Agency. The Contractor shall provide drinking water within the office and integral sanitary facilities directly adjoining. Temporary danitary facilities shall shall be provided. These facilities must be dedicated to the Agency and not shared with sub-contractors. The field office shall have a 24" by 36" sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Municipal Projects Manager. Revised 3/6/15 Contract No. 4020/4030 Page 98 of 104 Pages CITY OF CARLSBAD CIVIC PROJECTS 8-3 FIELD LABORATORIES. 8-3.1 Offsite at Manufacturing Plant, (not required) 8-3.2 At Project Site, (not applicable) 8-4 BATHHOUSE FACILITIES, (not required) 8-5 REMOVAL OF FACILITIES. Field offices at the project site shall be removed upon completion of the Work. Buildings and equipment furnished by the Contractor at the project site under the provi- sions of this section are the property of the Contractor. 8-6 BASIS OF PAYMENT. All costs incurred in furnishing, maintaining, sen/icing, and removing field office(s) required at the project site shall be included in the bid item for furnishing such facilities. If such facilities are required by the Plans or Specifications and no bid item is provided in the proposal, the costs shall be included in other items for which bids are entered. Such costs incurred in connection with offices and laboratories at plants shall be borne by the plant owners. Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all pennits, property rental, providing utilities including, but not limited to, high speed internet service, elecrtrical, telephone, sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Municipal Projects Manager and on the project excepting when the Municipal Projects Manager has or- dered that the field office be removed from the project. Revised 3/6/15 Contract No. 4020/4030 Page 99 of 104 Pages SECTION 9 - MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK. 9-1.1 General. Unless othenvise specified, quantities of work shall be determined from measure- ments or dimensions in horizontal planes. However, linear quantities of pipe, piling, fencing and timber shall be considered as being the true length measured along longitudinal axis. Unless othenvise provided in Specifications, volumetric quantities shall be the product of the mean area of vertical or horizontal sections and the inten/ening horizontal or vertical dimension. The planim- eter shall be considered an instrument of precision adapted to measurement of all areas. 9-1.2 Methods of Measurement. Materials and items of work which are to be paid for on basis of measurement shall be measured in accordance with methods stipulated in the particular sections in- volved. 9-1.3 Certified Weights. When payment is to be made on the basis of weight, the weighing shall be done on certified platfomn scales or, when approved by the Municipal Projects Manager, on a com- pletely automated weighing and recording system. The Contractor shall furnish the Municipal Projects Manager with duplicate licensed weighmaster's certificates showing actual net weights. The Agency will accept the certificates as evidence of weights delivered. 9-1.4 Units of Measurement. The system of measure for this contract shall be the U.S. Standard Measures. 9-2 LUMP SUM WORK. Items for which quantities are indicated "Lump Sum", "L.S.", or "Job", shall be paid for at the price indicated in the Bid. Such payment shall be full compensation for the items of work and all work appurtenant thereto. When required by the Specifications or requested by the Municipal Projects Manager, the Contractor shall submit to the Municipal Projects Manager within 15 days after award of Contract, a detailed schedule in triplicate, to be used only as a basis for detemiining progress payments on a lump sum contract or designated lump sum bid item. This schedule shall equal the lump sum bid and shall be in such form and sufficiently detailed as to satisfy the Municipal Projects Manager that it correctly repre- sents a reasonable apportionment of the lump sum. 9-3 PAYMENT 9-3.1 General. The quantities listed in the Bid schedule will not govem final payment. Payment to the Contractor will be made only for actual quantities of Contract items constructed in accordance with the Plans and Specifications. Upon completion of construction, if the actual quantities show either an increase or decrease from the quantities given in the Bid schedule, the Contract Unit Prices will prevail subject to the provisions of Section 3-2.2.1. The unit and lump sum prices to be paid shall be full compensation for the items of work and all appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals. Payment will not be made for materials wasted or disposed of in a manner not called for under the Contract. This includes rejected material not unloaded from vehicles, material rejected after it has been placed, and material placed outside of the Plan lines. No compensation will be allowed for dis- posing of rejected or excess material. Revised 3/6/15 Contract No. 4020/4030 Page 100 of 104 Pages Payment for work performed or materials furnished under an Assessment Act Contract will be made as provided in particular proceedings or legislative act under which such contract was awarded. Whenever any portion of the Work is performed by the Agency at the Contractor's request, the cost thereof shall be charged against the Contractor, and may be deducted from any amount due or be- coming due from the Agency. Whenever immediate action is required to prevent injury, death, or property damage, and precautions which are the Contractor's responsibility have not been taken and are not reasonably expected to be taken, the Agency may, after reasonable attempt to notify the Contractor, cause such precautions to be taken and shall charge the cost thereof against the Contractor, or may deduct such cost from any amount due or becoming due from the Agency. Agency action or inaction under such circumstances shall not be construed as relieving the Contractor or its Surety from liability. Payment shall not relieve the Contractor from its obligations under the Contract; nor shall such pay- ment be construed to be acceptance of any of the Work. Payment shall not be construed as the trans- fer of ownership of any equipment or materials to the Agency. Responsibility of ownership shall remain with the Contractor who shall be obligated to store any fully or partially completed work or structure for which payment has been made; or replace any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen or othenvise degraded in any way prior to acceptance of the Work, except as provided in Section 6-10. Guarantee periods shall not be affected by any payment but shall commence on the date of re- cordation of the "Notice of Completion." If, within the time fixed by law, a properly executed notice to stop payment is filed with the Agency, ^^01^. due to the Contractor's failure to pay for labor or materials used in the Woric, all money due for such _J labor or materials will be withheld from payment to the Contractor in accordance with applicable laws. At the expiration of 35 days from the date of acceptance of the Work by the Board, or as prescribed by law, ttie amount deducted from the final estimate and retained by the Agency will be paid to the Contractor except such amounts as are required by law to be withheld by properiy executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. 9-3.2 Partial and Final Payment. The Municipal Projects Manager will, after award of Contract, establish a closure date for the purpose of making monthly progress payments. The Contractor may request in writing that such monthly closure date be changed. The Municipal Projects Manager may approve such request when it is compatible with the Agency's payment procedure. Each month, the Municipal Projects Manager will make an approximate measurement of the work perfonned to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9- 2 of these General Provisions. Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Municipal Projects Manager shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Municipal Projects Manager with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Municipal Projects Manager shall, as soon as practicable after receipt, determine whether the supplemental payment request is a ^ proper payment request. If the Municipal Projects Manager determines that the supplemental pay- ^ ment request is not proper, then the request shall be returned to the Contractor as soon as practicable. Revised 3/6/15 Contract No. 4020/4030 Page 101 of 104 Pages but not later than seven (7) days after receipt. The returned request shall be accompanied by a doc- ument setting forth in writing the reasons why the supplemental payment request was not proper. In confonnance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properiy submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Municipal Projects Manager, then the City shall pay interest to the Con- tractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. From each progress estimate, 10 percent will be deducted and retained by the Agency, and the re- mainder less the amount of all previous payments will be paid. After 50 percent of the Work has been completed and if progress on the Work is satisfactory, the deduction to be made from remaining pro- gress estimates and from the final estimate may be limited to $500 or 10 percent of the first half of total Contract amount, whichever is greater. No progress payment made to the Contractor or its sureties will constitute a waiver of the liquidated damages under 6-9. As provided in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the Contract. After final inspection, the Municipal Projects Manager will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Municipal Projects Manager and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Mu- nicipal Projects Manager will review the disputed item within 30 calendar days and make any appro- priate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Municipal Projects Manager will be subject to resolution as specified in Section 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Municipal Pro- jects Manager to ascertain the basis and amount of said disputed items. The Municipal Projects Man- ager will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Mu- nicipal Projects Manager to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Except for those final payment items disputed in the written statement required in Section 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in Section 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in Revised 3/6/15 Contract No. 4020/4030 Page 102 of 104 Pages this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Municipal Projects Manager to ascertain the basis and amount of said claims. The Municipal Projects Manager will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Municipal Projects Manager to determine the facts or contentions involved in its claims. Failure to submit such infor- mation and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Municipal Projects Manager. The Contractor shall proceed with informal dispute resolution under Section 3-5, Disputed Work, for those claims remaining in dispute. 9-3.3 Delivered Materials. When provided for in the Technical Specifications, and subject to the limitation and conditions therein, the cost of materials and equipment delivered but not incorporated into the Work will be included in the progress estimate. 9-3.4 Mobilization. When a bid item is included in the Proposal form for mobilization and subject to the conditions and limitations in the Specifications, the costs of work in advance of construction oper- ations and not directly attributable to any specific bid item will be included in the progress estimate. When no such bid item is provided, payment for such costs will be considered to be included in the other items of work. 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed twenty thousand dollars ($20,000.00) and includes full compensation for furnish- ing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be perfonned or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the lump sum amount entered for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the lump sum amount stipulated for mobiliza- tion and preparatory work will be allowed therefore. Mobilization shall consist of all preparatory work and operations which must be perfonned or costs incurred prior to beginning work on the various Contract items on the project site. Mobilization shall include but not be limited to the following items: 1. Obtaining and paying for all required Bonds, Insurance Policies (including premiums and inci- dentals), and Permits if applicable. 2. Submittal of required construction schedule(s). Revised 3/6/15 Contract No. 4020/4030 Page 103 of 104 Pages 3. Establishment of all offices, buildings, construction yards, sanitary facilities, and any other fa- cilities necessary for work at the project site. 4. Posting all OSHA required notices and establishment of safety programs. 5. Posting all Department of Labor required notice, regulations and prevailing wages. 6. The movement of personnel, equipment, supplies, and incidentals to the project site. 7. Developing and installing construction water supply. 8. Notification of residents and businesses. No additional compensation will be allowed for additional mobilizations required, including but not limited to delays caused by the relocation of existing utility facilities shown on the Plans or discovered during construction operations. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned on the plans, in the Contract Documents, General Provisions, or Technical Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work. Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at his expense. Revised 3/6/15 Contract No. 4020/4030 Page 104 of 104 Pages