Loading...
HomeMy WebLinkAboutSean Malek Engineering; 2002-05-16; 3851DOC # 2003-1020980 Recording requested by: CITY OF CARLSBAD 6* When recorded mail to: *.." "i Out3 211 2003 1~39 PM OFFICIAL Rm#D5 SAN DIEGO COUHTY REMRDER'S OFFICE GREWRY J. SHIM, REMRDER FEES: 0.00 - City of Carlsbad 1 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is herebv given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on November 1,2002. The name of the contractor for such work of improvement is Sean Malek Engineering and Construction, Inc. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Chestnut Avenue Parkway Improvements, Project No. 3851. CITY OF CARLSBPD 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 August 19 , 2003, 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 August 20 , 2003, at Carlsbad, California. CITY OF CARLSBAD LORRAINE M. MOD AB 17,285 Reso 2003-220 8-19-03 City Clerk CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The developer has constructed the improvements required for Project No. CT 99-02 Poinsettia Properties PA7, Agreement Number SECA9934, Drawing Number 382-5 and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Streets $767.553 Street Lights $31,500 Storm Drains $397,832 Sewer $429,359 Water $359,884 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS 9- /B- zl, 3 Date CITY MANAGER’S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described imp rovemen ts. RAYMOND R. PATCHETT, City Manager APPROVED AS TO FORM: +&&22& Ball, City Attorney Word\Masters\Fo~\ceptance d Public Improvements (City) 3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DQCUMENTS AND SUPPLEMENTAL PROVISIONS ,- FOR 911 1/00 r TABLE OF CONTENTS & Paae .. Notice lnvltlng Bids .................................................................................................................. 6 Contractor's Proposal .............................................................................................................. 10 Bid Security Form .................................................................................................................... 15 Bidder's Bond To Accompany Proposal ................................................................................... 16 Guide For Completing the "Designation Of Subcontractor and Amount Of Subcontractor's Bid Items" and "Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work" Forms ..................................................................................................................... 18 Designation Of Subcontractor and Amount Of Subcontractor's Bid Items .............................. 20 Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work .......... 21 Bidder's Statement Of Financial Responsibility ........................................................................ 22 Bidder's Statement Of Technical Ability And Experience ......................................................... 23 . Bidder's Certificate Of Insurance For General Liability. Employers' Liability. Automotive Liability And Workers' Compensation ...................................................................................... 24 Bidder's Statement Of Re Debarment ...................................................................................... 25 Bidder's Disclosure Of Discipline Record ....................................................................... 26 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ............................ 28 Contract Public Works ............................................................................................................. 29 Labor And Materials Bond ....................................................................................................... 35 Faithful PerformanceMlarranty Bond ....................................................................................... 37 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ................................... 39 Contract No . 3851 9/11/00 SUPPLEMENTAL PROVISIONS . Part 1 General Provisions ," ," Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9- 1 9-3 Terms. Definitions Abbreviations And Symbols Terms .............................................................................................................. Abbrevlatlons Definltlons Scope And Control Of The Work Subcontracts .................................................................................................... Contract Bonds ................................................................................................ Plans And Specifications ................................................................................. Surveying ......................................................................................................... Authority Of Board And Engineer ..................................................................... Changes In Work Changes Initiated by the Agency ..................................................................... Extra Work ....................................................................................................... Changed Conditlons Disputed Work ................................................................................................. Control Of Materials Materials And Workmanship ............................................................................ .. ........................................................................................................ .. ................................................................................................... .. ........................................................................................ Materials Transportation, Handling and Storage ............................................... Utilities Location ........................................................................................................... Relocation ........................................................................................................ Prosecution, Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ..................................... Prosecution Of Work ........................................................................................ Delays And Extensions Of Time ...................................................................... Time of Completion .......................................................................................... Completion And Acceptance ............................................................................ Liquidated Damages ........................................................................................ Responsibilities Of The Contractor Liability Insurance ............................................................................................ Workers' Compensation Insurance .................................................................. Permits ............................................................................................................ Cooperation and Collateral Work ..................................................................... Project Site Maintenance ................................................................................. Public Convenience And Safety ....................................................................... Laws To Be Observed ..................................................................................... Measurement and Payment Measurement Of Quantities For Unit Price Work .............................................. Payment .......................................................................................................... 42 42 43 44 44 45 46 50 51 51 52 53 55 56 56 57 57 62 63 63 63 64 64 64 64 65 65 65 70 70 70 Contract No . 3851 911 1/00 rc Part 2 Construction Materials 200-2 Section 200 Rock Materials Untreated Base Materials ............................ .................................................... Section 201 Concrete, Mortar And Related Materials 201-1 201 -3 Portland Cement Concrete ......................... .................................................... Expansion Join Filler .... . ..... , ..... ...... ... . ...... .. .... ... ......... .. ......... ... ... . ... .. , ... . Section 203 Bituminous Materials 203-6 Asphalt Concrete .......................................... .................................................... Section 204 Lumber And Treatment With Preservatives 204-1 204-3 Lumber And Plywood ................................... ..................................................... Wood Fencing and Framing ................................................................... 75 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs .................................................. .................................................... Section 212 Landscape And Irrigation Materials 212-1 21 2-2 Landscape Materials .................................... ..................................................... 21 2-3 Irrigation System Materials .......................... .................................................... Electrical Materials ......................................... .................................................... rc 215 Section 215 Unclassified Fill Unclassified Fill ............................................ .................................................... PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing And Grubbing .................................................................................... 300-2 Unclassified Excavation .................................................................................... 300-4 Unclassified Fill ................................................................................................. Section 303 Concrete And Masonry Construction. 303-1 Concrete Structures ........................................................................................... 305-3 Section 305 Pile Driving and Timber Construction Fence Construction ........................................................................................... 306-1 306-5 Abandonment Of Conduits And Structures ....................................................... Section 306 Underground Conduit Construction Open Trench Operations .................................................................................. Section 308 Landscape And Irrigation Installation 308-2 308-4 Earthwork And Topsoil Placement .................................................................... Planting ............................................................................................................. 73 73 73 74 75 77 79 82 83 86 88 90 92 93 94 95 98 98 101 Contract No. 3851 9/11/00 308-5 Irrigation System Installation ............................................................................. 104 3086 Maintenance And Plant Establishment .............................................................. 107 308-7 Guarantee ........................................................................................................ 108 Section 310 Painting ................................................................................ 31 0-5 31 0-7 Painting Various Surfaces 109 Permanent Slgmng Nn .. ........................................................................................... Contract No. 3851 911 1/00 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO P.M. on March 7, 2002. the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The work includes the construction a gravity retaining wall, privacy fencing, landscaping and irrigation along Chestnut Avenue west of El Camino Real. CONTRACT NO. 3851 Chestnut Avenue Parkwav ImDrovements This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the (Ensineerina) Department. The specifications for the work include the Standard SDecifications for Public Works Construction, Edition, and suwlements thereto all hereinafter designated "SSPWC as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing The bidder's security of the second and third next lowest responsive bidders may be withheld until Department. Each bid must be accompanied by security in a form and amount required by law. the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure securities to be deposited with the City or a state or federally chartered bank in California as the performance under this Contract. section 10263 of the Public Contract Code requires monies or the agent in connection with the handling of retentions under this section in an amount not less than escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of $100,000 per contract. The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: Page 6 of 110 Page Contract No. 3851 911 1/00 2. Bidder's Bond 1. Contractor's Proposal 3. Non-Collusion Affidavit 4. Designation of Subcontractors 5. Designation of Owner Operator/Lessors & 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and and Amount of Subcontractor Bid Amount of Owner OperatodLessor Work Experience 8. Acknowledgement of Addendum(a) 9. 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. 10.Bidder's Statement Re Debarment 11 .Bidder's Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are $50.000 approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and funds. The following classifications are acceptable for this contract: A General Engineering. classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal " If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of Twenty five Dollars ($25.00) per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, and specifications may submit to the Engineer a written request for clarification or correction. Any specifications or other contract documents, or finds discrepancies in or omissions from the drawings response will be made only by a written addendum duly issued by the Engineer a copy of which will will be made to such inquiry. Prior to the award of the contract, no addition to, modification of be mailed or delivered to each person receiving a set of the contract documents. No oral response or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. _- The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to 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 Contract No. 3851 9/11/00 workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site, will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to 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: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the carrier admitted and authorized to transact the business of insurance in California and whose assets Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance to be accompanied by the following documents: exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are 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. quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with If the bid is accepted, the City may require copies of the insurer's most recent annual statement and section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. /~ .- Insurance is to be placed with insurers that: 2) Are admitted and authorized to transact the business of insurance in the State of California by 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V the Insurance Commissioner. m p,# Page 6 of 110 Page Contract No. 3851 9/11/00 Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. .- Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2001-375, adopted on the 18Ih day of December, 2001. ."- Contract No. 3851 911 1/00 It I CITY OF CARLSBAD CONTRACT NO. 3581 Chestnut Avenue Parkwav Improvements CONTRACTORS PROPOSAL I City Council City of Carlsbad c t I I 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3581 in accordance with the Plans, Specifications. Supplemental Provisions and addenda thereto and that helshe will take in full payment therefor the following unit prices for each item complete, to wit: BID SCHEDULE Item - No. Descriotion Approximate Quantity Unit and Unit - Price Total I s C s 1 1 Mobilization at LS $ 5,000.00 $5,000.00 Five Thousand & Zero Cents Dollars (Lump Sum) 2 Clearing and Grubbing at LS $ 3,000.00 $3,000.00 Three Thousand & Zero Cents t Dollars (Lump Sum) 3 Unclassified Excavation at LS $ 5,000.00 $5,000.00 Five Thousand & Zero Cents Dollars (Lump Sum) 4 Construction schedule at LS $3.000.00 $3.000.00 Three thousand Dollars (Stipulated Lump Sum) 5 Gravity Wall at Sixtv ~. 275 LF $ 60.00 ~Ai5muul U.' ~ Dollars (Lineal Foot) Contract No. 3851 9/11/00 Item - No. 6 7 8 9 10 11 Approximate Quantity Unit Wood Fence at DescriDtion and Unit __ Price 380LF $ 20.00 Total Twenty $ 7.600.00 Dollars (Lineal Foot) 2" Water Service to existing 1 EA $ 6,000.00 $ 6,000.00 pipeline at Six Dollars (Each) 1" Irrigation Meter Including 1 EA $ 5,000.00 $5.000.00 fees and capacity charges Five Thousand Dollars (Each) Landscaping Complete at Eight Thousand. Dollars (Lump Sum) 90day Maintenance at Three Thousand Dollars (Stipulated Lump Sum) LS $ 8,000.00 $ 8,000.00 LS $3,000.00 $3.000.00 Irrigation System Complete at LS $ 9,000.00 $9,000.00 Nine Thousand Dollars (Lump Sum) Total amount of bid in words for bid items 1-11:Seventv one thous--d and No Cents Total amount of bid in numbers for bid items 1-11: $ 71 ,I no -no I Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). hashave been received and islare included in this proposal. 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. Contract No. 3851 9/11/00 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 t license number 5 3 5 0 0 9 4 / 3 0 / 200 2 , and that this statement is true and correct and has the legal effect of , classification A & B which expires on 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. Public Contract Code 3 201 04. The Undersigned bidder hereby represents as follows: interested, directly or indirectly. in this Contract, or the compensation to be paid hereunder; that no 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted hidher to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is 1 0% Bidder ' s Bond (Cash, Certified Check, Bond or Cashier's Check) forten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Contract No. 3851 911 1/00 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. 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 (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted PRESIDENT (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of CALIFORNIA (4) Place of Business 3772 BRENNAN AVE. (Street and Number) City and State PERRIS, CALIFORNIA (5) Zip Code 9 2 5 7 1 Telephone No. (909)943-2548 a Page 13 of 110Page Contract No. 3851 911 1/00 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED 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: SEAN MALEKZADEH. PRESIDENT, SECRETARY, TREASURER SOHEILA MALEKZADEH, VICE PRESIDENT a Page 14 of 110 Page Contract No. 3851 9/11100 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside I ss. On3/13/02, before me, Retha Sue Huffiman, Notary Public, personally appeared Sean Malekzadeh, personally known to me to he the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf which the person acted, executed the instrument. SS my hand and official sed OPTIONAL Description of Attached Document Title or Type of Document: Proposal Document Date: March 7,2002 Number of Pages: 5 Signer(s) Other Than Named Above: No other signer notarized. Capacity(ies) Claimed by Signer Signers Name: Sean Malekzadeh OIndividd GICorporate Officer - Title@): President, Treasurer & Secretary OPartner - OLimited or OGeneral OAttorney in Fact OTrustee OGuardm or Conservator OOther: Signer Is Representing: Sean Malek Engineering and Construction BID SECURITY FORM (Check to Accompany Bid) CONTRACT NO. 3851 Chestnut Avenue Parkwav Improvements (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. 19 BIDDER *Delete the inapplicable ward (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.) @ Page 15 of 110 Page Contract No. 3851 9/11/00 BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO. 3851 Chestnut Avenue Parkwav Improvements KNOW ALL PERSONS BY THESE PRESENTS: SEAN ,MALEK. ENGINEERING GENERAL INSURANCE That w8, AND CONSTRUCTION, INC. , as Principal, and COMPANY OF AMERICA , as Surety are held and flrmiy bound unto the City of Carlsbad, Californla, in an amount as follows: (must be at least ten percent (10%) of the bld amount) TEN PERCEWr OF mAL BID for whlch payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successor6 or assigns, jointly end severally. firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Princlpal for: Chestnut Avenue, Contract No. 3851 execute a Contract includlng requlred bonds and insurance policies within twenty (20) days from the in the City of Carlebad, is accepted by the Clty Council, and If the Prlnclpal shall duly enter into and date of award of Contract by the City Council of the Clty of Cerlsbad, belng duly notified of sald award, then this obllgation shall become null and void; otherwise, It shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the sald City. I.. I.. ... ... ... ... .., . .. ... ... . .. ... ..I ... ... . .. a Paae 16 of 110 Page .. , .. r. Contract NO. 3861 Q/ll/OO . in the event Prlncipal executed thls bond as an Individual, it is agreed that the death of Principal - shall not exonerate the Surety from its obllgations under this bond. Executed by PRINCIPAL this day of FEBRUARY ,20=. .:. . Executed by SURETY this 11 TH day of FEBRUARY I 20". SURETY: GENERAL -INSURANCE COMPANY pp L(i onf (Tltie and Organization of Signatory) OF AMERICA SANTA ANA, CA 92705 2677 N. MAIN ST., #600 (name of Surety) (address of Surety) - By: _. (sign here) (714) 437-3047 (telephone number Ot Surety) (print name here) By: /-/- (signature of Attorney-In-Fact) (title and organization of signatory) DWIGHT REILLY (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgmen! of execution by PRINCIPAL and SURETY must be attached.) one officer signs, the wrporatlon must attach a resolution certified by the secretary or assistant (Presldent or vice-president and secretary or assistant secretary must sign for corporations. if only secretary under corporate seal empowerhg that ofticer to bind the corporatlon.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By; .. L .. @ Pane 17 of 110 Page .. Contract No. 3851 9/11/00 acled, execyled Ihe Inslrumenl. De6crlpllon 01 AIl.aclled Docuntetil lllle or Type 01 Documenl: BID BOND Slgner(e) Olller Tllon Named Above: NONE Capsclly(lee) Clnl~ned by Signer 0 lndlvlduel elgner*e N~~~~: DWIGIIT ,I. : ::I 0 Corporals Olllcer -Tllle(s): 0 Psrlner-0 Llmlled 0 Qeneral . 0 Truslee El Allorney In Facl 0 Quardlen or Conservelor 0 Olller: Slgner 1s Represenllrig: -N.CLCW-mL . :]I !I 'I; snmco INSUMNCE COMPANY OF AMERIC. . ,. * A E O" OF ATTORNEY POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 .- No. 9932 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corparatian. does each hereby appoint ................................................................................................................................................ its true and lawful anorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a Similar character issued in the course of its business, and to bind the respeclive mmpany thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and anested these Dresents this 18th day Of May , 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS .., the President, any Vice President, the Secretary, and any Assistant Vice President appointed far that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate tities with authority to execute on behalf of the campany fidelity and surety bonds and other documents of similar character issued by the mrnpany in the murse of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument mnfening such authority or on any band or - undertaking of the mmpany. the seal, or a facsimile thersaf, may be impressed or affixed or in any other manner reproduced; provided, however. that the seal shall not be necessary to lhe validity of any such instrument or undertaking." Extract from a Resolution of the Board ofoirecton of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adapted July 28.1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By-Laws, and (iii) Certifying mat said powersf-anmey appointment is in full farce and effect. (ii) A mpy of the power-of-anmey appointment, executed pursuant thereto, and the signature of the cetiiing officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I. R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certii that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these mrparations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws. the Resolution and the Power of Anomey are still in full farce and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said mpration this 11TH dayof FEBRUARY ,2002 .-Rd~ar- R.A. PIERSON, SECRETARY S-09741SAEF 7198 @Registered trademark at SAFECO Corporation. smmo PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside I ss. On 3/7/02, before me, Retha Sue Huffinan, Notary Public, personally appeared Sean Malekzndeh, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf which the person acted, executed the mstnunent. WITNESS my hand and official seal. OPTIONAL. Description of Attached Document Title or Type of Document: Bid Bond Document Date: February 11,2002 Number of Pages: 2 Signer(s) Other Than Named Above: No other signer notarized. Capacity(ies) Claimed by Signer Signers Name: Sean Malekzndeh OIndividual OCorporate Officer - Title@): President, Treasurer 81 Secretary OPartner - ULimited or OGeneral UAttomey in Fact OTrustee OGuardm or Conservator UOther: Signer Is Representing: Sean Malek Engineering and Construction GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS". AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", section 1-2 of the Supplemental Provisions especially "Own Organization" and "Owner SSPWC and section 2-3.1 of these Supplemental Provisions, Operator/Lessor," Bidders are further urged to review sections 2-3 SUBCONTRACTS of the CAUTIONS These forms will be used by the Agency to determine the percentage of work that the L 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 owner operator/lessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. are not included in computing the percentage of work proposed to be performed by the Bidder. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who 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 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. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of , manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to. compute the percentage of the work performed by Subcontractors or Owner OperatorslLessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including . Subcontractor's Overhead & Profit" or " Amount of Owner Operator/Lessor Bid Item Including Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's Owner Operator/Lessor's Overhead 8, Profit " unless the dollar amount of all work performed by any total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work SO Contract No. 3851 9/11/00 installed. 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, the Subcontractor, or the Owner Operator/Lessor, as the case any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall may be, that the Bidder proposes as installer of said materials. The value of material incorporated in be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator/Lessor installing said item. The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. , I ~ When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install subcontractor or designation of Owner OperatodLessor forms as applicable. The explanation sheet less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of shall be provided by the Contractor to clearly apprise the Agency 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 and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Contract No. 3851 911 1/00 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID ITEMS CONTRACT NO. 3851 Chestnut Avenue Parkwav Improvements The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this designated in the list in accordance with applicable provisions of the specifications and section 4100 bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as et seq. of the Public Contracts 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 than one-half of one percent (0.5%) of the Bidder's total bid 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. Full Company Name of Subcontractor: Subcontractor's Location of Business Street Address City State Zip 'Subcontractor's Telephone Number including Area Code: ( 1 - *Subcontractor's California State Contractors License No. and Classification: 'Subcontractor's Carlsbad Business License No.: SUBCONTRACTOR'S BID ITEMS* ExDlanation: Column 1 -Bid Item No. from the bid proposal. pages NN through NN, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid PmpoSal Subcontractor's forces on the item. pages NN through NN. inclusive. Page of pages of this Subcontractor Designation form DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK CONTRACT NO. 3851 Chestnut Avenue Parkwav Improvements The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in the portions of the Work as designated in the list in accordance with applicable provisions of the preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Fair Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency. Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Full Owner Operator/Lessor Name: Owner Operator/Lessor Location of Busiess Street Address city state zip *Owner Operator/Lessor Telephone Number including Area Code: ( ) - 'Owner Operator/Lessor City of Carlsbad Business License No.: OWNER OPERATOWLESSOR WORK ITEMS Amount of Contractor's Item Performed by Overhead & Profit In Bid Including Owaer Contractor Excluding Item Owner OperatorlLessor's forces on the item. ~otal dollar amount of Columns 2, 3, and 4 must be equal to the doliar amount in the bid price of the item on bid PmPosal pages NN through NN, inclusive. Page of pages of this Owner Operator/Lessor form a +$ Page 21 of 110 Page Contract No. 3851 9/11/00 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY CONTRACT NO. 3851 (To Accompany Proposal) Chestnut Avenue Parkwav Improvements Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. SEAN MALEK ENGINEERING & CONSTRUCTION, INC. Financial Statements June 30,2001 WILLIAM C. JOHNSON Cerfified Public Accounfanf Menflee Volley. Coiiiomlo 24920 Bemei street (9091 244-3822 October 22,2001 To the Board of Directors of Sean Malek Engineering and Construction, Inc. 3772 Brennan Avenue Perris, CA 925 17 I have compiled the accompanying balance sheet of SEAN MALEK ENGINEERING AND CONSTRUCTION, INC., a California Corporation, as of June 30,2001, and the related statements of income and retained earnings for the six months then cnded, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. A compilation is limited to presenting in the form of financial statements information that is the representation of management. I have not audited or reviewed the accompanying financial statements, and accordingly, do not express an opinion or any other form of assurance on them. However, I did become aware of a departure from generally accepted accounting principles that is described in the following paragraph. A statement of cash flows for the six months ended June 30,2001, has not been presented. Generally accepted accounting principles require that such a statement be presented when financial statements purport to present financial position and results of operations. William C. Johnson, C 6 A I Mailing Address: P. 0. Box 610, Sun City, CA 92586-0610 I L I SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. BALANCE SHEET JUNE 30,2001 (Unaudited) ASSETS Current Assets: Cash (Note 4) Project Receivables - Billed (Note 5) Short-term Investments Project Receivables Unbilled (Note 5) Employee Advances Deposits Total Current Assets Fixed Assets: Land Building Trucks & Automobiles Equipment Accumulated Depreciation (Note 3) Net Fixed Assets Other Assets: Loans to Shareholders (Note 7) Total Assets Current Liabilities: Accounts Payable (Note 8) Project Rcccivahlcs - Billed in Advance (Note 5) Accrued Expenses Worker's Comp. Payable Accrued Income Taxes (Note 2) Deferred Income Taxes (Note 2) Total Current Liabilities $293,614 362,7 I8 668.1 15 37,880 1 1,279 7,497 $1,381,102 968,294 80,067 2 12,709 63,722 (118,201) LIABILITIES & EQUITY $331,146 663,796 1.226 49,367 7,928 299,809 306.591 366,490 $2,054,183 - $1,353,271 Equity: Common Stock $1,000 Stated Value, 50,000 authorized, Retained Earnings: 20 Shares issued (Note 6) $20,000 Appropriated Retained Earnings (Note IO) $500,000 Unappropriated Retained Earnings 180,912 Total Retained Earnings 680,912 Total Equity 700,912 TOTAL LIABILITIES & SHAREHOLDER'S EQUITY - $2 054 183 THE ACCOMPANYING LETTER AND NOTESARE AN INTEGRAL PART OF THIS STATEMENT WILLIAM C. JOHNSON, CPA - MENIFEE VALLEY, CALIF. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE SIX MONTHS ENDED JUNE 30,2001 (Unauditcd) Ineome: Construction Income Cost of Sales: Subcontractors Materials & Supplies Wages Equipment Rental Bond Expense Misc. Job Expenses Total Cost of Sales Cross Profit General and Administrative Expenses: Accounting & Legal Advertising Auto Expense Bank Charges Bid Packages Closed Jobs Expense Depreciation (Notc 3) Employee Bcnefits Equipment Rcntal from Shareholder (Notc 7) Insurance Interest Expense Janitorial Licenses and Permits Meals & Entertainment Miscellaneous Office Expense Office Wages Officers Salaries Payroll Taxes Repairs Promotion Seminars & Education Telephone Tools Travel Utilities Worker's Compensation Penalties Total Expenses Income from Operations Add Other Income Less: Unrecognized Security Losses Net Income beforc Taxes Less: Provision for Federal Income Taxes Less: Provision for California lncomc Taxes Net Income after Taxer Retained Earning, December 3 I, 2000 RETAINED EARNINGS, June 30,2001 51.750.529 $161.836 526,552 362,112 166.983 35,625 2 1,490 I ,274,598 $475.93 1 $4,668 6.975 310 1,649 212 25,415 7.916 35.000 28,327 90 94 1,610 4,438 2,854 922 12,409 35.759 18,495 43,369 7,214 539 1,205 10,935 5,400 8,448 1,374 2 1,865 1,400 288,979 $186,952 5,400 (48.228) $144,125 37,000 12,100 $137,852 543,060 $680912 - THE ACCOMPANYING LETTER AND NOTES ARE AN INTEGRAL PART OF WILLIAM C. JOHNSON, CPA - MENIFEE VALLEY, CALIF THIS STATEMENT R I SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30,2001 (Unaudited) The Company was incorporated in California on May 28, 1987, as Regal Manor. It officially changed its name to Sean Malek Engineering and Construction on March 21, 1994. 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Recoqnition of revenue - The Company recognizes income using the percentage-of-completion method, measured by the percentage of costs incurred over the estimated total costs for each contract. This method is used because management considers expended costs to be the best available measure of progress on these contracts. Contract costs include all direct material and subcontractor labor costs, among other applicable direct contract costs, and those indirect costs related to contract performance, with the exception of Equipment leased from the shareholder. This equipment, for which a lease has been set up for $5,000 a month, has not been allocated between jobs and appears as a general expense on the Income Statement. Selling, general, and administrative costs are charged to expense as incurred. On June 30, 2001 there were three jobs partially completed. Read the Report on Supplem,entary Information letter and refer to the Individual Job Costs summary attached to it for a detailed breakdown on each job. Income taxes - The Company uses the flow-through method of accounting for tax credits, whereby the provision for income taxes is reduced in the year the tax credits first become allowable rather than deferring the credit over the life of the asset. There were no tax credits in the last fiscal year. 2. INCOME TAXES The provision for income taxes on the income statement represents California's Franchise Tax on the current year's income and Federal Income Taxes. The overall liability has been broken down between (I), a payable for the underpaid taxes for the Current year. and (2), deferred income taxes, which represent timing differences between generally accepted accounting principles and income tax laws. THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF THIS STATEMENT L WILLIAM C. JOHNSON, CPA - MENIFEE VALLEY, CALIF. I 3. 4. 5. 6. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30,2001 (Unaudited) DEPRECIATION Depreciation is taken using a 5 year straight line method, with the exception of the building which is depreciated using a 39 year straight line method. BANKING AND LINE OF CREDIT The company maintains a working checking account at Bank of America. The account exceeds FDIC insurance limits. On June 30,2001, the balance was $293,090, or $193,090 in excess of these limits. The Company has three Line of Credit accounts as follows: Wells Fargo Bank $312,500 general Wells Fargo Bank 75,000 equipment Bank of America 100,000 general All of the Line of Credit accounts were unused as of June 30,2001. PROJECT RECEIVABLES Project receivables includes billed and unbilled amounts on June 30.2001, based upon the actual percentage of completion of each job on that date. Project receivables billed in excess of the percentage of the job completed are recorded as liabilities. Office personnel has analyzed accounts receivable previously billed, paid invoices, accounts payable, and expected additional costs to complete each uncompleted job. For further information refer to the recognition of revenue section of Note 1. COMMON STOCK There are 50,000 shares of common stock authorized with a stated value of $1,000 per share. Twenty (20) shares are issued and outstanding. These are all owned by Sean Malek, President. THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF THIS STATEMENT WILLIAM C. JOHNSON, CPA - MENIFEE VALLEY, CALIF. E I.- SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30,2001 (Unaudited) 7. LOANS FROM STOCKHOLDEWEQUIPMENT RENTAL FROM SHAREHOLDER An equipment lease and corporation minutes authorize the corporation to lease Mr. Malek's tractors and equipment for $5,000 per month. Occasionally, Mr. Malek has had the corporation pay some of his personal bills as authorized in the minutes, rather than take the $5,000 per month as a separate check. In addition to this, Mr. Malek has borrowed $300,000 from the corporation for a construction loan. 8. ACCOUNTS PAYABLE Accounts Payable were scheduled by office personnel, and are paid upon receipt of payment from the corresponding company job or sooner. 9. CONTINGENT LIABILITIES There are no known contingent liabilities as of the date of this report. IO. APPROPRIATED RETAINED EARNINGS The company made two appropriations of retained earnings during the prior year. For the purchase of additional equipment - $250,000 For the purpose of funding start-up costs on large or multiple jobs that the company hopes to be successful in acquiring - $250,000 These appropriations restrict $500,000 of retained earnings and make them unavailable for paying dividends. THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF THIS STATEMENT WILLIAM C. JOHNSON, CPA - MENIFEE VALLEY, CALIF. I I P 1- 1- 7 WILLIAM C. JOHNSON Cerfitied Public Accountant Menilee Valley, California 24920 Bethel Street (909) 244-3822 October 22,2001 To the Board of Directors of Sean Malek Engineering & Construction 3772 Brennan Avenue Penis, CA 925 17 (Unaudited) REPORT ON SUPPLEMENTARY INFORMATION My report on my review of the basic financial statements of SEAN MALEK ENGINEERING AND CONSTRUCTION, INC., for the six months ended June 30, 2001, was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying Job Schedule is presented only for supplementary analysis purposes. William C. Johnson, CPA Mailing Address: P. 0. Box 610, Sun City, CA 92586-0610 1 I I I I I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CONTRACT NO. 3851 Chestnut Avenue Parkway Improvements The Bidder is required to state what work of a similar character to that included in the proposed will enable the City to judge hidher responsibility, experience and skill. An attachment can be used. Contract he/she has successfully performed and give references, with telephone numbers, which SEE THE ATTACHED PAGES Date Contract Completed Name and Phone No. of Person Page 23 of 110 Page Contract No. 3851 9/11/00 PROJECT HISTORY Beaumont, City of 550 E 6" Street Beaumont CA 92223 Deep& Moojani Rangel Park $75,454.50 1995 (909)769-8520 California, State of Department of General Services 400 "R" Street, Suite 5100 Sacramento CA 95814 James Keeling Abandoned Brine Ponds Chino Institute for Men $366,222.00 1999 Carkbad, City of 1200 Carkbad Village Drive Carkbad CA 92008 Jim HofEnan Beach Access Stairs $98,793.75 1998 (916)322-4538 - (909)208-7938 (760)602-2780 x73 10 Gary Goodman Cannon Road/Carlsbad Blvd $548,303.67 2000 Chino Unified School District C/O B E McMurray Construction Inc P 0 Box 1452 Upland CA 91785 Craig Hainds Chino Hills High School #4, Phase I1 $4,634,666.00 2002 (909)933-0091 Colton, City of 655 N La Cadena Drive Colton CA 92324 Dusty Dappen Cooley DriveNashington St Landscape $45,841 .OO 1998 Encinitas, City of 505 S Vulcan Street Encinitas CA 92024 Kipp Heher Pieaus Street Soundwall $205,192.32 2000 Fallbrook Public Utility District P 0 Box 2290 Fallbrook CA 92088 Jos Jackson Mission Road Embankment Repair $13,208.00 1998 (909)370-5146 (760)633-2775 (760)728-1125 .... ....... , ... ........... .. ......... ii '? ...... .&. .. - San Bemardmo, City of 300 N D Street San Bernardno CA 9241 8 (909)384-5111 Gene Klatt Street Improvements on Kendall Drive $84,229.60 1995 (909)384-5196 Rick Aspril Rialto Bridge Widening $318,339.81 1999 San Bemardmo City Unified School District do Bemards Bros. 610 Ilex Street San Fernando CA 91340 Tom Wertanen Golden Valley Middle School - Admin. Bldg. $94,800.00+1- 2001 (818)898-1521 San Bemardmo. County of 825 E Third Street San Bedio CA 924 1 5 John Burrows Torrey pines at Mill Creek Bridge $477,247.68 1998 (909)387-2800 San Gabriel School District 102 E Broadway San Gabriel CA 9 1 776 Bill Gile Jefferson Middle School $41 0.000.00 1994 (818)285-3111 Santa Rosa Community Services District 41785 Enterprise Cicle South Temecula CA 92590 Rob Holme Street Improvements on Carancho Road $50,000.00 1994 (909)676-2646 University of California - Riverside Campus c/o Pro West PCM Inc 27450 Ynez Road, Suite 224 Temecula CA 92591 Jeff Rising Surge Building $222,000.00+/- 2000 Upland, City of P 0 Box 460 Upland CA 91785 Lany Gonzales Street Improvements $49,669.00 2000 Valley Wide Recreation and Park District P 0 Box 907 San Jacinto CA 92581 Samuel Geopp Southwest Park $226,977.50 1996 (909)676-2020 (909)93 1-4246 (909)654-1505 Vista, City of P 0 Box 1988 Vista CA 92085 Jim Bozer W3dwood Park $227,550.93 1998 (760)726-1340 x1351 I' - Riverside, City of 3900 Main Street Riverside CA 92522 (909)782-5341 Michael Katusian Street Improvements on Golden Star $118.019.28 .I- 1995 Jerry Lamoureaut StreetImprovements@Indiana& Washington $263,364.77 1996 Steve Badgett Power Poles $49,173.00 1996 Andy Emery Reid Park - $145,601.98 1996 (909)782-5671 I Jim Hardaway Sidewalk Reconstruction $71,542.50 1998 Rick Siders Bordwell Park $54,628.50 1999 Riverside Community College District 4800 Magnolia Avenue Riverside CA 92506 (909)684-3240 x5170 Aan Tan Parking Lots G&L $334,616.91 1994 - Riverside, County of 2950 Washington Street Riverside CA 92504 George Boyden Street Improvements @ Rutile & Van Buren $168,617.75 1997 (909)275-6885 Riverside, County of Economic Development Agency 3525 I4* Street Riverside CA 92501-3813 Brian Beck Hunter Business Park $973,124.00 2000 Riverside, County of Waste Management 1995 Market Street Riverside CA 92501 (909)955-4667 Peter Arellano Coachella Flare Building $72,629.00 1998 Tim Evans Blyth Landfill Flare Building $34,417.50 1998 (909)955-6667 San Bemardino Assoc. Governments c/o L D King Inc 2151 Convention Center Way #100B Ontario CA 9 1 764 Dale Wmtergerst Route 71 Improvements $665,613.36 1999 (909)937-0200 .,. Fontana Unified School District c/o Tilden Coil Constructors Inc 3612 Mission Inn Avenue Riverside CA 92501 Teny Pettit Fontana High School Addition $278,120.00+/- 2001 Grand Terrace, City of 22795 Barton Road Grand Terrace CA 923 13 Vigil Barham Bicycle Lane $305,607.97 1998 Highland, City of c/o Willdan Associates 23 1 E Avenue M Lancaster CA 93535 Rogers Lane Improvements $43,468.00 1999 Jurupa Unified School District 3924 Riverview Drive Riverside CA 92509 Bob Cable Playgrounds $136,768.00 1997 (909)684-5901 (909)825-3825 (805)945-8848 (909)222-7768 Jurupa Unified School District c/o Tilden Coil Constructors Inc 36 12 Mission Inn Avenue Riverside CA 92501 Greg Bowers 1998 Class Size Reduction $511,247.19 1998 (909)684-5901 1999 Site Work $600,334.00 1999 2000 Site Work $854,377.00 2000 Youth Connect Portables $195,000.00+/- 2001 Lake Arrowhead Comm Services District P 0 Box 789 Lake Arrowhead CA 92522 Jeff Winner Storm Drain Repair $209.433.00 1995 (909)337-8555 Parallel Force Main $349,550.00 1998 1 ! ,- Moreno Valley, City of P 0 Box 88005 Moreno Valley CA 92552 Peter Ramey Street Improvements @ Frederick & Dracaea $249,214.20 1997 (909)413-3000 .. Mark Adams Sunnymead Park Renovation $2,148,893.97 1998 Mumieta, City of 26442 Beckman Court Murrieta CA 92562 Russ Napier Sidewalk Construction $66,125.00 1998 ,. (909)698-1040 .- Ken Burris $385,268.00 1999 , Madson Avenue Landscaped Medians Penis. City of 101 N D Street Penis CA 92570 Habib Motlagh Russel Stewart Park $250,000.00 I995 (909)943-6504 1 Penis Union High School District c/o WC Construction Services Inc 10470 Foothill Blvd, Suite 107 Rancho Cucamonga CA 91730-3754 Bill Bell Paloma Valley High School - Phase 2 $382,300.00+/- 2001 Rancho California Water Dislrict 42135 Winchester Road Temecula CA 92595 Craig Maples Vail Lake Dam Road $228,300.00 1995 Rancho Cucamonga, City of 10500 Civic Center Drive Rafcho Cucamonga CA 9 1729 Mike Long Drainage & Landscaping on Salina $179,918.81 1995 (909)476-6005 (909)676-4101 (909)989-1851 x2343 Milliken Avenue $99,990.10 1995 Redlands, City of P 0 Box 3005 Redlands CA 92373 (909)798-7655 Alan Griiths Traffic SignaYStreet Improvements $183,739.50 I998 ... .. ' - Western Municipal Water District P 0 Box 5286 Riverside CA 92517-5286 (909)780-4170 Tony Burgett El Sobrante Road Widening $135,425.44 1999 .,.. ," BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION CONTRACT NO. 3851 (To Accompany Proposal) Chestnut Avenue Parkwav Improvements 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: dcomprehensive General Liability dAutomobile Liability ? orkers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees andlor 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, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance 2) Cover any vehicle used in the performance of the contract, used onsite or offsite. whether corilpany that the Contractor proposes. owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. a Page 24 of 110 Page Contract No. 3851 9/11/00 , .ACORD= CERTIFICATE OF LIABILITY INSURANCE sEm--H op D.,E,*YD- 04/24/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .one: 714-221-5200 Fax: 714-221-5210 HEIU HILLS CA 92808 I*."IED SEAN UALEK ENGINEERING AND CONSTRUCTION, INC I INSURERS AFFORDING COVERAGE 1 I INS"IITi* GENERAL ACCIDENT INS .CO. ,NS"RSrnB STATE COUPENSATION INS.- Perrip CA 92571 3772 Brennan Avenue I I COVERAGES H A I OmER Leased/Rented BAO330048-02 CWO199548-02 1545745-01 lO/OS/Ol 10/09/01 10/09/01 10/09/01 '10 Days Notice of Cancellation for Non-Payment of Premium. Re: Chestnut Ave. Parkway, Project No. 3851 Zertificate holder, its officials, employeee and volunteers are added as additional insured per the attached endorsement. UC*OCC""CT *1,000,000 I1 XIZk I I I 0,". LR 10/09/02 IIIA~~A~~I~LNI II 1,000,000 rl DIPUII.EAmPLOIEI s 1,000,000 II.DIsEIsE-P~lC"LIMn r1.000.000 10/09/02 $1000 Ded $100,000 City of Carlsbad Purchasing Department 1635 Faraday Avenue Carlabad CA 92008-7314 I ACORD 25-S (7197) OF& CORPORATION 1988 - POLICY NUMBER: CPPi220746-02 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS-(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket As Required by Written Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of “your work for the insured by or for you. - Primarv 8 Non-Contributorv “It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured@) shall be excess and non-contributory, but only respects any claim, loss or liability arising out of the operations of claim, loss of liability is determined to be solely the negligence or responsibility of the named insured.” CGZO 10 11 85 Copyright, Insurance Services Office, Inc. 1984 Page 1 OF 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD ZS-S(7/97) BIDDERS STATEMENT RE DEBARMENT (To Accompany Proposal) CONTRACT NO. 3851 Chestnut Avenue Parkwav improvements 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X Yes no 2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debar- ments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Sean Mdek Engineering & Construction, INC. (&me of Contractor) Sean Malekzadeh, President (print name/title) Page of pages of this Re Debarment form @ Page 25 of 110 Page Contract No. 3851 911 1/00 BIDDERS DISCLOSURE OF DISCIPLINE RECORD CONTRACT NO. 3851 (To Accompany Proposal) Chestnut Avenue Parkwav Improvements 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. Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? x no Has the suspension or revocation of your contractors license ever been stayed? i X , Yes no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X Yes no 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 disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the patty the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page of pages of this Disclosure of Discipline form Page 26 of I10 Page Contract No. 3851 9/11/00 Y L BIDDERS DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CONTRACT NO. 3851 Chestnut Avenue Parkway Immovernents 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: L Sean Malekzadeh, President (print namekitle) Page of pages of this Disclosure of Discipline form tlT’ Page 27 of 110 Page Contract No. 3851 9/11/00 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID CONTRACT NO. 3851 Chestnut Avenue Parkwav Improvements PUBLIC CONTRACT CODE SECTION 7106 State of California ) ) ss. Countyof Riverside ) Sean Malekzadeh (Name of Bidder) , being first duly sworn, deposes and says that he or she is Presidest (Title) OfSean Malek Enqineerinq & Construction, INC. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited undisclosed person, partnership, company, association, organization, or corporation; that the bid is any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. t I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed,,on the 7th day of March ,20%. Subscribed and sworn to before me on the 7th day of March I 2oa. (NOTARY SEAL) Contract No. 3851 911 1/00 CONTRACT PUBLIC WORKS This agreement is made this /6 TH day of may , 20&, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and SEAN MALEK ENGINEERING E CONST. INC.whose principal place of business is 3112 BRENNAN AVENUE, .PERRIS, CA 92571 called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: Chestnut Avenue, Contract No. 3851 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. (hereinafter 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting F- ', Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner c I -rator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and with this Contract or the Plans and Specifications, and all bonds for the project; all of which are Supplemental Provisions, and all proper amendments and changes made thereto in accordance incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as specified, but which are essential to the completion of the work, shall be provided at the Contractor's indicated, specified, and implied by the Contract Documents. Any items of work not indicated or expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2000 Edition, and supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the ?-?e, the soil conditions at the jobsite, and all other conditions that might affect the progress of . 1Nork, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground e- r,s Page 29 of I10 Page Contract No. 3851 9/11/00 conditions or other job conditions is for Contractor's convenience only, and City does not warrant 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 11, or Class Ill disposal site in accordance with provisions of existing law. 6. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. - that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. ..- - @ Page 30 of 110 Page Contract No. 3851 9/11/00 ," Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not .- < contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. 4- %# Page 31 of 110 Page Contract No. 3851 911 1/00 ,," d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is $375,000 to the City using the informal dispute resolution process described in Public Contract included in the Supplemental Provisions I section. The contractor shall initially submit all claims over Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq.. of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City 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 /" insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a /" must be asserted as part of the contract process as set forth in this agreement and not in Page 32 of 110 Page Contract No. 3851 9/11/00 considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontrac- tor 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. 9 ',n init L init 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. ,/- 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. F NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATACHED Contract No. 3851 911 1/00 ,," (CORPORATE SEAL) CONTRACTOR: 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: r RONALD R. BALL City Attorney By: P Dey City Attorney Contract No. 3851 911 1/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside 1 ss. OnM4/02, before me, Retha Sue Hm Notary Public, personally appeared Sean Malekzadeh and Soheila Makkzadeh, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same m his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf which the person acted, executed the instrument. OPTIONAL. Description of Attached Document Title or Type of Document: Contract Document Date: None Number of Pages: 6 Signer(s) Other Than Named Above: No other signer notarized. Capacity(ies) Claimed by Signer Signers Name: Sean Malekzadeh & Soheila Malekzadeh OIndividual pdorporate Officer - Titie(s): President, Vice President, Treasurer & Secretary OPartner - OLimited or OGeneral OAttomey m Fact OTrustee OGuardii or Conservator mother: Signer Is Representing: Sean Malek Engineering and Construction BOND NO.: 6138914 PREMIUM : $818.00 LABOR AND MATERIALS BOND - WHEREAS, the City Council of the City of Carlsbad. State of California, by Resolution No. 2002-106 I adopted APRIL 9, 2002 , has awarded to SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. (hereinafter designated as the "Principal"), a Contract for: Chestnut Avenue, Contract No. 3851 in the City of Carlsbad. in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Offlce of the City Clerk of the City of Carisbad and all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of thelr subcontractors shall fall to pay for any materlais, provlslons. provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on thls bond wlll pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, as Prlnclpal, (hereinafter designated as the "Contractor"), and OF as Surety, are heid firmly bound unto the city of Carlsbad in the sum of SFVFNTY ONE - THOUSAND ONE HUNDRED AND NO/lOO--"------------------"---------- -0ollars L ($ 71.100.00 ), said sum being an amount equal to: One hundred percent (100%) of the total estlmated amount payable under seld contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed fnre Fifty percent (50%) of the total estimated amount payable under said contract by the City of million dollars ($5,000,000) or, Carlsbad under the terms of the contract when the total amount payable is not less than five million dO11firS ($5,000,000) and does not exceed ten million dollars ($10,000,000) or, Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of carlsbad under the terms of the contract if the contract exceeds ten million dollars ($10,000,000) edmlnislrators, succassors, or assigns, jointly and severally, firmly by these presents. and for which payment well and truly to be made we blnd ourselves. our heirs, executors and THE CONDITION OF THiS OBLlGATiON IS SUCH that if the person or hislher 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, for any amounts required to be deducted, withheld, and pald over to the Employment Development or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or Oepartment from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code wlth respect to such work and labor that the Surety will pay for the same. not to exceed the sum specified in the bond, and, also, in case suit is brought be fixed by the court, as required by the provisions of section 3248 of the California civil Code. upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to flle clalms under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). Surety stipulates and agrees that no change, extension of time, alteratlon or addition to the Of the Contract. or to the work to be performed thereunder or the specifications accompanying the ,- This bond shall inure to the benefit of any and ail persons, companies and corporations entitled t0 L same shall affect its obligations on this bond, and it does hereby wdve notice of any change, extenslon of tlme, alterations or addition to the terms of the mntract or to the work or to.the 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 thls bond. Executed by CONTRACTOR thls (jTH Executed by SURETY this 6TH day day of APRIL ,20z. of APRIL ,20%. " speclflcatlons. CONTRACTOR SEAN MALEK ENGINEERING SURETY: .GENERAL INSURANCE COMPANY OF AMERICA . ~ ~~ (nsme of Suretvl 2677 N. MAiN STREET:' SUITE 600 SANTA ANA. CA 92705 (address of Surety) 714-437-3047 (telephoneg'umber of Surely) By: //& A . .(signature of AttorneyXFact) DWIGHT REILLY - (printed name of Altorney-In-Fact) (attach corporate reaolutii showlna current power L di cp- - ,$;;t,%here) of attorney) (tttle and organization of slgnatory) Contract No. 3851 9/11/00 State of California I County of SAN BERNARDINO On APRIL 16, 2002 , before me, CLAUDETTE N. MARTIN, NOTARY Dale Name and XIIe 01 Mflcar (e.% ‘Jane be, Ndary Public‘) . GQ personally known to me 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) is/a subscrihed to the within instrument and i’””~”””.*”.*”””~ ~. ~~~ CLAUDETTE N. MTz acknowledged to me that he/mW executed the same in hislEWU%% authorized COMM. #I345285 s NOTARYRIBLIC- WlKywlA p capacit@w, and that by his/tiWW&X sANBeRN4RDwQQCuNlY , .... MYcomm.w.ulmh19m~ n.u..nnm*.., signature(@ on the instrument the person(fi), or the entity upon behalf of which the person(P[) acted, executed the instrument. WITNESS my hand and official seal. CLAUDETTE N. MARTIN OPTIONAL rhough the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Si ner Signer,s Name: DWIGHT R&LLY------------------------ 0 Corporate Officer - Tifle(s): Individual 0 Partner - 0 Limited General PAYMENT BOND APRIL 16, 2002 Number of Pages: 2 NONE @ Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer 1s Representing: GENERAL INSURANCE COMPANY, OF A,MEKEu 1997 Nalmnal Nolary Alsociation. 9350 De Soto Ave.. P.0. Box 2402. ChalPwonh. CA 813152402 Pmd. NO. 5907 Reorder: Call Toll-Free 1.8008766827 A E OF ATTORNEY POWER )c SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCECOMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 9932 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington copration. does each hereby KNOW ALL BY THESE PRESENTS: appoint r**.**rr****.r**.***rrrr.r..rr.r..r.***"****~*****.***.********..*~~~~R~~~~Y;"pian4Califoni~.*.*.*..****.********~*********.****************.***~.***.*** its true and lawful anomey(s)-in-fact, with full authority lo execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and anested these Dresents this 18th day of May , 2000 R.A. PIERSON, SECRETARY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Wide V, Section 13. - FIDELITY AN0 SURETY BONDS ... the President, any vice President. the Seaetaly, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as anomeys-in-fad or under other appropriate titles with authority to execute on behalf of the company fideiiiy and surety bonds and other documents of similar character issued by the company in the course of its business ... On any k-lNment making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or an any band or !-king of the company. the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, howwer, that the seal shall not __ oecessaryto the vaiidityof any such instrument or undertaking." W. RANDALL STODDARD, PRESIDENT Extract from a Resolution of the Board of Directors Of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the By-Laws, and (iii) Certifying that said power-af-anamey appointment is in full force and effect, (ii) A copy of the power-af-aHomey appointment. executed pursuant thereto, and the Sigmture of the cetifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certi that the foregoing extrack of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct. and that bath the By-Laws, the Resolution and the Power of Anomy are stiii in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said carparation .RrnH? R.A. PIERSON. SECRETARY S-09741SAEF 7198 @Registered trademark of SAFECO Corporation. 511WO PDF CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT State of California County of Riverside I ss. On 4/24/02, before me, Retha Sue HufEnan, Notary Public, personally appeared Sean Malelczadeh and Soheila Malelczadeh, personally known to me to be the persons whose names are subscribed to the within instnunent and acknowledged to me that they executed the same in their authorized capacity, and that by their signature on the instrument the persons, or the entity upon behalf which these persons acted, executed the instnunen. WITNESS my hand and official seal. NOTARY PUBUCCALIFORNIA RIVERSIDE COUNM OPTIONAL Description of Attached Document Title or Type of Document: Bond Document Date: 4/16/02 Number of Pages: 2 Signer(s) Other Than Named Above: No other signer notarized. Capacily(ies) Claimed by Sier Signers Name: Sean Malelczadeh OIndividual OCorporate OflEcer - Title(s): President, Treasurer & SecmtaryNice-President OPartner - OLimited or OGeneral OAttorney in Fact OTrUstee OGuardm or Conservator OOther: Signer Is Representing: Sean Malek Engineering and Construction Sobeila Malekzadeh BOND NO.: 6138914 PREMIUM : $818.00 FAITHFUL PERFORMANCEWARRANTY BOND u WHEREAS, the City Council of the City of Carlsbad, State of Cailfomla, by Resolution No. 2002-106 -, adopted APRIL 9, 2002 , has awarded to SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. , (hereinafter designated as the "Prlnclpal"), a Contract for: Chestnut Avenue, Contract No. 3851 in the City of Carlsbad, in strict conformity with the contract, the drawings and spectflcations. and other Contract Documents now on file in the Office of the City Clerk of the Clty of Carlsbad, a11 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, SEAN MALEK ENGINEERING AND CONST. INC. ,as Prlncipal, (hereinafter designated as the"Contrector"). and GEiilERAL INSURANCE COMPANY OF AMERICA In the sum of SEVENTY ON1 """~"""""_"" - 00%) of the estimated amount of the C certaln attorney, 'its su&ssors and assigns; for which payment, well and truly to be made, we bind firmly by these presents. 'b ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, c THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their well and truly keep and perform the covenants, conditions, and agreements in the Contract and any heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and aiteratlon thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein speclfled, and in all respects according to their true intent and meanlng, and therein stlpulated, then this obligation shall become null and void; othewise it shall remain in full shell indemnlfy and save harmless the City of Carlsbad, its officers, employees and agents, as force and effect. As a part of the obligation secured hereby and in addltion to the face amount speclfled therefor. fees, incurred by the City in successfuiiy enforcing such obligation, ail to be taxed as mstS and there shall be included costs and reasonable expenses and fees, including reasonable attorney's included in any judgment rendered. Surety stipulates and agrees that no change, extension of the, alteration or addition to the terms Of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligatlons 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. Contract No. 3851 911 1100 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 16TH day of APRIL 02 ,20-. CONTRACTOR SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. kame of Contractor) (prlnt name here) msrcijp 4 he (Tltie and Organlration of Signatory) L~ + name here) Executed by SURETY this lGTH day Of APRIL I 20%. SURETY OF AMERICA GENERAL INSURANCE COMPANY 2677 N. MAIN STREET, SUITE 600 SANTA ANA, CA 92705 (name of Surety) (address of Surety) 714-437-3047 (telephone number of Surety) By: c DWIGHT REILLY (printed name of Attorney-in-Fact) (Attach corporate resoiutlon showing cllmnt power of attorney.) Ak on of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations, If Only one offlcer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that omcer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Contract NO. 3851 911 1/00 ,.- JFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of SAN BERNARDINO on APRIL 16, 2002,beforeme, CLAUDETTE N. MARTIN, NOTARY Dale Name and Title of Omeer (e.g., ‘Jane Doe. Notary Public’) personally appeared DWIGHT REILLY-“””””””””””-”“”, Name($) of Sisner(r1 a personally known to me proved to me on the basis of satisfactory evidence to be the person@) whose name@) is/= z s p............. subscribed to the within instrument and 1 ~T~pusLIC.cAwmNIA : SAN mNARDlw c- ‘”““ acknowledged to me that heMWXexecuted P CLA”DEmN‘MARTI~ the same in his/mR authorized ‘O“. #I345285 capacity&& and that by hisbtUeMWX the entity upon behalf of which the person&) acted, executed the instrument. WITNESS my hand and official seal “.f f.. f.... “.%$pm*&!4rMr2a signaturehg) on the instrument the person&), or Slgnatureof Notary Public CLAUDETTE N. MARTIN OPTIONAL Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: PERFORMANCE BOND Document Date: APRIL 16, 2002 Number of Pages: 2 Capacity(ies) Claimed by Si ner 0 Individual Corporate Officer - Title@): Partner - Limited General Po Attorney in Fact Trustee Guardian or Conservator 0 Other: Name: DWIGHT REQLLy-------------------------- .. Signer Is Representing: GENERAL INSURANCE COMPANY OF AMERI~A I 1997 National Notary AUocialion .9350 De Soto Ave., P.O. Box 2402. Chalswonh, CA 91313-2402 Prod. No. 5907 Reorder Call Toll-Free 1-800.676-6827 A E O" OF ATTORNEY POWER A SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCECOMPANY OFAMERICA HOME OFFICE: SAFECO PM SEATTLE, WASHINGTON 98185 No. 9932 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ............................................................... ~~~~R~,~~Y;"pland,Cllif~**.....L...***.*~*********~**.**.**~*~**************~*****~** its true and lawful attamey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and issued in the course of its business. and to bind the respectivecompany thereby. attested these presents this 18th day of May , 2000 R.k PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article v, Section 13. - FIDELITY AND SURETY BONDS ... the President. any Viw Presldent. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as attorneys-in-fad or under other appropriate tities with authority to .ATtrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or an any band or execute on behalf of the company fideley and surety bonds and other documents of similar character issued by the company in the course of its business ... On any ertaking of the mmpany. the seal, or a facsimile thereof. may be impressed or affixed or in any other manner reproduced; provided. however. that the seal shall not . necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adapted July 28,1970. "On any wtiicate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V, Section 13 of the By-Laws. and (iii) Certifying that said power-af-attorney appointment is in full farce and effect, (ii) A copy of the power-of-attorney appointment, executed punuant thereto, and the signature of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof.'' foregoing extracts of the By-Laws and of a Resolution of the Board of Directon of these corporations, and af a Power of Attorney issued pursuant thereto, are true and i, R.A. Pienon, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby cetiiy that the mnect. and that both the By-Laws the Resolutim and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation .-RH&- R.A. PIERSON, SECRETARY S-09741SAEF 7198 E? Registered trademark of SAFECO Corporation. 5118100 PDF CALIFORNLA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside I ss. On4/24/02, before me, Retha Sue Huflina~ Notary Public, personally appeared Sean Malekzadeh and Soheila Malebdeh, personally known to me to be the persons whose names are subscrii to the within instrument and acknowledged to me that they executed the same in their authorized capacity, and that by their signature on the instrument the persons, or the entity upon behalfwhich these persons acted, executed the instrument. WlSS my hand and official seal. OPTIONAL Description of Attached Document Title or Type of Document: Bond Document Date: 4/16/02 Number of Pages: 2 Signer(s) Other Than Named Above: No other signer notarized. Capacity(ies) Claimed by Signer Signers Name: Sean Malekzadeh OIndiVidual OCorporate Officer - Title(s): President, Treasurer & SecretaryiVice-President UPartner - OLimited or OGeneral OAttorney in Fact OTrllStee OGuardian or Conservator mother: Signet Is Representing: Sean Malek Engineering and Construction Soheila Malekzadeh OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for Chestnut Avenue Parkway Improvements, Contract No. 3851 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 of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions eamed directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 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 " securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days .- e W Page 39 of 110 Page Contract No. 3851 9/11/00 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. shall immediately convert the securities to cash and shall distribute the cash as instructed by the Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent 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 (€9, inclusive, of this agreement and the City and Contractor shall hold securities and interest as set forth above. Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and IO. The names of the persons who are authorized to give written notices or to receive written exemplars of their respective signatures are as follows: For City: Title r I- For Contractor: For Escrow Agent: Name Signature Address Title 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. m Page 40 of 110 Page Contract No. 3851 911 1/00 r IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: e t# Page 41 of 110 Page Title Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 3851 9/11/00 SUPPLEMENTAL PROVISIONS FOR Chestnut Avenue Parkway Improvements CONTRACT NO. 3851 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated,", "detailed", "noted"; "scheduled", or words of similar impcsrt are used, it shall be understood that ,reference is made to the plans acbmpanying these provisions, unless stated otherwise. .. Add the following section: 1-1.2 Directions. WFiere words "directed", "designated", "selected. or words of similar import are used, it shall be understood that the direction; designation or selection of the Engineer is intended, unless stated.othem&r The word "required" and words of similar~ii%port shall be understood to mean "as required to proterly complete the work as required and as gpproved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved". "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and .installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. e- t# Page 42 of I10 Page Contract No. 3851 911 1/00 City Council -the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hislher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the Public Works Director of the City of Carlsbad or hislher approved representative. The Engineer is the third level of appeal, for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor‘s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner-OperatorlLessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Public Works Manager - The Construction Manager‘s immediate supervisor and second level of .. ~ ,: appeal for informal d.ispute resolutign. Project Inspector - the Engineer‘s designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager - the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS Abbreviation 1-3.2 Common Usage, add the following: Apts ...................................... Apartment and Apartments Bldg ...................................... Building band Buildings CMWD .................................. Carlsbad Municipal Water District CSSD ................................... Carlsbad Supplemental Standard Drawings cfs ......................................... Cubic Feet per Second Comm ................................... Commercial DR ........................................ Dimension Ratio E; .......................................... Electric gal Gallon and Gallons G Gas Gar ....................................... Garage and Garages Word or Words .......................................... ........................................ Contract No. 3851 9/11 /oo GNV ..................................... Ground Not Visible gpm ...................................... gallons per minute LCWD Leucadia County Water District IE Invert Elevation MSL ...................................... Mean Sea Level (see Regional Standard Drawing “12) MTBM ................................... Microtunneling Boring Machine NCTD ................................... North County Transit Distrct OHE ..................................... Overhead Electric OMWD ................................. Olivenhain Municipal Water District ROW .................................... Right-of-way S ........................................... Sewer or Slope, as applicable SDNR ................................... San Diego Northern Railway SDRSD ................................. San Diego Regional Standard Drawing SFM ...................................... Sewer Force Main T ........................................... Telephone UE ........................................ Underground Electric W .......................................... Water, Wider or Width, as applicable VWD ..................................... Vallecitos Water District .......................................... ................................... SECTION 2 -- SCOPE AND CONTROL OF THE WORK ,2-3 SUBCONTRACTS. ‘2-3.1 . General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price’with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the cont.ract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these hearing before the City Council and shall be notified ten (10) days in advance of the time and location provisions. In any proceedings under this section, the prime contractor shall be entitled to a public of said hearing. The determination of the City Council shall be final. 24 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, ”who is listed in the latest version of U.S. Department of Treasury Circular 570,”. ance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful Modify paragraphs three and four to read: The Contractor shall provide a faithful perforrn- performanceharranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fif€y percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the 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 ($10,000,000). exceeds ten million dollars ($1 0,000,000). Contract No. 3851 9/11/00 after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The after recordation of the Notice of Completion if all claims have been paid. bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact 'the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other 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 of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution 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. instrument entitling or authorizing the person who executed the bond to do so. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC),~ 2000 Edition, and supplements thereto. hereinafter designated "SSPWC". as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set of drawings designated as City of Carlsbad Drawing No. 396-5 and consists of 11 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public.Works, together with the most recent editions of the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: 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) Supplemental Provisions. 3) Plans. 4) Standard Plans. ,. a) City of Callsbad Supplemental 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. 5) Standard Specifications for Public Works Construction. e) State of California Department of Transportation Standard Plans. 6) Reference Specifications. Contract No. 3851 911 1 100 7) Manufacturer's Installation Recommendations. Change Orders. Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's Certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in 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." same materials.) By: Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (IO) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent e- p,s Page 46 of I10 Page Contract No. 3851 911 1/00 monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by 55 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 permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, requirements-of ‘section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets to the All surveying data submittals shall conform to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be Submitted in bound form on 215mm by 280 mm (8‘/,” by 11”) paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labled with name of the Surveyor, the party chief, field crew members and preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under 55 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing ”10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street control monuments used, the basis of bearings and all other data needed to determine the procedure centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and approval show the location and justification of location of all permanent monuments set and their relation to the before submittal to the County Surveyor and before submittal to the County Recorder. Contract No. 3851 .~ 911 1/00 Add the following,section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by. the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Contract No. 3851 911 1/00 at each pole 8 controller location as appropriate 10 mm (Y;) Horizontal Junction Box 0 I RP + Marker I at each junction box location I as appropriate I10 mm (*/.") Horizontal 8 7 mm ('/,")Vertical Stake Stake 300m (1000') 8 s7.5m (25') on cuwes when R 5 300m (1000') or where grade s 0.30% ~. 8 7 mm pi:) Vertical Conduit 0 10 mm ('I/.") Horizontal as appropriate 5 15 m (50) on tangents 8 curves when & RP + Marker 8 when depth cannot be measured from existing pavement 7 mm ('1.") Vertical 8 7 mm ('/,")Vertical (when vertical data Minor Structure 0 10 mm (V8") Horizontal as appropriate for catch basins: at centerline of box, ends of RP + Marker Stake + Line box 8 wings 8 at each end of the local Stake depression B I I I I needed) Abutment Fill RP + Marker s 15 m (50') 8 along end slopes &conic as appropriate 30 mm (0.1') Vertical 8 Stake + Line transitions Horizontal Stake Wall 0 Stake + Line changes in footing dimensions &lor elevation Point +Guard 7 mrn ('I,'') Horizontal as appropriate 5 15 m (50') and at beginning 8 end of each RP + Marker 8 7 mm ('/,") Vertical wall, BC 8 EC, layout line angle points, Stake &wall height Major Structure B Footings, Bents, & 7 mm (V,m) Vertical Engineer, BC 8 EC, transition points 8 at Stake + Line Abutments 8 10 mm (V,") Horizontal as appropriate 3 m to 10 m (10 to 33') as required by the RP + Marker Wingwalls beoinnina 8 end. Elevation Doints on footinos Point +Guard Contract No. 3851 911 1/00 I I B at invert I I Pavement MarkersO RP 60 m (ZOO') on tangents, 15m (50') on curves at pavement 7 mm ('/,")Horizontal when R 2 300m (1000') B 7.5m (25') on marker I curves when R ~'300m'(1000') For PCC surfaced streets lane cold joints will suffice 0 Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the he purposes of this table installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for and the accuracy requirements of the RP meet the requirements for the feature @J Perpendicular to centerline. 0 Some features are not necessarily parallel to centerline but are referenced thereto @ Multi-plane surfaced features shall be staked so as to provide line 8 grade information for each plane of the feature the symbol. iB 2 means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following Ql The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all otkr utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking Type of Stake lDescriptlon Horizontal Control I Coordinated Control points. control lines, control reference points, centerline, I WhiteIRed I color Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey and/or wrner records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. ?@ Page 50 of 110 Page Contract No. 3851 9/11/00 Add the following section: 2-10.2 Audlt And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon.reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: 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 determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (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: 2) Materials ; 15 1) Labor 20 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a ................................... ....... ..................... a Page 51 of 110 Page Contract No. 3851 911 1/00 Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 34 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5). and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not. be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular additional compensation may be due and nature of any and all costs involved within 20 working days of circumstances giving rise to the potential claim, the reasons for which the Contractor believes the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such Page 52 of 110 Page Contract No. 3851 911 1/00 matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: 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. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Public Works 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 and present its report. When additional information or .a meeting is requested the City will provide its report and respond with a position, request additional information or request that the Contractor meet 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 pasition 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. 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)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that the University of California. "public work" does not include any work or improvement contracted for by the state or the Regents of (2) ,"Claim" means a.separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. Contract.No. 3851 911 1/00 any work which may give rise to a claim under this article. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) 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 claim the local agency may have against the claimant. receipt of the claim, any additional documentation supporting the claim or relating to defenses to the (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. claimant within 15 days after receipt of the further documentation or within a period of time no greater (3) The local agency's written response to the claim, as further documented, shall be Submitted to the than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred within 60 days of receipt of the claim, or may request, in writing. within 30 days of receipt of the claim, seventy-five thousand dollars ($375,000). the local agency shall respond in writing to all written claims any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed,.the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for conference within 30 days for settlement of the dispute. settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 purposes of those provisions, the running of the period of time within which a claim must be filed shall (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For time that claim is denied as a result of the meet and confer process, including any period of time be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court The mediation process shall provide for the selection within 15 days by both parties of a disinterested shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. Contract No. 3851 9/11/00 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 15day period, any party may petition the court to appoint the mediator. (bj(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, their customary rate, and such fees and expenses shall be paid equally by the parties, except in the mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de 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 otherwise provided in the contract. arbitration award or judgment. The interest shall begin to accrue on the date the suit is tiled in a court (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations. Chapter 4, Division of Industrial Safety, Subchapter 4. Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as character of materials. Inspection or testing of the whole or any portion of the work or materials may be necessary to keep the Engineer fully informed regarding progress and manner of work and incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental 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 and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. Contract No. 3851 9/11/00 At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the material(s) shipped. Prior to storage of any materials which have been shipped to or by the project name and number, address of delivery and name of consignor and a description of the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Engineer a copy of lease agreements for each properly 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 the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials provide for the removal of the materials and restoration of the storage site within the time allowed for stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: 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. Page 56 of 110 Page Contract No. 3851 911 1/00 54 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor. the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction. the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the shall be for the Contractor's convenience and no additional compensation will be allowed therefor or for curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within fifteen calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1 .I PreConstruction Meeting. After, or upon, notification of contract award, the Eng'ineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. proceed will only be issued on or after the completion of the preconstruction meeting. No separate payment will be made for the Contractor's attendance at the meeting. The notice to Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable 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. Contract NO. 3851 911 1/00 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 Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible "Suretrak" program by Primavera or "Project" program by Microsoft shall submit to the Agency a 89 mm (3.5") data disk with all network information contained thereon, in a Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor format readable by a Microsoft Windows 95 system. The Agency will use a "Suretrak, "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" program by Microsoft Corporation the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:OO a.m. and 500 p.m. The on-site training shall be held at 1635 Faraday Avenue, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 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 the Engineer. 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 Engineer, to communicate the Contractor's plan for project execution, 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. Add the following section: @ Page 58 of 110 Page Contract No. 3851 911 1/00 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. Add the following section: 6-1.2.7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity’s construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 61.2.8 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. Add the following section: 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 Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule Contractor propose a project duration shorter than contract duration, a complete Baseline Construction project duration shorter than the duration specified; provided the Agency is satisfied the shortened requirements of section 6-1. The Engineer may choose to accept the Contractor’s proposal of a which interface with the project are able to support the provisions of the shortened Baseline Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, Construction Schedule. The Agency’s acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer’s Review. The Construction Schedule is subject to the review of the Engineer. The Engineer’s determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer‘s determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per sections 6-1.2.10.1 through 6-1.2.10.3. Add the following section: 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. Add the following section: Contract No. 3851 911 1/00 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 B.1. Add the following section: 6-1.2.10.3 “Not Accepted.” The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked “Accepted“ or ‘Accepted with Comments” by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 64 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked “Accepted“ by the Engineer. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer 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 agreements 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 and 6-1.3.1 through 6-1.3.7. requirements of section 2-5.3 and will include each item and element. of sections 6-1.2 through 6-1 2.9 Add the following section: 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 Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be a 89 mm (3’4”) high density diskette, schedule data disk. The schedule data disk shall be readable by the software specified in section 6- labelled with the project name and number, the Contractor’s name and the date of preparation of the 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. Add the following section: 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. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting 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. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. @ Page 60 of 110 Page Contract No. 3851 911 1 /oo Add the following section: 6-1. 4 Engineer’s Review of Updated Construction Schedule. The Engineer 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 returned marked as per sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with Comments” or “Not Accepted” by the Engineer will be returned to the Contractor for correction. Upon resubmittal the any comments, within 5 working days. Failure of the Contractor to submit a monthly updated Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked “Not Accepted”. Add the following section: 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. Add the following section: 6-1.4.2 “Accepted with Comments.” The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 ’‘kt Accepted.” The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer’s comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked ”Accepted” by the Engineer 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 any resulting delay, impact, or disruption to the project will be the Contractor’s responsibility. proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, Add the following section: 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 immediately following the “Accepted” schedule. Add the following section: different from that depicted in the Project Schedule, independently of and prior to the next monthly 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially update, the Contractor will submit a .revised Baseline Construction Schedule, with a list and explanation 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 subsection “substantially different” means a time variance greater than 5 percent of the number of days of duration for the project. @ Page 61 .of 110 Page Contract. No. 3851 911 1/00 Add the following section: 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 prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer'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. Add the following section: 6-1.8 Measurement and Payment. Construction Schedule will be paid for at the stipulated lump sum price of Three thousand dollars ($3,000). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart directed by the Engineer. The' Engineer's determination that each and any construction schedule Construction Schedules and narrative reports required by these supplemental provisions and as proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for .the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1.8.3. Add the following section: 6-1.8.1 Initial Payment. Five Hundred dollars of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project Add the following section: 6-1.8.2 .Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of Five Hundred dollars ($500.00) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment construction schedule that is not marked "Accepted" by the Engineer on or before the twentieth working pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the lump sum price for Construction Schedule. initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated Add the following section: 6-1.8.3 Concluding Payment. . A Final payment of Five hundred dollars $500.00 for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the as required herein that shows the actual beginning and ending dates and all other data that is required Engineer has accepted a final construction schedule update prepared and submitted by the Contractor for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. Add the following section: 6-1 .I Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 6-2 PROSECUTION OF WORK. Add the following section: @ Page 62 of 110 Page Contract No. 3851 911 1/00 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes the construction of a gravity retaining wall, wooden privacy fence, landscaping and irrigation. 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Project Representative shall be the individual determined under section 7-6, “The Contractor’s Representative”, SSPWC. 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. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 60 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the hours of work shall be between the hours of 8:OO a.m. and 4:OO p.m. on Mondays through Fridays. written permission must be obtained at least 48 hours prior to such work The Engineer may approve Contractor desires to work outside said hours or at any time during weekends and/or holidays. This work outside the hours and/or days stated herein when, in hislher 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. No work involving access to the private properties south of the right-of-way shall be performed by the areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. contractor between prior to 8:OO a.m. nor after 4:OO p.m. The Contractor shall incorporate- the dates, No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the Page 63 of 110 Page Contract No. 3851 911 1/00 requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of Completion” to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for pnpletion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Five hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best‘s Key Rating Guide of at least A-:V and are 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. 7-4 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways 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 a Page 64 of 110 Page Contract No. 3851 911 1/00 in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, 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. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and the public. Cleanup and dust control shall be considered incidental to the items of work that they are dust control that, in hislher sole discretion, are necessary to preserve the health, safety and welfare of associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a testing and all other work requiring water related to this contract. The Contractor shall contact the construction meter for water used for the construction, plant establishment, maintenance, cleanup, appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. ..Add the following The Contractor shall comply with all with the California State Water Resources Control Board order number 99-08-DWQ NPDES General requirements of the storm water pollution and monitoring plan prepared for this project in accordance Permit number CAS000002 and the “Water Discharge Requirement for Discharges of Storm Water Runoff Associated with Construction Activity” Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with Ordinance, Carlsbad Municipal Code Chapter 8.48. mufflers in good repair when in use on the project with special attention to the City Noise Control 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: 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. 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 impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley t3 Page 65 of 110 Page Contract No. 3851 911 It00 shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the posted 48 hours in advance of the rescheduled work. ... rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re- The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: Afler obtaining the Engineers 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 Engineer .................................................................................. (760) 438-1161 X-4411 2) Carlsbad Fire Department Dispatch ................................................ (760) 931-2197 3) Carlsbad Police Department Dispatch ............................................ (760) 931-2197 4) Carlsbad Traffic Signals Maintenance ............................................. (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations ............................................... (760) 438-1 161 X4500 6) North County Transit District ........................................................... (760) 743-9346 7) Coast Waste Management ............................................................. (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer'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. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls." 1996 edition and these Supplemental 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 Page 66 of 110 Page Contract No. 3851 9/11/00 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 Engineer may, at hislher 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. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. 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.l.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 conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6for 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. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that wam of traveled way or shielded from the view of the travelling public during such periods that their message non-existent conditions shall be removed from the traveled way and from the view of motorists in the does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning 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 travelling 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 conformance 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 180 mm (7") long. Personal vehicles to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within of the Contractor's employees shall not be parked within the traveled way, including any section closed delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable the' pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m (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 C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: acceptable lateral safety buffer distance, eg. 1.8 m (6')). nor operate equipment within 0.6 m (2') from 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than (insert minimum any traffic lane occupied by traffic. For equipment the than (insert minimum acceptable shy distance, eg. 0.6 m (2)) 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 Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included e ks Page 67 of I10 Page Contract No. 3851 911 1/00 ~~ ~~ in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer 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. lane, not less than 12’ wide, shall be open for use by public traffic along Chestnut Avenue. During the entire construction, a minimum of one east bound traffic lane and one west bound traffic Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS “Manual of Traffic Control”, 1996 edition and provisions under ”Maintaining Traffic” elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its maintain public safety. responsibility to provide such additional devices or take such measures as may be necessary to When lanes are dosed for only the duration of work periods, all components of the traffic control way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so system, except portable delineaton placed along open trenches or excavation adjacent to the traveled elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. I. ~. :.. ~ Add the following section: .. 7-10.3.4 Traffic Control for Permanent and Temporary Traftic Striping. 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 engineer.^ The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer‘s written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, the ‘Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work causes obliteration of placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening 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 Contractor. 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 temporary 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 Engineer, 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 Page 68 of 110 Page Contract No. 3851 911 1/00 the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparatlon 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 travelled way. The Contractor shall have TCP prepared 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 Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’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 Engineer’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 When the vertical alignment of the travelled surface differs from the finished pavement elevation the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition supplement, and/or new design of TCP shall be prepared by a registered professional engineer as published by the State of California Department of Transportation. Such modification, addition, suitability and quality of any such modifications, supplements, andlor new designs to TCP. The appropriately registered in the State of California. The Engineer shall be the sole’judge of the the Engineer‘s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement., and/or new design shall not be TCP are approved by the Engineer. The preparation of such modification, addition, supplement, andlor implemented and no work shall be commenced that is contingent on such approval until the changed 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. Add the following section: 7-1 0.3.7 Payment The Contractor shall prepare and implement traffic control plans and shall furnish all labor and with which they are associated and no other compensation will be allowed therefor. materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. @ Page 69 of 110 Page Contract No. 3851 9/11/00 7-13 LAWS TO BE OBSERVED. Add the following: 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. SECTION 9 -- MEASUREMENT and PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the US. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Flnal Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly'progress payments. The estimated value will be based on contract Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days unit prices, completed change order work and as provided for in Section 9-2 of the Standard after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. '' Should the Contractor assert that additional payment is due, the Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting'the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days affer receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and supplemental payment request was not proper. In conformance with Public Contract Code Section supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then properly submitted supplemental payment request from the Contractor. If payment of the undisputed the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. made or to be made for prior payments and amounts to be deducted under provisions of the contract. 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 .. .. a a# Page 70 of 110 Page Contract No. 3851 9/11/00 shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 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 subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which witten 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, 66.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contradtor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to. ascertain the and it will be the responsibility of the Contractor to furnish within a reasonable time such further basis and amount of said claims. The Engineer will consider and determine the Contractor's claims information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilizatlon and Preparatory Work. Payment for mobilization and preparatory Work will be made at the Contract lump-sum price paid for mobilization, and includes full compensation for furnishing 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 preparing to conduct work on and off the project site and other offsite facilities necessary for work on not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to r$, Page 71 of 110 Page Contract No. 3851 9/11/00 the project; for all other facilities, sureties, work and operations which must be performed 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 amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. ?@ Page 72 of 110 Page Contract No. 3851 911 1/00 ~ ~~ ~.. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be crushed aggregate base (Section 200-2.2). SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A). Modify as follows: -~ PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) (3) Type of Construction (2) 330-C-23 All Concrete Used Within the Right-of-way Concrete Class Slump mm (Inches) Maximum - I (560-(2-3250) (') I Trench Backfill Slurry I 1 15-E-3 I 200 (8") (1 90-E-400) Street Light Foundation and Survey Monuments ExceDt as noted herein: 100 (4") 330-'2-23 (560-C-3250) 201-1.1.2fA) SSPWC. (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table (2) As pe; fable 201-1 .I .2(A) SSPWC. herein as changed are not affected by this table. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown 201-1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage 504. points. The air content of freshly mixed concrete will be determined by California Test Method No. 2013 EXPANSION JOINT FILLER. Add the following: Contract No. 3851 9/11/00 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS lT-S 0227E Class A, non- sag, Type II. Acceptable Products: "Sonnebom NPII"; Sonneborn Building Products Division; 'Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and BAR 4000 for base course and D2-AR 4000 for leveling course. Contract No. 3851 9/11/00 203-6.6.2 Batch Plant Method, Modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other concrete stored in excess of 18 hours, shall not be used in the work. SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER & PLYWOOD TABLE 204-1.2 (A) Add the following: TABLE 204-1.2(A) USES construction grade Douglas Fir 100 mm (Tx4") construction grade Redwood or treated Headers for bituminous pavement up to 50 mm x GRADES 100 mm (Tx4") Headers for bituminous pavement up to 50 mm x number 1 grade Redwood, or treated number I Add the following section: 204-3 Wood Fencing and Frarning- grade Douglas Fir 204-3.1 204-3.1.1 204-3.1.2 204-3.1.3 204-3.1.4 204-3.2 204-3.2.1 204-3.2.2 204-3.3 204-3.3.1 204-3.3.2 204-3.3.3 References AWPB -Wood Preservation Treating Practices RIS - Redwood Inspection Service: Standard Specifications for Grades of California WCLlB - West Coast Lumber Inspection Bureau: Standard Grading Rules for West : Redwood Lumber Coast Lumber WWPA -Western Wood Products Association Quality Assurance each piece of lumber indicating compliance with the applicable standards or grading Provide Certificate of Inspection or grade mark by an approved inspection agency on rules specified in the referenced standards and this section. Provide quality mark by an approved inspection agency on each piece of preservative treated lumber, indicating compliance with the applicable standards or grading rules specified in the referenced standards and this section. Delivery, Storage and Handling Store materials on site in an area protected from potential damage. Provide loose opaque covers or other protection from sun and rain. Store on skids or other elevated supports. achieve the specified moisture content prior to installation. Pile and strip lumber to insure fee air circulation. Allow lumber to season as required to Contract No. 3851 911 1/00 ~~ ~ 204-3.4 Products 204-3.4.1 Lumber Materials 204-3.4.1.1 Posts: Species: Douglas Fir-Larch (pressure treated) Grade: selected for appearance and straightness. No. 1 or better, provide Select Structural Grade Surfacing: Resawn Moisture Content: S-Dry, with 19 percent maximum at time of installation. 204-3.4.1.1 Cap, Rails and Support Beams: Species: Douglas Fir-Larch Grade: No. 1 or better provide Select Structural Grade Surfacing: Resawn Moisture Content: S-Dry. with 19 percent maximum at time of selected for appearance and straightness installation. 204-3.4.1 .I Batts: Species: Cedar Grade: selected for appearance and straightness No. 1 or better, provide Select Structural Grade Surfacing: Resawn Moisture Content: S-Dry, with 19 percent maximum at time of installation. 204-3.4.2 Accessories 204-3.4.2 Nail Fasteners: Provide hot dip galvanized fasteners. 204-3.4.3 Wood Treatment 204-3.4.3.1 Pressure treated posts: Wood shall bear WCLIB grading stamp and the AWPB Quality Mark. Kiln dry all materials after treatment to 19 percent maximum mOiS- ture content. 204-3.4.4 Other materials 204-3.4.4.1 Provide all other materials, not specifically described but required for complete and proper installation of this work. a Page 76 of 110 Page Contract No. 3851 911 1/00 - SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of IO-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials. legend, proportion. size, and fabrication of all signs used for the the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”. direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Tra’nsportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.1.2 Sign Identification. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Sign identification shall be as per “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”. except that the notation shall be “PROPERTY OF THE CITY OF CARLSBAD. Add the following section: 206-7.1.3 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard signs shall be as per the most recently approved “Approved Sign Specification Sheets“ of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.1.4 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: Contract No. 3851 911 1/00 ~~~~~~ ___ 206-7.f.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on IO-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple IO-gag,e or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of IO-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of IO-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing "45. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. .Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs conform to the requirements of "Specifications For Reflective Sheeting Signs, October 1993", Sheets 1 used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall + through 5 that acCompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where noti@ the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract. whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October Type 111 encapsulated lens sheeting conforming to the requirements of this specification. 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Add the following section: @ Page 78 of 110 Page Contract No. 3851 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Trafflc Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least b) Back braces and blocks for sign panels will not be required. 2.1 m (7’). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing “45 and shall have one post provided for each 0.48 mz (5 ff)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”. Add the following section: 206-7.2.6 Temporary Traffic’Sign Posts. Posts shall be IO-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of statiohaj mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the ,plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traftic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color. and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12). All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. Contract No. 3851 911 1/00 212-1.1 Topsoil. 212-1.1.1 General. Add the following: Topsoil shall be Class "A" only. The material shall satisfy the Class "A" specifications prior to arrival at the job site. Topsoil shall be rich brown in color, and shall be imported from a commercial soil supplier. No on-site amendment to the material to achieve Class "A" status will be permitted. Provide soil test for agricultural suitability for approval by Resident Engineer prior to delivery. A second test will be required after placement to verify agricultural suitability and incorporation of recommended amendments. 212-1.2 Soil Fertilizing and Conditioning Materials. 212-1.2.1 General. Add the following: Agricultural grade gypsum shall be a (CA SO, H,O) calcium sulfate product - minus ninety-four point three percent (-94.3%). Ninety percent (90%) shall pass a fifty (50) mesh screen. Control of dust during application is mandatory. (Shall be similar or equal to U.S. Gypsum, Dolmar or Bandini). twenty percent (20%) and ninety-eight point three percent (98.3%) retained on a ten (IO) mesh screen. Iron Sulfate - Iron shall be expressed as metallic-derived from sulfate - (FE SO, H,O). A minimum of Iron is required for the formation of chlorophyll in plant cells. Application in western soils deters any iron chlorosis symptoms of plants. (Shall be similar or equal to Wilson and George meyer. Wil-Gro). stacked screen shall be approximately 8 mesh 4.3%, 20 mesh 7.0%, 50 mesh 46.9%, 100 mesh Soil Sulpher - Soil sulpher shall be 99.5% elemental manufactured for agricultural use. Sizing on a 39.3%. 200 mesh 1.7%. 212-1.2.3 Oommercial Fertilizer. Add the following: Pre-plant fertilizer shall be granular commercial ' fertilizer 12-12-12 or approved equal. Post-plant fertilizer shall be 14-7-3 or approved equal with Ca, Fe. Zn; and Mn and with the majority of nitrogen in non-ammoniac form to prevent acidification of soil. Planting tablets shall be compressed. slow-release fertilizer tablets (20-10-5), and five (5) and twenty- one (21) gram sizes. 212-1.2.4 Organic Soil Amendment. Add the following: Type 1 organic soil amendment shall be derived from wood with the following properties: redwood shavings. Amendment upon analysis contains at least one-half of one percent (0.5%) It shall be a wood residual product derived from the bark of pine, white fir and red fir, cedar shavings or nirtogen (on a dry weight basis) with an ash content not to exceed ten percent (10%). A commercial grade product shall be used. The product shall be free of seeds, debris and deleterious material. Contractor shall supply Resident Engineer, or his appointed representative, with a sample of the proposed amendment accompanied by laboratory analytical analysis from an approved laboratory one-half of one percent (0.5%) ph (less than) 6.5. Salinity (EC x 12 at 25C) = 2.5. Iron (re) expressed illustrating degree of compliance. Guarantee - wt./cu./yd. - 560# - 82W. Nitrogen (organic or amoniac) as metallic 0.01%. Density - approximately 25 Ib. Cu. Ft. Organic matters - eighty-five percent (85%). A non-ionic wetting agent should be used. Properties: Screen analysis: % retained on stacked screen - 1 mesh = 0.2%, 5 mesh = 36.6%, 8 mesh = 25.7%, 12 mesh = 30.7%, 32 mesh = 5.9%; remainder = 0.9%. @ Page 80 of 110 Page Contract No. 3851 9/11/00 The organic soil amendment shall be similar or equal to Browning Ferris “Life pro”, Butler’s Mills ‘Loamex” or Forest Humus. Organic Soil enhancer shall be “Sarvon” by Butler’s Mills or approved equal. Mulch shall be a composited blend of 100% recycled and shredded above ground tree trimmings. Typical mulch size shall be one inch to six inches in length and shall be composed of wood, bark, twigs and leaves. Submit two samples for approval. The material shall be free of seeds, debris, plastic, and deleterious materials. Shredded mulch shall be similar to or equal to AJ Ecology ”Earthwise Ecomulch” or A-I Soils ”Recycled Organic Mulch”. Add the following: 212-12.6 Herbicides and Pesticides. Herbicides and pesticides shall be used in their appropriate applications with strict adherence to manufacturer‘s specifications and instructions. Post-emergent herbicide for all areas shall be Rodeo, Roundup, Diquat, Montar or approved equal. Pre-emergent herbicide for shrub and groundcover areas (planted from flats) shall beTreflan, Surflan, 212-1.4 Plants. Eptan or approved equal. 212-1.4.1 General. Add the following: Contractor shall notify Resident Engineer forty-eight (48) hours before each plant delivery so the plants can be inspected and approved prior to planting. Nomenclature: The scientific and common names of plants herein specified conform to the approved names given in “A Checklist of Woody Ornamental Plants in California, Oregon, and Washington” published by the University of California, Division of Agriculture Sciences, publication 4091 (1979). (See list of plant materials on drawings.) Labeling: Each group of plant materials delivered on-site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a property plant patent attached. Quality and Size: Plants shall be in accordance with the California State Department of Agriculture regulations for nursery inspections, rules and grading. Sizes shall conform to the dimensions indicated on the planting plan. The Resident Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well- proportioned plants are the intent of this specification. Plants which are even moderately “overgrown”, or are showing signs of root girdling, decline or lack of vigor, are subject to rejection. The size of the plants will correspond with that normally expected for species and variety of commercially available nursery stock, or as specified in the special conditions or drawings. Plants larger in size than specified may be used with the approval of the Resident Engineer, but the use of larger plants will not cause any change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plant shall be increased proportionately. Rejection of Substitution: All plants not conforming to the requirements herein specified, shall’be considered defective, and such plants, whether in place or not, shall be marked as rejected and a Page 81 of 110 Page Contract No. 3851 9/11/00 .. immediately removed from the site and replaced with new plants by the Contractor, at contractor's expense. Right to Changes: The Resident Engineer reserves the right to change the species, variety and/or sizes of plant material to be furnished, provided that the cost of such plant changes does not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified, in writing, at least thirty (30) days before the planting operation has commenced.. 212-1.5 Headers, Stakes and Ties. 212-1.5.3 Tree Stakes. Add the following: Unless otherwise noted, tree stakes shall be two inches (2") in diameter, lodgepole pine, of lengths required, pointed on one end. Tree ties shall be a commercially manufactured tie, made from black tire casings, cut to a minimum ten-inch (10) length and held in place by twelve (12) gauge galvanized wire; or split plastic hose with a minimum length of twenty inches (20"). Split plastic hose ties to be equal to "Cinch-tie'' by V.I.T. 21 2-1.8 Root Control Barriers. 212-1.8.1 General. Add the following: Root barriers shall be a long-term root barrier control system consisting of 24" height molded recycled plastic panels with a thickness of ,080. Panels shall be formed with four 9/16" integral external ribs per panel. The panels shall be connected by means of a 24" locking strip provided for this purpose by the root barrier manufacturer. The root barrier shall conform to the following specifications: Physical Properties H.D. Test Typical Tensile strength, PSI (MPa) Mechanical Properties: Ultimate elongation % D638 800 Flexural modolus, psi (Mpa) D790 30.000 (206.9) Thermal ProDerties: Melt index, G/10 minutes Dl258 0.75 Brittleness temperature 80% D638 2,000 (13.8) Condition E Non-Failure. "C Miscellaneous ProDerties: Density at 73OF (23OC) G/CM (compound) D 1 505 0.920 Environmental stress cracking Resistance Fo. Hours: 10% "LGEPAL: solvent Dl 693 >500 Root barrier shall be Bumblebee TRB-24 (310-597-7933) panels with TRBL-24 locking strips or approved equal. Perforated pipe for tree drain: Polyvinyl chloride pipe drilled at minimum 4" intervals with minimum %" diameter holes. Pipe shall be supplied with a spun bonded filter sleeve to protect pipe from soil intrusion. 212-2 IRRIGATION SYSTEM MATERIALS. Contract No. 3851 9/11/00 212-2.1 Pipe and Fittings. 212-2.1.5 Copper Pipe. Add the following: Copper pipe shall be Type "L" in accordance with ASTM B 88; Brass pipe; Brass piping shall be I.P.S. red brass; silver.solder, 15% minimum. Type "K copper pipe shall be used to extend the existing water main at the meter to the new reduced pressure principle backflow assembly. 212-2.2 Valves and Valve Boxes. 212-2.2.4 Remote Control Valves - Sprinkler Equipment. Add the following: Irrigation equipment shall be per irrigation legend, details, plan notes. 212-2.2.7 Valve Boxes. Add the following: All remote control valve boxes shall be concrete ('Brooks 3-HL"), or approved equal with hinged cast iron locking top. The Contractor shall rework the locking toggles of the concrete valve boxes by replacing the existing Apply oil to lubricate and to prevent rust. clevis pin and sheet metal clip with a marine type stainless steel machine bolt and self-locking nut. The Contractor shall paint the identification number of the valve and the controller clock on the cover of the valve box. The paint shall be aluminum asphaltic-base waterproof paint. Add the following section: 212-2.2.8 Anti-Drain Valves.~' Anti-drain valves shall be installed as indicated on plans. The Anti-drain valve shall be the same diameter size as the riser and shall be integrated into the riser assembly (under head). Valve shall be "Valcon ADV-XS". or an approved equal. Add the following section: 212-2.2.11 Globe Valves. Globe valves in sizes 3-inches and smaller shall have a brass body stem that meets ASTM Standards. 212-3 ELECTRICAL MATERIALS 212-3.2.2 Conductors. Add the following: Direct Burial Control Wires: All control wires shall be solid copper, single conductor, 600-volt, Type UF, conforming to the project Standard Specifications and Drawings, Special Provisions, and the following wire colors and installation requirements. Neutral Wire: (White (#I2 AWG). Do not interconnect neutral wires between controllers. Spare Wires: Two (2) red and one (1) white spare wires (#I2 AWG) shall be run in each direction from furthest valve of furthest valve manifold on each mainline run to each controller. Loop 36-inch excess wire into each single valve box and into one valve box in each group of valves. Pilot Wires: (14 AWG) or larger as recommended by controller manufacturer for the corresponding run distance. Contract No. 3851 911 1/00 ~~ Valve No. Valve No. 1. Yellow 2. Orange 3. Blue 4. Black 5. Brown 6. Purple 7. Yellow with Black Stripe 8. Orange with Black Stripe 9. Red with Balck Stripe IO. White with Black Stripe 11. Yellow with Red Stripe 12. Blue with Red Stripe 13. Orange with Red Stripe 14. Purple with White Stripe 15. Brown with White Stripe 16. Yellow with White Stripe 17. Blue with White Stripe 18. Red with White Stripe 20. Red with Yellow Stripe 19. Orange with Yellow Stripe 21. White with Yellow Stripe 22. Blue with Yellow Stripe 23. Purple with Yellow Stripe 24. Brown with Yellow Stripe For controllers with more than eighteen (18) valves, the sequence shall be repeated. wire length at each end enclosure, valve box or pull box. Each and every wire splice shall be soldered Wire Connections: Neutral. pilot, and spare wires shall be installed with a two-foot (2') excess coiled (using 60-40 solder) together, then encased in the waterproofed epoxy of the "Scotch-Pac" or "Pen- Tite" connectors shown on Standard Drawing 1-15, Wire splices shall be made only in valve or pull boxes. Wire Bundles: Each individual controller clock's control wires shall be bundled.and taped .together with colored tape at intervals not exceeding ten feet (IO). Controller identification tape colors shall be as follows: Controller No. "A" or 1 "B" or 2 "C" or 3 "D" or 4 "E" or t Additional Controllers Black Red Blue White Yellow Repeat colors for additional controllers 212-3.2.3 Controller Unit. Add the following: Controller unit shall have the following characteristics/ features: 1. Ability to be used as a stand-along water management system or as a key component in a central 2. A water management computer using the Motorola 68000 microprocessor. 3. Provide lateral break and mainline break protection; electrical fault detection; and hydraulic limit 4. Use rain information to automatically make daily adjustments to the watering time for each station. 5. Cycle and soak watering. 6. Twelve-month programming. 7. Interactive monthly volume budgets. 8. Backlit 16-line by 40-character display. 9. Displays station and equipment descriptions for each station. 10. Pass protected. 11. Laptop interface for field uploads and downloads. control system. protection. Contract No. 3851 9/11/00 12. Removable EPROM's for each controller software upgrades. 13. Lifetime program storage without battery backup. 14. Light and gate control independent from irrigation programs. 16. Hold-over memory to smooth out watering schedules in a tight watering window without creating 15. Operator set water window. 17. Held over irrigation gets highest priority during next watering day. 19. Rain Guard input. 18. Pump output selected by program. 20. Central communication options include hardware, local radio, digital radio, phone. 21. Powder-coated steel finish standard. 22. Available in 8, 12, 16, 24, 32 or 40 stations. 23. UL approved. 24. Irrigates in minutes, in applied inches, by inches per week, as a percent of ET (actual daily or 25. Built-in 12 month ClMlS table or use your own historical ET numbers. 26. Defaults to historical ET if there is no real-time ET information input. 27. Uses twelve-month variable crop factors. 29.7,14, 21 and 28-day watering scheduling. 28. Stacked or simultaneous program operations. 30. Seven regular programs plus a special syringelpropagation program. 31. Special syringelpropagation program pauses regular programs and allows regular programs to run between special program cycles. 32. EnglishlSpanish options, including: a. Displays in English or Spanish b. Built-in English and Spanish HELP manuals c. Key-sensitive help in English and Spanish. a. Mainline break protection with during-irrigation and off-irrigation set points. b. Lateral break protection with trip parameters set by program. c. Optional multiple flow meter inputs. d. Real-time flow monitoring. e. Controller learns flow for each station. f. Built-in model numbers of flow sensor provide easy flow setup. g. Hydraulic limit setting to maintain flow within operator-set parameters when running orphan stations. historical, and or by soil moisture content). 33. Flow Monitoring, including: simultaneous programs. 34. Alerts, including: a. Electrical fault detection and bypass. b. Fault alerts flash on screen until cleared. c. Faults can trigger a flashing light output to alert technicians on drive-by inspections. d. Pauses and resumes irrigation for numerous reasons: controller fflon, wind, manual and test e. No water days by station, by program or by controller from 0 to 31 days. f. Copy function allows station-to-station, station to program or month-to-month copying. g. Temp function allows temporary programs to be entered that will run for up to 31 days. h. Master valve override feature allows the master valve to be opened or closed manually from 1 sequences, special syringe program, etc. to 24 hours. 35. Built-In Reports, including: a. Calculates finish times for each station. c. Displays volume in gallons or in HCF (hundreds of cubic feet). b. Two-year water usage summary by month. (3 Page 85 of 110 Page Contract No. 3851 911 1/00 d. f. e. 9. h. I. 1. k. Water usage summarized by station, by controller, by manual and test and by non-contrller use -for current month and previous month. Logs all program changes for up to one month. Logs all ET and rain data for past 28 days. Logs all faults: overflow, no flow, over current, open, shorts, etc. For each station each day: logs date, start time, end time, repeat cycles ran, programmed minutes, actual minutes ran, actual inches applied, program name, learned flow, actual flow, manualhest minutes, hold-over time and alert flags. Status function displays current monthly budget, projected use for the month and use to the current day. Status function displays status for each station:. minutes remaining from held-over, minutes remaining for today, watering, holding, paused, finished, etc. Weather table displays the last 28 days of ET and the last 28 days of rainfall. Shall be Calsense ET 2000 available through Hydroscape Products, Inc. (Contact: Steve McClean (858) 560-661 1 ext. 3156). No alternate product will be accepted. Controller unit must includefive (5) year manufactured assembly guarantee from Hydroscape. Add the following section: SECTION 215 - UNCLASSIFIED FILL Materials for compacted fill shall consist of any soil excavated from the cut areas or imported to the site can be classified as soil fills, soil-rock fills or rock fills, as defined below. that, in the opinion of the Engineer, is suitable for use in construction of fills. 'In general, fill materials , Soil fills are defined as fills containing no rocks or hard lumps greater than 12 inches in maximum dimension and containing at least 40 percent by weight of material smaller than % inch in size. Soil-rock fills are defined as fills containing no rocks or hard lumps larger than 4 feet in maximum dimension and containing a sufficient matrix of soil fill to allow for proper compaction of soil fill around the rock fragments or hard lumps as indicated in these specifications. Oversize rock is defined as material greater than 12 inches. Rock fills are defined as fills containing no rocks or hard lumps larger than 3 feet in maximum dimension and containing little or no fines. Fines are defined as material smaller than % inch in maximum dimension. The quantity of fines shall be less than approximately 20 percent of the rock fill quantity. Material of a perishable, spongy, or otherwise unsuitable nature as determined by the Engineer shall not be used in fills. Materials used for fill, either imported or on-site, shall not contain hazardous materials as defined by the California Code of Regulations, Title 22, Division 4. Chapter 30, Articles 9 and 10; 40CFR; and any other applicable local, state or federal laws. The Engineer shall not be responsible for the identification or analysis of the potential presence of hazardous materials. However, if observations, odors or soil discoloration cause Engineer to suspect the presence of hazardous materials, the Engineer may grading operations, the City shall provide a written report to the Engineer indicating that the suspected request from the City the termination of grading operations within the affected area. Prior to resuming materials are not hazardous as defined by applicable laws and regulations. @ Page 86 of 110 Page Contract No. 3851 9/11/00 Representative samples of soil materials to be used for fill shall be tested in the laboratory by the Engineer to determine the maximum density, optimum moisture content, and, where appropriate, shear strength, expansion, and gradation characteristics of the soil. a Page 07 of 110 Page Contract No. 3851 911 1/00 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR,PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION MATERIALS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING Add the following: 300-1.1 General. Clearing and grubbing shall consist of clearing natural ground surfaces of all trees, shrubs, vegetation and objectionable materials within the limits of construction in accordance with the provisions of Section 300-1. "Clearing and Grubbing," of the Standard Specifications and in accordance with the plans with these Special Provisions and as directed by the Engineer. Clearing and grubbing shall also include the removal and disposal of all miscellaneous concrete, pavement, pipes, hardware, timber, rubble or any other objectionable material encountered beneath the ground surface as a result of grading or trenching operations connected with the construction of the project improvements. so indicated on the plans which are not designated as separated bid items or which are not included in Clearing and grubbing shall also include the removal, relocation, adjusting, or salvaging of all facilities other bid items. In addition to the above items, clearing and grubbing shall include, but not limited to the following items as shown on the plans or specified in these Special Provisions: Removal of trees, shrubs, stumps, trash, debris barricade, vegetation in the pavement cracks or curb lines whether or not specifically indicated on the plans or otherwise shown to be protected or relocated. Deleterious materials resulting from clearing and grubbing operations shall be hauled away and disposed of at a site obtained by the Contractor. Minor grading for swales and drainage control. Sawcutting of concrete and asphalt concrete at joints and construction limits and the removal and disposal of asphalt concrete, base and concrete. Protection of existing and relocated utility structures prior to and during construction of proposed improvements. additional items not specifically mentioned which may be found within the work limits. Removal and disposal of pipe, ditches, protection posts, guardrail, inlets, trees, stairways, and any Furnishing and applying water. Dust control. Page 88 of 110 Page Contract No. 3851 9/11/00 Maintenance of project appearance. Control of water and dewatering during construction. Clean up of project upon completion of work. Adjustment to grade of miscellaneous items such as drainage inlets, utility boxes, valves, manholes, pullboxes, interfering portions of storm drain pipes, posts, and poles which are not designated as separate bid items or which are not included in other hid items. system damaged during construction). Replacement of all existing landscaping (including the replacement of plant materials and irrigation Protection of utilities, irrigation systems, sprinkler, hose bib, etc. trees, fences, walls and other facilities within the construction zone, except those specifically shown on plans or directed by the Engineer to be removed or relocated. Removal of existing irrigation which conflicts with the new irrigation system, Relocation of signs as shown on the Plans, including foundations and hardware as required. The Contractor shall protect all existing structures or facilities which are adjacent to, or fall within, the limits of the work to be done under this contract in accordance with Section 7-9 and 300-1 of the Standard Specifications. This item shall also include those structures and facilities which the plans show or these Specifications indicate to be protected. Any structure or facility to be protected which is damaged as a result of the Contractor, shall be repaired or replaced at his cost, to the satisfaction of the Engineer. The Contractor shall remove and transport debris and rubbish in a manner that will prevent spillage on streets or adjacent areas. Clean up of spillage will be at the Contractor's expense. All material removed from the site shall be disposed of at the Contractor's expense at a site approved by the Engineer. Parkway areas to be improved, excavated and filled shall be cleared and grubbed. Clearing shall consist of mmplete removal above the ground surface of trees, stumps, brush, vegetation, manmade structures and similar debris. Grubbing shall consist of removal of stumps, roots, buried logs and other exceeding 1-1/2 inches in diameter shall be removed to a depth of 3 feet below the surface of the unsuitable material and shall be performed in areas to be graded. Roots and other projections ground. Borrow areas shall be grubbed to the extent necessary to provide suitable fill materials. All existing plant materials shall be protected unless designated "to be removed". The Contractor shall .trim or remove existing plant materials as designated on Plan or directed, by the Engineer. Said trimming shall be conducted in a neat and professional manner to satisfaction of the Engineer. Any asphalt pavement material removed during clearing operations should be properly disposed of at an approved offsite facility. 1) After clearing and grubbing of organic matter or other unsuitable material, loose or porous soils shall be removed to the depth recommended by the engineer when he determines necessary. The depth of removal and compaction shall be observed and approved by an Engineer. The exposed surface shall G3 Page 89 of 110 Page Contract No. 3851 9/11/00 then be plowed or scarified to a minimum depth of 6 inches and until the surface is free from uneven features that would tend to prevent uniform compaction by the equipment to be used. 1) After areas to receive fill have been cleared, plowed or scarified, the surface should be disced or bladed by the Contractor until it is uniform and free from large clods. The area should then be moisture conditioned to achieve the proper moisture content, and compacted as recommended in these specifications. 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS Delete this section and substitute the following:: 300-1.3.1 General. All materials removed shall be disposed of outside of the right-of-way. Burning shall not be permitted under any circumstance. No accumulation of flammable materials shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left with a neat and finished appearance. 1) Contractor shall remove all signage (street, traffic, etc.) including posts and footings and deliver to the City of Carlsbad, storage facility at the direction of the Construction Manager. Contractor is responsible to verify locations and quantity of signage. Contractor is responsible to install temporary signage street and traffic as required by the Resident Engineer and approved Traffic Control Plan. 300-1.3.2 Requirements (a) Bituminous Pavement .(Revise the second sentence to read): encountered under existing pavements shall be removed. So as not to interfere with new work, (d) Buried pavements, old subsurface pavements and other materials (such as abandoned utilities) immediately inform the Resident . Engineer and obtain direction before proceeding. Add the following: 300-1.4 Payment. Unless otherwise specified, compensation for clearing and grubbing shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full compensation for furnishing all labor, materials, tools, equipment and doing all work involved in clearing and grubbing as specified. Saw cutting of edges to be joined shall be mandatory ,, 300-2 UNCLASSIFIED EXCAVATION Add the following: 300-2.1 General. Unclassified excavation for construction of gravity retaining wall, fencing, curbs and paving items shall be in accordance with the provisions of Section 300-2 of the Standard Specifications and these Special Provisions. Suitable material removed as a result of this operation shall remain on the site and be utilized by the Contractor for the construction of fills and embankments. Fills and embankments shall conform to the provisions of Section 300-4 of the Standard Specifications and these Special Provisions. 1) Compaction of soil or soil-rock fill shall be accomplished by sheepsfoot or segmented-steel wheeled rollers, vibratory rollers, multiple-wheel pneumatic tired rollers, or other types of acceptable compact.ion equipment. Equipment shall be of such a design that it will be capable of compacting the soil or soil- rock fill to the specified relative compaction at the specified moisture content. Prior to placing fill, the exposed ground surface should be scarified, moisture conditioned as Contract No. 3851 911 1/00 necessary, and compacted. Fill soil may then be placed and compacted in layers to the design finish grade elevations. The layers should be no thicker than will allow for adequate bonding and compaction. All fill (including scarified ground surfaces and backfill) should be compacted to at least 90 percent of maximum dry density at optimum moisture content or up to a maximum of 3 percent over optimum, as determined by ASTM Test Procedure D1557-91. As fill operations proceed, penching into the existing slope should be performed to abut compacted fill against competent material. In general, the onsite soils are suitable for reuse as fill if free form vegetation, debris, and other deleterious matter. Surficial soil deposits were generally very moist and may require drying andlor mixing with drier soils prior to reuse as fill. Soil fill, as defined in these specifications, shall be placed by the Contractor in accordance with the following recommendations: content as determined by ASTM D1557-91. In general, the soil fill shall be compacted at a moisture content at or above the optimum moisture When the moisture content of soil fill is below that specified by the Engineer, water shall be added by the Contractor until the moisture content is in the range specified. When the moisture content of the soil fill is above the range specified by the Engineer or too wet to achieve proper compaction, the soil fill shall be aerated by the Contractor by bladinglmixing, or other 'satisfactory methods until the moisture content is within the range specified. After each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted by the (expressed in percent) of the in-place dry density of the compacted fill to the maximum laboratory dry Contractor to a relative compaction of at least 90 percent. Relative compaction is defined as the ration density as determined in accordance with ASTM D1557-92. Co'mpaction shall be continuous over the entire area, and compaction equipment shall make sufficient passes so that the specified minimum density has been achieved throughout the entire fill. Soils having an Expansion Index of greater than 50 may be used in fills if placed at least 3 feet below finish pad grade and should be compacted at a moisture content generally 20 to 4 percent greater than the optimum moisture content for the material. Add the following: 300-2.6 Surplus Material. The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in Section 565 of the California Vehicle code. will be allowed for hauling material on public streets. 1) Modify the following: 300-2.7 Selected Material. Modify to read: Selected material encountered in excavation within the right-of-way shall not be used. Topsoil excavated within the limits of the project may not be considered as selected material for the purpose of backfilling areas to be planted. 1) Substitute the following: 2) 300-2.9 Payment. Quantities of Unclassified Excavation used for payment, other than additional work ordered by or deleted by the Engineer, shall be the quantity indicated in Bid Item No. 4 and no increase or decrease in this amount will be allowed whether or not the actual amount required to complete the project was less or greater than the amount indicated in said proposal. No additional Contract No. 3851 911 1/00 compensation will be allowed for hauling excess materials to a disposal site. 3) Full compensation for unclassified excavation pertaining to the construction of retaining walls and related items shall be considered as included in the lump sum contract price paid for clearing and grubbing, and no additional compensation will be allowed therefor. Add the following section: 300-2.10 Grading Tolerance. Excavated areas other than slopes and subgrade below structures. within the roadway and sidewalk areas shall be finished within 30mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of Section 301-1.4 SSPWC. 300-4 UNCLASSIFIED FILL Add the following: 300-4.2 Preparation of Fill Areas. Except as provided in Section 300-4.7. "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. Add the following: 300-4.5 Placing of Fill Material. Areas to receive fill should be scarified, moisture conditioned as necessary and compacted. Fill soils may then be placed and compacted to the design finish grade accordance with AST.M Test Procedure D1557-91, at or slightly above optimum moisture content. The elevations. All fill should be compacted to at least 90 percent of laboratory maximum dry density in upper 12 inches of subgrade materials within the proposed paved areas should be compacted to at least 95 percent relative compaction. Soil fill shall be placed by the Contractor in accordance with the following recommendations: Soil fill shall be placed by the Contractor in layers that, when compacted, should generally not exceed 8 inches. Each layer shall be spread evenly and shall be thoroughly mixed during spreading to obtain uniformity of material and moisture in each layer. The entire fill shall be constructed as a unit in nearly level lifts. In general, the soil fill shall be compacted at a moisture content at or above the optimum moisture content as determined by ASTM D1557-91 .When the moisture content of soil fill is below that specified by the Engineer, water shall be added by the Contractor until the moisture content is in the or too wet to achieve proper compaction, the soil fill shall be aerated by the Contractor by range specified. When the moisture content of the soil fill is above the range specified by the Engineer bladinglmixing, or other satisfactory methods until the moisture content is within the range specified. Afler each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted by the Contractor to a relative compaction of at least 90 percent. Relative compaction is defined as the ration density as determined in accordance with ASTM D1557-91. Compaction shall be continuous over the (expressed in percent) of the in-place dry density of the compacted fill to the maximum laboratory dry entire area, and compaction equipment shall make sufficient passes so that the specified minimum relative compaction has been achieved throughout the entire till. tf5 Page 92 of 110 Page Contract No. 3851 911 1/00 Soils having an Expansion Index of greater than 50 may be used in fills if placed at least 3 feet below finished pad grade and should be compacted at a moisture content generally 2 to 4 percent greater than the optimum moisture content for the material. Add the following: 300-4.7 Compaction. Compaction of soil or soil-rock fill shall be accomplished by sheepsfoot types of acceptable compaction equipment. Equipment shall be of such a design that it will be capable or segmented-steel wheeled rollers, vibratory rollers, multiple-wheel pneumatietired rollers, or other of compacting the soil or soil-rock fill to the specified relative compaction at the specified moisture content. I Delete and substitute the following: 300-4.9 Measurement and Payment. Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in an incidental to payment will be made therefor. Section 3-4, "Unclassified Fill", will be paid for as a part of unclassified excavation, and no additional SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES :~ 303-1.1 General (Add the following paragraphs): Concrete structures shall conform to the provisions of the Standard Specifications as modified by San Diego Regional Standard Drawings and herein. Use Type I1 Cement. Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. The Contractor shall furnish all labor, tool, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The Contractor shall submit method for placement of P.C.C. for the Engineer's approval, at least 10 working days prior to commencement of work. 303-1.3 Forms. (Add the following paragraphs): Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of mortar. Formed wall surface shall be free of any unevenness greater than 'L inch when checked with a IO-foot straight edge. Concrete in walls with side slopes flatter than %:1 shall be placed on suitable material which has been overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is %:1 or steeper. A clear non-staining form release agent, which will not discolor nor affect the surface texture of the concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of portland cement concrete. Contract No. 3851 911 1/00 303-1.8 Placing Concrete. 303-1.8.1 General. (Add the following): The Contractor shall exercise caution in placement of concrete walls and conjested areas to ensure proper consolidation and that there are no voicd, and protection of waterstops in position. Adequate provisions shall be made for eash visual inspection of concrete placement, consolidation and waterstop protection. Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may be proposed by the Contractor and will be permitted only after evaluation by the Engineer. 303-1.10 Curing. (Amend first paragraph with the following): Exposed concrete surface shall be sprayed with Type 2 curing compound at a uniform rate of one gallon per 150 square feet. 303-1.11 Payment. Payment for Gravity Retaining Wall will be made at the contract price per linear foot, and shall include all labor, equipment, materials and incidentals needed to construct the strucutre in place to the grades and dimensions shown on the Plans. The contract price shall include full compensation for forms, expansion joints and details, finishing and curing. SECTION 305 -PILE DRIVING AND TIMBER CONSTRUCTION Add the following section: 305-3 FENCE CONSTRUCTION 305-3.1 Framing 305-3.1.1 Lumber Selection 305-3. 305-3. 1.1.1 Select individual pieces so that knots and obvious minor defects will not interfere with connections. Install all members with crown and tight knots is the upper position. 1.1.2 Do not use lumber with end splits of checks greater than the following: 2x lumber, split and caps, split length shall be less than or equal to the thickness of the member. length shall be less than or equal to one half the wide face of the member, and beams, rails 305-3.1.2 Erect wood framing members level and plumb. 305-3.1.3 Place horizontal members laid flat, crown side up. 305-3.1.4 Construct framing members full length without slices. 305-3.1.5 Predrill holes for nails when necessary to prevent splitting, maximum hole size not more than .90 times the nail diameter. 305-3.1.6 Cutting- Make cuts cleanly and straight with appropriate sized power saw. Any lumber splintered or chipped by incorrect cuning shall not be used. Contract No. 3851 911 1/00 305-3.2 Tolerances 305-3.2.1 Plumb: Limit deviation from plumb to a maximum of I" over 10 feet, non- 305-3.2.2 Line: Limit deviation from line to a maximum of 1" in 10 foot length, non- cumulative. cumulative. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless othewise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as review process will take into account the following factors: 2. Duration of use of the steel plate bridging. 1. Traffic volume and composition. 4. Weather conditions. 3. Size of the proposed excavation. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmhl+ SLOPE X 1001 X LANES 1000 a PS [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mDh) + SLOPE X 1001 X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the CALTRANS Traffic Manual. EWL = equivalent wheel loads as defined in the CALTRANS Traffic Manual. DAYS = total number of 24 hour periods during which the plates will be utilized at the site 1) WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized NIGHTS = total number of overnight periods that the plates will be in place, exclusive of 1) WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the being considered. at the site being considered. Saturday, Sunday and holiday nights. formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. Contract NO. 3851 911 1 I00 SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50) up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306- 1.5. Add the following section: transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Kmlhr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, ,be mixed with no more that 50%. by volume, of Type I aggregate conforming to the requirements of tables 203- 5.2(B) and 203-5.3(A). Page 96 of 110 Page Contract No. 3851 911 1/00 Method 2 [For speeds 70 Kdhr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (1 2” x %”) steel bolts placed through the plate and driven into holes drilled 300 mm (12) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, the Contractor‘s option, the methods required for Method 1 may be used. If the Contractor so elects, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A). REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH TABLE 306-1 .I .7.4(A) Maximum Trench Width (‘I 19 mm 0.6 m (23”) 13 mm (V2”) 0.3 m (lo”) Minimum Plate Thickness ’ 0.8 m (31”) 22mm (’1:) 1.0 m (41”) ‘25 mm (1”) 1.6 m (63”) 32 mm (1 X?) (1) For spans greater than 1.6 m (V), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x 75 mm (9 x 3) above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type Contract No. 3851 911 1/00 and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12) of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1. ‘Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for SDGBE shall be made on the “per each” price for service connections (Bid Item No. 43) and no other payments will.be made. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines’ and conduits of any type, work and shall replace said pipelines and conduits with properly compacted soils. Payment for or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Add the following Section: SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL During installation, Contractor shall observe safe practices in accordance with the City of San Diego Standard Specifications, and all appropriate federal, state, and local laws concerning safe job practices. 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.2 Trench Excavation and Backfill. Pressure lines shall be placed a minimum of twenty-one inches (21”) deep in planting; thirty-six inches (36”) deep under paving. Lateral lines shall be placed a minimum of fifteen inches (15”) deep prior to soils amendment. Backfill in all trenches shall be flooded and compacted in accordance with Section 306-1.3.2 and Section 306-1.3.3. Wherever possible joint trenches shall be used for irrigation pipe control wires. The fifteen-inch (15”) Contract No. 3851 911 1 IO0 cover trench depth shall apply to trenches located in the proposed planted areas only. All other trench streets shall be with a Sand-Cement Sluny (Concrete Class 100-E-100). depths shall comply with the requirements identified in Section 308-2.2. Backfill of all trenches under 308-2.3.1 General. Weed eradication for entire Project site: After irrigation installation, but before planting installation, the Contractor shall irrigate the entire Project site six (6) times over fourteen (14) days to germinate existing weed seeds: Allow weed seeds to grow until they reach a maximum height of two to three inches (2 - 3”). A post-emergent herbicide shall then be applied per manufacturer’s specifications and instructions. Weed eradication for shrub areas and groundcover areas (planted from flats). Three (3) to four (4) days after these plants have been installed, the Contractor shall apply the pre-emergent herbicide per manufacturer’s specifications and instructions. Percolation Tests: Prior to installing plants, the Contractor shall perform a minimum of four (4) percolation tests in representative areas of the site to verify acceptable natural drainage for planting pits. Tests shall be performed as follows: Dig a pit two feet (2’) by two fee t(2‘) by exactly twenty-four inches (24) deep. Fill with water to top and cover with plywood and barricade to protect pedestrians. Make daily observation noting the depth of water each day. Report to the Resident Engineer the length of time that the water takes to drain completely from each hole. If water drains from hole within one day, refill with water. Based on this test, the Resident Engineer will confer with the Project Landscape Architect and will make a determination of whether additional drainage measures will be required for boxed size tree plantings. No plants shall be installed until percolation tests have been observed by the Resident Engineer and a determination made that no further drainage measures are required. 1) Amend the following: 308-2.3.2 Fertilizing and Conditioning Procedures. (Second Paragraph, first sentence AMEND to read): Soil amendment materials shall be uniformly spread at the prescribed rate. Third paragraph, first sentence, AMEND to read: After spreading, cultivate the following soil amendments into the upper six inches (6”) of soil by suitable equipment operated in at least two (2) directions, approximately at right angles. In small planters the same results are to be achieved using hand tilling methods. Add the following: Once rough grading has been accomplished, a minimum of four (4) soil samples from different representative areas of the site at locations designated by the Resident Engineer shall be taken and a soil analysis performed to determine nutrient and mineral content, compositional characteristics, pH, EC, micronutrients permeability, and existence of poxxible toxic elements. Soil test shall be conducted by a reputable agricultural soils laboratory with full testing service capability, approved by the Resident Engineer. Analysis shall include generic recommendations for amending or correcting soil conditions using soil amendments. Results of soil analysis shall be received by Resident Engineer thrity (30) days prior to amending of soil ,, . i. Contract NO. 3851 9/11/00 and ordering amendments. Based on the soils test results, the quantity or type of amendments may be modified by the Resident Engineer within fourteen (14) days of receipt of analysis. Grub and clean all planting areas, removing all weeks, debris and rocks from the site. All planting areas shall be thoroughly tilled and loosened to a depth of twelve inches (12”) by approved method. Do not till near existing trees if roots are encountered. All areas where existing soils are replaced with imported topsoil shall be backfilled and settled using applications of water to moisten soil and establish a stable finish grade. Areas which subside, and all depressions or imgulatities shall be repaired, settled and grade re-established. 1) Afler all planting areas meet the finish grades per grading plan, the following rates of soil conditioning and amendment materials (or as modified by the Soils Report) shall be evenly spread over all planting areas and worked into the soil: Soil amendments for all planting areas under 3:l in steepness: Soil Conditioner Gypsum Iron Sulfate Soil Sulphur Pre-Plant Fertilizer 4 C.U. yds./1,000 sq. ft. 120 Ibs./l,OOO sq. ft. 10 Ibs./l,OOO sq. fl. 10 Ibs./1,000 sq. ft. 25 Ibs./l,000 sq. ft. Amendments shall be thoroughly tilled and intimately blended into the existing soiis in all planting areas to a depth of twelve inches (12”) by approved methods. Soil amendments for sloped planting areas 3:l or greater in steepness: Gypsum Soil Sulphur Iron Sulfate After leaching, apply: 10-10-10 Fertilizer 120 Ibs./l,OOO sq. ft. 10 lb./1,000 sq. fl. 10 lb./l,OOO sq. fl. 25 Ib./l,OOO sq. ft. Amendments shall be raked into soil surface without disturbing the compaction of the slope. Soil amendments, as specified, are for bidding purposes only. Actual types and quantities may be altered based on soil analysis (provided by Contractor) after rough grading. In addition, after amending soil per A and B above, all planting areas shall be sprayed with “Sarvon” at the rate of 6 gallons/acre (or 1 qt./2,000 sq. ft.) immediately prior to leaching. Deep Water Leaching: Afler complete installation and testing of the irrigation system and tilling soil amendments, all on-grade areas shall be deep water leached, compacted and settled by repeated application of irrigation water until the soil has received a minimum of 12” of water, and has been thoroughly moistened to a depth of 24. Prior to leaching, apply “Sarvon” soil enhancer as described above, per manufacturer‘s instructions. Contract No. 3851 911 1/00 After leaching operation, 4 soil samples shall be taken by Contractor per Landscape Architect‘s direction and given to the soil laboratory for testing. Soil test shall meet the following requirements: EC - maximum 3.00 PH - Maximum 7.50 Minimum 6.0 Tree and Shrub Backfill: Tree and shrub backfill mixture shall be sixty-seven percent (67%) site soil free of rocks and debris, over one inch (1“) die, and thirty-three percent (33%) Type 1 organic soils amendment and ten (1 0) Ibs./cu. yd. Gypsum - 6 Ibs./cu. yd. 12-12-12 fertilizer. After backfiling planting hole, apply a mixture of two (2) tablespoons of ‘Sarvon” in five (5) gallons of water to each tree and shrub. Post Planting Ferfilizer: The contractor shall apply post-plant 14-7-3 fertilizer at the rate of twenty pounds (20 Ibs.) per 1.000 sq. R., thirty (30) days after planting and once again at the end of the post-construction maintenance period. Add the following: 308-4 PLANTING 3084.1 General. The Contractor shall be responsible for managing the site and performing planting, maintenance and corrective measures to the best advantage of the plant material to promote healthy growth, establishment and success of the plantings. This shall include providing for drainage, ifrigation. repair of damaged features, correction of deleterious conditions, maintaining a proper soil moisture level, weeding, fertilization. protection, temporary measures to promote establishment and other reasonable maintenance and construction efforts needed to provide, for the successful establishment of the plant materials during the entire contract period. The Contractor shall not install planting as shown in the plans when it is obvious in the field that conditions exist which are detrimental to plant survival and grbwth. Such conditions shall be brought to the attention of the Resident Engineer. The successful establishment of the plantings during the entire contract period is the Contractor’s responsibility. 1) The irrigation system shall be installed, pressure tested, coverage tested and operational prior to approved by the Resident Engineer. planting, with the exception of large specimen planting that must be planted prior to other operations as Actual planting shall be performed during those periods when weather and soils conditions are suitable and in accordance with locally accepted horticultural practice, as approved by the Resident engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these Specifications. Soil moisture level prior to planting shall be no less than seventy-five percent (75%) of field capacity. The determination of adequate soil moisture for planting shall be the sole judgement of the Resident Engineer and his decision shall be final. The Contractor shall obtain approval from the found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before Resident Engineer of planting pits before planting operations shall begin. If the soil moisture level is starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after the removal from the containers. Containers shall not be cut prior to placing the plants in the planting area. Contract .No. 3851 911 1/00 Planting shall not be performed if plant pits contain standing water, or it pits are over saturated to a condition which may result in an unhealthful condition for the plant. It is the Contractor’s responsibility to provide a suitable growing condition for the plant material and to maintain that condition throughout the entire contract period. If requested by the Contractor, the Resident Engineer, and/or designated representative, will visit the shall reimburse the City for all time spent driving to and from the nursery and inspecting the trees at an nursery from which trees are procured to inspect the trees prior to delivery to the site. The Contractor hourly rate of $80/hour or fraction of hour. It is in the Contractor’s interest to have the Resident engineer (or designated representative) visit the nursery and inspect the Contractor’s selected trees prior to delivery to the site. This may prevent extra shipping expenses to the Contractor for trees delivered to the site. but subsequently rejected by the Resident Engineer. This does not preclude the Resident Engineer from rejecting any trees delivered to the site which, upon inspection at the site, do not meet the criteria for acceptance as previously outlined. After approval and transportation, and upon arrival at the construction site, the City’s Landscape been damaged in transit may be rejected at no cost to the City in accordance with the Project Special Inspector will inspect the plants for any damage that may have incurred in transit. Plants that have Technical Provisions, Section 212-1.4.1. Bid Item unit price for.trees and unit price for shrubs shall include all items incidental to tree and shrub planting including excavation, backfill, soil amendments, fertilizer tablets, staking, drain pipes and all other items not included in otherbid items to sustain healthy growing conditions for the trees and shrubs throughout the contract period. 308-4.2 Protection and Storage. Add the following: The Contractor’s on-site plant storage area shall be approved by the Resident Engineer prior to the delivery of any plant materials. Plants determined by the Resident Engineer to be wilted, broker or otherwise damaged, shall be rejected at any time during the Project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. Add the following: 308-4.2.1 Exlsting Tree, Shrub and Ground Cover Protection.’ The work is to be performed in areas of existing planting and irrigation. The Contractor shall take precautions to minimize the disturbance to adjacent planted areas and is required to replace in kind any irrigation or planting disturbed by the work. Identify and protect from damage all individual plant and areas of planting to remain by appropriate means. The Contractor shall provide equivalent size replacement plants in the event that the death or decline of existing plants to remain is attributable to the Contractor‘s negligence or lack of protection as determined by the Resident Engineer. 1) All plants to remain on-site shall be watered and irrigated as necessary during the entire construction contract to provide for the health of the plant. Any plants required to be removed, boxed Contract No. 3851 911 1/00 ~~~ and set asied for future installation shall be watered, and maintained by the Contractor in a healthy condition until replanted or until the end of the maintenance period. The pruning and trimming of the limbs and roots of plant materials to remain within the project scope shall be done by tradesmen experienced in this type of work. The removal of any limbs, branches, and roots shall be done only after conferring with the Resident Engineer and Landscape Advisor. 308-4.2.2 Excavation Adjacent to Existing Tree, Shrub and Groundcover to Remain. Trenching within the drip line of trees and shrubs shall be avoided. It is the intent of the plans that the Contractor provide an alternate routing of trenching to avoid cutting through roots of existing trees. Where it is necessary to excavate in close proximity to existing trees and shrubs, all possible caution shall be exercised to avoid injury to roots and trunks. In the event it is necessary to cut the roots of an existing tree, the tree shall be pruned prior to excavation to reduce the foliage volume by the same percentage as the approximate percentage of roots removed. Pruning of trees on private property shall not be done without written permission of the property owner. Excavation within the drip line of the tree shall be done by hand, tunneling under roots 1” in diameter and larger, and shall be done only on the approval of the Resident Engineer and Landscape Advisor. The exposed roots of trees shall be covered and shaded by moist burlap or canvas until the trench is backfilled. Within 24 hours of the cut, the Contractor shall paint the exposed end of the cut roots with .an appropriate root pruning sealant. I ~. 308-4.5 Tree and Shrub Planting. 1) Add the following: 308-4.5.1 General. Fertilizer planting tables [twenty-one (21) gram size], shall be placed with each plant at the following rates: One (1) tablet per one (1) gallon container; Two (2) tablets per five (5) gallon container; Four (4) tablets per fifteen (15) gallon container; One (1) tablet per each two inches (2) of box size container. All plants which settle deeper than specified shall be raised to correct level or replaced as directed by the Resident Engineer. 1) Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth (1110) of the branching structure. Pruning may be done only with the approval of, and in the presence of, the Resident Engineer. Add the following: 308-4.5.1 Root Barrlers. Materials shall be delivered and stored in accordance with Section 4 of the Standard specifications. Avoid prolonged exposure to direct sunlight and high temperatures. Material exposed to direct sunlight for more than one week shall be rejected and replaced. Material shall be handled in accordance with manufacturer’s instructions. 1) Install root barrier against edge of all paving adjacent to planting areas within 10’ of tree trunks measured perpendicular to curb. A minimum 4“ wide trench shall be excavated to the depth of root Page 103 of 110 Page Contract No. 3851 911 1/00 barrier. Insert barrier to bottom of trench and stretch it straight against the side sf trench adjacent to concrete. Top edge shall be 3" below grade of concrete structures. To permit backfilling, tape, wire or pin the barrier against the trench wall. The fabric shall be laid in a continuous barrier without gaps. Splices shall be made tight and permanent using the manufacturer's locking strips installed per instructions. Tamp soil gently and firmly into place as backfilling is accomplished to prevent soil settling. Avoid collapsing or distorting the barrier when backfilling. Cutting shall be accomplished using a sharp knife. Price for root barriers shall include labor, materials, equipment and all incidentals necessary to provide a complete installation. Add the following: 308-4.6 Plant Staking and Guying. All trees shall be double-staked. Refer to Section 212-1.5.3 of these Specifications for approved staking materials. 308-5 IRRIGATION SYSTEM INSTALLATION I) Add the following: 308-5.1 General. Materials shall be delivered and stored in accordance with Section 4 of the to irrigate existing plants until the permanent water source is operable. Contractor shall submit ship. - Standard Specifications. Contractor shall provide a temporary water supply from an approved source dimensions and description of the temporary water supply to the Resident Engineer for approval.. The temporary water supply shall be of adequate pressure and gallonage to operate the existing irrigation system and other required irrigation equipment at its designed capacity. Contractor shall furnish any and all temporary electric power required during construction period. Contractor shall check and verify the water pressure at P.O.C. prior to beginning of work. Notify Resident Engineer of any discrepancy between pressure indicated on plans and actual water pressure. Contractor shall check and verify all site conditions, utilities, and services prior to trenching. Verify point of connection location prior to beginning of work. Plans are diagrammatic and approximate. All piping, valve boxes, backflow preventers, etc., shall be located in planting areas where possible. No irrigation equipment except pipe crossings and electrical crossings shall be located in the street except where street crossings or trench rerouting is required to protect existing trees. All irrigation equipment shall be installed, flushed, pressure tested, and the coverage test approved prior to plant installation. a Page 104 of 110 Page Contract No. 3851 911 1/00 308-5.2 Irrigation Pipeline Installation 1) Amend to read: 308-5.2.1 General. Concrete thrust blocks, minimum one (1) cubic foot, with sufficient bearing area to resist the thrust of water, shall be constructed against undisturbed earth at all changes or direction exceeding forty-five degrees (45") for pressure mainline pipe larger than two inches (2"). thrust blocks shall be installed at gate valves, tees, elbows, crosses, and ends of pipe runs; or whenever the Landscape Inspector deems one to be necessary. Thrust blocks are to be installed as per Standard Drawings W-17, W-18, and W-19; SDW io0 for four-inch (4") pipe or larger. Contractor shall install sleeves and chases where any waterline or controller wire passes under paving. 1) Sleeves and chases shall extend two fee (2') beyond each side of the improvement. The letter "E" for electrical or the letter "W for water shall be stamped or chiseled on the improvement directly above sleeves thirty-six inches (36") deep minimum for water. Sleeves and chases shall be Schedule 40 PVC the chase or sleeve. The chases shall be a minimum fifteen inches (15") deep for electrical and the with typical diameter of two (2) times larger than the diameter of the waterline to be installed in sleeve. conduit shall be plaster or mortar sand with a sand equivalent of 50, per Section 200 of the Standard 3) Sand encasement, where applicable, for all irrigation pipe, direct burial control wire, and electrical Specifications. All pressure pipe shall have a continuous blue colored trench mahker tape placed nine inches. (9") below finished grade directly aboVethe buried pipe. Marker tape shall be "Alarmtape" as manufactured by Paul Potter Warning Tape, Inc.. or approved equal. Avoid installing pipe through proposed tree locations to avoid conflict with root ball. All wires in pull boxes shall be loose and shall not come within three inches (3") from lid. Boxes shall be sized accordingly to accommodate this requirement. Valve sizes shall be as specified on the plans. 3084.4 Sprinkler Head Installation And Adjustment 1) Add the following: 308-5.4.2 Location, Elevation and Spacing. Plans are diagrammatic and approximate. Precise location of headdbubblers shall be Field adjusted to meet minor variations of Field conditions from the plan. Add the following: 308-5.5 Automatic Control System Installation 1) Testing: All wiring shall be tested for continuity, open circuits, and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be fifty (50) megohms. Any wiring not meeting this requirement shall be replaced at the Contractor's expense. 1) All wires in pull boxes shall be loose and shall not come within three inches (3) from lid. Boxes shall be sized accordingly to accommodate this requirement. A reduced "As-Built" irrigation plan, color-coded by stations and laminated in plastic, shall be mounted on the inside of the controller enclosure for use by maintenance personnel. 2) Page 105 of 110 Page Contract No. 3851 911 1/00 Each installed remote control valve shall be coded to its parent controller in the same numerical sequence as indicated in Section 212-3.2.1. Controllers, 12-volt conductors and valve actuator shall be installed in conformance with the controller manufacturer's instructions. Add the following: 308-5.6 Flushing and Testing. Flush all pipes clean prior to installing sprinkler heads. Do not allow water from irrigation flushing to enter plant pits where water would result in over-saturation of soil creating an unhealthful condition for plant materials. Amend the following to read: 308-5.6.2 Pipeline Pressure Test. (Last sentence) Mains larger than two inches (2), asbestos cement mains and mains employing socket and spigot gasket joints, shall be tested in accordance with Section 306-1.4; all other mains and laterals shall be tested at a static pressure of 150 PSI for two (2) hours. If leaks develop, repair leaking portions and repeat test until entire system is proven water-tight. Test shall be observed and approved by Resident Engineer prior to backfilling trenches. Coverage Test and Adjustment: When system is complete, and prior to planting, the Contractor shall amending inadequate coverage to the satisfaction of the Engineer.; ., perform a coverage test in the presence of the Resident Engineer. Contractor shall be responsible for . . Add the following Section: ' 308-5.7 As-Built Plans (Record Drawings). Before final acceptance of work, the Contractor shall provide a record set of drawings showing the irrigation system work. Information shall be on clean, full. size blueprints of plans. Lettering shall be one quarter (1/4) inch height. All items changed/relocated from original drawings shall be so indicated with the same symbol in the new location. All notes/ callouts pertaining to the item shall be directed to new location. All work shall be neat, indicated in red ink and subject to the satisfaction of the Resident Engineer. All valves shall be numbered by station and corresponding numbers shall be shown on the record drawings. Contractor shall provide Owner with a wiring diagram of each power circuit and control panel that corresponds to each irrigation controller supplied. All main lines, lateral lines, sleeves, flow sensors, master control valves, remote control valves, shut-off valves, quick coupling valves, and controllers shall be located by measured dimensions, to the nearest on-half foot. Dimensions shall be given from permanent objects such as sidewalks, curbs, walls, structures and driveways. On the inside surface of the cover of each Automatic Controller, prepare and mount a clear plastic encased, waterproof color-coded chart showing the valves, mailine, and systems serviced by that particular Controller. All valves shall be numbered to match the operation schedule and the drawings. Only those areas controlled by that Controller shall be shown. This chart shall be a plot plan, entire or partial, showing building, walks, roads and walls. A photostatic print of this plan, reduced as necessary and legible in all details, shall be made to a size that will fit into the Controller cover. This print shall be approved by the Owner's Designated Representative and shall be hermetically sealed by plastic. This shall then be secured to the back of the enclosure door. e Page 106 of 110 Page Contract No. 3851 9/11 /oo The Contractor shall keep on the site at all times, a current record set of the plans. Immediately upon the installation of any buried pipe or equipment, but prior to any backfilling of trenches, the Contractor shall indicate on the record set of drawings the locations of said pipe or with size and depth. equipment. All changes in direction of main line or lateral lines and all sleeves shall be noted on plans Record drawings shall be signed and dated in red .ink by the Contractor'attesting and certifying the accuracy of the record drawings. Contractor shall also include contractor company name, address and phone number on record drawings. Add the following: 308-5.8 Operation and Maintenance Manuals. Prepare and deliver to the Resident Engineer within ten calendar days prior to completion of construction, two (2) three ring hard cover binders containing the following information: Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturers' representatives. Catalog and parts sheets on all material and equipment. Contractor Guarantee statement. Complete operating and maintenance instructions for all equipment. In addition to the above mentioned maintenance manuals, provide the maintenance personnel with - instructions for maintaining equipment and show evidence of such instruction in writing to the Resident Engineer at the conclusion of the project. Add the following: 308-5.9 Extra Equipment. Contractor shall provide to the Owner: Three (3) keys for opening and locking each automatic controller enclosure. Two (2) globe valve keys with a minimum four (4) foot long handle. Five (5) sprinkler heads with nozzles, screens and flexible swing joints of each type used on the project. Five (5) quick coupler keys with swivel hose ells to match quick coupler valves used on the project. Add the following: 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 1) A construction maintenance period shall be included as part of the scope of work for this Project and shall not begin until all items in the contract are complete. constructed and in place. The effective date of the start of the construction maintenance period shall be established by the Resident Engineer. The construction maintenance period shall last ninety (90) calendar days, or until final acceptance as determined by the Engineer and shall not be included in the time of working days, per Section 6-7. @ Page 107 of 110Page Contract No. 3851 9/11/00 The Contractor shall provide complete landscape maintenance of all planting areas. The work shall include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, repair of irrigation systems, control of diseases and pests, and control and repair of soil erosion. 1) All bark-mulched areas and planted areas, except lawn and hydroseed areas, shall be treated with an approved granular pre-emergent herbicide according to manufacturer’s specifications at the beginning of the post-construction maintenance period and, if the product specifies, additional scheduled treatments on a regular schedule, as required through the post-construction maintenance period. Verify appropriate product use on newly planted groundcovers. At the direction of the Resident Engineer, the Contractor shall control weeds, disease, and pest infestations in the planting areas. Resident Engineer shall approve all methods and materials for such control. Upon approval, the Contractor shall implement the control measures exercising extreme caution in using pesticides and taking all steps to insure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying. 1) During the plant establishment period, the Contractor shall fumish sufficient personnel and equipment on a daily or weekly basis to perform the work required by this section. Any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Resident Engineer, the day will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within thirty (30) calendar days following completion of construction in such areas. Unless otherwise approved by the Resident the same vegetation as originally specified and maintaining the area to achieve acceptable plant Engineer, repair shall consist of bringing the damaged area back to final grade,.replanting the area with establishment. The Contractor is responsible for protection of all planting during the entire contract period by adequate methods. Planting damaged during the contract period shall be replaced. Contractor shall call Resident Engineer for one final inspection one (1) week before the end of the construction maintenance period. Failure to pass inspection will result in an extension of the construction maintenance period as the Resident Engineer deems necessary, at no additional cost to the City. Add the following: 308-6.1 Payment. Payment for maintenance and plant establishment work shall be made in the Lump Sum amount stipulated for the contract Bid Item, “Plant Establishment”. Payment shall be made in amounts of $1.000 per calendar month that work is performed up to a maximum of three months and in accordance with Section 308-6 and to the satisfaction of the Engineer. Add the following: 1) All fifteen (15) gallon and larger trees installed under the contract shall be guaranteed to live and grow for one (1) year from the date of final acceptance of the contract work unless decline of plant is specifically attributable to causes unrelated to installation, plant material quality and Contractor’s maintenance practices. All other plant material, including ground covers, shall be guaranteed to live and grow for a period of ninety (90) calendar days from the date final acceptance of contract work unless decline of plant is specifically attributable to causes unrelated to installation, plant material quality and Contractor‘s maintenance practices. 308-7 GUARANTEE Contract No. 3851 91 1 1 I00 ~ - Any material found to be dead, missing or in poor condition during the post-construction maintenance period, shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at his expense, within fifteen (15) days of written notification. Replacement shall be made to the same specifications required for the original plantings. The entire irrigation system shall be guaranteed against defects in material and workmanship for a period of one (1) year from the date of acceptance of the work. Should the Contractor fail, during the guarantee period, to expeditiously correct a defect upon written notification by the City, the city shall cause the work to be corrected and bill the actual costs incurred to the Contractor. Defect corrections shall include the complete restoration of existing improvements that were damaged as a result of the defect. SECTION 310 - PAINTING 31 0-5 PAINTING VARIOUS SURFACES 1) Add the following: 310-5.6.1 General. Traffic signs, stripes, legends, and raised pavement markers shall conform to the California Department of Transportation Traffic Sian SDecification. Traffic Manual, Maintenance Manual, and Caltrans Standard SDecifications. Traffic striping shall conform to Sections 84 and 85 as modified by these Special Provisions. Traffic Control shall be per the Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones. Pavement legends shall conform to Agency stencils. Stripes and pavement legends shall be reflectorized. Add new Subsection: 310-5.6.1.1 Signs. All signs shall conform to the California Department of Transportation Traffic Manual and mounted on metal posts. posts - All metal posts shall be galvanized steel tubing, Schedule 10 with breakaway base, ‘uni-strut” or approved equal. Mounting height is seven feet (7’) to bottom of sign. Brackets -All brackets shall be vandal-proof hardware. Installation - Post foundation shall be ten inches (IO) in diameter and thirty inches (30) deep. The post base shall be embedded twenty-four inches (24”) into the 500-C-2500 concrete foundation. Sign Location - The actual location of all signs shall be determined by the Engineer prior to installation. Add the following: 310-5.6.7 Layout, Alignment and Spotting. The Contractor shall fumish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer. Spotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and markings shall be removed by wet sandblasting prior to painting new ones, but in no case shall Contract No. 3851 911 1/00 any section of street be left without the proper striping for more than twenty-four (24) hours, or over weekends or holidays. Temporary markings shall be installed to the satisfaction of the Engineer. Add the following: 310-5.6.8 Application of Paint. Pavement markings and traffic stripes shall be applied in two (2) coats. The second coat shall be applied one (1) week after the first coat. Each coat of paint for any traffic stripe, including glass beads where required, shall be applied in one pass of the striping machine, regardless of the number, widths, and patterns of individual stripes involved. Paint to be applied in two (2) coats shall be applied approximately as follows: Solvent Borne Paint Water Borne Paint Square Foot Coveraae Per Gallon First Coat 360 Second Coat 150 215 The exact rate of paint to be applied will be determined by the Engineer. Unless othewise directed by the Engineer, glass beads shall be uniformly incorporated in all coats of paint concurrently with the application of the paint, except that glass beads shall not be applied to black paint. Beads shall be embedded in the coat of traffic paint being applied to a depth of one-half their diameters. Glass beads shall be applied at an approximate rate of five (5) pounds per gallon of paint. The exact rate will be determined by the Engineer. Any removal of traffic stripes and markings shall be accomplished bythe wet sandblasting method.or waterblasting method. The machine used for this purpose shall meet all requirements of the air removed without delay. pollution control district having jurisdiction in the project area. All sand used in wet sandblasting shall be Replace with the following: 310-5.6.10Measurement and Payment. Compensation for traffic signs, striping and marking shall be considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore. The compensation shall include furnishing all labor, materials (including adhesives, glass beads, and paint), tools, equipment and incidentals, and for doing the work involved in installing traffic signs, striping and markers complete in place; including removal of existing stripes, and salvaging and stockpiling of existing obsolete signs, and necessary traffic control as shown on the plans, and as specified in these Special Provisions and as directed by the Engineer. APPENDIX A STANDARD DRAWINGS Contract No. 3851 911 1100 ~~~ .. TYPE-A WALL lApplirable for all types of backlill loadinal r 1 112 : 1 Slope Unlimited / 'v OR There shall be ns loadings extending above top of wall within a distance ' equal to height of TYPE-B WALL TYPE-C WALL 1 I- Expansion joint @ 30" O" r centers , I (max) andlor @ each nep. i Finished Ground Line TYPICAL ELEVATION NOTE See Standard Drawing C.10 for Section A-A. notes and details. GRAVITY RETAINING WALLS """ NOTES: I. DISTRICT WIU SET METER 8 BALL VALVE. 2. aU COPPER JOINlS SHALL BE SILVER SOUXRED. IN CONFURWE WITH SPEOFICATKNS 4. TAP TO MAIN lU BE MINIMUM OF 18' FROM NEPREST COVPLING OR TAP. 5. POSITION c\NoDE MIDWAY BETMEN ~ ~ ". .~ .. . PIPELINE AND METER BOX. APPENDIX B LIST OF SUBMITTALS Contract No. 3851 ~ ~~ ~~__ tape, etc. valve boxes, pull boxes, control wires, Irrigation heads, emitters, trench marking Miscellaneous 10 308-2.3.2 Soil tests - Page 113 of IlOPage Contract No. 3851 9/11/00