Loading...
HomeMy WebLinkAboutSim J Harris Communications; 2000-04-19; 99-1021866 Recording requested by: CITY OF CARLSBAD 1 When recorded mail to: ) FEES: 0.04 AUG 07. 2000 10t13 Ald 1 1 MFICIAL ECORDS 1 SRN DIECO COUNTY RECORDER'S OFFICE GREGORY J. SHITH, CWY RECORDER ) City Clerk ) City of Carlsbad 1 1200 Carlsbad Village Dr. ) Carlsbad, CA 92008 2000-0415330 Space above this line for Recorder's Use - NOTICE OF COMPLETION 1. 2. 3. 4. 5. 6. 7. 8. Notice is hereby given that: 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 July 7, 2000. The name of the contractor, if any, for such work of improvement is Sim J. Harris Communications. The DroDertv on which said work of improvement was completed is in the City of Carlsbad, County of Sin Diego, State of California, and is described as the Davis Avenue Water Line The address of said property is within the limits of the City of Carlsbad. Replacement, Project No. 3532. CITY QF CARLSBADA Public fiorks DirectorKity Engineer 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 July 25 , 2000, 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 July 28 -8 2000, at Carlsbad, Califoinia. CITY OF CARLSBAD &A%m NE M. WOOD TABLE OF CONTENTS Notice Inviting Bids .................................................................................................................... Contractor’s Proposal ................................................................................................................ Equipment Material Source Information .................................................................................... 1 Bid Security Form ...................................................................................................................... 1 . eltern m Bidder’s Bond to Accompany Proposal ..................................................................................... 1 Guidelines for Completing The “Designation Of Subcontractor Amount Of Subcontractor’s Bid” And “Designation Of Owner OperatorILessor & Amount Of Owner Operator/Lessor Work” Forms ............................................................................................................................. 1. Designation Of Subcontractors & Amount Of Subcontractor’s Bid ............................................ 21 Designation Of Owner Operator/Lessor & Amount Of Owner Operator/Lessor Work ................ 2. Bidder’s Statement Of Financial Responsibility ......................................................................... 2: Bidder’s Statement Of Technical Ability And Experience .......................................................... 2. Bidder’s Certificate Of insurance For General Liability. Employers’ Liability Automotive Liability And Workers’ Compensation ....................................................................................... 24 Bidder’s Statement Of Re-Debarment ....................................................................................... 2f Bidder’s Disclosure Of Discipline Record .................................................................................. 2E Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ............................. 2E Contract Public Works .............................................................................................................. 25 Labor And Materials Bond ........................................................................................................ 35 Faithful PerformanceNVarranty Bond ........................................................................................ 37 Escrow Agreement For Surety Deposits In Lieu Of Retention (Optional) .................................. A0 e ’ a e= ’6# 6/7/99 Contract No . 3532 Page 2 of 67Pages SUPPLEMENTAL PROVISIONS 0 Part1 General Provisions Section I Terms Definitions, Abbreviations And Symbols 1-1 Terns ................................................................................................................. 1 -2 Definitions . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .?4 1-3 Abbreviations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..4 Section 2 Scope And Control Of The Work 2-3 Subcontracts .. ... . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . ... A 2-4 Contract Bonds ..... . . . . . . . . . . . . . . . . . . . . .. . .. . .. . . . .. . . . . . . . . . .. . .. . . . . . . . . . . .. . . . . . . . .. . .. . . . . . . . . . .. . . . . . . .. . .4 2-5 Plans And Specifications . ... .......... ... .. ... ...... ... ..... ... .. . ... ... ...... ........... ... ... ........ .... A 2-9 Surveying ...... . . . . . .. . .. . .. . . . . .. . .. . .:. . . . . . . . . . .. . .. . . . . . . .. . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . , .. . . . . . . .. . . ....... A 2-1 0 Authority Of Board And Engineer ....................................... Section 3 Changes In Work 3-3 3-4 3-5 Section 4 Control Of Materials 4-1 4-2 C C C C Extra Work ....... .. . .. ... ...... ... . ... ............ .. . .. ... ..... ...... .. ... . ... ... ............ .. ...... .. ... ..... ...& Changed Conditions .............. . .. . .. . .. ... ...... .. ...... ... .. ...... ...... . ... .. . .. ... ... .. . .. ... ... ... .. ... Disputed Work ................... ... ... . .. . ... .. . .. ..... . .. ...... .. ... ... ...... ... . ... .. . .. . ..... .. ... ... ... .. ....* C Materials And Workmanship ............................ .................................................. L Materials Transportation, Handling And Storage ... .. . .. ... ... . .. . .. . .. .... .. ... .. ......... .. ..& C C C C C Utilities.. .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . .. . .. . . . . .. . .. . .. . .. . . . . . . .. . .. . .. . . . . .b Location. ... .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . .. . . . . . . .. . .. . . . . . . .b Relocation . . . . . .,. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . L Cooperation.. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . . . . .. . .. . .. . .. . .. . . . . . . . . . .. . .. . .. . .. . L Prosecution, Progress And Acceptance Of The Work ........................................ \I Construction Schedule And Commencement Of Work ... .... . .. . .. ... . .. ... .. . .. . .. ...... .... Prosecution Of Work .......................................................................................... b Delays And Extensions Of Time ..... . .. . .. ... .. . .. . ..... .. ... . .. ... ... ....... ... .. . .. . .. .__... ... ..... .& Time of Completion ............................................................................................ b Completion And Acceptance ..... ... ..... . .. . .. ... . .. .. . .. . .. ... ...... ... . .. . .. . . . ... ...... ........ ...... L 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 ....................................................................................... E a Section 5 5- 1 5-4 5-6 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 Measurement & Payment C C C C C C C C C C C C C C Measurement Of Quantities For Unit Price Work. ............................................... E Payment .. . .. . .. . .. ... . .. ... .._ ... ... ... . .. . ... .. . .. . .. ... ... .. . . . ... ... ... ... ......... ...... ... ... ... .. ............ E a ;:; em ts 6/7/99 Contract No. 3532 Page 3 of 67 Pages Part 2 Construction Materials 0 Section 200 Rock Materials 200-2 Untreated Base Materials ................................................................................... Section 203 Bituminous Materials 203-1 I Part 3 Construction Methods Section 300 Earthwork 300-1 Clearing And Grubbing ...................................................................................... Section 306 Underground Conduit Construction 203-6 Asphalt Concrete ............................................................................................... Asphalt Pavement And Crack Sealants .............................................................. 306-1 Open Trench Operations ................................................................................... Section 313 313-1 Temporary Traffic Signing ................................................................................... Temporary Traffic Control Devices .. SPECIAL CONDITIONS TECHNICAL SPECIFICATIONSSPECIAL PROVISIONS ......................................................... INFORMATION FOR CONTRACTOR A. TO OBTAIN A COPY OF CURRENT PLAN HOLDERS LIST e PHONE (760) 434-2803 6. QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS ASSOCIATE ENGINEER PHONE (760) 438-3367 EA. 71 24 DEPUTY CITY ENGINEER PHONE (760) 438-3367 EXT. 7126 a e= E# 6/7/99 Contract No. 3532 Page 4 of 67Pages K CARLSBAD MUNICIPAL WATER DISTRICT NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, on the second floor Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, until 4:0( on the 2nd day of Februarv , 2000, at which time they will be opened and read, for perfc the work as follows: Removal of an existing 6-inch ACP and Replacement with a new 8-inct pipeline including all appurtenant work. a CONTRACT NO. 3532 DAVIS AVE. WATER LINE REPLACEMENT CMWD 99-1 02 The work shall be performed in strict conformity with the specifications as approved by the Bc Directors of the Carlsbad Municipal Water District on file with the Enqineerinq Department. specifications for the work include the Standard Specifications for Public Works Construction Edition, all hereinafter designated “SSPWC” as issued by the Southern California Chapter American Public Works Association and as amended by the special provisions sections ( contract. Reference is hereby made to the plans and specifications for full particulars and desc of the work. The Carlsbad Municipal Water District encourages the participation of minority and women-( businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacturers, fabri and contractors to utilize recycled and recyclable materials when available, appropriatf approved by the Engineer. The Carlsbad Municipal Water District may disqualify a contractor or subcontractor from partici in bidding when a contractor or subcontractor has been debarred by the Carlsbad Municipal 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 Purct Department. Each bid must be accompanied by security in a form and amount required by lau bidder’s security of the second and third next lowest responsive bidders may be withheld ur Contract has been fully executed. The security submitted by all other unsuccessful bidders st returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursu the provisions of law (Public Contract Code section 10263), appropriate securities mi substituted for any obligation required by this notice or for any moneys withheld by the Disi ensure performance under this Contract. Section 10263 of the Public Contract Code re moneys or securities to be deposited with the District or a state or federally chartered bi California as the escrow agent. The escrow agent shall maintain insurance to cover negliger and omissions of the agent in connection with the handling of retention’s under this section amount not less than $100,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed and pr executed, including notarization where indicated are: @ e ew %# 6/7/99 Contract No. 3532 Page 5 of 67Pages 1. Contractor's Proposal 9. Certificate of Insurance, the riders 2. Bidder's Bond 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience Security) 8. Acknowledgment of Addendum@) *Pursuant to California Public Contracts Code section 41 04(a)(Z)(A) portions of the inforn required on documents numbers four and five, above, may be submitted by the Bidder up to tv four (24) hours after the deadline for submitting bids contained in this "Notice Inviting to Bid". All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitie approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimz $50,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed contractor pursuant to the Business and Professions Code shall be considered non-responsiv shall be rejected by the City. In all contracts where federal funds are involved, no bid submittec be invalidated by the failure of California law. Where federal funds are involved the contractoi be properly licensed at the time the contract is awarded. In all other cases ihe contractor shall their license number, expiration date and classification in the proposal, unde; penalty of perjury. invitation to bid does not involve federal funds. The following classifications are acceptable fc contract: A or C-34 If the Contractor intends to utilize the escrow agreement included in the contract documents in I the usual 10% retention from each payment, these documents must be completed and sub1 with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purcl- Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable $10 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 drab specifications or other contract documents, or finds discrepancies in or omissions from the dra and specifications may submit to the Engineer a written request for clarification or correction. response will be made only by a written addendum duly issued by the Engineer a copy of whic be mailed or delivered to each person receiving a set of the contract documents. No oral res1 will be made to such inquiry. Prior to award of the contract neither addition to, modificati nor interpretation of any provision in the contract documents will be given by any a employee or contractor of the City of Carlsbad-nor may any bidder rely on directions giv any agent, employee or contractor of the City of Carlsbad except as hereinbefore speciti The Carlsbad Municipal Water District reserves the right to reject any or all bids and to waiv minor irregularity or informality in such bids. covering the City, its officials, employc and volunteers may be omitted at the of bid submittal but shall be provided the Bidder prior to award of this contr< IO. Bidder' s Statement Re Debarment 11. Bidder's Disclosure Of Discipline Rec 12. Escrow Agreement for Security Depo (optional, must be completed if the Bil wishes to use the Escrow Agreement 0 3. Non-Collusion Affidavit @ a e= rrs 6/7/99 Contract No. 3532 Page 6 of 67Pages The general prevailing rate of wages for each craft or type of worker needed to execute the Cc shall be those as determined by the Director of Industrial Relations pursuant to the sections 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curren of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whc Contract is awarded shall not pay less than the said specified prevailing rates of wages to all wi employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Sublettin! Subcontracting Fair Practices Act." The District Engineer is the District's "duly authorized offic the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall a[ the Contract for work. A pre-bid meeting and tour of the project site will be held at 9 a.m. on January 12, 2000 Carlsbad Municipal Water District Board Room. All bids are to be computed on the basis of the given estimated quantities of work, as indicated proposal, times the unit price as submitted by the bidder. In case of a discrepancy between and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor extension shall be calculated and the bids will be computed as indicated above and compared basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and tyl written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pi bidding. Submission of bids without acknowledgment of addenda may be cause of rejection o The Contractor shall provide bonds to secure faithful performance and warranty of the work amount equal to one hundred percent (100%) of the Contract price will be required for work ( project. The Contractor shall provide bonds to secure payment of laborers and materials sup in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract whi 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 thc amount payable is not less than five million dollars ($5,000,000) and does not exceed ten dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the cc exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall ext full force and effect and be retained by the District until they are released as stated Supplemental Provisions section of this contract. All bonds are to be placed with a surety ins1 carrier admitted and authorized to transact the business of insurance in California and whose l exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bon to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by la 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 inst .I commissioner. @ II) ew tS 6/7/99 Contract No. 3532 Page 7 of 67Pages e If the bid is accepted, the District may require copies of the insurer's most recent annual stat and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commc with section 900) of Chapter 1 of Part 2 of Division I of the Insurance Code, within 10 calenda of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of Califor the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, w owned, non-owned or hired, and whether scheduled or non-scheduled. The auto ins1 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 COI meeting the above standards with the exception that the Best's rating condition is waived. District does accept policies issued by the State Compensation Fund meeting the requiremc workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any adc cost of said insurance shall be included in the bid price. The award of the contract by the Board of Director's is contingent upon the Contractor submitti required bonds and insurance, as described in the contract, within twenty days of bid opening Contractor fails to comply with these requirements, the District may award the contract to the s 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 ( Carlsbad Business License for the duration of the contract. Approved by the Board of Directors of the Carlsbad Municipal Water District of the City of Cai California, by Resolution No 1067, adopted on the 07 day of DECEMBER 1999. Date @ /67-/3-77 +&177.Wm&.4* 'clcid etna L. Kautenkranz, Secretary f( a em G$ 6/7/99 Contract No. 3532 Page 8 of 67Pages T ard of Directors rlsbad Municipal Water District 5950 El Camino Real Carisbad, California 92008 'The undersigned d s he/she has carefully examined the tocation of the work, read the f+ the Plans, Specifications, Special Provisions and addenda thereto ses to furnish ail labor, materiais, equipment, transportatian, and services requit in accordance with the Plans, Specifica Supplemental Provisions and addenda thereto and that he/she will take in full payment therefc following unit prices for each item complete, to wit: ~k to complete Contract No. ffl TS Approximate Quantity Unit .- No. Descrbtion and Unit - Price Total @ Item $ 2,732.68 1 Mobilization and preparatory es I work at a lump sum (Lump Sum) connections for a lump sum at Dollars (Lump Sum) pipe including all appurtenant work at Dollars (Linear Feet) NOT TO nt not to exceed EXCEED ree Thousand Dollars $3,000 2 Temporary Hi-line and service LS -- $ 2,916.64 $2.916.64 3 Construct 8-inch PVC 720 LF $ 49.46 $ 35,607.98 $49.46 a 6/7/99 Contract No. 3532 Page 9 of 67 Pages 4 install 6-inch Gate vsive 1 EA $r 635,OO $ 635.00 at $635.00 Boilars (Each) 5 and Reconnect 18 EA $ 765.23 c& 13,774.08 including all appurienani work at $765.23_ Doltars (Each) at Dollars (Lump Sum) 6-inch ACP at Dollars (Linear Feet) 6 Traffic Control kS -- $ 1,500.00 $1 , 500.00 L.A” 7 Removal and Disposal of 125 LF $ 4.00 $ 500.00 e; tu c3 g:, e3 t-9 x at 9 0 ku $1.72 m a Dollars (Linear Feet) w z t= 3 ni $4.00 r1: 8 580 LF $ 1.72 c$ 999.00 I I $ 600.00 $ 600.00 9 Construct 1” MAR 1 EA at BLI 5 $600.00 Dollars (Each) 6 Total amount of bid for Schedule 1 in words: Fif ty-nine thousand two hundred sixty-six and 36/100 59,266.36 Total amount of bid for Schedule 1 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). proposal. The Undersigned has carefully checked all of the above figures and understands that the Distric not be responsible for any error or omission on the part of the Undersigned in preparing this bid. hadhave been received and Mare included in 0 6/7/99 Contract No. 3532 Page 10 of 67 Pages -_. __ i m agrees that in case of default in executing the required Contract with nece nce policies within twenty (20) days from the date of award of Contract k of the Carlsbad Municipai Water District of the City of Carfsbad, the Distric tratively authorize award of the contract to the second or third iswest bidder and th of the lowest bidder may be forfeited. i d bidder declares, under penalty of perjury, that the undersigned is iicensed in the capa 'ty of a contractor within the State of Califorycvalidly !icensed I license number 754969 2 , classification A, 6-7 which expir, , and th this statement is true and correct and has the legal eff Contractor who IS not licensed as a contractor pursuant t Professions Code shall be considered nonresponsive and shall be rejected by the cts where federal funds are involved, no bid submitted shall be invalic However, at the the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 101 The Undersigned bidder hereby represents as follows: 1. That no Board of Directors member, officer, agent, or employee of the Carlsbad Municipal \1 District is personally interested, directly or indirectly, in this Contract, or the compensation to be h that no representation, oral or in writing, of the Board of Directors, its officers, agent e has inducted him/her to enter into this Contract, excepting only those contained it 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 b the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, I or Cashier's Check) for ten percent (1 0%) of the amount bid. 'The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires E employer to be insured against liability for workers' compensation or to undertake self-insuran accordance with the provisions of that code, and agrees to comply with such provisions bc commencing the performance of the work of this Contract and continue to comply until the contr; complete. 'The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, re1 to the general prevailing rate of wages for each craft or type of worker needed to executc Contract and agrees to comply with its provisions. i 2 LO/ 7/2OO3 i: an affidavit. 1 c p2/p0e2 A bid submitted to the District by to be licensed in accordance with California law. a Bid Bond ep?c. 'pi# 6/7/99 Contract No. 3532 Page 11 of 67 Pages I IF A SOLE OWNER OW SOLE CONTRACTOR SIGN HERE: Nf A ' a ('I) Name under which business is conducted I I (Street and Number) (2) Signature (given and surname) of proprietor (3) Place of Business City and State (4) Zip Code Telephone No. 1 i i Nf A (I) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made general partner) (3) Place of Business City and State (4) Zip Code Telephone No. IIF A CORPORATION. SIGN HERE: (I) Name under which business is conducted (Street and Number) sim J. Harris COmmlnications (2) - - (Title) Impress Corporate Seal hert ... ... ... ... ... e= Gp 6/7/99 Contract No. 3532 Page 12 of 67 Pages California (3) Incorporated under the laws of %he State of (4) Place sf Business San Diego, CA. City and State (5) zip Code 92145 Telephone NO. (858) 277-0898 9233 Harris Plant Rd. ~~~~~~A~ ~~~~~~~~~~ F EXECUB1ON BY ALL ~~~~~~~~1~~ ST ATTACHED low names of president, vice president, secretary and assistant secretary, if a corporatio partnership, list names of all general partners, and managing partners: Stephen A. Bieri, President Anthony J. Andrews, Vice President 0 c em \@ 6/7/99 Contract No. 3532 Page 33 of 67 Pages 51 The bidder shall ifidicate opposite each item of equipment or material listed belotn name of the one supplier and manufacturer of each item or equipment or material pror to be furnished under the bid. Awarding of a contract under this bid will not imply apr by District or the manufacturers listed by the Bidder. I EquipmentlMaterial Manufacturer I I il I 0 1. N/A. (Manufacturer) 2. (Manufacturer) 3. (Manufacturer) I e94 %& 6/7/99 Contract No. 3532 Page 14 of 67Pages - r' BIDDER'S BOND TO ACCOMPANY PROPOSAL CONTRACT NO, 3532 DAVIS NE. WATER LINE REPLACEMENT a CMWD 99-qm02 KNOW ALL PERSONS BY THESE PRESENTS: That we, SIM J. HARRIS COMMUNICATIONS , as Principal, and CONTINENTAL cAsuALTY coM as Surety are heid and firmly bound unto the Carlsbad Municipal Water District, Carlsbad, Califor in an amount as follows: (must be at least ten percent (10%) of the bid amoi for which payment, well and truly made, we bind ourselves, heirs, exccutcrs and administrators, successors or assigns, jointly and severally, firmly by th presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that If the proposal of the abo bounded Principal for: TEM PERCENT - OF TOTAL BID DAVIS AVE. WATER LINE REPLACEMENT CONTRACT NO, 3532 CMWD 94-1 02 in the City of Carlsbad, is accepted by the Board of'Directors, and if the Principal sball duly enter i and execute a Contract including required bonds and insurance policies within twenty (20) days fr the date of award of Contract by the Board of Directors of the Carisbad Municipal Water Distric the City of Carisbad, being duly notified of said award, then this obligation shall beccme liull i void; otherwise, it shd be and remain in full force and effect, and the amount specified herein s be foorfeiied to the said District. 0 .... .. .I. .... .... .... .... ..., .,.. ,... .... ,... In the event Principal executed this band as an individual. it is agr=ed that the death of Principal s 9 4- x.L not exonerate the Surety from it5 obligations under #is bond. 0 Executed by PRlNCfPAL this 2ND day Executed by SURETY this 2ND da! of FEBRUARY ,/la 2000 FEBRUARY ’- AB 2000 PRINCIPAL: SURETY: SIM J, HARRIS COHHUNICATIONS CONTINENTAL CASUALTY COMPANP (name of Principal) (name of Surety) 1800 E. IMPERIAL Hwy. BREA, CA 92821 (address of Surety) (telephone number of Surety) 714/255-2202 ca- By. % L/+L *s (signature of Attorney-&a BROOKE LBFRENZ (printed name of Attorney-in-Fact) ---I__C u- TEPHW A P *X/Z.a-- (print name here} _I slm J. Harris Communications (title and organization of signatory] (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be aitached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If i one officer signs, the corporation must attach a resolution certified by the secretary or assis secrelary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authon, the partner to execute this instrument.) @ President {Attach corporate resolution showing cur power of attorney.) APPROVED AS TO FORM: RONALD R. BALL General Counsel BY: - J Assistant General Counsel e* A* CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared $personally known to me - OR - 0 prd;ved to me on the basis of satisfactory evidence to be the person whose name(@-is/stre subscribed to the within instrumc and acknowledged to me that he/-executed t, same in his/l+&their authorized capacityfies), and that I his/- signaturewon the instrument the personf! or the entity upon behalf of which the persow acte executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could preve fraudulent removal and reattachment of th/s form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator 0 Corporate Officer Title(s) : Signer Is Representing: Signer Is Representing: 0 1995 Ndtional Notary Association * 8236 Remmet Ave , PO Box 7184 * Canoga Park CA 91309-7184 Prod No 5907 Reorder Call Toll Free CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared whose name@$ is/m subscribed to the within instrume and acknowledged to me that he/sh&ttmy executed tl same in his/kgEWlg#sauthorized capacitym and that t his/h&ir signature(Spon the instrument the person6 or the entity upon behalf of which the person(ejacte executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevel fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 Ndtmal Notary Association - 8236 Rernrnet Ave , PO Box 7184 - Canoga Park CA 91309 7184 Prod No 5907 Reorder Call Toll Free e a COUNJYOF sAN DIEGO On 02 FEBRUARY 2000 , before me, WENDP H. DOWNS, NOTARY PUBLIC PERSONALLY APPEARED BROOKE LAPRENZ - personally known to me (or proved to me on the basis of satisfactory evidence) to be the person($) whose name($) is/! subscribed to the within instrument and acknowl- edged to me that he/she/thy executed the same rn ki-d herjtheit authorized capacityw, and that by Adher/ theirsignature($) on the instrument the person($), or the enhty upon behalf of which the person(#) acted, executed the mstrument. ViiITNESS my hand and official seal. i-' 'JY C0r-T Ex:: March 2 2303 jY- n- --?--e.*%--ro-e-rn- liw7r This area for Official Yotarml Seal Signature I OPTIONAL Though the data below IS not required by law, it may prove valuable to persons relying on the document and could prt fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEI c] INDIVIDUAL CORPORATE OFFICER - TITLE OR TYPE OF DOCUMENT nnE(s) PARTNER(S) [7 LIMITED @ ATTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) 0 GUARDIANKONSERVATOR c1 OTHER: GENERAL DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES) SURETY SIGNER(S) OTHER THAN NAMED ABOVE b IDOS1 Rc.5 6/94 ALL-PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTQRNEY-IN-FACT IKnow All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE IN COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a PC corporation (herein collectively called "the CNA Surety Companies"), are duly organized and existing corporations having their principf the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute ai - Larry D. Cogdill, Ingrid Erika Crosby, Brooke Lafrenz, Individually 0 - - - of San Diego, California their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corpor and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse t adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 14th day of April , 1997 . CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNS'I Group Vice Pre -e M.C. Vonnahme State of Illinois, County of Cook, ss: On this 1 4th day of April , 1997 , before me personally came M. C. Vonnahme , to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Darien , State that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HAR and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; tha knows .the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed PL authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknc same to be the act and deed of said corporations. a 0 Cook ip' 'T..j.F" a&Q My Commission Expires March 6, 2000 Mary Jo Abel Notary Pub CERTIFICATE I, Robeit E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HAH and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above SE still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse here in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 21ND day of FEBRUARY 2000 . 1- CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD 0 a" \4-@Q?ta AMERICAN CASUALTY COMPANY OF READING, PENNSYI f-Q Assistant Secre Robert E. Ayo ag2 J \' IULY '90z e 31. J _res7_ (Rev.7/14/95) Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Dir of the Company. "Article IX-Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior ot Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subj to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature at execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the Pre or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previo given to any attorney-in-fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Boai "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of thc Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power: any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so 6 and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached continue to be valid and binding on the Company." of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of D of the Company. "Article VLExecution of Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior c Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execu policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the lin set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of a instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may a revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the BO; "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Compan be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of th Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so exec sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, col to be valid and binding on the Company." of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 1 "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, frc to time, appoint, by written certificates, Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insuranc undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact, subject to the limitations set forth in their resr certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and ' the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board may at any time revoke all power and authority previously given to any Attorney-in-Fact.'' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Bc of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the se Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Din February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by 5; any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and bindin! Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to zn' undertaking to which it is attached, continue to be valid and binding on the Corporation." by the Board of Directors of the Company. BID SECURITY FORM CONTRACT NO. 3532 DAVIS AVE. WATER LINE REPLACEMENT 0 (Check to Accompany Bid) CMWD 99-102 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the or CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this checl become the property of the District provided this proposal shall be accepted by the District tt action of its legally constituted contracting authorities and the undersigned shall fail to exec contract and furnish the required Performance, Warranty and Payment Bonds and proof of inst coverage within the stipulated time; otherwise, the check shall be returned to the undersignec proceeds of this check shall also become the property of the District if the undersignec withdraw his or her bid within the period of fifteen (1 5) days after the date set for the opening tt unless otherwise required by law, and notwithstanding the award of the contract to another bidc a BIDDER "Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following 1 shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total ar of the bid.) a e= tS 6/7/99 Contract No. 3532 Page 15 of 67 Pages GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS a REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/L disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and 1 Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contrz "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitic section 1-2 of the Supplemental Provisions especially "Own Organization" and "C Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS c SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct information result in rejection of the bid as non-responsive. Any bid that proposes performance of more th percent of the work proposed to be performed by the Bidder by other than the Contractor's organization will be rejected as non-responsive. Specialty items of work that may be so desig by the Engineer on the "Contractor's Proposal'' are not included in computing the percentage 01 proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and subcontractor who the Bidder proposes to perform work or labor or render service in or ab01 work or improvement, and every subcontractor licensed by the State of California who the E proposes to specially fabricate and install any portion of the work or improvement accordi detailed drawings contained in the plans and specifications in excess on one-half on one pt (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said na and location(s) of business of subcontractor(s) shall be set forth and included as in integral F 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 o forms must be attached if required to accommodate the Contractor's decision to use more tha Subcontractor or Owner Operator/.Lessor. All items of information must be completely fillec These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complet 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) n Bidder's overhead and profit for subcontracted items of the work is included to compute perce of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item installed by a Subcontractor or Owner Operator/L the amount, in dollars, of the bid item by each Subcontractor or Owner OperatorlLessor mi entered under the columns "Amount of Subcontractor's Bid in Bid Item Including Subcontr: Overhead & Profit" or "Amount of Owner Operator/Lessor Work in Bid Item Including ( Operator/Lessor's Overhead & Profit" unless the dollar amount of all work performed b Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bil total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or ( Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contrac Price, less the Bidder's overhead and profit shall be multiplied by the Quantity of the bid item tt- Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. a 0 4- rrs 6/7/99 Contract No. 3532 Page 18 of 67 Pages Suppliers of materials from sources outside the limits of work are not subcontractors. The Val materials and transport of materials from sources outside the limits of work, as shown on the I: shall be assigned to the Contractor, the Subcontractor, or the Owner Operator Lessor as the may be, that the Bidder Operator/Lessor as the case may be, installing them Proposes as instal said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lt installed bid item that is supplied by the shall be included as a part of the work that the B 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 Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number be entered on the form. If the Subcontractor does not have a valid business license enter "NOh the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provid required information. The number of additional form pages shall be entered on the first form pa each type so duplicated. Bidder may, at its option, combine bid items on a single row in the chart on the disclosure for using this option the Bidder must indicate the bid item numbers to which the information in th pertains. This option may not be used where the subcontractor or Owner Operator/Le constructing or installing less than 100 percent of a bid item. The percentages and dollar am may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designat subcontractor or designation of Owner OperatorlLessor forms as applicable. The explanation shall be provided by the Contractor to clearly apprise the Agency of the specific facts that sho 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 contract shall determined by the Board of Directors in conformance with the provisions ( contract documents and the Supplemental Provisions. The decision of the Board of Directors be final. 0 0 * e= tS 6/7/99 Contract No. 3532 Page 19 of 67 Pages 0 Street Address City State Zip bcontractor’s Telephone Number plus Area Code: ctors License No. & Classification: e tractor’s Carlsbad Business License No.: ired on this document Page of pages of this Subcontractor Designation form e em- %# 617199 Contract No. 3532 Page 20 of 67Pages Street Address City State Z ner OperatodLessor Telephone Number plus Area Code: y of Carlsbad Business License No.: Page of pages of this Owner OperatorlLessor form 6/7/99 Contract No. 3532 Page 21 of 67Pages BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) CONTRACT NO. 3532 DAVIS AVE. WATER LINE REPLACEMENT e CMWD 99-102 Copies of the latest Annual Report, audited financial statements or Balance Sheets rn submitted under separate cover marked CONFIDENTIAL. e a 4- p,# 6/7/99 Contract No. 3532 Page 22 of 67Pages I P The Bidder is required to state what work of a similar character to that included in the pror 1 h Ep 1 E. I@ E P t a f I I QW I \# 6/7/99 Contract No. 3532 Page 23 of 67Pages E*. P 1 1 r Comprehensive General Liability E Workers Compensation part of the Bidder's proposal the Bidder must attach either of the following to this p 1. Certificates of insurance showing conformance with the requirements herein for: Automobile Liability 1 rier can, and UPO E cies of insurance I@ e with the requirem willingness to issue insurance for auto policies off Standard Specifications for P r this project for each insur, ct, used ansite or offsite, wht whether scheduled or non-scheduled. The auto insur: t be limited in any manner. t e F I ! le I t 4ii %# 6/7/99 Contract No. 3532 Page 24 of 67Pages -- c WC STATU- OTH- WORKERS COMPENSATION AND x [TORY LIMITS 1 I EA EMPLOYERS' LIABILITY EL EACH ACCIDENT $1( THE PROPRIETOR/ INCL WC0118025 08/11/99 08/11/00 ELDISEASE-POLICYLIMIT $ 1( PARTNEFWEXECUTIVE OFFICERS ARE: OTHER EXCL EL DISEASE - EA EMPLOYEE $ 1( CITYCAB City of Carlsbad 1635 Faraday Avenue Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL- = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEC AU ORIZED REPRESENT TIVE' .INSURED: SJH Communications, Inc. POLICY NUMBER: CPP121990000 a 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. Name of Person or Organization: City of Carlsbad its officials, employees and volunteers Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad, CA 92008 Re: The Davis Avenue 8” Water Line Replacement, CMWD Project No. 3532 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) a WHO IS AN INSURED (Section 11) 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 that insured by or for YOU. Coverage provided to the Additional Insured under this endorsement is primary, but only with respect to the sole negligence of the Named Insured. Any other insurance maintained by the Additional Insured is deemed to be excess. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 a a It I 1- xx I L I E. F P I E E I t E ‘I. Have you or any of your subcontractors ever been debarred as an irresponsible biddf mother jurisdiction in the State of California? Yes no wadwere the narne(s) of the agency(ies) and what waslwere the period(: mmodate more than two debarment: Attach additional of this page to a e party debarred - agency agency - EiY R: ~ Sim J. Harris Communications - ews, Yice President - (print namehitle) Page of of pages of the Re Debarment form I. I 6/7/99 Contract No. 3532 Page 25 of 67Pages T br e I 1 I I I[ 1. E e t I 1 E 0 t e you ever had your co e license Board two or Yes no r's license suspended or revoked by the California Contrz rnes within an eight year period? XX 2) Has the suspension or revocation of your contractors license ever beenstayed? xx no 3) Have any subcontractors that you propose to perform any portion of the Work ever had or revoked by the California Contractors' State license Boar xx t Yes no sion >or revocation of the lice ion of the Work ever been sta of any subcontractor's that you propo! N/A Yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the t d violation that the disciplinary action pertain to, describe the natu iinary action taken therefor. N/A (If needed attach additional sheets to provide full disclosure.) Page t" of k pages of this Disclosure of Discipline form a I %@ 6/7/99 Contract No. 3532 Page 26 sf 67 Pages '1 either of 2. or 4. above is'yes fully ident , the date of the viotation t lation and the condition (if r : N /A tf needed, a nat sheets to provide full disclosure. BY t li I IC I i , AnthonvvJ- Andrews. Vice President (print name/title) Page y of 2/ pages of this Disclosure of Discipline form 4im %# 6/7/99 Contract No. 3532 Page 27 of 67 Pages e &__L_ I State of Caiifornia ) ,? D’i- L3 ) 3 ) ss. & \nzt-heqq- s-- hndl- CL.~S , being first duly sworn, deposes (&ame of Bidder) and says that he or she is of Si\V -5 i bav--T-L5 c DMM-UflLLat \B>ns \ >i e- y3,,c~~~efi* (Title) (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of rship, company, association, organization, or corporation; that the t or sham; that the bidder has not directly or indirectly induced or soli PE a R I I li sham bid, and has not dir or anyone else to put in a ly or indirectly colluded, d, or that anyone not in any manner, directly or rectiy, sought by anyone to fix the bid price of the bidder or any other ement of the bid price, or of that of any other bidder, body awarding the contract of anyone interested in the prop ts contained in the bid are true; and, further, that the bidder has itted his or her bid price or any breakdown reaf, or the contents the or divulged information or data relative thereto, or paid, and will not , any fee to any corpor; partnership, company association, organization, bid depository, or to any member or agent there effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this afidavit Ti-- , l-9asoo Subscribed and sworn to before me on the \ 5-t- day of ~~bvr~zv LA, 9 *A 0 (NOTARY SEAL) Signature of Notary e I E 6/7/99 Contract No. 3532 Page 28 of 67Pages CONTRACT 0 PUBLIC WORKS This agreement is made this 19th day of Ami1 I 119 2000 bj between the Cartsbad Municipal Water District of Carlsbad, California, a municipal corpor (hereinafter called "District"), and SIM J HARRIS COMMUNICATIONS whose principal place of business is 9233 HARRIS PLANT ROAD, SAN DIEGO CA 92145 (hereii called "Contract or''). District and Contractor agree as follows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract docu DAVIS AVE. WATER LINE REPLACEMENT CONTRACT NO. 3532 CMWD 99-102 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of ( Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Exper Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specification Supplemental Provisions, and all proper amendments and changes made thereto in accordanc this Contract or the Plans and Specifications, and all bonds for the project; all of whic incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the WI indicated, specified, and implied by the Contract Documents. Any items of work not indica specified, but which are essential to the completion of the work, shall be provided at the Contr expense to fulfill the intent of said documents. In all instances through the life of the Contra District will be the interpreter of the intent of the Contract Documents, and the District's dt relative to said intent will be final and binding. Failure of the Contractor to apprise subconti and materials suppliers of this condition of the Contract will not relieve responsibility of compli: 4. Payment. For all compensation for Contractor's performance of work under this Co District shall make payment to the Contractor per section 9-3 PAYMENT of the St: Specifications for Public Works Construction (SSPWC) 2000 hereinafter designated "SSPW issued by the Southern California Chapter of the American Public Works Association, a amended by the Supplemental Provisions section of this contract. The Engineer will cloi estimate of work completed for progress payments on the last working day of each month. 0 @ em %@ 6/7/99 Contract No. 3532 Page 29 of 67 Pages 5. Independent Investigation. Contractor has made an independent investigation c jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress work, and is aware of those conditions. The Contract price includes payment for all work that rn done by Contractor, whether anticipated or not, in order to overcome underground conditions. information that may have been furnished to Contractor by District about underground conditic other job conditions is for Contractor's convenience only, and District does not warrant thi conditions are as thus indicated. Contractor is satisfied with all job conditions, including underg conditions and has not relied on information furnished by District. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves dl trenches or other excavations that extend deeper than four feet below the surface Contractoi promptly, and before the following conditions are disturbed, notify District, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous u as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions, Subsurface or latent physical conditions at the site differing from indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any UI nature, different materially from those ordinarily encountered and generally recognized as inhe work of the character provided for in the contract. District shall promptly investigate the conditions, and if it finds that the conditions do materi; differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs the time required for, performance of any part of the work shall issue a change order und procedures described in this contract. In the event that a dispute arises between District and Contractor whether the conditions mal differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, c required for, performance of any part of the work, contractor shall not be excused fror scheduled completion date provided for by the contract, but shall proceed with all work performed under the contract. Contractor shall retain any and all rights provided either by conti 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 require of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has co and will comply with these requirements, including, but not limited to, verifying the eligibi employment of all agents, employees, subcontractors, and consultants that are included Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Departn Industrial Relations has determined the general prevailing rate of per diem wages in accordanc California Labor Code, section 1773 and a copy of a schedule of said general prevailing wagt is on file in the office of the City Engineer, and is incorporated by reference herein. Pursi California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shz copies of all applicable prevailing wages on the job site. 0 @ a em %$ 6/7/99 Contract No. 3532 Page 30 of 67Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defensc indemnify and hold harmless the District and the City of Carlsbad, and its officers and emplc from all claims, loss, damage, injury and liability of every kind, nature and description, direc indirectly arising from or in connection with the performance of the Contract or work; or fro1 failure or alleged failure of Contractor to comply with any applicable law, rules or regul including those relating to safety and health; and from any and all claims, loss, damages, injui liability, howsoever the same may be caused, resulting directly or indirectly from the nature work covered by the Contract, except for loss or damage caused by the sole or active neglige1 willful misconduct of the District or City. The expenses of defense include all costs and exp including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City and District against any challenges to the of the contract to Contractor, arising in whole or in part from alleged inaccuraci misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all including defense costs for the City and District. Defense costs include the cost of separate c( for City and District, if City or District request separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract ins1 against claims for injuries to persons or damage to property which may arise from or in conn with the performance of the work hereunder by the Contractor, his or her agents, represent; employees or subcontractors. Said insurance shall meet the District's policy for insurance as in Resolution No. 772. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum indicted herein: 0 a. Comprehensive General Liability insurance: $1,000,000 combined single lim occurrence for bodily injury and property damage. If the policy has an aggregate limit, a se aggregate in the amounts specified shall be established for the risks for which the District and or its agents, officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for injury and property damage. In addition, the auto policy must cover any vehicle used performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and w scheduled or non-scheduled. The auto insurance certificate must state the coverage is fo auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensatior as required by the Labor Code of the State of California and Employers' Liability limits of $1 ,O( per incident. Workers' compensation offered by the State Compensation Insurance FI acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required this agreement with the exception of Workers' Compensation and Business Automobile L Insurance contain, or are endorsed to contain, the following provisions: a. The District and City, its officials, employees and volunteers are to be covered as adc insured as respects: liability arising out of activities performed by or on behalf of the Cont products and completed operations of the contractor; premises owned, leased, hired or borrov the contractor. The coverage shall contain no special limitations on the scope of protection af to the District or City, its officials, employees or volunteers. All additional insured endorsement be evidenced using separate documents attached to the certificate of insurance; one foi company affording general liability and employers' liability. @ 0 em a# 6/7/99 Contract No. 3532 Page 31 of 67Pages b. The Contractor's insurance coverage shall be primary insurance as respects the Distric City, its officials, employees and volunteers. Any insurance or self-insurance maintained b District or City, its officials, employees or volunteers shall be in excess of the contractor's insu and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage pro to the District and City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each in against whom claim is made or suit is brought, except with respect to the limits of the ins liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be end to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduc coverage or limits except after thirty (30) days' prior written notice has been given to the Distr certified mail, return receipt requested. (D) Deductibles And Self-insured Retention (S.I.R.) Levels. Any deductibles or self-ir retention levels must be declared to and approved by the City. At the option of the District, I the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respec District and City, its officials and employees; or the contractor shall procure a bond guaran payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall cor waiver of all rights of subrogation the insurer may have or may acquire against the District or ( any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its polic shall furnish separate certificates and endorsements for each subcontractor. Coveragf 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 Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the businc insurance by the State of California Insurance Commissioner as admitted carriers as evidence listing in the official publication of the Department of Insurance of the State of California andlor the standards specified by the Board of Directors in Resolution No. 772. (H) Verification Of Coverage. Contractor shall furnish the District with certificates of insuranl original endorsements affecting coverage required by this clause. The certificate: endorsements for each insurance policy are to be signed by a person authorized by that ins bind coverage on its behalf. The certificates and endorsements are to be in forms approved District and are to be received and approved by the District before the Contract is executed District. (I) in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resol accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Arti (commencing with section 20104) which are incorporated by reference. A copy of Article included in the Supplemental Provisions I section. The contractor shall initially submit all claim $375,000 to the District using the informal dispute resolution process described in Public CI e @ Cost Of Insurance. The Cost of all insurance required under this agreement shall be in @ e- e# 6/7/99 Contract No. 3532 Page 32 of 67Pages Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the coi all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the Cal Government Code) for any claim or cause of action for money or damages prior to filing any Ii for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the C must be asserted as part of the contract process as set forth in this agreement and not in antici of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the District, be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code se 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly sub false claim to a public entity. These provisions include false claims made with deliberate ignora the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the Carlsbad Municipal Water District seeks to recover penalties pu 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 may subject the Contractor to an administrative debarment proceeding wherein the Contractc 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 3.3 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referencf (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarm another jurisdiction is grounds for the Carlsbad Municipal Water District to disqualify the Con or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdict resolution of any disputes between the parties arising out of this agreement is San Diego C California. I have read and understand all provisions of Section I1 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost City, upon request, records in accordance with sections 1776 and 181 2 of Part 7, Chapter 1, 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principa of business as specified above, Contractor shall so inform the District by certified accompanying the return of this Contract. Contractor shall notify the District by certified mail change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with I 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 sub: for any moneys withheld by the District to secure performance of this contract for any ob1 established by this contract. Any other security that is mutually agreed to by the Contractor a District may be substituted for moneys withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of la @ e * e= p,s 6/7/99 Contract No. 3532 Page 33 of 67Pages clause required by law to be inserted in this Contract shall be deemed to be inserted hereii included herein, and if, through mistake or otherwise, any such provision is not inserted, or correctly inserted, then upon application of either party, the Contract shall forthwith be phy! amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth i "General Provisions" or 'I Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUS1 ATTACHED 0 (CORPORATE SEAL) CONTRACTOR: Communications SJB Communicazions ~ Inc ~ dba: Sim J. Harris l "$ptjydE--' e &d title) By\oL-;efld/;fl,z4 f (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. I one officer signs, the corporation must attach a resolution certified by the secretary or as$ secretary under the corporate seal empowering that officer to bind the corporation. If signed by an individual partner, the partnership must attach a statement of partnership authc the partner to execute this instrument. APPROVED AS TO FORM: a Assistant General Counsel a 4- r,s 6/7/99 Contract No. 3532 Page 34 of 67 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared jkpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person( whose namefsrisb subscribed to the within instrume and acknowledged to me that he/- executed tk same in his- authorized capacity-and that t his/MsignaturgCg) on the instrument the person6 or the entity upon behalf of which the person(s2actec executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could preven fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited [? General 0 Partner - 0 Limited 0 General Ll Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator El Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder: Call Toll-Free 1 -I 0 1995 National Notary Association. 8236 Remmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT -, State of L ~L&~Y \TL L rsonally appeared ersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persoN whose name@)%dmSsubscribed to the within instrume and acknowledged to me that he/skefttreplexecuted tt same in his/mr authorized capacity(ie, and that I his/hev'tEr signaturwon the instrument the persoy? or the entity upon behalf of which the person,@ acte executed the instrument. WITNESS my hand and official seal. Though the information below IS not required by law, It may prove valuable to persons relymg on the document and could prevei fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: CapacityQes) Claimed by Signer@) 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General El Corporate Officer Tit1 e( s) : 0 Attorney-in-Fact 0 Guardian or Conservator Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Toll-Free 0 1995 National Notary Association * 8236 Remmet Ave , PO Box 7184 - Canoga Park CA 91309-7184 Prod No 5907 BOND1::NO. 929 1 175 19 PREMIUM: INCLUDED IN PERFON a LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the City of Carlsbad, State of California, by Res No. 1074 , adopted MARCH 7, 2000 , has awarc e SIM J HARRIS COMMUNICATIONS (hereinafter designated as the "Principal"), a Contract for: DAVIS AVE. WATER LINE REPLACEMENT CONTRACT NO. 3532 CMWD 99-102 in tho City of Carlsbad, in strict conformity with the drawings arid specifications, and other Cm Documents now on file in the Office of the Secretary of the Board of Directors (City Clerk of ti of Carlsbad) and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bond, providing that if Principal or any of their subcontractors shal pay for any materials, provisions, provender or other supplies or teams used in, upon or ab1 peiformance of the work agreed to be done, or for any work or labor done thereon of any ki Surely on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, as Principal, (hereinafter designated as the "Contractor"), and WESTERN SURETY COMPA 3s Surety, are heid firmly bound unto the Carlsbad Municipal Water District in the : FIFTY NINE THOUSAND TWO HUNRRED SIXTY bejn9-m amount &-;>I to: One hundred percent (100%) of the total estimated amount payablc said contract by the Carlsbad Munlcipal Water District under the terms of the contract when tl armunt payable does not exceed five mil[ion dollars ($5,000,000) or, Fifty percent (50%) of tl estimated amount payable under said contract by the City of Carlsbad under the terms contract when the total amount payable is not less than five.million dollars ($5,000,000) and d exceed ten million dollars ($10,000,000) or, Twenty-five percent (25%) of the total estimated l payable under said contract by the City of Carlsbad under the terms of the contract if the c excceds ten rnillion dollars (SlO,OOO,OOO) and for which payment well and truly to be made \ ourselves, our heirs, executors and adminis.bators. successors, or assigns, jointly and se firmly by these presents. THE CONDITION OF THIS OBLIGATION is SUCH that if the person or hidher subcontractor pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or ab periormanca of the work contracted to be done, or for any other work or labor thereon of any for amounts due under the Unemployment [nsurance Code with respect to such work or labo any amounts required to be deducted, withheld, and paid over to the Employment Devel Department from the wages of employees of the contractor and subcontractors pursuant to 13020 of Ilie Unemployment Insurance Code with respect to such work and labor that the SU pay for lhe same, not to exceed the sum specified in the bond, and, also, in case suit is broug the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to I by the coiirl, as required by the provisions of section 3248 of the California Civil Code, This bond dm11 inure to the benefit of my and all persons, companies and corporations entitle clairns under Titie 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082) SIM J HARRIS COMMUNICATIONS SIX 16/0Q----------------------------.------- Dollars ($ 59,266.36 1, SE a --. ,.,-- 0 -4% @ Surety stipulates and agrees that no change, extension of time, alteration or addition to the te? the Contract, or to the work to be performed thereunder or the specifications accompanyii sarm shall affect its obligations on this bond, and it does hereby waive notice af any d extension of time, alterations or addition to the terms of the contract or to the work or specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contract0 not oxonerate the Surety from its obli ations under this bond. Exixuted by CONTRACTOR this ?l th Executed by SURETY this 29TH dayof- *Vi’ 1- qxJ 2000 of MARCH , tl$ CONTRACTOR: dba: Sim J. Harris Communicati%!FET(: SJH Communications, Inc. WESTERN SURETY COMPANY - - (name of Surety) (address of Surety) (telephone number of Surety) 1800 E. IMPERIAL Hwy. BREA, CA 92821 714/255-2202 --,. (print name here} Vice President, SJH Communications, Inc. BY: h L - (signature of womey$-Factj- (printed name of Attorney-in-Fac (attach corporate resolution showing CI BROOKE LBFRENZ a Stephea A. Bieri c--- (print name here} (Litle and organization of signatory) Secrecary, _____..L SJH Communications, Inc. ” power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attachel (President or vice-president and secretary or assistant secretary must sign for corporations one ofker signs, the corporation must attach a resolution certified by the secretary or E s3cretarj under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: Assistant General Counsel e 8% CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared ersonally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(! whose name@) ish subscribed to the within instrumer and acknowledged to me that he/skeHkeg.-executed th same in his/- authorized capacitw), and that I: his/ht&thFTsignature@ on the instrument the persorr(s or the entity upon behalf of which the persot?+) actec executed the instrument. WITNESS my hand and official seal. Signature of Notaryi%blic Though the information below is not required by law, it may prove valuable fo persons relying on the document and could preven fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) 0 Individual 0 Individual 0 Corporate Officer 0 Attorney-in- Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Prod No 5907 Reorder Call Toll-Free 1 0 1995 National Notary Association - 8236 Remmet Ave PO Box 7184 * Canoga Park CA 91309-7184 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared same in his/her/their authorized capacitym and that I his/hm%eir signature@) on the instrument the persofl or the entity upon behalf of which the person@j-acte executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could preve fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General Tit le@) : 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Toll Free 0 1995 National Notary Association * 8236 Remmet Ave PO Box 7184 * Canoga Park, CA 91309 7184 Prod No 5907 } ss. STATE OF CALIFORNIA COUNR OF SAN DIEGO On 29 MARCH 2000 , before me, WENDY H. DOWNS, NOTARY PUBLIC PERSONALLY APPEARED BROOKE LAFRENZ - personally known to me (or proved to me on the basis of satisfactory evidence) to be the person($) whose name(#) is/- subscribed to the within instrument and acknowl- edged to me that h-e/she/they executed the same in km' herfieit authorized capacity(resj, and that byWher/ tl&r-signature($) on the instrument the person($), or the entity upon behalf of which the person($) acted, executed the instrument. VVIThTSS my hand and official seal. This areafor O!icia[ Noiarial Seal Signature 1 0 PTI ON AL Though the data below IS not required by law, It may prove valuable to persons relying on the document and could prt fraudulent reattachment of this form. CAPACITY CLAl MED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEf INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT nnnE(s) 0 PARTNER@) 0 LIMITED Ig ATTORNEY-IN-FACT NUMBER OF PAGES c] TRUSTEE(S) 0 GUARDIANKONSERVATOR OTHER: 0 GENERAL DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES) SURETY SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Re\ 6/94 ALL-PURPOSE ACKNOWLECGEMENT Wiiiif Western Surety Company A Subsidiary of CNA Surety Corporation 0 POWER OF AlTORN EY APPOl NTI N G I NDlVl DUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized anc corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature herein affixed hereby make, constitute and appoint La:rry D. Cogdill, Ingrid Erika Crosby, Brooke Lafrenz, Michael W. Thomas, Wendl Downs , Individually . -. ~- - .- ._._...._ of L?-. c'an ._.___I Diego California its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corpori all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed, on the reverse hereof, duly as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporai be hereto affixed on this 2 6th day of January 2000 . r*"l*",, RETY C M /4dpkL4d * ,$$lc.q;%% Q., \.os* WESTE BW:O egg zul: * ****.. * " 7n.*' D&$@& **w/ ~qoePO~.9ii,& a %%..,a, A\.&: Stephen T. Pate, F January : 2 0 0 0 , before me personally came Stephen T. Pate, to m who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the I of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corpora the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Dii said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and dee corporation. ts%%rn-~~.~~-%+*% t S 5 J. MOHR - NOTARY PUBLIC G f @SOUTH DAKOTA a; My [commission expires - October 22, 2005 5 My Commission Expires 10-22-2005 f t %%***r4*+%-b6h%-w-b* t I ss State of South Dakota County of Minnehaha On this 26th day of 2 J. Mohr, Nota CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SUREW COMPANY do hereby certify that the Power of Attorney hereinabove SI still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whew hereunto subscribed my name and affixed the seal of the said corporation this2m .__. day of ________ MARCH 2m-. WEST R SURETY COM __. __ - ... - .. .__.._ _-.- +%+- . elion, Assistant I *.@$e $&,. .+? oe4>g? pi." e:9' iLt S?..,.S, AL;.w 0 %&!%& Form F4280-12-99 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted I shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation Shi executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or an President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Seci any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue k policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any t: policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer ar corporate seal may be printed by facsimile. BOND NO. 929117519 PREMIUM: $853.00 FAITHFUL PERFORMANCENARRANTY BOND ,a WHEREAS, the Board of Directors of the Carisbad Municipal Water District of the City of Ca State of California, by Resolution No. 10711 ---.-, adopted ?ARCH 7, 2000 , has ab to SIM J HARRIS COMMUNICATlONS , (herei designated as the "Principal"), a Contract for: DAVIS AVE. WATER LINE REPLACEMENT CONTRACT NO. 3532 CMWD 99-102 in the Carlsbad Municipal Water District, in strict conformity with the contract, the drawin! specifications, and other Contract Documents now on file in the Office of the Secretary of the of Directors (City Clerk of the City of Carlsbad), ail of which are incorporated herein by this ref WHEREAS, Principal has executed or is about to execute said Contract and the terms : require the furnishing of a bond for the faithful performance and warranty of said Contract; NQV~, THEREFORE, WE, SIM J HARRIS COMMUNICATIONS , as Prii (hareinafter designated as the "Contractor"), and WESTERN SURETY COMPANY , as Surety, are held and frnnly bound unto the Carlsbad Mt Water District, in the sum of FIFTY NINE THOUSAND TWO SIXTY SIX AND 36/1 .a 59,26C. 36 _1-.--_--------------_______________l__ll---------------- -__II_ Dollars ($- said sum bsing equal to one hundred percent (100%) of the estimated amount of the Contrac paid to District or its certain attorney, its successors and assigns; for which payment, well and be made, we bind ourselves, our heirs, executors and administrators, SUCC~SSOFS or assigns and severally, Firmly by these presents. THE CONDlTlON OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, the executors, administrators, successors or assigns, shall in all things stand to and abide by, a and truly keep and perform the covenants, conditions, and agreements in the Contract a alteration thereof made as therein provided on their part, to be kept and performed at the time the manner therein specified, and in all respects according to their true intent and meaning, ai indemnify and save harmless the Carlsbad Municipal Water District, its officers, employe agents, as therein stipulated, then this obligation shall become null and void; othetwise remain in full form and effect. As a part if the obligation secured hereby and in addition to the face amount specified therefc shall be included costs and reasonable expenses and fees, including reasonable attorney inm-red by the District in successfully enforcing such obligation, all to be taxed as CO! iriduded in any judgment rendered. 0 QW 'yd Surety stipulates and agrees that no change, extension of time, alteration or addition to the tc thc Contract, or to the work to be performed thereunder or the specifications accompany same shall affect its obligations on this bond, and it does hereby waive notice of any c extension of time, alterations or addition to the terms of the contract or to the work or specifications. 0 a a 4% X.Q In the event that Contractor is an individual, it is agreed that the death of any such Contract( not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this ' lth Executed by SURETY this 29TH d 0 &eooc 8- April 2000 MARCH day of 1- CONTRACTOR: SURETY: SJH Communications, Inc. dba: SIX J. TURRIS COMMUNICATIONS WESTERN SURETY COMPANY (name of Contractor) (name of Surety) 1800 E. IMPERIAL HWY. BREA, CA 92821 By: (address of Surety) 714/255-2202 --I- (print name here) (telephone number of Surety) ByI: (signature of tt mey-i fact) Vice President, SJH Communications, Inc. (Title and Organization of Signatory) 1 B BROOKE LBPRENZ f --l Bk />&Zc&, (printed name of Attorney-in-Fact) I d-;.:. - /g' (sign here) Stephen A-. Bieri --.-_I , . (Attach corporate resolution showing (print name here) Secretary, SJH Communications, Inc. power of attorney.) - (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attache1 (President or vice-president and secretary or assistant secretary must sign for corporations. one oficer signs, the corporation must attach a resolution certified by the secretary or a secretary under corporate seal empowering that officer to bind the corporation.) AFPROVED AS TO FORM: Assistant General Counsel e *k 'i.B CALIIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Narne(s) of Signer@) $personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person6 whose name0 is/m subscribed to the within instrumei and acknowledged to me that he/.- executed tt- same in his/herMEir authorized capacitfitzs), and that I: his/het=Meir signature@$on the instrument the person@ or the entity upon behalf of which the person@) actel executed the instrument. WITNESS my hand and official seal. q :I 'ULUAL*A I\ A JL Signature of Notary Public- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevei fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association * 8236 Rernmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Frec CALIFORNIA ALL=PURPOSE ACKNOWLEDGMENT personally appeared $#.gersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the personfr whose name(e+is/m subscribed to the within instrumer and acknowledged to me that he/skefttrepexecuted th same in his/- authorized capacity@%), and that b his/her/their signature@ on the instrument the person@ or the entity upon behalf of which the persow actec executed the instrument. WITNESS my hand and official seal. -! I 0 X6 L. bJ-u Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could preveni fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Attorney-in- Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 3 - 0 1995 National Notary Association * 8236 Remmet Ave PO Box 7184 * Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free 1-E STATE OF CALIFORNIA COUNTYOF sAN DIEGO } ss. Ch 29 MARCH 2000 , before me, WENDY H- DOWNS, NOTARY PUBLIC PERSONALLY APPEARED BROOKE LAFRENZ - - personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(4 whose name($) IS/* subscribed to the within instrument and acknowl- edged to me that he/she/thq executed the same in kts7/ herfieir authorized capacityM, and that byhts/her/ dteirsignature($) on the instrument the person(#), or the entity upon behalf of which the person(#) acted, executed the instrument. VVITNESS my hand and official seal. Thzs areaor Oficial Notarral Seal Signature I OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could pre fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEh c] INDIVIDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 PARTNER(S) LIMITED m ATTORNEY -IN-FACT TRUSTEE(S) 0 GUARDIAN/CONSERVATOR c] OTHER: 0 GENERAL NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SURETY SIGNER(S) OTHER THAN NAMED ABOVE I ID-OS1 Ih 6/94 ALL-PURPOSE ACKNOWLECGEMENT Wiiif Western Surety Company A Subsidiary of CNA Surety Corporation a POWER OF AlTORN EY APPOl NTI NG IN DM DUAL ATTORNEY -I N-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and I corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature a herein affixed hereby make, constitute and appoint Larry ._ . . - .-- -. _____ D. Coqdill, Ingrid Erika Crosby, Brooke Lafrenz, Michael W. Thomas, Wendy D~is, Individually . __ .__ -.~ . _~_~_ San Diego California of ..-. .-.__._I its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bl undeflakings and other obligatory instruments of similar nature - In Unlimited Amounts - and tc, bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporat all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed, on the reverse hereof, duly a( as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporate be hereto affixed on this 2 6th day of January 2000 . @-h WESTE RETY C M 47 g &q;q+ '0)lb c)gj '%>i". ,&-;!s: u a gwi % &d;;a'" Stephen T. Pate, Prl January , 2 0 0 0 , before me personally came Stephen T. Pate, to me who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Pr of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporatit the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Dire' said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed corporation. +s4.rsrrrrrrs....*rr+-*+-%t My commission expires October 22,2005 I ss State of South Dakota County of Minnehaha C)n this 26th day of J. MOHR I - NOTARY PUBLIC^^ I : %-%*-s.+ J @SOUTH DAKOTA I/' J. Mohr, Notar) ' My Commission Expire5 10-22-2005 f CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony where0 BIQ-. hereunto subscribed my name and affixed the seal of the said corporation this----. day of ----.._-- NARCH WEST R SURETY COMP CY%%&+ . &on, Assistant SE - ___ ___. . - . ._ -.. .- _.__. -_ ,*!!LC?& &'*Q O%&l c- zp c;z 0 &@ ~t!.<:.,s, Ab:!sf Form F4280-12-99 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted [3 shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation sha executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secr any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue b policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any b policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer ar corporate seal may be printed by facsimile. OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad Municipal District whose address is 5950 El Camino Real, Carlsbad, California, 92008, hereinafter c "District" and a whose addre hereinafter "Contractor" and whose addre herein called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agrc follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Calif the contractor has the option to deposit securities with the Escrow Agent as a substitute for rett earnings required to be withheld by the District pursuant to the Construction Contract enterel between the District and Contractor for DAVIS AVE. WATER LINE REPLACEMENT, CONTf NO. 3532, CMWD 99-102, in the amount of (hereinafter referred to as the "Contract"). Alternatively, on written request contractor, the District shall make payments of the retention earnings directly to the escrow a! When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow I shall notify the District within 10 days of the deposit. The Escrow Agent shall maintain insuran cover negligent acts and omissions of the escrow agent in connection with the handling of reter under these sections in an amount not less than $100,000 per contract. The market value c securities at the time of the substitution shall be a least equal to the cash amount then required withheld as retention under the terms of the contract between the District and Contractor. Seci shall be held in the name of the , and shall designal Contractor as the beneficial owner. 2. The District shall make progress payments to the Contractor for such funds which othe would be withheld from progress payments pursuant to the Contract provisions, provided th; Escrow Agent holds securities in the form and amount specified above. 3. When the District makes payment of retentions earned directly to the escrow agent, the e: agent shall hold them for the benefit of the contractor until such time as the escrow created u this contract is terminated. The contractor may direct the investment of the payments into secur All terms and conditions of this agreement and the rights and responsibilities of the parties sh; equally applicable and binding when the District pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Es Agent in administering the Escrow Account and all expenses of the District. These expenses payment terms shall be determined by the District, Contractor and Escrow Agent. a * 4- 6# 6/7/99 Contract No. 3532 Page 40 of 67 Pages 5. The interest earned on the securities or the money market accounts held in escrow a interest earned on that interest shall be for the sole account of Contractor and shall be sub, withdrawal by Contractor at any time and from time to time without notice to the District. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Ac only by written notice to Escrow Agent accompanied by written authorization from District Escrow Agent that District consents to the withdrawal of the amount sought to be withdral Contractor. 7. The District shall have a right to draw upon the securities in the event of default t Contractor. Upon seven days' written notice to the Escrow Agent from the District of the defat Escrow Agent shall immediately convert the securities to cash and shall distribute the ca instructed by the District. 8. Upon receipt of written notification from the District certifying that the Contract is fini complete and that the Contractor has complied with all requirements and procedures applicz the Contract, the Escrow Agent shall release to Contractor all securities and interest on depos escrow fees and charges of the Escrow Account. The escrow shall be closed immediate11 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 District and the con pursuant to sections (I) to (8), inclusive, of this agreement and the District and Contractor sha Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the sec and interest as set forth above. IO. The names of the persons who are authorized to give written notices or to receive written on behalf of the District and on behalf of Contractor in connection with the foregoing, and exei of their respective signatures are as follows: e @ For District: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Sign at ure Address e e= rrs 6/7/99 Contract No. 3532 Page 41 of 67Pages At the time the Escrow Account is opened, the District and Contractor shall deliver to the E! Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers c date first set forth above. c For District: Title Name Signature Address For Contractor: Title Name Sign at ure Address r) For Escrow Agent: Title Name Signature Address 8 4- 6# 6/7/99 Contract No. 3532 Page 42 of 67 Pages SUPPLEMENTAL PROVISIONS FOR DAVIS AVE. WATER LINE REPLACEMENT e CONTRACT NO. 3532 CMWD 99-102 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTIC PART I, GENERAL PROVISIONS SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOI 1-1 TERMS Add th'e following section: 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "schec or words of similar import are used, it shall be understood that reference is made to the accompanying these provisions, unless stated otherwise. 0 Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar impc used, it shall be understood that the direction, designation or selection of the Engineer is intc unless stated otherwise. The word "required" and words of similar import shall be understc mean "as required to properly complete the work as required and as approved by the Engi unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", an( words of similar import are used, it shall be understood such words are followed by the exprc "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "app "acceptance", or words of similar import are used, it shall be understood that the apl 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, expense, shall perform all operations, labor, tools and equipment, and further, includir furnishing and installing of materials that are indicated, specified or required to mean th Contractor, at its expense, shall furnish and install the work, complete in place and ready t 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 excli defined by the definitions assigned to them herein. Agency - the Carlsbad Municipal Water District of Carlsbad, California. a em Gs 6/7/99 Contract No. 3532 Page 43 of 67Pages Board of Directors - the Board of Directors of the Carlsbad Municipal District of the C Carlsbad. Executive Manager - the Executive Manager of the Carlsbad Municipal Water District or hl approved representative. Dispute Board - persons designated by the Executive Manager to hear and advise the Exec Manager on claims submitted by the Contractor. The Executive Manager is the last appeal lev informal dispute resolution. Engineer - the District Engineer of the Carlsbad Municipal Water District or hidher appi representative. The District 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 or Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are I directed, supervised and paid by the Contractor to accomplish the completion of the Work. Fu such employees have their employment taxes, State disability insurance payments, State Federal income taxes paid and administered, as applicable, by the Contractor. When us( Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or le and uses to accomplish the Work. Equipment that is owner operated or leased equipment wil operator is not part of the Contractor‘s Own Organization and will not be included for the purpo compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions Owner Operator/Lessor - Any person who provides equipment or tools with an operator pro who is employed by neither the Contractor nor a subcontractor and is neither an agent or emp of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appe informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administi and first level for informal dispute resolution. Project Manager - the Deputy City Engineer of the Utilities Engineering Division of the Cil Carlsbad or hidher approved representative. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for infc dispute resolution. e= +$ 6/7/99 Contract No. 3532 Page 44 of 67 Pages 1-3 ABBREVIATIONS @ 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts Apartment and Apartments Bldg Building CMWD Carlsbad Municipal Water District CSSD Carlsbad Supplemental Standard Drawings cfs Cubic Feet per Second Comm Commercial DR Dimension Ratio E Electric G Gas gal Gallon and Gallons Gar Garage and Garages GNV Ground Not Visible gpm gallons per minute IE Invert Elevation MSL NCTD North County Transit District OHE Overhead Electric ROW Right-of-way S SDRSD Mean Sea Level (see Regional Standard Drawing M-12) Sewer or Slope, as applicable San Diego Regional Standard Drawings Sewer Force Main Telephone Underground Electric Water, Wider or Width, as applicable e SFM UE W 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 rec the Contractor to complete 50 percent of the contract price with its own organization, the AI may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 perc the value of the work performed in excess of 50 percent of the contract price by other thz Contractor's own organization. The Board of Directors shall be the sole body for determinatio violation of these provisions. In any proceedings under this section, the prime contractor sh entitled to a public hearing before the Board of Directors and shall be notified ten (IO) d: advance of the time and location of said hearing. The determination of the Board of Directors be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, is listed in the latest version of U.S. Department of Treasury Circular 570." Modify Paragraphs three and four to read: The Contractor shall provide a f performance/warranty bond and payment bond (labor and materials bond) for this contract. 0 *w %p 6/7/99 Contract No. 3532 Page 45 of 67Pages faithful performance/warranty bond shall be in the amount of 100 percent of the contract price Contractor shall provide bonds to secure payment of laborers and material suppliers, in an ar equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract whe 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 amount payable is not less than five million dollars ($5,000,000) and does not exceed ten r dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable be the :=ms of the contract if the co exceeds ten million dollars ($1 0,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this projec 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 3C after recordation of the Notice of Completion and will remain in full force and effect for the one warranty period and until all warranty repairs are completed to the satisfaction of the Engineer bonds to secure payment of laborers and material suppliers shall be released six months pl days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitter authorized to transact the business of insurance in California and whose assets exceed liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to conta following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or 2) A certified copy of the certificate of authority of the insurer issued by the insurance cornmissit If the bid is accepted, the Agency may require a financial statement of the assets and liabilities insurer at the end of the quarter calendar year prior to 30 days next preceding the date 1 execution of the bond. The financial statement shall be made by an officer’s certificate as defii Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statemer 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 Sta Specifications for Public Works Construction, (SSPWC), 2000, hereinafter designated “SSPW( written and promulgated by the Joint Cooperative Committee of the Southern California Ct American Public Works Association and Southern California Districts Associated Gt Contractors of California, and as amended by the Supplemental Provisions section of this contri The construction plans consist of one (1) set. The set is designated as City of Carlsbad Drawir 384-8 and consists of four (4) sheets. The standard drawings used for this project are the edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as i by the San Diego County Department of Public Works, together with the most recent edition Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of some of the pel standard drawings are enclosed as an appendix to these Supplemental Provisions. *= E# 6/7/99 Contract No. 3532 Page 46 of 67 Pages 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall c The precedence shall be the most recent edition of the following documents listed in order oft- 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 Carlsbad 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. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturer’s Installation Recommendations. Change Orders, Supplemental Agreements and approve revisions to Plans and Specificatio take precedence over items 2) through 7) above. Detailed plans and plan views shall precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively num Resubmittals shall be labeled with the number of the original submittal followed by an ascc alphabetical designation (e.g. The label ‘4-C’ would indicate the third instance that the submittal has been given to the Engineer). Each sheet of each submittal shall be consec numbered. Each set of shop drawings and submittals shall be accompanied by a letter of tran 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@) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittal! 6) Description of the contents of the submittals. 7) Identification of deviations from the contract documents. When submitted for the Engineer’s review, Shop Drawings shall bear the Contractor’s certif that he has reviewed, checked, and approved the Shop Drawings and that they are in confori with the requirements of the Contract Documents. The Contractor shall subscribe to and shall the following certification on all submittals: “I hereby certify that the (equipment, material) shown and marked in this submittal is that propa be incorporated into this Project, is in compliance with the Contract Documents, c&r.i-be. iFta . . . : .... - . .* . :.. : 0 il) *. . a. the allocated spaces, and is submitted for approval. .* . : - . . .... -. *. , . -.:. -_ *..*.. By: Title: Date: .-_ .. Company Name: ::.::*. :: e e= tS 6/7/99 Contract No. 3532 Page 47 of 67 Pages Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete ”as-I record set of blue-line prints, which shall be corrected in red daily and show every change fron original drawings and specifications and the exact “as-built‘’ locations, sizes and kinds of equipn underground piping, valves, and all other work not visible at surface grade. Prints for this purl may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shz used only as a record set and shall be delivered to the Engineer upon completion of the w Payment for performing the work required by section 2-5.4 shall be included in various bid items 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: Contractor shall not cover or disturb permanent survey monuments or benchmarks withoul consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protei an existing monument in place is impractical, the Contractor shall employ a licensed land survey a registered civil engineer authorized to practice land surveying within the State of Califa hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contr shall have the monument replaced by the surveyor no later than thirty (30) days after constructi the site of the replacement is completed. The surveyor shall file corner record(s) as required t 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 whi permanent survey monument is located, the Contractor shall adjust the monument frame and c to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monui frames and covers shall be protected during street sealing or painting projects or be cleaned tc satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor hire and pay for the services of a surveyor to perform all work necessary for establishing COI construction staking, records research and ail other surveying work necessary to construct the v provide surveying services as required herein and provide surveying, drafting and other profess services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resi on the site during all surveying operations and shall personally supervise and certify the surv~ work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform tc requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade shee the Engineer before commencing work in the area affected by the grade sheets. The Contractor submit field notes for all surveying required herein to the Engineer within ten days of performin1 survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bc form on 215mm by 280 mm (8’1211 by 1 I”) paper. The field notes, calculations and data shall be and complete with name of the Surveyor, the party chief, field crew members, preparer of the notes or calculations. They shall be annotated with the date of observation or calculatior numbered with consecutive page numbers and shall be readable without resort to any electronic computer program or documentation for any computer program. The field notes shall be preparl conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of SL prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of Calif1 Business and Professions Code when the surveyor performs any surveying that such mz required under §§ 8762 of the State of California Business and Professions Code and wheneve 4- tS 6/7/99 Contract No. 3532 Page 48 of 67Pages Type of Stake I Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Rig ht-of-Way Miscellaneous Description 1 Color* Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks White10 Limits of clearing Yellowl Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Bridges, sound and retaining walls, box culverts, etc. White Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue drains, slope protection, curbs, gutters, etc. Fences, Rl W lines, easements, property monuments, etc. WhitePl Signs, railings, barriers, lighting, etc. Orange WhitelR Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sec 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work an additional payment will be made. Extension of unit prices for extra work shall include compensation for attendant survey work and no additional payment will be made therefor. Pay for the replacement of disturbed monuments and the filing of corner records shall be incidental t work necessitating the disturbance of said monuments and no additional payment will be r 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 c( of all records in the Contractor’s or subcontractor’s possession pertaining to the work tha Engineer may request. Add the following section: 2-1 0.2 Audit And Inspection, Contractor agrees to maintain and/or make available, tc Engineer, within San Diego County, accurate books and accounting records relative to z activities and to contractually require all subcontractors to this contract to do the same. Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontra performance pursuant to this Agreement, said monitoring, assessments, and evaluations to inc but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and intervie Contractor’s staff and the staff of all subcontractors to the contract. At any time during nc business hours and as often as the Engineer may deem necessary, upon reasonable adv notice, Contractor shall make available to the Engineer for examination, all of its, an subcontractors to this contract, records with respect to all matters covered by this Contract an permit the Engineer to audit, examine, copy and make excerpts or transcripts from such datz records, and to make audits of all invoices, materials, payrolls, records of personnel, and other relating to all matters covered by this Contract. However, any such activities shall be carried ou manner so as to not unreasonably interfere with Contractor’s ongoing business opera1 Contractor and all of its subcontractors to this contract shall maintain such data and records fi long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrea quantity of a minor bid item in excess of 25 percent of the original quantity bid adjustment of cot unit price for such items will be limited to that portion of the change in excess of 25 percent c original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 ( c ) Tool and Equipment Rental, Regardle ownership, the rates and right-of-way delay factors to be used in determining rental and delay 1 shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTR second paragraph, modify as follows: em r,s 6/7/99 Contract No. 3532 Page 50 of 67 Pages current at the time of the actual use of the tool or equipment. The right-of-way delay factors 1 shall be used as multipliers of the rental rates for determining the value of costs for delay Contractor and subcontractors, if any. The labor rates published therein are not a part contract. 3-3.2.3 Markup, replace with the following: (a) and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 0 Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPM Work by Contractor. The following percentages shall be added to the Contractor': 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 ad( compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performec Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion extra work and a markup of 5 percent on work added in excess of $5,000 of the subconi portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, Paym extra work will not be made until such time that the Contractor submits completed daily repoi all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete pari five (5), and add the following: The Contractor shall not be entitled to the payment of any ad( compensation for any act, or failure to act, by the Engineer, including failure or refusal to i! change order, or for the happening of any event, thing, occurrence, or other cause, unle Contractor shall have first given the Engineer due written notice of potential claim as here specified. Compliance with this section shall not be required as a prerequisite to notice provis Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differen1 measurement or errors of computation as to contract quantities. The written notice of potentia for changed conditions shall be submitted by the Contractor to the Engineer upon their discove prior to the time that the Contractor performs the work giving rise to the potential claim Contractor's failure to give written notice of potential claim for changed conditions to the agenc their discovery and before they are disturbed shall constitute a waiver of all claims in coni therewith . The Contractor shall provide the District with a written document containing a description particular circumstances giving rise to the potential claim, the reasons for which the Con believes additional compensation may be due and nature of any and all costs involved wit working days of the date of service of the written notice of potential claim for changed cond add the following after the second sentence: a (I) Verbal notifications are disallowed. e= %# 6/7/99 Contract No. 3532 Page 51 of 67 Pages The potential claim shall include the following certification relative to the California False Claim5 Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the Cali1 False Claims Act, Government Code sections 12650-1 2655. The undersigned further undersl and agrees that this potential claim, unless resolved, must be restated as a claim in response t 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 Contr shall submit substantiation of its actual costs to the Engineer within 20 working days afte affected work is completed. Failure to do so shall be sufficient cause for denial of any ( 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 ( contract be brought to the attention of the Engineer at the earliest possible time in order that 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 noti potential claim prior to commencing any disputed work. Failure to give said notice shall constit waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with di: resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contr shall attempt to resolve all disputes informally through the following dispute resolution cha command: 1. Project inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. Executive Manager The Contractor shall submit a complete report within 20 working days after completion c disputed work stating its position on the claim, the contractual basis for the claim, along wi documentation supporting the costs and all other evidentiary materials. At each level of cia appeal of claim the District will, within 10 working days of receipt of said claim or appeal of c review the Contractor’s report and respond with a position, request additional information or ret that the Contractor meet and present its report. When additional information or a meeti requested the District will provide its position within 10 working days of receipt of said addi information or Contractor’s presentation of its report. The Contractor may appeal each IC position up to the Executive Manager after which Contractor may proceed under the provisions ( Public Contract Code. *w fS 6/7/99 Contract No. 3532 Page 52 of 67Pages The authority within the dispute resolution chain of command is limited to recommending a res to a claim to the Executive Manager. Actual approval of the claim is subject to the change @ provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procc in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with I 201 04) 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 thc 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 public agency when the public agency has elected to resolve any disputes pursuant to Artil (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, that "public work" does not include any work or improvement contracted for by the state Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payn money or damages arising from work done by, or on behalf of, the contractor pursuant to the c( for a public work and payment of which is not otherwise expressly provided for or the claiman otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specific for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the Claims must be filed on or before the date of final payment. Nothing in this subdivision is inter extend the time limit or supersede notice requirements otherwise provided by contract for the 1 claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall resp writing to any written claim within 45 days of receipt of the claim, or may request, in writing, wi days of receipt of the claim, any additional documentation supporting the claim or rela 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 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 submittec claimant within 15 days after receipt of the further documentation or within a period of time no ( 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 hi seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of rec the claim, any additional documentation supporting the claim or relating to defenses to the ck local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant 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 submi the claimant within 30 days after receipt of the further documentation, or within a period of ti greater than that taken by the claimant in producing the additional information or req 0 0 em %# 6/7/99 Contract No. 3532 Page 53 of 67 Pages documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to res within the time prescribed, the claimant may so notify the local agency, in writing, either withi days of receipt of the local agency's response or within 15 days of the local agency's failu respond within the time prescribed, respectively, and demand an informal conference to meel confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedi meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chap (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code purposes of those provisions, the running of the period of time within which a claim must be mall be tolled from the time the claimant submits his or her written claim pursuant to subdivisio until the time that claim is denied as a result of the meet and confer process, including any peric time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor sha construed to change the time periods for filing tort claims or actions specified by Chapt (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Div 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims su to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the shall submit the matter to non-binding mediation unless waived by mutual stipulation of both pa The mediation process sha, provide for the selection within 15 days by both parties of a disinterc third person as mediator, shall be commenced within 30 days of the submittal, and sha concluded within 15 days from the commencement of the mediation unless a time requireme extended upon a good cause showing to the court or by stipulation of both parties. If the partie to select a mediator within the 15-day period, any party may petition the court to appoin mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursua Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procec notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Artic (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) apply to any proceeding brought under the subdivision consistent with the rules pertaining to juc arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appo for purposes of this article shall be experienced in construction law, and, upon stipulation c parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay r exceed their customary rate, and such fees and expenses shall be paid equally by the pa except in the case of arbitration where the arbitrator, for good cause, determines a different divi 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 .IO) Title 3 of Part 3 of the Code of Procedure, any party who after receiving an arbitration award requests a trial de novo but doe obtain a more favorable judgment shall, in addition to payment of costs and fees under that chz 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 mediatii arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisF except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate or e= tS 6/7/99 Contract No. 3532 Page 54 of 67 Pages arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in l of law. e 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 anc access to any and all parts of work at any time. Such free and safe access shall include me; safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining safety of persons as contained in the State of California, California Code of Regulations, T Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction t Orders and such other safety regulations as may apply. Contractor shall furnish Enginee such information as may be necessary to keep the Engineer fully informed regarding progres manner of work and character of materials. Inspection or testing of the whole or any portion work or materials incorporated in the work shall not relieve Contractor from any obligation tc this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of re-testing”, from tk sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bt cost of testing of locally produced materials and/or on-site workmanship where the results c tests meet or exceed the requirements indicated in the Standard Specifications ar Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved before the delivery is started. All materials proposed for use may be inspected or tested at ar during their preparation and use. If, after incorporating such materials into the Work, it is foul sources of supply that have been approved do not furnish a uniform product, or if the produc any source proves unacceptable at any time, the Contractor shall furnish approved materi; other approved sources. If any product proves unacceptable after improper storage, handlins any other reason it shall be rejected, not incorporated into the work and shall be removed frc project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exce requirements of the specifications shall be borne by the Agency. Said tests may be made place along the work as deemed necessary by the Engineer. The costs of any retests necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, delete the following phrase: “Unless otherwise authorized I Engineer, the substantiation of offers must be submitted within 35 days after the award of Cont add the following: The Contractor is responsible for the satisfactory performance of subs1 items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfact performance, appearance, durability, compatibility with associated items, availability of repair and suitability of application the Contractor shall remove the substituted item and replace it wi originally specified item at no cost to the Agency. 0 0 em ts 6/7/99 Contract No. 3532 Page 55 of 67 Pages Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING & STORAGE. The Contractor shall or( purchase, transport, coordinate delivery, accept delivery, confirm the quality and quality receh prepare storage area(s), store, handle, protect, move relocate, remove and dispose excess 0’ materials used to accomplish the Work. Materials shall be delivered to the site of the work ( during working hours, as defined in section 6-7.2 and shall be accompanied by bills of lading ‘ shall clearly state for each delivery: the name of the Contractor as consignee, the project name I number, address of delivery and name of consignor and a description of the material(s) shippt Prior to storage of any materials which have been shipped to or by the Contractor to any loca within the Agency’s boundaries the Contractor shall provide the Engineer a copy of le( agreements for each property where such materials are stored. The lease agreement shall cle, state the term of the lease, the description of materials allowed to be stored and shall provide for removal of the materials and restoration of the storage site within the time allowed for the Work. such storage shall conform to all laws and ordinances that may pertain to the materials stored i to preparation of the storage site and the location of the site on which the materials are stored. LC damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformal to the requirements of this section, both within and outside the limits of work are a part of the Wc The Engineer shall have the right to verify the suitability of materials and their proper storage at time during the Work. SECTION 5 -- UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a se of known records, endeavored to locate and indicate on the Plans, all utilities which exist withir limits of the work. However, the accuracy and/or completeness of the nature, size and/or locatic utilities indicated on the Plans is not guaranteed. 54 RELOCATION. Delete the first paragraph and substitute the following: In order to minil delays to the Contractor caused by the failure of other parties to relocate utilities that interfere the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily the portion of work affected by the utility. Such omission shall be for the Contractor’s convenic and no additional compensation will be allowed therefor. The portion thus omitted shal constructed by the Contractor immediately following the relocation of the utility involved un otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: The Contractor shall be responsible for coordinatinf replacement of the meter assemblies with Carlsbad Municipal Water District at the time tha Contractor removes and replaces the copper water services. CMWD will provide the meter, E stop valves and labor for replacement of meter assemblies. The point of contact at CMWD is Russell at (760) 438-2722 ext. 71 51. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK Add the following section: 6-1 .I Measurement And Payment Of Construction Schedule. The Contractor’s prepara revision and maintenance of the Construction Schedule are incidental to the work and no sep; payment will be made therefor. e- %# 6/7/99 Contract No. 3532 Page 56 of 67Pages 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipmer materials, and performing all operations necessary to complete the Project Work as shown c Project Plans and as specified in the Specifications. The work includes hi-lining existing ser removal and disposal of the existing 6-inch ACP water line and construction of an 8-inch PVC line including all appurtenant work. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly P Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The P Representative shall be the individual determined under section 7-6, “The Contrz Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contrz Representative or any other employee or subcontractor or subcontractor’s employee at meetings will be made. e 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written I to the Engineer within two hours of the beginning of any period that the Contractor has place workers or equipment on standby for any reason that the Contractor has determined to be caus the Agency or by any organization that the Agency may otherwise be obligated by. The Cont shall provide continuing daily written notice to the Engineer, each working day, throughoi duration of such period of delay. The initial and continuing written notices shall includ classification of each workman and supervisor and the make and model of each piece of equi placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cal the delay and a cogent explanation of why the Contractor could not avoid the delay by reasc means. Should the Contractor fail to provide the notice(s) required by this section the Coni agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: work to completion within 30 Proceed. 6-7.2 Working Day. Unless otherwise approved in writing by the Ens the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays tt Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the En if the Contractor desires to work outside said hours or at any time during weekends and/or holi This written permission must be obtained at least 48 hours prior to such work The Enginee approve work outside the hours and/or days stated herein when, in hidher sole opinion, suct conducted by the Contractor is beneficial to the best interests of the Agency. The Contract0 pay the inspection costs of such work. 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 comF and all outstanding deficiencies that may exist are corrected by the Contractor and the Enginc satisfied that all the materials and workmanship, and all other features of the Work, me€ requirements of all of the specifications for the Work. Use, temporary, interim or permanent, t or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer’s judgi @ The Contractor shall diligently prosecut working days after the starting date specified in the Noti Add the following: a 4iw %# 6/7/99 Contract No. 3532 Page 57 of 67 Pages the Work has been completed and is ready for acceptance the Engineer will so certify to the Bc Upon such certification by the Engineer the Board may accept the completed Work. Upoi Board’s acceptance of the Work the Engineer will cause a “Notice of Completion’’ to be filed i office of the San Diego County Recorder. The date of recordation shall be the date of completi the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: work shall be warranted for one (1) year after recordation of the “Notice of Completion” anc faulty work or materials discovered during the warranty period shall be repaired or replaced b Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retaint a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sen of the second paragraph and add the following: For each consecutive calendar day in excf the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractoi 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 Five Hu Dollars ($500.00) per day is the minimum value of costs and actual damages caused b Contractor to complete the Work within the allotted time. Any progress payments made aft( 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. Add the following: All insurance is to be placed with insurer have a rating in Best’s Key Rating Guide of at least A-:V and are admitted and authorized to co business in the state of California and are listed in the official publication of the Departmc Insurance of the State of California. 7-4 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be p with insurers that are admitted and authorized to conduct business in the state of California an listed in the official publication of the Department of Insurance of the State of California. PC issued by the State Compensation Fund meet the requirement for workers’ compensation insurz 7-5 PERMITS. Exce specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of grading, resource agency and building permits necessary to perform work for this contra( Agency property, in streets, highways (except State highway right-of-way), railways or other righ way. Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain and pay for, all permits for the disposal of all materials removed fror project. The cost of said permit(s) shall be included in the price bid for the appropriate bid iten no additional compensation will be allowed therefor. Delete the first sentence and add the following four sentences: 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility compi during the relocation or construction of their lines. The Contractor may be granted a time extei if, in the opinion of the Engineer, a delay is caused by the utility company. No addil 4- tS 6/7/99 Contract No. 3532 Page 58 of 67Pages compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 0 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required I shall also be executed on weekends and other non-working days when needed to presen health safety or welfare of the public. The Contractor shall conduct effective cleanup anc control throughout the duration of the Contract. The Engineer may require increased lev cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, and welfare of the public. Cleanup and dust control shall be considered incidental to the ite work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall ob construction meter for water used for the construction, plant establishment, maintenance, cle testing and all other work requiring water related to this contract. The Contractor shall conta appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, sf meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be consi incidental to the items of work that they are associated with and no additional payment will be therefor. 7-8.6 Water Pollution Control, Add the following: The Contractor shall comply WI requirements of the storm water pollution and monitoring plan prepared for this project in accorl with the California State Water Resources Control Board order number 92-08-DWG, N General Permit number CAS000002 and the “Water Discharge Requirement for Discharges of 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 eqi with mufflers in good repair when in use on the project with special attention to the City Noise C Ordinance, Carlsbad Municipal Code Chapter 8.48. e 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work sc prevent damage by all traffic, including but not limited to mail delivery. The Contractor sh schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtair calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7. During overlay operations, the Contractors schedule for overlay application shall be design2 provide residents and business owners whose streets are to be overlaid sufficient paved p within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that i vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notifica the impending disruption. For a full street closure, all residences and/or businesses on the ai street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway r( the residences and/or businesses directly affected by the work shall be notified. @ 4- Gs 6/7/99 Contract No. 3532 Page 59 of 67Pages The notification shall be hand delivered and shall state the date and time the work will begin a anticipated duration. The notification shall list two telephone numbers that may be called to ( additional information. One numbar shall be the Contractor's permanent office or field office ar other number shall be a 24 hour number answered by someone who is knowledgeable abol project. At least one of the phone numbers shall be in the (760) area code. An answering ma shall not be connected to either number. The notification shall also give a brief description ( work and simple instructions to the home or business owner on what they need to do to facilita construction. The Contractor shall submit the contents of the notification to the Enginec approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed doorknob without adhesives. It shall be a minimum size of 3-112 inches by 8-112 inches and sh brightly colored with contrasting printing. The material shall be equivalent in strength and dur to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An exam1 such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance ( work being performed. The no parking signs shall state the date and time of parking restrictior duration not to exceed the time necessary to complete the work at that location. Failure ( contractor to meet the posted date requires re-posting the no parking signs 48 hours in advar the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be rerr and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included ii contract price bid for traffic control and the Contractor will not be entitled to any addi compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: At le working days prior to closing, detouring, partially closing or reopening any street, alley or other F thoroughfare the Contractor shall notify the following: 1) The Engineer ...................................................................................... (760) 438-1161 X-44' 2) Carlsbad Fire Department Dispatch .................................................. (760) 931-21 97 3) Carlsbad Police Department Dispatch .............................................. (769) 931 -21 97 4) Carlsbad Traffic Signals Maintenance.. ............................................. (760) 438-2980 X-29: 5) Carlsbad Traffic Signals Operations .................................................. (760) 438-1 161 X-43 6) North County Transit District.. ............................................................ (760) 743-9346 7) Coast Waste Management ................................................................ (760) 929-9400 7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall accordance with the plans, Chapter 5 of the California Department of Transportation "Man1 Traffic Controls," 1996 edition and these Supplemental Provisions. If any component in the I control system is damaged, displaced, or ceases to operate or function as specified, from any ci during the progress of the work, the Contractor shall immediately repair said component to its or condition or replace said component and shall restore the component to its original location. 1 event that the Contractor fails to install and/or maintain barricades or such other traffic s markings, delineation or devices as may be required herein, the Engineer may, at hidher sole oi install the traffic signs, markings, delineation or devices and charge the Contractor twenty dc ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control fa whichever is the greater. Add the following section: 4- tp 6/7/99 Contract No. 3532 Page 60 of 67Pages 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and c( devices shall be maintained throughout the duration of work in good order and according tc approved traffic control plan. All construction area signs shall conform to the provisions of SE 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of SE 214-5. I .et seq. All temporary reflective channelizers shall conform to the provisions of section 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall cor to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry \ borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workman: Warning and advisory signs, lights and devices installed or placed to provide traffic control, dire and/or warning shall be furnished, installed and maintained by the Contractor. Warning and ad\ signs, lights and devices shall be promptly removed by the Contractor when no longer reqi Warning and advisory signs that remain in place overnight shall be stationary mounted E Stationary signs that warn of non-existent conditions shall be removed from the traveled wa) from the view of motorists in the traveled way or shielded from the view of the traveling public d such periods that their message does not pertain to existing conditions. Care shall be us( performing excavation for signs in order to protect underground facilities. All excavation requir install stationary construction area signs shall be performed by hand methods without the u power equipment. Warning and advisory signs that are used only during working hours mi portable signs. Portable signs shall be removed from the traveled way and shielded from the vi the traveling public during non-working hours. During the hours of darkness, as defined in Divis Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated cones rather than post-type delineators are used during the hours of darkness, they shall be a or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, e the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees shall r parked within the traveled way, including any section closed to public traffic. Wheneve Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic Ian1 shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 r intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A min of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahe; C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telesc flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6 operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment tl m (2’) shall be measured from the closest approach of any part of the equipment as it is opt and/or maneuvered in performing the work. This requirement may be waived when the Enginec given written authorization to the reduction in clearance that is specific to the time, duratio location of such waiver, when such reduction is shown on the traffic control plans included in contract documents, when such reduction is shown on the traffic control plans prepared t Contractor and approved by the Engineer or for the work of installing, maintaining and rem traffic control devices. As a condition of such waiver the Engineer may require the Contrat detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic I; provide barriers. During the entire construction, a minimum of (insert appropriate number of lanes) paved traffic not less than (insert appropriate minimum lane width 3.6m (12’)) wide, shall be open for use by traffic in each direction of travel. @ 0 a e= rrs 6/7/99 Contract No. 3532 Page 61 of 67 Pages Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of cl traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTF "Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhr these Supplemental Provisions. The provisions in this section will not relieve the Contractor frc responsibility to provide such additional devices or take such measures as may be necessi maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic cc system, except portable delineators placed along open trenches or excavation adjacent tc traveled way, shall be removed from the traveled way and shoulder at the end work period. Contractor so elects, said components may be stored at selected central locations, approved t Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic ! operations, traffic shall be controlled with lane closures, as provided for under "Traffic Cc System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic c( plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start 1 striping operations using an alternative plan until he has submitted its plan to the Engineer anc received the Engineer's written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnis placed, maintained and removed in accordance with the minimum standards specified in Chap of the "Traffic Manual", 1996 edition published by CALTMNS. Whenever the work ca obliteration of pavement delineation, temporary or permanent pavement delineation shall be in I prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation be provided at all times for traveled ways open to public traffic. All work necessary, includinc required lines or marks, to establish the alignment of temporary pavement delineation sha performed by the Contractor. When temporary pavement delineation is removed, all lines and IT used to establish the alignment of the temporary pavement delineation shall be removed by grin Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose mat Temporary pavement delineation shall not be applied over existing pavement delineation or ( temporary pavement delineation. Temporary pavement delineation shall be maintained superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer temporary pavement delineation conflicts with the permanent pavement delineation or with a traffic pattern for the area and is no longer required for the direction of public traffic. When temp( pavement delineation is required to be removed, all lines and marks used to establish the align1 of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control 1 Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included ir project plans, or if the Contractor elects to modify TCP included in the project plans, the Contri shall have such new or modified TCP prepared and submitted as a part of the Work for any an construction activities that are located within the travelled way. The Contractor shall have prepared and submitted as a part of the Work for any construction activities that are a part of *= r,s 6/7/99 Contract No. 3532 Page 62 of 67Pages project that are not included in the project plans. The Contractor must submit the TCP fc Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obta Engineer's approval of the TCP prior to implementing them. The minimum 20 day review I specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of new, modified or added to, for the Engineer's review. 'New or revised TCP submittals shall ir all TCP needed for the entire duration of the Work. Each phase of the TCP shall be sho sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationi features affecting the traffic control plan and the methodology proposed to transition t subsequent TCP phase. When the vertical alignment of the travelled surface differs from the fir pavement elevation vertical curves must also be shown. The level of detail, format, and grz shall be of quality and size no less than those on 'Standard Specifications Reference Traffic C Plan" Drawing number 368-5. Such modifications, supplements and/or new design of TCP shall the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", 1996 Editi published by the State of California Department of Transportation. Such modification, ad1 supplement, and/or new design of TCP shall be prepared by a registered professional en! appropriately registered in the State of California. The Engineer shall be the sole judge I suitability and quality of any such modifications, supplements, and/or new designs to TCF Engineer may approve any such modifications, supplements, and/or new designs to the TCP in the Engineer's sole opinion, such modifications, supplements, and/or new designs to tht prepared by the registered professional engineer retained by the Contractor will be beneficial best interests of the Agency. Such modification, addition, supplement, and/or new design shall implemented and no work shall be commenced that is contingent on such approval until the ch TCP are approved by the Engineer. The preparation of such modification, addition, supplc and/or new designs of TCP shall not presuppose their approval or obligate the Agency i fashion. Submittal and review requirements for such modifications, supplements, and/o designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submitti Add the following section: 7-1 0.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lum price paid for "traffic control" shall include full compensation for furnishing all labor (including fl: costs), materials (including signs), tools, equipment and incidentals, and for doing all the involved in preparation, reproduction and changing of traffic control plans, placing, applying stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, mol new locations, replacing, and disposing of the components of the traffic control system as sho the plans and approved additions and modifications, as specified in these special provisions, : directed by the Engineer. All expenses and time to prepare and review modifications, ad( supplements and/or new TCP designs shall be included in the lump sum bid for traffic control i additional payment will be made therefor. Flagging costs will be paid for as a part of the Lum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will k for at the unit price bid. When there is no bid item for the cost of labor and material for PI concrete barriers, they will be paid as an incidental to the work being performed, and no ad( payment will be made therefor. Progress payments for "Traffic Control" will be based I percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all nec precautions for the safety of employees on the work and shall comply with all applicable provis Federal, State and Municipal safety laws and building codes to prevent accidents or injury to p on, about, or adjacent to the premises where the work is being performed. The Contractc erect and properly maintain at all times, as required by the conditions and progress of the w 0 @ a *= %# 6/7/99 Contract No. 3532 Page 63 of 67 Pages necessary safeguards for the protection of workers and public, and shall use danger signs Wi against hazards created by such features of construction as protruding nails, hoists, well hole! falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this include Chapter 11.06. Excavation and Grading. If this notice specifies locations or PO materials, such as borrow pits or gravel beds, for use in the proposed construction project would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conc established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditic the contract. - SECTION 9 -- MEASUREMENT & 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 t U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods, Shi be affected by any payment but shall commence on the date of recordation of the "Noti Completion." 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the follow Each month, the Engineer will make an approximate measurement of the work performed tc closure date as basis for making monthly progress payments. The estimated value will be base contract unit prices, completed change order work and as provided for in Section 9-2 of Standard Specifications (SSPWC). Progress payments shall be made no later than thirty calendar days after the closure date. Five (5) working days following the closure date, the Engii shall complete the detailed progress pay estimate and submit it to the Contractor for Contractor's information. Should the Contractor assert that additional payment is due, Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supplemc payment request to the Engineer with adequate justification supporting the amount of supplemc payment request. Upon receipt of the supplemental payment request, the Engineer shall, as I as practicable after receipt, determine whether the supplemental payment request is a prc payment request. If the Engineer determines that the supplemental payment request is not prc then the request shall be returned to the Contractor as soon as practicable, but not later than SE (7) days after receipt. The returned request shall be accompanied by a document setting fori writing the reasons why the supplemental payment request was not proper. In conformance Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days i receipt of an undisputed and properly submitted supplemental payment request from the Contra1 If payment of the undisputed supplemental payment request is not made within thirty (30) days i receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal 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 Payn Estimate and process a corresponding payment. The estimate will be in writing and shall be for em tS 6/7/99 Contract No. 3532 Page 64 of 67Pages total amount owed the Contractor as determined by the Engineer and shall be itemized bj contract bid item and change order item with quantities and payment amounts and shall sho deductions made or to be made for prior payments and amounts to be deducted under provisioi the contract. All prior estimates and progress payments shall be subject to correction in the I Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to written statement disputing any bid item or change order item quantity or payment amount. Contractor shall provide all documentation at the time of submitting the statement supportii position. Should the Contractor fail to submit the statement and supporting documentation with time specified, the Contractor acknowledges that full and final payment has been made 1 contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned timc Engineer will review the disputed item within 30 calendar days and make any appro adjustments on the Final Payment. Remaining disputed quantities or amounts not approved I: 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 Engin ascertain the basis and amount of said disputed items. The Engineer will consider the merits Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonablc such further information and details as may be required by the Engineer to determine the fa contentions involved in its claims. Failure to submit such information and details will be suf cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items dispu the written statement required in subsection 9-3.2 all claims of any dollar amount shall be sub in a written statement by the Contractor no later than the date of receipt of the final pa estimate. Those final payment items disputed in the written statement required in subsection shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim ’ considered that was not included in this written statement, nor will any claim be allowed for written notice or protest is required under any provision of this contract including sectior Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 V Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has compliec notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascert; basis and amount of said claims. The Engineer will consider and determine the Contractor’s and it will be the responsibility of the Contractor to furnish within a reasonable time such information and details as may be required by the Engineer to determine the facts or conte involved in its claims. Failure to submit such information and details will be sufficient cat, denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those approved by the Engineer. The Contractor shall proceed with informal dispute resolution subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. e 0 The cost of materials and equipment delivered but not incorp 0 em Go$ 6/7/99 Contract No. 3532 Page 65 of 67 Pages Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Wo be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract luml price paid for mobilization shall not exceed three thousand dollars ($3000.00), and include compensation for furnishing all insurance, bonds, licenses, labor, marerials, utilities, tools, equir and incidentals, and for doing all the work involved in mobilization and preparatory work operations, including, but not limited to, those necessary for the movement of personnel, equip supplies, and incidental to preparing to conduct work on and off the project site and other ( facilities necessary for work on the project; for all other facilities, sureties, work and operations \ must be performed or costs incurred prior to beginning work on various contract items on or c project site, excepting those specifically paid for under separate sections of these specificati The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilizatioi Preparatory Work, as described in this section, and that the Contractor shall have no ric 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 the amount bid for Mobilization And Preparatory Work will be allowed. For the second pro! payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory will be allowed therefor. em %p 6/7/99 Contract No. 3532 Page 66 of 67Pages APPENDIX “A” e RESIDENT NOTIFICATION EXAMPLE e CITY OF CARLSBAD CONSTRUCTION WORK ABC CONTRACTORS OFFICE # (760))(XX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City ofcarisbad’s and Carlsbad Municipal Water District’s ongoing program to maintain its water and sewer facilities, your street will be closed to allow for pipeline construction. This construction will require the closing of your street to through traffic forX days. Your street, fromXYZ St. to XYZ Ave. will be closed to through traffic on: MON. TUE. WED. THU. FRI. DATE: from 7:OOA.M. to 500 P.M. If you don’t plan to leave your home by 7:OO A.M. on the above date@) please park your car on an adjacent street in your neighborhood that will not be impacted. ABC is the Contractor that will be performing theconstruction work for the city and you may call them at(760)XXX-XXXX if you have any questions regarding the project. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Engineering Inspection Department at 438-1 161 x4323. * e 4-= %# 6/7/99 Contract No. 3532 Page 67 of 67Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS PART 2, CONSTRUCTION MATERIALS rl) CONSTRUCTION SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Aggregate base shall be crushed aggregate base 200-2.2), crushed slag base (Section 200-2.3), or crushed miscellaneous base (Section 200-2 Add the following: SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR 4000 fc course, and RAR 4000 for base course. 203-6.6.1, Batch Plant Method, modify as follows: 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 excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be u! work. Add the following section: Third paragraph, last sentence, delete ’ @ 203-1 1 ASPHALT PAVEMENT CRACK SEALANTS 203-1 1 .I Elastomeric Sealant. Elastomeric sealant shall be a polyurethane matc composition that will, within its stated shelf life, cure only in the presence of moisture. No eli sealant shall be incorporated into any portion of the work that is beyond the shelf life recomm its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work been stored under conditions not recommended by its manufacturer. Sealant shall be suitab in both asphalt concrete and portland cement concrete. The cured sealant shall have the per characteristics in Table 203-1 1 (A). a 1 1 I1 7/99 2 58 PM Part 2 Standard Special Provisions Page1 of 2 Pages Property Measuring Standard Results (ASTM Designation) Hardness ASTM D 2240 Rex. 65 - 85 (indentation) Type A, Model 1700 Tensile ASTM D 412 Die C, 3.45 MPa, minimum Strength Elongation ASTM D 412 Die C, 400%, minimum Flex at -40°C 0.6 mm (25 mil) Free- No cracks Weathering ASTM D 822 Slight chalking Resistance Weatherometer 350 h Salt-Spray ASTM B 117 28 days at 3.45 MPa, minimum Resistance 38°C tensile; 400% minimum Dielectric ASTM D 150 Less than 25% change Constant Film Bend (180") E Ion g a t i o n Conditions 25°C @ 50% relative humidity pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 13 mm ('I:) Mandrel Cured 7 days at 25°C @ 50% 5% NaCI, Die C, pulled at 508 mm (20) per minute over a temperature range of -30-C to 50-C Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, "C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Results Conditions 25"C, 150 g, 5 s Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%, min. 25°C ASTM D 36 ASTM D 113 300 mm, min. 25"C, 50 mm/min ASTM D 92 ASTM D 4402 2.5-3.5 Pas No. 27 Spindle, 20 3.5 mm, max. 5 mm, max. 82 "C, min. 288 "C, min. rpm, 19O"C, SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS PART 3, CONSTRUCTION METHODS 0 CONSTRUCTION SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing opera Contractor shall not cover or bury any plant growth or other objectionable materials. If the C cannot successfully separate the plant growth from the surface soil and advertently or inac mixes organic or other objectionable materials with the soil, the soil so contaminated shall be from the site by the Contractor. All costs, if any, associated with removing the soil mixed with ( other objectionable materials and importing soil to replace said contaminated soil shall be bor Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clei grubbing shall be removal and disposal of existing street poles and lights, metal guard rai asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, exisi existing abandoned underground pipes and conduits, existing headwalls, rip-rap, traffic s other existing features which interfere with the work, whether or not such items are called c plans or in the specifications for removal. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be incluc contract lump sum price for mobilization and no other payments will be made. Add the following: 300-1.4.1 Payment. The contract price paid per linear foot for removal and disposal of 6-inch i include full compensation for doing all work involved in the removal and disposal of the existin! including excavation, removal, and disposal at a permitted disposal site. Add the following: 300-1.4.2 Payment. The contract price paid per linear foot for removal and disposal of 6-inch shall include full compensation for doing all work involved in the removal and disposal of th pipeline, including excavation, removal, and disposal. 0 SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1 .I .7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of E bridging. No steel plate bridging or trench plate shall be used that does not meet the requirc this subsection. 0 Add the following section: 306-1 .I .7.1 Requirements for Use. Alternate construction methods that avoid the use of I 1 U06/99 359 PM Page 1 of 5 Pages <$ bridging shall be used unless otherwise approved by the Engineer. It is recognized that t accommodate excavation work, steel plate bridging may be necessary. All conditions for use of stef plate bridging set forth in the following requirements must be fulfilled as conditions of approval of th use of steel plate bridging. Consideration of steel plate bridging in the review process will take int account the following factors: 1. Traffic volume and composition. 2. 3. Weather conditions. Duration and size of the proposed excavation. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EML + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (krnh) + SLOPE X 1001 X LANES PS = [ ADT + EML + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (rnph) + SLOPE X 1001 X LANES 1000 8 1000 5 where: ADT - - PS EWL - - DAYS - - WEEKEND = NIGHTS - - WEATHER = SPEED - plate score. average daily traffic as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods that the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods thatthe plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spmning a - - - - SLOPE - distance of 15 m (50’) up and downstream of the position of the proposed steel plate bridging. the number of lanes where plates will be used. - LANES - 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 a construction is possible in lieu of using steel plate bridging or that other overriding considerations makc the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not br limited to, detouring traffic, construction detour routes, tunneling, boring and other methods o trenchless construction. Unless specifically noted in the provisions of the Engineer’s approval, the ust of steel plate bridging at each approved location shall not exceed four (4) consecutive working days ir any given week. Add the following section: 306-1.1.7.2 Additional Requirements. When the Engineer determines that shoring will be i part of the Contractor’s work, the Contractor shall install shoring conforming to Section 7-10.4.’ of the Standard Specifications. All approvals for design, substitution of materials or method: shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 ShoF Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. 12/06/99 3:59 PM Page 2 of 5 Pages 43 Maximum Trench Width 0.3 m (10”) 0.6 m (23”) 0.8 m (31”) 1 .O m (41”) 1.6 m (63”) Minimum Plate Thickness 13 mm (’/”’) 19 mm e/:) 22 mm (’/,’’) 25 mm (1”) 32mm (1 X) surface on the steel plate with no less than a coefficient of friction of 0.35 as determined b California Test Method 342. If a different test method is used, the Contractor may utiliz standard test plates with known coefficients of friction available from the CALTRANS District 1 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 Roa (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 nc limited to: steel plates, anchoring devices, cold milling, asphalt ramping and padding, signagc placing, installation, removal, relocation, preparation and processing of shop drawings an submittals to support the use of steel plate bridging and all other materials, labor, supervisior overhead of any type or description will be paid for as an incidental to the facility being installe in the excavation being bridged. No separate payment for steel plate bridging will be made. N extension to contract time will be allowed for or because of the use of steel plate bridging. Add the following: 306-1 .I .8 Temporary Hi-lining. The Contractor shall be responsible for installing an( maintaining the temporary hi-line as described in the Technical Specifications and to thc satisfaction of the Engineer. Such work includes installation, disinfection, testing, and energizin! existing services prior to proceeding with other work. This work also includes notices resident of the conversion of services to the temporary pipeline and providing ramping as necessary tc allow resident access at all times. Add the following: 306-1 .I .8.1 Measurement and Payment. The contract lump sum price paid for temporary hi lining shall include full compensation for doing all work involved in the installation of thr temporary hi-line, connection of services, maintenance, resident access provisions and remova 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth paragraph and substitute the following Temporary bituminous resurfacing materials which are placed by the Contractor are for it! convenience shall be at no cost to the Agency. Temporary bituminous resurfacing material! shall be used in lieu of permanent resurfacing only when approved by the Engineer. Wher temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall bc removed and replaced with permanent resurfacing within 7 days of placement. No additiona payment will be made for temporary bituminous resurfacing materials. The price bid for thc 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. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES 31 3-1 SIGNING Add the following section: 313-1 .I Signing. Signing for temporary traffic control shall conform to the following requirements. 12/06/99 359 PM Page 4 of 5 Pages q Add the following section: 313-1.1.1 General. The Contractor shall provide and install all temporary traffic control signs, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-1.1.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are disl overturned, from any cause, during the progress of the work, the Contractor shall immediate the signs in their original approved locations. The Contractor shall maintain all temporary tri used in the Work in a clean, reflective and readable condition. The Contractor shall replace graffiti marked temporary traffic signs and posts used in the Work within 18 hours or 2 hot working hours, whichever is the lesser, of being marked by graffiti. Add the following section: 31 3-1 .I .3 Payment. All costs for signing for temporary traffic control shall be included in the price bid for temporary traffic control, and no additional compensation will be allowed therefor. e 0 a 12/06/99 3:59 PM Page 5 of 5 Pages 43 CARLSBAD MUNICIPAL WATER DISTRICT SPECIAL PROVISIONS FOR DAVIS AVENUE WATERLINE REPLACEMENT r) PART 11. CONSTRUCTION MATERIALS 1. General. The following materials shall conform to the requirements of “Rules & Regulations for Construction of Public Potable Water Mains”, Part I1 (Materials), as published by the Carlsbad Municipal Water District, dated October 1993, unless otherwise noted. 2. Hi - Lining. Pipe for hi-lining shall be new polyvinyl chloride pipe, Schedule 40 minimum. a. Polyvinyl Chloride Pressure Pipe. Pipe shall be 8-inch diameter, Class 150, conforming to Section A-1 . b. Copper Water Tube for Service Connections. Tube shall be 1-inch diameter, conforming to Section A-5, C-8 and C-9. c. Fittings (Bends, Tees and Reducers). Fittings shall be of the sizes indicated, conforming to Section B- 1. Fittings shall have the same pressure rating as the pipe. d. Flexible Couplings. Flexible couplings shall conform to Section B-10. e. Gate Valves. Gate valve shall be of the size indicated, conforming to Section C-1 and D- 2. Manual Air Release Assemblies. Assembly shall be of the size indicated, conforming to Sections C-1, C-5, C-6, C-8, C-9, C-IO, D-1 and D-2. g. Service Connections. Service connection shall conform to Sections C-8, C-9 and C-10. h. Cathodic Protection. Cathodic protection (zinc anodes) for buried copper pipe shall conform to Section D- 1. i. Meter Boxes. Meter boxes and lids shall conform to Section D-3. j. Detector Tape. Tape shall conform to Section D-4. k. Buried Pipe, Flanges and Valves. All below grade flanges, nuts, bolts and valves shall conform to Section D-5. 1. Painting. Painting of valve box lids shall conform to Section D-7. m. Concrete. Concrete shall conform to Section D-8. n. Earthwork. Trenching, backfilling and compacting shall conform to Section D-9. 0. Safety Precautions. Safety requirements shall conform to Section D-10. * f. * 1 p. Pipe Alignment. Pipe alignment shall conform to Section D- 1 1. q. Class 2 Base Materiawntreated Base Material. Class 2 base shall conform to State of California (Department of Transportation) Standard Specifications, Section 26. Untreated base material shall conform to Standard Specifications for Public Works Construction (GreenBook), Section 200-2. Delete references to measurement and payment. Emulsion. Emulsion (slow setting) for tack coat (paint binder) and prime coat shall conform to State of California (Department of Transportation) Standard Specifications, Section 94. Delete reference to measurement. s. Asphalt Concrete. Asphalt concrete shall be ClasdGrade “C2-AR-4000”, conforming to Standard Specifications for Public Works Construction (GreenBook), Section 203-6. r. t. Materials List. Refer to Section E. PART 111. INSTALLATION 1. General. Installation of material shall conform to the requirements of “Rules & Regulations for Construction of Public Potable Water Mains”, Part I11 (Installation), as published by the Carlsbad Municipal Water District, dated October 1993, unless otherwise noted. 2. The contractor shall install a hi-lining system as approved by the District’s Representative. Pipe sizes shall be adequate to provide water at the pressure and quantities as now being provided by District. Prior to connecting services, the system shall be disinfected per District requirements. a. Polyvinyl Chloride Pipe. Shipping, unloading and installation shall conform to Section A. b. Removal of Existing Asbestos Cement Pipe. The contractor shall exercise special care when removing and disposing of the existing asbestos cement pipe. He shall comply with current health and safety precautions while performing this work (California Regulations, Title 8, Section 5208). c. Removal and Replacement of Private Improvements. The contractor shall replaced all removed andor damaged improvements (landscaping, paving and mailboxes) to match existing condition. d. Traffic Control. The contractor shall provide traffic control signs, barriers and flagmen to maintain traffic flow along the construction area. Also, private driveway access shall be maintained. e. Base Material. Installation of Class 2 Base shall conform to State of California (Department of Transportation) Standard Specifications, Section 26. Installation of Untreated Base Material shall conform to Standard Specifications for Public Works Construction (GreenBook), Section 30 1-2. Delete references to measurement and payment. Emulsions. Installation of Emulsions shall conform to State of California (Department of Transportation) Standard Specifications, Section 94. Delete reference to measurement. f. 2 g. Asphalt Concrete. Installation of Asphalt Concrete shall conform to Standard Specifications for Public Works Construction (GreenBook), Section 302-5. Delete references to measurement and payment, prime coat and tack coat . a PART IV. TESTING AND DISINFECTION 1. General, The following procedures shall conform to the requirements of “Rules & Regulations for Construction of Public Potable Water Mains”, Part IV (Testing and Disinfection) as published by the Carlsbad Municipal Water District, dated October 1993. a. Hydrostatic Testing. The Hydrostatic testing of the pipeline shall conform to Section A. b. ChlorinatiodDisinfection. The ChlorinatiodDisinfection of the pipeline shall conform to Section B. 0 0 3 a STANDARD DRAWINGS a e *lJsEsAMEOME.3SSIOIUS WHENMFlERIsmm '1oREARoFcLRB AC MAIN WC MAIN f%R WATERSERVE CONNECTION (TYP.) SECTION A-A SECTION 8-8 DOMESTIC WATER RECLAIMED WATER I . IN NON- FWD AREAS PLACE GUARD POST NEXT To V&E 8oXASsEMBLY AS ofREm BY THE ENG"EER(SEE 3. UPPER SlOE OF LID TO REWE 2 Conls DRAWING NO. 22). 2 . SEE DRAWING NO. 22 FOR GATE VALVE EXTENSIW. OF BUNT. SEE SfUIFlWWS R)R FWNTlNG REQUIREMENlS, ( RGE 4). SI7lDWG.N w13 VALVE BOX ASSEMBLY =EMBER 198 - REINFORCING STEEL DETAIL VERTlCAL BEND. TEE (SIDE VIEW), 2 . FOR AC PIPE, A MIN. 3'-3'10 A 6'-6"Mcu( LENGTH INTO AND OUT *ALL FirnNGS 3. CONCRRESHntLBE5~,(~61 A MIN. 3 DAY CURING TIME eEmE I. flrriNGSSnAII,BEaKTnL€lRONFOR D1.P 8 W.C.; CAST IRON FOR ACR (CEMENT LINED SHORT 8OOY 1. I. SEE SPECIFIcr\TK)Ns~ VALVE REQUIREMENTS. BURLED RANGE AND -.--- slEEL[3ETAIL. --- ANDEADEND6,E; SrRAlGM UNE THRUST. THRUST BLOCK BEARING ANODE LEAD ABOVE GRADE CONNECTION ABOVE Gf?ADE CONNECTION NOTES: I . RISER PIPE SHALL 8E WiRE BRUSHED TO CLEAN BRIGHT METAL. 2. PIPE CLAMP SHU BE LOCATED ON RISER PIPE. 3. WIRE INSUlATlON SHALL BE STRIPPEC TO A MINIMUM LENGTH To CO”ECT WIRE TO PIPE CLAMP. PACKAGED BACKFILL COMPOSITION: 75 OIo GYPSUM 20°/o BENTONITE 5 O/o SODIUM SULFATE INGOT WEIGHT: 30 LBS. PKGD. WEIGHT: 70 LBS. APPROX. ZINC ANOOE L